Loading...
HomeMy WebLinkAboutContract 43995 os CITY SECRETARY ✓ � CITY S�CRE1'ARY D.O.E. FILE CONTRACT NO. CONTRACTOR'S BONDING CO, CONSTRUCTION'S COPY CLIENT DEPARTMENT FO-RTWORTH PROJECT MANUAL FOR THE CONSTRUCTION OF 2008 CIP Neighborhood Street Project—3A Davenport Ave (Old Benbrook Rd to Brazos Ave) l Winfield Ave (Carolyn Rd to W Butler St) UNfI'1: Water Improvements -Project No.-P253-541200-60317-0127583 UNIT It: Paving Improvements -Project No. - C204-541200-20340-0127583 UNIT 1l7[: Sever Improvements-Project No. -P258-5412.00-70317-0127583 City Project No.01275 Betsy Price Tom Higgins Mayor City Manager Douglas W. W ersig,P.E. Director,Transportation and Public Works Department L^ ..; t�.aFk .r� ztr r CARL J. KROCNESS ]Prepared for �} 4L••• ••91869 The City of Fort Worth l�fo�•.�,�rNs�o;�w�Nr TramsP ortatiofa & Public Works Del mrtmeitt � 1s111<1Ls ONAL '• � '" t Cyr�X 2012 OFFICIALRECORD Brotivrz & Grry Drganeers, uric. CITE SECRETARY Registered Engineering Firm F-1046 FOR' WORTH PR®JECf'MAN UAL FOR THE, CONSTRUCTION OF 2008 CIP Neighborhood Street Project—3A Davenport Ave (Old Benbrook Rd to Bi azos Ave) Winfield Ave (Carolyn Rd to W Putter St) UNIT I: Water Improvements-Project No.-P253-541200-60317-0127583 UNIT 11: Paving Improvements-Project No. - C204-541200-20340-0127583 UNIT III: Sever Improvements -Project No. -P258-541200-70317-01275S3 City Project No. 01275 Betsy Price Toni Higgins Mayor City Manager Douglas W. Wiersig,P.E. Director, Transportation and Public Works Department .^' ..........T tc��s�r11 ,t l t . .....,....................... r X CARL J. KROGNESS r r....Y.....,.•.................r....r Prepared for 91869 The City of Fort Worth l�r0,�"'•��crrrs�°�'�`�`-=r I'rans1wrtation & Pr►blic Works Depa►•t►ne►at tt%NAa-��a 2012 cytt«jz�tL Brown & Gay Engineers, Inc. Texas Registered Engineering Eir►n I*-1046 f FORTWORTH PROJECT MANUAL FOR THE CONSTRUCTION OF 2008 C P Neighborhood Street Project—3A Davenport Ave (Old Benbrook Rd to Brazos Ave) Winfield Ave (Carolyn Rd to W Butler St) UNIT 1: Water Improvements-Project No.-P253-541200-60317-0127583 UNIT II: Paving Improvements -Project No. -C204-541200-20340-0127583 UNIT III: Sever Improvements-Project No. -P258-541200-70317-0127583 City Project No. 01275 Betsy Price Tom Higgins Mayor City Manager Douglas W. Wiersig,P.E. Director,Transportation and Public Works Department r CARL J. KROGN SS r....Y......................... ,.....� Prepared for 91869 e The City of Fort Worth ��i°��•��c�osE°••'�`�`�`� Transyvrtatian & Public Works Depar7ineW t t t%"AL ��G. '� r t11•or. ti Lv�tX ' 2012 CM�rf j7�]Z_ Brown & Gay Engineers, Inc. Texas Registered Eiigineet ing Finn F-�1046 i 000000-i TABLE OF CONTENTS Page I of 3 1 SECTION 00 00 00 2 TABLE OF CONTENTS 3 Division 00-General Conditions 4 0005 10 Mayor and Council Communication 5 0005 15 Addenda 6 00 11 13 Invitation to Bidders 7 0021 13 Instructions to Bidders 8 0035 13 Conflict of Interest Affidavit 9 00 41 00 Bid Form 10 00 42 43 Proposal Form Unit Price 11 0043 13 Bid Bond 12 00 43 37 Vendor Compliance to State Law Nonresident Bidder 13 0045 11 Bidders Prequalifications 14 0045 12 Prequalification Statement 15 0045 13 Bidder Prequalification Application 16 00 45 26 Contractor Compliance with Workers' Compensation Law 17 00 45 39 Minority and Women Business Enterprise Goal 18 00 52 43 Agreement 19 0061 13 Performance Bond 20 0061 14 Payment Bond 21 0061 19 Maintenance Bond 22 00 61 25 Certificate of Insurance 23 00 70 00 Mobilization and Remobilization 24 00 72 00 General Conditions 25 00 73 00 Supplementary Conditions 26 27 Division 01 - General Requirements 28 01 It 00 Summary of Work 29 01 2500 Substitution Procedures 30 01 31 19 Preconstruction Meeting 31 01 3120 Project Meetings 32 01 32 16 Construction Progress Schedule 33 01 3233 Preconstruction Video 34 01 3300 Submittals 35 01 35 13 Special Project Procedures 36 01 4523 Testing and Inspection Set-vices 37 01 5000 Tetnporaty Facilities and Controls 38 01 5526 Street Use Permit and Modifications to Traffic Control 39 01 57 13 Storm Water Pollution Prevention Plan 40 01 58 13 Temporary Project Signage 41 01 6000 Product Requirements 42 01 6600 Product Storage and Handling Requirements 43 01 7123 Construction Staking 44 01 7423 Cleaning 45 01 77 19 Closeout Requirements 46 01 7823 Operation and Maintenance Data 47 01 7839 Project Record Documents 48 CITY OF FORT WORTH 2008 CIP Neighborhood Street Project--3A STANDARD CONSTRUCTION SPECIFICATION OOCOMENTS 01275 Revised November 9,2011 000000-2 TABLE OF CONTENTS Page 2 of 3 I Technical Specifications which have been modified by the Engineer specifically for this 2 Project; hard copies are included in the Project's Contract Documents 3 4 Division 03-Concrete 5 03 30 00 Cast-In-Place Concrete 6 7 Technical Specifications listed below are included for this Project by reference and can be 8 viewed/downloaded from the City's Buzzsaw site at: 9 10 ht s:// ro•eet oint,bLrzzsaw.com/elient/fortworth ov/Resources/02%20- t 1 %20Construction%2ODocuments/Specifications 12 13 Division 02- Existing Conditions 14 0241 13 Selective Site Demolition 15 0241 14 Utility Removal/Abandonment 16 0241 15 Paving Removal 17 18 Division 03 -Concrete 19 0334 13 Controlled Low Strength Material(CLSM) 20 0334 16 Concrete Base Material for Trench Repair 21 03 80 00 Modifications to Existing Concrete Structures 22 23 Division 31 - Earthwork 24 31 2500 Erosion and Sediment Control 25 26 Division 32-Exteior Improvements r 27 3201 17 Permanent Asphalt Paving Repair 28 3201 18 Temporary Asphalt Paving Repair 29 32 01 29 Concrete Paving Repair 30 32 1123 Flexible Base Courses 31 32 1129 Lime Treated Base Courses 32 3212 16 Asphalt Paving 33 32 1273 Asphalt Paving Crack Sealants 34 32 13 13 Concrete Paving 35 32 1320 Concrete Sidewalks,Driveways and Battier Free Ramps 36 32 13 73 Concrete Paving Joint Sealants 37 32 16 13 Concrete Curb and Gutters and Valley Gutters 38 32 1723 Pavement Markings 39 3232 13 Cast-in-Place Concrete Retaining Walls 40 3291 19 Topsoil Placement and Finishing of Parkways 41 3292 13 Hydro-Mulching, Seeding,and Sodding 42 32 93 43 Trees and Shrubs 43 44 Division 33 -Utilities 45 33 Ol 30 Sewer and Manhole Testing 46 33 0131 Closed Circuit Television(CCTV) Inspection 47 33 0430 Temporary Water Services 48 33 04 40 Cleaning and Acceptance Testing of Water Mains 49 33 05 10 Utility Trench Excavation,Embedment, and Backfill 50 33 05 13 Frame, Cover and Grade Rings CITY OF FORT WORTH 2O08 CIP Neighborhood Street Project—3A STANDARD CONSTRUGHON SPECIFICATION DOCUMENTS 01275 Revised November 9,2011 E 00 00 00-3 TABLE OF CONTENTS Page 3 0173 1 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 2 33 05 17 Concrete Collars 3 33 OS 26 Utility Markers/Locators 4 33 05 30 Exploratory Excavation for Existing Utilities 5 33 11 10 Ductile Iron Pipe 6 33 11 11 Ductile Iron Fittings 7 33 11 12 Polyvinyl Chloride(PVC) Pressure Pipe 8 33 12 10 Water Services 1-inch to 2-inch 9 33 1220 Resilient Seated Gate Valve 10 33 1225 Connection to Existing Water Mains 11 3331 20 Polyvinyl Chloride(PVC)Gravity Sanitary Sewer Pipe 12 33 31 50 Sanitary Sejver Service Connections and Service Line 13 3339 10 Cast-in-Place Concrete Manholes 14 33 39 20 Precast Concrete Manholes 15 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 16 33 4125 Connection to Existing Storm Drain Pipe 17 33 49 20 Curb and Drop Inlets 18 19 Division 34-Transportation 20 3471 13 Traffic Control 21 22 Appendix 23 GC-4.01 Availability of Lands 24 GC-4.02 Subsurface and Physical Conditions 25 GG 4.011 —Underground :1:f.es 26 GG 4.06 Hazardous Eiwirenmental Condition at Site 27 GC-6,06.D Minority and Women Owned Business Enterprise Compliance 28 GC-6.07 Wage Rates 29 GG p: Permits Uti lities o:1:a: 30 GG 6.24 Nondiscrimination 31 GIB-01 60 A 32 33 END OF SECTION CITY OF PORT WORTH 2O08 CIP Neighborhood Street Project—3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised November 9,2011 i City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, December 11, 2012 REFERENCE NO.: LOG NAME: 202008 CIP CONTRACT 3A(CITY NO. 01275) C' 1;V0CM SUBJECT: Authorize Execution of a Contract in the Amount of$1,289,385.40 with Stabile & Winn, Inc., for Pavement Reconstruction and Water and Sanitary Sewer Main Replacement on Portions of Davenport Avenue and Winfield Avenue, Utilize $1,117,009.00 from the 2008 Capital Improvement Program Fund, and $411,922.00 from the Water and Sewer Capital Projects Funds to Provide for Construction Contract Costs, Contingencies and Construction Services for a Project Total of$1,528,931.00 and Adopt Appropriation Ordinance (COUNCIL DISTRICT 3) -------------- RECOMMENDATION: It is recommended that the City Council: 1. Authorize the transfer of$411,922.00 from the Water and Sewer Fund in the amounts of $151,480.00 to the Water Capital Projects Fund and $260,442.00 to the Sewer Capital Projects Fund; 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water Capital Projects Fund by the amount of$151,480.00 and the Sewer Capital Projects Fund by the amount of$260,442.00, from available funds; and 3. Authorize the execution of a contract with Stabile &Winn, Inc., in the amount of$1,289,385.40 for pavement reconstruction, water and sanitary sewer main replacement for the streets listed below. ` DISCUSSION: As a part of the 2008 Capital Improvement Program for Neighborhood Streets the following streets will be completely reconstructed: Contract 3A—Council District 3: Davenport Avenue Brazos Avenue to Old Benbrook Road Winfield Avenue West Butler Street to Carolyn Road In addition to pavement reconstruction, deteriorated water and sewer lines are to be replaced as specified by the Water Department. The contract was advertised for bid on July 19 and 26, 2012, in the Fort Worth Star-Telegram. On August 30, 2012, the following bids were received: Bid Amount Stabile & Winn, Inc. $1,289,385.40 Conatser Construction Texas, LP $1,296,268.25 McClendon Construction Co., Inc. $1,298,722.05 JLB Contracting, LLC $1,343,464.03 Jackson Construction, Ltd. $1,529,501.50 Logname: 202008 CIP CONTRACT 3A (CITY NO. 01275) Page 1 of 3 Staff recommends that the low bid in the amount of$1,289,385,40 submitted by Stabile & Winn, Inc., be selected and a contract awarded. In addition, $239,546.00 will be utilized for contingencies and construction services including surveying, material testing and construction inspection. Stabile & Winn, Inc. is in compliance with the City's BIDE Ordinance by committing to 1 percent MBE participation and documenting good faith effort. Stabile & Winn, Inc. identified several subcontracting and supplier opportunities. However, the MBE's contacted in the areas identified did not submit the lowest bids. The City's goal on this project is 16 percent. This project is located in COUNCIL DISTRICT 3, Mapsco 73V, 90A and 90E. FISCAL INFORMATION ! CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, of the Street Improvements 2008 Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the current capital budgets, as appropriated, of the Water Capital Projects Fund and the Sewer Capital Projects Fund. FUND CENTERS: TO Fund/Account/Centers FROM Fund/Account/Centers 1&2 P253 476045 60317012752 $151.480.00 1�-R 45 538040 0609020 $151,480A0 1&2) P258 476045 7031701275ZZ $260.442.00 1) PE45 538040 0709020 260 442.00 2) P253 _531350 603170127552 $2,600.00 3) P253 541200 603170127583 $127, 995.00 2) P253 531350 _603170127580 $1.300.00 3) P258 541200 703170127583 $219,754.00 2) P253 541200 603170127583 $134.080.00 3) C204 541200 203400127583 $941,936.40 2)P253 531200 603170127584 $2,600.00 2 P253 531350 603170127584 $1.300.00 2 P253 531350.603170127585 8 950.00 2) P253 531350 603170127591 $650.00 2YP258 531350 703170127552 $4,400.00 2) P258 531350 703170127580 2 200.00 2) P258 541200 703170127583 $230. 442.00 2) P258 531200 703170127584 $4,400.00 2) P258 531350 703170127584 IZ290.00 2JP258 531360 703170127585 $15,400.00 2) P258 531350 703170127591 1 100.00 CERTIFICATIONS: Submitted for City Manager's Office by: Fernando Costa (6122) Originating Department Head: Douglas W. Wiersig (7801) Additional Information Contact: Richard Argomaniz (8653) ATTACHMENTS 1. 202008 CIP CONTRACT 3A COMPLIANCE MEMO .pdf (CFW Internal) f Logname: 202008 CIP CONTRACT 3A (CITY NO. 01275) Page 2 of 3 2. 202008__CIP CONTRACT 3A 01275 MAP .pdf (Public) 3. 202008_CIP CONTRACT 3A 01275 SEWER FAR .pdf (CFW Internal) 4. 202008 CIP CONTRACT 3A 01275 STREET_FAR .pdf (CFW Internal) 5. 202008_ CIP CONTRACT 3A 01275 WATER FAR .pdf (CFW Internal) 6. 66. 202008 CIP Contract 3A (_City No. 01275).docx (CFW Internal) 7. C204 541200_2034001275$3.doc (CFW Internal) 8. PE45-538040-0609020.docx (CFW Internal) 9. PE45-538040-0709020docx (CFW Internal) SUGGESTED ATTACHMENTS 1. 202008 CIP CONTRACT 3A(CITY NO. 01275) P253 AO13.doc 2. 202008 CIP CONTRACT 3A(CITY NO. 012,75) P258 AO13.doc Pa e 3 of 3 Logname: 202008 CIP CONTRACT 3A (CITY NO, 01275) g CITY OF FORT WORTH, TEXAS TRANSPORTATION & PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 to the Specifications & Contract Documents fo r 2008 CAPITAL IMPROVEMENT PROGRAM NEIGHBORHOOD STREET CONTRACT 3A CITY PROJECT NUMBER 01275 Addendum No. 1 Issued: August 10, 2012 ` ' This�a�d��td�m4ls � Ott` isslaed This Addendum No. 1, forms part;of the Specifications & Contract Documents for the above referenced project and modifies the original Specifications & Contract Documents of the same. Acknowledge your receipt of this Addendum No. 1 by completing the requested information at the following locations: (1) In the space provide on the signature page of the Proposal (2) Indicate in upper case letters on the outside of your sealed bid envelop: "RECEIVED &ACKNOWLEDGED ADDENDUM No.9" (3) Execute acknowledgement below and submit signed copy with your proposal at the time of bid submittal Failure to acknowledge receipt of the Addendum No. 1 may subject bidder to be considered "NONRESPONSIVE", resulting in disqualification. RECEIPT ACKNOWLEDGED Douglas W.Wiersig, P.E. DIRECTOR TRANSPORTATION &PUBLIC WORKS DEPT. By: Company: ,J Richard Argbmaniz, P.E. L Project Manager 3. f ' CITY OF FORT WORTH, TEXAS TRANSPORTATION & PUBLIC WORKS DEPARTMENT ADDENDUM NO.2 to the Plans, Specifications & Contract Documents for 2008 GIP Neighborhood Street Project—3A Davenport Ave (Old Benbrook Rd to Brazos Ave) Winfield Ave (Carolyn Rd to W Butlor) City Project No. 01275 UNIT 1:Water Improvements-Project No. P253-541200-60317-0127583 UNIT IL Paving Improvements-Project No. C204-541200-20340-0127583 UNIT 111: Sewer Improvements—P258-541200-70317-0127583 Bid Date: August 30, 2012, 1:30 PM Addendum No 2: Issued August 27 2012 This Addendum forms part of the Plans, Specifications and Contract Documents for the above referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below, in the proposal (Proposal Signature Page) and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The Plans, Specifications and Contract Documents are hereby revised by Addendum No. 2 as follows. SPECIFICATIONS & CONTRACT DOCUMENTS 1. SECTION 00 42 43 BID PROPOSAL- Replace bid proposal sheets 5 of 9 and 6 of 9 of the Bid Proposal with attached sheets (Excel spreadsheet updated in Addendum 2 folder in Buzzsaw). Revised bid proposal contains changes (including pre-bid amounts)to the fallowing items: Bid Item No. 2-24—Topsoil Bid Item No. 2-26— Manhole Adjustment, Minor Bid Item No. 2-28--Valve Box Adjustment Bid Item No. 2-33—Utility Adjustment Bid Item No. 2-34-- Meter Box Adjustment Addendum No.2,Page 1 • 2. SECTION 33 4110—REINFORCED INFORCED CONCRETE STORM DRAIN PIPEIGULVERTS Section 3.7,AA —Video Inspection, requires CCTV of all installed reinforced c6ricrato pipeslboxes. 3, SECTION 32 18 13—CONCRETE PAVING Section 2.,4.A,b defines the-standard class of concrete. The.min[mum 28 day compressive strdhoth 19 3,600 psi for--machine laid concrete paving and 4,600 psi for hand laid concrete paving. 4. SECTION,32 32 13-CAST-IWPLACE CONCRETE RETAINING WALLS The attached detail; CONCRETE.RETAINING WALL WITH SIDEWALK, provides clarification for pay Ilmits for retaining wall and sidewalks. 5. Per Sheet 46 of"67 of the construct'ion plans,the maximum spaclIng between expanslori joints is,300 iinearfeet., A signed copy qf the Addendum shoqld be included In the seqlad'bld envelope at toe.time of bid submittal. Fallure to acknowlqdgp the receipt of this Addendum could cause thR subject bidder tQ be considered"NONRESPONSIVE,"resulting in dl�qualfflca(ion. REECEIPTACKNOWLEDGEMENT: Doug W Wiersig, Ph.D., R.E. biropfor,Transp-ortatiah&Poblic, Wbrks.D'epad'MenL Company: .'-rA2kXLr_ A- \Jlqh��O_ .Lkd_,�N vvl Ut QA SP By Rfchafd AfgornaWiz, PE Title; Project Manager ARL CARL J.KF110 Addendum No.2,Vnge 2 00 4x 43 nu3 PttuPDSA1. ,_ P�5of9 SECTION 00 42 43 PROPOSAL PORM UNIT PRICE BIDBidder's Application 1'rojcct Ilan Infonmtion Bidder's Proposal liidlistlreni specificalion tlnilof No. DescriptionScelino No, measure Bid QuDDEity Unit Pricc Rid VaG1v Unit I:Water Improvements 1-Oi 02,11.0100 RemoveSkievlalk 024113 SF 40 '? 1-0?. 02dt.1004 Water Line Grouting 02 41 14 CY 3 1-03 0241.1203 8"Water Abandonment Plug 024114 EA 2 1-04 0241.1302 Remove 6"Water Valve 02 41 t4 EA 1 i-05 0241,1305 RemoveI WaterValvo 024114 F.P. 2 1.08 4241.151i Salvage3l4"Water Meter 024i14 to 24 1-07 3126.0101 SWPPP z 1 acre 51215 00 LS 1 100 3201.0i 13 6'WtdE Aspl3al€Fvml Repair,Residential - - 3201 17- --_LF -_29_.__.------ ._- --- - -W- 1-09 3201,0400 TompDrary Asphalt Paving Repair 3201la LF 1472 1-t0 3201.(}012 7"CDncPvmtRepair 320129 SY 43 1 11 3213,0301 4"Cone Side alk 321320 Sr 40 - 1-12- 3304,0101 Temporary Wa_tet-Servlces�----- _. 33 a4 30 ._-- --LS1-13 3305.0109 3305.0109 Trench Safety 33 D5 10 LF 1140 :, 1-14 33D5.0110 Uti€lty Markers 33 05 26 LS 1 1-15 3311,0001 Ductile Iron Water Fittings 3311 ti TON 1.2 1-16 3311.0281 8"PVC Water Pipe 3311 12 LF -- 681 1-17 3311.0401 ' PVC Water Pipe 33 11 12 LF 559 1-113 3312.0103 Connection to Exislin 0"Water main 33 12 25 EA 2 1-10 3312.0105 Connection toFxisling 12"Water Main 331225 EA 3 1-20 3312.2003 1"Water Service 331210 EA 24 1-21 :3312.3003 a"Gale Valve $3 12 20 FA 2 1.22 3312.3005 2"Gate Valve 331220 FA 2 ' 1-23 347i.ODDf Traffic Control 3471 13 M0 2 Unit II:Paving Improvements 2-01 024t.0100 Remove Sidewalk 02 41 13 SF 1288 2-02 0241,0200 Remove Step 02 41 13 SF 130 _- - -...............__.. _........,_.. 2.03 0241.0401 Remove Concrete l7rlve 02$1 13 Sf 12,072 2.04 0241.06W Remove Wall-4 0241 13 LF 25 2-05 0241.1300 Remove Conc Curb&Gu€tar 0241 15 LF 7928 2-06 0241.1400 Remove Conc Valley Gutter 02 41 15 SY 71 2•D7 9999,0000 Remove V Curb Inlet 000000 FA 1 2-08 0241.4001 Remove 10'Curb Ittlet 0241 14 EA 7 2-09 0241,4003 Remove 2V Curb Inlet 02 41 14 EA 1 2-10 3123,0101 Unclasslrred Excavation 312316 CY 5321 2-11 3125.0101 SWPPPz1acro 312500 LS 1 2-12 3211,04W Lima 324129 TN 347 - 2-13 3211.0502 t3"Lime Treatment -- 3211 29 SY 14467 2-14 3212.0401 HMAC Ttansition 321216 TN 69 2-18 3213.0102_7"Conc Pvmt 32 1313 SY 13466 2.16--3213.0301 4"Cone Sidewalk - - - 321320 St± - 233.58 Concret 2-17 9999.0013 0 6" e Step ------ -- - - 00 00 a0 Sr- Sf --2.18 - 3213.0401 6"Concrete Driveway - 32 13 20- ~SF 14633 - 2-19 3213.0512 6'Barrier Free Ramp,Typo B --^-- -- 321320 FA ----17 -- T- -7-20 3213,0513 5`B arrior Froo Ramp,Type 1 i 2.21 3213.0518 5`9arder Free Ramp,Type 1i 321320 EA 4 2-22 3216,0102 7"Cone Curb and Gutter 3216 13 LF 30 2-2.3 3232.0100 Conc Pet Wall wllh Sidewalk 32 32 13 SF 50 2-24 3291.0100 Topsoil 3291 11) CY 709 $16.00 $1262400 2-25 3301,0002 Post-CGTV lnspecl on 33 01 31 LF 33 2.26._...3305.0107 uMartlloleAdjustment,Minor -- - 330514-.__.-- --E q -- 6 350.00 $2,10R.00 2-27 3305.0109 Trench Safety 33 05 10 LF 33 MY OF FOICr wownt STANDARD CONStRMN10N SPECIFICA110N DOCUMMUS Penn Hoittd 2012(9" 00 43 UO 0 43 13_00 42 43_OD 43 37_0 45 32 to 35 13-B%t V(,VMl Adt02 004a43 DIP PROPOSAL Page G of 9 8LCf1DN 00 42 43 PROPOSALFrORM UNIT PRICE BAD Bidder's Application Projecl Itein Infounalion Bidders Proposnl 13idlist Ffent I]uscriPfion Spccificnliun Ullil of Bid QDlsuity Unit Price Enid Valve No. Section No. Measure -- -- --- - - __ _._._.....--___.._.-._ 2.20 3305.0111 Valve Box Adjustment 330514 l=A 43- _ 300.U0 $3 80U.U0 __......._._..- _ - ----- ----- _................_:, ._ 2,29 3341.1002 3x3 Box Culvert 3341 10 LF 33 --- :---..---- -- ------- -- -.. - _ _ - ---- --- ------- _ -.-- 2.30 3349.6001 10 Curb Inlet 334020 FA q 2.31 3349.5003 20'Curb Inlet 33 49 20 PA 2 2,32 3471.0001 Trafric Control 3471 13 h10 12 2-33 OD99.0000 Utility Adjustment Do go(10 LS 1 $10,000,00 $10,000.00 2.34 9909.00D0 Meter Box Adjustment O0 00 00 F-A 65 $35.00 $2,275,00 Unit Ill:Sewer Improvements 3.01 0241.2201 Remove 4'Sewer Manhole 0241 14 EA 4 _._.- ._......_....... 3-02 3201.0123 G'11Vide Asphalt Pvmt Repair,Arlerial 3201 17 LF 35 3.03 3201.0400 Temporary Asphalt Paving Repair 3201 18 LF 3817 _-- - - ------ -._.................. 3,04 3125.0101 SWPPP a 1 acre 3125 00 LS S 3-05 3301.0001 Pre-CCTV Inspection 3301 31 LF 2009 3-00 3301,0002 post-CCTV lnspeaon 33 01 31 LF 20D9 3- 77 3301.0101 Manhole Vacuum Testing 33 01 30 EA 5 3.00 3305,0103 Exploratory Exe-avallon of r::xlsttng dillies 33 05 30 E 4 5 3-09 3305,0109 Trench Safety 33 0510 LF 2069 3-10 3305,0110 Utility Markers 330626 LS 1 3.11 3305.0113 Clay Dams 33 05 15 EA 2 3-12 3305.0112 Concrete Collar 33 05 17 EA 7 3-13 3331,3101 4"Sower Service 3331 50 P-A 82 344 3331.4115 8"Sewer Pipe 3311 10,33 31 LF 2000 3.15 3331.4201 10'Sewer PI a 3311 10,33 31 LF 603 3-10 3339.10D1 4'Manhole 33 3910 33 39 EA 5 3-17 3339,10D3 4'Extra Depth Manhole 33 3910,33 39 VF 2 3-18 3471.0001 Ttaffia Control 34 7113 MO 2 Rid Summary Base slid --�_.Unil 1:Water Improvements Unit lI:Paving Improvements _�._.._.__.UrIII Ill:SovaeT Improvements Total Base Bid Total Bid Crly tit,F0111•Wowm STANDARD COI14TRr1L'TION SPECIFICATIOV DOCOMENTS F'aim]tc5ixd 2fl120R27 OD41000D4113_00)4247 004317•D 45 I2 W3513_nid P,".k_AddG2 i~ a a tL TAMPED TOPSOIL Chi T.�.jirl kII- 2" CLEAR TYP. �—I I II I I 1 I_-1 # -I 1 I I=HI O.C.B.W. I III iTI- �- 2" SCH. 40 PVC WEEP HOLES AT III I11—I I� 10' o" OC -III III--_III CONSTRUCTION r I I I=1 11 1 CUBIC FOOT OF JOINT (OPT) ,;- _IIl III- II FREE DRAINING SIDEWALK SLOPE III AGGREGATE WRAPPED a AT 1/4" PER FOOT III IN FILTER FABRIC 11.E (SUBSIDIARY TO .� : ., -.` _ RETAINING WALL PER '-1I I III III— CD SECTION 32 32 13) f- -- i I �� _- —f I I I I•I__1.1_I— I'I--- 1�= I I [[ II tl�l I1-1 COMPACTED #3 0 12 u � '11 III__; II;..::III:r-ill:.::I�I,-IIILIIEI�I,,,III SUBGRADE O.C.B.W. C° 3'-4" 8" 1'--8° MEASURED ANDFOOTING : SUBSIDIARY r*+ `�� •''•• �•,•�� � t�7 �— PAID AS CONCRETE TO RETAINING SIDEWALK PER WALL PER SECTION 32 13 7.0 SECTION 32 32 13 ••••.. ' CAAL J. KROGNES S , D1SU� 1. COMPACT SUBGRADE TO 95% STD. PROCTOR. ; SSIQNAL 2. ALL EXPOSED EDGES TO BE CHAMFERED. 3. JOINTING ON WALL TO MATCH JOINTING ON SIDEWALK. 0 O a i'o�t 'WOrt CITY OF FORT WORTH 0 TEXAS ' A I 200©CIP iF£IGHBORHODD STREET PROJECT— 3A DAVENPORT AVEnuE (OLO DEHRROOK RD TO NAM AVE) }3WRUO AVENUE(CARO0?I RD TO W BUTLER ST) CONCRETE RETAINING WALL WITH SIDEWALK BROWN '{a V..�+��'e Qo Iu �loWn Ac7.y�nyn.o�.�1na U `y b?]1Yaa lrSl,6lta€�+b,Km14Y�N+,1%76562 . &({J / T.5:61ilwaM N oaGaerf a'rlsu'.�EB�Y.fiS85 Wl.F9.f1 N0. 7 DPE RcgISln Bonifo.F•161G z DESIGNED: JTA DATE SCALE PROJECT 110. ShIA '! DRAVRI: 3J00 AUGUST 1 i3 N.7.S. 01275 m nlfruFm r~et �n3� . � Page [ of 1 SECTION 00 1113 2 INVITATION TO BIDDERS 3 RECEIPT OF BIDS 4 Sealed bids for the construction of 2008 CIP Neighborhood Street Project—3A,Davenport 5 Avenue and Winfield Avenue,City Project No. 01275 will be received by the City of Fort Worth 6 Purchasing Office: 7 8 City of Fort Worth 9 Purchasing Division 10 1000 Throckmorton Street 11 Fort Worth,Texas 76102 12 until 1:30 P.M.CST,Thursday,August 16,2012,and bids will be opened publicly and read aloud 13 at 2:00 PM CST in the Council Chambers. 14 15 GENERAL DESCRIPTION OF WORK 16 The major work will consist of the(approximate)following: 17 Unit I—Water Improvements 18 582 LF 8-Inch Waterline by Open Cut 19 588 LF 12-Inch Waterline by Open Cut 20 Unit 11—Sewer Improvements 21 603 LF 10-Inch Sewer line by Open Cut 22 2,065 LF 8-Inch Sewer line by Open Cut 23 Unit III—Paving&Drainage Improvements 24 12,880 SY 7-Inch Concrete Paving 25 13,728 SF 6-Inch Concrete Driveway 26 33 LF 30 Box Culvert 27 28 PREQUALIFICATION 29 The improvements included in this project must be performed by a contractor who is pre- 30 qualified by the City at the time of bid opening.The procedures for qualification and pre- 31 qualification are outlined in the Section 00 21 13—INSTRUCTIONS TO BIDDERS. 32 33 DOCUMENT EXAMINATION AND PROCUREMENTS 34 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 35 of Fort Worth's Purchasing Division website at http://www.fortworthgov.orgjpurchasin and 36 clicking on the Buzzsaw link to the advertised project folders oil the City's Buzzsaw site. The 37 Contract Documents may be downloaded,viewed, and printed by interested contractors and/or 38 suppliers. 39 40 Copies of the Bidding and Contract Documents may be purchased from: 41 Brown&Gay Engineers, Inc 42 500 West 7`f' Street, Suite 1800 43 Fort Worth,TX 76102 44 45 The cost of Bidding and Contract Documents is: 46 Set of Bidding and Contract Documents with full size drawings: $125.00 47 Set of Bidding and Contract Documents with half size(if available)drawings: $75.00 48 49 Bidding Documents will be matte available beginning Tuesday,July 24,2012. 0021 13-1 INSTRUCTIONS TO BIDDERS Page 1 of 9 1 SECTION 00 2113 2 INSTRUCTIONS TO BIDDERS 3 Defined Terms 4 5 1.1.Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 6 00-GENERAL CONDITIONS. 7 8 1.2.Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 9 meanings indicated below which are applicable to both the singular and plural thereof. 10 11 1.2.1. Bidder: Any person,firm, partnership, company,association,or corporation acting 12 directly through a duly authorized representative, submitting a bid for performing 13 the work contemplated under the Contract Documents. 14 15 1.2.2. Nonresident Bidder: Any person, firm, partnership,company,association,or 16 corporation acting directly through a duly authorized representative, submitting a 17 bid for performing the work contemplated under the Contract Documents whose 18 principal place of business is not in the State of Texas. 19 20 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City 21 (on the basis of City's evaluation as hereinafter provided)snakes an award. 22 23 2. Copies of Bidding Documents 24 25 2.(.Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 26 resulting from the Bidders use of incomplete sets of Bidding Documents. 27 28 2.2.City and Engineer in making copies of Bidding Documents available do so only for the 29 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant 30 for any other use. 31 32 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 33 34 3.1.All Bidders and their subcontractors are required to be prequalified for the work types 35 requiring prequalification at the time of bidding.Bids received from contractors who are 36 not prequalified(even if inadvertently opened)shall not be considered. 37 38 3.2.Each Bidder unless currently prequalified,must be prepared to submit to City within 39 seven(7)calendar days prior to Bid opening,the documentation identified in Section 00 40 45 11, BIDDERS PREQUALIFICATIONS. 41 42 3.2.1. Submission of and/or questions related to prequalification should be addressed to 43 the City contact as provided in Paragraph 6.1. 44 45 CITY OF PORT WORTH 2O08 C1P Neighborhood Street Project—3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised July 1,2011 0021 13-3 INSTRUCTIONS TO BIDDERS Page 3 of 9 1 4.1.7. Perform independent research, investigations,tests, borings,and such other means 2 as may be necessary to gain a complete knowledge of the conditions which will be 3 encountered during the construction of the project. On request, City may provide 4 each Bidder access to the site to conduct such examinations, investigations, 5 explorations, tests and studies as each Bidder deems necessary for submission of a 6 Bid. Bidder must fill all holes and clean up and restore the site to its former 7 conditions upon completion of such explorations, investigations,tests and studies. 8 9 4.1.8. Determine the difficulties of the Work and all attending circumstances affecting the 10 cost of doing the Work,time required for its completion, and obtain all information I required to make a proposal. Bidders shall rely exclusively and solely upon their 12 own estimates, investigation, research, tests,explorations,and other data which are 13 necessary for full and complete information upon which the proposal is to be based. 14 It is understood that the submission of a proposal is prima-facie evidence that the 15 Bidder has made the investigation,examinations and tests herein required. Claims 16 for additional compensation due to variations between conditions actually 17 encountered in construction and as indicated in the Contract Documents will not be 18 allowed. 19 20 4.19. Promptly notify City of all conflicts,errors, ambiguities or discrepancies in or 21 between the Contract Documents and such other related documents. The Contractor 22 shall not take advantage of any gross error or omission in the Contract Documents, 23 and the City shall be permitted to make such corrections or interpretations as may 24 be deemed necessary for fulfillment of the intent of the Contract Documents. 25 26 4.2. Reference is made to Section, 00 73 00—Supplementary Conditions for identification of: 27 28 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 29 the site which have been utilized by City in preparation of the Contract Documents. 30 `The logs of Soil Borings, if any,on the plans are for general information only. 31 Neither the City nor the Engineer guarantee that the data shown is representative of 32 conditions which actually exist. 33 34 4.2.2. those drawings of physical conditions in or relating to existing surface and 35 subsurface structures(except Underground Facilities)which are at or contiguous to 36 the site that have been utilized by City in preparation of the Contract Documents. 37 38 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 39 on request. Those reports and drawings may not be part of the Contract 40 Documents,but the"technical data"contained therein upon which Bidder is entitled 41 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 42 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 43 responsible for any interpretation or conclusion drawn from any"technical data"or 44 any other data, interpretations,opinions or information. 45 CITY OF PORT WORTH 2O08 CIP Neighborhood Street Project--3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised July 1,2011 0021 13-5 INSTRUCTIONS TO BIDDERS Page 5 of 9 1 6.1.All questions about the meaning or intent of the Bidding Documents are to be directed to 2 City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions 3 received after this day may not be responded to. Interpretations or clarifications 4 considered necessary by City in response to such questions will be issued by Addenda 5 delivered to all parties recorded by City as having received the Bidding Documents. 6 Only questions answered by formal written Addenda will be binding. Oral and other 7 interpretations or clarifications will he without legal effect. 8 9 Address questions to: to I I City of Fort Worth I2 1000 Throckmorton Street 13 Fort Worth,TX 76102 14 Attn: Richard Argomaniz PE,Transportation&Public Works 15 Fax: (817)392-7854 16 Email:Rieliard.Argomaniz@fortworthtexas.gov 17 Phone: (817)392-8653 18 19 20 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by 21 City. 22 23 6.3.Addenda or clarifications may be posted via Buzzsaw at 24 hops://�ro�ectPoi�rt.buazsatv.com/clien(joorhvot ovlInfiastrrrctioe%20Projecfs/0127S 25 %2O-%2ODavenpof•t%2OAve%20oo2OWi�rifred%2OAye%20- 26 %202008%20CIP%203A/Bid%2OPackage 27 28 6.4.A prebid conference maybe held at the time and place indicated in the Advertisement or 29 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 30 Project. Bidders are encouraged to attend and participate in the conference. City will 31 transmit to all prospective Bidders of record such Addenda as City considers necessary 32 in response to questions arising at the conference. Oral statements may not be relied 33 upon and will not be binding or legally effective. 34 35 7. Bid Security 36 37 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 38 (5)percent of Bidder's maximum Bid price on forin attached, issued by a surety meeting 39 the requirements of Paragraphs 5.01 of the General Conditions. 40 41 7.2.The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 42 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 43 Agreement within 10 days after the Notice of Award,City may consider Bidder to be in 44 default,rescind the Notice of Award,and the Bid Bond of that Bidder will be forfeited. 45 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 46 other Bidders whom City believes to have a reasonable chance of receiving the award 47 will be retained by City until final contract execution. 48 CITY OF FORT WORTH 2O08 CIP Neighborhood Street Project---3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised duly 1,2011 0021 13-7 INSTRUCTIONS TO BIDDERS Page 7 of 1 12.3. Bids by corporations shall be executed in the corporate name by the president or a 2 vice-president or other corporate officer accompanied by evidence of authority to 3 sign. The corporate seal shall be affixed. The corporate address and state of 4 incorporation shall be shown below the signature. 5 6 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 7 partner,whose title must appear under the signature accompanied by evidence of 8 authority to sign. The official address of the partnership shall be shown below the 9 signature. 10 11 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 12 member and accompanied by evidence of authority to sign. The state of formation of 13 the firm and the official address of the firm shall be shown. 14 15 12.6. Bids by individuals shall show the Bidder's name and official address. 16 17 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 18 indicated on the Bid Form. The official address of the joint venture shall be shown. 19 20 12.8. All names shall be typed or printed in ink below the signature. 21 22 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda,the numbers of 23 which shall be filled in on the Bid Form. 24 25 12.10. Postal and e-mail addresses and telephone number for communications regarding the 26 Bid shall be shown. 27 28 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 29 Texas shall be provided in accordance with Section 00 43 37—Vendor Compliance 30 to State Law Non Resident Bidder. 31 32 13. Submission of Bids 33 Bids shall be submitted on the prescribed Bid Form,provided with the Bidding Documents, 34 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 35 addressed to City Manager of the City,and shall be enclosed in an opaque sealed envelope, 36 marked with the City Project Number,Project title,the name and address of Bidder,and 37 accompanied by the Bid security and other required documents. If the Bid is sent through the 38 mail or other delivery system,the sealed envelope shall be enclosed in a separate envelope 39 with the notation "BID ENCLOSED" on the face of it. 40 41 14. Modification and Withdrawal of Bids 42 43 14.1. Bids addressed to the City Manager and filed with the Purchasing Office cannot be 44 withdrawn prior to the time set for bid opening. A request for withdrawal must be 45 made in writing by an appropriate document duly executed in the manner that a Bid 46 must be executed and delivered to the place where Bids are to be submitted at any 47 time prior to the opening of Bids. After all Bids not requested for withdrawal are 48 opened and publicly read aloud, the Bids for which a withdrawal request has been 49 properly filed may, at the option of the City, be returned unopened. 50 CITY OF FORT WORTH 2O08 CIP Neighborhood Street Project--3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised July 1,2011 i i j 0021 13-9 INSTRUCTIONS TO BIDDERS Page 9 of 9 1 17.4. Contractor shall perform with his own organization, work of a value not less than 2 35% of the value embraced on the Contract, unless otherwise approved by the City. 3 i 4 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 5 responsive Bidder whose evaluation by City indicates that the award will be in the 6 best interests of the City. 7 8 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award 9 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 10 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 11 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 12 comparable contract in the state in which the nonresident's principal place of 13 business is located. 