Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 52199
city Secre CITY SECRETARY const etion 0 CONTRACT NO. ojea ,gam'M FORT WORTH CONTRACT FOR THE CONSTRUCTION OF N RIVERSIDE BRIDGE FASCIA STONE REPAIR City Project No. 101896 Betsy Price David Cooke Mayor City Manager Steve Cooke Interim Director,Transportation and Public Works Department Prepared for The City of Fort Worth TRANSPORTATION PUBLIC WORKS 2019 lot � PJADI.NU o e�006rta vaa9.♦o4.l6•oje� 'd, , a88 3 :1 p I d11 g/9,0/J;, OFFICIAL RECORD p ciTY SECRETARY FT. WORTHo TX a FORTWORTH, City of Fort Worth Standard Construction Specification Documents Adopted September 2011 00 00 00-I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page I of 3 SECTION 00 00 00 TABLE OF CONTENTS Division 00- General Conditions 0005 10 Mayor and Council Communication 0005 15 Addenda 00 11 13 Invitation to Bidders 0021 13 Instructions to Bidders 0032 15 Construction Project Schedule 0032 15.1 Construction Project-Baseline Example 0032 15.2 Construction Project-Progress Example 0032 15.3 Construction Project-Schedule Narrative 0032 15.4 Construction Project-Submittal Process 0035 13 Conflict of Interest Affidavit 0041 00 Bid Form 00 42 43 Proposal Form Unit Price 0043 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 0045 12 Prequalification Statement OMITTED 00 45 26 Contractor Compliance with Workers' Compensation Law 00 45 40 Minority Business Enterprise Goal 00 45 41 Small Business Enterprise Goal 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division 01 -General Requirements 01 1100 Summary of Work 01 25 00 Substitution Procedures 01 31 19 Preconstruction Meeting 01 31 20 Project Meetings 01 3233 Preconstruction Video 01 3300 Submittals 0135 13 Special Project Procedures 01 45 23 Testing and Inspection Services 01 5000 Temporary Facilities and Controls 01 55 26 Street Use Permit and Modifications to Traffic Control 01 57 13 Storm Water Pollution Prevention Plan 01 58 13 Temporary Project Signage 01 6000 Product Requirements 01 6600 Product Storage and Handling Requirements 01 7000 Mobilization and Remobilization 01 7123 Construction Staking and Survey CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA.STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised February 2,2016 00 00 00-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 3 01 7123.01 Attachment A Survey Staking Standard 01 74 23 Cleaning 0177 19 Closeout Requirements 01 78 23 Operation and Maintenance Data 01 7839 Project Record Documents Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 31 -Earthwork 3123 16 Unclassified Excavation 31 37 00 Riprap Division 32-Exterior Improvements 3232 13 Cast-in-PIace Concrete Retaining Walls Division 34-Transportation 3471 13 Traffic Control Appendix GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates SL-1.00 Street Location SD-1.00 N Riverside Bridge--Stone Veneer Repair PIan SD-2.00 Standards Construction Details Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Website at: littl):Ht'ortwortlitexas.gov/tl)w/contra.ctors/ Division 03- Concrete 03 30 00 Cast-In-Place Concrete 03 34 13 Controlled Low Strength Material(CLSM) 0334 16 Concrete Base Material for Trench Repair 03 8000 Modifications to Existing Concrete Structures 31 25 00 Erosion and Sediment Control 3292 13 Block Sod Placement TxDOT Specifications Applicable specifications listed below can be found on TxDOT's website address below: ITEM 420 Concrete Substructures littp://www.dot.state.tx.tis/,tpps-cp-/I)urel-iasinetssi.litni tssi.htm DMS 4675 Cementitious Grouts and Mortar for Miscellaneous Application htip://A,%,w.dot.state,.tx.us/apps-egLinatelial specifications/default.hlm? END OF SECTION CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised February 2,20I6 City of moat Worth, Texas Mayor n Council Communication COUNCIL ACTION: Approved on 119/2019 DATE: Tuesday, March 19, 2019 REFERENCE NO.: "* 29459 LOG NAME: 20NORTH R111ERSIDE BRIDGE FASCIA STONE REPAIR CONTRACT SUBJECT: ALIthorize Execution of a Contract with Fort Worth Civil Constructors, LLCM, in the AMOLInt of 197,925.00 fef North Riverside Bridge Fascia Stone Repair at North Riverside Badge (Dalton street - Heritage Trace Parkway) L.acated at 0.04 Miles South of Heritage Trace Parkway (COUNCIL DISTRICT 4) RECOMMENDATION: It is recommended that the CIly COUndl authorize the exacution of a contract with Fort Warth CIvII Constructors, LLC, in the amount of $197.925.00 for North RIverside Bridge Fascia Stone Repair at North Riverside Bridge (Dalton Street - Heritage Trace Parkway) located at 0 {}4 miles smith of Heritage Trace Parkes ay identified in the attached location map {City Project No. '101896}, DISCUSSION: In the Fiscal Year 2019. Pay-Go Contract Street Maintenance Program. vaarious types of street and bridge rnaintenance are grouped Into specific contract packages. This contract will provide a fascia Stone repair for North RlverstdaW Bridge (Block 9400-9595). onstructlon for this project is expected to start approximately April. 2019 and is expected to be completed by approximately August, 2019. Upon completion of the project, there wN be no anticipated impacts on the general fund operating budget. This project was advertised for bid on December 13, 2018 and December 20, 2016 rn the Fort UVorth Star, Telegram_ On January 17, 2018, the follo rng bid was r"'ce'vedr which staff flnds is fair and reasonable for the scope of ark: — — ffidders Amount Fort Worth Civil Contractors, LLC I $fi Fart Worth Civil Constcuctors, LLC, is in compliance with the Oity's BDB OrdInance by carrimitting to 3% MBE parOcipaa#Ion and ,documenting good taith effort. Fort Wofth Civil CenstrLictors, LLC, identified several subcontracting and suppller opportunities, Howarver, the films contacted in tha areas identified d I d not respond or did nil submit the lowest bids. The fty°s MBE goal an this project is 5%. The C ity reserves the right to increase or decrease quan0ties of indiViduaI pay items w1thin the contract provided that the total contract amount remains withIn plus or minus 25 percent of the contract award. This project Is located in COUNCIL DISTRICT 4- FISCAL INFORMATION fCERTIFICATION: i ne L)ner:Eor tea rinariccd uatuneB mat upon approvap vF xne tunas weir ve avaailaule Loga,ame: 20N'OR'r1 f R1'VERSIDE BRIDGE FASC TA STONF R E PA IR t~ONTRA CT Page I of as appropriated, of the GenwaI CapItaI Project Funds, Prior to and expenditure being incurriad, the pa rti c I pa t I ng department has the res po nsi bil Ity to validate the availability of fLrnds. FUND IDENTIFIERS IFIDs : TO Fund Department Accoun Pro�ec�� rWgr�m otivityrf Budget Reference #moul LL ID ID C Year ( hairtfield . ) FROM Fund Department Accounts Project Prograrn ctivfl Budget Re # �Aference moun ID lid _ Year harifiold 2) CERTIFICATIONS: Submitted for City Manager's Office by: Susaan Alanis (8180) Drlaingting Department Head: Steve Dooka (51 4) Additional Information Contact: Juan Pablo Do La Cruz (6747) ATTACHMENTS 1. FID N. Riverside Brid e. (tFW Internal) 2. Form 12 e 'fi a to E VQS 2019-4 54 34 2 Red acted,pdf (RubiGc) 3. Map N_R E -.13RIDQE.2p1 . Street Mae pdf (Publicl 4. M1B SDIUO.Complianca_pdf (C Internal) 5_ SAM Search Result_pdf (CFW lntemef) Lognsine: 2ONOR H R1 VERS 11YE BRIDGE FASCIA STONIE REPAIR C NTRACT Page 2 of'2 i ADDENDUM NO. 1 N RIVERSIDE BRIDGE FASCIA STONE REPAIR CITY PROJECT NO.: 101896 Addendum No, 1 Issued:January 10,2019 Prospective Bidders are hereby notified of the following revision: INSTRUCTION TO BIDDERS SECTION 00 21 13: i Disregard Clause 3. Prequalification of Bidders (Contractors and Subcontractors). Pre prequalification of bidders is NOT required for this bid. Please acknowledge receipt of this addendum by signing and inserting into your proposal at the time of bidding. Failure to return a signed copy of this addendum may be grounds for rendering the i bid as nonresponsive. i Receipt Acknowledges: j i i By: I By: TARIQUL ISLAM,GRADUATE ENGINEER E t i 01I 21 1.3. I MTR[_TC7 ONS'1 G FADDERS Pur I uF9 f SECTION UO 21 1 2 fidSlTl'`U TTONS TO BIDDERS j DefinedTerms 4 5 1.1.Term g used in die T STRIJCTIONS TO f3I1 DERS, whiOi arc dcflkd ln'Scction 00 7 7 8 1.2,Ceilain additional terms used in these INSr RtlCTTONS TO BrDDERS have the 9 meanings indicated bfelow whick are applicable to both the singular and pfuiml thereof. [a 1 I 1,2.1. Bidder: Any person, firm. partnership, company, asscciatinri, or corporatiori acting 12 d i r"dy,ihn nigh a duIyr auI1wized reprus u Pi ra 11 vv. submitHiig a bid for p€F fin rrnir[LZ 13 the work.coriter11plated under the Contract Documents. H 15 122. Nonresident Didder, A11y pc Non, firm. parinomh p, company, association, or 16 narporatiar� acting directly Lbrough a du.Iy author[zed representative. ,;u13jil[tting a 17 bid for performing the work coritempl;tted undeer the Contract Documonts whose IN principal place ol'Wkness is riot in the State of Texas. 19 20 1.2.:3. Su0c ,Ou1 13iddur, T11e lowest rtspons1b]e and m ponsivc 3 idder to whurn City �I (can the has,ls ofCitys evWuatlan as hereinafter prwided) makes art Rwilrd, 22 23 2. Cupies of Bidding Decumenta 24 .5 2.1.NoIIhor City nor Engfrieov shy iII assurne Miy respoi sibi lily for eftr4 dr.misinierpreh, is s 26 resulting from the Bidders use of inwrnple#e sets of Biddlrig Dncumeiits 27 28 2,2.City and Engineer ire making capie,,; of Bidding D"tim mts avaiIAbi-,do so only Fno-the 29 puipuse or obtaining:Bids.foi'tlrc V.4Wurk and do not authorize ar'confer a fiaestse or grant M for any other e1gc. 31 32 3. Prequniiiication of BEd ders (Prime Cuntractors and Suheout rat!ifPrs) 33 34 A I "49 ddeptr�4+ei-st4wom-p ff,-ale-requ4ed-.t€-gyp lT types 31iHg P�eafreat # ktllis ,1 eye# -fi�r� >a -Fr -3G 37 F�Efll}rFFi@fi�4'k1fF}YCk1F�{'i1fF�FFIt{Ii4}F9 {41sF �0110Wi 38 39 '.t �gei�tsoeteFx�ected-FtF �� 1t ,;�} r�elpet�t •rw�[•►+�;nur�r�!t�F+r�+t�ri�x�I�a�9� r 41 0 0 4 � r}fiti_Gt{l}er2 1 _ ualifi 43 renr_�flrn�n �no�;rrr.ar�o �i3rw; .44 45 �T - ,I►}weltre�- e1e #rr-I �C{ ++� -; wFFkxa#f-[#: 48 atflFr�eel++nolrrga, r1+ R1�[ �FF 49 I 4 ti U CITY OF FORT WORTIi N.RIVER.SIDE BRIDUF•FASCLA STONE REPAIR STANDARD CON:MIKTTON SPF.CMF-ATTON 1-10C MENTN cityPratac[Ufa I01&% Auvigni Auglul 21.