Loading...
HomeMy WebLinkAboutContract 46282 (2)C1iY �C�� CANTRAGa' ��� Y� CI'tY SECRETARY � D.O.E. FlLE CONTRA�CiQR'S 801�1DINt3 i�% CONSTRUG'TION'S COP'Y CLIE�lT DEPARTMEN� F"��i ����r� PROJECT MANUAL FOR THE CONSTRUCTION OF TEXAS WAY RECONSTRUCTION at MEACHAM INTERNATIONAL AIRPORT City Project No. 02188 P240/139120/552810218880 Betsy Price Mayor Tom Higgins Interim City Manager William Welstead Director, Aviation Prepared for The City of Fort Worth Aviation Department SEPTEMBER 2014 , �� . � '� '� �..��.r...,..._.............: � cuY urscor�e �azz�z Digitally Signed: 9-15-2014 Garver, LLC TBPE Firm No. F-5713 RECEII�ED DEG 2� p,�, �"��� ���T� � PROJECT MANUAL FOR THE CONSTRUCTION OF TEXAS WAY RECONSTRUCTION at MEACHAM INTERNATIONAL AIRPORT City Project No. 02188 P240/139120/552810218880 Betsy Price Mayor Tom Higgins Interim City Manager William Welstead Director, Aviation Prepared for The City of Fort Worth Aviation Department SEPTEMBER 2014 GARVER � � �, �....,....�....�.�. � cuY u�scor� �, �ozztz � Digitally Signed: 9-15-2014 Garver, LLC TBPE Firm No. F-5713 � �RT �RTH« � Cit of Fort Worth ,� Y � �� �� � Standard Construction Specification Documents I� Adopted September 2011 00 0o ao - i STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page I of 2 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions 00 OS 10 Mayor and Council Communication 00 OS 15 Addenda 00 11 13 Invitation to Bidders 00 21 13 Instructions to Bidders 00 35 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 00 43 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 00 45 26 Contractor Compliance with Workers' Compensation Law 00 45 40 Minority Business Enterprise Goal 00 52 43 Agreement 00 61 13 Performance Bond 00 61 14 Payment Bond 00 61 19 Maintenance Bond 00 61 25 Certiiicate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division O1- General Requirements Ol 11 00 Summary of Work O1 25 00 Substitution Procedures O1 31 19 Preconstruction Meeting O1 32 16 Construction Progress Schedule O1 32 33 Preconstruction Video Ol 33 00 Submittals Ol 35 13 Special Project Procedures O1 45 23 Testing and Inspection Services O1 50 00 Temporary Facilities and Controls O1 55 26 Street Use Permit and Modifications to Trafiic Control O1 57 13 Storm Water Pollution Prevention Plan O1 58 13 Temporary Project Signage Ol 60 00 Product Requirements O 1 66 00 Product Storage and Handling Requirements O1 70 00 Mobilization and Remobilization O1 71 23 Construction Staking and Survey O1 74 23 Cleaning O1 77 19 Closeout Requirements O1 78 23 Operation and Maintenance Data O1 78 39 Project Record Documents NOTE: All Construction within the state right of way will require compliance with the 2004 TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges. CITY OF FORT WORTH Texas Way Reconstruction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS Ciry Project No. 02188 Revised November 22, 2013 000000-a STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 2 Technical Specifications which have been modi�ed by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 32 — Exterior Improvements 32 14 13 Unit Pavers Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: htps://proj ectpoint. buzzsaw. com/client/fortworth�ov/Resources/02%20- %20Construction%20Documents/Specifications Division 02 - Egisting Conditions 02 41 13 Selective Site Demolition 02 41 15 Paving Removal Division 31- Earthwork 31 10 00 Site Clearing 31 23 16 Unclassified Excavation 31 24 00 Embankments 31 25 00 Erosion and Sediment Control Division 32 - Exterior Improvements 32 11 23 Flexible Base Courses 32 13 13 Concrete Paving 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 13 73 Concrete Paving Joint Sealants 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 17 23 Pavement Markings 32 91 19 Topsoil Placement and Finishing of Parkways 32 92 13 Hydro-Mulching, Seeding, and Sodding Division 34 - Transportation 34 41 30 Aluminum Signs 34 71 13 Trafiic Control Appendix GC-4.01 Availabiliry of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-4.06 Hazardous Environmental Condition at Site GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH Texas Way Reconstruction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS City Project No. 02188 Revised November 22, 2013 DIVISION 00 - GENERAL CONDITIONS City of Forf Worth, Texas . • . • i r , • _ �- . � � . . � �, .� COUNCIL ACTION: Approved on 12/9/2014 - Ordinance No. 21568-12-2014 � . , _ _ �. DATE: Tuesday, December 09, 2014 REFERENCE NO.: **C-27112 LOG NAME: 55FTW TEXAS WAY PAVEMENT IMPROVEMENTS 2(02188) SUBJECT: Authorize Execution of Amendment No. 1 to City Secretary Contract No. 45311, an Engineering Services Agreement with Garver, LLC, in the Amount Up to $25,422.00 for Construction Management Services, Authorize Execution of a Construction Agreement with 2L Construction, LLC, in the Amount Up to $120,755.00 for Construction of Texas Way Pavement Improvements at Fort Worth Meacham International Airport and Adopt Appropriation Ordinance (COUNCIL DISTRICT 2) RECOMMENDATION: It is recommended that the City Council: 1. Authorize the use of revenue derived from mineral leases on City-owned airports in an amount up to $88,777.00 for the design and construction of Texas Way pavement improvements at Fort Worth Meacham International Airport for a total project cost of $168,777.00; 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Airports Gas Lease Project Fund in an amount up to $88,777.00; 3. Authorize execution of Amendment No. 1 to the Engineering Services Agreement with Garver, LLC, in the amount of $25,422.00 for additional desic�n phase services for the Texas Way Pavement Improvements project at Fort Worth Meacham International Airport; and 4. Authorize the execution of a Construction Agreement with 2L Construction, LLC, in an amount up to $120,755.00 for the construction of Texas Way Pavement Improvements at Fort Worth Meacham International Airport. DISCUSSION: On October 29, 2013, (M&C C-26541) City Council authorized the execution of an Engineering Agreement with Garver, LLC, in the amount of $22,600.00 for the design of Texas Way Pavement Improvements at Fort Worth Meacham International Airport (Meacham Airport). Texas Way is the primary entrance from North Main Street for numerous businesses located at Meacham Airport. According to the Pavement Condition Index (PCI) reporting scale, the current condition of Texas Way is classified as very poor and is noticeably degrading. An amount up to $80,000.00 was authorized in M&C C-26541 for both design and construction. The major work of this project will consist of the removal and replacement of approximately 695 square yards of pavement at Texas Way. This work will be performed to remove potholes, cracking and other pavement failures that currently exist along Texas Way. This replacement will increase safety by removing hazards along this access road. Logname: SSFTW TEXAS WAY PAVEMENT IMPROVEMENTS 2(02188) Page 1 of 2 An Amendment to City Secretary Contract No. 45311 with Garver, LLC, in an amount up to $25,422.00, will add Construction Management Services to the existing Agreement increasing the total contract amount to $48,022.00. Services to be provided will include, but not be limited to, construction inspection, material review and oversight of materials testing. The total cost of this project will be $168,777.00. The construction portion of this project was advertised for bid in the Fort Worth Star-Teleqram on September 19, 2014 and September 25, 2014. On October 16, 2014, the following bids were received: Bidder Base Bid 2L Construction, LLC $120,755.00 Obra Ramos Construction, LLC $146,500.00 Pavecon Public Works LP � $185,553.24 Time of completion: 45 working days Staff recommends that a contract be awarded to 2L Construction, LLC, for this work. M/WBE Office - 2L Construction, LLC, is in compliance with the City's BDE Ordinance by committing to 14 percent MBE participation on this project. The City's MBE goal on this project is 11 percent. Meacham Airport is located in COUNCIL DISTRICT 2, Mapsco 48P. FISCAL INFORMATION / CERTIFICATION: The Financial Management Services Director certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the current capitai budget, as appropriated, of the Airports Gas Lease Project Fund. FUND CENTERS: TO Fund/Account/Centers 2)P240 539120 551929990100 2)P240 446200 551929990100 21P240 539120 552810121830 2) P240 539120 55810218880 FROM Fund/Account/Centers $88,777.00 3) P240 539120 552810218880 $88,777.00 $25,422.00 $63,355.00 $120,755.00 CERTIFICATIONS: Submitted for City Manaqer's Office b� Originating Department Head: Fernando Costa (6122) Bill Welstead (5402) Additional Information Contact: Ruseena Johnson (5407) ATTACHMENTS 1. 2188 Construction FAR.pdf (CFW Internal) 2. 2L Com�liance•pdf (CFW Internal) 3. 55FTW TEXAS WAY PAVEMENT IMPROVEMENTS 2(02188) P240 A015 docx (Public) 4. Texas Wav Overview-Ma��2188�.pdf (Public) Logname: SSFTW TEXAS WAY PAVEMENT IMPROVEMENTS 2(02188) Page 2 of 2 000515-I ADDENDA Page 1 of 1 SECTION 00 OS 15 ADDENDA [Assembler: For Contract Document execution, remove this page and replace with any addenda issued during bidding.J END OF SECTION � CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Texas Way Reconstruction at Meacham Airport City Project No. 02188 I� October 8, 2014 6450 South Lewis Ave Suite 300 Tulsa, OK 74136 TEL 918.250.5922 FAX 918.858.0107 www.GarverUSA.com ADDENDUM NO. 1 TO TEXAS WAY RECONSTRUCTION City of Fort Worth Project No. 02188 P240/139120/552810218880 , S�QYIHG pq� ;:�QQ/�___ .., UF�..... , ' 191� 2014 � \Q� �/Hr -- S`Q c,���e; _ i�iFnn � This Addendum No. 1, consisting of ten (10) items submitted by Garver, is hereby made a part of the Contract Documents to the same extent as though it were originally included therein, and shall supersede anything contained in the Plans and Specifications with which it might conflict. Acknowledgement of receipt of this Addendum must be provided in Section 00 41 00 — Bid Form. Failure to do so shall result in the bid being deemed non-responsive. This Addendum No. 1 consists of the following: CLARIFICATIONS 1. Contract Documents and Specifications, Section 00 42 43 — Proposal Form Bidlist Item No. 08, 7" Concrete Pavement, includes the pavement section beneath the concrete pavers as shown in the detail on Sheet No. 8, C-101. 2. Per the meeting minutes and Pre-Bid Discussion, the usual amount of time between the bid opening and the notice to proceed with construction is generally 45-60 calendar days. Contract Documents and Specifications, Section O1 45 23 — Testing and Inspection Services Quality control testing shall be governed by this specification and be paid for by the contractor per this speciiication. Staking services shall also be paid for by the contractor. The City is responsible only for quality assurance for the project. MODIFICATION5 4. Contract Documents and Specifications, Section 00 41 00 — Bid Form Section 4.1 shall be replaced by the following: "The Work will be complete for Final Acceptance within 45 working days after the date when the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions." 5. Contract Documents and Specifications, Section 00 52 43 - Agreement Section 2.2 shall be replaced by the following: "The Work will be complete for Final Acceptance within 45 working days after the date when the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions." Addendum No. 1 Page 1 of 2 REPLACEMENTS 6. Sheet No. 1, G-101, Replace with the attached sheet. 7. Sheet No. 2, G-102, Replace with the attached sheet. 8. Sheet No. 10, C-201, Replace with the attached sheet. 9. Contract Documents and Specifications, Section 00 42 43 — Proposal Form Replace the Proposal Form with the attached pages which includes new item: Bidlist Item No. 20 — TxDOT 624 Ground Box (Type A) with a quantity of 2 Each. Adjust quantity: Bidlist Item No. 08 — 3213.0102 7" Conc Pvmt with a quantity of 735 SY. ADDITIONS 10. Add new sheet: TxDOT Detail Sheet No. 45, Electrical Details — Ground Boxes (ED(3)-03). END OF ADDENDUM NO. 1 1 P E 0 F TE�,V� s S�•�• •••qS �1 � f� � �': k' ' . ,............ � ..................... �..... L. CLAY LIPSCOMB , ........................................ � : 102212 � �� � Issued by: L. Clay Lipscomb, PE Seal/Date _Di i�y Signed: 10/8/2014 Attachments: Pre-Bid Meeting Minutes and Sign-in Sheet Sheets Nos. 1(G-101), 2(G-102), 10 (C-201) Sheet No. 45, Electrical Details — Ground Boxes (ED(3)-03) Section 00 42 43 — Proposal Form Addendum No. 1 Page 2 of 2 4701 Northshore Drive North Little Rock, AR 72118 TEL 501.376.3633 FAX 501.372.8042 www.GarverUSA.com INFflA To: Ruseena Johnson, EIT Date: October 2, 2014 From: Clay Lipscomb, PE RE: Texas Way Reconstruction Pre-Bid Meeting Copies To: Jeff Kloska, PE; Colin Bible, PE Attachment: Sign In Sheet Attendees: Derek Nakamura — DCCS Joey Dawson — DCCS Tolli Katricz — Pavecon Public Works LP Jerry Henderson — Stabile and Winn Serge Walczak — CFW Aviation Clay Lipscomb - Garver A pre-bid meeting was held in the 2"d floor Conference Room at the Meacham Airport terminal building in the City of Fort Worth's Aviation Department on October 2, 2014 at 1:30 P.M. to discuss the aforementioned project. An agenda was presented to discuss the overall project and specific details including schedule, the bid proposal and items, insurance requirements, liquidated damages and any questions or comments the attendees wanted to address. The following notes are a summarization of the information that was discussed during the meeting. Items in red need to be addressed, revised, clarified in an addendum to be issued next week. Items in blue are individual questions which Garver will respond directly to the individual who asked the question. 1. Project Description 1.1. The overall project limits, permits, adjacent construction and any pertinent information to the project limits were described. 2. Project Schedule 2.1. The total time listed in the specifications and plans is forty-five (45) calendar days. Question: Can we increase this time to be "working" days in lieu of calendar days? Concrete has to cure for at least 14 days for this project (7 on each half). Also, having to keep'/2 of the road functional and operational at all times will require additional time instead of having the entire road shut down to complete the entire project at once. Garver recommends increasing the construction time to forty-five (45) working days. 3. Questions, Comments for Specifications/Plans 3.1. Garver: When asked, the concrete beneath the pavers in the crosswalk will be paid for in the concrete pavement bid item. 3.2. There is a stockpile of material in the northwest corner of the airport. The awarded contractor will have to negotiate with the owner of the select material or aggregate for use on the Texas Way project and the airport will not be included in the negotiation. Page 1 NO 1979 �O1M d. %; i �_� 1 �, 4701 Northshore Drive North Little Rock, AR 72118 TEL 501.376.3633 FAX 501.372.8042 www. GarverU SA. com �SEpYINC Vq�G ,:� QQ��'. F.s...... ,� � �oi� zoi� � �s ,. IHFfl 3.3. Derek Tomalchoff or an assigned inspector from Garver will be the Airport's representative inspector during construction. 3.4. What is the usual amount of time between bid opening and time of award by the City of Fort Worth Aviation Department? 3.5. Will the testing and staking be paid for by the City of Fort Worth as is normally the case in Fort Worth projects? Garver: According to specifications 01 45 23 — Testing and Inspection Services and 01 71 23 — Construction Staking and Survey, the contractor is responsible for payment of both testing and construction staking. The City will only provide quality assurance on testing to ensure compliance. Please advise if this is definitely the case. I was assuming that CFW Specifications override the General Conditions, which contradict the CFW Specifications. 3.6. Will the lights along N. Main Street (ornamental lights) remain in service or can the contractor remove the entire foundation? Otherwise, two pull boxes need to be added where the light poles currently exist that are being removed in this project to keep the remaining 3 additional lights in service along N. Main Street. Garver: Fort Worth Aviation to address this issue. 3.7. The Plan Sheet No. 10 (C-201) — Plan and Profile shows "stamped and stained concrete pavemenY' in the callout addressing the area of the concrete pavers and will be modified in the addendum issued next week. Page 2 �l i � � O co T � V C r �� 0 � N N � N a � � m o � O � , W _ � Z Z/� V � � � � � � . x � � � � a � � � � � � � � 1� � —� � J M � h � � M � � M h � � 1 O � � 1 � � r ^a � � Z O _ � i d � � � v J � � � � � , � � �U � � � a c - -�� �� � �, � � � � M .� � � V1 � � r N � � � � ��� � � `�\ \ � Q� .� � � � � � Z � � � � � � Q t Z � � � . ` r � � Q � I � l � � �� y- � � a � J d � � � N --= � 0 a� � � � 0 O O � 0 � 0 z U � O � a� � c� 0 RT 0 AVIATION T TEXAS WAY RECONSTRUCTION M EACHAM I NTER�IATI ONAL AI RPORT FORT WORTH, TEXAS GARVER REGISTRATION NO. F-5713 � 'L OLAY„ LIPSCOMB ;.... ........ .... . ,ozz,z . Digitally Signed: 10/8114 �I � I I I z O z n~. � � U Z N W O � ❑ Q a w � U i� � � w � �, ; � 0 E m m � a � � E > N Q a E, N N� O rylm � Z~ IL � <� < 'v $�o ��h LOCATION MAP FTW P ROJ ECT N O. 02188 GARVER PROJECT NO. 14081000 SEPTEMBER, 2014 �pYIHB yq li ¢Q/ `GF� � � �,� 95��-; \ f�� /`�l .; o ; � \�C�NC IHFP�S��J��'. 3010 Gaylord Parkway, Suite 190 Frisco, TX 75034 (972)377-7480 ALL CONSTRUCTION WITHIN THE STATE RIGHT OF WAY WILL REQUIRE COMPLIANCE TO TXDOT STANDARD SPECIFtCATIONS, STANDARD PLANS, AND TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES. SPECIFICATIONS ADOPTED Bl' THE TEXAS DEPARTMENT OF TRANSPORTATION, JUNE 1, 2004, AND SPECIFICAI'ION ITEMS LISTED AS FOLLOWS SHALL GOVERN ON THIS PROJECT FOR ALL WORK WITHIN THE STATE RIGHT OF WAY. � THE STANDARD SHEETS, SPECIFICALLY IDENTIFIED IN THIS INDEX OF SHEETS, HAVE BEEN SELECTED BY ME OR UNDER MY RESPONSIBLE SUPERVISION AS BEING APPLICABLE TO THIS PROJECT. BY SEALING AND SIGNING THFSE PERMIT PLANS AS A PROFESSIONAL CIVIL ENGINEER LICENSED TO PRACTICE IN THE STATE OF TEXAS, I CERTIFY THAT THE PROPOSED DRIVEWAY OR PUBLIC STREET CONNECTION TO THE STATE ROADWAY MEETS OR EXCEEDS THE MINIMUM STOPPING SIGHT DISTANCE REQUIRED FOR A POSTED SPEED OF 40 MILES PER HOUR, BASED ON THE MOST RECENT TXDOT DESIGN MANUAL REQUIREMENTS. FINAL PLANS ISSUED FOR BIDDING � � 0 a z � O Q � � U Q � Z � � � a z � O W V Z � W � Q Q � > U 3 Q W � x � O � COVER SHEEf JOB NO.: 14081000 DATE:SEPT.,2014 DESIGNED BY: LCL DRAWN BY: MAM 9AR IS ONE INCH ON ORIGINAL �RANING 0-�� IF NOT o�E INCH ON THiS SHEET, AQ1USi SCALES ACCORDiNGIV. DRAWING NUMBER G-101 SHEET � NUMBER VICINITY MAP NO SGALE 9 z c7 0 c� �a � � S 5 0 m � � a '° N m � E � E E a �, a � N3 ` �� m � mF Z � LLl � a� $Y� 000 ��h GENERALNOTES 1. THE CONTRACTOR SHALL NOTIFY ALL UTILITY COMPANIES 48 HOURS BEFORE WORK IS STARTED TO VERIFY UTILITY LOCATIONS (DIGTESS 1-800-245-0545). 2. THE CONTRACTOR SHALL NOTIFY MEACHAM AIRPORT OPERATIONS (817-994-0653) 48 HOURS IN ADVANCE OF ANY CHANGES IN CONSTRUCTION ACTIVITY TO ALLOW SUFFICIENT TIME FOR COORDINATION OF NOTAMS AND TO LOCATE AND MARK EXISTING FIELD CABLES AND TO AVOID UNSCHEDULED FACILITY OUTAGES. 3. THE CONTRACTOR SHALL COMPLETE ALL WORK IN ACCORDANCE WITH THE FAA ADVISORY CIRCULAR 150I5370-2F "OPERATIONAL SAFETY ON AIRPORTS DURING CONSTRUCTION", OR LATEST VERSION. 4. THE CONTRACTOR'S STAGING AREA FOR OFFICE, STOCKPILE, EQUIPMENT, ENGINEER'S OFFICE, MATERIALS STORAGE AND EMPLOYEE PARKING SHALL BE NO CLOSER THAN 25 FEET FROM ANY FENCE LINE AND OUTSIDE OF THE OFA OF ANY TAXIWAY OR TAXILANE. STOCKPILE LOCATION TO BE PROVIDED BYAIRPORT STAFF. MAXIMUM STOCKPILE HEIGHT IS 20'. CONTRACTOR SHALL COVER ALL STOCKPILED MATERIAL TO PREVENT WIND EROSION. COVER SHALL BE SECURED IN MANNER THAT PREVENTS COVER FROM BEING BLOWN INTO TRAFFIC AREAS AND BECOMING A SAFETY HAZARD. MEACHAM OPERATIONS SHALL APPROVE THE EXACT LOCATION OF THE STAFFING AREA AND STOCKPILE AREA PRIOR TO ITS USE. THE SUGGESTED LOCATION IS SHOWN, OTHERS PROPOSED MAY BE ACCEPTABLE. 5. THE CONTRACTOR SHALL MAINTAIN ALL EXISTING ACCESS AND HAUL ROADS OUTSIDE THE LIMITS OF CONSTRUCTION AND SHALL RESTORE THE ROADS TO A CONDITION EQUAL TO OR BETTER THAN ITS ORIGINAL CONDITION AT NO ADDITIONAL COST TO THE OWNER. THE LOCATION OF ANY ADDITIONAL HAUL ROADS DESIRED BY THE CONTRACTOR IS SUBJECT TO THE APPROVAL OF THE AVIATION DEPARTMENT AND ENGINEER. 6. THE CONTRACTOR IS RESPONSIBLE FOR CONSTRUCTING AND MAINTAINING TEMPORARY ACCESS AND/OR HAUL ROADS WHERE NECESSARY TO THE CONSTRUCTION LIMITS. THE CONTR,4CTOR SHALL COMPLETELY REMOVE THE TEMPORARY HAUL ROADS SHOWN ON THE PHASING PLANS UPON COMPLETION OF THE PROJECT AND SHALL RESTORE THE GROUND SURFACE AND TURF IN THE AREA TO ITS CONDITION PRIOR TO THIS CONSTRUCTION. COSTS TO BE INCLUDED IN MOBILIZATION. 7. DURING MATERIAL DELIVERY / PAVING OPERATIONS, THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING AND MAINTAINING TRAFFIC CONTROL. TRAFFIC CONTROL SHALL BE INCIDENTAL TO THE TOTAL PROJECT. 8. ALL EMPLOYEES OF THE CONTRACTOR SHALL ENTER AND EXIT THE WORK SITE AT THE DESIGNATED CONTRACTOR'S ENTRANCE (CE). AN ADEQUATE SIGN SHALL BE PROVIDED DESIGNATING THIS GATE LOCATION AS THE "CONSTRUCTION EMPLOYEE ENTR,4NCE". MINIMUM REQUIREMENTS FOR AN ACCESS GATE ARE AS FOLLOWS: A. ALL VEHICLES MUST STOP PRIOR TO ENTERING THE AIRPORT. IF A GATE GUARD IS USED, THEY MUST WAIT FOR THE GATE GUARD TO SIGNAL THEM TO PROCEED. ONLY AUTHORIZED CONTRACTORS, FAA PERSONNEL, AVIATION DEPARTMENT PERSONNEL, AND PROJECT ENGINEERS WILL BE ALLOWED ACCESS. ALL OTHERS WILL BE DENIED ACCESS OR THE GATE GUARD WILL CONTACT AIRPORT OPERATIONS FOR ASSISTANCE. THE CONTR,4CTOR WILL FURNISH TR.4INING AND WRITTEN PROCEDURES TO THE GATE GUARD THAT MUST BE FOLLOWED DURING THE PROJECT. B. DELIVERY VEHICLES FOR THE CONTRACTOR NEED TO CHECK IN AT THE GATE. THE CONTRACTOR MUST MAINTAIN POSITIVE ESCORT CONTROL OF ALL DELIVERY VEHICLES WHILE ON SITE. C. THE GATE GUARD SHALL BE EQUIPPED WITH A TELEPHONE TO CONTACT AIRPORT OPERATIONS IF ANY UNAUTHORIZED VEHICLE ATTEMPTS TO ENTER THE AIRPORT AIR OPERATIONS AREA. D. A GATE GUARD IS REQUIRED WHEN THE GATE IS UNLOCKED. THE GATE MAY BE SECURED (CLOSED AND LOCKED) AFTER EACH VEHICLE IN LIEU OF USING A GATE GUARD. THE CONTRACTOR SHALL PROVIDE LOCKS ON ACCESS GATES AND PROVIDE THE COMBINATION TO AIRPORT OPERATIONS. E. ANY AND ALL FINES THAT MAY BE LEVIED ON THE AIRPORT FOR A SECURITY VIOLATION IN CONNECTION WITH THE ACCESS GATE OR THE CONTRACTOR'S ACTIVITIES SHAI.L BE PAID BY THE CONTRACTOR. THE FAA OR AIRPORT MAY ASSESS A FINE DEPENDING ON THE SERIOUSNESS OF THE INFRACTION. F. THE CONTRACTOR SHALL AT ALL TIMES ENSURE AGAINST UNAUTIiORIZED ACCESS TO THE AIRFIELD. G. PRIVATE AND COMPANY VEHICLES OPERATING WITHIN THE AIRCRAFT OPERATION AREA (AOA) MUST HAVE A COMPANY LOGO / IDENTIFICATION ON BOTH SIDES OF THE VEHICLE. THE CONTRACTOR'S EMPLOYEES' VEHICLES PARKED IN ANY OF THE CONTRACTOR'S STAGING AREA AND NOT USED FOR CONSTRUCTION PURPOSES DO NOT REQUIRE THIS IDENTIFICATION. SIGNS AS DESCRIBED ABOVE AREREQUIRED ON PRIVATE VEHICLES OPERATED IN AREAS OTHER THAN THE STAGING AREA, DIRECT ACCESS ROUTES TO AND FROM THE STAGING AREA, AND WITHIN THE CONSTRUCTION WORK LIMITS. 9. CONSTRUCTION WORK LIMITS ARE AS SHOWN ON THE PLANS. ANY AND ALL WORK CONDUCTED OUTSIDE THE CONSTRUCTION LIMITS, EXCEPT FOR MAINTENANCE ON BARRICADES SHALL BE ACCOMPLISHED WITH THE USE OF AN AIRPORT OPERATIONS ESCORT. MEACHAM AIRPORT OPERATIONS WILL PROVIDE AN ESCORT WITH A MINIMUM NOTICE OF 24 HOURS. NO WORK OR TRAVEL WILL BE PERMITTED OUTSIDE THE CONSTRUCTION LIMITS SHOWN WITHOUT PRIOR APPROVA� BY AIRPORT OPERATIONS AND AN AUTHORIZED ESCORT. AIRPORT OPER.4TIONS WILL NEED TO KEEP OPEN VARIOUS TAXIWAYS ADJACENT OR IN THE PROXIMITY OF OR CROSSING THE CONSTRUCTION AREA. THE WORK SHALL BE COORDINATED WITH AIRPORT OPERATIONS. NO WORK IS PERMITTED NOR ARE OPEN EXCAVATIONS, STORED MATERIALS, STOCKPILES OR EQUIPMENT ALLOWED OUTSIDE OF THE WORK AREA AS SHOWN IN THE PLANS WITHOUT PRIOR COORDINATION WITH AIRPORT OPERATIONS. 10. THE CONTRACTOR'S ACCESS TO THE AIRFIELD IS LIMITED TO THE GATE AS SHOWN ON THE PLANS. ACCESS FROM THE GATE TO THE STAGING, STORAGE AND WORK AREAS SHALL BE CONFINED TO THE ROUTES SHOWN AND WITHIN THE WORK AREA LIMITS. ACCESS VIA ANY OTHER ROUTES OR GATES WILL REQUIRE PRIOR WRITTEN APPROVAL BYAIRPORT OPERATIONS. 11. ANY TEMPOR.4RY FACILITIES SHALL BE COMPLETELY REMOVED FROM THE SITE AT THE COMPLETION OF THE PROJECT AND THE SITE RESTORED TO ITS ORIGINAL CONDITION. 12. ALL CONSTRUCTION VEHICLES OPERATING OR PARKED ON THE AIRPORT MUST HAVE AN OPERATING FLASHING AMBER BEACON OR CHECKERED FLAG (DAYLIGHT ONLY) WHICH IS VISIBLE 360 DEGREES AROUND THE VEHICLE, IN ACCORDANCE WITH THE FAA SPECIFICATION AC 150/5370-2F, OR LATEST VERSION. 13. CONSTRUCTION LIMITS - ALL CONTRACTOR VEHICLES AND TRAFFIC (UNLESS OTHERWISE AUTHORIZED) SHALL REMAIN WITHIN THE DESIGNATED CONSTRUCTION LIMITS OR HAUL ROUTES. CONSTRUCTION, STORAGE AND STOCKPILING LIMITS MUST EE APPROVED BY THE AVIATION DEPARTMENT. 14. FUEL, DIESEL FUEL, OR OTHER CONTAMINANTS SHALL NOT BE ALLOWED TO ENTER THE STORM SEWER SYSTEM. IN THE EVENT OF A SPILL, THE CONTRACTOR SHALL IMMEDIATELY NOTIFY THE AVIATION DEPARTMENT OF THE SPILL. THE CONTRACTOR WILL BE RESPONSIBLE FOR ALL COSTS INCURRED FOR CLEANUP OF CONTAMINATED AREAS ON AND OFF AIRPORT PROPERTY. 15. CAUTION SHALL BE TAKEN BY THE CONTRACTOR IN PREVENTING ANY DUST OR MUD WHICH MAY BECOME A HAZARD TO AIR AND GROUND OPERATIONS OR, IN THE OPINION OF THE AVIATION DEPARTMENT, IS DETERMINED TO BE UNSIGHTLY. THE CONTf2HCTOR SHALL CONTROL DUST AND MUD AT ALL TIMES AND MAY REQUIRE FULL TIME OPERATION WATER TRUCKS OR SWEEPERS. IF, IN THE OPINION OF THE AVIATION DEPARTMENT OR THE ENGINEER, DUST OR MUD IS NOT BEING ADEQUATELY CONTROLLED THEY MAY SUSPEND WORK AND MAKE NECESSARY ARR,4NGEMENTS FOR DUST OR MUD CONTROL. THE COSTS THEREFORE SHALL BE DEDUCTED FROM THE PROGRESS PAYMENTS DUE THE CONTRACTOR. 16. CONTRACTOR SHALL TAKE THE NECESSARY STEPS TO OBTAIN DRIVER'S TRAINING FOR CONTRACTOR EMPLOYEES PRIOR TO ENTERING THE AIR OPERATIONS AREA OR AIRPORT PROPERTY LOCATED INSIDE OF THE FENCE. 17. THE CONTRACTOR WILL ISSUE AVIATION DEPARTMENT-APPROVED LAMINATED SAFETY CARDS SHOWING THE ACCESS GATE LOCATION, CONSTRUCTION AREA, ACCESS / HAUL ROUTE, CLOSED PAVEMENTS AND RUNWAY SAFETY AREAS AND/OR ANY OTHER PERTINENT INFORMATION. THESE CARDS WILL BE SUPPLIED BY THE ENGINEER. IF NECESSARY, THESE SAFETY CARDS WILL BE SPECIFIC TO EACH INTERMEDIATE PHASE OF THE PROJECT. THE ENGINEER WILL NUMBER THESE CARDS TO ENSURE THE CONTRACTOR RETURNS THEM ALL WHEN THE PHASE IS C�JMPLETE. THE CONTRACTOR IS RESPONSIBLE FOR DISTRIBUTING AND COLLECTING THESE CARDS TO ALL OF THEIR EMPLOYEES, SUBCONTRACTORS AND SUPPLIER DELIVERY DRIVERS WHO WILL ENTER THE AOA. THE CONTRACTOR IS REQUIRED TO BRIEF ALL EMPLOYEES OR SUBCONTRACTORS ON AIRPORT SECURITY AND SAFETY PRIOR TO DISTRIBUTING THE SAFETY CARDS. BEFORE A NEW EMPLOYEE, SUBCONTRACTOR OR SUPPLIER BEGINS WORKING ON THE AIRPORT THE CONTRACTOR IS RESPONSIBLE TO MAKE SURE THEY ARE AWARE OF AIRPORT OPERATIONS, AS WELL AS GIVE THEM A TOUR OF THE PROJECT SITE, SHOWING THEM THE SPECIFIC WORK AREA, HAUL ROUTE AND THE MOVEMENT AREA THAT IS NOT TO BE ENTERED WITHOUT AIRPORT APPROVAL. 18. ALL EMPLOYEES OF THE CONTRACTOR OR SUBCONTRACTORS SHALL RECEIVE VEHICLE OPERATOR/PEDESTRIAN TRAINING FROM THE PROJECT SUPERINTENDENT. ALL EMPLOYEES SHALL RECEIVE NEW TRAINING WHEN MOVED TO DIFFERENT WORK AREAS OR PHASES OF THE PROJECT. THE AVIATION DEPARTMENT WILL PROVIDE VEHICLE OPERATOR/PEDESTRIAN TRAINING AND TRAINING MATERIALS TO THE CONTRACTOR. THE CONTR.4CTOR'S PROJECT SUPERINTENDENT SHALL KEEP THE TRAINING MATERIALS ON FILE AND PROVIDE TO THE AVIATION DEPARTMENT PERSONNEL FOR INSPECTION UPON THEIR REQUEST. A FINE OF $500 WILL BE ASSESSED FOR ENTERING UNAUTHORIZED AREAS. 19. IF FOR ANY REASON, THE AVIATION DEPARTMENT OR ENGINEER FEELS THAT SAFETY IS NOT BEING ADEQUATELY MAINTAINED, THEY MAY SUSPEND WORK UNTIL THE SAFEN ISSUE IS RESOLVED. THE COSTS SHALL BE DEDUCTED FROM THE PROGRESS PAYMENTS DUE THE CONTRACTOR. 20. CONTRACTOR SHALL ACCOMMODATE THE UTILITY RELOCATION BY OTHERS. 21. CONTRACTOR SHALL BE RESPONSIBLE FOR ALL DAMAGES TO FAA CABLE. CONTRACTOR SHALL CONTACT FAA TECHOPS (817-222-4609) FOR CABLE LOCATION PRIOR TO DIGGING. � # � O O � � b O � m 0 � 0 0 RP — � — C„ - E„ —c — —cry — -SD - - S S - x LEGEND TAXIWAY LIGHT POWER POLE LIGHT POLE SANITARY SEWER CLEANOUT GAS METER ELECTRIC PULLBOX TFLEPHONE PEDESTAL G{:ATEINLET FIRE HYDRANT UNKNOWN MANHOLE STORM SEWER MANHOLE SANITARY SEWER MANHOLE ELECTRIC METER ELECTRICAL TRANSFORMER VACUUM WATER METER WATER VALVE WATER MANHOLE WATER LINE UG TELEPHONE LINE UG ELECTRICAL LINE GAS LINE OH ELECTRICAL LINE CABLE TV LINE STORM SEWER LINE SANITARY SEWER LINE FENCE LINE I GARVER REGISTRATION NO. F-5713 l-V :...................................: L CIAY LIPSCOAIB : .................................... . 102212 . Digitally Signed: 10/B/14 z o Z � � a � � Z w W 0 0 a � � � � Q J Q Z � Q Z � W Z � � ~ 2 � U ° 3 W � � O GENERAL NOTES JOB NO.: 14081000 DATE: SEPT., 2014 DESIGNED BY: LCL DRAWN BY: MAM BAR IS ONE INCH ON ORIGINAL ORAWING o��' IF NOT ONE INCM ON TMiS SHEET, ADJlIST SCALES ACCORDINGLY. DRAWING NUMBER G-102 SHEET � NUMBER � a a N o� �2 LL � W �G s rn 3 @ O E a a � � � A a � o E ro m Gi Q E a �, a N N� o N K •.�0 � m F- Z' mo �o Ill.