14 15 17.7. A contract is not awarded until formal City Council authorization. If the Contract is 16 to be awarded, City will award the Contract within 90 days after the day of the Bid 17 opening unless extended in writing. No other act of City or others will constitute 18 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by 19 the City. 20 21 17.8. Failure or refusal to comply with the requirements may esult in rejection of Bid.r 22 23 18. Signing of Agreement 24 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the 25 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 26 Contractor shall sign and deliver the required number of counterparts of the Agreement to 27 City with the required Bonds, Certificates of Insurance, and all other required documentation. 28 City shall thereafter deliver one fully signed counterpart to Contractor. 29 30 END OF SECTION CITY OF FORT WORTH 2O08 CIP Neigliborhoad Street Project--3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised duly 1,2011 00 35 13 � BID FORM Page 1 of 1 SECTION 00 35 13 CONFLICT OF INTEREST AFFIDAVIT Each bidder, offeror, or respondent(hereinafter also referred to as"you")to a City of Fort Worth (also referred to as"City") procurement are required to complete Conflict of Interest Questionnaire (the attached CIQ Form)and Local Government Officer Conflicts Disclosure Statement(the attached CIS Form)below pursuant to state law. This affidavit will certify that the Bidder has on file with the City Secretary the required documentation and is eligible to bid on City Work. The referenced forms may also be downloaded from the website links provided below. a http://www.ethics.state,tx.us/fornis/Cl df littp://www.ethics.state.tx.us/formsiCIS..pdf l CIQ Form is on file with City Secretary 1 _Z CIQ Form is being provided to the City Secretary CIS Form is on File with City Secretary l CIS Form is being provided to the City Secretary BIDDER: Stabile &Winn, Inc. By: ,ferry Henderson P.O. Box 79380 Signature: a==� Saginaw,TX 76179 Title: Vice President END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 City Bid Proposal Adddendum#2 1 { CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or other person doing business with local governmental entity i This questionnaire reflects changes made to the taw by W.B. 1491, 80th Leg., Regular Session. OFFICI=USE ONLY This questionnaire is being filed in accordance with Chapter 176, Local Government Code Date Received by a person who has a business relationship as defined by Section 176,001(1-a)with a local governmental entity and the person meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006,Local Government Code. A person commits an offense if the person knowingly violates Section 176.006, Local Government Cade.An offense under this section is a Class C misdemeanor. 1 Name of person who has a business relationship with local governmental entity. 2 Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) 3 Name of local government officer with whom filer has employment or business relationship. �10 N Name of officer — This section (item 3 including subparts A, B, C & D) must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 176.001(1--a), Local Government Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the filer of the questionnaire? 0 Yes O-No B, Is the filer of the questionnaire receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? Yes EtNo C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership of 10 percent or more? F7 Yes El'No D. Describe each employment or business relationship with the local government officer named in this section. NoM� 4 Zot2 Sign, of rson doing business will,the governmental entity Date Adopted 06/29/2007 I I LOCAL GOVERNMENT OFFICER FORM CIS CONFLICTS DISCLOSURE STATEMENT (Instructions for completing and filing this form are provided on the next page.) This questionnaire reflects changes made to the law by H.B. 1491, 80th Leg., Regular Session. QFFICEUSECINLY This is the notice to the appropriate local governmental entity that the following local government officer has become aware of facts that require the officer to file this statement Date Received in accordance with Chapter 176, Local Government Code. Name of Local Government Officer 2 Office Meld 3 Name of person described by Sections 176.002(a)and 176.003(a), Local Government Code �10 t-At-- Description of the nature and extent of employment or other business relationship with person named in item 3 5 List gifts accepted by the local government officer and any family member, excluding gifts described by Section 176,003(a-1), if aggregate value of the gifts accepted from person named in item 3 exceed$250 during the 12-month period described by Section 176.003(a)(2)(B) 4 Date Gift Accepted 1T"+ Description of Gift M ✓(+ Date Gift Accepted Description of Gift (" Date Gift Accepted Description of Gift (attach additional forms as necessary) 6 AFFIDAVIT t swear under penalty of perjury that the above statement is true and correct. I acknowledge that the disclosure applies to a family member (as defined by Section 176.001(2), Local Government Code) of this local government officer. I also acknowledge that this statement covers the 12-month period described by Section 176.003(a), Local Government Code. Signature of Local Government Officer AFFIX NOTARY STAMP ! SEAL ABOVE Sworn to and subscribed before me,by the said this the day of 20 to certify which,witness my hand and seal of office. Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Adopted 06/29/2007 LOCAL GOVERNMENT OFFICER CONFLICTS DISCLOSURE STATEMENT Section 176.003 of the Local Government Code requires certain local government officers to file this form. A "local government officer" is defined as a member of the governing body of a local governmental entity; a director, superintendent, administrator, president, or other person designated as the executive officer of the local governmental entity; or an employee of a local governmental entity with respect to whom the local governmental entity has, in accordance with Section 176.005, extended the requirements of Sections 176.003 and 176.004. This form is required to be filed with the records administrator of the local governmental entity not later than 5 p.m. on the seventh business day after the date on which the officer becomes aware of the facts that require the filing of this statement. A local government officer commits an offense if the officer knowingly violates Section 176.003, Local Government Code.An offense under this section is a Class C misdemeanor. Please refer to chapter 176 of the Local Government Code for detailed information regarding the requirement to file this form. INSTRUCTIONS FOR COMPLETING THIS FORM The following numbers correspond to the numbered boxes on the other side. 1. Name of Local Government Officer. Enter the name of the local government officer filing this statement. 2. Office Held. Enter the name of the office held by the local government officer filing this statement. 3. Name of person described by Sections 176.002(a) and 176.003(a), Local Government Code. Enter the name of the person described by Section 176.002, Local Government Code with whom the officer has an employment or other business relationship as described by Section 176.003(a), Local Government Code. 4. Description of the nature and extent of employment or business relationship with person named in item 3. Describe the nature and extent of the employment or other business relationship with the person in item 3 as described by Section 176.003(a), Local Government Code. 5. List gifts accepted, excluding gifts described by Section 176.003(a-1), if aggregate value of the gifts accepted from person named in item 3 exceed $250. List gifts accepted during the 12-month period (described by Section 176.003(a), Local Government Code) by the local government officer or family member of the officer, excluding gifts described by Section 176.003(a-1), from the person named in item 3 that in the aggregate exceed $250 in value. 6. Affidavit. Signature of local government officer. Adopted 06129/2007 00 4100 (310 FORM Page 1 of 3 SECTION 00 4100 BID FORM TO: The City Manager clo:The Purchasing Department 1000 Throckmorton Street City of Fort Worth,Texas 76102 FOR: 2008 CIP Neighborhood Street Project—3A Davenport Ave(Old Benbrook Rd to Brazos Ave)and Winfield Ave(Carolyn Rd to W Butler St) City Project No.: City Project No.01275 Units/Sections: UNIT I:Water Improvements-Project No.-P253-541200-60317-0127583 UNIT ll: Paving Improvements-Project No.-C204-541200-20340-0127583 UNIT III: Sewer Improvements-Project No.-P258-541200-70317-0127583 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents, 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS,including without limitation those dealing with the disposition of Bid Bond. 2.2, Bidder is aware of all costs to provide the required insurance,will do so pending contract award,and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt,fraudulent,collusive,or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice"means the offering,giving,receiving,or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice"means an intentional misrepresentation of facts made(a)to influence the bidding process to the detriment of City(b)to establish Bid prices at artificial non-competitive levels,or(c)to deprive City of the benefits of free and open competition. - c. "collusive practice"means a scheme or arrangement between two or more Bidders,with or without the knowledge of City,a purpose of which is to establish Bid prices at artificial,non-competitive levels. d. "coercive practice"means harming or threatening to harm,directly or indirectly,persons or their property to influence their participation in the bidding process or affect the execution of the Contract. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 City Bid Prcposal Adddendum#2 0041 00 BID FORM Page 2 or 3 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Concrete Construction/Reconstruction b. Asphalt Construction/Reconstruction c. Water Line Construction d. Sewer Line Construction 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 270 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work (and/or achievement of Milestones)within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form,Section 00 4100 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form,Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder,Section 00 43 37 e. MWBE Forms(optional at time of bid) f. Prequalification Statement,Section 00 45 12 g. Conflict of Interest Affidavit,Section 00 3513 *If necessary,CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders S. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project.Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to -- verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. Total Bid $1,289,385,40 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 City B€d Proposal Adddendum fit 00 41 00 BID FORM Page 3of3 7. Bid Submittal This Bid is submitted on Aug.30,2012 by the entity named below. Respectfully submitted, Receipt is acknowledged of Initial the following Addenda: By Addendum No. 1: (Signature) Addendum No.2: Addendum No.3: i14 Jerry Henderson Addendum No.4: iy (Printed Name) Title: Vice President Company: Stabile&Winn, Inc. Corporate Seal: Address: P.O. Box 79380 Saginaw,TX 76179 State of Incorporation: Texas Email: ierry.hendersoriPstabilewinn.com Phone: 817-847-2086 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 City Hid Proposal Adddendum 92 00 42 43 BID PROPOSAL. Page 5 of 4 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Iteur Infonnation Bidder's Proposal Bidlist Item Specification Unit of Description Bid Quantity Unit Price Bid Value No. Section No. Measure '. Unit I:Water Improvements ......... .. ..... .. 01 0241.0100 Remove Sidewalk 0241 13 SF 40 $2.00 $80.00 .. ......... .. 1-02 0241.1001 Water Line Grouting 0241 14 CY 3 $80.00 $240.00 .. ..... 1-03 0241.1203 8"Water Abandonment Plug 0241 14 EA 2 $110.00 $220.00 1-04 0241.1302 Remove 8"Water Valve D2 41 14 EA 1 $250,00 $250.00 1.05 0241,1305 Remove 12"Water Valve 02 41 14 EA 2 $250,00 $500.00 1106 0241.1511 Salvage34 Water Meter 024114 EA 24 $43.00 $1,032,00 ... .. ....... ... .... . .. 1-07 3125.0101 SWPPP ?1 acre 31 25 00 LS 1 $100.00 $100,00 1-08 3201.0113 6'Wide Asphalt Pvmt Repair,Residential 3201 17 LF 29 $33.00 $957.00 . .. ........ . _ 1-09 3201.0400 Temporary Asphalt Paving Repair 3201 18 LF 1472 $9.00 $13,248.00 1-10 3201.D612 7"Conc Pvmt Repair 32 01 29 SY 43 $80.00 $3,440.00 1.11 3213.0301 4"Conc Sidewalk 32 13 20 SF 40 $5.00 $200.00 1-12 3304.0101 Temporary Water Services 33 04 30 LS 1 $7,000.00 $7,000.00 _ ......... ......... ......... 1-13 3305.0109 Trench Safety 33051D LF 1140 $0.10 $114.00 1-14 3305.0110 Utility Markers 33 05 26 LS 1 $50.00 $50.00 .. . ... ......... 1-15 3311.0001 Ductile Iron Water Fittings 3311 11 TON 1.2 $6,500.06 $7,800.00 1-16 3311,0261 V'PVC Water Pipe 33 11 12 LF 581 $38.00 $22,078.00 . . . . ..... ......... ......... ......... ........ _ 1-17 3311,0461 12"PVC Water Pipe 33 11 12 LF 559 $54.00 $30,186.00 1-18 3312,0103 Connection to Existing 8"Water Main 33 12 25 EA 2 $1,000,00 $2,000,00 1-19 3312,0105 Connection to Existing 12"Water Main 33 12 25 EA 3 $2,600.00 $7,800.00 ...._. ......... . ..... ... ... .... ... 1-20 3312.2003 1"Water Service 33 12 10 EA 24 $875.00 $21,000.00 1-21 3312.3003 8"Gate Valve 33 12 20 EA 2 $1,200.00 $2,400.00 1-22 3312.3005 12"Gate Valve 33 12 20 EA 2 $2,200.00 $4,400.00 1-23 3471.0001 Traffic Control 3471 13 MO 2 $1,300.00 $2,600.00 Unit 11:Paving Improvements ......... .... ........ 2-01 0241.0100 Remove Sidewalk 0241 13 SF 1288 $0.50 $644.00 2-02 0241.0200 Remove Step 02 41 13 SF 130 $5.00 $650.00 ........ ......... ..... . . 2.03 0241,0401 Remove Concrete Drive 0241 13 SF 12072 $0.50 $6,036.00 2.04 0241,0600 Remove Wall<4' 0241 13 LF 25 $5.00 $125.00 ........ ._....... _ _ _ .. 2-05 0241.1300 Remove Cone CurbRGutteT 0241 15 LF 7926 $1.00 ... $7,926.00 2-06 0241.1400 Remove Cone Valley Gutter 0241 15 SY 71 $9.00 $639.00 _ ......... ._ 2-07 9996.0000 Remove 5'Curb Inlet 00 00 00 EA 1 $550.00 $550.00 2.08 0241,4001 Remove 10'Curb Inlet 0241 14 EA 7 $750.00 $5,250,00 2-09 0241.4003 Remove 20'Curb Inlet 024114 EA 1 $1,100.00 $1,100,00 2-10 3123.0101 Unclassified Excavation 31 2316 CY 5321 $20.00 $106,420,00 2-11 3125.0101 SWPPP a 1 acre 31 2506 LS 1 $1,500,00 $1,500.00 2-12 3211.0400 Lime 321129 TN 347 $150.00 $52,050.00 2-13 3211.0502 8"Lime Treatment 3211 29 SY 14467 $2.00 $28,934.00 2-14 3212.0401 HMAC Transition 32 12 16 TN 99 $150.00 _ $14,850.00 2-15 3213.0102 7"Cone Pvmt 32 13 13 SY 13456 $33.65 $452,794.40 ... ......... 2-16 3213.0301 4"Conc Sidewalk 32 13 20 SF 23358 $4.00 $93,432.00 .. ........ 2-17 9999.0000 6"Concrete Step 000000 SF 130 $10.00 $1,300.00 ....... 2-18 3213.0401 6"Concrete Driveway 32 13 20 SF 14833 $5.00 $74,165.00 2-19 3213.0512 V Barrier Free Ramp,Type 6 32 13 20 EA 17 $500.00 $8,500.00 .. ......... .. ....... 2-20 3213,0513 5'Barrier Free Ramp,Type C 32 13 20 EA 1 $600.00 $600.00 -- 2.21 3213.0518 5'Barrier Free Ramp,Type H 32 13 20 EA 4 $800.00 $3,200.00 2-22 3216.01 U 7"Conc Curb and Gutter 321613 13 LF 30 $25.00 $750.00 . ...... ......... ........... 2-23 3232.0100 Conc Rat Wall with Sidewalk 32 32 13 SF 50 $35.00 $1,750.00 ... ... . ................. .... .. . . 2-24 3291.0100 Topsoil 3291 19 CY 789 $16.00 $12,624.00 2-25 3301.0002 Post-CCTV Inspection 3301 31 LF 33 $5.00 $165.00 2-26 3305.0107 Manhole Adjustment,Minor 33 05 14 EA 6 $350,00 $2,100.00 2-27 3305.0109 Trench Safety 33 05 10 LF 33 $1.00 $33.00 CITY OF FORT ItOR111 STANDARD CONSTRICTION SPECIFICATION DOCUMENTS Fonn Retirxd 20120129 City Did Proposal Addd-du.tr2 i 00 42 43 BID PROPOSAL Page 6 cF9 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Vern Iurermation Bidder's Proposat Bidlist Item Description Speciticalion Unit of Bid Quantity Unit Price Bid Value No. section No. Measure 2-28 3305.0111 Valve Box Adjustment 33 05 14 EA 13 $3flfl.00 $3,900.00 2-29 3341,1002 3x3 Box Culvert 3341 10 LF 33 $178.00 $5,874.00 2-30 3349.500.1 10'Curb inlet 33 49 20 EA 7 $2,400.00 $16,800.00 2-31 3349.5003 20'Curb Inlet 33 d9 20 ER 2 $4,700.00 $9,400.00 2-32 3474.0001 Traffic Control 347113 MO 12 $4,300.00 $15,600.00 2-33 9999.0000 Utility Adjustment 00 OD 00 LS 1 $10,000.00 $10,000.00 2-34 9999.0000 Meter Box Adjustment 00 00 00 EA 65 $35.00 $2,275.00 Unit Ill:Sewer Improvements ... . .. ......... ........... ...... ... ..... 3-01 0241.2201 Remove 4'Sewer Manhole 024114 EA 4 $250.00 $1,000.00 3.02 3201.0123 6'Wide Asphalt Pvmt Repair,Arterial 32 01 17 LF 35 $33.00 $1,155,00 3-03 3201.0400 Temporary Asphalt Paving Repair 3201 16 LF 3817 $9.00 $34.353.00 3-D4 3125.0101 SWOOP a 1 acre 31 25 00 LS 1 $100.00 $100-00 ...... 3-05 3301.0001 Pre-CCTV Inspection 33 01 31 LF 2669 $2.00 $5,338.00 .. ......... .... ............ ................ ....... ..... 3-06 3301.0002 Post-CCTV Inspection 33 01 31 LF 2669 $2.00 $5,338.00 ... ._. . ...._.. _ ....__ . ... ....... ......... . ........... ......I .... ..... 3-07 3301.0101 Manhole Vacuum Testing 33 01 30 EA 5 $110.00 $550.00 3-08 3305,0103 Exploratory Excavation of Existing Utilities 33 05 30 EA 5 $500.00 $2,500.00 3-Og 3305.0109 Trench Safety 33 05 10 LF 2669 $1.00 $2,669.00 3-10 3305.0110 Utility Markers 33 05 26 LS 1 $50.00 $50.00 3-11 3305.0113 Clay Dams 33 05 15 EA 2 $300-00 $600.00 3-12 3305.0112 Concrete Collar 33 65 17 FA 7 $40.00 $280.00 3-13 3331,3101 4"Sewer Service 33 31 50 FA 82 $700.00 $57,400.00 'i _.. _ 3-14 3331-4115 8"Sewer Pipe 33 11 10,33 31 LF 2066 $35.00 $72,310.00 3-15 3331.4201 10"Sewer Pipe 33 11 10,333 1 LF 603 $37.00 $22,311.00 3-16 3339-1001 4'Manhole 33 39 10,33 39 EA 5 $2,200.00 $11,000.00 3-17 3339.1003 4'Extra Depth Manhole 33 3910,33 39 VF 2 $100.00 $200.00 3-18 3471.0001 TraffcControl 347113 MO 2 $1,300.00 $2,600.00 Hitt Summary, Base Bid Unit I:Water Improvements $127,695.00 Unit ll:Paving Improvements $941,936.40 Unit III:Sewer Improvements $219 754.00 Total Base Bid $1,289,385.40 Total Bid $1,289,385.40 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ! FQ-Re-A 20120120 City Did Proposal Add&.d-92 i 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page i of 1 i i SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER ; Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas)bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. j i 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 €Statr .Hera or Blank ,our principal place of business, are required to be °fa�tefe percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of State Hbre or Blank ,our principal place of business, are not required to underbid resident bidders, B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. 1�1 BIDDER: Stabile&Winn,Inc. By: Jerry Henderson P.D. Box 79380 (signature) Saginaw,TX 76179 Title: Vice President Date: u e , END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 City Bid Proposal Adddendum#2 004511-1 BIDDERS PREQUALII-FCA'1'FONS Pagel of 3 l SECTION 00 45 1�1 2 BIDDERS PREQUALIFICATIONS 3 4 1. Summary.All contractors are required to be prequalified by the City prior to submitting 5 bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification 6 Statement for the work type(s) listed with their Bid. Any contractor or subcontractol who is 7 not prequalified for the work type(s)listed must submit Section 00 45 13,Bidder 8 Prequalification Application in accordance with the requirements below. 9 10 The prequalification process will establish a bid limit based on a technical evaluation and 11 financial analysis of the contractor.The information must be submitted seven(7)days prior 12 to the date of the opening of bids. For example,a contractor wishing to submit bids on 13 projects to be opened on the 7th of April must file the information by the 31st day of March 14 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's 15 Prequalification Application, the following must accompany the submission. 16 a. A complete set of audited or reviewed financial statements. 17 (1) Classified Balance Sheet 18 (2) Income Statement 19 (3) Statement of Cash Flows 20 (4) Statement of Retained Earnings 21 (5) Notes to the Financial Statements, if any 22 b. A certified copy of the firm's organizational documents(Corporate Charter,Articles 23 of Incorporation,Articles of Organization, Certificate of Formation, LLC 24 Regulations, Certificate of Limited Partnership Agreement). 25 c. A completed Bidder Prequalification Application. 26 (1) The firm's Texas Taxpayer-Identification Number as issued by the Texas 27 Comptroller of Public Accounts.To obtain a Texas Taxpayer Identification 28 number visit the Texas Comptroller of Public Accounts online at the 29 following web address www.window.state.tx.us/taxpennit/and fill out the 30 application to apply for your Texas tax ID. 31 (2) The firm's e-mail address and fax number. 32 (3) The firm's DUNS number as issued by Dun&Bradstreet.This number 33 is used by the City for required reporting on Federal Aid projects.The DUNS 34 number may be obtained at www.dnb.com. 35 d. Resumes reflecting the construction experience of the principles of the firm for firms 36 submitting their initial prequalification.These resumes should include the size and 37 scope of the work performed. 38 c. Other information as requested by the City. 39 40 2. Prequalification Requirements 41 a. Financial Statements. Financial statement submission must be provided in 42 accordance with the following: 43 (1) The City requires that the original Financial Statement or a certified copy 44 be submitted for consideration. CITY OF FORT WORTH 2O08 CIP Neighborhood Street Project—3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised July 1,2011 004511-3 BIDDERS PR-QUALIFICATIONS Page 3 of 1 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid 2 the prequalified work types until the expiration date stated in the letter. 3 4 5 G 7 8 END OF SECTION 9 CITY OF FORT WORTH 2O08 CIP Neighborhood Street Project -3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised July 1,2011 00 45 12 BID FORM Page 1 of 1 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. PreqMajor Work Type ContractodSubcontractor Company Name Expiration Date_ Expiration Date Concrete Stabile &Winn, Inc. 1/1/2013 Construction/Reconstruction Asphalt S Construction/Reconstruction tabile&Winn, Inc. 1/1/2013 Water Line Construction Burnsco 6/30/2013 Sewer Line Construction Burnsco 6/30/2013 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Stabile&Winn, Inc. By: Jerry Hend rson P.O. Box 79380 (Signature) Saginaw, TX 76179 Title: Vice President Date: u eq. 349 7-0 f 2_ END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 City Bid Proposal Adddendum#2 FORTWORTH SECTION 00 45 13 BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet , Mark only one: O lndividual 0 Limited Partnership Name finder which you wish to qualify QGeneral Partnership Q Corporation QLimited Liability Company Post Office Box City State Zip Code Street Address (required) City State Zip Code Telephone Fax E-mail Address Area Code Notnber Area Code Number Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) MAIL THIS QUESTIONNAIRE ALONG WITH FINANCIAL STATEMENTS TO: CITY OF FORT WORTH TEXAS 1000 THROCKMORTON STREET FORT WORTH,TEXAS 76102-6311 AND MARK THE ENVELOPE: "BIDDER PREQUALIFICATION APPLICATION" i 0045 13-2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 3 BUSINESS CLASSIFICATION The following should be completed in order that,rvc may properly classify your firm. (Check the block(s)which are applicable-Block 3 is to be left blank if Block 1 and/or Block 2 is checked) has fewer than 100 employees and/or has less than $6,000,000.00 in annual gross receipts OR does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. MAJOR WORK CATEGORIES Water Department Augur Boring-24-inch diameter casing and less Augur Boring-Greater than 24-inch diameter casing and greater Tunneling--36-Niches—60—inches, and 350 LF or less Tunneling-36-Inches—60—inches, and greater than 350 LF Tunneling—66"and greater, 350 LF and greater Tunneling—66"and greater,350 LF or Less Cathodic Protection Water Distribution, Development, 8-inch diameter and smaller Water Distribution, Urban and Renewal, 8-inch diameter and smaller Water Distribution, Development, 12-inch diameter and smaller Water Distribution, Urban and Renewal, 12-inch diameter and smaller Water Transmission, Development, 24-inches and smaller Water Transmission, Urban/Renewal, 24-inclies and smaller Water Transmission, Development,42-inches and smaller Water Transmission,Urban/Renewal,42-inches and smaller Water Transmission,Development, All Sizes Water Transmission,Urban/Renewal, All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches--36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV,24-inches and smaller CCTV,42-inches and smaller CCTV,48-inches and smaller Sewer C1PP, 12-inches and smaller Sewer CIPP,24-inclies and smaller CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REVISED[INSERT REVISION DATE] 0045 13 -3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 3 MAJOR WORK CATEGORIES, CONTINUED Sewer CIPP, 42-inches and smaller Sewer CIPP, All Sizes Sewer Collection System, Development, 8-inches and smaller Sewer Collection System, Urban/Renewal, 8-inches and smaller Sewer Collection System, Development, 12-inclies and smaller Sewer Collection System, Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development, 24-inches and smaller Sewer Interceptors, Urban/Renewal,24-inches and smaller Sewer Interceptors, Development, 42-inches and smaller Sewer Interceptors, Urban/Renewal,42-inches and smaller Sewer Interceptors, Development,48-inches and smaller Sewer Interceptors, Urban/Renewal, 4$-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement, All Sizes Sewer Cleaning, 24-inclies and smaller Sewer Cleaning,42-inches and smaller Sewer Cleaning,All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction(LESS THAN 10,000 square yards) Asphalt Paving Construction/Reconstruction(10,000 square yards and GREATER) Asphalt Paving Heavy Maintenance (UNDER$1,000,000) Asphalt Paving Heavy Maintenance($1,000,000 and OVER) Concrete Paving Construction/Reconstruction (LESS THAN 10,000 square yards) Concrete Paving Construction/Reconstruction(10,000 square yards and GREATER) Roadway and Pedestrian Lighting CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REVISED[INSERT REVISION DATE] 0045 13-4 BIDDER PREQUALIF[CATION APPLICATION Page 4 of 3 1. List equipment which you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present business name? List previous business names 3. How many years experience in construction work has your organization had: (a)As a General Contractor: (b) As a Sub-Contractor? 4. *What projects has your organization completed in Texas and elsewhere? LOCATION NAME AND DETAILED CONTRACT CLASS OF DATE CITY-COUNTY- ADDRESS OF OFFICIAL AMOUNT WORK COMPLETED STATE TO WHOM YOU REFER * If requalifying only show work performed since last statement. If so,where and why? complete a contract? If so,state the name of individual,other organization and reason. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1 REVISED July 1,2011 004513-5 BIDDER PREQUALIFICATION APPLICATION Page 5 of S 7. Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so, state the name of individual, name of owner and reason. S. In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? If so, when and to whom do you refer? 10. Give names and detailed addresses of all producers from whom you have purchased principal materials during the last three ears? NAME OF FIRM OR COMPANY DETAILED ADDRESS i 11. Give the names of any affiliates or relatives currently debarred by the City, Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? YEARS OF PRESENT POSITION CONSTRUCTION MAGNITUDE AND NAME OR OFFICE EXPERIENCE TYPE OF WORK IN WHAT CAPACITY I i CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REVISED July 1,2011 0045 13-G BIDDER PREQUALiFICATION APPLICATION Pige 5 of 8 13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the same household with a City employee, please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance froin that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: If a partnership: State of Incorporation State of organization Date of Incorporation Date of organization Charter/File No. Is partnership general, limited,or registered limited liability partnership? President Vice Presidents File No. (if Limited Partnership) General Partners/Officers: Limited Partners (if applicable): Secretary Treasurer LIMITED LIABILITY COMPANY BLOCK If an LLC: Individuals authorized to sign for partnership: State of Incorporation: Date of Organization: File No. Officers or Managers (with titles, if any): Except for limited partners,the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals, please attach a certified copy of the corporate resolution,corporate minutes, partnership agreement, power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTH STANDARD CONSTRUCTION SPI-cncATION DOCUMENTS REVISED July 1,2011 0045 13-7 BIDDER PR EQUAL[FICAT[ON APPLICATION Page 7 of 8 14. Equipment $ TOTAL BALANCESHEET ITEM QUANTITY ITEM DESCRIPTION VALUE 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 Various L I TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment,you may show these 30 types and show the remainder as "various".The City, by allowing you to show only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include, the manufacturer, model,and general common description of each. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS REVISED Ally 1,2011 0045 13-8 BIDDER PREQUA€.IFICATION APPLICATION Page 8 of 8 BIDDER PRE QUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whore it is submitted to award the submitter a contract; and that the accountant Nvho prepared the balance sheet accompanying this report as wall as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information,while this statement is in force, necessary to verify said statement. being duly sworn, deposes and says that he/she is the of the entity described in and which executed the foregoing stsatement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to before me this day of , Notary Public Notary Public must not be an officer,director,at stockholder or relative thereof. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REVISED duly 1,2011 00 45 26-1 I CONTRACTOR COMPLIANCE WIT14 WORKER'S COMPENSATION LAW Page I of 1 I 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406.096(a),as amended,Contractor certifies that it 4 provides worker's compensation insurance coverage for all of its employees employed on City 5 Project No. 01275. Contractor further certifies that,pursuant to Texas Labor Code, Section 6 406.096(b),as amended, it will provide to City its subcontractor's certificates of compliance with 7 worker's compensation coverage. 8 9 CONTRACTOR: 10 11 Sr WI Ft 0, By::TEV- .Y na DL>�Sor� 12 Company (Please Print) 13 11;; 14 9. Sox �`7 3190 Signature 15 Address 16 17 r,wgw Tx.. 4w q-4 Title:V10-m- �f��Sl��r•l� 18 City/State/Zip (Please Print) 19 20 21 THE STATE OF TEXAS § 22 23 COUNTY OF TARRANT § 24 25 BEFORE ME,the understgqed authority,on this day personally appeared 26 <Zr A)VeR*i ,known to me to be the person whose name is 27 subscribed to the foregoing instrument,and acknowledged to me that he/she executed the same as 28 the act and deed of Q t C C- r p N for the purposes and I 29 consideration therein expressed and in the capacity therein stated. 30 31 GIVEN LZWER MY HAND AND SEAL OF OFFICE this day of 32 �C ,20 l ar-- 33 34 ` 35 36 Notary Public in nd for the State of Texas 37 �1�ry ALVA NELL FEW 38 END OF SECTIO , Notary Public STATE OF TEXAS 39 a u}4 C pf My Comm. Exp.0610512015 CITY OF FORT WORTH 2008 C1I'Neighborhood Street Project—3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised July 1,2011 00 45 39-1 MINORITY AND WOMEN BUSINESS ENTERPRISE GOAL Page.lofI I 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. 6 7 POLICY STATEMENT 8 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority 9 and Women Business Enterprises(M/WBE) in the procurement of all goods and set-vices to the 10 City on a contractual basis. All requirements and regulations stated in the City's current Minority l i and Wornen Business Enterprise Ordinance apply to this bid. 12 13 M/WBE PROJECT GOAL N The City's M/WBE goal on this project is 16% of the total bid (Base bid applies to Pal,ks 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 following: 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 4. Joint Venture. 24 25 Failure to comply with the City's M/WBE Ordinance,shall result in the Bid being considered 26 non-responsive. Any questions, please contact the MIWBE Office at(817)212-2674. 27 28 SUBMITTAL OF REQUIRED DOCUMENTATION 29 The applicable documents must be received by the Managing Department, within the following 30 times allocated, in order for the entire bid to be considered responsive to the specifications. The 31 Offeror shall deliver the M/WBE documentation in Person to the a pro riate em to ee of 32 the,Managing Department and obtain a date/time receipt. Such receipt sliall be evidence 33 that the.City received the documentation in the tune allocated. A #aaced copy will ngt be 34 accepted. 35 1, Subcontractor Utilization Form, if goal is met received by 5:00 p.m., five(5) Working days after the or exceeded: bid opening date,exclusive of the bid opening 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 goal: 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 at(o bid opening date,exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if firm will received by 5:00 p.m., five(5) working days after the erforrn all subcontracting/supplier work: bid opening date, exclusive of the bid opening 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 goal. bid opening date,exclusive of the bid opening date. 36 37 END OF SECTION CITY OF FORT WORTH 2O08 CIP Neighborhood Street Project--3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised Ady 6,2012 00 52 43-1 Agreement Page 1 of 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on D F r 1 1 2012 is made by and between the City of Forth 4 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, 5 ("City"), and Stabile & Winn, Inc., authorized to do business in Texas, acting by and through its 6 duly authorized representative,("Contractor"). 7 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: f l 9 Article 1.WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 1 i Project identified herein. 12 Article 2.PROJECT f l 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 2008 CIP Neighborhood Street Proiect 3A 16 Davenport Ave(Old Benbrook Rd, to Brazos Ave) 17 Winfield Ave(Carolyn Rd. to W Butler St 18 01275 19 Article 3.CONTRACT TIME 20 3.1 Time is of the essence. 21 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 22 Documents are of the essence to this Contract. 23 3.2 Final Acceptance. g 24 The Work will be complete for Final Acceptance within 270 days after the date when the I25 Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 26 3.3 Liquidated damages Il 27 Contractor recognizes that time is of the essence of this Agreement and that City will 28 suffer financial loss if the Work is not completed within the times specified in Paragraph 29 3.2 above, plus any extension thereof allowed in accordance with Article 12 of the 30 General Conditions. The Contractor also recognizes the delays, expense and difficulties 31 involved in proving in a legal proceeding the actual loss suffered by the City if the Work 32 is not completed on time. Accordingly, instead of requiring any such proof, Contractor 33 agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay 34 City Five Hundred Dollars ($500.00) for each day that expires after the time specified in ii35 Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of Acceptance. II L I EFT.2W&THsJX00 IAL RECORD SECRETARY' CITY OF FORT WORTH Street Pwject—.3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised November 09,2011 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 One Million,Two Hundred Eighty-Nine Thousand, 39 Three Hundred Eighty-Five and 40/100 Dollars($1,289,385.40). 40 Article 5.CONTRACT DOCUMENTS 41 5.1 CONTENTS: 42 A. The Contract Documents which comprise the entire agreement between City and 43 Contractor concerning the Work consist of the following: t 44 1. This Agreement. 45 2. Attachments to this Agreement: 46 a. Bid Form 47 1) Proposal Form 48 2) Vendor Compliance to State Law Non-Resident Bidder 49 3) Prequalification Statement 50 4) State and Federal documents(project specific) 51 b. Current Prevailing Wage Rate Table 52 c. Insurance ACORD Form(s) 53 d. Payment Bond 54 e. Performance Bond 55 f. Maintenance Bond 56 g. Power of Attorney for the Bonds 57 h. Worker's Compensation Affidavit 58 i. MWBE Commitment Form 59 3. General Conditions. 