�U 15 0127I13-2 1NVMf1CMO STO91DDERS I a 3 h1 ierl#�t ,r,�sorr +rrgy, e�€t��tla � 6 .4ja 1%2QEVj*"iHMk6+Jt40 7 a 9 3.2.-Each 13idder unless currently prequalified,must be prepared to submit to City within 10 seven (7)calundnr days prior to Bid open jng, the docim6nIatinri iden fit I ied i11 Section 00 11 45 11, BFDDER5 PRE UAL1FICATION . 12 13 3.2.1. Submission ofandlor+ stions related to pregualWc:atl.ou should be addnees"to EEC the-City contact as provided in Paragraph 6 I 15 Iri 17 3:3,The City raseTw;s the right to require any pre-qualikied.contractor who is the apparent law 18 bidder(s) for a pn;jec t tea:subrn t suich addil ion a I information as [lie City, in its sole 19 discretion may reggir+e, including buL not limited to manpower and equipmenI recards, 20 knfosniatioii about key par:�unnel to he zwqaigned to the profct;t, rind con-st wtiort schedstle. 21: to asgzst Ih(;City in cwI tied ng acid assessing the ability of thu apparent In bidders) to deliver a quality product and successfully complete projects for the amount bid within 23 the stipulawd time fralme. Basl,d upon the City's assessrnant of the sub u6 tcd 24 informntion, a recommendation regarding the award of contract will be made to the 25 Cily Counci1. FaIIut-L to r�ubmit the WditionaI infomial.ioii, irrequcswd. May be g1-ounds 26 for rejecting the apparent low bidder as rion-responsive. Affected contractors will be 27 notified in writing of recomrnendatim Isi the Cify CQunci1. 28 29 3.4.In add iLion to prequalilication. additioital requ4ernents for quiliiic;adon may he requiivd 30 witiIin variO4 -sections 4Dtthe contract 1]0�,,uments, 3J 32 3.5.Special quAliflc:t imz mquired for this projc;-t include fete 1b1lowiing, 33 34 d. Examination of Bidding and Coialract Doe menu, Other Related Data,and Site 35 36 4.1.Bofore submitting a Bid,each Bidder 11: 37 39 4.1.1. Examine-and s:arehilly study the Contract Documents and other related data 39 ideutifled in die Biddibg Documents (InelWbig °torWcaI data" referred to in 40 Paragraph 4.2. bolow). No infrinnatian given by C lty or any representntjve nrthe 41 City other Nian thal c onta i ned in tho Contrazr Documents and offic:inI ly 42 prmrmIgawd Addeij&therM,shgl1 bc: biiiding upon the City, 43 44 4.1,2. Visit the sire to b0cowe firilWar with and misfy Bidder as fro the general, [Mal and 45 site conditions that may affuct casi,progress., performa3ice or-furnishing of the 46 -Work. 47 48 4.1.3. Consider fuderal, state Pnd lociiI Laws and REeg U 111tiofls thrtt may arfoct oast, 49 progtvss, perfbrmancc:or furry sWjag of the W6rk- 5� CITY OF FORT W+7RTIi N FJVQLSIDC BfUDOE•FASCIA STONIC Rt,PAJR STANDARD CONSTRtl=0N SIECIFICATION DOCUMENTS Cily ProjoctNo. 1111$96 ILav1%rd Akiguai 2.1.241 (N]21 13-3 N5TRU[;'T ONO T1 tr[ DV.ERS i AJA. OMITTED 3 4.1_5. S.tudy a31. (i) reports of-expinrations and tests ofsubsurface conditions at ov 4 contig-uou?.3 to the Site r nd:aII drawings of physical conditictis relating to rxistilig 9ut'face or subs oiface structures at the Site(except Underground Facilities) Lhat 6 have been ideniffli d in ilae Cantvaci DOCLLrrferlt5 try coni11inirlg re IiabIC "i�chnica1 7 daw" grad (ii)r�: oro grad dmwinp- of N9zardou% ErivironrnoentaI Conditions, it any, 9 igt the Site that tinve been identified in the Contract Documents as containing 9 reliable "teu1nical clatn." 10 11 4.1_6 Be advised that the Contract Dot;utni,.nt2i on file-wiih the Cliy shrill ;onsti III Ie n I I of 12 11ic infori-nation which ihvC'ity will I'rrrnish. All add iIiomiI inforrnatinn and data 13 which the City wi11 supply aver promulgation of the tormaI C'onlract Documents 14 slialI be issued in the form of written addumda and shall be me part of ttre Coal rod 15 Doc utnenit jw9t as.-though micI1 addenda were actually written into the origii)al 16 Contract Documents_ No intormatiork given by the 'City other lharL that cuntaiwed ire 17 11ie Cori raijI Doc u men(,i and officially proniulgated Wdentla ihereto. snail bt 18 binding upon the City. 19 20' 4.1.7, Perform independunt research, investigations% tells, boring-, attd.iwh other meats 21 as ivay be necessary to grin rr complete know ledge of the conditions which will lxe 22 eneoijnicred during the conmrucI inn of the project, On rr)g1Pest, City may provide 23 each Ridden access to the sitg to conduct such examinations, investigations, 24 explorations, tests arnd.studies as each Bidder dams necessary far submission of a 25 Bid. B410cr must fill a I I holds.aiid clean til, wld re�tott tllc site to its former 26 conditions upon compleLk)n of such axpIGratiors, itivesl ilgatiGns, tests anti studies. 27 23 d, l3, Deterniine ilie difficulties othhe Work and ali attending circumstances affecting the 29 cost of doing the Wojk, time rerlta heel for its compieiion, anti Anin al I information 30 rgiPired to make a pj�oposa1, Bidders siaaII tr,ly exelusiveIy and sbIely upon tlrair 31 awrt estimates. investigation, research, tests,explvrtaioiis, goad other drita wllith'are 32 nece ary for filll and c*mplew information upon whMi tits tarnposaI is to I hfksed, 33 it is understood that.the submissioai of pa-oposal is prima-facie evidence that the 34 Bidder itas rriade the investigation, exam ina(ioats and test-, herein "uir.>~d. C.iaut)s 35 fpr add itlonaI cnt pensatinii nitre w� variations between conditions actually 36 encountered in cons"c(ion and aa} indicated in the C:ont1'aact Dociir ient.s will n0i be 37 allowed. 38 3.9 -1.1.9. ProinpLly notify city o r a i I conflicts, etTon, ambigilities or discrepancies in or 40 het oell 111c {I)ntracI Doc u 1lr,-nM and such t llw related doctrax1ents, The Contractor 41 sha11 nol take adv:t.rrtage of any gears Briar ar omission in #lie Con]rnct 1}ooumcTA6, 42 nod the City slinII Ile l)elll111ed tip 01ake *trcli correctiom;i or inter'pivaticros as may 43 he deeniW tiecossary tier t N II men t of the intent of the Contract-Documents. 44 45 4., Deference Is made to �ooinn QO 73 QO— Suppr cz tentary Conditions for ideutifscatiwi off. 46 UTY GF FICEr WORTH N W Vl KSIDS L4RIDOL-FASCIA STONE REPAIR sTANDAR D CONSTRUCTTaNSirCC3FtC.`ATj0N.MCIlrytENTS City PMJCVl Nu. IM96 kcWocd Aagnst 2],2W 0021 13 •4 M RUL-MON3 TO 13MUERS Fags 4 of 9 1 4.2_1. tho rc-pear{ L of expIorstibrls;trid w3kr �FsubsttrrAce.uondfIions at or contiguous-to 2 the site which have been utilized by City in preparation of the Contract Dooumcpts, 3 The Iog!3 cif Soil Borings, if any, on the plain; are I-or genuml inf4matiari only. 4 Neither the City nor the-Engineer ga.ainntue IhAt the data slhown is mpresemstive of 5 conditions Whic11 azl-u rdly. cx.ist. 6 7 4.2.2. Ihase c nLWings of physicr t conditions in or relating to existing 5urfare and s subsurface structures (c=:pt (Jrl rgrouA Facililles)which are at or wtdgttous to 9 Ili site that have been utiIizod by City in preparation of the C:ontmci Docwnents. k0 1 1 C2.3. copies of su£h reports and drawings will be nhnde avai.4nble by City to any Bidder 12 on request, Those Ivpl)rts and dmwinp may riot be part of the Contrelpt 13 Doottincilis, but the "tee hnicaI data' wntalutd thr ,heir aMn whieb Diddor N entItied 14 to rely as provided in Para graplh 1.02. of the 0eneral C4nditioos has been identi fled 15' and csiabtishM in Paragnph SC 4.02 of the Swlpplemontary Condil.ions. Bidder is Chi wsponsibfa Cor any interpretation or corick Lis ion drawn from uray "leclitkic:al diita`car 17 oily other chile, interpretations, opinions or iLiL ormation. is 19 4.3,Tlhe submission ofaBid will canstitate an incnnti-Overtthle rupresentlition by Bidd$r(i) 20 that Bidder fray complied xvIIh every rr- ltju vtnenI of this Paragraph 4, (ii) Ihat without 21 exeeptien the Bid is.promised upon perform irig and ftimisli ing thr-Wurk requiivd by the 22 Con Imut Documents and applying the specific means, methods,techniques, sequences or 23 procedures of con sn-uction{1f iuiy) that may be showo or indicted or expressly required 24 by the Conbne:t Doutlments, (iii) that Bidder has given City written notice ofull 25 ccanflicLs,errors, aMb1 ;Ll WEt arld di5crtpancies in the Con Doutlmerits and the 26 written resaiutians thereof by City are acceptable to 13idder,.and when.said conflicts, 27 eta., have nc,.t.keen re nlv�d thrmtgh the incerpret;iti0ns b City as da ribed in 29 Parugmph 6.,and (iv) that Lhe Contract Documents are Senerally slitficlent to indicate 29 arld cnnvcy wi daratand Ing cif all lrt rltg and ccinditkons fcxr perfo ming and furnishing ihu 30 Work. 31 �2 4A The provisions.af this Paragraph 4, inc lkislvc, do not apply Ica Asbwtus, Polyc;hlorinai d 33 hiplienyls (PC:.Bs), Petroleum, H;arardous Waste or Radioactive Material covered by 34 Paragraph 4,06. of the Gelher4l Cowl Nons, unitq;q gpmffically i t ntilte d in the Contract 3.1 Documents, 16 37 S. Availability of Lands for Warh, Tkc. 38 39 5.I_The lands upon which the Work is to be performed, rights-of-way alto$ rasemcr!N ffir 40 ziccess thereto and other lands designated for use by Contractor in perfanning the Work 41 arc idt;jilili;:d in the C'.mIiiwt Domnentq. All acid itionaI lands grid aceoss thereto 42 required for temporary construction facilities, cqn-tnrction equipment or s#o1-Fige of 43 materials and equipment to be incorporated in the Work are to b(� obtained and psid for 44 by Contraet6r, Easemer5tx for permanantstmnums or pormallent change*; is existing 45 FaciIif.ies rare to be obtainers acid paid for bry City untess otherwise provided in the 46 -Contract T3ue4krmmts, 47 (.TFY OF FORT WORTH N WK49117YR AkMtdC -I:ASCLA-1Z3-6NF-R2PAlk "TAN DART)CC7R+157'f#UCTION SFEV.MCA'!ION DOCUMENTS Ci3y i}roj at t+ro_ 1012 Tr kerl�cd Augol fit,U15 062I 1-+-i Ng 4 of 9 1 5.2.