- Up Q a $ Y� N d.' p � ��' a� > c v O y TU � c � ov� TO� 0 ow" � = rn `o �.E 3 � � a o � Z nv N � _ . a� w Q o rn 0 a, ,� E ��-, °' v° U � � o N Q N a a� �� � �o" �Q v m C~ U �' N � N � �">o N � U O O C m� 0 t- s o - 3 ^�vo � o� TQ� � � � ° no C Tw `v o � o�w rn�o N� O O �oo �o � °o c o >. a ;� o .. ��� -� N L O't " E -, � N O v� � �.c.o Y VI i � �w Q J � Li II. GROUND RODS A. MATERIALS 1. Allground rods installed ol electricalservices, including supplementallightning protection ground rods specified by lhe plans in other locations such as pole boses, sholibe copper clad and UL listed. Rods shallbe a minimum diameter of 5/8 inch. The length shallbe a minimum of 8 feeL Larger diameter or longer length rods may be colled for in some specific locations,see ihe individualplans sheets. 2. Ground rod clamps shallbe listed [o be in direct contact with the soil. Where concre[e encasement is required, ihe clamp shallbe listed for concrete encasement. B. CONSTRUCTION METHODS 1. Ground rods instolled in locations such os pole bases, to provide supplemenial lightning protection need not be totally in contact with the soil. Where colled for in the plons, rods moy be encased in soil or concrete or ony combination of soilond concrete. I4hen concrete encased, the connection oF the conductor to ihe rod shallbe readily accessible for inspection or repairs. When driven into the soil the upper end shall be between 2 to 4 inches below finished grade. Ground rods shall not be piaced in the same drilled hole as a timber pole. 2. Ground rods shallbe installed such thai the end imprinted with the rod's part number is installed as being the upper end. 3. Non-condudive coatings such as concrete splotter shallbe removed from ihe rod at the clamp locotion. 4. Routing of lighining protection ground rod wires shallbe run as short ond straight as possible. Where bends ore required lhey shollhave a minimum radius of four inches. 5. Unless specifically colled for by the plans, conduits used for ground rod wires shallbe non-melallic. Where meialconduils are speci(ied, o grounding bushing and properly sized bonding jumper shollbe provided ond properly installed on each end. 6. Where rocky soil or a solid rock bottom is encountered when driving a ground rod and the horizontal trench placement method is the only viable solution, written authorimtion from the Engineer must be obtained. iil. GROUND BOX ,� A. MATERIALS 1. Ground boxes i6x30x24 inches (WxLxD) or smaller shallbe polymer concrete of the type required by the descriptive code shown elsewhere. Larger ground boxes sholl be as shown elsewhere in ihe plans. 2. Allground boxes and covers shollbe permanently marked eiiher by impress or by permonent ink, with monufacturer's modei number and manufacturer's name or logo. 3. Covers shallbe bo�ted down, and boit holes in the box shallbe arranged to drain dirt. 4. Ground box Types A, B. C, D& E shali meei the following requirements� o. Ground boxes and covers be manufactured from polymer concrete reinforced with continuous strands of woven or stitched borosilicate fiberglass cloth. The polymer concrete shallbe made from catalyzed polyester resin, sand and aggregate, and shollhave a minimum compressive strength of 11,000 psi. Polymer concrete containing chopped fiberglass or fiber- gloss reinforced plastic is not acceptable. b. Minimum inside dimensions shollbe os follows (width x length x depth)� Type A shallbe 11.5 inches x 21 inches x 10 inches, (122311) Type B shallbe 11.5 inches x 2linches x 20 inches,(122322) Type C shallbe 15.25 inches x 28.25 inches x 10 inches,(16291ll Type D sha�lbe 15.25 inches x 28.25 inches x 20 inches,(162922) Type E shallbe 11.5 inches x 2linches x 16 inches,1122317) c. Bottom edge of box or extension shallbe footed with a minimum 71/4 inch flange. d. Ground boxes shall withstand 600 Ibs. per sq. ft. applied over the entire sidewall with less thon 1/4 inch deflection per foot lengih of box. Ground boxes and covers shall withstand a tesi loading of 20,000 Ibs. over a 10 inch by 10 inch area centered on the cover with less than 1/2 inch deflection. Ground boxes ond covers shallmeet Western Underground Stondards 3.6. Monufacturer shollsupply certification by an independent loboratory or seoled by a Texas-Licensed Professional Engineer. e. Covers shall be 2 inch (nominaU thick polymer concrete. NI hardware shall be stainless sieel. Cover shall be secured wiih two 1/2 inch stainless steelbolts. Bolts shallbe se�f-retaining and shallwithstand a minimum of 70 ft-Ibs. torque and shailhove a minimum 750 Ibs. st�aight pullout sirength. Nuts shallbe floating and shallprovide a minimum of 1/2 inch movemeni from the cen[er of the nut. Covers shallbe skid resistant, minimum 0.5 coefficient of friction. Covers shollbe interchangeable between manufocturers ond shallconform to the dimensions shown herein.Unless otherwise approved by the Engineer, cover sholl be legibly imprinted with the following words in minimum i inch leiters� Ground Boxes containing wiring for troffic signols shailbe Iabeled,Donger High Voltage Traf(ic Signal. Ground boxes contoining wiring for iilumination systems shallbe lobeled, Danger High Voltage Illuminotion. Ground boxes containing wiring for traffic management systems shalibe labeled, Donger High Voltage Traffic Managemenl. Ground boxes coniaining wiring for sign illumination systems shailbe Iabeled,Danger High Voltage Sign Illuminotion. Ground boxes containing wiring for traf(ic signals that also contain illumination, powered by the signalelectrical service, shalibe labeled, Danger High Voltage Traffic Siqnal. B.CONSTRUCTION METHODS 1. Ground boxes shailbe set on a 9 inch (minimum) bed of aggregote from 3/4 " up to 2" in size. Aggregate shollbe in piace prior to seltinq box and conduits shallbe capped. My gravelor dirt in conduit shallbe removed. 2. When required by Item descriptive code, construction of an opron encasing a ground box including concrete and reinforcing steel shall not be paid for directly but sha�l be subsidiary to the ground box. Reinforcing steel may be (ield bent. Concre[e for aprons shalibe considered miscellaneous concrete (or tesling purposes. Aprons shallbe cast in place. 3. Conduit holes moy be cut in the wails of type B& D boxes at leost 18 inches beneath the cover. 4. If, within the limits of this project, the Contractor musi utilize on existing ground box equipped with o metal cover, the Contractor sholibond the cover to the grounding conductor with a 3 fool long flexible stronded jumper the same size as the grounding conductor. Connection of bonding jumper to metalground cover shalinot be poid for directly but shallbe sub- sidlary to various bid items. The box(es) must be cleariy shown on the plons with plan notes (ully describing lhe work required. 5. If there ore other ground boxes with metalCovers wiihin the project limits but not involved in the contraci, the Engineer moy dlrect the Contractor to ground the covers, designating and identifying the specific boxes in wriling. This work will be paid for separately. 6.Terminotion to metalground box covers shallbe made using a tank ground type �ug. No.3 Reinforcing steei � - - -�- � -------------�\ I 10 in. (Typ> � I I I A i i I , �_ �--- __y ' '_ I � — — _ — F 1--- - - ----�- ' — - — I I I � I � �� 2 i�. 1 � 2 in. ( �--------- ----- --------� PLAN VIEW 10 in. (typ.) A � _ J — Ground box No. 3 Apron Class A 10" Reinforcing Concrete �typ,> steei iii,iriiiisiii,�i, : :.` Ground ����.� ��� �•� ' box �;; ; 12" min. /'� 3" to 6" � �� a t�'. Grounding bushing Conduit or \/ duct cable Rigid metal conduit ell SECTION A - A APRON FOR GROUND BOXES 9" Gravel fill (2) (Where required) (1) Finalposition of end of conduii shallnot exceed one-half the distance to the side of box opposite the conduit entry. (2) Place grave�"under" the box. not "in° the box. Graveishould not encroach on the interior volume of the box. (3) Instollbushing on the upper end of allells. (4) Where o ground rod is present in ihe qround box, connecl it to any ond allequipment grounding conductors using o listed connector. (5) Mointain sufficient space belween ollconduiis so os to ollow for proper instollation oi bushings. (6) Nlconduits shallbe installed in a neot and workmanlike manner. (7) Nlconduits insialled in the ground box shallbe sealed after compietion of conduc`•.or instaliotion and any required pulitests. Silicone sholl not be used as sealant. For cover logo see III.A.4.e � K END GROUND BOX COVER ,4 � F H i 1� P - - - � 'E I � � SIDE GROUND BOX COVER DIMENSIONS BOX DIMENSIONS (WCHES) SIZE H I J K L M N P A, B& E 23 �/n 23 13 %y 13 �/2 9 7/B 5�/e 1 3/e 2 C& D 30 �/Z 30 �/4 17 �/Z 17 �/4 13 �/4 6 3/4 1 3�g 2 5/03 Revision �Revised notes. u„�e s,.. V_�� PLAN VIEW ao az as �siu t�ito�osn� I'agc I OCS SECTION 00 42 43 PROPOSALFORM Ut�IT PRICE BID Bidder's Application Project Item Informalioit Bidder's Proposal Bidlis[ Description Specification Unit of Bid Item No. Seclion No. Measure Quantity Unit Price I3id Value __01__ _ 0241.1000 Remove Conc Pvmt 02 41 15 _ SY _ __145 __. __$3a _00 __ _ $4,350.00_ - - ------------- -- ----- --- ------- - - ------ -- - 02 0241.1100 Remove Asphalt Pvmt _ _ _ 02 41 15 _SY __ ___ 545 _____ $15.00 _ _ __$8,175.00 � - - - --- -_. _ . . _ 03 _, 0241.1300 Remove Conc Curb&Gutter 02 41 15 LF 140 $8 00 ,_r ,_$1,120.00 -- ----- .._. ._.--_.�_r_.a.. _....._z.� ._.��� .... T�..s _ Q4 _ 3110.010i Site Clearing _ 31 10 00 LS 1 $13,500.00 $13,500.00 -- -- --------- - - - - -- - - - 05 3123.0101 Unclassified Excavation b_Plan 31 23 16 CY 140 $35.00 $4,900.00 - ----- -------- ---------- -- y -- - ---- ------ ------ ---- ----- -------- - 06 3124.0101 Embankment by Plan _ 31 24 00 CY 15 $35.00 $525.00 -- -- ------- -------- ----- -- ---- --- --------- ----- -- - --- ---- ------- - -- ----- - 07 � 3211_0112Y 6" Flexible Base, TYPe A, GR-1-- -,� , 32 11 23 -, _� SY _„ FT_ 755 . __ ,. 15.00 11,325.00 $ - � � _ ... ..._-- 08 3213.0102 7" Conc Pvmt 32 13 13 SY 695 ___$60.00 __ ,_ __ ------ -- ----- ----------- - -- - ---- - __ 09 _ 3213_0506 Barrier Free Ramp, Type P_i _ 32 13 20 EA 2 1,100.00 $2,200,00 -------- -- - - ------- -- - -- -- -- - ----- ----� -- -- ----- 10 3213.0700 Joint Sealant 32 13 73 L.F 800 3.00 $2,400.00 ------- ----- --- ------------------.-_- ------- - � ---- - ----- --------- - ---- - 11 3214.0100 Unit Pavers 32 14 13 SY 39 120.00 $4 680.00 ----- -- -- �-- --_.._._...._. ._._---...____._.._,�._ .....__.......___.___. _.��._�,x.. ...._..r._.__z.._.._._ ..---� - ----- - --- --._ _. _._._,. _ ..____._e_.`�__. ._.. __ 12 _ 3217.0501 24" SLD Pvmt Marking HAE (W) _ 32 17 23 LF ___ 15 120.00 __ _$i,800,00 -- _ ----------- -- --- -- - -- - -- - - 13 3291.0100 Topsoil___ _ 329119 CY 39 50.00 $1,950.00 ------ ---- -- -- ---- -- ---------- -- ----- --------- 14 _ 3292.0400 Seeding, Hydromulch 32 92 13 SY 3765 2.00 $7,530.00 --- - ---------- --- --- -- ----- -------- -�----- --- - ---- _ _ _-- --- - - --------- 15 3305.0107 Manhole Adjustment, Minor 33 05 14 EA _ 1. ,v, 400,y00 __�_ $400.00 16 � 3441 3501` Salvage Street Light Pole ` 34 41 20 EA __ 2 _600.00 _$1,200.00_ -- --- -- ----- -- ----- - -- ---- -- - - 1 � 3441.4110 Remove and Reinstall Sign Panel and Post 34 41 30 EA 1 600.00 $600.00 -- ---- ------ - ----- --------------------- ------ - ---- -- ------ ------- - -- --- --- ---------- 18 3471.0001 Traffic Control 34 71 13 MO 2 1,500.00 $3,000.00 ---- ---_ _----------------------__ ---- --------- ---- -�- ---- � - ----- - -- ---- - --- - _ 19�_ 3471 A002 Portable Message Sign _ �_ 34 71 13 WK 6 1 000.00 .$6 D00.00 . . -- - - - T ..._._ _.,..�___..___._.. .______.__� _, .....---- .---._._�___u _-. _.�.__.. _ � , _�. _ 20 TxDOT 624 Ground Box (Ty A) ___ _ TxDOT 624 ___EA __ 2 ___500.00 $1,000,00 Bid Summ�iy Base I3ic1 LJ�f/ic' TotalBid 1i�"1,3b5.00 _ ' �ND OF S�CTION /�C ,� �" CI"1'Y OF FORT WOR'PH S'CANDARD CONSTRUCI'lON SYECIFICATION DOCUMENTS Texas Way Reconstruction al Meach�im Airport Fonn Revised 20120120 � City Project No. 02185 I' �' 001113-1 INVITATION TO BIDDERS Page 1 of 2 SECTION 00 11 13 INVITATION TO BIDDERS RECEIPT OF BIDS Sealed bids for the construction of FTW Texas Way Reconstruction 02188 will be received by the City of Fort Worth Purchasing Office: City of Fort Worth Purchasing Division 1000 Throckmorton Street Fort Worth, Texas 76102 until 1:30 P.M. CST, Thursday, October 16, 2014, and bids will be opened publicly and read aloud at 2:00 PM CST in the Council Chambers. GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: Construction of a concrete access road consisting of approximately 695 S.Y. of 7" PCC Pavement and all other miscellaneous item of construction as outlined in the plans and specifications which are necessary to satisfactorily complete the work. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained on-line by visiting the City of Fort Worth's Purchasing Division website at http://www.fortworth o��purchasin�/ and clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. Copies of the Bidding and Contract Documents may be purchased from the office of the design engineer: Garver, LLC 3010 Gaylord Parkway, Suite 190 Frisco, TX 75034 The cost of Bidding and Contract Documents is: Set of Bidding and Contract Documents with full size drawings: N/A Set of Bidding and Contract Documents with half size drawings: $50 per set, non-refundable PREBID CONFERENCE A prebid conference may be held as described in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following location, date, and time: � DATE: October 2, 2014 TIME: 1:30 P.M. PLACE: 4201 N. Main Street, Suite 200 Fort Worth, Texas 76106 LOCATION: Conference room on 2°d floor. See receptionist for directions. CITY'5 RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject bids. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 7uly l, 2011 Texas Way Reconstruction at Meacham Airport City Project No. 02188 i � , 001113-2 INVITATION TO BIDDERS Page 2 of 2 INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Ruseena Johnson, City of Fort Worth Email: Ruseena.Johnson@fortworthtexas.gov Phone: 817-392-5407 AND/OR ' Attn: Clay Lipscomb, PE, Garver Email: LCLipscomb@GarverUSA.com Phone: 972-377-'7480 ADVERTISEMENT DATES September 19, 2014 September 26, 2014 END OF SECTION CITY OF FORT WORTH Texas Way Reconstruction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS City Project No. 02188 Revised July l, 2011 00 21 13 - i INSTRUCTIONS TO BIDDERS Page 1 of 8 SECTION 00 21 13 INSTRUCTIONS TO BIDDERS l. Defined Terms 1.1. Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 00 - GENERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2. l. Bidder: Any person, �rm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, iirm, partnership, company, association, ar corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1,2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making copies of Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. Examination of Bidding and Contract Documents, Other Related Data, and Site 3.1. Before submitting a Bid, each Bidder shall: 3.1.1. Examine and carefully study the Contract Documents and other related data identified in the Bidding Documents (including "technical data" referred to in Paragraph 4.2. below). No infortnation given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 3.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work. 3.1.3. Consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. CITY OF FORT WORTH Texas Way Reconstruction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCIJMENTS City Project No. 02188 Revised November 27, 2012 00 21 13 - 2 INSTRUCTIONS TO BIDDERS Page 2 of 8 1.4. Study all: (i) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identiiied in the Contract Documents as containing reliable "technical data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identiiied in the Contract Documents as containing reliable "technical data." 3.1.5. Be advised that the Contract Documents on file with the City shall constitute all of the information which the City will fizrnish. All additional information and data which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 3.1.6. Perform independent research, investigations, tests, borings, and such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project. On request, City may provide each Bidder access to the site to conduct such examinations, investigations, explorations, tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations, investigations, tests and studies. 3.1.7. Determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work, time required for its completion, and obtain all information required to make a proposal. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is understood that the submission of a proposal is prima-facie evidence that the Bidder has made the investigation, examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. 3.1.8. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. 3.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identiiication of: 3.2.1. those reports of explorations and tests of subsurface conditions at or c�ntiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. CITY OF FORT WORTH Texas Way Reconstruction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS City Project No. 02188 Revised November 27, 2012 00 21 13 - 3 INSTRUCTIONS TO BIDDERS Page 3 of 8 3.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 3.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any other data, interpretations, opinions or information. 3.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (i) that Bidder has complied with every requirement of this Paragraph 4, (ii) that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques, sequences or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents, (iii) that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and when said conflicts, etc., have not been resolved through the interpretations by City as described in Paragraph 6., and (iv) that the Contract Documents are generally sufiicient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 3.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract Documents. 4. Availability of Lands for Work, Etc. 4.1. The lands upon which the Work is to be performed, rights-of-way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identiiied in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures ar permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. 4.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- of-way, easements, and/or permits are not obtained, the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the project. CITY OF FORT WORTH Texas Way Reconstruction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS City Project No. 02188 Revised November 27, 2012 00 21 13 - 4 INSTRUCTIONS TO BIDDERS Page 4 of 8 4.3. The Bidder shall be prepared to commence construction without all executed right-of- way, easements, and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. 5. Interpretations and Addenda 5.1. All questions about the meaning or intent of the Bidding Documents are to be directed to City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by Ciry in response to such questions will be issued by Addenda delivered to all parties recorded by City as having received the Bidding Documents. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Address questions to: Meacham International Airport 4201 N. Main Street, Suite 200 Fort Worth, TX 76106 Attn: Ruseena Johnson, Aviation Department Email: Ruseena.Johnson@fortworthtexas.gov Phone: 817-392-5407 AND/OR Attn: Clay Lipscomb, PE, Garver Email: LCLipscomb@GarverUSA.com Phone: 972-377-7480 5.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 5.3. Addenda or clarifications may be posted via Buzzsaw at https://proj ectpoint.buzzsaw.com/client/fortworthgov/Aviation%20Projects/02188%20- %20%20Texas %20 W ay%20Pavement%20Improvements/B id%20Documents%20Packa ge/Addenda 5.4. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 6. Bid Security 6.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of five (5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting the requirements of Paragraphs 5.01 of the General Conditions. CITY OF FORT WORTH Texas Way Reconstruction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCiIMENTS City Project No. 02188 Revised November 27, 2012 002113-5 INSTRUCTIONS TO BIDDERS Page 5 of 8 6.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and deliver the complete Agreement within 10 days a8er the Notice of Award, City may consider Bidder to be in default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all other Bidders whom City believes to have a reasonable chance of receiving the award will be retained by City until iinal contract execution. 7. Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 8. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 9. Substitute and "Or-Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or-equal" items. Whenever it is indicated ar specified in the Bidding Documents that a"substitute" or "or- equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.OSA., 6.OSB. and 6.OSC. of the General Conditions and is supplemented in Section O1 25 00 of the General Requirements. 10. Subcontractors, Suppliers and Others 10.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 12-2011 (as amended), the City has goals for the participation of minority business and/or small business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The Bidder shall submit the MBE and SBE Utilization Form, Subcontractor/Supplier Utilization Fortn, Prime Contractor Waiver Form and/or Good Faith Effort Form with documentation and/or Joint Venture Form as appropriate. The Forms including documentation must be received by the City no later than 5:00 P.M. CST, five (5) City business days after the bid opening date. The Bidder shall obtain a receipt from the City as evidence the documentation was received. Failure to comply shall render the bid as non- responsive. 10.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor has reasonable objection. 11. Bid Form 11.1. The Bid Form is included with the Bidding Documents; additional copies may be obtained from the City. CITY OF FORT WORTH Texas Way Reconshuction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02188 Revised November 27, 2012 00 21 13 - 6 INSTRUCTIONS TO BIDDERS Page 6 of 8 11.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form signed in ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, written in ink in both words and numerals, for which the Bidder proposes to do the work contemplated or furnish materials required. All prices shall be written legibly. In case of discrepancy between price in written words and the price in written numerals, the price in written words shall govern. 11.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate offcer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 11.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authoriry to sign. The official address of the partnership shall be shown below the signature. 11.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 11.6. 11.7. 11.8. 11.9. Bids by individuals shall show the Bidder's name and official address. Bids by joint ventures shall be executed by each joint venturer in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. All names shall be typed or printed in ink below the signature. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 11.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 11.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance to State Law Non Resident Bidder. 12. Submission of Bids Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, addressed to City Manager of the City, and shall be enclosed in an opaque sealed envelope, marked with the City Project Number, Project title, the name and address of Bidder, and accompanied by the Bid securiry and other required documents. If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. CITY OF FORT WORTH Texas Way Reconstruction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02188 Revised November 27, 2012 00 21 13 - 7 INSTRUCTIONS TO BIDDERS Page 7 of 8 13. Modification and Withdrawal of Bids 13.1. Bids addressed to the City Manager and iiled with the Purchasing Ofiice cannot be withdrawn prior to the time set for bid opening. A request for withdrawal must be made in writing by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. After all Bids not requested for withdrawal are opened and publicly read aloud, the Bids for which a withdrawal request has been properly filed may, at the option of the City, be returned unopened. 13.2. Bidders may modify their Bid by electronic communication at any time prior to the time set for the closing of Bid receipt. 14. Opening of Bids Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. 15. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid security prior to that date. 16. Evaluation of Bids and Award of Contract 16.1. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial abiliry or fails to meet any other pertinent standard or criteria established by City. City also reserves the right to waive informalities not involving price, contract time or changes in the Work with the Successful Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 16.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation against Ciry, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has perfortned a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. CITY OF FORT WORTH Texas Way Reconstruction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS City Project No. 02188 Revised November 27, 2012 00 21 13 - 8 INSTRUCTIONS TO BIDDERS Page 8 of 8 16.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 16.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish tbe responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and fizrnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. 16.4. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. 16.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 16.6. Pursuant to Texas Governtnent Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. 16.7. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by the City. 16.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 17. Signing of Agreement When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement. Within 14 days thereafter Contractor shall sign and deliver the required number of counterparts of the Agreement to City with the required Bonds, Certificates of Insurance, and all other required documentation. City shall thereafter deliver one fully signed counterpart to Contractar. END OF SECTION CITY OF FORT WORTH Texas Way Reconstruction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS City Project No. 02188 Revised November 27, 2012 003513-1 CONFLIC,T OF INTERFST AFF[UAVIT Page 1 oF 1 SECTION 00 35 13 CONFLICT OF INTEREST AFFIDAVIT Each Uidder, 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 attaehed CIQ Fonn) and Local Government Officer Conflicts Disclosure Statement (the altached CIS Fozm) below pursuant to state law. 'I'his affidavit wiil 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 be downloaded from the website links provided below. http://www.etl�ics.state � us/forms/CIQ �df http://www.ethic;s.state tx.us/forms/CIS odf [� CIQ Form is on file with City Secretary � � � CIQ Form is being provided to the City Secretary CTS Form is on File with City Secretary CIS Form is being provided to the City Secretary BIDDER: iL CCnbtr'a.�C�:o`n � Llt. Com an BY' Lbhn�ncrK 1...corarcb P Y (Please Pri � Aex �a� Signature: Addzess KhomL 'TX '1 bo't"� Title: R�6 �de.h� City/State/Zip (Please Print) END Or SECTION CITY OF FORT WORTH '1'cxas Way Reconstruction at Meacham Airport STANDARD CONSTRUCI'ION SPEC[FICATION DOCUMENTS City Yrojcct No. 02188 I2evised March 27, 2012 00 41 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM T0: The City Manager c/o: The Purchasing Department 1000 Throcicmorton Street City of Fort Worth, Texas 76102 FOR; Texas Way Reconstruction at Meacham Airport City Project No.: 2188 Units/Sections: No Units: All One Unit 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 INVITA710N 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 estabiish Bid prices at artificiai 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 WORTfi STANDARD CONSTRUCTION SPEGIFICA710N DOCUMENTS Texas Way Reconstruciion at Meacham Airporl Form Revised 20120327 City Project No. 021F38 00 41 00 BID FORM Page 2 of 3 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. N/A 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 45 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. 7his Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional attime of bid) f. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary g. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification andJor modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling ail of the extended amounts. CITY OF FORT WORTH ST�NDARD CONSTFiUCTION SPECIFICATION DOCUMENTS 7exas Way Reconstruction at Meacham Airport , Form Revised 201?_0327 City Project No. 021F36 00 41 00 BID FOAM Page 3 of 3 7. Bid Submittal This _ Bid is submitted on October 16, 2014 Re ectfully submitted, BY. , _ (Signa ) Dominicl< Leonardo (Printed Name) by the entity named below. Receipt is acknowledged of the Initial following Addenda: Addendum No, 1: Addendum No. 2: Addendum No. 3: Addendum No. 4: Title: President Company: 2L Construction LLC � Address: PO Box 397 [ Rhome, TX 76078 State of Incorporation: Texas h Email: chipCc�2lconstruction.com Phone: 940-433-2670 END OF SECTION I� CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 Corporate Seal: Tex�s Way Reconstruction at Meacham Airport City Project No. 02108 � � 00 42 43 11IU 1'Ii0Y0SAL Vagc 1 oC 1 SECTION 00 42 43 PROPOSALFORM Bidder's ,Application U�� 1 P��`iL ��LJ Project Ilem Information Bidder's Proposal Bidlist llescripfion Specification Unit of Bid Item No. Seclion No. Measure Quantity Unit Price I3id Value 01 0241.1000 Remove Conc Pvmt 02 41 15 SY i 45 ... $30.00 $4,350.00 -- -- ---- -----_ ---------------------------- -- - --- ------- - - ------- ---- - --- ---___- - ----- 02 0241.1100 Remove As halt Pvmt 02 41 15 SY 545 _____ $15.00 __ __$8,175,00 ----- ------------ p - -- ------- ------ --- ---- _ _ -- - 03 0241.1300_ Remove_Conc Curb&Gutter 02 41 15 LF _ 140 ..._� _.