60 4. Supplementary Conditions. 61 5. Specifications specifically made a part of the Contract Documents by attachment 62 or, if not attached, as incorporated by reference and described in the Table of 63 Contents of the Project's Contract Documents. 64 6. Drawings. 65 7. Addenda. 66 8. Documentation submitted by Contractor prior to Notice of Award. 67 9. The following which may be delivered or issued after the Effective Date of the 68 Agreement and, if issued,become an incorporated part of the Contract Documents: 69 a. Notice to Proceed. 70 b. Field Orders. 71 c. Change Orders. I 72 d. Letter of Final Acceptance. 73 I l L� OFFICIAL RECORD CITY SECRETARY CITY OF FORT WORTH "#8WA+K-THyr 3t et Project—3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised November 09,2011 f1 005243-3 Agreement 74 Article 6. INDEMNIFICATION Page 3 of 4 75 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 1 4 76 expense, the city, its officers, servants and employees, from and against any and all ( 77 claims arising out of, or alleged to arise out of, the work and services to be performed 78 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees i # 79 under this contract. This indemnification provision is specifically intended tooperate I 1 80 and be effective even if it is alleged or proven that all or some of the damages being 81 sought were caused in whole or in part, by any act omission or negligence of the ci . I 82 This indemnity provision is intended to include, without limitation, indemnity for 83 costs, expenses and legal fees incurred by the city in defending against such claims and 84 causes of actions. 85 86 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 87 the city,its officers,servants and employees,from and against any and all loss, damage i 88 or destruction of property of the city,arising out of,or alleged to arise out of,the work 89 and services to be performed by the contractor, its officers, agents, employees, 90 subcontractors, licensees or invitees under this contract. This indemnification J 91 provision is specifically intended to operate and be effective even if it is alle ed or i I 92 proven that all or some of the damages being sought were caused, in whole or in part, 93 by any act,omission or negligence of the city. 94 d 95 Article 7.MISCELLANEOUS i 96 7.1 Terms. 97 Terms used in this Agreement which are defined in Article I of the General Conditions will 98 have the meanings indicated in the General Conditions. 99 7.2 Assignment of Contract. I 100 This Agreement, including all of the Contract Documents may not be assigned by the 101 Contractor without the advanced express written consent of the City. J 102 7.3 Successors and Assigns. 103 City and Contractor each binds itself, its partners, successors, assigns and legal 104 representatives to the other party hereto, in respect to all covenants, agreements and 105 obligations contained in the Contract Documents. 106 7.4 Severability. 107 Any provision or part of the Contract Documents held to be unconstitutional, void or 108 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 109 remaining provisions shall continue to be valid and binding upon CITY and 110 CONTRACTOR. 111 7.5 Governing Law and Venue. ' 112 This Agreement, including all of the Contract Documents is performable in the State of 113 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the i 114 Northern District of Texas,Fort Worth Division. OFFICIAL RECORD CITY SECRETARY CITY OF FORT WORTH 2 8 G Mlg7i9aq 01 r+ et Pi o cl—3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised November 09,2011 00 52 43-4 Agreement Page 4 of 4 115 7.6 Other Provisions, 116 The Contractor agrees to pay at least minimum wage per hour for all labor as the same is 117 classified, promulgated and set out by the City, a copy of which is attached hereto and 118 made a part hereof the same as if it were copied verbatim herein. 119 7.7 Authority to Sign. 120 Contractor shall attach evidence of authority to sign Agreement, if other than duly 121 authorized signatory of the Contractor. 122 123 IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple 124 counterparts. 125 126 This Agreement is effective as of the last date signed by the Parties("Effective Date"). 127 Contractor: City of Fort Worth Stabile & Winn, Inc. � / BY: /�l�lf�i L�.� Fernando Costa By: Assistant City Manager I (Signature) Date JerryHenderson Vice-President Attest: (Printed Name) J. K ysel- a.�y (Seal) Ity Secretary �� aooaoaoaof..S��� °tali� Title: { Address: P 0 Box 79380 a oo Add Saginaw, TX 76179-0380 M&C C Z C 00`l ��� Q°aooaoaa00 0 Date: I L City/State/Zip: ppr 'ved as to Form and Legality: l Date u la Black Assistant City Attorney 128 129 130 APPROVAL RECOMMENDED: 131 132 133 134 Douglas . Wiersig,P.E. 135 DIRECTOR, 136 Transportation &Public Works Department 137 EOFFICIIALORDARYCITY OF FORT WORTH S�t'ice�t Pr ject 3 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised November 09,2011 0061 13- 1 PERFORMANCE BOND Page I of 2 1 SECTION 00 6113 Bond #PRF09102266 r I 2 PERFORMANCE BOND II 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § l 7 I } 8 That we, Stabile&Winn Inc. known as"Principal"herein and 9 Colonial American Casualty and Surety Company , a corporate surety(sureties, if more than f10 one)duly authorized to do business in the State of Texas,known as"Surety"herein(whether one 11 or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created ( I 12 pursuant to the laws of Texas,known as"City"herein,in the penal sum of,One Million,Two 13 Hundred Eighty-Nine Thousand,Three Hundred Eighty-Five and 40/100 Dollars 1 I 14 (11,2893 95.40), lawful money of the United States,to be paid in Fort Worth,Tarrant County, 1 I 15 Texas for the payment of which sum well and truly to be made,we bind ourselves, our heirs, 16 executors, administrators,successors and assigns,jointly and severally, firmly by these presents. 17 WHEREAS,the Pr* cip:l d i has entered to a certain written contract with the City 18 awarded the day of DEC , which Contract is hereby referred to and 19 made a part hereof for all purposes as if fully set forth herein,to furnish all materials, equipment 20 labor and other accessories defined by law, in the prosecution of the Work„ including any Change L 21 Orders, as provided for in said Contract designated as 2008 CIP Neighborhood Street Project— L 22 3A,Davenport Ave(Old Benbrook Rd to Brazos Ave) and Winfield Ave(Carolyn Rd to W 23 Butler St) City Project No. 01275 L I 24 25 NOW,THEREFORE,the condition of this obligation is such that if the said Principal 26 shall faithfully perform it obligations under the Contract and shall in all respects duly and 27 faithfully perform the Work, including Change Orders,under the Contract, according to the plans, 28 specifications, and contract documents therein referred to, and as well during any period of 29 extension of the Contract that may be granted on the part of the City, then this obligation shall be 30 and become null and void,otherwise to remain in full force and effect. 31 PROVIDED FURTHER,that if any legal action be filed on this Bond, venue shall lie in J 32 Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort 33 Worth Division. � i II CITY OF FORT WORTH 2O08 CIP Neighhorhaar!Street Project—3�1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 JRevised July 1,2011 l ll 0061 13-2 PERFORMANCE BOND Page 2 of 2 I This bond is made and executed in compliance with the provisions of Chapter 2253 of the l 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statue. l 4 IN WITNESS WHEREOF,the Principal and the Surety have SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the day of 6 D F C I 12 1220 7 PRINCIPAL: 8 Stabile & Winn, Inc. 9 I I BY• 12 tl l 13 ATT ST: I J 14 15 l-klpp ( j Jerry Henderson, Vice—President r l 16 (Principal) Secreta Name and Title li 17 18 Address: P 0 Box 79380 19 Saginaw, TX 76179-0380 20 21 ess as to Principal 2 SURETY: �I 24 Colonial American Casualty and 25 Surety Company 26 I l 27 BY: l 28 igna 29 rl 30 Tracy Tucker, Attorney—in—Fact {I 31 Name and Title 32 33 Address: 900 Summit Ave. Il 34 Ft Worth, TX 76102 l J 35 36 I 37 Witness as to Surety Telephone Number: 817/33 6-8520� .I 38 111 1 39 40 41 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 42 from the by-laws showing that this person has authority to sign such obligation. If 43 Surety's physical address is different from its mailing address, both must be provided. 44 The date of the bond shall not be prior to the date the Contract is awarded. 45 ( I CITY OF FORT WORTH 2O08 CIP Meighborhood 51reei Project—3f1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised July 1,2011 I I 0061 14-1 PAYM ENT BOND Page 1 of 2 i Bond ��PRF091022b6 1 SECTION 00 61 14 i-� 2 PAYMENT BOND i!!! 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Stabile & Winn, Inc., known as "Principal" herein, and 8 Colonial American Casualty and Surety Company , a corporate surety 9 (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein 10 (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal . I corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the 12 penal sum of One Million Two Hundred Eighty-Nine Thousand Three Hundred Ei ht -Five and 13 40/100 Dollars 1 289 385.40 , lawful money of the United States, to be paid in Fort Worth, !I 14 Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, 15 our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these 1 16 presents: 17 WHEREAS,Principal has entered into a certain written Contract with City, awarded the �l18 day of P P C 112012 20 ,which Contract is hereby referred to and made a part l 19 hereof for all purposes as if fully set forth herein,to furnish all materials,equipment, labor and 20 other accessories as defined by law, in the prosecution of the Work as provided for in said 21 Contract and designated as 2008 CIP Neighborhood Street Project—3A,Davenport Ave 22 (Benbrook Rd to Brazos Ave) and Winfield Ave(Carolyn Rd to W Butler St)City Project 23 No.01275 24 l 25 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Il1 26 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 27 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 28 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 29 force and effect. I 30 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 31 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 32 accordance with the provisions of said statute. CITY OF FORT'NORTH 2008 CIPNeighborhood Street Project—321 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised July 1,2011 I l 0061 14-2 ll PAYMENT BOND fi l Page 2 of 2 I I 1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED r 2 this instrument by duly authorized agents and officers on this the day of 3 LT A 1 2012.,20 1 4 PRINCIPAL: Stabile & Winn, Inc. r fl ATTEST: BY: i tur L Jerry Henderson, Vice-President (Principal)SecretAy Name and Title I Address: P 0 Box 79380 Saginaw, TX 7 6 1 7 9--03 80 G✓ Witness as to Principal SURETY: 11 Colonial American Casualty and Surety Compamy (� 1 ATTEST: BY: Signature ( I Tracy Tucker, Attorney-in-Fact f (Surety) Secretary Name and Title I 1 Address: 900 Summit Ave. `lJ Ft Worth, TX 76102 Witness as to Surety Telephone Number: 817/3 36-8520 5 6 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 7 bylaws showing that this person has authority to sign such obligation. If Surety's physical 8 address is different from its mailing address,both must be provided. 10 The date of the bond shall not be prior to the date the Contract is awarded, 11 END OF SECTION 12 CITY OF FORT WORTH 2008 CIP Neighboiliowl S1reet Project—3,4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised July 1,2011 0061 19- 1 MAINTENANCE BOND Page 1 of 3 ` I Bond #PRF09102266 1 SECTION 00 6119 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § ' 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we Stabile&Winn, Inc., known as"Principal"herein and 9 Colonial American (casualty and Surety Company , a corporate surety(sureties, if more than 10 one)duly authorized to do business in the State of Texas, known as"Surety"herein(whether one 11 or more), are hold and firmly bound unto the City of Fort Worth, a municipal corporation created 12 pursuant to the laws of the State of Texas, known as"City"herein,in the sum of One Million, 13 Two Hundred Eighty Nine Thousand, Three Hundred Eighty-Five and 40/100_Dollars 14 ($1,289,385.40), lawful money of the United States, to be paid in Fort Worth,Tarrant County, I ` 15 Texas, for payment of which sum well and truly be made unto the City and its successors, we i 16 bind ourselves,our heirs, executors, administrators,successors and assigns,jointly and severally, 17 firmly by these presents, 18 19 WHEREAS,the Principal has entered into a certain written contract with the City awarded the 20 day of VLC 1 1 2012 20 ,which Contract is hereby referred to and a made part 21 hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and I 22 other accessories as defined by law, in the prosecution of the Work,including any Work resulting 23 from a duly authorized Change Order(collectively herein,the"Work") as provided for in said 24 contract and designated as 2008 CIF Neighborhood Street Project—3A,Davenport Ave 25 (Benbrook Rd to Brazos Ave)and Winfield Ave(Carolyn Rd to W Butler St) City Project 26 No.01275 27 l28 ; and WHEREAS,Principal binds itself to use such materials and to so construct the Work in 29 accordance with the plans, specifications and Contract Documents that the Work is and will 30 remain free from defects in materials or workmanship for and during the period of tivo(2)years 31 after the date of Final Acceptance of the Work by the City("Maintenance Period"); and 32 33 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 34 upon receiving notice from the City of the need therefore at any time within the Maintenance 35 Period. 36 III CITY OF FORT WORTH 2O08 CIP eVeiehborhood 5treel Project--3el II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised July 1,2011 0061 19-2 MAINTENANCE BOND Page 2 of 3 1 NOW THEREFORE, the condition of this obligation is such that if Principal shall 2 remedy any defective Work, for which timely notice was provided by City,to a completion 3 satisfactory to the City, then this obligation shall become null and void; otherwise to remain in 4 full force and effect. I 5 6 PROVIDED,HOWEVER, if Principal shall fail so to repair or reconstruct any timely 7 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 8 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 9 the Surety under this Maintenance bond; and 10 ! 11 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 12 Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort 13 Worth Division; and 14 15 PROVIDED FURTHER,that this obligation shall be continuous in nature and i �'. 16 successive recoveries may be had hereon for successive breaches. 17 i. 18 j CITY OF FORT WORTH 2O08 CIPNeighhorhood Street Project—3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised July 1,2011 0061 19-3 MAINTENANCE BOND Page 3 of 3 1 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the day of 1 3 nEC 17 , 20 'I 4 1 I 5 PRINCIPAL: 6 Stabile & Winn, Inc. I 7 1 8 ` 9 BY: _ 10 I lure 11 ATT T: 12 13 !' Jerry Henderson, Vice—President 14 (Principal) Secret Name and Title !I 15 16 Address: P 0 Box 79380 17 Saginaw, TX 76179-0380 �I 18 1 d itness as to Principal 21 SURETY: 22 Colonial American Casualty and 23 Surety Co an 24 el 25 BY: ` 26 Igna e 27 28 Tracy Tucker, Attorney—in—Fact l 29 ATTEST: Name and Title 30 31 Address: 900 Summit Ave_. 32 (SurM Secretary Ft Worth, TX 76102 J 33 �`L - 34 35 Witness as to Surety Telephone Number: 817/336-8520 36 I 37 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 38 from the by-laws showing that this person has authority to sign such obligation. If 1 39 Surety's physical address is different from its mailing address, both must be provided. 1 40 The date of the bond shall not be prior to the date the Contract is awarded. f 1 41 �I CITY OF FORT WORTH 2008 CIP Neighborhood Street Prr ject—311 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised July 1,2011 II t i Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND a COLONIAL AMERICAN CASUALTY AND SURETY COMPANY KNOW ALL MEN BY THESE PRESENTS:That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,corporations of the S aryland,by FRANK E. MARTIN JR.,Vice President,and GERALD F.HAL!EY,Assistant SecretaHEM, § ty granted by Article VI,Section 2,of the By-Laws of said Companies,which are set forth o su ereo e hereby certified to be in full force and effect on the date hereof,does hereby norm tR,W.Lawrence BROWN,Kevin J.DUNN and Steven TUK ,Te e and lawful agent and Attorney- ! ' in-Pack,to make,execute,seal and deli =6' eh t , a utsactanddeed: anyandallbandsand undertakings EXCEPT b ds�I@de t to s,Community Survivors and Community Guardians. and th o c b s gs in pursuance of these presents,sball be as binding upon said 3 Companies,as fullym t purposes,as if they had been duly executed and acknowledged by the regularly elected off C ny at its office in Baltimore,Md.,in their own proper persons. This power of attorney revokes that issued o oTracy TUCKER,Tobin TUCKER,W.Lawrence BROWN,Kevin J.DUNN,Steven TUCKER,dated October 12,2010. i The said Assistant Secretary does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, j Section 2,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF, the said Vice-President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seats of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,this 2nd day of September,A.D. 2011. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY Poo ofPos�l c�Wt�y� w SEAL By: Gerald F.Haley Assistant Secretary Frank E.Martin Jr. Vice President State of Maryland 1 ss: City of Baltimore f On this 2nd day of September, A.D. 2011, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified,came FRANK E. MARTIN JR.,Vice President, and GERALD F. HALEY,Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith,that they are the said officers of the Companies aforesaid,and that the seals affixed to the preceding instrument is the Corporate Seals of said Companies,and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Maria D.Adamski Notary Public My Commission Expires: July 8,2015 POA-F 168-2829 i i l I Fidelity and Deposit Companies Honie Office: 3910 Keswick Road Baltimore,MD 21211 IMPORTANT NOTICE To obtain information or make a complaint: You may call the Fidelity and Deposit Company of Maryland, Colonial American Casualty and Surety Company, and/or Zurich American Insurance Company's toll-free telephone number for information or to make a complaint at: 1-800-654-5155 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 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning the premium or about a claim, you should first contact Fidelity and Deposit Company of Maryland or Colonial American Casualty and Surety Company. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. s8543ttTX)(as1o1) 00 70 00-I MOBILIZATION AND REiv[O}31LIZA1'[ON Page I of 3 1 SECTION 00 70 00 2 MOBILIZATION AND REMOBILIZATION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A, Section Includes: 6 2. Mobilization and Demobilization 7 a. Mobilization: 8 1) Transportation of Contractor's personnel,equipment,and operating supplies 9 to the Site 10 2) Establishment of necessary general facilities for the Contractor's operation I 1 at the Site 12 3) Premiums paid for performance and payment bonds 13 4) Transportation of Contractor's personnel,equipment,and operating supplies 14 to another location within the designated Site 15 5) Relocation of necessary general facilities for the Contractor's operation 16 from one location to another location on the Site. 17 b. Demobilization: 18 1) Transportation of Contractor's personnel,equipment,and operating supplies 19 away from the Site including disassembly 20 2) Site Clean-up 21 3) Removal of all buildings and/or other facilities assembled at the Site for this 22 Contract 23 c. Mobilization and Demobilization do not include activities for specific items of 24 work that are for which payment is provided elsewhere in the contract. 25 3. Remobilization 26 a. Remobilization for Suspension of Work specifically required in the Contract 27 Documents or as required by City includes: 28 1) Demobilization: 29 a) Transportation of Contractor's personnel,equipment, and operating 30 supplies from the Site including disassembly or temporarily securing 31 equipment,supplies, and other facilities as designated by the Contract 32 Documents necessary to suspend the Work. 33 b) Site Clean-up as designated in the Contract Documents 34 2) Remobilization: 35 a) Transportation of Contractor's personnel,equipment, and operating 36 supplies to the Site necessary to resume the Work. 37 b) Establishment of necessary general facilities for the Contractor's 38 operation at the Site necessary to resume the Work. 39 3) No Payments will be made for: 40 a) Mobilization and Demobilization from one location to another on the 41 Site in the normal progress of performing the Work. 42 b) Stand-by of idle time 43 c) Lost profits 44 3. Mobilizations and Demobilization for Miscellaneous Projects 45 a. Mobilization and Demobilization CITY OF FORT WOR`rl i [Insert Project Namel STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Numberl Revised June 7,2012 007000-3 MOBILIZATION AND REMOBILvATION Page 3 of 3 j 1 2) No payments will be made for standby, idle time,or lost profits associated 2 with this Item. 3 5. Mobilizations and Demobilizations for Miscellaneous Projects 4 a. Measurement 5 1) Measurement for this Item shall be for each Mobilization and 6 Demobilization required by the Contract Documents 7 b. Payment 8 1) The Work performed in accordance with this Item will be paid for at the j 9 unit price per each"Work Order Mobilization" in accordance with 10 Contract Documents. Demobilization shall be considered subsidiaty to I I mobilization and shall not be paid for separately. 12 c. The price shall include 13 1) Mobilization as described in Section I.I.A.3.a.1) N 2) Demobilization as described in Section 1.1.A.3.a.2) 15 3) No payments will be made for standby, idle time,or lost profits associated 16 this Item. 17 6. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 18 a. Measurement 19 1) Measurement for this Item shall be for each Mobilization and 20 Demobilization required by the Contract Documents 21 b. Payment 22 1) The Work performed in accordance with this Item will be paid for at the 23 unit price per each"Work Order Emergency Mobilization" in accordance 24 with Contract Documents. Demobilization shall be considered subsidiary 25 to mobilization and shall not be paid for separately. 26 e. The price shall include 27 1) Mobilization as described in Section 1.1.A.4.a) 28 2) Demobilization as described in Section 1.1.A.3.a.2) 29 3) No payments will be made for standby, idle time, or lost profits associated 30 this Item. 31 1.3 TO 1.12 [NOT USED} 32 PART 2- PRODUCTS ]NOT USED] 33 PART 3- EXECUTION [NOT USED] 34 END OF SECTION 35 Revision Log DATE NAME SUMMARY OF CHANGE [2010 JAN 061 36 CITY OF FORT WORTH [Insert Project Name] STANDAIJ)CONSTRUCTION SPECIFICATION DOCUMENTS [Lnsert Project Number] Revised June 7,2012 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised:July 31,201E � ' � �� THE ^^��K�� CONTRACTCONSTRUCTION Yi | ~'____- OF� __' '-__ . __ ^ Page x Article | —Definitions and Terminology........................................................................................................../ /J}l Defined Terms........................................................................... ...................................................l / 1]}2 .—_—.'—._---_'__—_------_--.----._—._—.---'—_—.b Terminology « Article 2—Preliminary Matters.........................................................................................................................7 ^ 2J)l ��«»e»nfDmoun�ou�—.---.--..---.—'—._..---..--.--.-----_--_.-----..7 � .� ' ��2 nf�m�o����`cl�ot��to�o��od 7 � . -_--. ^^--^~-.—.---_._-----'---.- 2.03 Starting the Work......................................................................................................................... 7 � 2/04 Bofbon Starting Construction............................................................ ...........................................7 � J�5 Pn:connhuc �o�nnt�nooc� 8 ol ---.------'-----------.—_.----.—..---''--''''—'—' 2.06 Public Meeting........................................................................................................................ --8 2/07 Initial Acceptance o[Schedules....................................................................................................8 � \ A-rtimk:3—Contract Documents. Intent,Amending,Reuse...................................................................... —.* , 3J01 Intent...................................................................................... ................................... ...................K � � � 3l%2 Reference Standards......................................................................................................................V � �' I03 Reporting and Resolving D --''.—.—..—_._--.--.--__—'-'-----'g 3.04 Amending and Supplementing Contract Documents.................................................................l0 � 3J05 Reuse oJ Documents................................................. ...................................... ..........................l0 ` 3]06 Electronic Data.......................................... .............. ..................................................................10 � Article 4—Availabi|i����' ����P'~-�� ��� "�' B�� ]���� J � - " � Cnodhk>nx Reference Points....................................................................................... ...................ll 4.0/ Availability o[Lands..................................................................................................................[) 41%2 Subsurface and Physical Conditions ......... ................................................................................l{ 41[5 Differing Subsurface or Physical Conditions.............................................................................lI 4.04 Underground Facilities........................................................................................................ .......lJ 1 l 4/5 Reference Points.........................................................................................................................|4 � | ^ 4.06 Hazardous Environmental Condition at Site.......................... ...................................................l4 A���5 D*n�m� |o�mm� 15 \ _ —'-'-'^.--.----__-----.------.----------------.-' 5J01 Licensed Sureties and Insurers................................................................................................... /5 5.02 Performance,Payment,and Maintenance Bonds.......................................................................l5 5�8 Certificates ................................i��m�unnf�onuoancm l6 -----_---.--------------.--- � 5{y4 Contractor's Insurance................................................................................................................i8 5.05 Acceptance of Bonds and Insurance;Option to Replace...........................................................10 Article 0—Cnn<onotnry Responsibilities........................................................................................................l9 6.01 Supervision and Superintendence_..—'—..'—.—..—'—_--.__....—.—.--_---.^'.'19 � CITY or FORT wooni � STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS wyioa:July o'm|| i I i Article 10-Changes in the Work; Claims; Extra Work................................................................................38 10.01 Authorized Changes in the Work.................. .._.................__--...................................._......._..38 10.02 Unauthorized Changes in the Work ...........................................................................................38 10.03 Execution of Change Orders.......................................................................................................38 10.04 Extra Work..................................................................•-••---•----....................................................39 10.05 Notification to Surety..................................................................................................................39 10,06 Contract Claims Process..............................................................................•-- ...........................39 Article 1 l -Cost of the Work;Allowances; Unit Price Work; Plans Quantity Measurement......................40 11.01 Cost of the Work..................................................................:......................................................40 11.02 Allowances....................••------•----•--•----•-••---•------•-------••---•---...........--------•......................................43 11.03 Unit Price Work..........................................................................................................................43 11.04 Plans Quantity Measurement......................................................................................................45 Article 12-Change of Contract Price; Change of Contract Time................................•---............._...............45 12.01 Change of Contract Price................ .......45 ..................................................................................... 12.02 Change of Contract Time............................................................................................................46 12.03 Delays..........................................................................................................................................47 Article 13-Tests and Inspections; Correction, Removal or Acceptance of Defective Work......................47 13.01 Notice of Defects...........-•--------------- ...........................................................................................47 13.02 Access to Work.............................................................. ................47 ............................................. 13.03 Tests and Inspections..................................................................................................................48 13.04 Uncovering Work............................................................................................ ....49 13.05 City May Stop the Work.............................................................. 13.06 Correction or Removal of Defective Work................................................................................49 13.07 Correction Period...................•-----............................................... ...50 ............................................. 13.08 Acceptance of Defective Work...................................................................................................51 13.09 City May Correct Defective Work.............................................................................................51 Article 14-Payments to Contractor and Completion....................................................................................51 14.01 Schedule of Values................•---•.................................................................................................51 14.02 Progress Payments........................................................... 14.03 Contractor's Warranty of Title ......54 14.04 Partial Utilization........................................................................................................................54 14.05 Final Inspection...........................................................................................................................55 14.06 Final Acceptance.........................................................................................................................55 14.07 Final Payment..............................................................................................................................55 14.08 Final Completion Delayed and Partial Retainage Release........................................................56 14.09 Waiver of Claims............................................................•----- .................56 Article 15--�Suspension of Work and Termination...................................... ...................................................56 15.01 City May Suspend Work.............................................................................................................56 15.02 City May Terminate for Cause...................................................................................................57 15.03 City May Terminate For Convenience.......................................................................................59 Article 16-Dispute Resolution......................................................................................................................61 16.01 Methods and Procedures...............•----.........................................................................................61 CITY OF FORT wolrrf 1 STANDARD CONSTRUCTION SPrC1FICATION DOCUMI~NTS Revised:July 31,2011 00 72 00-1 GENERAL CONDITIONS Page 1 of62 ARTICLE I —DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined terns, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct,or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement—The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. AlijVication for Payment------The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Alvard—Authorization by the City Council for the City to enter into an Agreement. 6. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder The individual or entity who submits a Bid directly to City. 8. Bidding Documents The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any,and the Bid Form with any supplements. 10. Business Day -- A business day is defined as a day that the City conducts normal business, generally Monday through Friday,except for federal or state holidays observed by the City. 11. Calendar Day—A day consisting of 24 hours measured froln midnight to the next midnight. 12. Change Order---A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an CITY OF FORT 1vORTIi STANDARD CONS"IRUCITON SPECIFICATION DOCUIVILMS Revised:July 31,2011 i I i , 007200-3 GENERAL CONDITIONS Page 3 of 62 i i 25. Day—A day is defined as a Calendar Day. 26. Director of Aviation —The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas,or his duly appointed representative,assistant,or agents. i 27. Director of Paths and Community Services—The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth,Texas,or his duly appointed representative,assistant, or agents. 28. Director of Planning and Development— The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative,assistant,or agents. 29. Director of Transportation Public Work — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative,assistant,or agents. 30. Director of Water Department— The officially appointed Director of the Water Department of the City of Fort Worth,Texas,or his duly appointed representative,assistant,or agents. 31. Drmvings—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. 32. Effective Dale of the Agreement The date indicated in the Agreement on which it becomes effective,but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 33. Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 34. Extra Work -- Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 35. Field Order=A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price,Contract Time,or the intent of the Engineer. 36. 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. 37. 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. 38. General Requirements—Sections of Division l of the Contract Documents. CITY OF FORT WOR ni STANDARD CONSTRUCTION SPFC[FICA"noN Doc JMEN7s Revised:Ady 3I,2011 1 E i 00 I 007200-5 GENERAL CONDITIONS Page 5 of62 53. 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. 54. Radioactive Material Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954(42 USC Section 2011 et seq.)as amended from time to time. i 55. Regular Nrorking Hours -- Hours beginning at 7:00 a"m. and ending at 6:00 p.m., Monday thru Friday(excluding legal holidays). 56. 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(lie Work will be judged. 57. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 58. Schedule of Values—A schedule,prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 59. 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 casements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 60.Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. 61.Subcontractor•—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. 