(ltttstanding right-6f--wuy. easements, andAir permits to be lwquircd by the C:iW are listed 2 in ParBga-alah SC 4 OI oftlie 5upPlelnentary Ci,ndRIQfs. Ill I1W evuIII Ilse ne:msat'y 1-ight- 3 of-way, lfasernenIs.ana for punufts;ire 110L obfained, the City reserves the right to 041Ical 4 the award of contra a at any tilne bofrne tho $iddfl f-begins arry cmintruction wprk a» the 5 ptoject- 7 5 . The Bidder sliai I lie pre par" to com mescL con strwtion witlumul-al uxectlted right-of $ waay, easements,.andlur penniis..and shnll submit a schedule to the City Lit'how 9 constnictinn wit I Pro"-ed in tlrc srthe:r a7rcas of the project that-do not-requirc l mudts 10 and/or easeniews- II 11 G. Irifer,01"M Ition .'And Addenda 13 14 6,1,A I I questions about the meaning or fT1(OR I cif I h a Bidding DoCUrnents are to be dii-Mated to 15 City in writing an or bef n--2 I?.111-, tEw lvlorlday prier to the Bit/ opening- Questiomi 16 rt=ivud after this daV may no be responded tn. Inturpratations or clarifications 11 con 9idcrtA ncc'sL sa q by Cjty in responsi� I such griestiong wiII he issued by Addenda I8 delivered to ail parties recorded by City as hAving receivod the Bidding D(Ji tltr�0. 19 Onl t)iestions answered by fonnaI written Addenda%YiI I be binding. Coral nud other 20 interplreta dons or clarikat[ona will be wittwut legal ofTeel.- 21 22 Address q u L sliluns io- 23 City of Fort Words 24 200 Texas ;Street 25 For[ Worth,T Ifs 102 26 27 Mtn; JLiatn {'AJu Du Ln t=`w, City of Fort Wbrtll 2.8 prnail: JugnDel_.aC:rug@fm t ter pnny 29 Phone: 817-392.6747 30 31 6.2,Addends may also he issued to modify Ilie Bidding Documents as deemed advisatale by 32 city. 13 11 6.3.Ad6ndA or clarif ration s.may be posted via Buzzsaw at 35 1IttPSLH ]:Rjectpni11t.huZx%;R%V.conVeIicn0fort ort1jgov/1j1A'as m ttarO/Q0 'roi ctslltl1N96 3 °62 1°o {}7Vr ?`Ottiverside a Ql3rld a°e20 ", OFasc is°2{l t ne°n i]°la 4 K_W aif/Bidly 37 arctli�tcnts°r ? €'acic��t;elArlckradllm 39 - 39 6A A pre bid oonfiv-rence rnay he he Id at the time: and place indicated in the Advertisement or 40 INVfTAT ON TO i3DD RS. Ropro;:oatalives uFCity wlII be pi-esent to discuss tlty 41 Prx, ect. Bidders are encouraged t€s attend and participrae: in the canferawa c, City wiII 42 11'911s1'n II to a I pr*spe dive. Bidders of mcord such Addena e �is City considers neces9ary 43 ill response to questions arising at the Lonference- Ora4 -41atemctits may not he rt^liud 44 upon-and will net be biudinrr or legally effective: 45 46 7. Bid SeMrity 47 48 7.1, Fach Bid Tnust be.accom pan ied by Bid 8atud Madt: fix.Y011ie (0 City i I I tin 11MUttr1t Of five 49 (5) percent of Bidders maximrrM Bid price on forin attached, issued by a surety meeting 50 lfii mluirements of Par agraphr, 5-0 1 of[he GenuaI Curtd itiuns, 51 CITY or F091-WORTH -N RIVERSIDE BRIDGE-E!ASCLA STONE P E PAIR TMN DAM)CONS'I'ktlL- ONtiPVCJFWATJONvuCUME TTS L'iryFfgaaalFlu- 101W6 R,ovisLd AuSAL21,2615 00.21 13--6 INSTMCTIONS TO 1ill7MS Page 5 or9 1 7.2.The Bid Bond cif Kl Bidders will be retaina€1 until [lie conditions of the Alcatice. of Award 2 hRw laces sati9t3rod_ If the Suecessf i1 13idder fails to execute rand delivor the complete 3 Agreement within 1€1 days after the Notice of Award, City may conaider Bidder to be in I clufatult, r�cttxl the NoIiee of Award, and the Bid B*nd of th at Bidder witI be f4irfeiled, 5 Suc-h -Ac rfl+itune shall lx�C 11 's exeJk�sive remedy ifBidder defaWts. TIit1 Bid B01Id ofa]1 6 tither Bidders whom City beIievus to Ilave a ruasona bIv chancc of receiving the award 7 will Ise retained ray City oRlil final contract executioai, 8 9 8. Con Ir act Time. to The number of dayii within which, or the dates by which, € ilestanes aloe to he achievad in I scoordatiee with I Ire GvneraI Requiremenis and the Mirk i� to be k'ol apleted-and ready fbr 12 Final Acceprance is set torth in the Agreomem or incorporated therein by referenve to the 13 tahalched Did Form. 14 IS 9. Liquidated Damages €6 Vmvisions for Iigttidatted darnages Pi re sea fori-h ita Ilse AgreemeFit. 17 IS 10. Substitute and "Or-Equal" ftents €9 The Con tiUl, jf awarcterl, will tic {}n Ilie hasis of materiak and equipment do--Oril3ed in the 20 Bidding'Docaments wi[hrnit consideration of possible substitute or "tor-equal" items. 21 Whonever it is i rid icated orspectlied iPi the Biddhig Dbcvnients Ili at a %u h s t H aVe" or "cir- 72 equal" itew C&fflawria I or equipment may bo #iirnished or used by Con tramr ifacceptable IQ 23 City. appllcatyGn Cor such ncca~pta ace will not be curasidumd by City witil afl ur the.Effec live 24 Date of thQ7 A-reeattettt_ The prof adure for subn3'ission of"airy such application by Contractor 25 and coasidera:atian by City.is bat forth in Paragraphs 6.05A., 6.05R. mad 6.05C. of the Geoernl 26 Coiidil ioar,acid is supplontiented In Seption 01 25 00 cif the(icneral Ri quiccmon€u. 77 28 11. 8ubcnulracturs, Suppliers aad Otheraa 29 30 11.1. in a=urdavica With the Ciiy's Ruain Dive milt' Enterprise Ordinaanca N6. 20020- 31 12-201 1 (as amended),the-C.ity has goals for the participation of minority busmoss 32 and/or smAli.busincss cnterpriscs.in C ity contracts. A copy of Llie Ordinance cis be 33 obttainod f'r.><rrn the t ffloe of the City act-ctary. Ttie.Bidder shall submit ffie MBE and 34 SBE Utilization Form, Subt antradurlS u ppliur Utilization Form,P the C,Gntractor 31 Waiver Fo m anNor Good Faith Ef ort Farm with documcnIation ancl/or Joint 35 Venture L{orna as appropriate. The forma inlfluding documentation-must be received 37 by the City no later Ihiin 2-01) P-M, CST,an Iht,_,a coiid busiriess days it11Qr the bid 38 open in-,date. The H idder shall abtaain a receipt from the City as evidetxce Ilse 39 docUmentation k#a�; ieccivid. Failure to �umpty shall rendertliu bid as nufi- 40 tespoli'i Y�:. 41 42 111. No Contra ctor jlialI be regitirud t4) employ any Sttbconlractor, S uppIjer, ytherperson 43 or organization aagaina whom Contractor has res�onaabte oh.jeetion. 44 45 12. Bid Form 46 41 12.1. Tha B 1 d Forts is inoILtdo wtill%the Biddii g Docurnonts; add ition»I copi"Mrty W. dtt obtalried f'rGm the City, 49 t;TY OF FORT WORTH N RI YO 1%BRJDGF-FMC IA�7IVNF.R.EPAlk I'ANDARO CI]NURUC;170N SPKURC:A'17OKPQCUM 04TS pity PHPIcct N13. 1 18% KeyL;ed August 21,2015 (N)2t I�-7 irr RIJ(,t'tamTuaiIDDE.f�s Pa,=c 7 uf9 1 r2_2, All hlatrlcs a-n the Bid F(3nn musf'h6-ibmpleted by printhig in ink and the Bid Form 2 signed in role. Er ur�w or a I[era i ion� shall be inTti1.11ed in ink b the person signing 3 the Bich Form, 11 Bid price shaI I N, i ndica lM for each Bid ilom, alternative, and unit 4 'price item listed therein. In the case oFoptional al{ernatives, the wards "No Bid." 5 "No Chanp." c>r "1 of App]lcatble" may be entered. Ridden shall -�IF1re Ilie prices, 6 written In talk in hot11 words and nuallevak, for w}1 iQh [lie Bidder limpD.ses to do the 7 work con turnplated orfurnfsli rnaterlals requirrtcl. All prices shall lire wrinen leg ihly. 8 In case of-dILwtopancy betwcoiI price in written words and the price iri written 9 ntmicrals, the price in written words shall govern. 10 11 123, Bids by carivrat Ions shall be executed fii the cot'lsorate name by the presid6nt or a 12 vice-presideut Dr other c orparatc officer ac£orupa.nied by eviclenace cif authority to 13 sign. "F7ae calrpcn_Ater seal shall b a Mxi�d. Clue corporatettdcirus�altrcl sate of 14 incorporation shrill he shown below the signature_ 15 1'Ar Bids by pa rinersh 1ps shal I be executed in the parbiiership rte.nle and signed by a 17 partner, whose title mutt appear uitder the signature acaurnpanied by evidence of Is a LlIhority to Sign. The.of cciul a3ddre_�s oFIhe partnership shn11 be shown boIow the 19 signature_ 20 71 12.5 BidS by limiter Iiabilit� CM Rnic.5-shall W executed 1n the name.oFtlae fir171 by a 22 member mead accompanied by evidence of authority to sign. The state offormatian of 23 the Rene and the orficial address of the firm shell bc:,;hovvn. 24 2_5 12.6. Bids by individuals shall show the Bidder's name and official address. 26 27 12,7. Bids.hy joinf ventures shall he u-xcufed by each Joint vonturer in the maitttter. 28 indicated can fhj�::Bid Form. The of lie WI address of the joint venture sltall ftc shown. 29 10 12X AM names shall be typed or printed in ink below the 6AnatWv. 