�8 00 ., ____ $1,120,00 _ _ .,.___.---- ---_ _ _� _� _.�__.��.. �., _...�._ ��.. . _ 04 3110.0101 Site Clearing__ _ 31 10 00 LS _ ^__1 $13,500.00 ___ $13,500.00 --- �--- -- - --- --- - - - - — 05 3123.0101 Unclassified Excavation b Plan __ 31 23 16 CY 140 $35 _00_ ______ $4 900.00 -------- --- ---------------- Y - ---- -- _ ------ -- - - ----- --- 06 _ 3124.0101 Embankment by Plan______ 31 24 00 CY 15 $35;00 __ __ $525,00 --- --------- - -- - - -- -- - -- -- - _- - _u 07 3211 A112 _ 6" Flexible Base, Type A,GR 1 32 11 23 SY � 755 T„m,�__$15 00 _,$1,1,325.00 _ _._ � _. _r=. n_.�_ 08 3213.0102 7" Conc Pvmt 32 13 13 SY 695 __ $60.00 $41,700.00 - ----- --------------------- --- - --- ---- ---- ---- - __ 09 __ 3213.0506 Barrier Free_Ramp, Type P-1 __ 3213 20 EA __ 2_ __ 1,100.00 ______ $2,200.D0 - - - -- -- ---- - -- __ 10 _ 3213 0700 Joint Sealant 32 13 73 LF 800 3.00 $2,400.00 _ _-- --- --- -- ---� _. . _ � �- - -- --- - - - --- -- i 1 3214 O1D0 Unit Pavers 32 14 13 SY 39 120 00 __, $�680.00 _------- ._..�. _-__n...._,_. _. ..__ �_� __..._.__. � _.._.�.s__----- .---__. ... _.___.____ - --_ ._. _ _ __ 12 3217.0501 24' SLD Pvmt Marking HAE (W) __ _ 32_i 7 23 LF _ 15 ___ 120.00 ____ $1,800,00 ---- - ---- --- ---- - - - -- --- �- - -- ------ - - 13 3291,0100 Topsoil__ _ 32 91 19 CY 39 50.00 $1,950.00 ------- ----------- ----------_��---- --------- ------ -- ----------- ---------- 14 3292,0400 Seeding, Hydromulch _ _ _ _ _ __32 92 13 SY __ _ 3765 _ _ ___ _ 2.00 _______$7,530_00 � _ __ _.__ _� _� _ . _ - 15 mm 3305.0107 Manhole Adjustment Minor 33 05 14 EA 1 400.00 $400,00 . __ __ �__,r_�_,.�_..__,.._. ,� »w._ __,_ � . �r.,....... vv�.� . �.,� ._�.,_� _16 _ 3441.3501 Salvage Street Light Pole 34 41 20 �A _ 2 __ 600 00 _$1z200_00 — -------- --- - -- ------ ---- - -- - — -- - - - - 3441.4110 Remove and Reinstall Si n Panel and Post 17 g 34 41 30 EA 1 600.00 $600.00 ------- ------ ----------- - --------------------- - ---- -- ------- - -...- --- -- ._------- -- --------- 18 3471.0001 Traffic Controi 34 7i 13 MO 2 1,500.00 $3,000.00 ---- - --- -- - - - - - _-----._ _..._- _- __ _ . _ __._ _ _. . 19 347i.0002 Portable Message Sign �^ � TM34 71 13 _^ WK� � 6 ._1_,000 00 ____ .. $6,000.00 _.__� __........,__ �e_��.___. _�. _..,� ._.. 20 TxDOT 624 Ground Box (Ty A) _ TxDOT 624 _ EA _ 2 _500.00 __ $1 000.00 Bid Snmmaiy Base Bid TotalI3id $118,355.00 �ND Or S�CT'ION CI'CY OF FOR'C WORTH S'CANDARD CONST'ItUCI'ION SYL'CIFICAT[ON UOCUMENTS Fonn Revised 20120120 Texas Way IZeconstruclion at bieaclu+m Airport City Project No. 02188 00 43 13 BID BOND Page 1 of 1 SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: That we, (Bidder Name) Company Name Here hereinafter called the Principal, and (Surety Name) Surety Name Here a corporation or firm duly authorized to transact surety business in the State of Texas, hereinafter called the Surety, are held and firmly bound unto the City, hereinafter called the Obligee, in the sum of Spell Out Numbers Here and No/100 Dollars ($ Numerals Here .00), the payment of which sum will be well and truly made and the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firm by these presents. WHEREAS, the Principal has submitted a proposal to perform work for the following project of the Obligee, identified as Texas Way Reconstruction at Meacham Airport 0 NOW, THEREFORE, if the Obligee shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the Obligee in accordance with the terms of such proposal, then this bond shall be null and void. If the Principal fails to execute such Contract in accordance with the terms of such proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal, this bond shall become the property of the Obligee, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate Obligee for the difference between Principal's Total Bid Amount and the next selected Bidder's Total Bid Amount. SIGNED this day of By: Company Name Here , 2014. (Signature and Title of Principal) *By: Surety Name Here -_ t�..��.. n �� .-��,�-.a-..�: �..��.;:�.. �.a;;...s.�..,;,_.�_-�.-�,.:;,�1 (Signature of Attorney-of-Fact) "Attach Power of Attorney (Surety) for Attorney-in-Fact END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC[F[CATION DOCUMENTS Form Revised 20120120 Impressed Surety Seal Only Texas Way Reconstruction at Meacham Airport City Project No. 02188 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresidenYs principal place of business is located, The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. � BIDDER: 2L Construction LLC PO Box 397 Rhome, TX 76078 �ND O�' SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 By: Dominick Leonardo ( ' ture) Title: President Date: �O - I lo' 1 U Texas Way Reconstruction at Meacham Airport Ciry Project No. 02186 I � � 00452(-1 CONTRACTOR COMPLIANCE WI"1'H WORKER'S COMP�IVSATION LAW Page 1 of 1 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Te�as Labor Code Section 406.096(a), as amended, Contractor certifics that it provides worker's compensation insurance coverage for all o� its employees employed on City Project No. 02188. Contiactor further certifies that, pursuant lo Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontraclor's certificates of compliance with worlcer's compensation coverage, CONTRACTOR: 2V Consrtructioin L,�.c_ B j�� De�M:nicK ►_¢,urxt Company (Please Print . �o Box 3a� Signature: ��w Address RMOrw,. '-iSc 7 �db't � Title: t�re,s�c�t�t City/State/Zip (Please Print) THE STATE OF TEXAS COUNTY OP TARRANT BEFORE ME, the undersigned authority, on this day personally appeared �,,;.,;r�. �or�,�Q , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of 2� c,t�str..�ctso�, ►.�e, for the purposes and consideration therein expressed and in the capaczty therein stated. GIVEN UNDER MY HAND AND SEt�L, OF OFFICE this rz�� day of D tv►ber , ZU 1�. WHITNEY N FISHER * * NOTARYPUBLIC k�,y�,,,. N ��,,�,,,,,_ StataofTm�as Nota Public m and for the State of Texas Comm. Exp. 09/(W/2016 �' END OI+ SECTION CITY OF FORT WORTH 'I'exas Way Reconstruction at Meacham Airport STANDARD CONSTRUCTION 3PECIFICA"1'ION DOCUMENTS City Project No. 02183 Revised July 1, 20ll 00 45 40 - 1 MINORITY AND WOMEN BUSINESS ENTERPRISE GOAL Page 1 of 1 SECTION 00 45 40 MINORITY BUSINESS ENTERPRISE GOAL APPLICATION OF POLICY If the total dollar value of the contract is greater than $50,000, then the MBE subcontracting goal may be applicable. If the total dollar value of the contract is $50,000 or less, the 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 apply to this bid. MBE PROJECT GOAL The City's MBE goal on this project is 11 % of the total bid (Base bid applies to Parks and Community Services). Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts 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 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. Failure to comply with the City's M/WBE Ordinance, shall result in the Bid being considered non- responsive. Any questions, please contact the M/WBE Office at (817) 392-6104. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the fo times allocated, in order for the entire bid to be considered responsive to the speciiicatior. 1. Subcontractor Utilization Form, if goal is met or exceeded: 2. Good Faith Effort and Subcontractor Utilization Form, if participation is less than stated goal: 3. Good Faith Effort and Subcontractor Utilization Form, if no MBE participation: 4. Prime Contractor Waiver Form, if firm will perform all subcontracting/supplier work: 5. Joint Venture Form, if utilizing a joint venture to meet or exceed eoal. received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. received by 5:00 p.m., fve (5) City business days after the bid opening date, exclusive of the bid opening date. received by 5:00 p.m., five (5) City business days after the bid openin� date, exclusive of the bid opening date. END OF SECTION CITY OF FORT WORTH Texas Way Reconstruction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS City Project No. 02188 Revised December 20, 2012 00 52 43 - 1 Agreement Page 1 of 4 1 2 SECTION 00 52 43 AGREEMENT 3 � THIS AGREEMENT, authorized on _ is inade by and between the City of Fort 4 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, 5 I("City"), and 2L Consh•uction, LLC., autliorized to do business in Texas, acting by and thi•ough 6 its duly authorized representative, ("Contractor"). 7 City and Contractor, in consideration of the inutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1. WORK 10 11 12 13 14 15 16 17 18 19 20 Contractor shall coinplete all Work as specified or indicated in the Contract Docuinents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Texas Way Reconstruction at Meacham Air�ort Cit�� Project #: 02188 Article 3. CONTRACT TIME 3.1 Time is of the essence. All time limits for Milestones, if any, and Final Acceptance as stated in the Contract Documents are of the essence to this Contract. 21 3.2 Final Acceptance. 22 � The Work will be coinplete for Final Acceptance within 45 days after the date when the 23 Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 24 3.3 Liquidated damages 25 26 27 28 29 30 31 32 33 34 Contractor recognizes that time is of the essence of this Agreement and that City will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 12 of the General Conditions. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Worlc is not completed on time. Accordingly, instead of requiring any such proof , Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay City Si.x Hrrndred Fifty and 00/100 Dollars ($650.00) for each day that expires after the time specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICA'I'ION DOCUMGNTS Revised r1u�;usi "t?, _'012 Te.rns 4Vnv /Zeconshvctia� nt Alencltnn� Airport Cily Projec� #: 02188 005243-2 Agreement Page 2 of 4 35 Article 4. CONTRACT PRICE 36 City agrees to pay Contractor for performance of the Worlc in accordance with the Contract 37 I Documents an amount in current funds of One Hundred Twenty Thousand Seven Hundred Fift� 38 Five and 00/100... ....Dollars ($120,755.00). 39 Article 5. CONTRACT DOCUMENTS 40 5.1 CONTENTS: 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 A. The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non-Resident Bidder 3) Prequalification Statement 4) State and Federal documents (project specific) b. Current Prevailing Wage Rate Table c. Insurance ACORD Form(s) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Affidavit i. MBE and/or SBE Commitment Form 3. General Conditions. 4. Suppleznentary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. C11'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS Revised Au 7us�, .t�l? ?012 'le.eas Wav /lecoitsh•uctron at d2encl�am Aii�ort Ciq� Project #: 02188 005243-3 Agreement P�ge 3 of 4 74 Article 6. INDEMNIFICATION 75 76 77 78 79 80 81 82 83 84 85 86 87 88 89 90 91 92 93 94 95 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the worlc and services to be performed by the contractor, its of�cers, agents, employees, subcontractors, licenses or invitees under this contract. This indemni�cation nrovision is snecificallv intended to operate and be effective even if it is alle�ed or proven that all or some of the damaEes being sou�ht were causecl, in whole or in nart bv anv act omission or ne�li�ence of the city. This indemnity provision is intencied to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the city, arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its of�cers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification provision is snecificallv intended to ouerate and be effective even if it is alle�ed or proven that all or some of the dama�es bein� sou�ht were caused in whole or in part bv anv act, omission or ne�li�ence of the citv. Article 7. MISCELLAN�OUS 96 7.1 Terms. 97 Terms used in this Agreement which are defined in Article 1 of the General Conciitions will 98 have the meanings indicated in the General Conditions. 99 7.2 Assignment of Contract. 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. 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 tl�e 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 tlle State of 113 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 114 Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH Te.ras 4Vnv /iecoi�rh•«ction nt A1end�mn flirport STANDARD CONSTRUCI'ION SYECIFICATION DOCUMENTS City Yroject #: 02188 Revised :1ut�us[ ii, ?012 005243-4 Agreemen[ 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 saine 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 rnultiple 124 counterparts. 125 126 This Agreement is effective as of the last date signed by the Parties (`Bffective Date"). 127 Contractor: City of Fort Worth ZL C.or�Struction , u,[_ �� By: � � Fer�acrndo Costa B � Assistant City Manager (Signat e Date /.¢ _ . 1� '. n (1 � Dom;h;c►� �.eonarclo Attest:��w1.���1r�. (Printed Name) ss4-.-�'o City Secretary � (Seal) Title: ���;,�,�+- �I 128 129 130 131 132 133 134 135 136 137 ��� �p,� o (� o�°`��� � s ��� Address: . ° F� p� ?A� � A � , � � M&C L'- 2 �//L.. � $o � Q��,� Date: /Z-y-i�/ �o�cOOoac�c�jO��� ���.� City/State/Zip: �ha,n« ,-rx � bm$ Approved as to Form and Legality: /�� - Date Deagl�as-V�-�1 C�,��., r�j�;.,�� �-� Assistant City Attorney APPROVAL RECOMMENDED: il Wel.stec��l I ECTOR, Fort j�Vort1�. Avi�a.tio�i Systef�as .1AlUN �t11'1'�/ Acting on behsitf of WiUiam Wel�bwtd � CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Au�ust �t7. 3072 Te.rns YVny /ieconstructro�� nt Mencl�no� Ai�norl Ci[y Project #: 02188 � 00 61 13 - 1 PERFORMANCE BOND Page 1 of 2 Bond No. PB-02253100322 1 2 3 4 5 6 SECTION 00 61 13 PERFORMANCE BOND � THE STATE OF TEXAS § § K1VOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, 2L Construction LLC. lcnown as "Principal" herein and 8 Philadelphia lndemnity Insurance Company , a corporate surety(sureties, if more than 9 one) duly authorized to do business in the State of Texas, lalown as "Surety" herein (whether one 10 or more), are held and firmly bound unto the City of Fort Woi�th, a municipal corporation created 11 pursuant to the laws of Texas, laiown as "City" hei•ein, in the penal sum of, One Hundred Twentv 12 Thousand Seven Hundred Fiftv-Five and 00/100........... Dollars ($120,755.00), lawfiil money of 13 the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum 14 well and truly to be made, we bind ourselves, olu heirs, executors, administrators, successois and 15 assigns, jointly and severally, firmly by these presents. 16 WHEREAS, the Principal has entered into a cei-tain written contract with the City 17 awai•ded the day of , 20 , which Contract is hereby refei•red to and 18 made a part hereof for all purposes as if fully set for-th herein, to furnish all materials, equipinent 19 labor and other accessories defined by law, in the prosecution of the Worlc, including any Change 20 Ordeis, as provided for in said Contract designated as TeYas Wav Reconstruction at Meacl�am 21 Air ort Citv Proiect #: 02188. 22 NOW, TH�REFOR�, the condition of this obligation is such that if the said Principal 23 shall faithfully perform it obligations under the Contract and shall in all respects duly and 24 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 25 specifications, and contract documents thereiu referred to, and as well ducing any period of 26 eYtension of the Contract that may be granted on the part of the City, tllen this obligatiou shall be 27 and become null aud void, otherwise to remain in full force and effect. 28 29 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas oi• the United States Disti•ict Court for the Northern Disti•ict of Texas, Foi�t 30 Wot•th Division. Te.r��s Gf'ay Reconslruction nt hlencl�am Ai�por! Projecl #: 02188 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMEN'I'S Revised July l, 2011 0061 (3-2 PERFORMANCE BOND Page 2 of 2 � R � � 9 � I� 1 This bond is made and executed in compliance with the pt�ovisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statue. 4 IN WITN�SS WHEREOF, the Principal and the Surety l�ave SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the day of 6 , 20 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 PRINCIPAL: 2L Construction, LLC BY: Signature ATTEST: w.a�.,, N a :.��.._. (Principal) Secretary Dominick Leonardo. President Name and Title Address: P.o. Box 3s7 Rhome, TX 76078 W ' c�t -.�a-�-- Witness as to rincipal Witness as to Surety SURETY: Philadelphia lndemnity Insurance Company BY: C��,�m�.� Signature Charles K. Miller, Attorney-In-Fact Name and Title Address: One Bala Plaza, Suite 100 Bala Cynwyd, PA 19004 Telephone Number: (877)438-7459 ___ *Note: If signed by an officei• of the Surety Company, thei•e must be on file a certitied extract from the by-laws showing that tl�is peison has authority to sign such obligation. If Surety's physical address is different fi•om its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS Revised July 1, 20l 1 Texas FVn�� Reconslrrrction �u d/encH�m� �li���or! Pi�oject i!: 02/88 I � 00 6l l4 - l PAYIvIENT BOND Page 1 of 2 d �� � � q Y 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 SECTION 00 61 14 PAYMENT BOND Bond No. PB-02253100322 THE STATE OF TEXAS § § K1VOW ALL BY THESE PRES�NTS: COUNTY OF TARRANT § That we, 2L Construction LLC., known as "Principal" herein, and Philadelphia lndemnity Insurance Company , a COI'p01'ate Sul'ety (sureties), duly authorized to do business in the State of Texas, lcnown as "Surety" herein (whether one or more), ar�e held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Teaas, laiown as "City" herein, iu the penal sum of One Hundi•ed Twentv Thousand Seven Hu�ldred Fiftv-Five and 00/100 Dollai•s ($120,755.00), lawful money of the United States, to be paid in Foi-t Worth, Tarcant County, Texas, for the payment of which sum well and truly be made, we bind oui•selves, oui• heirs, executors, administrators, successois and assigns, jointly and severally, firmly by these presents: 16 WHEREAS, Principal lias entered into a certain written Contract with City, awarded tlie 17 day of , 20 , which Contcact is hereby referred to and 18 made a part hei•eof for all pui•poses as if fi�lly set forth herein, to fiirnish all materials, ec�uipment, 19 labor and other accessories as defined by law, in the prosecution of the Work as provided for in 20 said Contract and designated as Te�as Wav Reconsti•uction at Meacham Airpoi•t, Citv Pi•oject #: 21 02188. 22 NOW, TH�It�FORE, THE CONDITION OF THIS OBLIGATION is such that if 23 Principal shall pay all monies owing to any (and all) payment bond beneficiaiy (as defiiled in 24 Chapter 2253 of the Teaas Government Code, as amended) in the pcosecution of the Work tmder 25 the Contract, then this obligation shall be and becoine null and void; otherwise to remain in full 26 force and effect. 27 This bond is made and executed in compliance with t11e pi•ovisions of Chapter 2253 of tl�e 28 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 29 accordance with the provisions of said statute. 30 �L, � �, CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS Revised Juty 1, 20l 1 7esns lf'ay 2econs0•trction rr! hlenchnnr Aiipw•! City Projecl t#: 02/88 00 6l 14 - 2 PAYMENT BOND Page 2 of 2 W � i ATTEST: N (Principal) S cretary W N Witness as to rincipal SURETY: Philadelphia lndemnity Insurance Company 1 IN WITNESS WHEREOF, the Principal and Surety liave each SIGNED and SEALED 2 this instrument by duly authorized agents and officei•s on this the day of 3 , 20 4 5 6 7 8 9 10 I1 � 12 I� ATTEST: (Surety) Secretai•y ��ti-- {� Witness as to Siu�ety PRINCIPAL: 2L Construction, LLC \� BY: Signatui•e Dominick Leonardo, President Name and Title Address: P.o. Box 39� Rhome, TX 76078 BY:1;�)� !. �;1�1�.0 � ; Signature Charles K. Miller, Attorney-In-Fact Name and Title AdC�t'ess: One Bala Plaza, Suite 100 Bala Cvnwyd, PA 19004 Telephone Numbei•: �s��)asaaa5s _ Note: If signed by an officer of the Sui•ety, there must be on file a certified exti•act :rom tlle bylaws showing that this person has authority to sign such obligation. If Surety's physical address is diffei•ent fi•om its inailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS Revised July l, 201 l Te�-as IVay Reconstr•trctron �d d9eaclinm Airporl Cit�� Pr�qjec� #: 02188 � 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 00 61 19 - 1 MAINTENANCE BOND Page 1 of 3 Bond No. PB-02253100322 S�CTION 00 61 19 MAINTENANCE BOND TH� STATE OF T�XAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARIZANT § That we 2L Construction LLC ,1<nown as "Principal" l�erein and Philadelphia lndemnity Insurance Company , a corporate surety (sureties, If Inoi'e thatl one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, lalown as "City" herein, in the sum of One Htmdred Twentv Thousand Seven Hundred Fiftv-Five and 00/100............Dollais ($120,755.00), lawfi�l money of the United States, to be paid in Fo►-t Woi-th, Tarrant Cou�lty, Texas, for payment of wl�ich sum well and truly be made unto tl�e City and its successoi•s, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severaily, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the City awarded the day of ' , 20 , which Contt•act is hereby referred to and a made pai�t hereof for all purposes as if fi�liy set foi�th herein, to furnish all materials, equipment labor and other accessoi•ies as defined by law, in the prosecution of the Work, including any Work resulting from a duly authorized Change Order (collectively herein, the "Worlc") as provided for in said contt�act and desig�lated as Te�as Wav Reconsh�uction at Meacharn Airport, Citv Pcoject #: 02188; and WHEREAS, Principal binds itself to use such materials and to so construct the Woi•Ic in accordance with the plans, specifications and Contract Documents that the Worlc is and will remain fi•ee fi�om defects in materials or woi•lananship foc and during the period of two (2) years aftei• the date of Final Acceptance of the Worlc by the City ("Maintenance Period"); and WHEREAS, Principal binds itself to cepair or reconstruct the Worl< in whole or in part upoil ceceivitig notice fi•om the City of the need therefore at any time within the Maintenance Period. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICA'I'ION DOCUMENTS Revised July l, 2011 7exns IVny Reconsh���clron nt hleaclranr Air��o�7 Cit�� Projecl #!: 02188 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 00 61 19 - 2 MA]NTENANCE BOND Page 2 of 3 NOW THEREFORE, the condition of this obligation is such that if Principal sliall remedy any defective Work, for which timely notice was provided by City, to a completion satisfacto�y to the City, then this obligation shall become null aud void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstcuct any timely noticed defective Worlc, it is agreed that the City may cause any and all such defective Wocic to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance bond; and PROVIDED FURTHER, that if airy legal actiou be filed on this Bond, venue shall lie in Tarrant Coilnty, Texas or the United States Dish•ict Court for the Noi�thern District of Texas, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY OF FOR'C WOR'I'H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Terns Yt'ny Reconsh�i�clion at �Lleacllnm Ai�y�ort City Project !t: 02/88 0061 19-3 MAINTENANCE BOND Page 3 oY 3 IN WITNESS WHEIt�OF, the Principal and the Surety have each SIGNED and SEALED this � 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 instrument by duly authoi•ized agents and officers on this the day of , 20 PRINCIPAL: 2L Construction LLC BY: Signature ATTEST: N (Principal) Seci taty Dominick Leonardo. President Name and Title Address: P.O. Box 397 Rhome TX 76078 _ r�s Witness as to rincipal ATTEST: (Surety) Se �etai•y < Witness as to Surety SURETY: Philadelphia lndemnity Insurance Company BY: C�,. �,�/IZc.C�, Signature Charles K. Miller, Attorney-In-Fact Name and Title Address: One Bala Plaza, Suite 100 Bala Cynwyd, PA 1900�i• Telephone Number: (877)438-7459 ___ *Note: If signed by an officei• of tlie Surety Company, thei•e must be on file a certified extract fi•om the by-laws showing that this pei•son has autho►•ity to sign such obligation. If Surety's physical address is different fi�om its mailing address, both must be provided. The date of the bond shall not be prior to the date the Conti•act is awai•ded. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENI'S Revised July 1, 2011 Texcts F(�ny Reconsh•trction at d�Ietroham Ai���oi•1 Cily Projec� #!: 02l88 1540 PHILAD�LPHIA IND�MNITY INSURANC� COMPANP One Bala Plaza, Suite ]00 Bala Cynwyd, PA 19004 Power of Attorney KNOW ALL PERSONS BY THESE PRESENTS: that PHILAD�LPHIA IND�MNITP 1NSURANC� COD�IPANY (the Company), a corporation organized and existing under the laws of the Commomvealth of Pennsylvania, does hereby constitute and appoint: Steve Rickenbacher, Sherrel Brcazeale, Clint Norris, David C. Oxford, Steven Lott, Sl�eri Renee Allen, Tommy Brct Tomlinson, Steven J. Zineckcr, Jessica Luna Montgomery, Ch�rlcs K. Milier, Shxnnon Lewis, Peggy Gradel Hogan of Southwest Assurance Group, Inc. Its true and lawful Attorney(s) in fact with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business and to bind the Company thereby, in an amount not to exceed $25.000,000 This Power of Attomey is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PHILADELPHIA INDEMNITY INSURANCE COMPANY at a meeting duly called the I" day of July, 2011. R�SOLV�D: That the Board of Directors hereby authorizes the President or any Vice President of the Company to: (1) Appoint Attorney(s) in Fact and authorize the Attorney(s) in Fact to execute on behalf of the Company bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and to attach the seal of the Company thereto; and (2) to remove, at any time, any such Attorney-in-Fact and revoke the authority given. And, be it FURTH�R RESOLVGD: That the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or certificate relating thereto by facsimile, and any such Power of Attorney so executed and certified by facsimile signatures and facsimile seal shall be valid and biding upon the Company in the future �vith the respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF, PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND ITS CORPORATE SEALTO BE AFFIXED BY ITS AUTHORIZED OFFICE THIS 77" DAY OF FEBRUARY 2013. `,��,I�x11 t y��` � �,.lv�� `,i r : t �������-� ��% �C�M1� ,!� ' 1`:i �j� /�F' ...� •h , ,�•�• n k �ti�',• (Seal) ''•�,,,,.�,�,,,�.,�.. ��� Robert D. O'Leary Jr., President & CEO Philadelphia lndemnity Insurance Company On this 7`� day of February 2013, before me came the individual who executed the preceding instrument, to me personal(y known, and being by me duly sworn said that he is the therein described and authorized officer of the PHILAD�LPHIA IND�MNIT1' INSURANCE COMPANP; that the seal a�xed to said instrument is the Corporate seal of said Company; that the said Corporate Seal and his signature were duly affixed. CoMM�1WEALTN OPPENNSYL�IAHIR NOTARIAL`SEAt ` DAN{ELLE PORATN, Natary Aubtic lowetMeria�T .,Monfgomery Coun Mt Comrr�ssion ires Mazch 22, 201 Notary Public: residing at: (Notary Seal) My commission expires: �1}� L�.C� ���____. Bala Cynwvd. PA March 22 2016 I, Craig P. Keller, Executive Vice President, Chief Financial Officer and Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY, do herby certify that the foregoing resolution of the Board of Directors and this Power of Attorney issued pursuant thereto are true and correct and are still in full force and effect. I do further certify that Robert D. O'Leary Jr., who executed the Power of Attorney as President, was on the date of execution of the attached Power of Attorney the duly elected President of PHILADELPHIA INDEMNITY INSURANCE COMPANY, In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 1 � tll day of Novemb er 20 14 . ,` �;, �rlc ,, �.0 : '`; l �27� �`: :�; ;,. r. .,.. rr;= .p Craig P. Keller, Executive Vice President, Chief Financial Officer & Secretary PHILAD�LPHIA INDED'INITY INSURANCE C0;.IPANY IMPORTANT NOTICE To obtain information or make a complaint: You may call the Surefy's toll free telephone number for information or to make a complaint at: 9 -877-438-7459 You may also write Philadelphia lndemnity lnsurance Company at: One Bala Plaza, Suite 100 Bala Cynwyd, PA 19004 Attention: Senior Vice Fresident and Director of Surety You may contact the Texas Department of Insurance to obtain information on companies,��.coverage; rights or complaints at: 1 �00�252-3439. You may wriiethe Texas Department of insurance at: F.O, Sox � 49104 Austin, TX 78794-9104 Fax# 5'( 2-475-1771 Web: http://www.tdi.stata.tx,us Email: CansumerProtectionC7tdi.state,tx.us PREMIUM UR CLAIM DISPUTES; Should you have a dispute concerning your premium or,about a claim, you should eoniact the.Sur�ty fiirst. If the dispute is not re:soived, you may coritact the Texas Department of`Insurance. ATTACH THIS NOTICE TO YOUR PO.LICY: This notice is for information only and does not become a part or cor�dition of the attached document. ADV1S0 IMPORTANTE Para obener informacion o para someter una queja: Usted puede Ilamar al numero de telefono,gratis de para informacion o para 5ometer una queja al: 1-877-438-7459 Usted fanbien puede escribir a Philadelphia Indemnity Insurancs Company at: One 8ala Plaza, Suite 100 Bala Cynwyd, PA 19004 Attention: Senior Vice President and Director of Surety Puede comunicarse con el Departamento de Seguros de Texas para obtener information acerca de companias, coberturas, derechos o quejas al: 1=800-252=3439 I'uede escribir al Departmento de Seguros de Texas: P.O. Box 149104 Austin, TX 78714-9�04 Fax# �12-475-1771 Web: http://www.tdi.s#a#e.tx:us Ernail: ConsumerProtection(�a,tdi.siate.tx.us DISPUTAS SOBRE PR(MAS O RECLAMOS: Si tiene una disputa concernient� a su prima o a un reclamo, debe comuniearse con el Surety primero. Si no se resuelve la disputa, puede entonces comunicarrse con el departamento (TDI), UNA EST� AVISO A SU POLIZA: Este aviso es so)a para proposito de informacion y no se convierte en parte o cond:icion del documento adjunto. STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT C1TY OF FORT WORTH STANDARU CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1— Definitions and Terminology ..........................................................................................................1 1.01 Defined Terms ............................................................................................................................... l 1.02 Terminology ..................................................................................................................................6 Article2— Preliminary Matters ......................................................................................................................... 