62.Submittals-----All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 63. Successful Bidder----TherBidder submitting the lowest and most responsive Bid to whom City makes an Award. 64. 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. 65. Supplementary Conditions—That part of the Contract Documents which amends or supplements these General Conditions. CITY OF FORT MI(M STANDARD CONSTRUCTION SPECIFICA"riON DOCUMENTS Revised:July 31,201 1 I 007200-7 GENERAL CONDITIONS Page 7 of62 i i 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty,or deficient in that it: a. does not conform to the Contract Documents;or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents;or c. has been damaged prior to City's written acceptance. i D. Furnish, Install, Perform, Provide: j i 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E_ Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2—PRELINUNARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings_ Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time;Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to staring the Work. CITY OF FORT WOR M STANDARDCONSTRUCTTON SPECIFICATION DOCLTMEMIS Revised:July 31,20I 1 007200-9 GENERAL CONDITIONS r Page 9 or62 3.02 Reference Standards A. Standards, Specifications,Codes,Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization,or association,or to Laws or Regulations,whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids),except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants,agents,or employees, from those set forth in the Contract Documents.No such provision or instruction shall be effective to assign to City,or any of its officers,directors, members,partners, employees,agents,consultants,or subcontractors,any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Reviety 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(e)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 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04_ 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or CITY OF FORT wORTTr STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised:July 31,2011 ;k 3 1 a 00 72 00-11 GENERAL CONDITIONS Page 11 of62 1 risk. if there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS a 4.01 Availability of Lands i 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 j permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or casements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way,and/or casements. 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. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.42 Sub.siuface,and Physical Conditions A. Reports and Drmvings: 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). CITY OF FORT WORTH STANDARD CONSTRUC`11ON SPECIFICATION DOCUMENTS Revised.July 31,2011 00 72 00-13 GENERAL CONDITIONS Page 13 of 62 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others;and 2, the cost of all of the following will be included in the Contract Price, and Contractor shall have fitll responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City,during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated: 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2, If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised:July 31,2011 i 00 72 00-l 5 GENERAL CONDITIONS Page 15 of62 i 3 D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i)secure or otherwise isolate such condition; (ii)stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A);and(iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has i been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. i F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work tinder such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages(including bill not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMS7ITS Revised:July 31,2011 i 00 72 00-17 GENERAL CONDITIONS Page 17 or62 i i Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated,all required insurance shall be written on the"occurrence basis". If coverage is underwritten on a claims-made basis,the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage,nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups,must also be approved by City. 11. Any deductible in excess of$5,000.00, for any policy that does not provide coverage on a first-dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled,upon written request and without expense,to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to CITY Or FORT WORT11 STANDARD CONS7RUC11ON SPECIFICATION DOCUMENTS Revised:July 31,201 I 00 72 00-19 GENERAL CONDITIONS Page 19 of 62 t D, Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured.There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bon&and Insrn ante; 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 days after receipt of the certificates(or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work,or of such failure to maintain prior to any change in the required coverage. ARTICLE 6---CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such-skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means,methods,techniques,sequences,and procedures of construction. B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C_ Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor, Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the CITY OF FORT WORMI STANDARD CONSTRUCTION SPECIFICATION DOCMIENTS Revised:]uty 31,2011 3 i 1 I 00 72 00-21 GENERAL CONDITIONS Page,21 of62 i 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. I 6.05 Substitutes and "Or-Equals" I A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like,equivalent, or"or-equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or-Equal"Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or-equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength,and design characteristics; 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service;and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time;and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that CITY Or FORT WORTII STANDARD CONSTRUCTION SPCCIFICA110N DOCI MEWl S Revised:July 31,2011 i 3 3 00 72 00-23 GENERAL CONDITIONS Page 23 of62 C. City s Evaluation: City Will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability.No"or-equal"or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an"or-equal."City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.8. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal"at Contractor's expense. 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&tensions:No additional time will be granted for substitutions. 6.06 Concerning Subcontractors,Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract,unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement,against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C.- The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority and Women Olvned Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority and Women Business Enterprises (MWBE) in the Ci7'Y OF FORT WORTFI STANDARD CONS7RUCTnON SPECIFICATION DOCUMEMS Revised:My 31,2011 i 0072 00-25 GENERAL CONDITIONS Page 25 of62 6.07 Wage Rates A. Duty to pay Prevailing IVage Rates. The Contractor shall comply with all requirements of Chapter 2258,Texas Government Code(as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs,pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of informations, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from Successive progress payments pending a final determination of the violation. D. Arbitration Required if Violation Not Resolved An issue relating to an alleged violation of Section 2258,023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act(Article 224 et seq.,Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the l 1th 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. CITY OF FORT WORTII STANDARD CONSTRUCITON SPECIFICATION DOCUMENTS Revised:July 31,2D11 i i 1 00 72 00-27 GENERAL CONDITIONS Page 27 of b2 i the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: i 1. Texas Department of Transportation Permits 1 1 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions.The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B_ If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter 11. CITY OF FORT WORTH STANDARD CONSTRUCTION SPEURCATION DOCUMENTS Revised:July 31,2011 00 72 00-29 GENERAL CONDITIONS Page 29 of 62 D. T nal Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner.At the completion of the Work Contractor shall remove from the Site all toots, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E_ Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Docranents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders,and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents,any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items_ 6.14 Safety and Protection 9 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 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 maybe affected by the Work; 1 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 safcty of persons or property, or to the protection of persons or property from damage, injury, or loss;and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal,relocation,and replacement of their property. CITY OF FORT wORT11 STANDARD CONSTRUMION SPECIFICATION DOCUMENTS Revised:July 31,2011 i 00 72 00-31 GENERAL CONDITIONS Page 31 of 62 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- i 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, i 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 1 review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. I{or-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. B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract CITY OF FORT WORT11 STANDARD CONSTRUCTION SPECIFICATION DOCUML•Ms Revised:Ialy 31,20I 1 i i i I 00 72 00-33 GENERAL CONDITIONS Page 33 of62 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. I D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.13.The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers,servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to he 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 E + CTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED IN WHOLE OR IN PART BY ANY ACT OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees,subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECHiTCALLY 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised:July 31,2011 3 i 00 72 00-35 GENERAL CONDITIONS Page 35 of62 B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7---OTHER WORK AT THE, SITE i 7.01 Related ifork at Site i A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work;and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site,the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2- the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. CITY OF IFORT WORTH STANDARD CONSTRUCTION SPEC[FiCA`1ON DOCUMENTS Revised:7uly 31,2011 { 00 72 00-37 GENERAL CONDITIONS Page 37 of 62 8.09 Corrw ance iiith Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9—CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project 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 to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Representative's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B_ Ci y'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 Paragraph. 8.07. 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 compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Colitractor,who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority 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 whale as indicated by the Contract Documents. City will have authority to conduct special inspection or CITY OF FORT WOR"IN STANDARD CONSZRUMION SPECIFICATION DOCIIMEN'iS Revised:July 31,2011 E i i 3 a 00 72 00-39 GENERAL CONDITIONS Page 39 of 62 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. i 10.04 Extra Work f A. Should a difference arise as to what does or does not constitute Extra Work,or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. a B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall i be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. 10.06 Contract Claims Process A. City s Decision Required. All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies lie may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: I. 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised:July 31,2011 00 72 00-4 1 GENERAL CONDITIONS Page 41 or62 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55%markup,or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. 4. Payments trade 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised:July]1,2011 y 00 72 00-43 GENERAL CONDITIONS Page 43 of62 I j 4. Costs due to the negligence of Contractor,any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied,and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs i LOLA and 11.01.13, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City t 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 Alloivances: 1. Contractor agrees that: a. the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site,and all applicable taxes;and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre-bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid- C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to C1 Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S Revised:July 31,2011 00 72 00-45 GENERAL CONDITIONS Page 45 of G2 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% l of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material { moved, handled, or placed during the execution of the Contract.The estimated bid quantities are designated as final payment quantities,unless revised by the governing Section or this Article. B. If the quantity measured as outlined under"Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Itern,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. E. For callout work or non-site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12—CHANGE OF CONTRACT PRICE; CIIIANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.C.2),and shall include the cost CITY OF FORT WORTH STANDARD CONSTRUCITON SPM- FICATION DOCUMENTS Revised:July 31,2011 a 00 72 00-47 GENERAL CONDITIONS Page 47 of 62 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. he Contractor shall receive no compensation for delays or hindrances to the Work,except whet) 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. ARTICLE 13—TESTS AND INSPECTIONS; CORRECTION,REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected,corrected,or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. CITY Or rORT WORTH STANDARD CONSTRUCrON SPECIrICA11ON DOCUIa1GIWTS Revised:July 31,2011 00 72 00-49 GENERAL CONDITIONS Page 49 of 62 13.04 Uncovering Wokr A. If any Work is covered contrary to the Contract Documents or specific instructions by the City,it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor,at City's request,shall uncover,expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor,material,and equipment. 1. If.it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages(including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing,observing,and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering,exposure,observation, inspection, testing,replacement,and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any Subcontractor,any Supplier,any other individual or entity,or any surety for,or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. CrrY of FORT woRTH STANDARD CONSTRUMION SPECIFICATION DOCUWNTS Revised:My 31,2011 i i 00 72 00-51 GENERAL CONDITIONS Page 51 of62 i 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven days written notice to Contractor,correct,or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14—PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment CIT Y OF FORT WORT11 STANDARD CONSTRUCTION SPECIFICAMN DOC[1Mt NTS Revised:July 31,2011 i i 0072 00-53 GENERAL CONDITIONS Page 53 of 62 the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a, inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents;or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor,or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors,requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09;or e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the tune of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. CITY OF PORT WOWI 11 STANDARD CONSTRUCUON SPECIFICATION DGCUMENTS Revised:July 31,2011 00 72 00-55 GENERAL CONDITIONS Page 55 of52 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final Inspection A- Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction,of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. 14.07 Final Payment A. Application for Payment. 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied(except as previously delivered)by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; L 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: CI'IY OF FORT WORTH STANDAM)CONSTRUCTION MCIFICATION DOCUMENTS Revised:July 31,2011 00 72 00-57 GENERAL CONDITIONS Page 57 or62 shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time,directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to "the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. 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: I. 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IS Revised:July 31,201 l i i i i 00 72 00-59 GENERAL CONDITIONS Page 59 of 62 I 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 j law. i C. Notwithstanding Paragraphs 15.02.13, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. I D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. 15.03 City May Terminate For-Convenience A. City may,without cause and without prejudice to any other right or remedy of City,terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim,demand or suit shall.be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor slialI: 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: CITY OF FORT WORITI STANDARD CONSTItIICITON SPECIFICAMN DOCUMENTS Revised:July 31,201 l 00 72 00-6 1 GENERAL CONDITIONS Page61 of62 termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16—DISPUTE RESOLUTION 16.01 Methods and Procedw es A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shal I stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.1) shall become final and binding 30 days after termination of the mediation unless,within that time period,City or Contractor: 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions;or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17--MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if'. 1. delivered in person to the Individual or to a rnernber of the firm or to an officer of the corporation for whom it is intended;or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. CITY OF FORT wORTI# STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised:July 31,2011 3 3 007300-1 SUPPLEMENTARY CONDITIONS Page I of 7 1 SECTION 00 73 00 2 SUPPLEMENTARY CONDITIONS 3 TO 4 GENERAL CONDITIONS s I 6 Supplementary Conditions 7 I 8 These Supplementary Conditions modify and supplement Section 00 72 00 -General Conditions, 9 and other provisions of the Contract Documents as indicated below. All provisions of the 10 General Conditions that are modified oI•supplemented remain in full force and effect as so 11 modified or supplemented. All provisions of the General Conditions which are not so modified 12 or supplemented remain in full force and effect. 13 14 Defined Ternts 15 16 The terms used in these Supplementary Conditions which are defined in the General Conditions 17 have the meaning assigned to them in the General Conditions, unless specifically noted herein. 18 19 Modifications and Supplements 20 21 The following are instructions that modify or supplement specific paragraphs in the General 22 Conditions and other Contract Documents. 23 24 SC-3.03B.2,"Resolving Discrepancies" 25 26 Plans govern over Specifications and Specifications shall govern over standard details. 27 28 SC-4.01A 29 30 Easement limits shown on the Drawing are approximate and were provided to establish a basis 31 for bidding. Upon receiving the final easements descriptions, Contractor shall compare them to 32 the lines shown on the Contract Drawings. 33 34 SC-4.01A.1., "Availability of Lands" 35 The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any 36 as of July 6, 2012: 37 38 Outstanding Right-Of-Way,and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION None 39 40 41 42 43 Temporary Rights Of Entiy CITY OF PORT WORTH 2008 CIP Neighborhood Street Project—3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W275 Revised July 1,2011 i 1 00 73 00-3 SUPPLEMENTARY CONDITIONS Pane 3 of 7 1 � EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT City of Fort Worth Light Pole---Davenport, STA 12+15 Prior to NTP 2 The Contractor-understands and agrees that the elates listed above are estimates only, are not j 3 guaranteed, and do not bind the City. 4 5 SC-4A2A., "Subsurface and Physical Conditions" 6 7 The following are reports of explorations and tests of subsurface conditions at the site of the 8 Work: 9 10 A Report No. 829-09-03,dated July 2009, prepared by CMJ Engineers, Inc. 12 The following are drawings of physical conditions in or relating to existing surface and 13 subsurface structures(except Underground Facilities)which are at or contiguous to the site of the 14 Work: 15 16 None 17 18 SC-4.06A., "Hazardous Environmental Conditions at Site" 19 20 The following are reports and drawings of existing hazardous environmental conditions known to 21 the City: 22 23 None 24 SC-5.03A., "Certificates of Insurance" 25 26 The entities listed below are "additional insureds as their interest may appear" including their 27 respective officers, directors, agents and employees. 28 29 (1) City 30 (2) Consultant: None 31 32 SC-5.04A.,"Contractor's Insurance" 33 34 The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the 35 following coverages for not less t[ian the following amounts or greater where required by laws 36 and regulations: 37 38 5.04A. Workers'Compensation,under Paragraph GC-5.04A. 39 40 Statutory limits 41 Employer's liability 42 $100,000 each accident/occurrence 43 $100,000 Disease-each employee 44 $500,000 Disease- policy limit CITY OF FORT WOMI 2O08 CIP Neighborhood Street Project—3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised hily 1,2011 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 7 1 The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall 2 provide coverage for not less than the following amounts, issued by companies satisfactory to the 3 City and to the Railroad Company for a term that continues for so long as the Contractor's 4 operations and work cross,occupy, or touch railroad property: 5 6 (1) General Aggregate: None 7 8 (2) Each Occurrence: None 9 10 With respect to the above outlined insurance requirements, the following shall govern: 11 12 1. Where a single railroad company-is involved, the Contractor shall provide one insurance 13 policy in the name of the railroad company. However, if more than one grade separation 14 or at-grade crossing is affected by the Project at entirely separate locations on the line or 15 lines of the same railroad company, separate coverage may be required, each in the 16 amount stated above. 17 18 2. Where more than one railroad company is operating on the same right-of-way or where 19 several railroad companies are involved and operated on their awn separate rights-of- 20 way, the Contractor may be required to provide separate insurance policies in the name of 21 each railroad company. 22 23 3. If, in addition to a grade separation or all at-grade crossing, other work or activity is 24 proposed on a railroad company's right-of-way at a location entirely separate from the 25 grade separation or at-grade crossing, insurance coverage for this work must be included 26 in the policy covering the grade separation. 27 28 4. If no grade separation is involved but other work is proposed on a railroad company's 29 right-of-way,all such other work may be covered in a single policy for that railroad, even 30 though the work may be at two or more separate locations. 31 32 No work or activities on a railroad company's property to be performed by the Contractor shall be 33 commenced until the Contractor has furnished the City with an original policy or policies of the 34 insurance for each railroad company named,as required above. All such insurance must be 35 approved by the City and each affected Railroad Company prior to the Contractor's beginning 36 work. 37 38 The insurance specified above must be carried until all Work to be performed on the railroad 39 right-of-way has been completed and the grade crossing, if any, is no longer used by the 40 Contractor. In addition, insurance must be carried during all maintenance and/or repair work 41 performed in the railroad right-of=way. Such insurance must name the railroad company as the 42 insured,together with any tenant or lessee of the railroad company operating over tracks involved 43 in the Project. 44 45 SC-6.04.,"Project Seliedule" 46 47 Project schedule shall be tier 3 for the project. 48 49 SC-6.07., "Wage Rates" 50 CITY OF FORT WORTH 2O08 CIP Neighborhood Street Project--3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised July I,2011 007300-7 SUPPLEMENTARY CONDITIONS Page 7 of 7 1 SC-16.01C.1, "Methods and Procedures" 2 3 None 4 5 END OF SECTION i CITY OF FORT WORTH 2008 CIP Neighborhood Street Project—3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised Raly I,2011 01 It 00-1 SUMMARY OF WORK Page I of 1 SECTION 011100 2 SUMMARY OF WORK i 3 PART1 - GENERAL i 4 1.1 SUMMARY i 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents i 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to' 10 1. Division 0-Bidding Requirements,Contract Forms, and Conditions of the Contract 11 2. Division 1 -General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Work Covered by Contract Documents 19 1. Work is to include furnishing all labor,materials, and equipment, and performing 20 all Work necessary for this construction project as detailed in the Drawings and 21 Specifications. 22 B. Subsidiary Work 23 1. Any and all Work specifically governed by documentary requirements for the 24 project,such as conditions imposed by the Drawings or Contract Documents in 25 which no specific item for bid has been provided for in the Proposal and the item is 26 not a typical unit bid item included on the standard bid item list,then the item shall 27 be considered as a subsidiary item of Work, the cost of which shall be included in 28 the price bid in the Proposal for various bid items. 29 C. Use of Premises 30 1. Coordinate uses of premises under direction of the City. 31 2. Assume full responsibility for protection and safekeeping of materials and 32 equipment stored on the Site. 33 3. Use and occupy only portions of the public streets and alleys, or other public places 34 or other rights-of-way as provided for in the ordinances of the City,as shown in the 35 Contract Documents,or as may be specifically authorized in writing by the City. 36 a. A reasonable amount of tools, materials, and equipment for construction 37 purposes may be stored in such space,but no more than is necessary to avoid 38 delay in the construction operations. CITY OF FORT WORTH 2O08 CIP Neighborhood Street Project—3A STANDARD CONSTRUCTION SPLCIFICATION DOCUMENTS 01275 Revised July I,2011 01 II Q0-3 SUMMARY OF NVORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] G 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] S 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] 11 END OF SECTION I2 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WQR'CFl 2008 CIP Neighborhood Street Pfojecl-3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised July I,2011 012500-1 SUBSTITUTION PROCEDURES Page 1 of i 1 SECTION 0125 00 2 SUBSTITUTION PROCEDURES 3 3 PART1 - GENERAL I 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for requesting the approval of substitution of a product that is not 7 equivalent to a product which is specified by descriptive or performance criteria or j 8 defined by reference to I or more of the following: 9 a. Name of manufacturer t0 b. Name of vendor 1 I c. Trade name l2 d. Catalog number 13 2. Substitutions are not"or-equals". 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0—Bidding Requirements,Contract Fortes and Conditions of the Contract 18 2. Division 1 —General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various items bid. 22 No separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Request for Substitution-General 26 1. Within 30 days after award of Contract(unless noted otherwise),the City will 27 consider formal requests from Contractor for substitution of products in place of 28 those specified. 29 2. Certain types of equipment and kinds of material are described in Specifications by 30 means of references to names of manufacturer-s and vendors,trade names, or 31 catalog numbers. 32 a. When this method of specifying is used, it is not intended to exclude from 33 consideration other products bearing other manufacturer's or vendor's names, 34 trade names, or catalog numbers, provided said products are"or-equals,"as 35 determined by City. 36 3. Other types of equipment and kinds of material may be acceptable substitutions 37 under the following conditions: 38 a. Or-equals are unavailable due to strike,discontinued production of products 39 meeting specified requirements,or other factors beyond control of Contractor; 40 or, CITY OF FORT wOR-rii 2008 CIP Neighborhood Street Project—3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised July 1,2011 012500-3 � SUBSTITUTION PROCEDURES Page 3 of 1 4. No additional contract time will be given for substitution. 2 5. Substitution will be rejected if: 3 a. Submittal is not through the Contractor with his stamp of approval 4 b. Request is not made in accordance with this Specification Section 5 c. In the City's opinion, acceptance will require substantial revision of the original 6 design 7 d. In the City's opinion,substitution will not perform adequately the function 8 consistent with the design intent 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE 13 A. In making request for substitution or in using an approved product,the Contractor 4 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 j 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 END OF SECTION 30 Revision Log DATE NAME SUMMARY OF CHANGE 31 CITY OP FORT WORTH 2O08 CIP Neighborhood Street Project—3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised July I,2011 013119-1 PRECONSTRUCTION MEETING Pagc I of 3 1 SECTION 013119 2 PRECONSTRUCTION MEETING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 Clarify CdnStructlon contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 12 2. Division 1 --General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Coordination 20 1. Attend preconstruction meeting. 21 2. Representatives of Contractor, subcontractors and suppliers attending meetings 22 shall be qualified and authorized to act on behalf of the entity each represents. 23 3. Meeting administered by City may be tape recorded. 24 a. If recorded,tapes will be used to prepare minutes and retained by City for 25 future reference. 26 B. Preconstruction Meeting 27 1. A preconstruction meeting will be held within 14 days after the execution of the 28 Agreement and before Work is started. 29 a. The meeting will be scheduled and administered by the City. 30 2. The Project Representative will preside at the meeting„prepare the notes of the 31 meeting and distribute copies of same to all participants who so request by fully 32 completing the attendance form to be circulated at the beginning of the meeting. 33 3. Attendance shall include: 34 a. Project Representative 35 b. Contractor's project manager 36 c. Contractor's superintendent 37 d. Any subcontractor or supplier representatives whom the Contractor may desire 38 to invite or the City may request CITY OF FORT WORTH 2O08 CIP Neighborhood Street Project—3A STANDARD CONSTRUCTION SPECIFICATION DOCUMEN'hS M 275 Revised July 1,2011 i I 01 31 19-3 PRECONSTRUCTION MEETING Page 3 of 3 i 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] G 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OI.,FORT WORTH 2008 CIP Neighborhood Street Project—3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised July 1,2011 i I 013120-1 PROJECT MEETINGS Page I of 3 1 SECTION 013120 2 PROJECT MEETINGS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for project meetings throughout the construction period to enable orderly 7 review of the progress of the Work and to provide for systetrtatic discussion of 8 potential problems 9 B. Deviations this City of Fort Worth Standard Specification 10 1. None. It C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division O--Bidding Requirements,Contract Forms and Conditions of the Contract 13 2. Division I —General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES i5 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Coordination 21 1. Schedule,attend and administer as specified, periodic progress meetings,and 22 specially called meetings throughout progress of the Work. 23 2. Representatives of Contractor, subcontractors and suppliers attending meetings 24 shall be qualified and authorized to act on behalf of the entity each represents. 25 3. Meetings administered by City may be tape recorded. 26 a. If recorded,tapes will be used to prepare minutes and retained by City for 27 future reference. 28 4. Meetings, in addition to those specified in this Section,may be held when requested 29 by the City,Engineer or Contractor. 30 B. Pre-Construction Neighborhood Meeting 31 1. After the execution of the Agreement, but before construction is allowed to begin, 32 attend 1 Public Meeting with affected residents to: 33 a. Present projected schedule, including construction start date 34 b. Answer any construction related questions 35 2. Meeting Location 36 a. Location of meeting to be determined by the City. 37 3. Attendees 38 a. Contractor CITY OF FOU WORTI 1 2008 CiP Neighborhood Street Project—3A STANDARD CONSTRUCTION SPFCIFICKFION DOCUMENTS 01275 Revised July 1,2011 3 01 31 20-3 PIZOJI CT MFETINGS Page 3 of 3 3 1 6. Meeting Schedule 2 a. Progress meetings will be held periodically as determined by the Project 3 Representative. 4 1) Additional meetings may be field at the request of the: 5 a) City 6 b) Engineer 7 c) Contractor a 8 7. Meeting Location 9 a. The City will establish a meeting location. 10 1) To the extent practicable,meetings will be field at the Site. i 11 1.5 SUBMITTALS [NOT USED] j 12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] i 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] j 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WARRANTY [NOT USED] 19 PART 2- PRODUCTS ]NOT USED] 20 PART 3- EXECUTION [NOT USED] 21 END OF SECTION 22 Revision Log DATE NAME SUMMARY OF CHANGE 23 CITY OF FOR`['WORTH 2008 CIP Neighborhood S[reel Project-3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised July 1,2011 i 013216-1 CONSTRUCT[ON PROGRESS SCHEDULE Page I of 5 i 1 SECTION 0132 16 2 CONSTRUCTION PROGRESS SCHEDULE i 3 PART 1 -- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General requirements for the preparation, submittal, updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification 11 1, None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 14 2. Division 1 —General Requirements 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Work associated with this Item is considered subsidiary to the various items bid. 18 No separate payment will be allowed for this Item. 19 1.3 REFERENCES 20 A. Definitions 21 1. Schedule Tiers 22 a. Tier 1 -No schedule submittal required by contract. Small, brief duration 23 projects 24 b. Tier 2-No schedule submittal required by contract, but will require some 25 milestone dates. Small, brief duration projects 26 c. Tier 3 -Schedule submittal required by contract as described in the 27 Specification and herein. Majority of City projects, including all bond program 28 projects 29 d. Tier 4- Schedule submittal required by contract as described in the 30 Specification and herein. Large and/or complex projects with long durations 31 1) Examples: large water pump station project and associated pipeline with 32 interconnection to another governmental entity 33 e. Tier S-Schedule submittal required by contract as described in the 34 Specification and herein. Large and/or very complex projects with long 35 durations, high public visibility 36 1) Examples might include a water or wastewater treatment plant 37 2. Baseline Schedule- Initial schedule submitted before work begins that will serve 38 as the baseline for measuring progress and departures from the schedule. 