11 32 12.9, The Bid shall contain,m acknowledgement of receipt of all Addenda, the numher.4 of 33 )vkic:h sha11 bo fiIled ire on the Bid Form. 34 35 12..10. Postui-and a-mail address and wIephone nttn fiber for crommunicaiions itp rding the 36 IM sltall be. shown, 37 38 12.11. Evidence of authority to wriduct Wsim�ss as a Nonretrident €bidder in the state of 39 Texas shal I be provided in accordance with Secticm 0.0 43 37 — Vendor CornpIlance 40 to State Law]Non Resideni Bidder; 41 42 13. Submission of Bids 43 Bids shall be submii#ed on the prey gibed Bid Foam, pnwided with the Bidding Docurraonis, 44 !at the a ime and place iadi"ted ire tlae Advutkgetni tat nr IHVTrFATION TG BIDDERS, 45 addressed to PLlYGIMSiolg Mainnget'of 111e City, and shall be onclused in ern opa quo sea Iod 46 unve,tope, inarked w1 ffi thu City Proj"I NijmM-r, I roiect title, the ttiaroe and address of 47 Bidder, and r:i�onilraroaaed by the Bich seGur•ity and other requimd dooumer'ts. If the 13id is sent 48 throLtgh the mai] car either d e J ivory system, the seeded onveloper haII be one Iustd in a wqarale 49 onveIopi! WiIh the notation "BID-E CLOSE W on 1h c7 face of it_ 50 QTY OF FORT W<)WTFI N R IV SLDF-131 IDLE-FASCaA STONE.ItEPAllt STANUARDCONPr RUCTION SPECIFICAI-10-aDOCt]i41E-KT5 CtryRoje=.No- a0r696 MY Isma Al Apst 21 r 2015 00 12 13--8 INS1RllC:TIONS TO 01F)D# Page g-or 1#. 1 14. Mod iFcation $nd Withdrawal of Bids 2 3 14.1_ Bids add ressesd-to tit Purchasing Manager-arid tjled ►Vitll the PU%has i rip, Offu: 4 cannel be wil hdrnwn prior to tho 11Ene act For bid opening, A request forwitltdruwal 5 Tnti a be madn ire writifig by an apprc data doaumenr dU ly execLI(ed in the mannor 6 6al a Bid mast be executed and delivered to the place wh-cre Bids are to be submitted 7 at any tame prior to the opcLuing of-Bids. After all Skis riot mqueswd ror with l 8 are opened and publicly read aloud, the$ids for which a-Withdrawal request has peon 9 pniperly tidal mz , at th ! nptiotl ofthu City, Ix:rzIlimW iinoponed. to 11 14.2. Binders may tnodify their Bid by electronic comm iiniwition at any time prior to the 12 tirne set for the closing of Bid receipt. 13 14 15. Opening of Bids 15 Bids will he opened and read aloud publicly at the place where S ids are to he submitted, An 16 abstract of the amounts of the base Bids and majf)r alteFnatcs (if any) will be made available 17 to Bidders after the opening of Bids_ 18 19 16. Bids to Remain Subleel to Aceeptonee 20 All Bids will remain subjpq to acceptance for tfle time 13u6nd specified for Not.ioe orAward 21 raid e"c:rltion and delivery of a complete Agreement by Sttccessftll Bidder. Laity may, at 22, CiWs sole discretion.release any.13id aad nWlify the Biel security prior to (hat date. 23 24 17. Evaluation of Bids And Award of Contract 25 2_6 17.1, City rmtrves the right to rq_c gel any or all Bic#s, iniduditlg wtthom Iimilotion the rights -27 ter reject any or all n(mcontormin&nomesponsive; unbalanced or conditional. Bids 28 and to rojecr the Bid oFany Biddel` if City believes That it would not be in the bell 21) interest of Lhe Project to make an award to that Bidder, whether because the Bid is 30 rLot T'U' orisive or the Bld&r is rmt1Uulifi2cl or of don btfuI financial ability or fails to 31 Tneet miy other pertinent standard or criteria e-sinbiWii-d by City. City itl�iI re rvk�� 32 the right to waive iufbrrnalities oat involving price, contract Lima or changes in the 33 Work with the Sucr, s,gruI Bidder_ Di clwx�pancic-,q htnwuerl ItLe mti It iplication of tinits 34 of Work rind unit price..wiH be resolved in favor of the imil prices. Discrepancies 31 hetwe�%n the indicated suni ofaply kX]III nTn Of f'tgli>reS and Ihk; eOMPO srrm ii1areaf tivi11 36. be resolved in 1`avor of the correct suiu. 1)isurepanuies botw n words attd figures 37 wtl I be rwaIYed to icilvor of the words. 39 39 17A J. Any ter all bids will be rejected if City bag reason to believe thin collision exists 44 among the Bidders, Bidder is an 1riterested party to ;iny litigation agairisl City, 41 pity or $idder may have a claim against the odder or be engaged in litigation, 42 Bidder is in arrears on any existing contract or has derau Ited on a previous 43 contraa, Bidder Iiwq perforined a prier connmGl. iti all LLIJFUIZ3facLaE'y LUalwt!r, or 44 Bidder hus uncompleted Work which in the judgment of the City will prevent or 45 (tinder the ps)inlrt coniplol ion of add.itiortaI work if awarded. 46 c1TV{11~FORT WnRM N FtVF.7 iPF FtRID((ii,-FASCIP.SYQW%REPAIR STWDARD C NMLJCTTUN SPECM, CATION DOCLMENTS City Proiccl No. I(P U96 Revisdd.Augmt21.A15. 0421 13-4) CN1STRUCTIONS TO ADDERS Pisgc 9 of 9 1 17.2, City may e:nffSidtrtljcc{uaiifications.And experience of Subcpntractors, Supp hers,and 2 other pcnsnrrs and orgarfizations proposed for these Dort ions of t11e Work as to wltitl1 3 1ho identi[y oFSubtojitraclors, S u pp]iers, and other persons and organizations must 4 be submitled as prov ided in the Coiiti-�ict Docuincrlts o1`upon the request or ilie City. .5 City?also may consider the operating costs, onaintcitanee requirements, per fotm4iilcc 6 data aPid guarnntees of i major darns cif materials Wed equipment proposed For 7 ineorpoFastion in the Work. such da a is required to be submitted prior to the 8 Notice of Award. 9 10 17.3. City muy conduct such investigati6ris as City deenra nee:cssuy to assist in the I I evaluation ofany did and to a':stalfliNh life rosponsibility, qualifications, and financial 13 abiIity of Bidders, }proposed 4ubcantractors, S uppiiers alxd other`pej's4ms wind 13 oiganizatioi1S to perform and li.lrnish [lie Work in accordance with [lie Contra et 14 Duvumen8 to'C ity's satisfaa-tion within thY pm gibcd Lime. 15 16 17.4. Cantractc.ir,duill pa3rtbrm with his own organization, work of a value not less than 17 35"/0 ofthe value embraced on lhtI Contract. zinIrss otherwise approved by the Crity. 18 19 _15,5, if thE!C ontnmt Is to lie awarded, it will Vq+ 4�vard1 d to lo% uvg responsible and 20 respollsfNre Bidder whose evalundan by City indicates that the award will Fic in the 21 best ir;lcru f:, oftht City. 2'? 23 17_6_ F1,rsliant to Tems Goveumient Code C.'hapter 2252,001, the City wilt nott-awafd 24 rantracI to a Nonrf<sidenI Bidder unless ill Nonr6idcnt Biddur's bid is lower' fli;jn 25 Ili lows- t hid stfl,rnil lath by a rus7)unsible Texas.Bidder Ity the seine srnoulit tlj:wt a 26 Texas residew bid€4cr vvnuid bt required to and rbid it Nonresident. Bidder to obtain a 27 comparable contract in the state in which the nonrrsident's prind pal-plat a or 9 1 usinevss is lo},atEd, 9 30 17.7. A etlrl#rijot is nor nwadf d 1.MIH Fonrfkll C.`Ity C GLfncll authorizsfian. Ifthe Contract fs 31 to be;warded, City will award the Comreet vrithiTI 90 clays aflc;r Ihf~diiy of the Bit! 32 opening unless+wended in writing. Ne other act of City or otters will evnstitwe 33 acceptance of Bid. Upon the contractor award.:a N01lee oFAward will be issued by 34 the City. 35 36 17.5. Fgiluit or refusal to ciamply With the regtliruniEn.ts rliay mutt,in rr~fgg1ion of Bid. 37 38 is. signing of Agrec:meut 34 When City hiscots a NoIice of Award to the SvczcssfuI Bidder, it W!II be accompanied by tits: 40 r;fgwirud ntonInr aFonsIgned couwerparrsash"tire Agret man i, WithLn 14 dkvs tl err-EL or +41 C'ontractur.skull sign and del iverthe required number OXccfTlnterpEirls oftlit; Agi-:c+tnanL to 42 C'ity with I h v regLI iTV(G Bonds, C<crtifcates of lnsuranc;e, and aa11 other required.drxcuamentation. 43 City shall therenfter deIiver one I'fiily sigued cuulfterpart to C:untracrof-. 44 45 46 47 END OF SECTION Crl'Yf.?F DOOM WO RTH N ORFE LSIDE-G=Q2-FASCIAS-1DME REI: AIR ';TAhrDAFtT?CON TRUC'TION SPECiPICA77ON DOC UMkN'ftti C[ty F a coltoo, 141896 i ie4tsndA r��t 1J,2DII 00 11 13-1 INVITATION TO BIDDERS Page i of 2 1 SECTION 00 1113 2 INVITATION TO BIDDERS 3 RECEIPT OF BIDS 4 Sealed bids for the construction of N RIVERSIDE BRIDGE-FASCIA STONE REPAIR 5 City Project No. 101896 will be received by the City of Fort Worth Purchasing Office: 6 7 City of Fort Worth 8 Purchasing Division 9 200 Texas Street 10 Fort Worth,Texas 76102 11 until 1:30 P.M. CST,Thursday,January 17,2019, and bids will be opened publicly and read 12 aloud at 2:00 PM CST in the Council Chambers. 13 14 GENERAL DESCRIPTION OF WORK 15 The major work will consist of the(approximate)following: 16 2300 SF Remove and Re-Install Existing Stone Veneer with Anchors 17 12 CY Install Concrete pedestal (Stone Veneer Ledge) 18 19 DOCUMENT EXAMINATION AND PROCUREMENTS 20 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 21 of Fort Worth's Purchasing Division website at http://www.fortworthtexas.ggv/purchasing/and 22 clicking on the Buzzsaw link to the advertised project folders on the City's BuZZsaW site.The 23 Contract Documents may be downloaded,viewed, and printed by interested contractors and/or 24 suppliers. The contractor is required to fill out and notarize the Certificate of Interested 25 Parties Form 1295 and the form must be submitted to the Project Manager before the 26 contract will be presented to the City Council.The form can be obtained at 27 https://www.ethics.state.tx.us/tec/1295-Info.htm . 28 29 Copies of the Bidding and Contract Documents may be purchased from 30 31 City of Fort Worth 32 Purchasing Division 33 200 Texas Street 34 Fort Worth,Texas 76102 35 36 Nikki McLeroy, 8I7-392-8363. City of Fort Worth,TPW, 200 Texas St.,Fort Worth,TX 76102. 37 38 The cost of Bidding and Contract Documents is: $30.00 39 40 PREBID CONFERENCE 41 A prebid conference may be held as described in Section 00 21 13 -INSTRUCTIONS TO 42 BIDDERS at the following location, date,and time: 43 DATE: January 08, 2019 44 TIME: 10:00 AM 45 PLACE: Transportation and Public Works, Street services 46 Fort Worth,Texas 76115 47 5001 James Avenue, Suite 301 48 Fort Worth,TX 76115 49 CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised December 22,2016 001113-2 INVITATION TO BIDDERS Page 2 of 2 1 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 2 City reserves the right to waive irregularities and to accept or reject bids. 3 4 INQUIRIES 5 All inquiries relative to this procurement should be addressed to the following: 6 Attn: Juan Pablo De La Cruz, City of Fort Worth 7 Email: Juan.DeLaCruzWortivorthtexas.gov 8 Phone. 