7 2.01 Copies of Documents .................................................................................................................... 7 2.02 Commencement of Contract Time; Notice to Proceed ................................................................ 7 2.03 Starting the Work .......................................................................................................................... 8 2.04 Before Starting Construction ........................................................................................................ 8 2.05 Preconstruction Conference .......................................................................................................... 8 2.06 Public Meeting .............................................................................................................................. 8 2.07 Initial Acceptance of Schedules .................................................................................................... 8 Article 3— Contract Documents: Intent, Amending, Reuse ............................................................................ 8 3 . O 1 Intent . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8 3.02 Reference Standards ......................................................................................................................9 3.03 Reporting and Resolving Discrepancies ....................................................................................... 9 3.04 Amending and Supplementing Contract Documents .................................................................10 3.05 Reuse of Documents ...................................................................................................................10 3.06 Electronic Data .....................................................................................................:......................11 Article 4— Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points ........................................................................................................... l l 4.01 Availability of Lands ..................................................................................................................11 4.02 Subsurface and Physical Conditions ..........................................................................................12 4.03 Differing Subsurface or Physical Conditions .............................................................................12 4.04 Underground Facilities ...............................................................................................................13 4.05 Reference Points .........................................................................................................................14 4.06 Hazardous Environmental Condition at Site ..............................................................................14 Article 5— Bonds and Insurance .....................................................................................................................16 5.01 Licensed Sureties and Insurers ...................................................................................................16 5.02 Performance, Payment, and Maintenance Bonds .......................................................................16 5.03 Certificates of Insurance .............................................................................................................16 5.04 Contractor's Insurance ................................................................................................................18 5.05 Acceptance of Bonds and Insurance; Option to Replace ...........................................................19 Article 6 — Contractor's Responsibilities ........................................................................................................19 6.01 Supervision and Superintendence ...............................................................................................19 CTI'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Lkcember2l, 2012 6.02 6.03 6.04 6.05 6.06 6.07 6.08 6.09 6.10 6.11 6.12 6.13 6.14 6.15 6.16 6.17 6.18 6.19 6.20 6.21 6.22 6.23 6.24 Labor; Working Hours ................................................................................................................ 20 Services, Materials, and Equipment ........................................................................................... 20 ProjectSchedule ..........................................................................................................................21 Substitutesand "Or-Equals" ....................................................................................................... 21 Concerning Subcontractors, Suppliers, and Others .................................................................... 24 WageRates ..................................................................................................................................25 PatentFees and Royalties ........................................................................................................... 26 Permitsand Utilities ....................................................................................................................27 Lawsand Regulations ................................................................................................................. 27 Taxes........................................................................................................................................... 28 Useof Site and Other Areas ....................................................................................................... 28 RecordDocuments ......................................................................................................................29 Safetyand Protection .................................................................................................................. 29 SafetyRepresentative .................................................................................................................. 30 Hazard Communication Programs ............................................................................................. 30 Emergencies and/or Rectification ............................................................................................... 30 Submittals.................................................................................................................................... 31 Continuingthe Work ................................................................................................................... 32 Contractor's General Warranty and Guarantee ..........................................................................32 Indemnification......................................................................................................................... 33 Delegation of Professional Design Services .............................................................................. 34 Rightto Audit .............................................................................................................................. 34 Nondiscrimination....................................................................................................................... 35 Article7- Other Work at the Site ................................................................................................................... 35 7.01 Related Work at Site ................................................................................................................... 35 7.02 Coordination ................................................................................................................................36 Article 8- City's Responsibilities ................................................................................................................... 36 8.01 Communications to Contractor ................................................................................................... 36 8.02 Furnish Data ................................................................................................................................ 36 8.03 Pay When Due ............................................................................................................................ 36 8.04 Lands and Easements; Reports and Tests ...................................................................................36 8.05 Change Orders .............................................................................................................................36 8.06 Inspections, Tests, and Approvals .............................................................................................. 36 8.07 Limitations on City's Responsibilities ....................................................................................... 37 8.08 Undisclosed Hazardous Environmental Condition ....................................................................37 8.09 Compliance with Safety Program ............................................................................................... 37 Article 9- Ciry's Observation Status During Construction ........................................................................... 37 9.01 City's Project Representative ..................................................................................................... 37 9.02 Visits to Site ................................................................................................................................ 37 9.03 Authorized Variations in Work .................................................................................................. 38 9.04 Rejecting Defective Work .......................................................................................................... 38 9.05 Determinations for Work Performed ..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work ..................... 38 CI'I'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Decenil�er21, 2012 Article 10 - Changes in the Work; Claims; Extra Work ................................................................................ 38 10.01 Authorized Changes in the Work ............................................................................................... 38 10.02 Unauthorized Changes in the Work ...........................................................................................39 10.03 Execution of Change Orders ....................................................................................................... 39 10.04 Extra Work ..................................................................................................................................39 10.05 Notification to Surety .................................................................................................................. 39 10.06 Contract Claims Process ............................................................................................................. 40 Article 11 - Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement ......................41 11.01 Cost of the Work ......................................................................................................................... 41 11.02 Allowances .................................................................................................................................. 43 11.03 Unit Price Work .......................................................................................................................... 44 11.04 Plans Quantity Measurement ......................................................................................................45 Article 12 - Change of Contract Price; Change of Contract Time .................................................................46 12.01 Change of Contract Price ............................................................................................................ 46 12.02 Change of Contract Time ............................................................................................................47 12.03 Delays .......................................................................................................................................... 47 Article 13 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 48 13.01 Notice of Defects ........................................................................................................................ 48 13.02 Access to Work ........................................................................................................................... 48 13.03 Tests and Inspections .................................................................................................................. 48 13.04 Uncovering Work ........................................................................................................................49 13.05 City May Stop the Work .............................................................................................................49 13.06 Correction or Removal of Defective Work ................................................................................ 50 13.07 Correction Period ........................................................................................................................ 50 13.08 Acceptance of Defective Work ................................................................................................... 51 13.09 City May Correct Defective Work ............................................................................................. 51 Article 14 - Payments to Contractor and Completion .................................................................................... 52 14.01 Schedule of Values ...................................................................................................................... 52 14.02 Progress Payrnents ...................................................................................................................... 52 14.03 Contractor's Warranty of Title ................................................................................................... 54 14.04 Partial Utilization ........................................................................................................................ 55 14.05 Final Inspection ...........................................................................................................................55 14.06 Finai Acceptance ......................................................................................................................... 55 14.07 Final Payment .............................................................................................................................. 56 14.08 Final Completion Delayed and Partial Retainage Release ........................................................ 56 14.09 Waiver of Claims ........................................................................................................................ 57 Article 15 - Suspension of Work and Termination ........................................................................................ 57 15.01 City May Suspend Work ............................................................................................................. 57 15.02 City May Terminate for Cause ................................................................................................... 58 15.03 City May Ternunate For Convenience ....................................................................................... 60 Article 16 - Dispute Resolution ...................................................................................................................... 61 16.01 Methods and Procedures ............................................................................................................. 61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 Article17 — Miscellaneous .............................................................................................................................. 62 17.01 Giving Notice .............................................................................................................................. 62 17.02 Computation of Times ................................................................................................................ 62 17.03 Cumulative Remedies ................................................................................................................. 62 17.04 Survival of Obligations ............................................................................................................... 63 17.05 Headings ......................................................................................................................................63 CI'I'I' OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �z oo - i General Conditions Page 1 of 63 ARTICLE 1— DEFINITION5 AND TERNIINOLOGY lAl Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shail have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement—The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment—The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award — Authorization by the City Council for the City to enter into an Agreement. 6. Bid—The ofFer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder—The individual or entity who submits a Bid directly to City. 8. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requrrements—The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Buzzsaw — City's on-line, electronic document management and collaboration system. 12. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. CIT'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �z oo - i General Conditions Page 2 of 63 13. Change Order—A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. City— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perfortn specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the Ciry Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 15. City Attorney — The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 16. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 17. City Manager — The ofFcially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 18. Contract Claim—A demand or assertion by City or Contractor seeking an adjushnent of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third pariy is not a Contract Claim. 19. Contract—The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements, whether written or oral. 20. Contract Documents—Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 21. Contract Price—The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the , provisions of Paragraph 11.03 in the case of Unit Price Work). 22. Contract Time—The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance. 23. Contractor—The individual or entity with whom City has entered into the Agreement. 24. Cost of the Work—See Paragraph 11.01 of these General Conditions for definition. C1TY OF FORT WORTH STANDARD CONS'IRUCTION SPECIFCATION DOCUMENTS Revision: Uacember2l, 2012 00 �z oo - i General Conditions Page 3 of 63 25. Damage Claims — A demand for money or services arising from the Project or Site from a third pariy, City or Contractor exclusive of a Contract Claim. 26. Day or day — A day, unless otherwise defined, shall mean a Calendar Day. 2'7. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Planning and Development — The o�cially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Director of Water Department — The officially appointed Director of the Water Departrnent of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 32. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 33. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34. Engzneer—The licensed professional engineer or engineering firm registered in the State of Texas perfortning professional services for the City. 35. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 36. Field Order — A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 37. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CTI'I' OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dacember2l, 2012 oonoo-1 General Conditions Page 4 of 63 38. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 39. General Requirements—Sections of Division 1 of the Contract Documents. 40. Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or properiy exposed thereto. 41. Hazardous Waste—Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 42. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 43. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 44. Major Item — An Item of work included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or $25,000 whichever is less. 45. Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46. Notice of Award—The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 47. Notice to Proceed—A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48. PCBs—Polychlorinated biphenyls. 49. Petroleum—Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 50. Plans — See definition of Drawings. CiTY OF FORT WORTH STANDARD CONSIRUCTION SPECIFCATION DOCtJMENTS Revision: DecemUer21, 2012 00 �z oo - i General Conditions Page 5 of 63 51. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 52. Project—The Work to be performed under the Contract Documents. 53. Project Representative—The authorized representative of the City who will be assigned to the Site. 54. Public Meeting — An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 55. Radioactive Material—Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 56. Regular Working Hours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 57. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 58. Schedule of 5ubmzttals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 59. 5chedule of Values—A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 60. Site—Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 61. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 62. Subcontractor An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CiTY OF FORT WORTH STANDARU CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dacember2l, 2012 00 �z oo - i General Conditions Page 6 of 63 63. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Successful Bidder—The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions—That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements "' containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or trafFc or other control systems. 69. Unit Price Work—See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours — Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of perfornung or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Coniract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: CTI'1' OF FORT WORTH STANUARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 oo�zoo-1 General Conditions Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or deternunation will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: l. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 — PRELIlVIINARY 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 a$er the Effective Date of the Agreement. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �z oo -1 General Conditions Page 8 of 63 2.03 Starting the Work Contractar 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 Const�uction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstrzcction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payrnent shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3— CONTRACT DOCUIVIENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereo fl to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or �rade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, fortnat and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in confortnity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Decenil�er21, 2012 00 �z oo - i General Conditions Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or " by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Con�ract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directars, 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 Drscrepancies A. Reporting Discrepancies: 1. Contracior's Review of Contract Documents Before Starting Worli: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation ,(b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Lkcember2l, 2012 00 �z oo - i General Conditions Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: l. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorparated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Wark not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (ar copies of any thereo� prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH STANDARD CONS'IRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �z oo - i General Conditions Page 11 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of soflware application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4— AVAII,ABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HA7AunOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availabzlity of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City wili obtain in a timely manner and pay for easements for pertnanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. C11'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCi1MENTS Revision: Dacember2l, 2012 00 �z oo - i General Conditions Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawzngs: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Lzmited Reliance by Contractor on Technical Data Authorized.• Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: l. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CiTY OF FORT WORTH STANDAItD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Decembex2l, 2012 00 �z oo - t General Conditions Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if 1. Con�ractor knew of the existence of such conditions at the time Contractor made a final commitrnent to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated.• The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated.• 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 72 00 - I General Conditions Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and deternune the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufFicient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Con�ractor. 4.06 Hazardous Environmental Condztion at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technzcal Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Tkczmber2l, 2012 00 �z oo - i General Conditions Page IS of63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limzted to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANUARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dececnber2l, 2012 00 �z oo - i General Conditions Page 16 of 63 ARTICLE 5— BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payrnent of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Departrnent of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractar shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as "Additional Insured" on all liability policies. CTI'1' OF FORT WORTH STANDARU CONSTRUCTION SPECIFCATION DOCUMEN'I'S Revision: DacemUer21, 2012 oo�zoo-i General Conditions Page 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Cont�act 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 CTI'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �z oo - i General Conditions Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 11. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first-dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or properiy damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services OfFice (ISO) policy. This insurance shall apply as primary insurance with respect to any other C11'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dar.ember2l, 2012 ao �z oo - i General Conditions Page 19 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance ofBonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the Ciry such additional infortnation 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 skilis and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shali be solely responsible for the means, methods, techniques, sequences, and procedures of construction. CTI'Y OF FORT WORTH 5TANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Lk�cember2l, 2012 00 �z oo - i General Conditions Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days priar 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractar required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CPI'Y OF FORT WORTH STANDARD CONS'IRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �z oo -1 General Conditions Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payrnent for the duration of the Cont�act in accordance with the schedule specification O1 32 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or-Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or-equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or-Equal " Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and su�ciently similar so that no change in related Work will be required, it may be considered by City as an "or-equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.OS.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named ii a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CiTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: DecemUer21, 2012 oo�zoo-1 General Conditions Page 22 of 63 2) it will reliably perfortn 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.OS.A.1, it may be submitted as a proposed substitute item. b. Contractar shall submit sufficient information as provided below to allow City to deternune if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of materiai or equipment that Con�ractor seeks to furnish or use. The application shall comply with Section O1 25 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CTI'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: De�zmber2l, 2012 oo�zoo-1 General Conditions Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will resuit directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Cont�actor shall submit sufFcient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.OS.A.2. C. City s Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.OS.A and 6.OS.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. 5pecial C'ruarantee: 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 indemn� 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.OS.A.2 and 6.OS.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the 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. CI'I'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: DecemUer21, 2012 00 72 00 - I General Conditions Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Con�ractor 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. Busrness Diversity Enterprise Ordinance Compliance: It is City policy to ensure the full and equitable participation by Minority and Small Business Enterprises (MBE)(SBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE and/or SBE goal, Con�ractor is required to comply with the intent of the City's Business Diversity Ordinance (as amended) by the following: l. Con�ractor shall, upon request by the City, provide complete and accurate information regarding actual work performed by a MBE and/or SBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE and/or SBE. Material misrepresentation of any nature may be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CI'I'I' OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Decemlx.r21, 2012 00 �z oo - i General Conditions Page 25 of 63 l. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payrnent of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier wiil be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Con�ract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial deternunation. 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 fuil 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 payrnents pending a final deternunation of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �z oo - i General Conditions Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the l lth day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. 5ubcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the perfortnance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrighis incident to the use in the performance of the Work or resulting from C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �z oo - i General Conditions Page 27 of 63 the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction pernuts and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for pernuts provided by the City as specified in 6.09.B. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all pernuts and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Cont�actor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired pernut. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Pernuts 3. Texas Commission on Environmental Quality Pernuts 4. Railroad Company Pertnits C. Outstanding permzts 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 pertnits 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 CTl'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: L)ecemUer21, 2012 00 �z oo - i General Conditions Page 28 of 63 Icourt or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and � Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of ' Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Sta.tion Austin, TX 7871 l; or 2. http://www.window.state.t�c.us/taxinfo/taxforms/93-forms.html 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. l. CTI'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 oo�zoo-i General Conditions Page 29 of 63 Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City, from and against all clazms, costs, losses, and damages arising out of or relating to any claim or action, legal or equrtable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning.• Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Strccctures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with ali approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 oonoo-1 General Conditions Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, , pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons ar property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractar shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Con�ractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CiTY OF FORT WORTH STANDARD CONS'IRUCTION SPECIFCATION DOCLJMENTS Revision: Dacember2l, 2012 00 �z oo - � General Conditions Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CiTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dacember2l, 2012 oonoo-i General Conditions Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City s Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation ar incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section Ol 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Con�ractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CTI'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dacember2l, 2012 00 �z oo - i General Conditions Page 33 of 63 2. nortnal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.B. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF TI3E 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 CIT'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: I�cember2l, 2012 00 �z oo - t General Conditions Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART. BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications ar approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payrnent under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CTI'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCiJMENTS Revision: December2l, 2012 00 �z oo - i General Conditions Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE �— OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City con�ractors, 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 int�oduction 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 Con�ractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: DacemUer21, 2012 00 �z oo -1 General Conditions Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8 — CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements; Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals Ciry's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARU CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �z oo - i General Conditions Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9— CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project 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. City's Project Representative's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.0'7. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: DecemUer21, 2012 00 �z oo - i General Conditions Page 38 of 63 9.03 Authorized Variations in Work City's Project Representative may authorize minor variations in the Wark from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Con�ract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 — CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARD CONS'IRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �z oo - i General Conditions Page 39 of 63 10.02 Unauthorized Changes in the Woriz Cont�actor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: l. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.O1.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Cont�act Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change ar 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 5urety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �z oo - i General Conditions Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: l. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjusttnent in Contract Price shall be prepared in accardance with the provisions of Paragraph 12.01. 4. A Con�ract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustrnent claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �z oo -1 General Conditions Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City ar Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11— COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the Wark means the sum of all costs, except those excluded in Paragraph 11.O1.B, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Con�ractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.O1.B, and shall include but not be limited to the following items: l. 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, unemployrnent, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 ao �z oo - i General Conditions Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then deternune, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Contractor is liable not covered under Paragraph 6.11, as Regulations. Work, and for which imposed by Laws and d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of detertnining Contractor's fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARU CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dacember2l, 2012 00 �z oo - i General Conditions Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.O1.A.1 or specifically covered by Paragraph 11.O1.A.4, ail of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustrnent in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.O1.C. D. Documentatzon: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.O1.A and 11.O1.B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptabie to City. B. Pre-bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dacember2l, 2012 00 �z oo - i General Conditions Page 44 of 63 a. the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre-bid allowances have been included in the allowances, and no demand for additional payrnent 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 payrnent, 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 Wark is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably infened as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustrnent in the Contract Price in accordance with Paragraph 12.01 if: l. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. l. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH STANUARU CONSTRUCTION SPECIFCATION DOCUMENTS Revision: DecemUer21, 2012 00 �z oo - i General Conditions Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Cont�act or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125°/o of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payrnent 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 adjustrnent may be made to the quantity of authorized work done for payrnent purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payrnent will be made. Payrnent for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Con�ractor agree in writing to fix the final quantity as a plans quantity. CI1'1' OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: L�cemUer21, 2012 oonoo-i General Conditions Page 46 of 63 E. For callout work or non-site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Prrce 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 ll.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.O1.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Wark involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.01.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (deternuned as provided in Paragraph 12.O1.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be deternuned as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.O1.A.1, 11.O1.A.2. and 11.O1.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.O1.A.4 and 11.O1.A.5, the Con�ractor's fee shall be five percent (5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.O1.C.2.a and 12.O1.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CON5TRUCTION SPECIFCATION DOCUMENTS Revision: DecemUer21, 2012 00 �z oo - i General Conditions Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.O1.A.1 and 11.O1.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.O1.A.6, and 11.O1.B; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors perfornung other wark as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustrnent shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. CITY OF FORT WORTH STANDARD CONS'IRUCTION SPECIFCATION DOCUMENTS Revision: Dacember2l, 2012 00 �z oo - i General Conditions Page 48 of 63 ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, , tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereo fl to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a"fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CI1'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �z oo -1 General Conditions Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to ail 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 Wark in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCi.JMENTS Revision: IJecember2l, 2012 00 �z oo - � General Conditions Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or pernutted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dacember2l, 2012 00 �z oo - i General Conditions Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Wark resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptance ofDefective Worlc 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 deternunation 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 Contractar fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 72 00 - I General Conditions Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payrnent, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an ; a�davit of Contractor stating that previous progress payrnents received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications far Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CTI'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Uecember2l, 2012 oo�zoo-1 General Conditions Page 53 of 63 B. Review ofApplications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payrnent will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules, that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payrnent 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 Documerits; 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 payrnent because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previousiy 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 paytnent; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �z oo - i Generat Conditions Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment.• Contractor will be paid pursuant to the requirements of this Article 14 and payrnent will become due in accordance with the Cont�act Documents. F. Reduction in Payment.• 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-ofF against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: DacemUer21, 2012 oo�zao-i General Conditions Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City deternunes to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.OS.A.1, City and Con�ractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Finallnspectron A. Upon written notice from Contractor that the entire Wark 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. CI1'Y OF FORT WORTH 5TANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: T�cemUer21, 2012 00 �z oo -1 General Conditions Page 56 of 63 14.07 Final Payment A. Application for Payment.� 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payrnents and complete and legally effective releases ar waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payrnents made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue therea$er. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payrnent, and without terminating the Contract, make payrnent of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payrnent of the balance due for that CiTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 72 00 - 1 General Conditions Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payrnent shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be compieted and accepted for all other work. An amount su�cient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payrnent will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15 — SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payrnent 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 Cont�actor 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. CTI'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dacember2l, 20t2 00 72 00 - I General Conditions Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: l. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perfortn the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �z oo - i General Conditions Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payrnent until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Cont�actor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work perfortned. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Con�ract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.B, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perfortn and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CTI'1' OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �z oo - i General Conditions Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Con�ract 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 ternunated; 3. terminate all orders and subcontracts to the extent that they relate to the perfortnance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been ternunated by the notice of ternunation; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dacember2l, 2012 00 �z oo - i General Conditions Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the fortn and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such ternunation. ARTICLE 16 — DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted far a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Con�ractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.D shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: DacemUer21, 2012 00 �z oo - i General Conditions Page 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17 — MI5CELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if 1. delivered in person to the individual or to a member of the firm ar 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 elec�ronic notice shall be deemed su�cient upon confirtnation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Cont�act Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies ' available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the , Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dece�iUer21, 2012 00 �z oo - i General Conditions Page 63 of 63 17,04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headzngs Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CiTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 73 00 - 1 SUPPLEMENTARY CONDITIONS Page 1 of 5 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDTTIONS 5upplementary Conditions These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-3.03B.2, G°Resolving Discrepancies" Plans govern over Specifications. SC-4.OlA Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the imal easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.O1A.1., "Availability of Lands" The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of May 19`h, 2014: Outstanding Right-Of-Way, and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION None None None The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. CITY OF FORT WORTH Texas Way Reconstruction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 02188 Revised April l, 2013 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 5 SC-4.O1A.2, ��Availability of Lands" Utilities or obstructions to be removed, adjusted, and/or relocated The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated as of May 19`�', 2014: EXPECTED UTILITY AND LOCATION OWNER TARGET DATE OF ADJUSTMENT None None None The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SC-4.02A., 00Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: None. The following are drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site of the Work: None SC-4.06A., "Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: None SC-5.03A., "Certificates of Insurance" The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (1) City (2) Consultant: Garver, LLC. (3) Other: None SC-5.04A., "Contractor's Insurance" The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A. Workers' Compensation, under Paragraph GC-5.04A. Stattrtory limits Employer�'s liability $100,000 each accident/occurrence $100, 000 Disease - each employee $500, 000 Disease - policy limit CITY OF FORT WORTH Texas Way Reconshuction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCi1MENTS City Project No. 02188 Revised April 1, 2013 00 73 00 - 3 SUPPLEMENTARY CONDITIONS Page 3 of 5 SC-5.04B., "Contractor's Insurance" 5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with minimum limits of: $1,000,000 each occurrence $2,000,000 aggregate limrt The policy must have an endorsement (Amendrnent — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. SC 5.04C., "Contractor's Insurance" 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non-owned. $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: $250, 000 Bodily Injury per person / $500, 000 Bodily Injury per accident / $100,000 PropertyDamage SC-5.04D., "Contractor's Insurance" The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks owned and operated by none. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other properiy. Such operations on railroad properties may require that Contractor to execute a"Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right-of-entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Raikoad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: (1) General Aggregate: (2) Each Occurrence: Required for this Contract X Not required for this Contract With respect to the above outlined insurance requirements, the following shall govern: CITY OF FORT WORTH 3TANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April l, 2013 Texas Way Reconstruction at Meacham Airport City Project No. 02188 00 73 00 - 4 SUPPLEMENTARY CONDITIONS Page 4 of 5 1, Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at-grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. 2. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights-of-way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. 3. If, in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at- grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. SC-6.04., ��Project Schedule" Project schedule shall be tier 2 for the project. SC-6.07., "Wage Rates" The following is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes: https://pro j ectpoint.buzzsaw.com/cliendfortworthgov/Resources/02%20- %20Constructi on%20Documents/Specifications/Div%2000- General%20Conditions/CFW%20Horizontal%20Wage%20Rate%20Table.pdf SC-6.09. "Permits and Utilities" SC-6.09A. "Contractor obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: None SC-6.09B. "City obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the City: 1. TxDOT Permit to Construct Str•eet Connection Facilities on Highway Right of Way Per•mit No. 10-SC-163-14 CITY OF FORT WORTH Texas Way Reconshuction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS City Project No. 02188 Revised April 1, 2013 ( d � � 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 5 SC-6.09C. "Outstanding permits and licenses" The following is a list of known outstanding permits and/or licenses to be acquired, if any as of July 3, 2014: Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None None None SC-7.02. "Coordination" The individuals or entities listed below have contracts with the City for the performance of other work at the Site: Vendor Sco e of Work Coordination Authori None None None SC-S.Ol, "Communications to Contractor" RPR to EOR to Meacham TxJET — Derek Tolmachoff SC-9.01., "City's Project Representative" The following firm is a consultant to the City responsible for construction management of this Project: Derek Tolmachoff Garver 817-903-1919 JDTo Lmacho ff(a� garverusa. com SC-13.03C., "Tests and Inspections" QC Lab 5G16A1C.1, "Methods and Procedures" None END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 1, 2013 Texas Way Reconshuction at Meacham Airport City Project No. 02188 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Asphalt Distributor Operator Asphalt Paving Machine Operator Asphalt Raker Broom or Sweeper Operator Concrete Finisher, Paving and Structures Concrete Pavement Finishing Machine Operator Concrete Saw Operator Crane Operator, Hydraulic 80 tons or less Crane Operator, Lattice Boom 80 Tons or Less Crane Operator, Lattice Boom Over 80 Tons Crawler Tractor Operator Electrician Excavator Operator, 50,000 pounds or less Excavator Operator, Over 50,000 pounds Flagger Form Builder/Setter, Structures Form Setter, Paving & Curb Foundation Drill Operator, Crawler Mounted Foundation Drill Operator, Truck Mounted Front End Loader Operator, 3 CY or Less Front End Loader Operator, Over 3 CY Laborer, Common Laborer, Utility �oader/Backhoe Operator Mechanic Milling Machine Operator Motor Grader Operator, Fine Grade Motor Grader Operator, Rough Off Road Hauler Pavement Marking Machine Operator Pipelayer Reclaimer/Pulverizer Operator Reinforcing Steel Worker Roller Operator, Asphalt Roller Operator, Other Scraper Operator Servicer Small Slipform Machine Operator Spreader Box Operator Truck Driver Lowboy-Float Truck Driver Transit-Mix Truck Driver, Single Axle Truck Driver, Single or Tandem Axle Dump Truck Truck Driver, Tandem Axle Tractor with Semi Trailer Welder Work Zone Barricade Servicer Wage Rate $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 15,32 13.99 12.69 11.74 14.12 16.05 14.48 18.12 17.27 20,52 14.07 19.80 17.19 16,99 10.06 13.84 13.16 17.99 21.07 13.69 14.72 10,72 12.32 15.18 17.68 14.32 17.19 16.02 12.25 13.63 13.24 11.01 16.18 13.08 11.51 12.96 14.58 15.96 14.73 16.24 14.14 12.31 12.62 12.86 14.84 11.68 The Davis-Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas' Standard 1ob Classifications and Descriptions for Highway, Heavy, Utilities, and Industrial Construction in Texas. Page 1 of 1 DIVISION 01- GENERAL REQUIREMENTS 011100-1 SUMMARY OF WORK Page 1 of 3 SECTION Ol 1100 SUMMARY OF WORK PART1- GENERAL ►/�/:: A. Section Includes: 1. Summary of Work to be performed in accordance with the Contract Documents B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1- General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 ADMINISTRATIVE REQUIREMENTS A. Wark Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and perfornung all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 1. Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other public places or other rights-of-way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Texas Way Reconstruction at Meacham Airport City Project No. 02188 Ol 11 00 - 2 SUMMARY OF WORK Page 2 of 3 b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. If the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad pertnit. D. Work within Easements 1. Do not enter upon private property far any purpose without having previously obtained permission from the owner of such property. 2. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise, clear all rights-of-way or easements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the project construction operations. 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. � c. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence work within easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in the proposal. END OF SECTION CITY OF FORT WORTH Texas Way Reconstruction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS City Project No. 02188 Revised December 20, 2012 011100-3 SUMMARY OF WORK Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Texas Way Reconstruction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS Ciry Project No. 02188 Revised December 20, 2012 012500-1 SUBSTITiJTION PROCEDURES Page 1 of 4 SECTION 0125 00 SUBSTITUTION PROCEDURES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specifed by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or-equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or-equals," as deternnined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or-equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, b. Contractor proposes a cost and/or time reduction incentive to the City. CITY OF FORT WORTH Texas Way Reconstruction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS City Project No. 02188 Revised July l, 2011 ol2soo-a SUBSTPtUTION PROCEDURES Page 2 of 4 1.4 SUBMITTALS A. See Request for Substitution Form (attached) B. Procedure for Requesting Substitution Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Speciiication Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of speciiied product if necessary to secure design intent. 3. In the event the substitution is approved, the resulting cost and/or time reduction will be documented by Change Order in accordance with the General Conditions. 4. No additional contract time will be given for substitution. 5. Substitution will be rejected i£ CITY OF FORT WORTH Texas Way Reconstruction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02188 Revised 7uly l, 2011 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification 5ection c. In the City's opinion, acceptance will require substantial revision of the original design d. In the City's opinion, substitution will not perform adequately the function consistent with the design intent 1.5 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Texas Way Reconstruction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02188 Revised July 1, 2011 012500-4 SUBSTITU'TION PROCEDURES Page 4 of 4 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: _ Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer' s guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned sta.tes that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature as noted Firm Address Date Telephone For Use by City: Approved City Recommended Not recommended By Date Remarks Date Rejected Recommended Received late CTI'Y OF FORT WORTH Texas Way Reconshvction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS Ciry Project No. 02188 Revised July l, 2011 SECTION 0131 19 PRECONSTRUCTION MEETING A. Section Includes: 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this Ciry of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. PART1- GENERAL 1.1 SUMMARY 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Paytnent l. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 ADMINISTRATIVE REQUIREMENTS 013119-1 PRECONSTRUCTION MEETING Page 1 of 3 B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the execution of the Agreement and before Work is started. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Project Representative b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractar may desire to invite or the City may request e. Other City representatives f. Others as appropriate CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17, 2012 Texas Way Reconstruction at Meacham Airport City Project No. 02188 O1 31 19 -2 PRECON5TRUCTION MEETING Page 2 of 3 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section O1 32 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time £ Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre-Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. MJWBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment jj. Questions or Comments END OF SECTION CTI'Y OF FORT WORTH Texas Way Reconshuction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCiJMENT3 City Project No. 02188 Revised August 17, 2012 O1 31 19 - 3 PRECONSTRUCTION MEETING Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CTTY OF FORT WORTH Texas Way Reconstruction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS City Project No. 02188 Revised August 17, 2012 013216-1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 5 SECTION 0132 16 CONSTRUCTION PROGRESS SCHEDULE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. General requirements for the preparation, submittal, updating, status reporting and management of the Construction Progress Schedule 2. 5pecific requirements are presented in the City of Fort Worth Schedule Guidance Document B. Deviations from this City of Fort Worth Standard Specification 1. None. , C. Related Specification Sections include, but are not necessarily limited to: , 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Definitions 1 2. K3 Schedule Tiers a. Tier 1- No schedule submittal required by contract. Small, brief duration projects b. Tier 2- No schedule submittal required by contract, but will require some milestone dates. Small, brief duration projects c. Tier 3- Schedule submittal required by contract as described in the Specification and herein. Majority of City projects, including all bond program projects d. Tier 4- Schedule submittal required by contract as described in the Specification and herein. Large and/or complex projects with long durations 1) Examples: large water pump station project and associated pipeline with interconnection to another governmental entity e. Tier 5- Schedule submittal required by contract as described in the Specification and herein. Large and/or very complex projects with long durations, high public visibiliry 1) Examples might include a water or wastewater treatment plant Baseline Schedule - Initial schedule submitted before work begins that will serve as the baseline for measuring progress and departures from the schedule. Progress Schedule - Monthly submittal of a progress schedule documenting progress on the project and any changes anticipated. CTI'Y OF FORT WORTH Texas Way Reconstruction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02188 Revised July 1, 2011 013216-2 CON5TRUCTION PROGRESS SCHEDULE Page 2 of 5 4. Schedule Narrative - Concise narrative of the schedule including schedule changes, expected delays, key schedule issues, critical path items, etc B. Reference Standards 1. City of Fort Worth Schedule Guidance Document 1.4 ADMINISTRATIVE REQUIREMENTS A. Baseline Schedule 1. General a. Prepare a cost-loaded baseline Schedule using approved software and the Critical Path Method (CPM) as required in the City of Fort Worth Schedule Guidance Document. b. Review the draft cost-loaded baseline Schedule with the City to demonstrate understanding of the work to be performed and known issues and constraints related to the schedule. c. Designate an authorized representative (Project Scheduler) responsible for developing and updating the schedule and preparing reports. B. Progress Schedule 1. Update the progress Schedule monthly as required in the City of Fort Worth Schedule Guidance Document. 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 3. Change Orders a. Incorporate approved change orders, resulting in a change of contract time, in the baseline Schedule in accordance with City of Fort Worth Schedule Guidance Document. C. Responsibility for Schedule Compliance Whenever it becomes apparent from the current progress Schedule and CPM Status Report that delays to the critical path have resulted and the Contract completion date will not be met, or when so directed by the Ciry, make some or all of the following actions at no additional cost to the Ciry a. Submit a Recovery Plan to the City for approval revised baseline Schedule outlining: 1) A written statement of the steps intended to take to remove or arrest the delay to the critical path in the approved schedule 2) Increase construction manpower in such quantities and crafts as will substantially eliminate the backlog of work and return current Schedule to meet projected baseline completion dates 3) Increase the number of working hours per shift, shifts per day, working days per week, the amount of construction equipment, or any combination of the foregoing, sufficiently to substantially eliminate the backlog of work 4) Reschedule activities to achieve maximum practical concurrency of accomplishment of activities, and comply with the revised schedule If no written statement of the steps intended to take is submitted when so requested by the City, the City may direct the Contractor to increase the level of effort in manpower (trades), equipment and work schedule (overtime, weekend and holiday work, etc.) to be employed by the Contractor in order to remove or arrest the delay to the critical path in the approved schedule. a. No additional cost for such work will be considered. CTI'Y OF FORT WORTH Texas Way Reconstruction at Meacham Airport STANDARU CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02188 Revised July l, 2011 013216-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 D. The Contract completion time will be adjusted only for causes specified in this Contract. a. Requests for an extension of any Contract completion date must be supplemented with the following: 1) Furnish justification and supporting evidence as the City may deem necessary to determine whether the requested extension of time is entitled under the provisions of this Contract. a) The City will, after receipt of such justification and supporting evidence, make findings of fact and will advise the Contractor, in writing thereof. 2) If the City finds that the requested extension of time is entitled, the City's deternunation as to the total number of days allowed for the extensions shall be based upon the approved total baseline schedule and on all data relevant to the extension. a) Such data shall be included in the next updating of the Progress schedule. b) Actual delays in activities which, according to the Baseline schedule, do not affect any Contract completion date shown by the critical path in the network will not be the basis for a change therein. 2. 5ubmit each request for change in Contract completion date to the City within 30 days after the beginning of the delay for which a time extension is requested but before the date of fnal payment under this Contract. a. No time extension will be granted for requests which are not submitted within the foregoing time limit. b. From time to time, it may be necessary for the Contract schedule or completion time to be adjusted by the City to reflect the effects of job conditions, weather, technical difficulties, strikes, unavoidable delays on the part of the City or its representatives, and other unforeseeable conditions which may indicate schedule adjustments or completion time extensions. 1) Under such conditions, the City will direct the Contractor to reschedule the work or Contract completion time to reflect the changed conditions and the Contractor shall revise his schedule accordingly. a) No additional compensation will be made to the Contractor for such schedule changes except for unavoidable overall contract time extensions beyond the actual completion of unaffected work, in which case the Contractor shall take all possible action to minimize any time extension and any additional cost to the City. b) Available float time in the Baseline schedule may be used by the City as well as by the Contractor. 3. Float or slack time is defned as the amount of time between the earliest start date and the latest start date or between the earliest finish date and the latest finish date of a chain of activities on the Baseline Schedule. a. Float or slack time is not for the exclusive use or benefit of either the Contractor or the City. b. Proceed with work according to early start dates, and the City shall have the right to reserve and apportion float time according to the needs of the project. CITY OF FORT WORTH Texas Way Reconstruction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCUMENT5 City Project No. 02188 Revised 7uly 1, 2011 013216-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 c. Acknowledge and agree that actual delays, affecting paths of activities containing float time, will not have any effect upon contract completion times, providing that the actual delay does not exceed the float time associated with those activities. E. Coordinating Schedule with Other Contract Schedules 1. Where work is to be performed under this Contract concurrently with or contingent upon work performed on the same facilities or area under other contracts, the Baseline Schedule shall be coordinated with the schedules of the other contracts. a. Obtain the schedules of the other appropriate contracts from the Ciry for the preparation and updating of Baseline schedule and make the required changes in his schedule when indicated by changes in corresponding schedules. 2. In case of interference between the operations of different contractors, the City will deternune the work priority of each contractor and the sequence of work necessary to expedite the completion of the entire Project. a. In such cases, the decision of the City shall be accepted as final. b. The temporary delay of any work due to such circumstances shall not be considered as justification for claims for additional compensation. 1.5 SUBMITTALS A. Baseline Schedule 1. Submit Schedule in native file format and pdf format as required in the City of Fort Worth Schedule Guidance Document. a. Native file format includes: 1) Primavera (P6 or Primavera Contractor) 2. Submit draft baseline Schedule to City prior to the pre-construction meeting and bring in hard copy to the meeting for review and discussion. B. Progress Schedule 1. Submit progress Schedule in native file format and pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit progress Schedule monthly no later than the last day of the month. C. Schedule Narrative 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit schedule narrative monthly no later than the last day of the month. D. Submittal Process 1. The City administers and manages schedules through Buzzsaw. 2. Contractor shall submit documents as required in the City of Fort Worth Schedule Guidance Document. 3. Once the project has been completed and Final Acceptance has been issued by the City, no further progress schedules are required. 1.6 QUALITY ASSURANCE A. The person preparing and revising the construction Progress Schedule shall be experienced in the preparation of schedules of similar complexity. CITY OF FORT WORTH Texas Way Reconstruction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCi1MENTS City Project No. 02188 Revised July 1, 2011 013216-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 B. Schedule and supporting documents addressed in this Specification shall be prepared, updated and revised to accurately reflect the performance of the construction. C. Contractor is responsible for the qualiry of all submittals in this section meeting the standard of care for the construction industry for similar projects. END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CTTY OF FORT WORTH Texas Way Reconstruction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02188 Revised July 1, 2011 SECTION 0132 33 PRECONSTRUCTION VIDEO PART1- GENERAL i ._ ►�. ►� ___: 1 013233-1 PRECONSTRUCTION VIDEO Page 1 of 1 ' A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification l. None. C. Related Speciiication Sections include, but are not necessarily limited to: ' 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements ' 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 ADMINISTRATIVE REQUIREMENTS A. Preconstrttction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Texas Way Reconstruction at Meacham Airport City Project No. 02188 013300-1 SUBMITTALS Page 1 of 7 SECTION 0133 00 SUBMITTALS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. General methods and requirements of submissions applicable to the following Work-related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other subrnittals c) Testing d) Purchasing e) Fabrication fl Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. CTI'Y OF FORT WORTH Texas Way Reconstruction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02188 Revised December 20, 2012 013300-2 SUBMITTALS Page 2 of 7 : d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. Submittal Numbering When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers O1-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) "By this submittal, I hereby represent that I have deternuned and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8%2 inches x 11 inches to 8'/2 inches x 1 linches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions CTl'Y OF FORT WORTH Texas Way Reconstruction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS City Project No. 02188 Revised December 20, 2012 013300-3 SUBMITTALS Page 3 of 7 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Speciiication numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings l. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom-prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Perforxnance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City's Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City's Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product speciiication and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing-in diagrams and templates 5) Catalog cuts 6) Product photographs CTTY OF FORT WORTH Texas Way Reconstruction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS City Project No. 02188 Revised December 20, 2012 013300-4 SUBMITTALS Page 4 of 7 7) Standard wiring diagrams 8) Printed perfortnance curves and operational-range diagrams 9) Production or quality control inspection and test reports and certiiications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare-parts listing and printed product warranties 12) As applicable to the Work H. Samples As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on-site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish confornuty. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) CTI'Y OF FORT WORTH Texas Way Reconshvction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02188 Revised December 20, 2012 013300-5 SUBMITTALS Page 5 of 7 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Pernutting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City iinds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractar under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractar may release the equipment and/or material for manufacture. b. Code 2 CITY OF FORT WORTH Texas Way Reconstruction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS Ciry Project No. 02188 Revised December 20, 2012 013300-6 SUBMPTTALS Page 6 of 7 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non-confornung items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into confortnance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as iirst submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH Texas Way Reconshuction at Meacham Airport STANDAR.D CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02188 Revised December 20, 2012 O13300-7 SUBMITTALS Page 7 of 7 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as speciiied in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. N. Request for Information (RFI) 1. Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clariiication 2. Use the Request for Information (RFI) form provided by the City. 3. Numbering of RFI a. Prefix with "RFI" followed by series number, "-xxx", beginning with "Ol" and increasing sequentially with each additional transmittal. 4. Sufficient infortnation shall be attached to permit a written response without further information. 5. The City will log each request and will review the request. a. If review of the project information request indicates that a change to the Contract Documents is required, the City will issue a Field Order or Change Order, as appropriate. END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days CITY OF FORT WORTH Texas Way Reconstruction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCtJMENTS City Project No. 02188 Revised December 20, 2012 013513-1 SPECIAL PROJECT PROCEDURES Page 1 of 8 SECTION 0135 13 SPECIAL PROJECT PROCEDURES PART1- GENERAL 1.1 SU1ViMARY A. Section Includes: 1. The procedures for special project circumstances that includes, but is not limited to: a. Coordination with the Texas Department of Transportation b. Work near High Voltage Lines c. Confined Space Entry Program d. Air Pollution Watch Days e. Use of Explosives, Drop Weight, Etc. f. Water Department Notification g. Public Notification Prior to Beginning Construction h. Coordination with United States Army Corps of Engineers i. Coordination within Railroad pernuts areas j. Dust Control k. Employee Parking B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 33 12 25 — Connection to Existing Water Mains 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Coordination within Railroad pernut areas a. Measurement 1) Measurement for this Item will be by lump sum. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for Railroad Coordination. c. The price bid shall include: 1) Mobilization 2) Inspection 3) Safety training 4) AdditionalInsurance 5) Insurance Certificates 6) Other requirements associated with general coordination with Railroad, including additional employees required to protect the right-of-way and property of the Railroad from damage arising out of and/or from the construction of the Project. CITY OF FORT WORTH Texas Way Reconstruction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS City Project No. 02188 Revised December 20, 2012 013513-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 2. Railroad Flagmen a. Measurement 1) Measurement for this Item will be per working day. b. Payment 1) The work performed and materials fizrnished in accordance with this Item will be paid for each working day that Railroad Flagmen are present at the Site. The price bid shall include: 1) Coordination for scheduling flagmen 2) Flagmen 3) Other requirements associated with Railroad 3. All other items a. Work associated with these Items is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction Specification 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination with the Texas Department of Transportation 1. When work in the right-of-way which is under the jurisdiction of the Texas Department of Transportation (TacDOT): a. Notify the Texas Department of Transportation prior to commencing any work therein in accordance with the provisions of the permit b. All work performed in the TxDOT right-of-way shall be performed in compliance with and subject to approval ftom the Texas Department of Transportation B. Work near High Voltage Lines 1. Regulatory Requirements a. All Work near High Voltage Lines (more than 600 volts measured between conductors or between a conductor and the ground) shall be in accordance with Health and Safety Code, Title 9, Subtitle A, Chapter 752. 2. Warning sign a. Provide sign of sufficient size meeting all OSHA requirements. Equipment operating within 10 feet of high voltage lines will require the following safety features a. Insulating cage-type of guard about the boom or arm b. Insulator links on the lift hook connections for back hoes or dippers c. Equipment must meet the safety requirements as set forth by OSHA and the safety requirements of the owner of the high voltage lines CTI'Y OF FORT WORTH Texas Way Reconstruction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCLIMENTS City Project No. 02188 Revised December 20, 2012 013513-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 4. Work within 6 feet of high voltage electric lines a. Notification shall be given to: 1) The power company (example: ONCOR) a) Maintain an accurate log of all such calls to power company and record action taken in each case. b. Coordination with power company 1) After notification coordinate with the power company to: a) Erect temporary mechanical barriers, de-energize the lines, or raise or lower the lines c. No personnel may work within 6 feet of a high voltage line before the above requirements have been met. C. Confined Space Entry Program 1. Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. 2. Confined Spaces include: a. Manholes b. All other confined spaces in accardance with OSHA's Permit Required for Coniined Spaces D. Air Pollution Watch Days 1. General a. Observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". b. Typical Ozone Season 1) May 1 through October 31. c. Critical Emission Time 1) 6:00 a.m. to 10:00 a.m. 2. Watch Days a. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. b. Requirements 1) Begin work after 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. 2) However, the Contractor may begin work prior to 10:00 a.m. if: a) Use of motorized equipment is less than 1 hour, or b) If equipment is new and certified by EPA as "Low Emitting", or equipment burns [Tltra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. E. TCEQ Air Permit 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. F. Use of Explosives, Drop Weight, Etc. 1. When Contract Documents permit on the project the following will apply: a. Public Notification 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to commencing. 2) Minimum 24 hour public notification in accordance with Section O1 31 13 CTI'Y OF FORT WORTH Texas Way Reconstruction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02188 Revised December 20, 2012 013513-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 G. Water Department Coardination 1. During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. 2. Coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative. a. Coordination shall be in accordance with Section 33 12 25. b. If needed, obtain a hydrant water meter from the Water Department for use during the life of named proj ect. c. In the event that a water valve on an existing live system be turned off and on to accommodate the construction of the project is required, coordinate this activity through the appropriate City representative. 1) Do not operate water line valves of existing water system. a) Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischie� and the Contractor will be prosecuted to the full extent of the law. b) In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. H. Public Notification Prior to Beginning Construction Prior to beginning construction on any block in the project, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: a. Post notice or flyer 7 days prior to beginning any construction activity on each block in the project area. 1) Prepare flyer on the Contractor's letterhead and include the following information: a) Name of Project b) City Project No (CPN) c) Scope of Project (i.e. type of construction activity) d) Actual construction duration within the block e) Name of the contractor's foreman and phone number fl Name of the City's inspector and phone number g) City's after-hours phone number 2) A sample of the `pre-construction notification' flyer is attached as Exhibit A. 3) Submit schedule showing the construction start and fmish time for each block of the project to the inspector. 4) Deliver flyer to the City Inspector for review prior to distribution. b. No construction will be allowed to begin on any block until the flyer is delivered to all residents of the block. L Public Notification of Temporary Water Service Interruption during Construction 1. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. 2. Prepared notice as follows: CITY OF FORT WORTH Texas Way Reconstruction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS City Project No. 02188 Revised December 20, 2012 013513-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 a. The notification or flyer shall be posted 24 hours prior to the temporary interruption. b. Prepare flyer on the contractor's letterhead and include the following information: 1) Name of the project 2) City Project Number 3) Date of the interruption of service 4) Period the interruption will take place 5) Name of the contractor's foreman and phone number 6) Name of the City's inspector and phone number c. A sample of the temporary water service interruption notification is attached as Exhibit B. d. Deliver a copy of the temporary interruption notification to the City inspector for review prior to being distributed. e. No interruption of water service can occur until the flyer has been delivered to all affected residents and businesses. f. Electronic versions of the sample flyers can be obtained from the Project Construction Inspector. J. Coordination with United States Army Corps of Engineers (CTSACE) At locations in the Project where construction activities occur in areas where USACE pernuts are required, meet all requirements set forth in each designated permit. K. Coordination within Railroad Permit Areas 1. At locations in the project where construction activities occur in areas where railroad permits are required, meet all requirements set forth in each designated railroad permit. This includes, but is not limited to, provisions for: a. Flagmen b. Inspectars c. Safety training d. Additional insurance e. Insurance certificates £ Other employees required to protect the right-of-way and property of the Railroad Company from damage arising out of and/or from the construction of the project. Proper utility clearance procedures shall be used in accordance with the permit guidelines. 