39 3. Progress Schedule-Monthly submittal of a progress schedule documenting 40 progress on the project and any changes anticipated. CITY OF FORT WORTH 2O08 CIP Neighborhood Street Project---3A STANDARD CONSTRUCTION SPECn7ICA1ION DOCUMENTS 01275 Revised tidy 1,2011 I 3 0132 16-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 or I D. The Contract completion time will be adjusted only for causes specified in this 2 Contract. 3 a. Requests for an extension of any Contract completion date must be 4 supplemented with the following: 5 1) Furnish justification and supporting evidence as the City may deem 6 necessary to determine whether the requested extension of time is entitled 7 under the provisions of this Contract. 8 a) The City will, after receipt of such justification and supporting 9 evidence,snake findings of fact and will advise the Contractor, in 10 writing thereof. 11 2) If the City finds that the requested extension of time is entitled, the City's 12 determination as to the total number of days allowed for the extensions 13 shall be based upon the approved total baseline schedule and on all data 14 relevant to the extension. 15 a) Such data shall be included in the next updating of the Progress 16 schedule. 17 b) Actual delays in activities which,according to the Baseline schedule, 18 do not affect any Contract completion date shown by the critical path in 19 the network will not be the basis for a change therein. 20 2. Submit each request for change in Contract completion date to the City within 30 21 days after the beginning of the delay for which a time extension is requested but 22 before the date of final payment under this Contract. 23 a. No time extension will be granted for requests which are not submitted within 24 the foregoing time limit. 25 b. From time to time, it may be necessary for the Contract schedule or completion 26 time to be adjusted by the City to reflect the effects of job conditions,weather, 27 technical difficulties, strikes, unavoidable delays on the part of the City or its 28 representatives, and other unforeseeable conditions which may indicate 29 schedule adjustments or completion time extensions. 30 1) Under such conditions,the City will direct the Contractor to reschedule the 31 work or Contract completion time to reflect the changed conditions and the 32 Contractor shall revise his schedule accordingly. 33 a) No additional compensation will be trade to the Contractor for such 34 schedule changes except for unavoidable overall contract time 35 extensions beyond the actual completion of unaffected work, in which 36 case the Contractor shall take all possible action to minimize any time 37 extension and any additional cost to the City. 38 b) Available float time in the Baseline schedule may be used by the City 39 as well as by the Contractor. 40 3. Float or slack time is defined as the amount of time between the earliest start date 41 and the latest start date or between the earliest finish date and the latest finish date 42 of a chain of activities on the Baseline Schedule. 43 a. Float or slack time is not for the exclusive use or benefit of either the 44 Contractor or the City. 45 b. Proceed with work according to early start dates, and the City shall have the 46 right to reserve and apportion float time according to the needs of the project. CITY OF FOR"r WORTH 2O08 CIP Neighborhood Street Project—3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised duly 1,2011 01 32 16-5 CONSTRUCTION PROGRESS SCHEDUI,E Page 5 of 5 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE 5 A. The person preparing and revising the construction Progress Schedule shall be 6 experienced in the preparation of schedules of similar complexity. 7 B. Schedule and supporting documents addressed in this Specification shall be prepared, 8 updated and revised to accurately reflect the performance of the construction. 9 C. Contractor is responsible for the quality of all submittals in this section meeting the 10 standard of care for the construction industry for similar projects. 11 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 13 112 WARRANTY [NOT USED] 14 PART 2- PRODUCTS [NOT USED] 15 PART 3 - EXECUTION [NOT USED] 16 END OF SECTION 17 Revision Log DATE NAME SUMMARY OF CHANGE 18 CITY OF FORT WORTH 2003 CIP Neighborhood Street Project--3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised July 1,2011 i 013233-1 PRE.CONSTRUCTION VIDEO Page t of i i i t SECTION 0132 33 2 PRECONSTRUCTION VIDEO 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative and procedural requirements for: 7 a. Preconstruction Videos 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. t0 C. Related Specification Sections include, but are not necessarily limited to: l I 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 12 2. Division 1 --General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Preconstruction Video 20 1. Produce a preconstruction video of the site/alignment, including;all areas in the 21 vicinity of and to be affected by construction. 22 a. Provide digital copy of video upon request by the City. 23 2. Retain a copy of the preconstruction video until the end of the maintenance surety 24 period. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 31 1.11 FIELD ]SITE] CONDITIONS [NOT USED] 32 LIZ WARRANTY [NOT USED] 33 PART 2- PRODUCTS [NOT USED] CITY OF FORT wOWI'H 2O08 CIP Neighborhood Street Project.--3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised July 1,2011 OI3340- 1 SUBMI'1"I'ALS Page I of 8 l SECTION 0133 00 2 SUBMITTALS i i 3 PART1 - GENERAL 4 1.1 SUMMARY i 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work-related submittals: 8 a. Shop Drawings 9 b. Product Data(including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include,but are not necessarily limited to: 15 1. Division 0--Bidding Requirements,Contract Forms and Conditions of the Contract 16 2. Division 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Notify the City in writing, at the time of submittal, of any deviations in the 25 submittals from the requirements of the Contract Documents. 26 2. Coordination of Submittal Times 27 a. Prepare,prioritize and transmit each submittal sufficiently in advance of 28 performing the related Work or other applicable activities,or within the time 29 specified in the individual Work Sections,of the Specifications. 30 b. Contractor is responsible such that the installation will not be delayed by 31 processing times including,but not limited to: 32 a) Disapproval and resubmittal(if required) 33 b) Coordination with other submittals 34 c) Testing 35 d) Purchasing 36 c) Fabrication 37 t) Delivery 38 g) Similar sequenced activities 39 c. No extension of time will be authorized because of the Contractor's failure to 40 transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTI1 2008 CIP Neighborhood Street Project---3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S 01275 Revised tidy 1,2011 01 33 00-3 SU13M11TALS Page 3 of 8 1 2. The Project title and number 2 3. Contractor identification 3 4. The names of: 4 a. Contractor 5 b. Supplier 6 c. Manufacturer 7 5. Identification of the product,with the Specification Section number, page and 8 paragraph(s) 9 6. Field dimensions,clearly identified as such 10 7. Relation to adjacent or critical features of the Work or materials 11 8. Applicable standards, such as ASTM or Federal Specification numbers 12 9. Identification by highlighting of deviations from Contract Documents 13 10. Identification by highlighting of revisions on resubmittals 14 11. An 8-inch x 3-inch blank space for Contractor and City stamps 15 F. Shop Drawings 16 1. As specified in individual Work Sections includes,but is not necessarily limited to: 17 a. Custom-prepared data such as fabrication and erection/installation(working) 18 drawings 19 b. Scheduled information 20 c. Setting diagrams 21 d. Actual shopwork manufacturing instructions 22 e. Custom templates 23 f. Special wiring diagrams 24 g. Coordination drawings 25 h. Individual system or equipment inspection and test reports including: 26 1) Performance curves and certifications 27 i. As applicable to the Work 28 2. Details 29 a. Relation of the various parts to the main members and lines of the structure 30 b. Where correct fabrication of the Work depends upon field measurements 31 1) Provide such measurements and note on the drawings prior to submitting 32 for approval. 33 G. Product Data 34 1. For submittals of product data for products included on the City's Standard Product 35 List,clearly identify each item selected for use on the Project. 36 2. For submittals of product data for products not included on the City's Standard 37 Product List,submittal data may include, but is not necessarily limited to: 38 a. Standard prepared data for manufactured products(sometimes referred to as 39 catalog data) 40 1) Such as the manufacturer's product specification and installation 41 instructions 42 2) Availability of colors and patterns 43 3) Manufacturer's printed statements of compliances and applicability 44 4) Roughing-in diagrams and templates 45 5) Catalog cuts 46 6) Product photographs crry OF PORT WORTH 2008 CIP Neighborhood Street Project—3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised July 1,2011 i i i i i 013300-5 SUBmrl'1'ALS Page 5 of 8 1 a. Shop Drawings 2 1) Distributed to the City 3 2) Copies 4 a) 8 copies for mechanical submittals 5 b) 7 copies for all other submittals 6 c) If Contractor requires more than 3 copies of Shop Drawings rcturncd, 7 Contractor shall submit more than the number of copies listed above. 8 b. Product Data 9 1) Distributed to the City 10 2) Copies 11 a) 4 copies 12 c. Samples 13 1) Distributed to the Project Representative 14 2) Copies 15 a) Submit the number stated in the respective Specification Sections. 16 3. Distribute reproductions of approved shop drawings and copies of approved 17 product data and samples,where required,to the job site file and elsewhere as 18 directed by the City. 19 a. Provide number of copies as directed by the City but not exceeding the number 20 previously specified. 21 K. Submittal Review 22 1. The review of shop drawings,data and samples will be for general conformance 23 with the design concept and Contract Documents. This is not to be construed as: 24 a. Permitting any departure from the Contract requirements 25 b. Relieving the Contractor of responsibility for any errors, including details, 26 dimensions,and materials 27 c. Approving departures from details furnished by the City,except as otherwise 28 provided herein 29 2. The review and approval of shop drawings,samples or product data by the City 30 does not relieve the Contractor from his/her responsibility with regard to the 31 fulfillment of the terms of the Contract. 32 a. All risks of error and omission are assumed by the Contractor, and the City will 33 have no responsibility therefore. 34 3. The Contractor remains responsible for details and accuracy,for coordinating the 35 Work with all other associated work and trades,for selecting fabrication processes, 36 for techniques of assembly and for performing Work in a safe manner. 37 4. If the shop drawings,data or samples as submitted describe variations and show a 38 departure from the Contract requirements which City finds to be in the interest of 39 the City and to be s6 minor as not to involve a change in Contract Price or time for 40 performance,the City may return the reviewed drawings without noting an 41 exception. 42 5. Submittals will be returned to the Contractor under 1 of the following codes: 43 a. Code 1 44 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or 45 comments on the submittal. 46 a) When returned under this code the Contractor may release the 47 equipment and/or material for manufacture. 48 b. Code 2 CITY OF FORT WORTH 2008 CiP Neighborhood Street Project—3A STANDARD CONSTRUCTION SPECIFICATION DOCUAr11;N"l S 01275 Revised July 1,2011 i 013300-7 SUBMITTALS Page 7 of 8 1 9. When the shop drawings have been completed to the satisfaction of the City, the 2 Contractor may carry out the construction in accordance therewith and no further 3 changes therein except upon written instructions from the City. 4 10. Each submittal, appropriately coded,will be returned within 30 calendar days 5 following receipt of submittal by the City. G L. Mock ups 7 1. Mock Up units as specified in individual Sections, include, but are not necessarily 8 limited to, complete units of the standard of acceptance for that type of Work to be 9 used on the Project. Remove at the completion of the Work or when directed. l0 M. Qualifications 11 1. If specifically required in other Sections of these Specifications, submit a P.E. 12 Certification for each item required. 13 N. Request for Information(RFI) 14 1. Contractor Request for additional information 15 a. Clarification or interpretation of the contract documents 16 b. When the Contractor believes there is a conflict between Contract Documents 17 c. When the Contractor believes there is a conflict between the Drawings and 18 Specifications 19 1) Identify the conflict and request clarification 20 2. Use the Request for Information(RFI)form provided by the City. 21 3. Numbering of RFI 22 a. Prefix with"RFI"followed by series number,"-xxx", beginning with"01"and 23 increasing sequentially with each additional transmittal. 24 4. Sufficient information shall be attached to permit a written response without further 25 information. 26 5. The City will log each request and will review the request. 27 a. If review of the project information request indicates that a change to the 28 Contract Documents is required, the City will issue a field Order or Change 29 Order,as appropriate. CITY OF FORT WORTH 2O08 CIP Neighborhood Street Project—3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised July I,2011 0135 13-1 SPECIAL PROJECT PROCEDURES Page I orb I SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the"Texas Department of"Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program I0 d. Air Pollution Watch Days I I e. Use of Explosives,Drop Weight, Etc. 12 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include,but are not necessarily limited to: 21 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 22 2. Division I —General Requirements 23 3. Section 33 12 25—Connection to Existing Water Mains 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Coordination within Railroad permit areas 27 a. Measurement 28 1) Measurement for this Item will be by lump sum. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 will be paid for at the lump sum price bid for Railroad Coordination. 32 c. The price bid shall include: 33 1) Mobilization 34 2) Inspection 35 3) Safety training 36 4) Additional insurance 37 5) Insurance Certificates 38 6) Other requirements associated with general coordination with Railroad, 39 including additional employees required to protect the right-of-way and 40 property of the Railroad from damage arising out of and/or from the 41 construction of the Project. 42 2. Railroad Flagmen CITY OF FORT WORT(1 2008 CIP Neighborhood Street Project-3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised[Insert Revision Datel i 01 35 13-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 a) Erect temporary mechanical barriers, de-energize the lines, or raise or 2 lower the lines 3 c. No personnel may work within 6 feet of a high voltage line before the above 4 requirements have been met. 5 C. Confined Space Entry Program i 6 1. Provide and follow approved Confined Space Entry Program in accordance with 7 OSHA requirements. 8 2. Confined Spaces include: 9 a. Manholes 10 b. All other confined spaces in accordance with OSHA's Permit Required for 11 Confined Spaces 12 D. Air Pollution Watch Days 13 1. General 14 a. Observe the following guidelines relating to working on City construction sites 15 on days designated as"AIR POLLUTION WATCH DAYS". 16 b. Typical Ozone Season 17 1) May I through October 31. 18 c. Critical Emission Time 19 1} 6:00 a.m. to 10:00 a.m. 20 2. Watch Days 21 a. The Texas Commission on Environmental Quality(TCEQ), in coordination 22 with the National Weather Service, will issue the Air Pollution Watch by 3:00 23 p.m. on the afternoon prior to the WATCH day. 24 b. Requirements 25 1) Begin work after 10:00 a.m.whenever construction phasing requires the 26 use of motorized equipment for periods in excess of I hour. 27 2) However,the Contractor may begin work prior to 10.00 a.m. if: 28 a) Use of motorized equipment is less than I hour,or 29 b) If equipment is new and certified by EPA as "Low Emitting",or 30 equipment burns Ultra Low Sulfur Diesel (ULSD),diesel emulsions,or 31 alternative fuels such as CNG. 32 E. Use of Explosives, Drop Weight, Etc. 33 1. When Contract Documents permit on the project the following will apply: 34 a. Public Notification 35 1) Submit notice to City and proof of adequate insurance coverage,24 hours 36 prior to commencing. 37 2) Minimum 24 hour public notification in accordance with Section 01 31 13 38 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. CITY OF FORT wORTi1 2008 CIE'Neighborhood Street Project--3A STANDARD CONSTRUC"1'10N SPECIFICATION DOCUMENTS 01275 Revised[insert Revision Datel 0135 13-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 1 6) Name of the City's inspector and phone number 2 c. A sample of the temporary water service interruption notification is attached as 3 Exhibit B. 4 d. Deliver a copy of the temporary interruption notification to the City inspector 5 for review prior to being distributed. 6 e. No interruption of water service can occur until the flyer has been delivered to 7 all affected residents and businesses. 8 f. Electronic versions of the sample flyers can he obtained from the Project 9 Construction Inspector. 10 I. Coordination with United States Army Corps of Engineers(USACE) 11 1. At locations in the Project where construction activities occur in areas where 12 USACE permits are required, meet all requirements set forth in each designated 13 permit. 14 J. Coordination within Railroad Permit Areas 15 1. At locations in the project where construction activities occur in areas where 16 railroad permits are required, tweet all requirements set forth in each designated 17 railroad permit. This includes, but is not limited to, provisions for 18 a. Flagmen 19 b. Inspectors 20 c. Safety training 21 d. Additional insurance 22 e. Insurance certificates 23 f. Other employees required to protect the right-of-way and property of the 24 Railroad Company from damage arising out of and/or from the construction of 25 the project. Proper utility clearance procedures shall be used in accordance 26 with the permit guidelines. 27 2. Obtain any supplemental information needed to comply with the railroad's 28 requirements. 29 3. Railroad Flagmen 30 a. Submit receipts to City for verification of working days that railroad flagmen 31 were personnel were present on Site. 32 K. Dust Control 33 1. Use acceptable measures to control dust at the Site. 34 a. If water is used to control dust,capture and properly dispose of waste water. 35 b. If wet saw cutting is performed,capture and properly dispose of slurry. 36 L. Employee Parking 37 1. Provide parking for.employces at locations approved by the City. CTfY OF FORT WORTH 2O08 CIP Neighborhood Street Project--3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised[Insert Revision Dare[ f { E 0135 13-7 SPECIAL PROJEC`f PROCEDURES Page 7 of 8 I EXHIBIT A 2 (To be printed on Contractor's Letterhead) 3 4 5 6 Date: 7 8 CPN No.: 9 Project Name: 10 Mapsco Location: 11 Limits of Construction: 12 13 dF 14 IR 15 16 17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 19 PROPERTY. 20 21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 22 OF THIS NOTICE. 23 24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 25 ISSUE, PLEASE CALL: 26 27 28 Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> 29 30 OR 31 32 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 33 34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 35 36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 37 CITY OF FORT WORTS! 2008 CIP Neighborhood Street Project--3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised[insert Revision Date] 014523-1 TESTING AND INSPECTION SERVICES Page I or2 1 SECTION 0145 23 2 TESTING AND INSPECTION SERVICES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing and inspection services procedures and coordination 7 B. Deviations from this City of Folt Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0--Bidding Requirements, Contract Forms and Conditions of the Contract I 1 2. Division I —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 a. Contractor is responsible for performing,coordinating, and payment of all 17 Quality Control testing. 18 b. City is responsible for performing and payment for first set of Quality 19 Assurance testing. 20 1) If the first Quality Assurance test performed by the City fails,the 21 Contractor is responsible for payment of subsequent Quality Assurance 22 testing until a passing test occurs. 23 a) Final acceptance will not be issued by City until all required payments 24 for testing by Contractor have been paid in ftlll. 25 1.3 REFERENCES [NOT USED] 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Testing 28 1. Complete testing in accordance with the Contract Documents. 29 2. Coordination 30 a. When testing isyequired to be performed by the City, notify City, sufficiently 31 in advance, when testing is needed. 32 b. When testing is required to be completed by the Contractor, notify City, 33 sufficiently in advance,that testing will be performed. 34 3. Distribution of Testing Reports 35 a. Electronic Distribution 36 1) Confirm development of Project directory for electronic submittals to be 37 uploaded to City's Buzzsaw site,or another external FTP site approved by 38 the City. CITY OF FOR"i'WORTFI 2008 CIP Neighborhood Street Project--3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised July I,2011 01 50 00-1 TEMPORARY FACILITIES AND CONTROLS Page I of 4 j 1 SECTION 01 50 00 2 "TEMPORARY FACILITIES AND CONTROLS 3 PART1 - GENERAL a 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including, but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 11 d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1, None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 17 2. Division I —General Requirements i 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED[ 23 1.4 ADMlNISTRATFVE REQUIREMENTS 24 A. Temporary Utilities 25 1. Obtaining Temporary Service 26 a. Make arrangements with utility service companies for temporary services. 27 b. Abide by rules and regulations of utility service companies or authorities 28 having jurisdiction. 29 c. Be responsible for utility service costs until Work is approved for Final 30 Acceptance. 31 1) Included are fuel, power, light, licat and other utility services necessary for 32 execution, completion,testing and initial operation of Work. 33 2. Water 34 a. Contractor to provide water required for and in connection with Work to be 35 performed and for specified tests of piping,equipment,devices or other use as 36 required for the completion of the Work. 37 b. Provide and maintain adequate supply of potable water for domestic 38 consumption by Contractor personnel and City's Project Representatives. 39 c. Coordination 40 1} Contact City I week before water for construction is desired CITY OF FORT WORTH 2008 CIP Neighborhood Street Project--3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised July 1,2011 I 015000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1 1. Contractor is responsible for maintaining dust control through the duration of the 2 project. 3 a. Contractor remains on-call at all times 4 b. Must respond in a timely manner 5 F. Temporary Protection of Construction 6 1. Contractor or subcontractors are responsible for protecting Work from damage due 7 to weather. 8 1.5 SUBMITTALS NOT USED] ] 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] i 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] i 16 PART 2- PRODUCTS [NOT USED] 17 PART 3 EXECUTION [NOT USED] 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 INSTALLATION 22 A. Temporary Facilities 23 1. Maintain all temporary facilities for duration of construction activities as needed. 24 3.5 [REPAIR] / [RESTORATION] 25 3.6 RE-INSTALLATION 26 3.7 FIELD Jolt] SITE QUALITY CONTROL[NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING {NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES 31 A. Temporary Facilities CITY OF FORT WORTH 2008 CIP Neighborhood Street Project—3A STANDARD CONSTRUCTION SPEC[FICATION DOCUMENT'S 01275 Revised July I,2011 01 55 26-1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page I of 1 SECTION 0155 26 i 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 1 3 PA.RT1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs i 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 —General Requirements 15 3. Section 34 71 13 Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification,unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices(TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. When traffic control plans are included in the Drawings,provide Traffic 30 Control in accordance with Drawings and Section 34 71 13. 31 b. When traffic control plans are not included in the Drawings,prepare traffic 32 control plans in accordance with Section 34 71 13 and submit to City for 33 review. 34 1) Allow minimum 10 working days for review of proposed Traffic Control. 35 B. Street Use Permit 36 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 37 a. To obtain Street Use Permit, submit Traffic Control Plans to City 38 Transportation and Public Works Department. CITY OF FORT WORTH 2O08 CIP Neighborhood Street Project—3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 y Revised Jul 1,2011 i i �I 01 55 2G-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE 2 CITY OF FORT WORTH 2O08 CIP Neighborhood Street Project—3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised July I,2011 f 1 015713-1 STORM WXrER POLLUTION PREVENTION Page] of 3 i SECTION 0157 13 2 STORM WATER POLLUTION PREVENTION 3 PART1 - GENERAL 4 1,1 SUMMARY 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0— Bidding Requirements,Contract Forms and Conditions of the 11 Contract 12 2. Division 1 General Requirements 13 3. Section 3125 00—Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Construction Activities resulting in less than I acre of disturbance 17 a. Work associated with this Item is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 2. Construction Activities resulting in greater than I acre of disturbance 20 a. Measurement and Payment shall be in accordance with Section 31 25 00, 21 1.3 REFERENCES 22 A. Abbreviations and Acronyms 23 1. Notice of Intent. N01 24 2. Notice of Termination:NOT 25 3. Storm Water Pollution Prevention Plan: SWPPP 26 4. Texas Commission on Environmental Quality: TCEQ 27 5. Notice of Change: NOC 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification, unless a date is specifically cited. 32 2. Integrated Storm Management(iSWM)Technical Manual for Construction 33 Controls 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. General 36 1. Contractor is responsible for resolution and payment of any fines issued associated 37 with compliance to Stormwater Pollution Prevention Plan. CITY OF PORT NvoRTH 2O08 CIP Neighborhood Street Project—3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised July 1,2011 i 3 0157 13-3 STORM WATER POLLUTION PREVENTION Page 3 of 3 I B. Modified SWPPP 2 1. If the SWPPP is revised during construction,resubmit trlodified SWPPP to the City 3 in accordance with Section 01 33 00. i 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] I I PART 2- PRODUCTS [NOT USED] I2 PART 3- EXECUTION [NOT USED] 13 END OF SECTION 14 Revision Log DATE NAME SUMMARY OF CHANGE 15 CITY OF FOR'1"�VOR`t'1{ 2008 CIP Neighborhood Street Project—3A STANDARD CONSTRUCTION SPECIFICKHON DOCUMENTS 01275 Revised July 1,2011 i 3 3 015813-1 TEMPORARY PROJECT SIGNAGE Page I of 3 i 1 SECTION 0158 13 2 TEMPORARY PROJECT SIGNAGE i 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Temporary Project Signage Requirements 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None, 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 11 2. Division I ---General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USE, 22 1.9 QUALITY ASSURANCE ]NOT USED] 23 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2- PRODUCTS 27 2.1 OWNER-FURNISHED lots] OWNER-SUPPLIEDPRODUCTS [NOT USED] 28 2.2 EQUIPMENT,PRODUCT TYPES,AND MATERIALS 29 A. Design Criteria 30 1. Provide free standing Project Designation Sign in accordance with City's Standard 31 Details for project signs. CITY OF FORT WOR"N 1 2008 CIY Neighborhood Street Project--3A STANDARD CONSTRUC CON SPECIFICATION DOCUMENTS 01275 Revised Ady I,2011 i I i j 0158 13-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 i 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 CITY OI.,FORT 1vQRTIi 2008 C11'Neighborhood Street Project—3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised July 1,2011 a a I a i 01 60 00-1 PRODUCT REQUIREMENTS Page 1 of 2 I 1 SECTION 0160 00 2 PRODUCT REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. A listing of the approved products for use in t11e 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. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division I —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. A list of City approved products for use is attached to this Section. 16 B. Only products specifically included on City's Standard Product List in these Contract 17 Documents shall be allowed for use on the Project. 18 1. Any subsequently approved products will only be allowed for use upon specific 19 approval by the City. 20 C. Any specific product requirements in the Contract Documents supersede similar 21 products included on the City's Standard Product List. 22 1. The City reserves the right to not allow products to be used for certain projects even 23 though the product is listed on the City's Standard Product List. 24 D. Although a specific product is included on City's Standard Product List,not all 25 products from that manufacturer are approved for use, including but not limited to,that 26 manufacturer's standard product. 27 E. See Section 01 33 00 for submittal requirements of Product Data included on City's 28 Standard Product List. 29 1.5 SUBMITTALS [NOT USED] 30 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 31 1.7 CLOSEOUT SUBMITTALS [NOT USED] 32 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 33 1.9 QUALITY ASSURANCE [NOT USED] 34 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] CITY OF FORT WORT11 2009 CIP Neighborhood Street Project--3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised July 1,2011 016600-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page I of 1 SECTION 0166 00 r 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PARTI - GENERAL I 4 1.1 SUMMARY is 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage from: 9 a. Handling 10 b. Exposure to elements or harsh environments I 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include,but are not necessarily limited to: 14 1. Division 0--Bidding Requirements,Contract Forms and Conditions of the Contract 15 2. Division 1 —General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES (NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY AND HANDLING 28 A. Delivery Requirements 29 1. Schedule delivery of products or equipment as required to allow timely installation 30 and to avoid prolonged storage. 31 2. Provide appropriate personnel and equipment to receive deliveries. 32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 33 for personnel or equipment to receive the delivery. Crr'Y OF FORT WORT[1 2008 CIP Neighborhood Street Project—3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised July I,2011 016600-3 PRODUCT'STORAGE AND HANDLING R1'QUIRE WENTS Page 3 of 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS [NOT USED] a 4 PART 3- EXECUTION 7 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION[NOT USED] i 7 3.3 PREPARATION [NOT USED] 8 3.4 ERECTION [NOT USED] i 9 3.5 REPAIR 1 RESTORATION [NOT USED] 10 3.6 RE-INSTALLATION [NOT USED] 11 3.7 FIELD [OR] SITE QUALITY CONTROL 12 A. Tests and Inspections 13 1. Inspect all products or equipment delivered to the site prior to unloading. 14 B. Non-Conforming Work 15 1. Reject all products or equipment that are damaged,used or in any other way 16 unsatisfactory for use on the project. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION 22 A. Protect all products or equipment in accordance with manufacturer's written directions. 23 B. Store products or equipment in location to avoid physical damage to items while in 24 storage. 25 C. Protect equipment from exposure to elements and keep thoroughly dry if required by 26 the manufacturer. 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION 30 CITY OF FORT WOWH1 2008 CIP Neighborhood Street Project—3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised July 1,2011 017123-1 CONSTRUCTION STAKING Page I of t SECTION 01 71 23 2 CONSTRUCTION STAKING ? a 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 1. Requirements for construction staking. 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division I —General Requirements i 12 1.2 PRICE AND PAYMENT PROCEDURES i 13 A. Measurement and Payment t4 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item, 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Construction Stakes 19 1. Construction staking will be performed by the City. 20 2. Coordination 2t a. Contact City's Project Representative at least 2 weeks in advance for 22 scheduling of Construction Staking. 23 3. General 24 a. It is the Contractor's responsibility to coordinate staking such that construction 25 activities are not delayed or negatively impacted. 26 b. Contractor is responsible for preserving and maintaining stakes furnished by 27 City. 28 c. If in the opinion of the City,a sufficient number of stakes or markings have 29 been lost,destroyed or disturbed,by Contractor's neglect such that the 30 contracted Work cannot take place,then the Contractor will be required to pay 31 the City for new staking with a 25 percent markup. 32 1) The cost for staking will be deducted from the payment due to the 33 Contractor for the Project. 34 1.5 SUBMITTALS 35 A. Submittals, if required,shall be in accordance with Section 0133 00. 36 1, All submittals shall be approved by the Engineer or the City prior to delivery. CITY OF,FOWI'WORTH 2O08 CIP Neighborhood Strect Project--3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised July 1,2011 I 017123-3 CONSTRUCTION STAKING Page 3 of 3 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 3 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] i 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] i 8 END OF SECTION i 9 Revision Log DATE NAME SUMMARY OF CHANGE 10 CITY Oi,FORT WORTH 2O08 CIP Neighborhood Street Project—3A STANDARD CONSTRUCTION SPECIFICXHON DOCUMENTS 01275 Revised July 1,2011 OI7423-I CLEANING Page I of 1 SECTION 0174 23 2 CLEANING 3 PARTI - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Intermediate and final cleaning for Work not including special cleaning of closed 7 systems specified elsewhere 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: t l 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 3. Section 32 92 13—Hydro-Mulching, Seeding and Sodding 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment t6 1. Work associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final 24 inspection. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 STORAGE,AND HANDLING 31 A. Storage and Handling Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. CITY OF FORT WORTH 2O08 C[P Neighborhood Street Project—3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised July I,2011 017423-3 CLEANING Page 3 of 4 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep,wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City,the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on-site. 9 B. Intermediate Cleaning during Construction 10 1. Keep Work areas clean so as not to hinder health, safety or convenience of 11 personnel in existing facility operations. 12 2. At maximum weekly intervals, dispose of waste materials,debris and rubbish. 13 3. Confine construction debris daily in strategically located container(s): 14 a. Cover to prevent blowing by wind 15 b. Store debris away from construction or operational activities 16 c. Haul from site at a minimum of once per week 17 4. Vacuum clean interior areas when ready to receive finish painting. 18 a. Continue vacuum cleaning on an as-needed basis,until Final Acceptance. 