817-392-6747 9 10 ADVERTISEMENT DATES I December 13, 2018 12 December 20,2018 13 14 END OF SECTION CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised December 22,2016 0021 13-1 INSTRUCTIONS TO BIDDERS Page 1 of 9 I SECTION 00 2113 2 INSTRUCTIONS TO BIDDERS 3 Defined Terms 4 5 1.1.Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 6 00- GENERAL CONDITIONS. 7 8 1.2.Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 9 meanings indicated below which are applicable to both the singular and plural thereof 10 11 1.2.1. Bidder: Any person, firm,partnership, company,association, or corporation acting 12 directly through a duly authorized representative,submitting a bid for performing 13 the work contemplated under the Contract Documents. 14 15 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or 16 corporation acting directly through a duly authorized representative, submitting a 17 bid for performing the work contemplated under the Contract Documents whose 18 principal place of business is not in the State of Texas. 19 20 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City 21 (on the basis of City's evaluation as hereinafter provided)makes an award. 22 23 2. Copies of Bidding Documents 24 25 2.1.Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 26 resulting from the Bidders use of incomplete sets of Bidding Documents. 27 28 2.2.City and Engineer in making copies of Bidding Documents available do so only for the 29 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant 30 for any other use. 31 32 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 33 34 3.1.All Bidders and their subcontractors are required to be prequalified for the work types 35 requiring prequalifcation at the time of bidding. Bids received from contractors who are 36 not prequalified(even if inadvertently opened)shall not be considered. Prequalifcation 37 requirement work types and documentation are as follows: 38 39 3'.1.1. Paving—Requirements document located at; 40 htt s:// roiee oint.buzzsaw.com/fortworth ov/Resources/02%20- 41 %20Consiruction%20Documents/Contractor%20Prequalification/TPW%20Paving 42 %20Contractor%Q2OPMualification%20Progiam/PRE_ QUALIFICATION%20REO ° ° ° TORS.PDF?public 43 UIREMENTS/o20F0R/o20PAVING/o20C0NTRAC 44 45 3.1.2. Roadway and Pedestrian Lighting—Requirements document located at; 46 https://projectpoint.buzzsaw.com/fortworthgov/Resources/02%20- 47 %20Construction%20Documents/Contractor%20Prequalifiication/TPW%20Paving 48 %20Contractor%20Prequalification%20Program/PRE0UALIFICATI0N%20REQ 49 UIREMENTS%20F0R%20PAVING%20C0NTRACT0RS.PDF?public CITY"OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101996 Revised August 21,2015 0021 13-2 INSTRUCTIONS TO BIDDERS Page 2 of 9 1 2 3.1.3. Water and Sanitary Sewer—Requirements document located at; 3 hos://projecipoint.buzzsaw.com/fortworthgov/Resources/02%20- 4 %a20Construction%2ODocuments/Contractor%2OPrequalif cation/Water%20and%2 5 OSanitaa%2OSewer%2OContractor%20Prequalification%2OProj;ram/WSS%20pre 6 dual%20requirements.doc?public 7 8 9 3.2.Each Bidder unless currently prequalified,must be prepared to submit to City within 10 seven(7) calendar days prior to Bid opening,the documentation identified in Section 00 11 45 11,BIDDERS PREQUALIFICATIONS. 12 13 3.2.1. Submission of and/or questions related to prequalification should be addressed to 14 the City contact as provided in Paragraph 6.1. 15 16 17 3.3.The City reserves the right to require any pre-qualified contractor who is the apparent low 18 bidder(s)for a project to submit such additional information as the City, in its sole 19 discretion may require, including but not limited to manpower and equipment records, 20 information about key personnel to be assigned to the project, and construction schedule, 21 to assist the City in evaluating and assessing the ability of the apparent low bidder(s)to 22 deliver a quality product and successfully complete projects for the amount bid within 23 the stipulated time frame. Based upon the City's assessment of the submitted 24 information, a recommendation regarding the award of a contract will be made to the 25 City Council. Failure to submit the additional information, if requested, may be grounds 26 for rejecting the apparent low bidder as non-responsive. Affected contractors will be 27 notified in writing of a recommendation to the City Council. 28 29 3.4.In addition to prequalification, additional requirements for qualification may be required 30 within various sections of the Contract Documents. 31 32 3.5.Special qualifications required for this project include the following: 33 34 4. Examination of Bidding and Contract Documents, Other Related Data,and Site 35 36 4.1.Before submitting a Bid, each Bidder shall: 37 38 4.1.1. Examine and carefully study the Contract Documents and other related data 39 identified in the Bidding Documents(including "technical data" referred to in 40 Paragraph 4.2. below).No information given by City or any representative of the 41 City other than that contained in the Contract Documents and officially 42 promulgated addenda thereto, shall be binding upon the City. 43 44 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and 45 site conditions that may affect cost, progress,performance or furnishing of the 46 Work. 47 48 4.1.3. Consider federal, state and Iocal Laws and Regulations that may affect cost, 49 progress,performance or furnishing of the Work. 50 CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised August 21,20I5 0021 13-3 INSTRUCTIONS TO BIDDERS Page 3 of 9 1 4.1.4. OMITTED 2 3 4.1.5. Study all: (i)reports of explorations and tests of subsurface conditions at or 4 contiguous to the Site and all drawings of physical conditions relating to existing 5 surface or subsurface structures at the Site (except Underground Facilities)that 6 have been identified in the Contract Documents as containing reliable "technical 7 data" and(ii)reports and drawings of Hazardous Environmental Conditions, if any, 8 at the Site that have been identified in the Contract Documents as containing 9 reliable "technical data." I0 11 4.1.6. Be advised that the Contract Documents on file with the City shall constitute all of 12 the information which the City will furnish. All additional information and data 13 which the City will supply after promulgation of the formal Contract Documents 14 shalI be issued in the form of written addenda and shall become part of the Contract 15 Documents just as though such addenda were actually written into the original 16 Contract Documents.No information given by the City other than that contained in 17 the Contract Documents and officially promulgated addenda thereto,shall be 18 binding upon the City. 19 20 4.1.7. Perform independent research, investigations,tests, borings, and such other means 21 as may be necessary to gain a complete knowledge of the conditions which will be 22 encountered during the construction of the project. On request, City may provide 23 each Bidder access to the site to conduct such examinations, investigations, 24 explorations,tests and studies as each Bidder deems necessary for submission of a 25 Bid. Bidder must fill all holes and clean up and restore the site to its former 26 conditions upon completion of such explorations, investigations,tests and studies. 27 28 4.1.8. Determine the difficulties of the Work and all attending circumstances affecting the 29 cost of doing the Work,time required for its completion, and obtain all information 3.0 required to make a proposal. Bidders shall rely exclusively and solely upon their 31 own estimates, investigation,research,tests, explorations, and other data which are 32 necessary for full and complete information upon which the proposal is to be based. 33 It is understood that the submission of a proposal is prima-facie evidence that the 34 Bidder has made the investigation, examinations and tests herein required. Claims 35 for additional compensation due to variations between conditions actually 36 encountered in construction and as indicated in the Contract Documents will not be 37 allowed. 38 39 4.19. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or 40 between the Contract Documents and such other related documents. The Contractor 41 shall not take advantage of any gross error or omission in the Contract Documents, 42 and the City shall be permitted to make such corrections or interpretations as may 43 be deemed necessary for fulfillment of the intent of the Contract Documents. 44 45 4.2. Reference is made to Section 00 73 00--Supplementary Conditions for identification of: 46 CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised August 21,2015 0021 13-4 INSTRUCTIONS TO BIDDERS Page 4 of 9 1 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 2 the site which have been utilized by City in preparation of the Contract Documents. 3 The logs of Soil Borings, if any,on the plans are for general information only. 4 Neither the City nor the Engineer guarantee that the data shown is representative of 5 conditions which actually exist. 6 7 4.2.2. those drawings of physical conditions in or relating to existing surface and S subsurface structures (except Underground Facilities)which are at or contiguous to 9 the site that have been utilized by City in preparation of the Contract Documents. 