2. Obtain any supplemental information needed to comply with the railroad's requirements. 3. Railroad Flagmen a. Submit receipts to City for verification of working days that railroad flagmen were present on Site. L. Dust Control 1. Use acceptable measures to control dust at the Site. a. If water is used to control dust, capture and properly dispose of waste water. b. If wet saw cutting is performed, capture and properly dispose of slurry. M. Employee Parking 1. Provide parking for employees at locations approved by the City. CTTY OF FORT WORTH Texas Way Reconstruction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS City Project No. 02188 Revised December 20, 2012 013513-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.4.B — Added requirement of compliance with Health and Safety Code, Title 9. 8/31/2012 D. Johnson Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4.E — Added Contractor responsibility for obtaining a TCEQ Air Pernut CTI'Y OF FORT WORTH Texas Way Reconsrivction at Meacham Airport STANDARD CONSTRUCTION 5PECIFICATION DOCLTMENTS City Project No. 02188 Revised December 20, 2012 01 35 13 - 7 SPECIAL PROJECT PROCEDURES Page 7 of 8 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: ' THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WII.L BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR�S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH Texas Way Reconstruction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS City Project No. 02188 Revised December 20, 2012 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 . . F`O `T WOrR_T_H� '� Data: coE xo. xxxx nrolect Ileme: NO?ICE OF TEMPORARY WA?El� SLRVICE INTERBi1P?ION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WA'TER SERVICE WILL BE INTERRUPTED ON BETVI�EN THE HOUItS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT, PLEASE CALL: MR. AT (CONTRACTORS SYTPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE IVUMBER) THIS INCONVENTENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, CONTRACTOR CTTY OF FORT WORTH Texas Way Reconstruction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02188 Revised December 20, 2012 014523-1 TESTING AND IN5PECTION SERVICES Page 1 of 2 SECTION Ol 45 23 TESTING AND INSPECTION SERVICES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for perfornung, coordinating, and payment of all Quality Control testing. b. City is responsible for perfornung and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test perfortned by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 ADMII�TISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies CTPY OF FORT WORTH Texas Way Reconshuction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS Ciry Project No. 02188 Revised July 1, 2011 014523-2 TESTING AND INSPECTION SERVICES Page 2 of 2 a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests perfortned by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CTI'Y OF FORT WORTH Texas Way Reconstruction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02188 Revised July 1, 2011 ois000-i TEMPORARY FACILITIES AND CONTROLS Page 1 of 3 SECTION Ol 50 00 TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAi, 1.1 SUIVTMARY A. Section Includes: 1. Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Speciiication 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies far temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and Ciry's Project Representatives. c. Coordination 1) Contact City 1 week befare water for construction is desired d. Contractor Payment for Construction Water CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 Texas Way Reconstruction at Meacham Airport City Project No. 02188 oi so 00 - z TEMPORARY FACILITIES AND CONTROLS Page 2 of 3 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others perfortning work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off-site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site far temparary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control CITY OF FORT WORTH Texas Way Reconshvction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS City Project No. 02188 Revised July 1, 2011 015000-3 1`EMPORARY FACILITIES AND CONTROLS Page 3 of 3 1. Contractor is responsible for maintaining dust control through the duration of the proj ect. a. Contractor remains on-call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work ftom damage due to weather. 1.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 1.5 CLOSEOUT ACTIVITIES , A. Temporary Facilities , 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CTI'Y OP FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 Texas Way Reconstruction at Meacham Airport Ciry Project No. 02188 015526-1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 2 SECTION Ol 55 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative procedures for: a. Street Use Permit b. Modification of approved traffic control c. Removal of Street Signs B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 34 71 13 — Traffic Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with tlus Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 1.4 ADMINISTRATIVE REQUIREMENTS A. Traffic Control 1. General a. When traffic control plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. b. When traffic control plans are not included in the Drawings, prepare trafiic control plans in accordance with Section 34 71 13 and submit to City for review. 1) Allow minimum 10 working days for review of proposed Traffic Control. B. Street Use Pertnit 1. Prior to installation of Traffic Control, a City Street Use Pernut is required. a. To obtain Street Use Permit, submit Traffic Control Plans to Ciry Transportation and Public Works Department. CTTY OF FORT WORTH Texas Way Reconstruction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 02188 Revised July 1, 2011 015526-2 STREET USE PERMIT AND MODIFICATIONS TO 'PRAFFIC CONTROL Page 2 of 2 1) Allow a minimum of 5 working days for pernut review. 2) Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modification to Approved Traffic Control Prior to installation traffic control: a. Submit revised traffic control plans to City Department Transportation and Public Works Deparirnent. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 working days for review of revised Traffic Control. 3) It is the Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Pernut, such that construction is not delayed. D. Removal of Street Sign 1. If it is determined that a street sign must be removed for construction, then contact City Transportation and Public Works Department, Signs and Markings Division to remove the sign. E. Temporary Signage 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standards 1. Traffic Control Standards can be found on the City's Buzzsaw website. END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Texas Way Reconstruction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02188 Revised July I, 2011 015713-1 STORM WATER POLLUTION PREVENTION Page 1 of 3 SECTION Ol 5713 STORM WATER POLLUTION PREVENTION PART1- GENERAL l.l SUMMARY A. Section Includes: l. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: ' 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 31 25 00 — Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Consfixction Activities resulting in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with 5ection 31 25 00. 1.3 REFERENCES A. Abbreviations and Acronyms l. Notice of Intent: NOI 2. Notice of Ternunation: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Speciiication, unless a date is specifically cited. 2. Integrated Storm Management (iSWM) Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. CTI'Y OF FORT WORTH Texas Way Reconstruction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS Ciry Project No. 02188 Revised July 1, 2011 015713-2 STORM WA'IBR POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 31 25 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general pernut TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Deparirnent of Transportation and Public Works, Environmental Division, (S 1 �) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 1.5 SUBMITTALS A. SWPPP 1. Submit in accordance with Section O1 33 00, except as stated herein. a. Priar to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH Texas Way Reconstruction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS City Project No. 02188 Revised July 1, 2011 015713-3 STORM WATER POLLUTION PREVENTION Page 3 of 3 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modiiied SWPPP to the City in accordance with Section O1 33 00. END OF SECTION Revision Log DATE NAME 5UMMARY OF CHANGE CITY OF FORT WORTH Texas Way Reconstruction at Meacham Airport STANDr1RD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02188 Revised July 1, 2011 015813-1 TEMPORARY PROJECT SIGNAGE Page 1 of 2 SECTION O1 58 13 TEMPORARY PROJECT SIGNAGE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Temporary Project Signage Requirements B. Deviations from this City of Fort Worth Standard Specification l. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. PART 2 - PRODUCTS 2.1 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Design Criteria 1. Provide free standing Project Designation Sign in accordance with City's Standard Details for project signs. B. Materials 1. Sign a. Constructed of 3/a-inch fir plywood, grade A-C (exterior) or better PART 3 - EXECUTION 3.1 INSTALLATION A. General 1. Provide vertical installation at extents ofproject. 2. Relocate sign as needed, upon request of the City. B. Mounting options a. Skids b. Posts c. Barricade CTTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 Texas Way Reconstruction at Meacham Airport City Project No. 02188 015813-2 TEMPORARY PROJECT SIGNAGE Page 2 of 2 3.2 MAINTENANCE A. General 1. Maintenance will include painting and repairs as needed or directed by the City. END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Texas Way Reconstruction at Meacham Airport STANUARD CONSTRUCTION SPECIFICATION DOCtJMENTS City Project No. 02188 Revised July 1, 2011 O16000-1 PRODUCT REQUIREMENTS Page 1 of 1 SECTION 0160 00 PRODUCT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification l. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 ADMINISTRATIVE REQUIREMENTS A. A list of City approved products for use is located on Buzzsaw as follows: l. Resources\02 - Construction Documents\Standard Products List B. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. C. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List. D. Although a specific product is included on Ciry's Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer's standard product. E. See Section Ol 33 00 for submittal requirements of Product Data included on City's Standard Product List. END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List CITY OF FORT WORTH Texas Way Reconstruction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02188 Revised December 20, 2012 016600-1 PRODUCT STORAGE ANU HANDLING REQUIREMENTS Page 1 of 3 SECTION Ol 66 00 PRODUCT STORAGE AND IIANDLING REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements l. Handle products or equipment in accordance with these Contract Documents and manufacturer's recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer's recommendations and requirements of these Speciiications. CITY OF FORT WORTH Texas Way Reconstruction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS City Project No. 02188 Revised July 1, 2011 016600-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 3 7. 8. 9. 10. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City's Project Representative. 5. Provide off-site storage and protection when on-site storage is not adequate. a. Provide addresses of and access to off-site storage locations for inspection by City's Project Representative. 6. Do not use lawns, grass plots or other private properiy for storage purposes without written permission of owner or other person in possession or control of premises. Store in manufacturers' unopened containers. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from iire hydrant. Keep public and private driveways and street crossings open. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City's Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,0001inear feet, unless otherwise approved in writing by City's Project Representative. PART 2 - EXECUTION 21 FIELD (ox] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non-Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 2.2 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. END OF SECTION CITY OF FORT WORTH Texas Way Reconstruction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCLTMENT3 City Project No. 02188 Revised July 1, 2011 01 66 00 - 3 PRODUCT STORAGE AND HANDLING REQUIItEMENTS Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Texas Way Reconstruction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS City Project No. 02188 Revised July 1, 2011 oi�000-i MOBILIZATION AND REMOBILIZATION Page 1 of 3 SECTION 0170 00 MOBIL,IZATION AND REMOBII,IZATION PART1- GENERAL l.l SUMMARY A. Section Includes: Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor's operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor's personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor's operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract .,. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor's operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization CITY OF FORT WORTH Texas Way Reconstruction at Meacham Airport STANUARD CONSTRUCTION SPECIFICATION DOCiIMENTS City Project No. 02188 Revised December 20, 2012 oi�000-2 MOBILIZATION AND REMOBILIZATION Page 2 of 3 1) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessary general facilities for the Contractor's operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c) Removal of all buildings or other facilities assembled at the Site for each Work Oder b. Mobilization and Demobilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance of the Work Order. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Speci�cation Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l. Mobilization and Demobilization a. Measure 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Remobilization for suspension of Work as specifically required in the Contract Documents a. Measurement 1) Measurement for this Item shall be per each remobilization performed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Specified Remobilization" in accordance with Contract Documents. c. The price shall include: 1) Demobilization as described in Section 11.A.2.a.1) 2) Remobilization as described in Section 1.1.A.2.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. CITY OF FORT WORTH Texas Way Reconstruction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCUMENT3 City Project No. 02188 Revised December 20, 2012 017000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 3 3. Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, or lost profits associated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work perfortned and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization as described in Section 1.1.A.3.a.1) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost proiits associated this Item. 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Emergency Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section 1.1.A.4.a) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Texas Way Reconshuction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS City Project No. 02188 Revised December 20, 2012 017123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 4 SECTION 0171 23 CONSTRUCTION STAKING AND SURVEY PART1- GENERAL l.l SUMMARY A. Section Includes: 1. Requirements far construction staking and construction survey B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l. Construction Staking a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 1.3 SUBMITTALS A. Submittals, if required, shall be in accordance with Section O 1 33 00. B. All submittals shall be approved by the City prior to delivery. 1.4 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Certificates 1. Provide certificate certifying that elevations and locations of improvements are in confortnance or non-conformance with requirements of the Contract Documents. a. Certificate must be sealed by a registered professional land surveyor in the State of Texas. B. Field Quality Control Submittals 1. Documentation verifying accuracy of field engineering work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Texas Way Reconstruction at Meacham Airport City Project No. 02188 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 4 1.5 QUALITY ASSURANCE A. Construction Staking 1. Construction staking will be perfortned by the City. 2. Coordination a. Contact City's Project Representative at least 2 weeks in advance for scheduling of Construction Staking. b. It is the Contractor's responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. 3. General a. Contractor is responsible for preserving and maintaining stakes furnished by City. b. If in the opinion of the City, a sufiicient number of stakes or markings have been lost, destroyed or disturbed, by Contractor's neglect, such that the contracted Work cannot take place, then the Contractor will be required to pay the City for new staking with a 25 percent markup. The cost for staking will be deducted from the payment due to the Contractor for the Project. B. Construction Survey 1. Construction Survey will be performed by the City. 2. Coordination a. Contractor to verify that control data established in the design survey remains b. c. d. intact. Coordinate with the City prior to field investigation to determine which horizontal and vertical control data will be required for construction survey. It is the Contractor's responsibility to coordinate Construction Survey such that construction activities are not delayed or negatively impacted. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. 1) City shall perform replacements and/or restarations. 3. General a. Construction survey will be performed in order to maintain complete and accurate logs of control and survey work as it progresses for Project Records. b. The Contractar will need to ensure coordination is maintained with the City to perform construction survey to obtain construction features, including but not limited to the following: 1) All Utility Lines a) Rim and flowline elevations and coordinates for each manhole or junction structure 2) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Every 2501inear feet (2) Horizontal and vertical points of inflection, curvature, etc. (All Fittings) (3) Cathodic protection test stations (4) Sampling stations (5) Meter boxes/vaults (All sizes) (6) Fire lines (7) Fire hydrants CITY OF FORT WORTH Texas Way Reconshuction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02188 Revised December 20, 2012 O17123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 4 � (8) Gate valves (9) Plugs, stubouts, dead-end lines (10) Air Release valves (Manhole rim and vent pipe) (11) Blow offvalves (Manhole rim and valve lid) (12) Pressure plane valves (13) Cleaning wyes (14) Casing pipe (each end) b) Storm Sewer (1) Top of pipe elevations and coordinates at the following locations: (a) Every 2501inear feet (b) Horizontal and vertical points of inflection, curvature, etc. c) Sanitary Sewer (1) Top of pipe elevations and coordinates for sanitary sewer lines at the following locations: (a) Every 2501inear feet (b) Horizontal and vertical points of inflection, curvature, etc. (c) Cleanouts Construction survey will be performed in order to maintain complete and accurate logs of control and survey work associated with meeting or exceeding the line and grade required by these Specifications. The Contractor will need to ensure coordination is maintained with the City to perform construction survey and to verify control data, including but not limited to the following: 1) Established benchmarks and control points provided for the Contractor's � 3) 4) 5) 6) 7) 8) 9) use are accurate Benchmarks were used to furnish and maintain all reference lines and grades for tunneling Lines and grades were used to establish the location of the pipe Submit to the City copies of field notes used to establish all lines and grades and allow the City to check guidance system setup prior to beginning each tunneling drive. Provide access for the City to verify the guidance system and the line and grade of the carrier pipe on a daily basis. The Contractor remains fully responsible for the accuracy of the work and the correction of it, as required. Monitor line and grade continuously during construction. Record deviation with respect to design line and grade once at each pipe joint and submit daily records to City. If the installation does not meet the specified tolerances, immediately notify the City and correct the installation in accordance with the Contract Documents. PART 2 - EXECUTION 2.1 APPLICATION 2.2 FIELD [oR] SITE QUALITY CONTROL A. It is the Contractor's responsibility to maintain all stakes and control data placed by the City in accordance with this Speciiication. CITY OF FORT WORTH Texas Way Reconstruction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS City Project No. 02188 Revised December 20, 2012 017123-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 4 B. Do not change or relocate stakes or control data without approval from the City. END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson CTI'Y OF FORT WORTH Texas Way Reconshuction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCLIMENTS City Project No. 02188 Revised December 20, 2012 SECTION Ol 74 23 CLEANING PART1- GENERAL 11 SUMMARY 017423-1 CLEANING Page 1 of 3 A. Section Includes: 1. Intermediate and �nal cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification l. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 32 92 13 — Hydro-Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.4 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. PART 2 - PRODUCTS 2.1 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer CITY OF FORT WORTH Texas Way Reconstruction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS City Project No. 02188 Revised July l, 2011 017423-2 CLEANING Page 2 of 3 PART 3 - EXECUTION 3.1 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on-site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Interior Final Cleaning 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other foreign materials from sight-exposed surfaces. 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 3. Wash and shine glazing and mirrors. 4. Polish glossy surfaces to a clear shine. 5. Ventilating systems a. Clean permanent filters and replace disposable filters if units were operated during construction. b. Clean ducts, blowers and coils if units were operated without filters during construction. CITY OF FORT WORTH Texas Way Reconshuction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCi1MENTS City Project No. 02188 Revised July 1, 2011 017423-3 CLEANING Page 3 of 3 6. Replace all burned out lamps. 7. Broom clean process area floors. 8. Mop office and control room floors. D. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re-seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Texas Way Reconshuction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCtTMENTS City Project No. 02188 Revised July 1, 2011 017719-1 CLOSEOUT REQUII2EMENTS Page 1 of 3 SECTION 017719 CLOSEOUT REQUIREMENTS PART1- GENERAL 11 SUMMARY A. Section Includes: 1. The procedure for closing out a contract B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 ADMINISTRATIVE REQUIREMENTS A. Guarantees, Bonds and Affidavits 1. No application far final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims l. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.4 SUBMITTALS A. Submit all required documentation to City's Project Representative. PART 2 - EXECUTION 2.1 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section Ol '78 39 2. Operation and Maintenance Data, if required, in accordance with Section O1 78 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section O1 74 23. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 201 I Texas Way Reconstruction at Meacham Airport City Project No. 02188 017719-2 CLOSEOUT REQUIREMENTS Page 2 of 3 C. FinalInspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses £ Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion E � 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). Supporting Documentation Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. END OF SECTION CTTY OF FORT WORTH Texas Way Reconstruction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS City Project No. 02188 Revised July l, 2011 017719-3 CLOSEOUT REQUIItEMENTS Page 3 of 3 Revision Log DATE NAME SLf�vIMAKY OF CHANGE CITY OF FORT WORTH Texas Way Reconshuction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02188 Revised July I, 2011 017823-1 OPERATION AND MAiNTENANCE DATA Page 1 of 4 SECTION 0178 23 OPERATION AND MAINTENANCE DATA PART1- GENERAL U_ ►/ ._ : ' A. Section Includes: 1. Product data and related information appropriate far Ciry's maintenance and operation of products furnished under Contract ; 2. Such products may include, but are not limited to: a. Traffic Controllers b. Irrigation Controllers (to be operated by the City) c. Butterfly Valves B. Deviations from this City of Fort Worth Standard Specification l. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.4 SUBMITTALS A. Submittals shall be in accordance with Section O1 33 00 . All submittals shall be approved by the City prior to delivery. 1.5 INFORMATIONAL SUBMITTALS A. Submittal Form ; 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8'/Z inches x 11 inches ' b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer's printed data, or neatly typewritten d. Drawings 1) Provide reinforced punched binder tab, bind in with text CTI'Y OF FORT WORTH Texas Way Reconstruction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02188 Revised December 20, 2012 017823-2 OPERATION AND MAINTENANCE DATA Page 2 of 4 2) Reduce larger drawings and fold to size of text pages. e. Provide fly-leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupmgs. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: CITY OF FORT WORTH Texas Way Reconstruction at Meacham Airport STANDARU CONSTRUCTION SPECIFICATION DOCiJMENTS City Project No. 02188 Revised December 20, 2012 017823-3 OPERATION AND MAINTENANCE DATA Page 3 of 4 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 3. Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in imal form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut-down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams i. Charts of valve tag numbers, with location and function of each valve CITY OF FORT WORTH Texas Way Reconstruction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS City Project No. 02188 Revised December 20, 2012 O 1 78 23 - 4 OPERATION AND MAINTENANCE DATA Page 4 of 4 1.6 j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking f. Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent required to communicate essential data 3. Skilled as draftsman competent to prepare required drawings END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE S/31/2012 D. Johnson 1.S.A.1 — title of section removed CTI'Y OF FORT WORTH Texas Way Reconstruction at Meacham Airport STANUARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02188 Revised December 20, 2012 017839-1 PROJECT RECORD DOCUMENTS Page 1 of 3 SECTION Ol '78 39 PROJECT RECORD DOCUMENTS PART1- GENERAL l.l SUMMARY A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification l. None. C. Related Specification Sections include, but are not necessarily limited to: l. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City's Project Representative. 1.4 QUALITY ASSURANCE A. Accuracy of Records l. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other pocuments where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.5 STORAGE AND HANDLING A. Storage and Handling Requirements CITY OF FORT WORTH Texas Way Reconstnzction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02188 Revised July 1, 2011 017839-2 PROJECT RECORD DOCUMENTS Page 2 of 3 L Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. PART2- PRODUCTS 21 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the Ciry, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 17\ 711[t� D►.� DC�li� � [7�i 3.1 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 2 � 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCLTMENTS - JOB SET". Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. Coordination with Construction Survey a. At a minimum, in accordance with the intervals set forth in Section O1 71 23, clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a"cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. 