19 5. Prior to storm events,thoroughly clean site of all loose or unsecured items, which 20 may become airborne or transported by flowing water during the storm. 21 C. Interior Final Cleaning 22 1. Remove grease, mastic,adhesives,dust,dirt, stains, fingerprints, labels and other 23 foreign materials from sight-exposed surfaces. 24 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 25 3. Wash and shine glazing and mirrors. 26 4. Polish glossy surfaces to a clear shine. 27 5. Ventilating systems 28 a. Clean permanent filters and replace disposable filters if units were operated 29 during construction. 30 b. Clean ducts, blowers and coils if units were operated without filters during 31 construction. 32 6. Replace all burned out lamps. 33 7. Broom clean process area floors. 34 8. Mop office and control room floors. 35 D. Exterior(Site or Right of Way)Final Cleaning 36 1. Remove trash and debris containers from site. 37 a. Re-seed areas disturbed by location of trash and debris containers in accordance 38 with Section 32 92 13. 39 2. Sweep roadway to remove all rocks,pieces of asphalt,concrete or any other object 40 that may hinder or disrupt the flow of traffic along the roadway. 41 3. Clean any interior areas including,but not limited to, vaults, manholes, structures, 42 junction boxes and inlets. CITY OF FORT WORTH 2O08 CIP Neighborhood Street Project—3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised July 1,2011 a i i I i i 7 i 01 77 19-1 CLOSEOUT RE QUIR1iMENTS Page 1 01`3 j i 1 SECTION 0177 19 i 2 CLOSEOUT REQUIREMENTS I 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0-W-Bidding Requirements,Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees,Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees, bonds, 20 certificates, Iicenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City, 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH 2O08 C1P Neighborhood Street Project—3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised July 1,2011 i i i i i 017719-3 CLOSEOUT REQUIREMENTS Pagc 3 of3 I. Once the City Project Representative finds the Work subsequent to Final Inspection 2 to be satisfactory, the City will issue a Notice of Project Completion(Green Sheet). 3 E. Supporting Documentation 4 1. Coordinate with the City Project Representative to complete the following 5 additional forms; 6 a. Final Payment Request 7 b. Statement of Contract Time 8 c. Affidavit of Payment and Release of Liens 9 d. Consent of Surety to Final Payment j 10 e. Pipe Report(if required) 11 f. Contractor's Evaluation of City 12 g. Performance Evaluation of Contractor 13 F. Letter of Final Acceptance 14 1. Upon review and acceptance of Notice of Project Completion and Supporting 15 Documentation, in accordance with General Conditions, City will issue Letter of 16 Final Acceptance and release the Final Payment Request for payment. 17 3.5 REPAIR/RESTORATION [NOT USED] 18 3.6 RE-INSTALLATION [NOT USED] 19 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 Revision Log DATE NAME SUMMARY OF CHANGE 29 CITY OF FORT WORTH 2O08 CIP Neighborhood Street Project--3A STANDARD CONSTRICTION SPE.CIVICATION DOCUMEN'rs 01275 Revised July 1,2011 i i i 01 78 23-1 OPERATION AND MAINTENANCE DATA Pagel of 5 1 SECTION 0178 23 2 OPERATION AND MAINTENANCE DATA 3 PART1 - GENERAL I 4 1.1 SUMMARY 5 A. Section Includes: G 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include,but are not limited to: 9 a. Traffic Controllers to b. Irrigation Controllers(to be operated by the City) 11 e. Butterfly Valves 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 16 2. Division I —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE RE,QUIREMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section 01 33 00 Submittal Procedures. All 28 submittals shall be approved by the City prior to delivery. 29 1.5 INFORMATIONAL SUBMITTALS 30 A. Submittal Form 31 1. Prepare data in form of an instructional manual for use by City personnel. 32 2. Format 33 a. Size: 8 %2 inches x I 1 inches 34 b. Paper 35 1) 40 pound minimum,white, for typed pages 36 2) Holes reinforced with plastic,cloth or metal 37 c. Text: Manufacturer's printed data,or neatly typewritten CITY OF FOR'r WOR7I11 2008 CTP Neighborhood Street Project---3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised July I,2011 1 � i 01 78 23-3 OPERATION AND MAINTENANCE DATA Page 3 of 5 1 5. Copy of each warranty,bond and service contract issued 2 a. Provide information sheet for City personnel giving: 3 1) Proper procedures in event of failure 4 2) Instances which might affect validity of warranties or bonds 5 C. Manual for Materials and Finishes 6 1. Submit 5 copies of complete manual in final form. 7 2. Content, for architectural products,applied materials and finishes: 8 a. Manufacturer's data,giving full information on products 9 1) Catalog number,size,composition 10 2) Color and texture designations 11 3) Information required for reordering special manufactured products 12 b. Instructions for care and maintenance 13 1) Manufacturer's recommendation for types of cleaning agents and methods 14 2) Cautions against cleaning agents and methods which are detrimental to 15 product 16 3) Recommended schedule for cleaning and maintenance 17 3. Content, for moisture protection and weather exposure products: 18 a. Manufacturer's data,giving full information on products 19 1) Applicable standards 20 2) Chemical composition 21 3) Details of installation 22 b. Instructions for inspection,maintenance and repair 23 D. Manual for Equipment and Systems 24 1. Submit 5 copies of complete manual in final form. 25 2. Content, for each unit of equipment and system, as appropriate: 26 a. Description of unit and component parts 27 1) Function,normal operating characteristics and limiting conditions 28 2) Performance curves,engineering data and tests 29 3} Complete nomenclature and commercial number of replaceable parts 30 b. Operating procedures 31 1) Start-up,break-in,routine and normal operating instructions 32 2) Regulation,control,stopping,shut-down and emergency instructions 33 3) Summer and winter operating instructions 34 4) Special operating instructions 35 c. Maintenance procedures 36 1) Routine operations 37 2) Guide to "trouble shooting" 38 3) Disassembly,repair and reassembly 39 4) Alignment, adjusting and checking 40 d. Servicing and lubrication schedule 41 1) List of lubricants required 42 c. Manufacturer's printed operating and maintenance instructions 43 f. Description of sequence of operation by control manufacturer 44 1) Predicted life of parts subject to wear 45 2) Items recommended to be stocked as spare parts 46 g. As installed control diagrams by controls manufacturer 47 h. Each contractor's coordination drawings 48 1) As installed color coded piping diagrams CITY OF PORT wOIC11l 2008 CIP Neighborhood Street Project—3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised July 1,2011 01 78 23-5 OPERATION AND MAINTENANCE DATA Page 5 of 5 I 1 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USE, 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] i 4 PART 2- PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION 3 7 Revision Log DATE NAME SUMMARY OF CHANGE r i s 8 1 I i I CITY OF FORT WORTf 1 2008 CIP Neighborhood Street Prajecl—3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised July 1,2011 017839-1 PROJECT RECORD DOCUMENTS Page i of 4 1 SECTION 0178 39 2 PROJECT RECORD DOCUMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents, including: 8 a. Record Drawings 9 b. Water Meter Service Reports t0 c. Sanitary Sewer Service Reports t 1 d. Large Water Meter Reports t2 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include,but are not necessarily limited to: 15 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 16 2. Division 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection,deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents, making adequate 32 and proper entries on each page of Specifications and each sheet of Drawings and 33 other Documents where such entry is required to show the change properly. 34 2. Accuracy of records shall be such that future search for items shown in the Contract 35 Documents may rely reasonably on information obtained from the approved Project 36 Record Documents. CITY OF FORT WORTH 2O08 CIP Neighborhood Street Project—3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised July 1,2011 I 'I 017839-3 PROJECT RECORD DOCUMENTS Page 3 of 1 2. Preservation 2 a. Considering the Contract completion time, the probable number of occasions 3 upon which the job set must be taken out for new entries and for examination, 4 and the conditions under which these activities will be performed,devise a 5 suitable method for protecting the job set. 6 b. Do not use the job set for any purpose except entry of new data and for review 7 by the City, until start of transfer of data to final Project Record Documents. 8 c. Maintain the job set at the site of work. 9 3. Coordination with Construction Survey 10 a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, 11 clearly mark any deviations from Contract Documents associated with 12 installation of the infrastructure. 13 4. Making entries on Drawings 14 a. Record any deviations from Contract Documents. 15 b. Use an erasable colored pencil(not ink or indelible pencil),clearly describe the 16 change by graphic line and note as required. 17 c. Date all entries. 18 d. Call attention to the entry by a"cloud" drawn around the area or areas affected. 19 e. In the event of overlapping changes, use different colors for the overlapping 20 changes. 21 5. Conversion of schematic layouts 22 a. hi some cases on the Drawings,arrangements of conduits,circuits, piping, 23 ducts,and similar items,are shown schematically and are not intended to 24 portray precise physical layout. 25 1) Final physical arrangement is determined by the Contractor, subject to the 26 City's approval. 27 2) However, design of future modifications of the facility may require 28 accurate information as to the final physical layout of items which are 29 shown only schematically on the Drawings. 30 b. Show on the job set of Record Drawings,by dimension accurate to within 1 31 inch,the centerline of each run of items. 32 1) Final physical arrangement is determined by the Contractor, subject to the 33 City's approval. 34 2) Show, by symbol or note,the vertical location of the Item("under slab", "ill 35 ceiling plenum", "exposed", and the like). 36 3) Make all identification sufficiently descriptive that it may be related 37 reliably to the Specifications. 38 c. The City may waive the requirements for conversion of schematic layouts 39 where, in the City's judgment, conversion serves no usefill purpose. However, 40 do not rely upon waivers being issued except as specifically issued in writing 41 by the City. 42 B. .Final Project Record Documents 43 1. Transfer of data to Drawings 44 a. Carefully transfer change data shown on the job set of Record Drawings to the 45 corresponding final documents,coordinating the changes as required. 46 b. Clearly indicate at each affected detail and other Drawing a full description of 47 changes made during construction,and the actual location of items. CITY OF FORT WORTH 2O08 CIP Neighborhood Street Project—3A STANDAIM CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised July 1,2011 t 03 30 00- 1 CAST-IN-PLACE CONCRETE Page I of 25 1 SECTION 03 30 00 2 CAST-IN-PLACE CONCRETE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Cast-in place concrete, including formwork, reinforcement, concrete materials, 7 mixture design, placement procedures and finishes, for the following: 8 a. Piers 9 b. Footings 10 c. Slabs-on-grade I d. Foundation walls 12 e. Retaining walls 13 £ Suspended slabs 14 g. Blocking 15 B. Deviations from this City of Fort Worth Standard Specification t 6 1. None. 17 C. Related Specification Sections include, but are not necessarily limited to: 18 1. Division 0_Bidding Requirements,Contract Forms and Conditions of the Contract 19 2. Division l —General Requirements 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Measurement 23 a. This Item is considered subsidiary to the structure or Items being placed. 24 2. Payment 25 a. The work performed and the materials furnished in accordance with this Item 26 are subsidiary to the structure or Items being placed and no other compensation 27 will be allowed. 28 1.3 REFERENCES 29 A. Definitions 30 1. Cementitious Materials 31 a. Portland cement alone or in combination with 1 or more of the following: 32 1) Blended hydraulic cement 33 2) Fly ash 34 3) Other pozzolans 35 4) Ground granulated blast-furnace slag 36 5) Silica fume 37 b. Subject to compliance with the requirements of this specification 38 B. Reference Standards CITY OF FORT}NORTH 2O08 CIP Neighborhood Street Project---3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised duly 1,2011 033000-3 CAST-IN-PLACE CONCRETE; Page 3 of 25 a 1 it. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural y 2 Pozzolan for Use in Concrete. 3 v. C881, Standard Specification for Epoxy-Resin-Base Bonding Systems for 4 Concrete. 5 w. C989, Standard Specification forGround GranrrlatedBiast-Furnace Slag for 6 Use in Concrete and Mortars. 7 x. CIO 17, Standard Specification for Chemical Admixtures for Use in Producing 8 Flowing Concrete. 9 y. Ct059, Standard Specification for Latex.Agents for Bonding Fresh to Hardened 10 Concrete. I l z. C1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- 12 Cement Concrete. 13 aa. C1240, Standard Specification for Silica Fume Used in Cenrentitious Mixtures. 14 bb. El 155, Standard Test Method for Determining FF Floor Flatness and FL Floor 15 Levelness Numbers. 16 cc. F436, Standard Specification for Hardened Steel Washers. 17 6. American Welding Society(AWS). 18 a. D 1.1, Structural Welding Code- Steel. 19 b. D 1.4, Structural Welding Code-Reinforcing Steel. 20 7. Concrete Reinforcing Steel Institute(CRSI) 21 a. Manual of Standard Practice 22 8. Texas Department of Transportation 23 a. Standard Specification for Construction and Maintenance of Highways, Streets 24 and Bridges 25 1.4 ADMINISTRATIVE REQUIREMENTS 26 A. Work Included 27 1. Design, fabrication,erection and stripping of formwork for cast-in-place concrete 28 including shoring, reshoring, falsework, bracing, proprietary forming systems, 29 prefabricated forms, void fortes,permanent metal forms, bulkheads, keys, 30 blackouts, sleeves, pockets and accessories. 31 a. Erection shall include installation in for rework of items furnished by other 32 trades. 33 2. Furnish all labor and materials required to fabricate, deliver and install 34 reinforcement and embedded metal assemblies for cast-in-place concrete, including 35 steel bars,welded steel wire fabric,ties, supports and sleeves. 36 3. Furnish all labor and materials required to perform the following: 37 a. Cast-in-place concrete 38 b. Concrete mix-designs 39 c. Grouting 40 1.5 SUBMITTALS 41 A. Submittals shall be in accordance with Section 01 33 00. 42 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or 43 fabrication for specials. CITY OF FORT WORTH 2008 CIP Neighborhood Street Project—3A s,rANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS 01275 Revised Ally t,2011 ©33000-5 CAST-IN-PLACE CONCRETE Page 5 of25 1 B. Waterstops 2 1. Store waterstops colder cover to protect from moisture, sunlight, dill, oil and other 3 contaminants. 4 1.11 FIELD CONDITIONS [NOT USED] 5 1.12 WARRANTY [NOT USED] 6 PART2 - PRODUCTS 7 2.1 OWNER-FURNISHED OR OWNER-SUPPLIED PRODUCTS [NOT USED] 8 2.2 PRODUCT TYPES AND MATERIALS 9 A. Manufacturers to 1. In other Part 2 articles where titles below introduce lists,the following requirements 11 apply to product selection: 12 a. Available Products: Subject to compliance with requirements, products that 13 may be incorporated into the Work include, but are not limited to, products 14 specified. t5 b. Available Manufacturers: Subject to compliance with requirements, 16 manufacturers offering products that may be incorporated into the Work 17 include, but are not limited to,manufacturers specified. 18 B. Form-Facing Materials 19 1. Rough-Formed Finished Concrete 20 a. Plywood, lumber, metal or another approved material 21 b. Provide lumber dressed on at least 2 edges and 1 side for tight fit. 22 2. Chamfer Strips 23 a. Wood, metal, PVC or rubber strips 24 b. 3/a-inch x"/a-inch, minimum 25 3. Rustication Strips 26 a. Wood, metal, PVC or rubber strips 27 b. Kerfed for ease of form removal 28 4. Form-Release Agent 29 a. Commercially formulated form-release agent that will not bond with, stain or 30 adversely affect concrete surfaces 31 b. Shall not impair subsequent treatments of concrete surfaces 32 c. For steel form-facing materials, formulate with rust inhibitor. 33 5. Form Ties 34 a. Factory-fabricated,removable or snap-off metal of glass-fiber-reinforced 35 plastic form ties designed to resist lateral pressure of fresh concrete on forms 36 and to prevent spatting of concrete on removal. 37 b. Furnish units that will leave no corrodible metal closer than 1 inch to the plane 38 of exposed concrete surface. 39 c. Furnish ties that, when removed, will leave holes no larger than 1 inch in 40 diameter in concrete surface. CITY OF FORT WORTFI 2008 CIP Neighborhood Street Project—3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S 01275 Revised 3uly 1,2011 033000-7 CAST-IN-PLACE CONCRETE Page 7 of 25 I a. Nuts: ASTM A563 hex carbon steel 2 b. Washers: ASTM F436 hardened carbon steel 3 c. Finish: Hot-dip zinc coating, ASTM A153, Class C 4 14. Inserts 5 1. Provide metal inserts required for anchorage of materials or equipment to concrete 6 construction where not supplied by other trades: 7 a. In vertical concrete surfaces for transfer of direct shear loads only, provide 8 adjustable wedge inserts of malleable cast iron complete with bolts, nuts and 9 washers. 10 1) Provide 3/4-inch bolt size, unless otherwise indicated. 11 b. In horizontal concrete surfaces and whenever inserts are subject to tension 12 forces, provide threaded inserts of malleable cast iron furnished with full depth 13 bolts. 14 1) Provide 3/4-inch bolt size, unless otherwise indicated. 15 I. Concrete Materials 16 1. Cementitious Material 17 a. Use the following cementitious materials, of the same type, brand,and source, 18 throughout Project: 19 1) Portland Cement 20 a) ASTM C150,Type UII, gray 21 b) Supplement with the following: 22 (1) Fly Ash 23 (a) ASTM C618, Class C or F 24 (2) Ground Granulated Blast-Furnace Slag 25 (a) ASTM C989, Grade 100 or 120. 26 2) Silica Fume 27 a) ASTM C1240, amorphous silica 28 3) Normal-Weight Aggregates 29 a) ASTM C33, Class 3S coarse aggregate or better, graded 30 b) Provide aggregates from a single source. 31 4) Maximum Coarse-Aggregate Size 32 a) 3/4-inch nominal 33 5) Fine Aggregate 34 a) Free of materials with deleterious reactivity to alkali in cement 35 6) Water 36 a) ASTM C94 and potable 37 J. Admixtures 38 1. Air-Entraining Adinixture 39 a. ASTM C260 40 2. Chemical Admixtures 4l a. Provide admixtures certified by manufacturer to be compatible with other ad- 42 mixtures and that will not contribute water-soluble chloride ions exceeding 43 those permitted in hardened concrete. 44 b. Do not use calcium chloride or admixtures containing calcium chloride. 45 c. Water-Reducing Admixture 46 1) ASTM C494, Type A CITY OF FORT WORTH 2O08 CIP Neighborhood Street Project—3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised July 1,2011 03 30 00-9 CAST-IN-PLACE CONCRETE Page 9 of 25 1 12) Symons Corporation, a Dayton Superior Company; Resi-Chem Clear Cure 2 13} Talnms lndustl•ies, Inc.; Horneure WB 30 3 14) Unitex; Hydro Cure 309 4 15) US Mix Products Company; US Spec Maxcure Resin Clear 5 16) Vexcon Chemicals, hie.; Certi-Vex Enviocure 100 6 M. Related Materials 7 1. Bonding Agent 8 a. ASTM C 1059,Type 11, non-redispersible,acrylic emulsion or styrene 9 butadiene 10 2. Epoxy Bonding Adhesive 11 a. ASTM C881, 2-component epoxy resin, capable of humid curing and bonding 12 to damp surfaces, of class suitable for application temperature and of grade to 13 suit requirements,and as follows. 14 1) Types 1 and 11, non-load bearing 15 2) fV and V, load bearing, for bonding 16 3) Hardened or freshly mixed concrete to hardened concrete 17 3. Reglets 18 a. Fabricate reglets of not less than 0.0217-inch thick, galvanized steel sheet 19 b. Temporarily fill or cover face opening of reglet to prevent intrusion of concrete 20 or debris. 2I 4. Sleeves and Blockouts 22 a. Formed with galvanized metal,galvanized pipe, polyvinyl chloride pipe,fiber 2-1tubes or wood 24 S. Nails, Spikes,Lag Botts,Through Bolts,Anchorages 25 a, Sized as required 26 b. Shall be of strength and character to maintain formwork in place while placing 27 concrete 28 N. Repair Materials 29 1. Repair Underlayment 30 a. Cement-based, polymer-modified, self-leveling product that can be applied in 31 thicknesses of 1/8 inch or greater 32 1) Do not feather. 33 b. Cement Binder 34 1) ASTM C150,Portland cement or hydraulic or blended hydraulic cement as 35 defined in ASTM C219 36 c. Primer 37 1) Product of under•layment manufacturer recommended for substrate, condi- 38 tions, and-application 39 d. Aggregate 40 1) Well-graded,washed gravel, 1/8 to 1/4 inch or coarse sand as 41 recommended by underlaylnent manufacturer 42 e. Compressive Strength 43 1) Not less than 4100 psi at 28 days when tested according to 44 ASTM C 109/C 109M 45 2. Repair Overlayment CITY OF FORT WORTH 2O08 CIP Neighborhood Street Project—3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S 01275 Revised July 1,2011 3 03 30 00-1 1 CAST-IN-PLACE CONCRETE Page t t of 25 1 7) Combined Fly Ash, Pozzolans, and Silica Fume: 35 percent with fly ash or 2 pozzolans not exceeding 25 percent and silica fume not exceeding 10 per- 3 cent 4 8) Combined Fly Ash or Pozzolans, Ground Granulated Blast-Furnace Slag, 5 and Silica Fume: 50 percent with fly ash or pozzolans not exceeding 25 6 percent and silica fume not exceeding 10 percent 7 3. Limit water-soluble, chloride-ion content in hardened concrete to 1.0 percent by 8 weight of cement. 9 4. Admixtures 10 a. Use admixtures according to manufacturer's written instructions. 11 b. Do not use admixtures which have not been incorporated and tested in accepted 12 mixes. 1 13 c. Use water-reducing high-range water-reducing or plasticizing admixture in 14 concrete, as required,for placement and workability. 15 d. Use water-reducing and retarding admixture when required by high 16 temperatures, low humidity or other adverse placement conditions. 17 e. Use water-reducing admixture in pumped concrete, concrete for heavy-use j 18 industrial slabs and parking structure slabs,concrete required to be watertight, 19 and concrete with a water-cementitious materials ratio below 0.50, 20 £ Use corrosion-inhibiting admixture in concrete mixtures where indicated. 21 P. Concrete Mixtures 22 1. Refer to TXDQT"Standard Specifications for Construction and Maintenance of 23 Highways, Streets, and Bridges" for: 24 a. Culverts 25 b. Headwalls 26 c. Wingwalls 27 2. Proportion normal-weight concrete mixture as follows: 28 a. Minimum Compressive Strength: 3,000 psi at 28 days 29 b. Maximum Water-Cementitious Materials Ratio: 0.50 30 c. Slump Limit: 5 inches or 8 inches for concrete with verified slump of 2 to 4 31 inches before adding high-range water-reducing admixture or plasticizing 32 admixture, plus or minus I inch 33 d. Air Content: 6 percent, plus or minus 1.5 percent at point of delivery for 314- 34 inch nominal maximum aggregate size 35 Q. Fabricating Reinforcement 36 1. Fabricate steel reinforcement according to CRSPs "Manual of Standard Practice." 37 R. Fabrication of Embedded Metal Assemblies 38 1. Fabricate metal assemblies in the shop. Holes shall be made by drilling or 39 punching. Holes shall not be made by or enlarged by burning. Welding shall be in 40 accordance with AWS D 1.1. 41 2. Metal assemblies exposed to earth,weather or moisture shall be hot dip galvanized. 42 All other metal assemblies shall be either hot dip galvanized or painted with an 43 epoxy paint. Repair galvanizing after welding with a Cold Galvanizing compound 44 installed in accordance with the manufacturer's instructions. Repair painted 45 assemblies after-welding with same type of paint. CITY OF FORT WORTH 2O09 GIP Neighborhood Street Project—3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised Judy 1,2011 i i 03 30 00- 13 j CAST-IN-PLACE CONCRETE Page 13 of 25 I b. Lateral alignment 2 1) Members- 1 inch. 3 2) Centerline of openings 12 inches or smaller and edge location of larger 4 openings in slabs- 1/2 inch. 5 3) Sawcuts,joints, and weakened plane embedments in slabs- 3/4 inch. 6 c. Level alignment 7 1) Elevation of slabs-on-grade-3/4 inch. 8 2) Elevation of top surfaces of formed slabs before removal of shores -3/4 9 inch. 10 3) Elevation of formed surfaces before removal of shores-3/4 inch. i 1 d. Cross-sectional dimensions: Overall dimensions of beams,joists, and columns 12 and thickness of walls and slabs. 13 1) 12 inch dimension or less-plus 1/2 inch to minus 1/4 inch. 14 2) Greater than 12 inch to 3 foot dimension-plus 1/2 inch to minus 3/8 inch. 15 3) Greater than 3 foot dimension-plus 1 inch to minus 3/4 inch. 16 e. Relative alignment 17 1) Stairs 18 a) Difference in height between adjacent risers- 1/8 inch. 19 b) Difference in width between adjacent treads- 1/4 inch. 20 c) Maximum difference in height between risers in a flight of stairs -3/8 21 inch. 22 d) Maximum difference in width between treads in a flight of stairs -3/8 23 inch. 24 2) Grooves 25 a) Specified width 2 inches or less- 1/8 inch. 26 b) Specified width between 2 inches and 12 inches- 1/4 inch. 27 3) Vertical alignment of outside corner of exposed corner columns and control 28 joint grooves in concrete exposed to view- 1/4 inch in 10 feet. 29 4) All other conditions-3/8 inch in 10 feet. 30 3. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, 31 as follows: 32 a. Class B, 1/4 inch for smooth-formed finished surfaces. 33 b. Class C, 1/2 inch for rough-fortned finished surfaces. 34 4, Construct forms tight enough to prevent loss of concrete mortar. 35 5. Fabricate forms for easy removal without hammering or plying against concrete 36 surfaces. Provide crush or wrecking plates where stripping may damage cast 37 concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 38 horizontal to I vertical, 39 a. Install keyways, reglets, recesses, and the like, for easy removal. 40 b. Do not use rust-stained steel form-facing material. 41 6. Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve 42 required elevations and slopes in finished concrete surfaces. Provide and secure 43 units to support screed strips; use strike-off templates or compacting-type screeds. 44 7. Construct formwork to cambers shown or specified on the Drawings to allow for 45 structural deflection of the hardened concrete. Provide additional elevation or 46 camber in formwork as required for anticipated formwork deflections due to weight 47 and pressures of concrete and construction loads. CITY OF FORT NVOICF14 2O08 CIP Neighborhood Street Project--3A STANDARD CONsmuc'rm SPECIFICATION DOCUMENTS 01275 Revised Juty t,2011 03 30 00-15 CAST-IN-PLACE CONCRETE Page 15 of25 v 1 a. Leave formwork for beam soffits,joists,slabs, and other structural elements 2 that supports weight of concrete in place until concrete has achieved at least 70 3 percent of its 28-day design compressive strength. 4 b. Do not remove formwork supporting conventionally reinforced concrete until 5 concrete has attained 70 percent of its specified 28 day compressive strength as 6 established by tests of field cured cylinders. In the absence of cylinder tests, 7 supporting formwork shall remain in place until the concrete has cured at a 8 temperature of at least 50 degrees Fahrenheit for the minimum cumulative time 9 periods given in ACI 347, Section 3.7.2.3. Add the period of time when the j 10 surrounding air temperature is below 50 degrees Fahrenheit, to the minimum 11 listed time period. Formwork for 2-way conventionally reinforced slabs shall ! 12 remain in place for at least the minimum cumulative time periods specified for 13 1-way slabs of the same maximum span. j 14 c. Immediately reshore 2-way conventionally reinforced slabs after formwork 15 removal. Reshores shall remain until the concrete has attained the specified 28 16 day compressive strength. 17 d. Minimum cumulative curing times may be reduced by the use of high-early 18 strength cement or forming systems which allow form removal without 19 disturbing shores, but only after the Contractor has demonstrated to the 20 satisfaction of the Engineer that the early removal of forms will not cause 21 excessive sag, distortion or damage to the concrete elements. 22 e. Completely remove wood forms. Provide temporary openings if required. 23 f. Provide adequate methods of curing and thermal protection of exposed concrete 24 if forms are removed prior to completion of specified curing time. 25 g. Reshore areas required to support construction loads in excess of 20 pounds per 26 square foot to properly distribute construction loading. Construction loads up 27 to the rated live load capacity may be placed on unshored construction provided 28 the concrete has attained the specified 28 day compressive strength. 29 h. Obtaining concrete compressive strength tests for the purposes of form removal 30 is the responsibility of the Contractor. 31 i. Remove forms only if shores have been arranged to permit removal of forms 32 without loosening or disturbing shores. 33 3. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, 34 delaminated, or otherwise damaged form-facing material will not be acceptable for 35 exposed surfaces. Apply new form-release agent. 36 4. When forms are reused, clean surfaces, remove fins and laitance, and tighten to 37 close joints. Align and secure joints to avoid offsets. Do not use patched forms for 38 exposed concrete surfaces unless approved by Engineer. 39 D. Shores and Reshores 40 1. The Contractor is solely responsible for proper shoring and reshoring. 41 2. Comply with ACI 318 and ACI 301 for design, installation, and removal of shoring 42 and reshoring. 43 a. Do not remove shoring or reshoring until measurement of slab tolerances is 44 complete. CITY OF FORT WORTH 2O08 CIP Neighborhood Street Project—3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised July 1,2011 I i 03 30 00-17 CAST-IN-PLACE CONCRETE I Page 17 of 25 1 c. Locate joints for beams, slabs,joists, and girders in the middle third of spans. 2 Offset joints in girders a minimum distance of twice the beam width from a 3 beam-girder interscetion. 4 d. Locate horizontal joints in walls and columns at underside of floors, slabs, 5 beams, and girders and at the top of footings or floor slabs. 6 e. Space vertical joints in walls as indicated. Locate joints beside piers integral 7 with wails, near corners, and in concealed locations where possible. 8 f. Use a bonding agent at locations where fresh concrete is placed against 9 hardened or partially hardened concrete surfaces. 10 3. Doweled Joints: Install dowel bars and support assemblies at joints where 1 I indicated. Lubricate or asphalt coat 1-1/2 of dowel length to prevent concrete 12 bonding to 1 side of joint. 13 G. Waterstops 14 1. Flexible Waterstops: Install in construction joints and at other joints indicated to 15 form a continuous diaphragm. Install in longest lengths practicable. Support and 16 protect exposed waterstops during progress of the Work. Field fabricate joints in 17 waterstops according to manufacturer's written instructions. 18 2. Self-Expanding Strip Waterstops: Install in construction joints and at other 19 locations indicated, according to manufacturer's written instructions, adhesive 20 bonding, mechanically fastening, and firmly pressing into place. Install in longest 21 lengths practicable. 22 H. Adhesive Anchors 23 1. Comply with the manufacturer's installation instructions on the hole diameter and 24 depth required to fully develop the tensile strength of the adhesive anchor or 25 reinforcing bar. 26 2. Properly clean out the hole utilizing a wire brush and compressed air to remove all 27 loose material from the hole, prior to installing adhesive material. 28 1. Concrete Placement 29 1. Before placing concrete,verify that installation of formwork, reinforcement, and 30 embedded items is complete and that required inspections have been performed. 31 2. Do not add water to concrete during delivery, at Project site, or during placement 32 unless approved by Engineer. 33 3. Before test sampling and placing concrete, water may be added at Project site, 34 subject to limitations of ACI 301. 35 a. Do not add water to concrete after adding high-range water-reducing 36 admixtures to mixture. 37 b. Do not exceed the maximum specified water/cement ratio for the mix. 38 4. Deposit concrete continuously in 1 layer or in horizontal layers of such thickness 39 that no new concrete will be placed on concrete that has hardened enough to cause 40 seams or planes of weakness. If a section cannot be placed continuously, provide 41 construction joints as indicated. Deposit concrete to avoid segregation. 42 a. Deposit concrete in horizontal layers of depth to not exceed formwork design 43 pressures, 15 feet maximum and in a manner to avoid inclined construction 44 joints. CITY OF PORT WORTH 2O08 CIP Neighborhood Street Project--3A STANDARD CONSTRUCTION SPECIFICATION DOMMF,NTS 01275 Revised July 1,2011 i i 03 30 00-19 CAST-IN-PLACE CONCRETE Page 19 of 25 i i I i 1 I, Rough-Formed Finish: As-east concrete texture imparted by form-facing material j 2 with tie holes and defects repaired and patched. Remove fins and other projections j 3 that exceed specified limits on formed-surface irregularities. 4 a. Apply to concrete surfaces not exposed to public view. 5 2. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar 6 unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a 7 texture matching adjacent formed surfaces. Continue final surface treatment of 8 fortned surfaces uniformly across adjacent unformed surfaces, unless otherwise 9 indicated. 10 K. Miscellaneous Concrete Items 11 I. Filling In: Fill in holes and openings left in concrete structures,unless otherwise 12 indicated, after work of other trades is in place. Mix, place, and cure concrete, as 13 specified, to blend with in-place construction. Provide other miscellaneous 14 concrete filling indicated or requited to complete the Work. 15 2, Curbs: Provide monolithic finish to interior curbs by stripping forms while 16 concrete is still green and by steel-troweling surfaces to a hard, dense finish with 17 corners, intersections,and terminations slightly rounded. 18 3. Equipment Bases and.Foundations: Provide machine and equipment bases and 19 foundations as shown on Drawings. Set anchor bolts for machines and equipment 20 at correct elevations, complying with diagrams or templates from manufacturer 21 furnishing machines and equipment. 22 a. Housekeeping pads: Normal weight concrete(3000 psi), reinforced with 23 ##3@16 inches on center set at middepth of pad. Trowel concrete to a dense, 24 smooth finish. Set anchor bolts for securing mechanical or electrical equipment 25 during pouring of concrete fill. 26 4. Protective slabs("Mud slabs"): Normal weight concrete(2500 psi minimum)with a 27 minimum thickness of 3-1/2 inches. Finish slab to a wood float finish. 28 L. Concrete Protecting and Curing 29 1. General: Protect freshly placed concrete from premature drying and excessive cold 30 or hot temperatures. Comply with ACI 306.1 for cold-weather protection and 31 ACI 305.1 for hot-weather protection during curing. 32 2. Formed Surfaces: Cure formed concrete surfaces, including underside of beams, 33 supported slabs,and other similar surfaces, If forms remain during curing period, 34 moist cure after loosening forms. If removing forms before end of curing period, 35 continue curing for the remainder of the curing period. 36 3. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure 37 unfol•tned surfaces, including floors and slabs,concrete floor toppings, and other 38 surfaces. 39 4. Cure concrete according to ACI 308.1, by 1 or a combination of the following 40 methods: 41 a. Moisture Curing: Keep surfaces continuously moist for not less than 7 days 42 with the following materials: 43 1) Water 44 2) Continuous water-fog spray CITY OF FORT WORTH 2008 CIP Neighborhood Street Project-3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised July 1,2011 i i I I 03 30 00-21 CAST-IN-PLACE CONCRETE: Page 21 of25 i 1 4. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, 2 for finish and verify surface tolerances specified for each surface. Correct low and 3 high areas. Test surfaces sloped to drain for trueness of slope and smoothness; use 4 a sloped template. 