10 11 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 12 on request. Those reports and drawings may not be part of the Contract 13 Documents, but the "technical data" contained therein upon which Bidder is entitled 14 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 15 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 16 responsible for any interpretation or conclusion drawn from any "technical data" or 17 any other data, interpretations, opinions or infonnation. 18 19 4.3.The submission of a Bid will constitute an incontrovertible representation by Bidder(i) 20 that Bidder has complied with every requirement of this Paragraph 4, (ii)that without 21 exception the Bid is premised upon performing and furnishing the Work required by the 22 Contract Documents and applying the specific means,methods, techniques, sequences or 23 procedures of construction(if any)that may be shown or indicated or expressly required 24 by the Contract Documents,(iii)that Bidder has given City written notice of all 25 conflicts,errors, ambiguities and discrepancies in the Contract Documents and the 26 written resolutions thereof by City are acceptable to Bidder, and when said conflicts, 27 etc.,have not been resolved through the interpretations by City as described in 28 Paragraph 6., and(iv)that the Contract Documents are generally sufficient to indicate 29 and convey understanding of all terms and conditions for performing and famishing the 30 Work. 31 32 4.4.The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated 33 biphenyls(PCBs),Petroleum,Hazardous Waste or Radioactive Material covered by 34 Paragraph 4.06. of the General Conditions,unless specifically identified in the Contract 35 Documents. 36 37 5. Availability of Lands for Work,Etc. 38 39 5.1.The lands upon which the Work is to be performed,rights-of-way and easements for 40 access thereto and other lands designated for use by Contractor in performing the Work 41 are identified in the Contract Documents. All additional Iands and access thereto 42 required for temporary construction facilities, construction equipment or storage of 43 materials and equipment to be incorporated in the Work are to be obtained and paid for 44 by Contractor. Easements for permanent structures or permanent changes in existing 45 facilities are to be obtained and paid for by City unless otherwise provided in the 46 Contract Documents. 47 CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised August 21,2015 0021 13-5 INSTRUCTIONS TO BIDDERS Page 5 of 1 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed 2 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- 3 of-way, easements, and/or permits are not obtained,the City reserves the right to cancel 4 the award of contract at any time before the Bidder begins any construction work on the 5 project. 6 7 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 8 way, casements,and/or permits, and shall submit a schedule to the City of how 9 construction will proceed in the other areas of the project that do not require permits 10 and/or casements. 11 12 6. Interpretations and Addenda 13 14 6.1.All questions about the meaning or intent of the Bidding Documents are to be directed to 15 City in writing on or before 2 p.m.,the Monday prior to the Bid opening. Questions 16 received after this day may not be responded to. Interpretations or clarifications 17 considered necessary by City in response to such questions will be issued by Addenda 18 delivered to all parties recorded by City as having received the Bidding Documents. 19 Only questions answered by formal written Addenda will be binding. Oral and other 20 interpretations or clarifications will be without legal effect. 21 22 Address questions to: 23 City of Fort Worth 24 200 Texas Street 25 Fort Worth, TX 76102 26 27 Attn: Juan Pablo De La Cruz, City of Fort Worth 28 Email• Juan.DeLaCruz@fortworthtexas.gov 29 Phone: 817-392-6747 30 31 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by 32 City. 33 34 6.3.Addenda or clarifications may be posted via Buzzsaw at 35 h s:// rojec oint.buzzsaw.com/client(fortworth ov/Infrastructure%20Proiects/l01896 36 %20%20N%20Riverside%20Bridge%20%20Fascia%20Stone%20%20Repair/Bid%20D 37 ocuments%20Package/Addendum 38 3.9 6.4.A prebid conference may be held at the time and place indicated in the Advertisement or 40 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 41 Project. Bidders are encouraged to attend and participate in the conference. City will 42 transmit to all prospective Bidders of record such Addenda as City considers necessary 43 in response to questions arising at the conference. Oral statements may not be relied 44 upon and will not be binding or legally effective. 45 46 7. Bid Security 47 48 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 49 (5)percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 50 the requirements of Paragraphs 5.01 of the General Conditions, 51 CITY OF PORT wORTI-I N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised August 21,2015 0021 13-6 INSTRUCTIONS TO BIDDERS Page 6 of 9 1 7.2.The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 2 have been satisfied, If the Successful Bidder fails to execute and deliver the complete 3 Agreement within 10 days after the Notice of Award, City may consider Bidder to be in 4 default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. 5 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 6 other Bidders whom City believes to have a reasonable chance of receiving the award 7 will be retained by City until final contract execution. 8 9 8. Contract Times 10 The number of days within which, or the dates by which,Milestones are to be achieved in 11 accordance with the General Requirements and the Work is to be completed and ready for 12 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 13 attached Bid Form. 14 15 9. Liquidated Damages 16 Provisions for liquidated damages are set forth in the Agreement. 17 18 10. Substitute and "Or-Equal" Items 19 The Contract, if awarded,will be on the basis of materials and equipment described in the 20 Bidding Documents without consideration of possible substitute or "or-equal" items. 21 Whenever it is indicated or specified in the Bidding Documents that a"substitute" or"or- 22 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 23 City,application for such acceptance will not be considered by City until after the Effective 24 Date of the Agreement. The procedure for submission of any such application by Contractor 25 and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the.General 26 Conditions and is supplemented in Section 0125 00 of the General Requirements. 27 28 11. Subcontractors, Suppliers and-Others 29 30 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 31 12-2011 (as amended),the City has goals for the participation of minority business 32 and/or small business enterprises in City contracts. A copy of the Ordinance can be 33 obtained from the Office of the City Secretary. The Bidder shall submit the MBE and 34 SBE Utilization Form, Subcontractor/Supplier Utilization Form,Prime Contractor 35 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 36 Venture Form as appropriate. The Forms including documentation must be received 37 by the City no later than 2:00 P.M. CST, on the second business days after the bid 38 opening date. The Bidder shall obtain a receipt from the City as evidence the 39 documentation was received. Failure to comply shall render the bid as non- 40 responsive. 41 42 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person 43 or organization against whom Contractor has reasonable objection. 44 45 12. Bid Form 46 47 12.1. The Bid Form is included with the Bidding Documents; additional copies may be 48 obtained from the City. 49 CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised August 21,2015 0021 13-7 INSTRUCTIONS TO BIDDERS Page 7 of 1 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 2 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 3 the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit 4 price item listed therein. In the case of optional alternatives,the words "No Bid," 5 "No Change," or"Not Applicable"may be entered. Bidder shall state the prices, 6 written in ink in both words and numerals, for which the Bidder proposes to do the 7 work contemplated or furnish materials required. All prices shall be written legibly. 8 In case of discrepancy between price in written words and the price in written 9 numerals,the price in written words shall govern. 10 11 12.3. Bids by corporations shall be executed in the corporate name by the president or a 12 vice-president or other corporate officer accompanied by evidence of authority to 13 sign. The corporate seal shall be affixed. The corporate address and state of 14 incorporation shall be shown below the signature. 15 16 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 17 partner, whose title must appear under the signature accompanied by evidence of 18 authority to sign. The official address of the partnership shall be shown below the 19 signature. 20 21 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 22 member and accompanied by evidence of authority to sign. The state of formation of 23 the firm and the official address of the firm shall be shown. 24 25 12.6. Bids by individuals shall show the Bidder's name and official address. 26 27 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 28 indicated on the Bid Form. The official address of the joint venture shall be shown. 29 30 12.8, All names shall be typed or printed in ink below the signature. 31 32 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda,the numbers of 33 which shall be filled in on the Bid Form. 34 35 12.10. Postal and a-mail addresses and telephone number for communications regarding the 36 Bid shall be shown. 