5. Conversion of schematic layouts CTI'Y OF FORT WORTH Texas Way Reconstruction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS City Project No. 02188 Revised July l, 20ll 01 78 39 - 3 PROJECT RECORD DOCUMENTS Page 3 of 3 a. L c. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifcations of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is detertnined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as speciiically issued in writing by the City. B. Final Project Record Documents 1. Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. c. Call attention to each entry by drawing a"cloud" around the area or areas affected. d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other pocuments a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CTI'Y OF FORT WORTH Texas Way Reconstruction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCLTMENT3 City Project No. 02188 Revised July 1, 2011 fi � �-� TECHNICAL SPECIFICATIONS NOTE: All Construction within the state right of way will require compliance with the 2004 TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges. Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies follow. Division 32 — Exterior Improvements 32 14 13 Unit Pavers Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: htps://proiectpoint.buzzsaw.com/client/fortworth�ov/Resources/02%20- %20Construction%20Documents/Specifications Division 02 - Existing Conditions 02 41 13 Selective Site Demolition 02 41 15 Paving Removal Division 31- Earthwork 31 10 00 Site Clearing 31 23 16 Unclassified Excavation 31 24 00 Embankments 31 25 00 Erosion and Sediment Control Division 32 - Exterior Improvements 32 11 23 Flexible Base Courses 32 13 13 Concrete Paving 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 13 73 Concrete Paving Joint Sealants 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 17 23 Pavement Markings 32 91 19 Topsoil Placement and Finishing of Parkways 32 92 13 Hydro-Mulching, Seeding, and Sodding Division 34 - Transportation 34 41 30 Aluminum Signs 34 71 13 Traffic Control �� �i SECTION 321413 UNIT PAVERS PART 1- GENERAL 1.01 SCOPE A. This work includes all labor, materials and equipment required to install concrete unit pavers. 1.02 SUBMITTALS A. Product Data: For the concrete pavers. B. Samples for Verification: Provide full-size units of each type of unit pavers indicated; in sets for each color, texture, and pattern specified, showing the full range of variations expected in these characteristics. C. Qualification Data: Provide qualifications for unit paver installers to demonstrate their capabilities and experience. Include lists of completed projects with project names and addresses, names and addresses of architects and owners, and other information specified. 1.03 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has completed unit paver installations similar in material, design, and extent to that indicated for this Project and whose work has resulted in construction with a record of successful in-service performance. B. Source Limitations: Obtain each type of unit paver, joint material, and setting material from one source with resources to provide materials and products of consistent quality in appearance and physica) properties. C. Mockups: Before installing unit pavers, build mockups for each type and pattern of unit pavers required to demonstrate aesthetic effects and qualities of materials and ' execution. Build mockups to comply with the following requirements using materials indicated for the completed Work, including same base construction, special features for expansion joints, and contiguous work as indicated: Texas Way Reconstruction at Meacham Airport Page 1 1. Build mockups in the location and of the size indicated as directed by Architect/Engineer. 2. Notify Architect/Engineer seven (7) days in advance of dates and times when mockups will be constructed. 3. Demonstrate the proposed range of aesthetic effects and workmanship. 4. Obtain Architect's/Engineer's approval of mockups before starting unit paver installation. 5. Maintain mockups during construction in an undisturbed condition as a standard forjudging the completed Work. 6. Approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. 1.04 DELIVERY, STORAGE, AND HANDLING A. Protect unit pavers and aggregate during storage and construction against soiling or contamination from earth and other materials. 1. Cover pavers with plastic or use other packaging materials that will prevent rust marks from steel strapping. 1.05 PROJECT CONDITIONS A. Cold-Weather Protection: Do not use frozen materials or materials mixed or coated with ice or frost. Do not build on frozen setting beds. Remove and replace unit paver work damaged by frost or freezing. PART 2 - PRODUCTS 2.01 UNIT PAVERS A. Concrete Pavers: Solid, interlocking paving units, ASTM C 936, made from normal- weight aggregates as manufactured by Pavestone or approved equal. B. Color and Texture. Border pavers shall be Antique Brown, twelve (12") inch by twelve (12") inch by eighty (80 mm) millimeter pouble Holland Stone pavers with a parkway finish. The field pavers shall be Milsap in color, Plaza Stone large rectangle and square pavers eighty (80mm) millimeters in thickness. 2.02 SAND MATERIALS A. Sand for Leveling Course: Sound, sharp, washed natural sand or crushed stone complying with gradation requirements of ASTM C 33 for fine aggregate. Texas Way Reconstruction at Meacham Airport Page 2 B. Sand for Joints: Fine, sharp, washed natural sand or crushed stone with one hundred (100%) percent passing No. 16 sieve and no more than ten (10%) percent passing No. 200 sieve. PART 3 - EXECUTION 3.01 EXAMINATION A. The Installer shall examine areas indicated to receive pavers, for compliance with requirements for installation tolerances and other conditions affecting performance. Proceed with installation only after unsatisfactory conditions have been corrected. ��[�i�J:T�7_�:7_�r[�I�I A. Concrete base must have reached the required strength requirement before paver installation can begin. 3.03 INSTALLATION, GENERAL A. Do not use unit pavers with chips, cracks, voids, discolorations, and other defects that might be visible or cause staining in finished work. B. Mix pavers from several pallets or cubes, as they are placed, to produce uniform blend of colors and textures. C. Cut unit pavers with a block splitter or motor-driven masonry saw equipment to provide clean, sharp, un-chipped edges. Cut units to provide pattern indicated and to fit adjoining work neatly. Use full units without cutting where possible. Hammer cutting is not acceptable. D. Paver Pattern: The paving pattern for the edge pavers shall be a single rowlock course. The paving pattern for the field pavers shall be a random pattern. E. Tolerances: Do not exceed one thirty second (1/32") inch unit-to-unit offset from flush (lippage) or eighth (1/8") inch in ten (10') feet from level, or indicated slope, for finished surface of paving. 3.04 INSTALLATION, SPECIFIC A. Place leveling course and screed to a thickness of one (1") to one and one-half (1- 1/2") inches, taking care that moisture content remains constant and density is loose and constant until pavers are set and compacted. B. Treat leveling base with soil sterilizer to inhibit growth of grass and weeds. Texas Way Reconstruction at Meacham Airport Page 3 C. Set pavers with a minimum joint width set by spacer bard, being careful not to disturb leveling base. Use string lines to keep straight lines. Fill gaps between units that exceed three eights (3/8') inch with pieces cut to fit from full-size unit pavers. D. Vibrate pavers into leveling course with a low-amplitude plate vibrator capable of a 3500- to 5000-Ibf compaction force at 80 to 90 Hz. Perform at least three (3) passes across pavers with vibrator. Vibrate under the following conditions: 1. After edge pavers are installed and there is a completed surface or before surface is exposed to rain. 2. Before ending each day's work, fully compact installed concrete pavers to within thirty six (36") inches of the laying face. Cover open layers with non- staining plastic sheets overlapped forty eight (48") inches on each side of the laying face to protect it from rain. E. Spread dry sand and fill joints immediately after vibrating pavers into leveling course. Vibrate pavers and add sand until joints are completely filled, then remove excess sand. Leave a slight surplus of sand on the surface for joint filling. F. Do not allow traffic on installed pavers until sand has been vibrated into joints. G. Repeat joint-filling process thirty (30) days later. 3.05 REPAIR, POINTING, CLEANING, AND PROTECTION A. Remove and replace unit pavers that are loose, chipped, broken, stained, or otherwise damaged or that do not match adjoining units as intended. Provide new units to match adjoining units and install in same manner as original units, with same joint treatment and with no evidence of replacement. END OF SECTION Texas Way Reconstruction at Meacham Airport Page 4 APPENDIX GC-4A1 Availability of Lands - NONE GC-4.02 Subsurface and Physical Conditions - NONE GC-4.04 Underground Facilities — NONE GC-4.06 Hazardous Environmental Condition at Site - NONE GC-6.06.D Minoriry and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination - NONE GR-01 60 00 Product Requirements - NONE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Texas Way Reconstruction at Meacham Airport City Project No. 02188 GC-4.01 Availability of Lands THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Texas Way Reconstruction at Meacham Airport City Project No. 02188 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH " ' STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Texas Way Reconsttuction at Meacham Airport Ciry Project No. 02188 GC-4.04 Underground Facilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Texas Way Reconstruction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS Ciry Project No. 02188 Revised July 1, 2011 GC-4.06 I3azardous Environmental Condition at Site �� , � � � CITY OF FORT WORTH Texas Way Reconshuction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 02188 Revised July 1, 2011 GC-6.06.D Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Texas Way Reconstruction at Meacham Airport City Project No. 02188 FORT WORTH City of Fort Worth Minority Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY 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 1 1 % of th2 tOt81 bld (Base bid applies to Parks and Community Services). Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts 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. The Offeror shall deliver the MBE documentation in person to the appropriate employee of the managing department and obtain a date/time receipt. Such receipt shall be evidence that the City received the documentation in the time allocated. A faxed copy will not be accepted. 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 opening 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 M/WBE Office at (817) 212-2674. Rev. 5/30/12 ATTACHMENT1A Page 1 of 4 FORT WORTH City of Fort Worth Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime PROJECT NAME: M/W/DBE NON-M/W/DBE BID DATE City's MNVBE Project Goal: Prime's MIWBE Project Utilization: PROJECT NUMBER % % Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the M/WBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered 1St tier, a payment by a subcontractor to its supplier is considered 2"d tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. I; I I� I 1 Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE). If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm, including M/WBE owner-operators, and receive full M/WBE credit. The M/WBE may lease trucks from non-M/WBEs, including owner-operators, but will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease agreement. Rev. 5/30/03 i FoR� ATTACHMENT 1A Page 2 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-M/WBEs. Please list M/WBE firms first, use additional sheets if necessary. Certification o (check one) n SUBCONTRACTOR/SUPPLIER T N T Detail Detail Company Name i � X M Subcontracting Work Supplies Purchased Dollar Amount Address e M H► T D W Telephone/Fax r B B R O B E E � T E A ( I ( ( I I � � � � Rev. 5/30/03 FoR. T� H ATTACHMENT1A Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-M/WBEs. Please list M/WBE firms first, use additional sheets if necessary. SUBCONTRACTOR/SUPPLIER Company Name ' Address Telephone/Fax Certification o (check one) n T N T � C X M e M W T D N r B B R O B E E C T E A Detail I Detail I Subcontracting Work Supplies Purchased Dollar Amount Rev. 5/30/03 FORT WOR'I'H � ATTACHMENT1A Page 4 of 4 Total Dollar Amount of M/WBE Subcontractors/Suppliers $ Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 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 Manager or designee through the submittal of a Requesf for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional 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 and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. � Authorized Signature Title Company Name Address CitylState/Zip Printed Signature Contact Name/Title (if different) Telephone and/or Fax E-mail Address Date Rev. 5/30/03 F�RT WORTH City of Fort Worth Prime Contractor Waiver Form ATTACHMENT 1B Page 1 of 1 PRIME COMPANY NAME: Check applicable block to describe rime PROJECT NAME: M/W/DBE NON-M/W/DBE BID DATE City's M/WBE Project Goal: PROJECT NUMBER o�a If both answers to this form are YES, do not complete ATTACHMENT 1 C(Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1 C. This form is only applicable if bQth answers are yes. Failure to complete this form in its entirety and be received by the Manaqina Department on or before 5:00 p.m., five (5) Citv business days after bid openinq, exclusive of the bid opening date, will result in the bid being considered non-responsive to bid specifications. Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this NO project, this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. NO The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/WBE(s) on this contract, the payment therefore and any proposed changes to the original M/WBE(s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the M/WBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. Authorized Signature Title Company Name Address City/State/Zip Printed Signature Contact Name (if different� Phone Number Fax Number Email Address Date Rev. 5/30/03 ATTACHMENT1B Page 2 of 1 Rev. 5I30103 ATTACHMENT 1C Page 1 of 3 FORT wQRTH City of Fort Worth Good Faith Effort Form PRIME COMPANY NAME: Check applicable block to describe prime PROJECT NAME: M/W/DBE NON-M/W/DBE BID DATE City's M/WBE Project Goal: PROJECT NUMBER % If you have failed to secure M/WBE participation and you have subcontracting andlor supplier opportunities or if your DBE participation is less than the City's project goal, you must complete this form. If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith EfFort requirement absent proof of fraud, intentional and/or knowing misrepresentation the facts or intentional discrimination by the bidder. Failure to complete this form, in its entirety with supporting 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. 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 M/WBE or non-M/WBE. (DO NOT LIST NAMES OF FIRMS On Combined Projects, list each subcontracting and or supplier opportunity through the 2" tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Rev. 05/30103 ATTACHMENT 1C Page 2 of 3 2.) Obtain a current (not more than three (3) months old from the bid open date) list of MNVBE subcontractors and/or suppliers from the City's M/WBE Office. Yes No Date of Listing / /, 3.) Did you solicit bids from M/WBE 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? Y@S (If yes, attach M/WBE mail listing to include name of firm and address and a dated copy of letter mailed.) No 4.) Did you solicit bids from MIWBE 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? Y@S (If yes, attach list to include name of MIWBE firm, ep rson contacted, phone number and date and time of contact.) No NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile is used, attach the fax confirmation, which is to provide M/WBE name, date, time, fax number and documentation faxed. NOTE: if the list of M/V11BEs for a particular subcontracting/supplier opportunity is ten (10) or less, the bidder must contact the entire list to be in compliance with questions 3 and 4. if the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or more, the bidder must contact at least two- thirds (2/3) of the list within such area of opportunity, but not less than ten to be in compliance with questions 3 and 4. 5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of plans and specifications in order to assist the M/WBEs? Yes No 6.) Submit documentation if M/WBE quotes were rejected. The documentation submitted shouid be in the forms of an affidavit, include a detailed explanation of why the M/WBE was rejected and any supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the bidder will provide for confidential in-camera access to and inspection of any relevant documentation by City personnel. P/ease use additional sheefs, if necessa , and attach. Com an Name Telephone Contact Person Scope of Work Reason for Re'ection Rev. 05/30/03 ATTACHMENT 1C Page 3 of 3 ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain M/V11BE participation on this project. The bidder 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 bidder 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 and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. The undersigned certifies that the information provided and the M/WBE(s) listed was/were contacted in good faith. It is understood that any MIWBE(s) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City's M/V11BE Office. Authorized Signature Title Company Name Address City/State/Zip Printed Signature Contact Name and Title (if different) Phone Number Fax Number Email Address Date Rev. 05/30103 i Joint Venture Page 1 of 3 � S J �q � � � � FORT WORTH Name of City project: 1. Joint venture information: CITY OF FORT WORTH Joint Venture Eli�ibility Form All qttestions �nust be answered; use "NA" if applicable. A joint venture form must be completed on each project RFPBid/Purchasing Number: Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Facsimile: E-mail address: Cellular: Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required fo provide detailed explanations of work to be performed by each firm comprising the 'oint venture M/WBE firm Non-M/WBE name: firm name• Business Address: Business Address: City, State, Zip: City, State, Zip: Telephone Facsimile E-mail Telephone Facsimile Cellular Cellular Certification Status: E-mail address Name of Certifying Agency: 2. Sco e of work erformed b the Joint Venture: Describe the sco e of work of the M/WBE: Describe the sco e of work of the non-M/WBE: Rev. 5/30/03 Joint Venture Page 2 of 3 3. What is the percentage of M/WBE participation on this joint venture that you wish to be counted toward meeting the project goal? 4. Attach a copy of the joint venture agreement. 5. List components of ownership of joint venture: (Do not con:plete if this inforrnation is described in joint ver:tur�e agr•eement) Profit and loss sharing: Capital contributions, including equipment: Other applicable ownership interests: 6. Identify by name, race, sex and �rm those individuals (with titles) who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating ---------------------------------------------- b. Marketing and Sales ---------------------------------------------- c. Hiring and Firing of management personnel ---------------------------------------------- d. Purchasing of major equipment and/or supplies Supeivision of field operations The City's Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the M/WBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's M/WBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's MNVBE Ordinance. Rev. 5/30/03 Joint Venture Page 3 of 3 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermare, the undersigned shall agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments herein. The City also reserves the right to request any additional infortnation deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time speciiied is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books, records and iiles of the joint ventttre by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint vent�ire's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false _statements or willful_misrepresentation of facts___________________ __ - -- - - ----------------------------- - --------------------- ---- ------------------------------ Name of M/WBE firm Namc of non-M/WBE firm Printcd Name of O�vner Printed Namc of Owncr Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title Title Date Date Notarization State of On this County of day of , 20 , before me appeared and to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public Print Name . Notary Public Signature Commission Expires (seal) Rev. 5/30/03 GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Texas Way Reconstruction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOC[JMENTS City Project No. 02188 Revised July 1, 2011 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Asphalt Distributor Operator Asphalt Paving Machine Operator Asphalt Raker Broom or Sweeper Operator Concrete Finisher, Paving and Structures Concrete Pavement Finishing Machine Operator Concrete Saw Operator Crane Operator, Hydraulic 80 tons or less Crane Operator, Lattice Boom 80 Tons or Less Crane Operator, Lattice Boom Over 80 Tons Crawler Tractor Operator Electrician Excavator Operator, 50,000 pounds or less Excavator Operator, Over 50,000 pounds Flagger Form Builder/Setter, Structures Form Setter, Paving & Curb Foundation Drill Operator, Crawler Mounted Foundation Drill Operator, Truck Mounted Front End Loader Operator, 3 CY or Less Front End Loader Operator, Over 3 CY Laborer, Common Laborer, Utility Loader/Backhoe Operator Mechanic Milling Machine Operator Motor Grader Operator, Fine Grade Motor Grader Operator, Rough Off Road Hauler Pavement Marking Machine Operator Pipelayer Reclaimer/Pulverizer Operator Reinforcing Steel Worker Roller Operator, Asphalt Roller Operator, Other Scraper Operator Servicer Small Slipform Machine Operator Spreader Box Operator Truck Driver Lowboy-Float Truck Driver Transit-Mix Truck Driver, Single Axle Truck Driver, Single or Tandem Axle Dump Truck Truck Driver, Tandem Axle Tractor with Semi Trailer Welder Work Zone Barricade Servicer Wage Rate $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 15.32 13.99 12.69 11.74 14.12 16.05 14.48 18.12 17.27 20.52 14.07 19.80 17.19 16.99 10.06 13.84 13.16 17.99 21.07 13.69 14.72 10.72 12.32 15.18 17.68 14.32 17.19 16.02 12.25 13.63 13.24 11.01 16.18 13.08 11.51 12.96 14.58 15.96 14.73 16.24 14.14 12.31 12.62 12.86 14.84 11.68 The Davis-Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas' Standard Job Classifications and Descriptions for Highway, Heavy, Utilities, and Industrial Construction in Texas. Page 1 of 1 GC-6.09 Permits and Utilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Texas Way Reconstruction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS City Project No. 02188 Revised July 1, 2011 � ,TOXe4 Deyart�t l innapoilaflon PERMIT TO CONSTRUCT STREET CONNECTION FACILITI�S ON HIGHWAY RIGHT OF WAY r �� :�,;�;�5'�1`� ��V:�.'x"' � V a .''�:,��r'; qyi�;+�'�� a�� � a�.i�. .,''a�' -� � �°,� 1i� �!i''I 9 a .b ;`t'�,%l � �,� ���,�,i . ¢\M�����f�;'�' T« The City of Fort Worth Hwy. BU 287P Permit No, lO—SC-163-14 c/o GARV�R USA Control 13 Section 10 3010 Gaylord Parkway, Suite 190 Frisco, Texas 75034 The Texas Department of Transportation, hereinafter called the State, hereby authorizes, The City of I'ort Wo��th, hereinafter called the grantee, to (re) consttuct street connection paving, curb & gutter, sidewalk & pedestrian elements, signing and pavement ►narkings on the highway right-of-way abutting Highway No. BU 287P in TARRANT County, located o�i BU 287P at tl�e intersectiou with Texas Way i�i Foi•t Worth, Texas. Subject to the following: The grantee is responsible for the costs associated with the construction of these elements. 2. Design of facilities shall be as follows and/or as shown on sketch: TO CONSTRUCT STR��T CONN�CTION PAVING, CURB & GUTT�R, SIDEWALK & P�D�STRIAN �L�MGNTS, SIGNING AND PAV�M�NT MARICINGS IN ACCORDANC� WITH THE ATTACHED PLANS SEALED BY L. CLAY LIPSCOMB, P.E. ON 9- 8-2014. ALL CONSTRUC'I'ION WITHIN TH� STAT� RIGHT OF WAY SHALL BE IN ACCORDANC� WITH STATG STANDARDS AND SPECIFICATIONS. ALL PAV�MENT MARKINGS WITHIN TH� STAT� RIGHT OF WAY SHALL BC TH�RMO-PLASTIC MAT�RIAL. ��rl;�Y�',' ;'� � ��; ��..,��/�;�.�',���� cc,� �, All pipe (CGMP or RCP1, safetv end treatments and base material shall be at the iob site located off the State riqht of wav prior to the drivewav installation. All construction and materials shall be subiect to inspection and appYoval bV the State. 3. Maintenance of facilities constiucted hereunder shall be the responsibility of the �rantee, and the State reserves the right to require any changes, maintenance or repairs as may be necessary to provide protection of life or propei�ty on or adjacent to the highway. Changes in design will be made only with approval of the State. 4. The grantee shall hold harmless the State and its duly appointed agents and employees against any action for personal inju�y or property damage sustained by reason of the exercise of this permit. 5. Except for regulatory and guide signs at county roads and city streets, the Gn•antee shall not erect any sign on or extending over any poi�tion of the highway right of way, and vehicle seivice fixtures such as seivice pumps, vendor stands, or tanks shall be located at least twelve 3.6 meter•s (12 feet) fi•om the right-of-way line to ensure that any vehicle services from these fixtures will be off the highway. 6. This permit will become null and void if the above-referenced facilities are not constructed within six (6) months from the issuance date of this permit. Minh Tran, P.E., Area �ngineer 7. The grantee will contact the State's representative �uless, Texas telephone (817) 399-4300 at least twenty-four (24) hours prior to beginning the work authorized by this permit. � DIST FIL�: ,� Date of Issuance; Time Process: y Date: �� September 16, 2014 7 Days Signed: Teas Department of Transportation ��� `��1�-�-�/ District Engineer For: Septembei� 9, 2014 Ricardo Gonzalez, P. E. Director of Maintenance Texas Department of Transportation ��\. �„1 11il�.��MAL��`i �����', THE CITY of FORT WORTH RECONSTRUCT TEXAS WAY AT� MEACHAM INTERNATIONAL AIRPORT CONSTRUCT STREET CONNECTION PAVING, CURB & GUTTER, SIDEWALK & PEDESTRIAN ELEMENTS, SIGNING AND PAVEMENT MARKINGS BU 287P at the intersection with Texas Way Fort Worth, Texas All construction within the State right of way shall be coordinated with the Texas Department of Transportation. ALL CONSTRUCTION INVOLVING STATE RIGHT OF WAY SHALL BE IN ACCORDANCE WITH THE ATTACHED PLANS AND MEET STATE STANDARDS AND SPECIFICATIONS. Ricky Taylor, State Inspector, telephone number 817-232-1304, Saginaw, Texas shall be notified forty-eight hours prior to beginning this project within the State right of way. PRE-JOB CONSTRUCTION MEETING IS REQUIRED PRIOR TO BEGINNING CONSTRUCTION WITHIN THE STATE RIGHT OF WAY AUTHORIZED BY THIS PERMIT. Signs and barricades shall be provided by the contractor which shall consist of detours, barricades, warning signs, flares, flashing light signals, and flagmen as are necessary to direct and protect vehicular traffic while the construction work as described above is done on the State right of way. All traffic control procedures as mentioned above shall be in compliance with the "Texas Manual on Uniform Traffic Control Devices." I Ll � �. Page 2 Utility companies shall be given prior notification of the pending construction to ensure that no conflicts exist within this project area. All utilities that are located under any proposed widening for deceleration lanes shall be relocated to an acceptable location. Any utility installations within the right of way that does not meet certain depth requirements as the result of changing any grades in the construction of this project will need to be lowered to meet those specified depth requirements as originally permitted. I MI �C�RTANT_-M ESSA.� �, � Traffic Signal Operations, telephone number 817- �� � 370-6671, shall be notified forty-eight hours prior to beginning any excavation within the right ofi way in order that the State may verify the existence of � any electrical wiring. � Y������ ������r�w��, �����:� Ir�s����c�ri�i�r,al �pec;i�����;, ��lephone number 817- �� 370-3660, Fort Worth, shall also be notified forty- � ' eight hours prior to excavation within the right of � wa in order that the State ma verif the existence Y Y Y � �� .����� �A��r���r.���;A�-: ����.��� �� ��A�_���������:������ � :��������~�����.�., Failure to provide proper notification will result in ,� the immediate repair at the grantee's expense. � �� I �l GC-6.24 Nondiscrimination THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Texas Way Reconstruction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS Ciry Project No. 02188 Revised July 1, 2011 GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Texas Way Reconshuction at Meacham Airport STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 02188 Revised July 1, 2011