5 a. Repair finished surfaces containing defects. Surface defects include spalls, pop 6 outs, honeycombs, rock pockets, crazing and clacks in excess of 0.01 inch wide 7 or that penetrate to reinforcement or completely through unreinforced sections 8 regardless of width,and other objectionable conditions. 9 b. After concrete has cured at least 14 days, correct high areas by grinding. 10 c. Correct localized low areas during or immediately after completing surface 11 finishing operations by cutting out low areas and replacing with patching 12 mortar. Finish repaired areas to blend into adjacent concrete. 13 d. Repair defective areas, except random cracks and single holes I inch or less in 14 diameter, by cutting out and replacing with fresh concrete. Remove defective 15 areas with clean, square cuts and expose steel reinforcement with at least a 314- 16 inch clearance all around. Dampen concrete surfaces in contact with patching 17 concrete and apply bonding agent. Mix patching concrete of same materials 18 and mixture as original concrete except without coarse aggregate. Place, 19 compact, and finish to blend with adjacent finished concrete. Ctue in salve 20 manner as adjacent concrete. 21 e. Repair random cracks and single holes I inch or less in diameter with patching 22 mot-tar. Groove top of cracks and cut out holes to sound concrete and clean off 23 dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply 24 bonding agent. Place patching mortar before bonding agent has dried. 25 Compact patching mortar and finish to match adjacent concrete. Keep patched 26 area continuously moist for at least 72 hours. 27 5. Perform structural repairs of concrete, subject to Engineer's approval,using epoxy 28 adhesive and patching mortar. 29 6. Repair materials and installation not specified above may be used, subject to 30 Engineer's approval. 31 3.6 RE-INSTALLATION f NOT USE DI 32 3.7 FIELD QUALITY CONTROL 33 A. Testing and Inspecting: City will engage a special inspector and qualified testing and 34 inspecting agency to perform field tests and inspections and prepare test reports. 35 B. Inspections 36 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 5. Curing procedures and maintenance of curing temperature 41 6. Verification of concrete strength before removal of shores and forms from beams 42 and slabs CITY OF PORT WORTH 2008 CIP Neighborhood Street Project—3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised July 1,2011 03 30 00-23 CAST-IN-PLACE CONCRET Page 23 of 25 i i I a. When the strength level of the concrete for any portion of the structure, as 2 indicated by cylinder tests, falls below the specified requirements, provide 3 improved curing conditions and/or adjustments to the mix design as required to 4 obtain the required strength. If the average strength of the laboratory control 5 cylinders falls so low as to be deemed unacceptable, follow the core test l 6 procedure set forth in ACI 301, Chapter 17. Locations of core tests shall be 7 approved by the Engineer. Core sampling and testing shall be at Contractors 8 expense. 9 b. If the results of the core tests indicate that the strength of the structure is 10 inadequate, any replacement, load testing, or strengthening as may be ordered 11 by the Engineer shall be provided by the Contractor without cost to the City. 12 11. Additional testing and inspecting, at Contractor's expense, will be performed to 13 determine compliance of replaced or additional work with specified requirements. 14 12. Correct deficiencies in the Work that test reports and inspections indicate does not 15 comply with the Contract Documents. 16 D. Measure floor and slab flatness and levelness according to ASTM E1155 within 48 17 hours of finishing. 18 E. Concrete Finish Measurement and Tolerances 19 1. All floors are subject to measurement for flatness and levelness and comply with 20 the following: 21 a. Slabs shall be flat within a tolerance of 5/16 inches in 10 feet when tested with 22 a 10 foot long straightedge. Apply straightedge to the slab at 3 foot intervals in 23 both directions, lapping straightedge 3 feet on areas previously checked. Low 24 spots shall not exceed the above dimension anywhere along the straightedge. 25 Flatness shall be checked the next work day after finishing. 26 b. Slabs shall be level within a tolerance of± 1/4 inch in 10 feet, not to exceed 3/4 27 inches total variation,anywhere on the floor, from elevations indicated on the 28 Drawings. Levelness shall be checked on a 10 foot grid using a level after 29 removal of forms. 30 c. Measurement Standard: All floors are subject to measurement for flatness and 31 levelness, according to ASTM El 155. 32 2. 2 Tiered Measurement Standard 33 a. Each floor test section and the overall floorarea shall conform to the 2-tiered 34 measurement standard as specified herein. 35 1) Minimum Local Value: The minimum local FF/FL values represent the ab- 36 solute minimum surface profile that will be acceptable for any I test sample 37 (line of measurements)anywhere within the test area. 38 2) Specified Overall Valle: The specified overall FF/FL values represent the 39 minimum values acceptable for individual floor sections as well as the floor 40 as a whole. 41 3. Floor Test Sections 42 a. A floor test section is defined as the smaller of the following areas: 43 1) The area bounded by column and/or wall lines 44 2) The area bounded by construction and/or control joint lines 45 3) Any combination of column lines and/or control joint lines CITY OF I OR'C WORT1[ 2008 CIP Neighborhood Street Project—3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S 01275 Revised July 1,2011 03 30 00-25 CAST-IN-PLACE CONCRETE Page 25 of 25 1 3.11 CLOSEOUT ACTIVITIES [NOT USED] 2 3.12 PROTECTION [NOT USED] 3 3.13 MAINTENANCE ]NOT USED] 4 3.14 ATTACHMENTS [NOT USED] 5 END OF SECTION G Revision Log DATE NAME SUMMARY OF CHANGE 7 CITY OF FOIST NORTH 2O08 CIP Neighborhood Street Project—3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised July 1,2011 APPENDIX GC-4.OI Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities: None GC-4.06 Hazardous Environmental Condition at Site: None GC-6.06.1) Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities: None GC-6.24 Nondiscrimination: None GR-01 60 00 Product Rt quirements: None CITY OF FORT WORTH 2008 CIP Neighborhood Street Project--3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised July 1,2011 GC-4.01 Availability of Lands RIG14T OF ENTRY NUMBER ADDRESS 01 7420 Davenport Avenue 02 7413 Davenport Avenue 03 7409 Davenport Avenue 04 4049 Winfield Avenue 05 4045 Winfield Avenue 06 4041 Winfield Avenue 07 4021 Winfield Avenue 08 4013 Winfield Avenue 09 4005 Winfield Avenue 10 3937 Winfield Avenue 11 3933 Winfield Avenue 12 3925 Winfield Avenue 13 3921 Winfield Avenue 14 3917 Winfield Avenue 15 3913 Winfield Avenue 16 3909 Winfield Avenue 17 3905 Winfield Avenue 18 3901 Winfield Avenue 19 3812 Winfield Avenue 20 3804 Winfield Avenue 21 3805 Winfield Avenue 22 3801 Winfield Avenue 23 3787 Winfield Avenue 24 3783 Winfield Avenue 25 3778 Winfield Avenue 26 3779 Winfield Avenue 27 3775 Winfield Avenue 28 3771 Winfield Avenue 29 3770 Winfield Avenue 30 7412 Davenport Avenue 31 4033 Winfield Avenue CITY OF FORM'WORTH 2005 CIP Neighborhood Street Project_3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised July 1,2011 2008 CIP Neighborhood Street Project—3A ROE City Project No.01275 Lot 15A,Block 8 Attn. Sophie Moore 7420 Davenport Avenue Fort Worth,TX 76116-7816 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant x and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 8, Lot 15A, Ridglea West Addition as shown on the deed recorded in Tarrant County Clerk Instrument No. D210194034, Tarrant County Deed Record, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructinp- a driveway approach. Upon execution of this agreement, Grantor will grant Grantee and its F contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry, EXECUTED this the day of , 2012. • i GRANTOR: Sophie Moore (Signature) (Authorized Title) TEMPORARY RIGHT OF ENTRY Rev. 612007 2008 CIP Neighborhood Street Project—3A ROE 2 City Project No.01275 Lot 3,Block 13 Attn.Jenny P. Griggs 7413 Davenport Avenue Fort Worth, TX 76116-7815 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 13, Lot 3, Ridglea West Addition as shown on the plat recorded in Volume 2191 Page 123, Tarrant County Plat Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the"Property", for the purpose of constructing a drivewav approach. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of 52012. GRANTOR: Jenny P. Griggs (Signature) (Authorized Title) TEMPORARY RIGHT OP ENTRY Rev. 612007 2008 C1P Neighborhood Street Project—3A ROE 3 City Project No. 01275 Lot 4,Block 13 Attn.Louise Dyer 7409 Davenport Avenue Fort Worth, TX 76116-7815 ? i CITY OF FORT WORTH f TEMPORARY RIGHT OF ENTRY 3 STATE OF TEXAS § § KNOW ALL.BY THESE PRESENTS } COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block ,13, Lot 4 Ridglea West j Addition as shown on the deed recorded in Tarrant County Deed Records and plat recorded in Volume 11649 Page 890, Tarrant County Plat Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing a driveway_approach. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, i representatives, or contractors to access the aforementioned property. v TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. f EXECUTED this the day of , 2012. GRANTOR: �i Louise Dyer (Signature) (Authorized Title) TEMPORARY RIGHT OF ENTRY Rev. 612007 2008 CIP Neighborhood Street Project—3A ROE 4 City Project No. 01275 Lot 13,Block 6 Attu.Barbara Shaw 4049 Winfield Avenue Fort Worth, TX 76133-1353 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 6, Lot 13 Windsor Place Addition as shown on the plat recorded in Volume 15662 Page 329, Tarrant County Plat Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing a driveway approach. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of 2012. GRANTOR: Barbara Shaw (Signature) (Authorized Title) TEMPORARY RIGHTOF ENTRY Rev. 6/2007 2008 CIP Neighborhood Street Project—3A ROE 5 City Project No. 01275 Lot 12,Block 6 Attn. BVP Investments Inc. 5309 Roberts Road Colleyville, TX 76034-4811 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Foil Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 6, Lot 12 Windsor Addition as shown on the deed recorded in Tarrant County Clerk Instrument No. D20214773 1, Tarrant County Deed Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing a driveway approac . Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the -day of 2012. GRANTOR: BVP Investments,Inc. (Signature) (Authorized Title) TEMPORARY RIGHT OF ENTRY Rev. 6/2007 2008 CIP Neighborhood Street Project—3A ROE 6 City Project No.01275 Lot 11,Block 6 Attn. Edward B.Featherston,Jr, 150 Caddo Road Joshua,TX 76058-9300 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 6, Lot 11 Windsor Place Addition as shown on the deed recorded in Tarrant County Clerk Instrument No. D209105165, Tarrant County Deed Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing a driveway approach. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described 1 temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. r TO HAVE AND TO HOLD the above described right of entry, together with all and f singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the -day of , 2012. GRANTOR: Edward B. Featherston,Jr. (Signature) (Authorized Title) TEMPORARY RIGHT OF ENTRY Rev. 6/2007 2008 CIP Neighborhood Street Project--3A ROE 7 City Project No. 01275 Lot 6,Block 6 Attu.Jeffrey Barnes and Wife Ashley Barnes 7012 Gerrards Cross Plano,TX 75025-5730 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 6, Lot 6 Windsor Place Addition as shown on the deed recorded in Tarrant County Clerk Instrument No. D206301768, Tarrant County Deed Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing a driveway approach. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described r temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or.contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. 1 EXECUTED this the day of , 2012. GRANTOR: Jeffrey Barnes and Wife Ashley Barites (Signature) i (Authorized Title) TFM PORARY RIGHT OF ENTRY Rev. &2007 2008 CIP Neighbor hood Street Project—3A ROE City Project No. 01275 Lot 4,Block 6 Attu. Thomas E. Cox 2501 Museum Way,Apt#604 Fort Worth,TX 76107-3094 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 6, Lot 4 Windsor Place Addition as shown on the plat recorded in Volume 14753 Page 23, Tarrant County Plat Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing a driveway approach. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2012. ' s GRANTOR: Thomas E. Cox (Signature) (Authorized Title) TEM PORARY RIGHT OF ENTRY Rev. 6/2007 i i 2008 CIP Neighborhood Street Project—3A ROE 9 City Project No. 01275 Lot 2,Block 6 Attn. Cheryl Faller 4005 Winfield Avenue Fort Worth,TX 76109-3729 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 6, Lot 2 Windsor Place Addition as shown on the deed recorded in Tarrant County Clerk Instrument No. D208441924, Tarrant County Deed Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing a drive`va approach. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the -day of ) 2012. GRANTOR: Cheryl Fuller (Signature) (Authorized Title) TEMPORARY RIGHT OF ENTRY Rev. 612007 i 2008 CIF Neighborhood Street Project—3A j ROE 10 City Project No. 01275 Lot 20,Block 5 Attn.Thomas E. Carr and Wife,Lori Carr 2703 Brookshire Drive Southlake,TX 76092-8934 i CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 5, Lot 20 Windsor Place Addition as shown on the deed recorded in Tarrant County Clerk Instrument No. D207295744, Tarrant County Deed Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing a drivewa approach. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2012. GRANTOR: Thomas E. Carr and Wife,Lori Carr (Signature) (Authorized Title) TEMPORARY RiGHTOF ENTRY Rev. &2007 2008 CIP Neighborhood Street Project—3A ROE 11 City Project No. 01275 Lot 19,Block 5 Attn. Anchor J. Properties, L.L.C. c/o Jerry Dale Pierce 2654 Riverwood Trail Fort Worth,TX 76109-9502 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 5, Lot 19 Windsor Place Addition as shown on the deed recorded in Tarrant County Clerk Instrument No. D207077104, Tarrant County Deed Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing a driveway approach. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2012. GRANTOR: I Anchor J Properties, LLC (Signature) (Authorized Title) TEMPORARY R1GIITOF ENTRY Rev. 612007 2008 CIP Neighborhood Street Project—3A ROE 12 City Project No. 01275 Lot 17,Block 5 Attu. Oscar Medrano Aparicio 3925 Winfield Avenue Fort Worth,TX 76109-3727 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § i3 That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 5, Lot 17 Windsor Place Addition as shown on the deed recorded in Tarrant County Clerk Instrument No. D202052211, Tarrant County Deed Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Properly", for the purpose of c_onstructinJ4 a driveway approach. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. i TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2012. GRANTOR: Oscar Medrano Aparicio (Signature) (Authorized Title) TEMPORARY RIGHT OF ENTRY Rev. 612007 2008 CFP Neighborhood Street Project—3A ROE 13 City Project No.01275 Lot 16,Block 5 Attu. Agustin Soto 3921 Winfield Avenue Fort Worth,TX 76109-3727 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § � E ( § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 5, Lot 16 Windsor Place Addition as shown on the deed recorded in Tarrant County Clerk Instrument No. D206062014, Tarrant County Deed Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing a driveway approach. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of 12012. GRANTOR: Agustin Soto (Signature) (Authorized Title) TEMPORARY RIGHT OF ENTRY Rcv. 612007 2008 CH'Neighborhood Street Project—3A ROE 14 City Project No. 01275 Lot 15,Block 5 Attu. Adam Blake 717 Lamar Street Fort Worth,TX 76102-4742 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § E § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § ' i That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 5, Lot 15 Windsor Place Addition as shown on the deed recorded in Tarrant County Clerk Instrument No. D207062797, Tarrant County Deed Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing a driveway approach. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, 'agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2012. GRANTOR: Adam Blake (Signature) (Authorized Title) TEMPORARY RIGHT OF ENTRY Rev. 612007 2008 CIP Neighborhood Street Project—3A ROE 15 City Project No. 01275 Lot 14,Block 5 Attn. Richard Palko and Others 3913 Winfield Avenue Fort Worth,TX 76109-3727 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 5, Lot 14 Windsor Place Addition as shown on the plat recorded in Volume 8382 Page 2206 Tarrant County Plat Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing a driveway approach. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of 72012. GRANTOR: ' i Richard Palko and Others (Signature) (Authorized Title) TEMPORARY RIGHT OF ENTRY Rev. 6/2007 2008 CIP Neighborhood Street Project—3A ROE 16 City Project No.01275 Lot 13,Black 5 Attn.Jorge Hernandez and Wife,Ida Hernandez 4205 Warnock Court Fort Worth,TX 76109-4729 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 5, Lot 13 Windsor Place Addition as shown on the plat recorded in Volume 9099 Page 1133 Tarrant County Plat Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing a driveway approach. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of 32012, GRANTOR: Jorge Hernandez and Wife, Ida Hernandez (Signature) (Authorized Title) TEMPORARY RIGHT OF ENTRY Rev. 6/2007 i 2008 C1P Neighborhood Street Project—3A ROE 17 City Project No. 01275 Lot 12,Block 5 Attu. Agnes Latrace 3905 Winfield Avenue Fort Worth,TX 76109-3727 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant E and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 5, Lot 12 Windsor Place Addition as shown on the plat recorded in Volume 6894 Page 1277 Tarrant County Plat Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", fox' the purpose of constructing, a_driveway approach. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of ) 2012. GRANTOR: Agnes Latrace (Signature) (Authorized Title) TEMPORARY RIGHT OF ENTRY Rev. 612007 2008 CIP Neighborhood Street Project—3A ROE 18 City Project No. 01275 Lot 11,Block 5 Attn.Eddie Epstein and Wife,Tami Epstein 5264 Dillon Circle Haltom City,TX 76137-5508 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a E temporary right of entry onto property described as Block 5, Lot 11 Windsor Place Addition as shown on the deed recorded in Tarrant County Clerk Instrument No. D204157401, Tarrant County Deed Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing a driveway approach. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry, EXECUTED this the day of , 2012. GRANTOR: Eddie Epstein and Wife,Tami Epstein (Signature) (Authorized Title) TEMPORARY RIGHT OF ENTRY Rev. V2007 2008 CIP Neighborhood Street Project ROE 19 City Project No.01275 Lot 4, Block 4 Attn. Gail A. Marlow 3812 Winfield Avenue Fort Worth,TX 76109-3724 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 4, Lot 4 Windsor Place Addition as shown on the plat recorded in Volume 16353 Page 70 Tarrant County Plat Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing a driveway approach. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. i TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. 1 Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2012. GRANTOR: Gail A. Marlow (Signature) (Authorized Title) TEMPORARY RIGHT OF ENTRY Rev. W007 2008 CIP Neighborhood Street Project—3A ROE 20 City Project No. 01275 Lot 2,Block 4 Attn. Ralph.I.Moore 3804 Winfield Avenue Fort Worth,TX 76109-3724 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 4, Lot 2 Windsor Place Addition as shown on the plat recorded in Volume 4068 Page 170 Tarrant County Plat Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing a driveway approach. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above, ! Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2012. GRANTOR: Ralph J. Moore (Signature) { (Authorized Title) TEMPORARY RIGHT OP ENTRY Rev. 612007 2008 CIP Neighborhood Street Project—3A ROE 21 City Project No.01275 Lot 2,Block 5 Attu.BF Jack Real Estate LP 3805 Winslow Dr. Fort Worth,TX 76109-3527 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 5, Lot 2 Windsor Place Addition as shown on the deed recorded in Tarrant County Clerk Instrument No. D211113501, Tarrant County Deed Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing a driveway approach. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of 12012. GRANTOR: i BF Jack Real Estate LP (Signature) (Authorized Title) TEMPORARY RIGHT OF ENTRY Rev. 612007 2008 CIP Neighborhood Street Project—3A ROE 22 City Project No. 01275 Lot 1,Block 5 Attn. Rosaura Guerrero 3801 Winfield Avenue Fort Worth, TX 76109-3725 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 5, Lot I Windsor Place Addition as shown on the plat recorded in Volume 13792 Page 431 Tarrant County Plat Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing, a driveway approach. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of 12012. GRANTOR: Rosaura Guerrero (Signature) (Authorized Title) TEMPORARY RIGHT OF ENTRY Rev, 6/2007 i 3 3 t i 3 i 1 2008 CIP Neighborhood Street Project—3A ROE 23 City Project No.01275 Lot 8,Block 2 Attn.Lydia Rodriguez 3787 Winfield Avenue Fort Worth, TX 76109-3723 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 2, Lot 8 Windsor Place Addition as shown on the plat recorded in Volume 15522 Page 320 Tarrant County Plat Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing a driveway approach. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of 52012. GRANTOR: Lydia Rodriguez (Signature) (Authorized Title) TEMPORARY RIGHT OF ENTRY Rev, 612007 i I 2008 CIP Neigbborbood Street Project—3A ROE 24 City Project No. 01275 Lot 8,Block 2 Attn. Matt Clary 3303 Westhill Dr Austin,TX 78704-5813 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 2, Lot 8 Windsor Place Addition as shown on the deed recorded in Tarrant County Clerk Instrument No. D203336032, Tarrant County Deed, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing a driveway approach. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2012. GRANTOR: Matt Clark (Signature) (Authorized Title) TEMPORARY R[GIiT OF ENTRY Rev. 6/2007 2008 CIP Neighborhood Street Project—3A ROE 25 City Project No.01275 Lot 8,Block 3 Attu. Yesenia Ortiz and Jorge Robles Ortiz 3778 Winfield Avenue Fort Worth,TX 76109-3722 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 3, Lot 8 Windsor Place Addition as shown on the deed recorded in Tarrant County Clerk Instrument No. D208387127, Tarrant County Deed Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing a driveway approach. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. } This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2012. GRANTOR: Yesenia Ortiz and Jorge Robles Ortiz (Signature) (Authorized Title) TEMPORARY RIGHT OP ENTRY Rev. V2007 i I i i 2008 CIl'Neighborhood Street Project:—3A ROE 26 City Project No.01275 Lot 7,Bloch 2 Attn.John Speight and Wife, Kathryn Speight 3779 Winfield Avenue Fort Worth,TX 76109-5204 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 2, Lot 7 Windsor Place Addition as shown on the deed recorded in Tarrant County Clerk Instrument No. D207171981, Tarrant County Deed Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing a driveway approach. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. c f Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2012. GRANTOR: John Speight and Wife,Kathryn Speight (Signature) (Authorized Title) TEMPORARY RIGHT OF ENTRY Rev. 612007 2008 CIP Neighborhood Street Project—3A ROE 27 City Project No. 01275 Lot 6,Block 2 Attu. Beverly Ann Taylor 3775 Winfield Avenue Fort Worth, TX 76109-3723 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 2, Lot 6 Windsor Place Addition as shown on the plat recorded in Volume 001986 Page 0257 Tarrant County Plat Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing a drivewa approach. Upon execution of y this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of 2012. GRANTOR: Beverly Ann Taylor (Signature) (Authorized Title) TEMPORARY RIGHT OF ENTRY Rev. &2007 2008 CIP Neighborhood Street Project—3A ROE 28 City Project No. 01275 Lot 5,Block 2 Attu. The Estate of Virginia M.Hawkins 3771 Winfield Avenue Fort Worth,TX 76109-3723 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantee', does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 2, Lot 5 Windsor Place Addition as shown on the plat recorded in Volume 005496 Page 0989 Tarrant County Plat Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing a driveway approach. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of 2012, GRANTOR: The Estate of Virginia M.Hawkins (Signature) (Authorized Title) TEMPORARY RIGHT OF ENTRY Rev. 612007 i 2008 CIP Neighborhood Street Project—3A ROE 29 City Project No. 01275 Lot 6,Block 3 Attn. Hnv Associates,Inc. 4537 Altamesa Blvd. Fort Worth,TX 76133-6215 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 3, Lot 6 Windsor Place Addition as shown on the deed recorded in Tarrant County Clerk Instrument No. D212005055, Tarrant County Deed Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing a drivewa approach. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2012. 4 GRANTOR: Htw Associates, Inc. (Signature) I (Authorized Title) E TEMPORARY RIGHT OF ENTRY Rev. 612007 2008 CIP Neighborhood Street Project—3A ROE 30 City Project No.01275 Lot 17,Block 8 Attu. Mike Rogers 7412 Davenport Avenue Fort Worth,TX 76116-7816 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 8, Lot 17 Ridglea West Addition as shown on the deed recorded in Tarrant County Clerk Instrument No. D208406230, Tarrant County Deed Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing a driveway approach. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2012. GRANTOR: Mike Rogers (Signature) (Authorized Title) TEMPORARY RIG I{TOF ENTRY Rev, 612007 i 2008 CIP Neighborhood Sheet Project—3A ROE 31 City Project No.01275 Lot 9,Bloch 6 Attu.Edward B.Featherston,Jr. 150 Caddo Road Joshua,TX 76058-9300 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARR.ANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 6, Lot 9 Windsor Place Addition as shown on the plat recorded in Volume 388-C, Page 53, Tarrant County Plat Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing a_driv_ew_ayay -oach. Upon execution. of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. d ., .E EXECUTED this the day of , 2012. GRANTOR: Edward B. Featherston,Jr. (Signature) (Authorized Title) TEWORARY RIGHT OF FNTRY Rev. 612007 i i i i GC-4.02 Subsurface and Physical Conditions i i THIS PAGE LEFT INTENTIONALLY BLANK i CITY OF PORT WORTH 2008 CIP Neighborhood Street Project 3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised July 1,2011 GEOTECHNICAL ENGINEERING STUDY PAVEMENT DESIGN AND RECONSTRUCTION 2008 CAPITAL IMPROVEMENT PROJECT CONTRACT3A WINFIELD ROAD AND DAVENPORT AVENUE FORT WORTH, TEXAS Presented To: Brown & Gay Engineers, Inc. July 2009 fi i i i i PROJECT NO. 829-09-03 TABLE OF CONTENTS Page 1.0 INTRODUCTION--------------------------------------------------------------__—__-----------------__-1 2.0 FIELD EXPLORATION AND LABORATORY TESTING-----,--------------------------------------2 3,0 SUBSURFACE CONDITIONS-------------------- - ' 4 Q PAVEMENT DESIGN---------------------__------------------------ _-- 5.0 EARTHWORK -----------------------------------------------------—------------_._._-------------------11 6.0 CONSTRUCTION OBSERVATIONS---------------------------------------------------.__----------—12 7.0 REPORT CLOSURE------------------------------------- 12 APPENDIX A Plate Planof Borings--------------------------------------------------------------------------------------------_____----A,1 Unified Soil Classification System-------------------------------------------------- __--_ Key to Classification and Symbols-_________—_—___- _----------------------- Logsof Borings— --------------------- - _ __ —__ -------------------_ __ — -----A.4--AA 1 Torvane Test Results-------—.--------------------------- Triaxial Shear Test Reports A.13—A.25 Free Swell Test Results--------------------------- ___--_-------- — _--------------------------A.26 Lime Series Test ----------------------------—A27 Soluble Sulfate Test Results-----------__ --w------T------------------------------------------A 28 APPENDIX 13 Plate Pavement Thickness Design--------------------------------—--------—------------------- — --8.1 —B.2 Report No.$29-09-03 CMJ ENGINEERING,INC. Units used in the report are based on the English system and may include tons per square foot (tsf), kips (1 kip = 1,000 pounds), kips per square foot (ksf), pounds per square foot (pso, pounds per cubic foot (pco, and pounds per square inch (psi)., 2.0 FIELD EXPLORATION AND LABORATORY TESTING 2.1 Field Exploration Subsurface materials at the project site were explored by eight (8)vertical soil borings. Borings 13- I through B-8 were drilled to a depth of 10 feet below existing grades. The borings were drilled with truck mounted drilling equipment using continuous flight augers at the approximate locations shown on the Plans of Borings, Plate AJ. The boring logs are included on Plates A-4 through A.1 1 and keys to classifications and symbols used on the logs are provided on Plates A,2 and A.3. Undisturbed samples of cohesive soils were obtained with nominal 3-inch diameter thin-walled (Shelby) tube samplers at the locations shown on the logs of borings. The Shelby tube sampler 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 were 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 logs, When the capacity of the penetrometer is exceeded, the value is tabulated as 4_5+. To evaluate the relative density and consistency of the harder formations, a modified version of the Texas Cone Penetration test was performed at selected locations, Texas Department of Transportation (TXDOT) Test Method Tex-132-E specifies driving a 3-inch diameter cone with a 170-pound hammer freely failing 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 tog, In hard materials (rock or Report Na,820-0-03 CMJ ENGINEERING,INC. 2 Six soluble sulfate tests were conducted on selected soil samples recovered from the borings. The sulfate testing was conducted to help identify sulfate-induced heaving potential of the soils. Sulfate-induced heaving can cause detrimental volumetric changes to a lime modified subgrade. The result of the sulfate tests are presented on Plate A.2$_ The above laboratory tests were performed in general accordance with applicable ASTM procedures, or generally accepted practice. 3.0 SUBSURFACE CONDITIONS 3.1 Site Geology According to the Dallas Sheet of the Geologic Atlas of Texas, the Winfield Avenue site is geologically located in an undivided mapping unit which includes the Pawpaw, Weno, and Denton Clay formations of the Lower Cretaceous age, The Pawpaw formation is approximately 20 feet thick and is composed primarily of shaly clays with occasional thin sandy limestone layers. The Weno Formation is approximately 70 feet thick and is composed of interbedded clays, shales, marls, and limestones_ The Denton formation is approximately 25 feet thick composed primarily of limey shale. The Pawpaw Weno Denton formation typically weathers to form residual deposits of moderately to highly active plastic clay. The eastern half of the Davenport project site is located in the Duck Creek Formation and transitions into the Kiamichi Formation of the Lower Cretaceous Age downwards to the west. The Duck Creek Formation consists of limestone with some shaly portions. This formation typically weathers to form shallow deposits of active clay at the surface_ These clays often contain significant quantities of limestone fragments. The Kiamichi Formation is approximately 25 feet thick and is composed of weak, extremely active clays. Outcrops of the Kiamichl normally form narrow bands on hillsides. Heavy water seepage can occur along the contact zone between the Duck Creek and Kiamichi Formation during periods of heavy rainfall. 3.2 Soil Conditions Specific types and depths of subsurface strata encountered at the boring locations are shown on the boring logs in Appendix A. The generalized subsurface stratigraphy encountered in the borings are discussed below. Note that depths on the borings refer to the depth from the existing grade or Report No.829-09-03 CMJ ENGINEERING,INC. I 4 4.0 PAVEMENT DESIGN 4.1 Pavement Subgrade Considerations 4.1.1 General The performance of the pavement for this reconstruction project depends upon several factors including: the characteristics of the supporting soil; the magnitude and frequency of wheel load applications; the quality of construction materials; the contractor's placement and workmanship abilities; and the desired period of design life. The success of the pavement subgrade is subgrade soil strength and control of water. Adequate subgrade performance can be achieved by modifying or stabilizing the existing soils used to construct the pavement subgrade. Pavement sections are susceptible to edge distress as edge support deteriorates over time_ Therefore, care must be taken to provide and maintain proper edge support. In conjunction with a stabilized subgrade or flexible base course underlying the pavement, it is recommended that the stabilized subgrade or flexible base extend a minimum of 12 inches beyond the surface course on each side of the street. Maintenance should be provided when edge support deteriorates. 4.1.2 Subgrade Preparation Subgrade materials along Winfield Road and Davenport Avenue typically consist of highly plastic clays and are subject to loss in support value with the moisture increases which occur beneath pavement sections. The clays react with hydrated lime, which serves to improve and maintain their support value. Treatment of these soils with hydrated lime will improve their subgrade characteristics to support area paving. In lieu of lime stabilization, consideration may be given to substituting a flexible base meeting TxDOT Item 247, Type A, Grade 1 on an equal basis. 4.2 Potential Vertical Movements Estimates of expansive movement potential have been estimated using TxDOT Test Method Tex 124-E. Estimated potential vertical movements are on the order of 2 to 3Y2 inches_ Movements in excess of this estimate can occur if poor drainage, excessive water collection, leaking pipelines, etc. occur. Any such excessive water conditions should be rectified as soon as possible. In order to minimize rainwater infiltration through the pavement surface, and thereby minimizing future Report No.829-09-03 CMJ ENGII+IEERItVG,. NC. i 6 I It is recommended a minimum of 8 percent hydrated lime be used to stabilize the clay subgrade soils. The estimated amount of hydrated lime required to stabilize the subgrade should be on the order of 36 pounds per square yard, based on a dry unit weight of 100 pcf for a 6-inch depth. The hydrated lime should be thoroughly mixed and blended with the upper 6 inches of the clay subgrade (TxDOT Item 260)_ The hydrated lime should meet the requirements of Item 260 (Type A) in the Texas Department of Transportation (TxDOT) Standard Specifications for Construction of Highways, Streets and Bridges, 2004 Edition. 4.4.2 Sub grade Pre aration Considerations It is recommended that subgrade stabilization extend to at least one foot beyond pavement edges to aid in reducing pavement movements and cracking along the curb line due to seasonal moisture variations after construction. Each construction area should be shaped to allow drainage of surface water during earthwork operations, and surface water should be pumped immediately from each construction area after each rain and a firm subgrade condition maintained. Water should not be allowed to pond in order to prevent percolation and subgrade softening, and subgrade treatments should be added to the subgrade after removal of all surface vegetation and debris. Sand should be specifically prohibited beneath pavement areas, since these more porous soils can allow water inflow, resulting in heave and strength loss of subgrade soils (lime stabilized soil will be allowed for fine grading)_ After fine grading each area in preparation for paving, the subgrade surface should be lightly moistened, as needed, and recompacted to obtain a tight non-yielding subgrade. Surface drainage is critical to the performance of this pavement. Water should be allowed to exit the pavement surface quickly. All pavement construction should be performed in accordance with the procedures provided in Section 4.6. 