37 38 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 39 Texas shall be provided in accordance with Section 00 43 37----Vendor Compliance 40 to State Law Non Resident Bidder. 41 42 13. Submission of Bids 43 Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, 44 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 45 addressed to Purchasing Manager of the City,and shall be enclosed in an opaque sealed 46 envelope, marked with the City Project Number,Project title,the name and address of 47 Bidder,and accompanied by the Bid security and other required documents. If the Bid is sent 48 through the trail or other delivery system,the sealed envelope shall be enclosed in a separate 49 envelope with the notation"BID ENCLOSED" on the face of it. 50 CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised August 21,2015 0021 13-8 INSTRUCTIONS TO BIDDERS Page 8 of 9 1 14. Modification and Withdrawal of Bids 2 3 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office 4 cannot be withdrawn prior to the time set for bid opening. A request for withdrawal 5 must be made in writing by an appropriate document duly executed in the manner 6 that a Bid must be executed and delivered to the place where Bids are to be submitted 7 at any time prior to the opening of Bids. After all Bids not requested for withdrawal 8 are opened and publicly read aloud, the Bids for which a withdrawal request has been 9 properly filed may, at the option of the City, be returned unopened. 10 11 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 12 time set for the closing of Bid receipt. 13 14 15. Opening of Bids 15 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 16 abstract of the amounts of the base Bids and major alternates (if any)will be made available 17 to Bidders after the opening of Bids. 18 19 16. Bids to Remain Subject to Acceptance 20 All Bids will remain subject to acceptance for the time period specified for Notice of Award 21 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 22 City's sole discretion, release any Bid and nullify the Bid security prior to that date. 23 24 17. Evaluation of Bids and Award of Contract 25 26 17.1. City reserves the right to reject any or all Bids, including without limitation the rights 27 to reject any or all nonconforming,nonresponsive, unbalanced or conditional Bids 28 and to reject the Bid of any Bidder if City believes that it would not be in the best 29 interest of the Project to make an award to that Bidder,whether because the Bid is 30 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 31 meet any other pertinent standard or criteria established by City. City also reserves 32 the right to waive informalities not involving price, contract time or changes in the 33 Work with the Successful Bidder. Discrepancies between the multiplication of units 34 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 35 between the indicated sum of any column of figures and the correct sum thereof will 36 be resolved in favor of the correct sum. Discrepancies between words and figures 37 will be resolved in favor of the words. 38 39 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 40 among the Bidders,Bidder is an interested party to any litigation against City, 41 City or Bidder may have a claim against the other or be engaged in litigation, 42 Bidder is in arrears on any existing contract or has defaulted on a previous 43 contract,Bidder has performed a prior contract in an unsatisfactory manner, or 44 Bidder has uncompleted work which in the judgment of the City will prevent or 45 hinder the prompt completion of additional work if awarded. 46 CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised August 21,2015 002113-9 INSTRUCTIONS TO BIDDERS Page 9 of 9 1 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and 2 other persons and organizations proposed for those portions of the Work as to which 3 the identity of Subcontractors, Suppliers,and other persons and organizations must 4 be submitted as provided in the Contract Documents or upon the request of the City. 5 City also may consider the operating costs, maintenance requirements,performance 6 data and guarantees of major items of materials and equipment proposed for 7 incorporation in the Work when such data is required to be submitted prior to the 8 Notice of Award. 9 10 17.3. City may conduct such investigations as City deems necessary to assist in the 11 evaluation of any Bid and to establish the responsibility, qualifications, and financial 12 ability of Bidders,proposed Subcontractors, Suppliers and other persons and 13 organizations to perform and furnish the Work in accordance with the Contract 14 Documents to City's satisfaction within the prescribed time. 15 16 17.4. Contractor shall perform with his own organization, work of a value not less than 17 35%of the value embraced on the Contract,unless otherwise approved by the City. 18 19 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 20 responsive Bidder whose evaluation by City indicates that the award will be in the 21 best interests of the City. 22 23 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award 24 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 25 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 26 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 27 comparable contract in the state in which the nonresident's principal place of 28 business is located. 29 30 17.7. A contract is not awarded until formal City Council authorization. if the Contract is 31 to be awarded,City will award the Contract within 90 days after the day of the Bid 32 opening unless extended in writing. No other act of City or others will constitute 33 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by 34 the City. 35 36 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 37 38 18. Signing of Agreement 39 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the 40 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 41 Contractor shall sign and deliver the required number of counterparts of the Agreement to 42 City with the required Bonds, Certificates of Insurance, and all other required documentation. 43 City shall thereafter deliver one fully signed counterpart to Contractor. 44 45 46 47 END OF SECTION CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCIJMENTS City Project No. 101896 Revised August 21,2015 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 1 of I0 I SECTION 00 32 15 2 CONSTRUCTION PROJECT SCHEDULE 3 PARTI - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General requirements for the preparation, submittal, updating, status reporting and 7 management of the Construction Project Schedule 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: I 1 1. Division 0--Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 D. Purpose 14 The City of port Worth(City)is committed to delivering quality,cost-effective 15 infrastructure to its citizens in a timely manner.A key tool to achieve this purpose is a 16 properly structured schedule with accurate updates. This supports effective monitoring 17 of progress and is input to critical decision making by the project manager throughout 18 the life of the project. Data from the updated project schedule is utilized in status 19 reporting to various levels of the City organization and the citizenry. 20 21 This Document complements the City's Standard Agreement to guide the construction 22 contractor(Contractor) in preparing and submitting acceptable schedules for use by the 23 City in project delivery. The expectation is the performance of the work foIIows the 24 accepted schedule and adhere to the contractual timeline. 25 26 The Contractor wiII designate a qualified representative(Project Scheduler)responsible 27 for developing and updating the schedule and preparing status reporting as required by 28 the City. 29 30 1.2 PRICE AND PAYMENT PROCEDURES 31 A. Measurement and Payment 32 1. Work associated with this Item is considered subsidiary to the various items bid. 33 No separate payment will be allowed for this Item. 34 2. Non-compliance with this specification is grounds for City to withhold payment of 35 the Contractor's invoices until Contractor achieves said compliance. 36 1.3 REFERENCES 37 A. Project Schedules 38 Each project is represented by City's master project schedule that encompasses the 39 entire scope of activities envisioned by the City to properly deliver the work. When the 40 City contracts with a Contractor to perform construction of the Work,the Contractor CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD SPECIFICATION City Project No. 101896 Revised DULY 20,2018 0032 15-0 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 10 1 will develop and maintain a schedule for their scope of work in alignment with the 2 City's standard schedule requirements as defined herein. The data and information of 3 each such schedule will be leveraged and become integral in the master project 4 schedule as deemed appropriate by the City's Project Control Specialist and approved 5 by the City's Project Manager. 6 7 1. Master Project Schedule 8 The master project schedule is a holistic representation of the scheduled activities 9 and milestones for the total project and be Critical Path Method(CPM)based. The 10 City's Project Manager is accountable for oversight of the development and I 1 maintaining a master project schedule for each project. When the City contracts for 12 the design and/or construction of the project,the master project schedule will 13 incorporate elements of the Design and Construction schedules as deemed 14 appropriate by the City's Project Control Specialist. The assigned City Project 15 Control Specialist creates and maintains the master project schedule in P6 (City's 16 scheduling software). 