4.5 Pavement Sections Pavement analyses were performed using methods outlined in the AASHTO Guide for Design of Pavement Structures, 1993 Edition, published by the American Association of State Highway and Transportation Officials and the City of Fort Worth Pavement Design Standards Manual, 2005 Edition. The design equations were solved using AASHTO Pavement Analysis Software. In the AASHTO method, traffic loads are expressed in Equivalent 18-kip Single Axle Loads (f SAL) over the design life of the pavement structure. Report No.829-09-03 CMJ ENGINEERING.INC. coefficients without a permeable base layer connected to an edge drain system is equal to 0.4- In addition, a reduction factor must be applied in the calculation for the subgrade resilient modulus for flexible pavements equal to 80 percent of the calculated raw subgrade CBR value. The above requirements directly affect pavement thickness calculations. 4.6 Pavement Material Requirements Material and process specifications are required to be in accordance with the City of Fort Worth Pavement Design Standards Manual, 2005 Edition, Special Technical Specification. These specifications generally include the following references to TxDCT Standard Specifications for Construction of Highways, Streets and Bridges, 2004 Edition. Reinforced Portland Cement Concrete: Reinforced Portland cement concrete pavement should consist of Portland cement concrete having a 28-day compressive strength of at least 3,500 psi. The mix should be designed in accordance with Item 360, Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, 2004 Edition using 3 to 6 percent air entrainment The pavement should be adequately reinforced with temperature steel and all pavement joints should be placed and constructed in accordance with the City of Fort Worth Pavement Design Standards Manual, 2005 Edition, Section 4,5A. i Hot Mix Asphaltic Concrete Surface Course: Item 340, Type D, Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, 2004 Edition. Hot Mix Asphaltic Concrete Base Course: Item 340, Type A or B, Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, 2004 Edition, Lime Stabilized Subgrade: Lime treatment for base course (road mix) - item 260, Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, 2004 Edition. Flexible Base: Crushed Stone Flexible Base — Item 247, Type A, Grade 1, Texas Department of Transportation Standard Specifications for Construction of Maintenance of Highways, Streets, and Bridges, 2004 Edition. Report No.829-09-03 CMJ ENCIN BERING,INC 10 5.3 Erosion and Sediment Control All disturbed areas should be protected from erosion and sedimentation during construction, and all permanent slopes and other areas subject to erosion or sedimentation should be provided with permanent erosion and sediment control facilities. All applicable ordinances and codes regarding erosion and sediment control should be followed. 6.0 CONSTRUCTION OBSERVATIONS In any geotechnical investigation, the design recommendations are based on a limited amount of information about the subsurface conditions. In the analysis, the geotechnical engineer must assume the subsurface conditions are similar to the conditions encountered in the borings. However, quite often during construction anomalies in the subsurface conditions are revealed. Therefore, it is recommended that CMJ Engineering, Inc. be retained to observe earthwork and foundation installation and perform materials evaluation during the construction phase of the project. This enables the geotechnical engineer to stay abreast of the project and to be readily available to evaluate unanticipated conditions, to conduct additional tests if required and, when necessary, 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 recommendations should be considered as preliminary. 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 suitable method for procuring these services is for the 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. 7.0 REPORT CLOSURE The borings for this study were selected by CMJ Engineering, Inc. The locations and elevations of the borings should be considered accurate only to the degree implied by the methods used in their determination. The boring logs shown in this report contain information related to the types of soil encountered at specific locations and times and show lines delineating the interface between these Report No.820-09-03 CMJ ENGINHURING,INC. 12 i our report to determine the applicability of the conclusions and recommendations, considering the changed conditions andlor 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 a determine whether the plans and specifications are consistent with the recommendations contained in this report_ In addition, we are available to observe construction, particularly the compaction of structural fill, or backfill and the construction of foundations as recommended in the report, and such other field observations as might be necessary. The scope of our services did not include any environmental a,.sessment 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, test 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. The reproduction of this report, or any part thereof, supplied to persons other than the owner, should 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. This report has been prepared for the exclusive use of Brown & Gay Engineers, 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 similar conditions by reputable members of our profession practicing in the same or similar locality_ No other warranty, expressed or implied, is made or intended. Report No,829-09-93 CMJ ENGINHERING,INC 14 O PENROSE co v. co to cl) cq cr- ku O Cj PLA TE uj k IB i SOIL_ OR ROCK TYPES GRAVEL LEAN CLAY LIMESTONE m � - i• SAND • • • SANDY SHALE • w•w • SILT SILTY . SANDSTONE CLAYEY HIGHLY CONGLOMERATE Shelby Auger SPI"sl Rack Cone Na PLASTIC CLAY Tube Spoan Core Pen Recovery TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL Fine Grained SOUS (Mare than 50%Passing No 200 Sieve) Descriptive Item Penetrometer beading,(tsf) 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+ Coarse Grained SOUS (More than 50°%Retained on No.200 Sieve) Penetration Resistance Descriptive Item Relative Density F (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 pease 70 to 90% Over 50 Very Dense 90 to 100% Soil Structure Calcareous Contains appreciable deposits of calcium carbonate; generally nodular i Slickensided 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 TERMS DESCRIBING PHYSICAL, PROPERTIES OF ROCK i Hardness and Degree of Cementation Very Soft or Plastic Can be remolded in hand; corresponds in consistency up to very stiff in soils i Soft Can be scratched with fingernail ' Moderately Hard Can be scratched easily with knife; cannot be scratched%Mth fingernail Hard Difficult to scralclywith knife Very Hard Cannot be scratched with knife Poorly Cemented or Friable Easily crumbled Cemented Bound together by chemically precipitated material; Quartz,calcite,dolomite,siderite, and iron oxide are common cementing materials.and iron oxide are common cementing materials. Degree of Weathering Unweathered Rock in its natural state before being exposed to atmospheric agents Slightly Weathered Doted predominantly by color change with no disintegrated zones Weathered Complete color change with zones of slightly decomposed rack Extremely Weathered Complete color change with consistency, texture, and general appearance approaching soil PLATE KEY TO CLASSIFICATION AND SYMBOLS A.3 3 MMTT EIVGIFVL•ERI�-INC Project No. Baring No, Project Pavement Design and Reconstruction-2008 CIP Projec�'3'A 829-09-03 B-2 Winfield Road and©aven ort Avenue-Fort Worth,Texas Location Water observations See Plate A.9 Dry during drilling;dry at completion rPhl) on 0.09 ion Type 8-3 1,wl 6"CFA 0 � o LL CX o �NcrStratum Description o o LL a p a w W Cad o NN N vE m E rov O p 'cam o p a IY F00.F 0-(0 J:J Ll '.:i IL� M0 MJ UU. ASPHALT,2 Inches thick GRAVI=L,w/sand,5 inches thick 1.75 29 85 CLAY,dark brown,w1 calcareous nodules and 2.5 94 70 27 43 30 ironstone nodules stiff 2.25 — 31 2.5 30 5 2.5 30 Sit_TY SHALY CLAY,tight brown,wi calcareous 4.5+ 92 48 19 29 16 nodules,very stiff to hard 4.5+ 17 4.0 21 LIMESTONE,tan,weathered — 12 1 _----------__------------ i i Q 0 c� w a c� R w z 0 m u. �LOO�OFBO�RINGN�O �B-2 �PLA�TEA�.5 i 1 C ENGINEERING INV Project No Boring No Project pavement Design and Reconstruction»2008 CIP ProjecA 829-09-03 B-4 Winfield Road and Davenpatt Avenue-Fort Worth,Texas Location Water Observations See Plate A.1 Dry during drilling; dry at completion Completion Completion depth 10.0' Date 6-30-09 Surface Elevation Type B-34,wl 6"CFA EL o N rT E a E E o COStratum Description o o LL m d o 4 a c _ no a LULL a 41� a fNG £ e0b O cc :1, C o o 11 0- mo_t— o N _! ! a-J a5 ASPHALT 3 inches thick GRAVEL,S inches!hick 4.5+ 25 91 CLAY,dark brown,w!calcareous nodules,very stiff 3.75 86 71 29 42 26 93 to hard 3,5 27 3.5 26 i 5 3.25 26 SILTY CLAY,light brown,w/calcareous nodules 4.5+ 17 and limestone fragments,hard 4.5+ 95 48 19 29 23 LIMESTONE? tan.v�1 clay seams,moderately hard 2 10013.5" 1 -- ------,. i i i i F U Q, C7 Ni R z z a 0 m LOG OF BORING NO. B-4 PLATE A.7 i MMrr ENGINEERING.rNC !P(q!j:ectNo �Bloring��No Project Pavement Design and Reconstruct€on-2008 CIP Prof ct"3'A-09-03 Winfield Road and Davenport Avenue-Fort Worth,Texas Location Water observations See Plate A.1 Dry during drilling-,dry at completion Completion Gompletion Depth 10.0' Date 6-30 09 Surface Elevation Type 8-34,w16"CFA o o ry C rT i wrn Cn Stratum Description 4 �'-� = y' iS o o �� v i?' �? x 3 �U' N aM — Nm aV N w G a yU) �tla CrE m E m-n 00 c� C o o ASPHALT,3 inches thick GRAVEL,w/sand,6 inches thick 4.5+ 85 62 23 39 17 CLAY.dark brown,wl calcareous nodules and 4.5+ 15 limestone fragments hard q,5+ 18 4.5+ 14 5 4.5+ 17 4.5+ 17 SILTY CLAY,light brown,wl calcareous nodules 4.5+ 10 and limestone fragments,hard 4,5+ 82 33 16 17 14 LIMESTONE,tan,moderately hard 10015" 9 9 -----...........-------------- e r O h U -a li. [J m U Z a 0 m LOG o BORING No. B-6 PLATE A.9 NGiNEERINIG INIC Project No B Project Pavement Design and Reconstruction.2008 OF ProjeMAI' 829-09-03 B-8 Winfield Road and Davenport Avenue-Fort Worth,Texas Location Water Observations See Plate A.1 Dry during drilling;dry at completion Completion Completion DeTpthlo.(), ')a"' 6.30-09 .0'Surface Elevation Type Surface He B-34 w/6"CFA o m C Stratum Description P3 (6 cn Cr E m M"O 0 r- C 0 0 LUcps a� EL in a- C: a 0 Z)_J D 0 P ALT,1 Inch thick GRAVEL,6 inches thick 4_5+ 87 42 20 22 10 113 SILTY CLAY,light brown,wl calcareous nodules 3.5 20 97 and weathered limestone seams,v"stiff to hard —20 3.2 4-25 19 -5 S"ALY CLAY,light brown,wl calcareous nodules 1.75 25 - and weathered limestone seams,stiff to very Stiff 10 20 ----4—5+ ----—19 -hard below 7' 16 N-13+,n ------------------------ -4-5+— _i4-- rJ ri vq rr O LATE Al i LOG OF 13ORING NO. PLAT 1 .20 RESULTS 3 1 C, tef 0.56 dog 0 TAN 0 i s i i i 3 1 L o .80 . . . . . . . . . . . . . . 4) j.; . . . . . . . . . . . . . . . . . . . 41 0-40 i-AN V) 0 . . . . . . . . 0 0 40 0,80 1 -20 1 . 60 2 00 2-40 Normal Stress, tsf 2-40 SAMPLE NO. I WATER CONTENT, % 30 .4 2.00 -J DRY DENSITY, pcf 87 .8 SATURATION, % 91 .2 VOID RATIO O.884 W 1 .6QDIAMETER, in 2 .80 41 . . . . HEIGHT, in 4,75 M . . . . WATER CONTENT, % 31 -7 1 .20 DRY DENSITY, pcf 87 ,8 W SATURATION, Z 95. 1 41 VOID RATIO 0-884 OIAMETER, in 2 .80 0 0.80 . . . . . . < Z z HEIGHT, in 4.75 Strain rote, 7./min > 4) 0 40 BACK PRESSURE, tsf 2.88 CELL PRESSURE, tsf 3 .24 FAILURE STRESS, tsf 1 - 13 0 PORE PRESSURE, tsf 0 5 10 15 20 ULTIMATE STRESS, tsf 1 . 13 Axial Strain, % PORE PRESSURE, tsf TYPE OF TEST: 01 FAILURE, tsf 1 .49 Unconsolidated undrained 493 FAILURE. tsf 0.36 SAMPLE TYPE: Undisturbed CLIENT: CMJ DESCRIPTION: Clay, brown PROJECT: LL= PL= Pl=; SPECIFIC GRAVITY= 2 .65 SAMPLE LOCATION: B-1 0 2.0'-3 .0' REMARKS: PROJ . NO, : 829-09-03 DATE: 7/10/09 TRIAXTAL SHEAR TEST REPORT FIG. NO. PLATE A.1 0 .60 RESULTS C. tsf 0.20 deg 0 TAN 0 01 0 .40 . . . . . . . . . . O.20 C ... ... ...... j F i t i C 13 3 i 0 0 0 20 0 40 0 .60 0 $o 1 .00 1 .20 Normal Stress, tsf 0.60 SAMPLE NO. 1 WATER CONTENT, % 29 -4 0-50 -J DRY DENSITY, pcf 85- 3 SATURATION, % 83. 1 VOID RATIO 0.939 (A 0 .40 H z DIAMETER, in 2 -85 41 . . . . . . . 4. 15 HEIGHT i n WATER CONTENT, % 35.5 4)(A 030 DRY DENSITY, pcf 85-3 . . . . . . Ld SATURATION, % 100. 1 V) VOID RATIO 0.939 0 0 .20 Q DIAMETER, in 2-85 HEIGHT, in 4. 15 Strain rate, %/min (D BACK PRESSURE, tsf 2 .88 0 10 CELL PRESSURE, tsf 3 .24 FAILURE STRESS, tsf 0 .40 0 PORE PRESSURE, tsf 0 5 10 15 20 ULTIMATE STRESS, tsf 0 .38 Axial Strain. Z PORE PRESSURE, tsf TYPE OF TEST: C;j FAILURE, tsf 0.76 Unconsolidated undrained 63 FAILURE, tsf 0.36 SAMPLE TYPE: Undisturbed CLIENT: CMJ DESCRIPTION! Clay, brown PROJECT: LL= PL= PI= SPECIFIC GRAVITY= 2.65 SAMPLE LOCATION: 6-2 7"-2 .0' REMARKS: PROJ , NO. : 829-09-03 DATE: 7/10/09 TRIAXIAL SHEAR TEST REPORT FIG. NO. PLATE A.15 s , ' I 4 .50 RESULTS C, tsf 3,29 j deg 0 wTAN E) -. 1 3 .00 a, "- - 1 50 ul 1 0 0 1 .50 3 00 4.50 6 .00 7 50 9-00 Normal Stress, tsf SAMPLE NO . 1 WATER CONTENT, % 23..0 7 .50 Q DRY DENSITY, pcf 90 .2 H SATURATION, % 73. 1 H VOID RATIO 0.834 5 .00 z DIAMETER, in 1 .35 } H HEIGHT, in 3.00 WATER CONTENT, a i 4.50 DRY DENSITY, pcf 90.2 1- w SATURATION, % 82.2 ~ VOID RATIO 0.834 DIAMETER, in 1 .35 0 3 .00 HEIGHT, in 3.00 41 Strain rate, %/min BACK PRESSURE, tsf 1 -44 1 -50 CELL PRESSURE, tsf 1 .80 FAILURE STRESS, tsf 6.58 0 1 PORE PRESSURE . tsf 0 5 10 15 20 ULTIMATE STRESS, tsf 3 . 16 Axial Strain , % PORE PRESSURE, tsf TYPE OF TEST: 01 FAILURE, tsf 6 .94 03FAILURE, tsf 0.36 Unconsolidated undrained SAMPLE TYPE: Remold CLIENT: CMJ DESCRIPTION: Clay, brown w/8% Lime PROJECT: LL= PL= PI= SPECIFIC GRAVITY= 2 .65 SAMPLE LOCATION: 6-3 0 2 .0'--3.O' REMARKS: PROJ . NO. : 829--09-03 DATE: 7/20/09 TRIAXIAL SHEAR TEST REPORT FIG. NO. PLATE A.17 3 .00 RESULTS C. tsf 2.55 A.............. ...................... ........... ...... . . . . . . . . . . . . . . . deg 0 . . . TAN 0 (A 2 .00 . . . . . . ... . . 1 -00 . . . . . . . . . . . . . . . . . 0 . . . . . . . . . . . . . . . . . 0 1 .00 2 00 3 00 4-00 5 00 6 .00 Normal Stress, tsf 9 .00 . . . . SAMPLE NO I WATER CONTENT, % 23 .0 7 .50 . . . . . . . <J DRY DENSITY, pcf 90 .2 SATURATION, % 73 . 1 VOID RATIO 0 .834 6-00 z: DIAMETER, in 1 ,35 HEIGHT, in 3.00 WATER CONTENT, % 25 . 1 4 .50 DRY DENSITY, pcf 90 2 . . . . . . . . SATURATION. % 79.7 41 VOID RATIO 0 .834 DIAMETER, in 1 . 35 3 .00 HEIGHT. in 3.00 Strain rate, %/min BACK PRESSURE. tsf 1 -44 1 50 CELL PRESSURE, tsf 1 .80 FAT-LURE STRESS, tsf 5 .11 0 . . . . . . . . PORE PRESSURE, tsf 0 5 10 115 20 ULTIMATE STRESS, tsf 2 .42 Axial Strain. % PORE PRESSURE, tsf TYPE OF TEST: ol FAILURE, tsf 5 .47 Unconsolidated undrained 63FAILURE, tsf 0.36 SAMPLE TYPE: Remold CLIENT: CMJ DESCRIPTION: Clay, brown w/8% Lime PROJECT: LL= PL= PI= SPECIFIC GRAVITY= 2 65 SAMPLE LOCATION: B-4 0 9"-2-01 REMARKS: PROJ, NO. : 829-09-03 DATE: 7/20/09 TRIAXIAL SHEAR TEST REPORT FIG NO PLATE A.19 I . 2 .25 RESULTS C, tsf 1 .90 .............. ........ ..... I..................... deg 0 7 TAN 0 . . . . . . . . . . . 41 1 -50 . . . . . . . . . . . . . 4 .N 1 . . . . . . . . . . . . . . 0 7-9 AZ z z 0 0 0 75 1 .50 2,25 3 ,00 3 75 4.50 Normal Str,,ss, tsf 6 .00 SAMPLE NO . 1 WATER CONTENT, 22 1 5 ,00 DRY DENSITY, pof 92 1 SATURATION, % 73 4 VOID RATIO 0 .796 DIAMETER, in 11 .35 4 .00 i HEIGHT, n 3.00 WATER CONTENT, % 24,7 .3 .00 DRY DENSITY, pcf 92- 1 0 SATURATION, % 82. 1 VOID RATIO 0 ,796 DIAMETER, in 1 .35. 2 -00 HEIGHT, in 3.00 Strain rate, %/min 1 .00 . . . . . . . . BACK PRESSURE, tsf 1 ,44 CELL PRESSURE, tsf 1 -80 FAILURE STRESS, tsf 3 .80 0 PORE PRESSURE, tsf 0 5 10 15 20 ULTIMATE STRESS, tsf 2 .38 Axial Strain, 7. PORE PRESSURE, tsf TYPE OF TEST: 01FAILURE, tsf 4. 16 Unconsolidated undrained 63FAILURE, tsf 0.36 SAMPLE TYPE: Remold CLIENT: CMJ DESCRIPTION: Clay , brown w/8% Lime PROJECT: LL= PL= PI= 0 SPECIFIC GRAVITYM 2 .65 SAMPLE LOCATION: 8-5 9"-2 .0' REMARKS: PROJ . NO. : 829-09-03 DATE: 7/26/09 TRIAXIAL SHEAR TEST REPORT IFIG- NO. PLATE A.21 i 2 .25 RESULTS 1 - C, tsf 1 .33 deg 0 - f k TAN 0 1 1 ..50 ......... ..... w L a°i 0 75 - — ,^ - - F i I 0 0 0.75 1 -50 2 .25 3 00 3 75 4 50 Normal Stress, tsf SAMPLE NO. 1 WATER CONTENT, % 21 O 5 .00 --J DRY DENSITY, pcf 93 2 H SATURATION, % 71 6 H VOID RATIO 0 .776 N 4 .00 M OTAMETER, in 1 -35 *' HEIGHT, i n 3.00 WATER CONTENT, % 23 9 3 .00 DRY DENSITY, pcf 93 2 L t,f SATURATION. % 81 .6 (A = VOID RATIO 0. 776 DIAMETER, i n 1 35 p 2.00 HEIGHT, in 3.00 w ° Strain rate . %1min _ 3 BACK PRESSURE, tsf 1 44 CELL PRESSURE, tsf 1 80 FAILURE STRESS, tsf 2 66 0 PORE PRESSURE, tsf 0 5 10 15 20 ULTIMATE STRESS, tsf 1 90 Axial Strain, % PORE PRESSURE, tsf TYPE OF TEST: 61 FAILURE. tsf 3 .02 Unconsolidated undrained 63FAILURI;, tsf 0.36 SAMPLE TYPE: Remold CLIENT: CMJ DESCRIPTION: Clay, brown w/8% Lime PROJECT: LL= PL= PI= SPECIFIC GRAVITY= 2 .65 SAMPLE LOCATION: 0--7 ® 2 0'--3 0' REMARKS: PROJ , NO. : 629--09-03 DATE: 7/20/09 TRIAXIAL SHEAR TEST REPORT PLATE A.23 FIG , NO. i S E 2 .25 RESULTS C, tsf 1 .36 deg 0 TAN 0 41 . � i• i � 'i• i i i 41 ri ! 0 75 in i 0 0 0 75 1 .50 2 .25 3..00 3.75 4.50 Normal Stress, tsf i 6.00- SAMPLE NO . 1 WATER CONTENT, % 17.0 5 .00 Q DRY DENSITY, pcf 100 .7 H SATURATION, % 70- 1 11 VOID RATIO 0.643 Fi DIAMETER, in 1 .35 (n 4_00 } HEIGHT, in 3.00 W WATER CONTENT, % 19 .6 v 3.00 DRY DENSITY, pcf 100.7 t w SATURATION, % 81 .0 ul VOID RATIO 0.643 0 2 00 ` Q DIAMETER, in 1 .35 +, HEIGHT. in 3.00 Strain rate, %/ruin BACK PRESSURE, tsf 1 .44 1 00 CELL PRESSURE, tsf 1 .80 FAILURE STRESS, tsf 2.72 0 FORE PRESSURE. tsf 0 5 10 15 20 ULTIMATE STRESS, tsf 2. 18 Axial Strain, % PORE PRESSURE, tsf TYPE OF TEST: 61 FAILURE, tsf 3.08 Unconsolidated undrained 63 FAILURE, tsf 0.36 SAMPLE TYPE: Remold CLIENT: CMJ DESCRIPTION: Clay, tan w/8% Lime PROJECT: LL= PL= PI= SPECIFIC GRAVITY= 2 65 SAMPLE LOCATION: 8-8 0 2.0' 3 .0' REMARKS: PROD. NO. : 829-09--03 DATE: 7/20/09 TRIAXIAL SHEAR TEST REPORT PLATE A.25 FIG . NO- LIME SERIES TEST RESULTS Project: Pavement Design and Reconstruction - 2008 CIP Project 3A Winfield Road and Davenport Avenue - Fort Worth, Texas Project No,: 829-09-03 Boring No.: B-3 Depth: 7" to 2' Material: Clay Percent Lime pH 0 7.34 2 12.26 4 12.42 6 12.44 8 12.45 10 12.46 Boring No_: B-7 Dep#h: 9" to 2' Material: Clay Percent Lime pH 0 7.16 2 12.32 4 12.43 6 12.46 8 12.48 10 12.49 CMJ ENGINEERING,INC. PLATE A.27 i WinPAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association Rigid Design Inputs Agency: The City of tort Worth Company: Brown and Gay Engineers, Inc. Contractor: CMJ Engineering,Inc Project Description: 2008 CIP-3R-Winfield and Davenport Location: Fort Worth,Texas Rigid Pavement Design/Evaluation PCC Thickness 689 inches Load Transfer,J 270 Design ESALs 625,000 Mod..Subgrade Reaction, k 69 psilin Reliability 8000 percent Drainage Coefficient, Cd 070 Overall Devlation 0,35 Initial Serviceability 4.60 Modulus of Rupture 630 psi Terminal Serviceability 2.00 Modulus of Elasticity 3,604,997 psi Modulus of Subgrade Reaction(k-value)Determination Resilient Modulus of the Subgrade 4,11$2 psi Resilient Modulus of the Subbase 11,235 6 psi Subbase Thickness 6.00 inches Depth to Rigid Foundation 0.00 feet Loss of Support Value(0,1,2,3) 10 Modulus of Subgrade Reaction 6910 psilin PLATE BA Tuesday,July 28,2009 1:18:21PM Engineer: JPS i GC-4.04 Underground Facilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH 2O08 C111 Neighborhood Street Project—3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised July 1,2011 GC-4.06 Hazardous Environmental Condition at Site l THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH 2008 GIP Neighborhood Street Project—3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised July 1,2011 i i GC-6.06.D Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLAND i a i ary OF FORT WORTH 2O08 C1P Neighborhood Street Project—3A STANDARD CONSTRUCHON SPECIFICATION DOCUMENTS 0I275 Revised July 1,2011 i i FORT WORTH City of Fort Worth Minority Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY i If the total dollar value of the contract is greater than$50,000, then a MBE subcontracting goal may be applicable. If the total dollar value of the contract is$50,000 or less,then an MBE subcontracting goal is not applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance applies to this bid. MBE PROJECT GOALS The City's MBE goal on this project is 16 % of the total bid(Base bid applies to Parks and Community Services). Note: It both MBE and SBE subcontracting goals are established for this project,then an Offeror must submit both a MBE—Utilization Form and a SBE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts greater than $50,000 where a MBE subcontracting goal is applied, bidders are required to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or; 3. Good Faith Effort documentation, or; 4. Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department,within the following times allocated in order for the entire bid to be considered responsive to the specifications Ifer i l el d #h� -MBA o me )ion ih tZll 10 a m�ri�a nrv'�. : tit a�c�� t�lti a� �'It� �all ��r���te,�rt<y r�c��u��d„�t�r;`�cr,�!�nt��)c�� ��:t!,::. . (l�c�� 1. Subcontractor Utilization Form, if goal is received by 5:00 p.m., five (5) City business days after the bid met or exceeded: opening date, exclusive of the bid o ening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if participation is less than opening date, exclusive of the bid opening date. stated goal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if no MBE participation'. opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received by 5:00 p.m., five (5) City business days after the bid perform all subcontracting/supplier work: opening date, exclusive of the bid opening date. 5. Joint Venture Form, if utilize a joint venture received by 5:00 p.m., five (5) City business days after the bid to met or exceed goal. opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE,WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions, please contact the MIWBE Office at(817) 212-2674. Rev. 5/30/12 i ()��-t)�7— I ,7,I j : /}? i 1I ATTACHMENT IA Page 1 of 4 FORT WORTH City of Fort Worth i MBE Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: LCheckpplicable block to describo primeStabile & Winn, Inc. PROJECT NAME: DBE NON-Ml/N1DBE 2008 C I P Contract 3A BID DATE August 30, 2012 City's MBE Project Goal: Prime's MBE Project Commitment: PROJECT NUMBER 16%. 1 % Project #01275 k 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 MBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being If considered non-responsive to bid specifications MSEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Dallas, Denton, Johnson, Parker, and Wise 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 1 ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. If hauling services are utilized, the prime will be given credit as long as the MBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from another MBE firm, including MBE owner-operators, and receive full MBE credit. The MBE may lease trucks from non-MBEs, including owner-operators, but will only receive credit for the fees and commissions earned by the MBE as outlined in the lease agreement. I � 1 , I Rev.6/30112 FORTWQRTH ATTACHMENT to Page 2 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are to be listed first, use additional sheets if necessary. If a subcontractor/supplier is identified as an SBE, please attach a copy of the firm's SBE certification if they have not previously registered with the City's M1WBE Office,which may be contacted for verification. Please note that only certified MBEs will be counted to meet an MBE qoal. Attach N NCTRCA Certificate n SUBCONTRACTORISUPPLIER T ° Detail Detail Company Name i Subcontracting Supplies Address e M w s M Work Purchased Dollar Amount Telephone/Fax r B B B B E E E E i Vazquez Trucking Hauling $8,00a00 4700 Nolan Street Provided By: Fort Worth, TX 76119 2 ✓ 0 ❑ Burnsco 817-531-2930 817-535-7105 Cowtown Redi Mix Ready Mix Conc. $4,000.00 3401 Bethlehem Ave. Fort Worth, TX 76111 2 ✓ ❑ Provided By: Burnsco 817-759-1919 817-759-1716 Burnsco Construction utility work $342,200.00 6331 Southwest Blvd. Water, Sewer, & Benbrook, TX 75132 Storm Drain Non-MBE Portion 1 ❑ ❑ � 817-738-3200 817-738-3435 HJG Trucking Hauling Aggregates $i4,s4 .00 701 Denair Fort Worth, TX 76111 1 ❑ ❑ 817-834-7181 True Grit Redi Mix Ready Mix Conc. $280,712.00 12150 Bus. Hwy 287 N Fort Worth, TX 76179 1 ❑ 817-439-5914 Barnsco Rebar Materials $ 65,100,00 P.O. Box 541087 Dallas, TX 75354 1 E] ❑ 214-352-9091 Rev.5130112 l I FORT WORTH ATTACHMENT 1A Page 3 of 4 8 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. Please list MBE firm's first, use additional sheets if necessary. If a subcontractor/supplier is identified as an SBE,please attach a copy of the firms SBE certification if they have not previously registered with the City's MIVVBE Office which may be contacted for verification. Please note that only certified MBEs will be counted to meet an MBE goal, Attach N NCTRCA Certificato o SUBCONTRACTOR/SUPPLIER T n Detail Detail Company Name l Subcontracting Supplies Address e M W S M Work Purchased Dollar Amount i Telephone/Fax r B B B B E E E E US Lime Lime Slurry $46,035.00 13800 Montfort Dr Suite 330 Dallas, TX 75240 1 ❑ ❑ f i (972) 385-1335 W.O.E Construction Joint Seal $9,300.00 941 B - Avenue N Grand Prairie, TX 75050 1 ❑ ❑ 817-284-7401 Buyers Barricades Project $ 14,7OOA0 3705 E. 1st Street Barricades El Fort Worth, TX 76111 1 ❑ 817-535-3939 ❑ ❑ 1 ❑ ❑ ❑ ❑ Rev.5130112 3 i ATTACHMENT 1A Page 4 of 4 FORT WORTH l Total Dollar Amount of MBE Subcontractors/Suppliers $ 12,000.00 i Total Dollar Amount of Non-MBE Subcontractors/Suppliers $ 772,688.00 i TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORSISUPPLIERS $ 784,688.00 1 3 The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office through the submittal of a Request for Approval o Change/Addition form. Any unjustified change or deletion shall be a material breach of contract and may `result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed MBE goal. If the j detail explanation is not submitted, it will affect the final compliance determination. i i By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Jerry Henderson thori nature _ Printed Signature 1/ice President Same Title Contact NamelTitle(it different) Stabile Winn, Inc. 817-847-2086 817-847-2098 Company Name Telephone and/or Fax P.O. Box 79380 jerry.henderson@stabilewinn.com Address E-mail Address Saginaw, TX 76179 Sept. 6, 2012 CitylStatelZip Date Rev.5130112 i €€€I3 E ATTACHMENT IC Page I of 3 FORT WORTH City of Fort Worth MBE Good Faith Effort Form PRIME COMPANY NAME: Check applicable block to describe prime Stabile & Winn, Inc. PROJECT NAME: MfVVIDBE X NON-MYWOBE DATE BID 2008 C I P Contract 3A August 30, 2012 City's MBE Project Goal: Prime's MBE Project Commitment: PROJECT NUMBER 16 eo 1 0,o Project # 01275 If the Offeror did not meet or exceed the MBE subcontracting goal for this project, the Offeror must complete this form. I If the Offeror's method of compliance with the MBE goal is based upon demonstration of a "good faith effort", the Offeror will have the burden of correctly and accurately preparing and submittingthe documentation required b the City. Compliance with each item, 'I thru 11 below, q Y Y p shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional andlor knowing misrepresentation of the facts or intentional discrimination by the Offeror. Failure to complete this form, in its entirety with supporting documentation, and It being submitted to and received by the Managing Department on or before 5:00 p.m. five (6) City business days after bid opening, exclusive of bid opening date,will result in the bid being considered non-responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity for the completion of this project, regardless of whether it is to be provided by a MBE or non-MBE. (DO NOT LIST NAMES OF FIRMS) On all projects, the Offeror must list each subcontracting and or supplier opportunity regardless of tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Utility Construction - Water, Sewer, & Drainage Ready-Mix Concrete Inlets/Headwalls Aggregates - Sand, Gravel, Topsoil, etc. Barricades Rebar Materials Joint Seal Lime Material Rev.5130112 I i ATTACHMENT 1C Page 2 of 3 2.) Obtain a current(not more than two (2) months old from the bid open date) list of MBE subcontractors and/or suppliers from the City's M/WBE Office or the City's website. Yes Date of Listing Aug. 7, 2012 0—Yes 3.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? ❑X Yes (if yes,attach MBE mail listing to include name of firm and address and a dated copy of letter mailed.) =No Mw,L� t�utt�, ter Z.o�'Z 4.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, ! at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? i X Yes (if yes,attach list to include name of MBE firm,person contacted,phone number and date and time of contact.) I No 5.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by facsimile(fax), exclusive of the day the bids are opened? —Q_Yes (If yes,attach list to include name of MBE firm,fax number and date and time of contact. in addition,if the fax is returned as undeliverable,then that"undeliverable confirmation"received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation and/or"undeliverable confirmation" documentation may render the GFE non-responsive.) —F No 6.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened? _Yes (If yes,attach email confirmation to include name of MBE firm,date and time.In addition,if an email is returned as undeliverable,then that"undeliverable message"receipt must be printed directly from the email system for proper documentation. Failure to submit confirmation and/or"undeliverable message"documentation may render the GFE non•responsive.) __allo NOTE: The four methods identified above are acceptable for soliciting bids, and each selected method must be applied to the applicable contract. The Offeror must document that either at least two attempts were made using two of the four methods or that at least one successful contact was made using one of the four methods in order to be deemed responsive to the Good Faith Effort requirement. NOTE: The Offeror must contact the entire MBE list specific to each subcontracting and supplier opportunity to be in compliance with questions 3 through 6, 7.) Did you provide plans and specifications to potential MBEs? _Yes FXJ_No 8.) Did you provide the information regarding the location of plans and specifications in order to assist the MBEs? --ayes No Rev.5130112 j ATTACHMENT 1C Page 3of3 9. Did you prepare a quotation for the MBEs to bid on goods/services specific to their skill set? X Yes (if yes,attach all copies of quotations.) No 10. Was the contact information on any of the listings not valid? _JXLYes (If yes,attach the information that was not valid in order for the MlwBE Office to address the corrections needed.) =No i 11.)Submit documentation if MBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the MBE was rejected and any supporting documentation the Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Offeror will provide for confidential in-camera access to and inspection of any relevant documentation by City personnel. Please use additional sheets, if necessary, and attach. Company Name Telephone Contact Person Scope of Work Reason for Rejection Earth Haulers 817-540-2777 Ben Tucker Hauling Aggregates Not Low Bid Cowtown Traffic control 817-924-4524 Roosevelt Burrell Barricades Not Applicable Bid a Klutz Construction 817 921 0990 Charlie Klutz Inlets Not Low Bid I i ADDITIONAL_ INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain MBE participation on this project. I did not have any MBE contractors contact me requesting plans or specification information,therefore the answer to question #7 is NO. l provided a more detailed explanation of my efforts to get an applicable quote from Cowtown on the attached Sheet. The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance shall create a material breach of .i Rev.5130112 i i ATTACHMENT 1C Page 4 of 3 contract and may result in a determination of an irresponsible offeror and debarment from participating in City work for a period of time not less than one (1) year. The undersigned certifies that the information provided and the MBEs) listed was/were contacted in good faith. It is understood that any MBE(s) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City's MIWBE Offi e. Jerry Henderson uth Signature Printed Signature Vice President Same Title Contact Name and Title (if different) Stabile & Winn, Inc. 817-847-2086 817-847-2098 Company Nama Phone Number Fax Number P.O. Box 79380 jerry.henderson@stabilewinn.com Address Email Address Saginaw, TX 76179 Sept. 6, 2012 City/State/Zip Date Rev.6130112 i GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY Ol.,FORT wows 1 2008 CIP Neighborhood Street Project--3A STANDARD CONSTRUCTION€SPECIFICATION DOCUMENTS 01275 Revised.July 1,2011 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 7/812008 DATE: Tuesday, July 08, 2008 LOG NAME: 30WAGE RATES REFERENCE NO.: **G-16190 a SUBJECT: Adopt 2008 Prevailing Wage Rates for City-Awarded Public-Works Projects I RECOMMEND TON: It Is recommended that the City Council adopt the attached 2008 Prevailing Wage Rates for City-awarded public works projects. DISCUSSION: Texas Government Code Chapter 2258 requires that a public body awarding a contract for public works shall determine the genbral prevailing rate 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 Contractors, In conjunction with the Association of Builders and Contractors (ABC) and the American Sub-Contractors Association (ASA), conducts a wage rate survey for North Texas construction. The attached 2008 Prevailing Wage Rate data was compiled from that survey. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that this action will have no material effect on City funds. TO Fund/AccountlCenters FROM F ndfAccountlCen ers Submitted for Gity Managor's Office by' Fernando Costa (8476) Originatina Department Head: A. Douglas Rademaker(6157) Additional Information Contact: Eric Bundy (7598) HEAVY & HIGHWAY CONSTRUCTION PRE'VAMING WAGE RATES 2008 Air Tool Operator $10.06 Asphalt Distributor Operator $13.99 Asphalt Paving Machine Operator $12.78 Asphalt Raker $11,01 Asphalt Shoveler $ 8.80 Batching Plant Weigher $14.15 Broonn or Sweeper Operator $ 9.88 Bulldozer Operator $13.22 Carpenter $12.80 Conerete Finisher Pavin $12.85 Concrete Finisher,Structures $13.27 Concrete Paving Curbing Machine Operator $12.00 Concrete Paving Finishing Machine Operator $13.63 Concrete Paving Joint Scaler Op erator $12.50 Concrete paving Saw Operator $13.56 Concrete Paving Spreader Operator $14,50 Concrete Rubber $10.61 Crane, Clamshel1,Backhoe,Derrick,Dra line,Shovel O erator $14.12 Electrician $18.12 Fla er $ 8.43 Form Builder/Setter,Structures $11.63 Form Setter,Paving&Curb $11.83 Foundation Drill Operator,Crawler Mounted $13.67 Foundation Drill Operator,Truck Mounted $16.30 Front End Loader O erator $12.62 Laborer,Common $ 9.18 Laborer,Utility $10.65 Mechanic $16.97 Milling Machine Operator,Fine Grade $11.83 Mixer Operator $11.58 Motor Grader Operator,Fine Grade $15,20 Motor Grader Operator,Rough $14.50 Oiler $14.98 Painter,Structures $13.1T Pavement Marking Machine Operator $10.04 Pi ela er $11.04 Reinforcing Steel Setter,Pavin $14,86 Reinforcing Steel Setter,Structure $16.29 Roller Operator,Pneumatic,Self-Pma elied $11.07 Roller Operator,Steel Wheel,Flat Wheel/Tamping Wheel/Tamping $10.92 Roller Operator,Steel Wheel,Plant Mix Pavement $11,28 Scraper Operator $11.42 Servicer $12,32 Slip Form Machine Operator $12.33 Spreader Box Operator $10.92 Tractor Operator,Crawler Type $12.60 Tractor Operator,Pneumatic $12.91 Traveling Mixer Operator $12.03 Truck Driver Lowboy-Float $1493 Truck Driver,Single Axle,Heavy $11.47 Truck Driver,Single Axle,Li M $10.91 Truck Driver,Tandem Axle,Semi-Trailer $11.75 Truck Driver,Transit-Mix $12.08 Wagon Drill Boring Machine, Post Hole Driller Operator $14.00 Welder $13.57 Work Zone Barricade Servicer $10.09 i GC-6.49 Permits and Utilities 1 i THIS PAGE LEFT INTENTIONALLY BLANK Cl7'Y OF FORT WORTH 2O08 C I P Neighborhood Street Project--3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised July 1,2011 i i I GC-6.24 Nondiscrimination THIS PAGE LEFT INTENTIONALLY BLANK CITY OF PORT WORTH 2O08 C111 Neighborhood Sheet Project—3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01275 Revised duly 1,2011 I 1 1 GR--01 60 00 Product Requirements i THIS PAGE LEFT INTENTIONALLY BLANK i CITY OF PORT WORTH 2O08 CIP Neighborhood Street Project—3A STANDARD CONSTRUCTION SPEC3PICATION DOCUMENT'S 01275 Revised July 1,2011