17 18 2. Construction Schedule 19 The Contractor is responsible for developing and maintaining a schedule for the 20 scope of the Contractor's contractual requirements. The Contractor will issue an 21 initial schedule for review and acceptance by the City's Project Control Specialist 22 and the City's Project Manager as a baseline schedule for Contractor's scope of 23 work. Contractor will issue current, accurate updates of their schedule(Progress 24 Schedule)to the City at the end of each month throughout the life of their work. 25 26 B. Schedule Tiers 27 The City has a portfolio of projects that vary widely in size,complexity and content 28 requiring different scheduling to effectively deliver each project. The City uses a 29 "tiered" approach to align the proper schedule with the criteria for each project. The 30 City's Project Manager determines the appropriate schedule tier for each project, and 31 includes that designation and the associated requirements in the Contractor's scope of 32 work. The following is a summary of the"tiers". 33 34 1. Tier 1: Small Size and Short Duration Project(design not required) 35 The City develops and maintains a Master Project Schedule for the project. No 36 schedule submittal is required from Contractor. City's Project Control Specialist 37 acquires any necessary schedule status data or information through discussions with 38 the respective party on an as-needed basis. 39 40 2. Tier 2: Small Size and Short to Medium Duration Project 41 The City develops and maintains a Master Project Schedule for the project. The 42 Contractor identifies"start"and"finish"milestone dates on key elements of their 43 work as agreed with the City's Project Manager at the kickoff of their work effort. 44 The Contractor issues to the City,updates to the"start" and"finish"dates for such 45 milestones at the end of each month throughout the life of their work on the project. 46 47 3. Tier 3: Medium and barge Size and/or Complex Projects Regardless of Duration 48 The City develops and maintains a Master Project Schedule for the project. The 49 Contractor develops a Baseline Schedule and maintains the schedule of their 50 respective scope of work on the project at a level of detail(generally Level 3)and in CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD SPECIFICATION City Project No. 101896 Revised IDLY 20,2018 0032 15-0 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 10 I alignment with the WBS structure in Section 1.4.H as agreed by the Project Manager. 2 The Contractor issues to the City, updates of their respective schedule(Progress 3 Schedule)at the end of each month throughout the life of their work on the project. 4 C. Schedule Types 5 Project delivery for the City utilizes two types of schedules as noted below. The City 6 develops and maintains a Master Project Schedule as a"baseline"schedule and issue 7 monthly updates to the City Project Manager(end of each month) as a"progress" 8 schedule. The Contractor prepares and submits each schedule type to fulfill their 9 contractual requirements. 10 1 I 1. Baseline Schedule I2 The Contractor develops and submits to the City, an initial schedule for their scope 13 of work in alignment with this specification. Once reviewed and accepted by the 14 City,it becomes the"Baseline"schedule and is the basis against which all progress 15 is measured. The baseline schedule will be updated when there is a change or 16 addition to the scope of work impacting the duration of the work, and only after 17 receipt of a duly authorized change order issued by the City. In the event progress is 18 significantly behind schedule,the City's Project Manager may authorize an update 19 to the baseline schedule to facilitate a more practical evaluation of progress. An 20 example of a Baseline Schedule is provided in Specification 00 32 15.t 21 Construction Project Schedule Baseline Example. 22 23 2. Progress Schedule 24 The Contractor updates their schedule at the end of each month to represent the 25 progress achieved in the work which includes any impact from authorized changes 26 in the work. The updated schedule must accurately reflect the current status of the 27 work at that point in time and is referred to as the"Progress Schedule". The City's 28 Project Manager and Project Control Specialist reviews and accepts each progress 29 schedule. In the event a progress schedule is deemed not acceptable,the 30 unacceptable issues are identified by the City within 5 working days and the 31 Contractor must provide an acceptable progress schedule within 5 working days 32 after receipt of non-acceptance notification. An example of a Progress Schedule is 33 provided in Specification 00 32 15.2 Construction Project Schedule Progress 34 Example. 35 36 1.4 CITY STANDARD SCHEDULE REQUIREMENTS 37 The following is an overview of the methodology for developing and maintaining a 38 schedule for delivery of a project. 39 40 A. Schedule Framework 41 The schedule will be based on the defined scope of work and follow the(Critical Path 42 MethodoIogy)CPM method. The Contractor's schedule will align with the requirements 43 of this specification and will be cast loaded to reflect their plan for execution. Overall 44 schedule duration will align with the contractual requirements for the respective scope of 45 work and be reflected in City's Master Project Schedule. The Project Number and Name 46 of the Project is required on each schedule and must match the City's project data. 47 48 B. Schedule File Name CITY OF PORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD SPECIFICATION City Project No. 101896 Revised JULY 20,2018 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 10 1 All schedules submitted to the City for a project will have a file name that begins with the 2 City's project number followed by the name of the project followed by baseline(if a 3 baseline schedule)or the year and month (if a progress schedule), as shown below. 4 5 • Baseline Schedule File Name 6 Format: City Project Number_Project Name—Baseline 7 Example: 101376_North Montgomery Street HMAC_Baseline 8 9 • Progress Schedule File Name 10 Format: City Project Number_Project Name_YYYY-MM 11 Example: 10I376_North Montgomery Street HNMC_2018_01 12 13 • Project Schedule Progress Narrative File Name 14 Format: City Project Number Project Name PN YYYY-MM 15 Example: 101376 North Montgomery Street IIMAC PN2018 01 16 17 C. Schedule Templates 18 The Contractor will utilize the relevant sections from the City's templates provided in the 19 City's document management system as the basis for creating their respective project 20 schedule. Specifically,the Contractor's schedule will align with the layout of the 21 Construction section. The templates are identified by type of project as noted below. 22 • Arterials 23 • Aviation 24 • Neighborhood Streets 25 • Sidewalks(later) 26 + Quiet Zones(later) 27 * Street Lights(later) 28 a Intersection Improvements(later) 29 • Parks 30 ® Storm water 31 Street Maintenance 32 Traffic 33 Water 34 35 D. Schedule Calendar 36 The City's standard calendar for schedule development purposes is based on a 5-day 37 workweek and accounts for the City's eight standard holidays(New Years,Martin Luther 38 King,Memorial, Independence, Labor,Thanksgiving, day after Thanksgiving, 39 Christmas). The Contractor will establish a schedule calendar as part of the schedule 40 development process and provide to the Project Control Specialist as part of the basis for 41 their schedule. Variations between the City's calendar and the Contractor's calendar 42 must be resolved prior to the City's acceptance of their Baseline project schedule. 43 44 E. WBS &Milestone Standards for Schedule Development 45 The scope of work to be accomplished by the Contractor is represented in the schedule in 46 the form of a Work Breakdown Structure(WBS).The WBS is the basis for the 47 development of the schedule activities and shall be imbedded and depicted in the 48 schedule. 49 CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD SPECIFICATION City Project No. 101896 Revised fULY 20,2018 0032 15-0 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 10 1 The following is a summary of the standards to be followed in preparing and maintaining 2 a schedule for project delivery. 3 4 1. Contractor is required to utilize the City's WBS structure and respective project type 5 template for"Construction"as shown in Section 1.4.H below. Additional activities 6 may be added to Levels 1 -4 to accommodate the needs of the organization executing 7 the work. Specifically the Contractor will add activities under WBS XXXXXX.80.83 8 "Construction Execution"that delineates the activities associated with the various 9 components of the work. 10 11 2. Contractor is required to adhere to the City's Standard Milestones as shown in 12 Section 1.4.1 below. Contractor will include additional milestones representing 13 intermediate deliverables as required to accurately reflect their scope of work. 14 15 F. Schedule Activities 16 Activities are the discrete elements.of work that make up the schedule. They will be 17 organized under the umbrella of the WBS. Activity descriptions should adequately 18 describe the activity, and in some cases the extent of the activity. All activities are 19 logically tied with a predecessor and a successor. The only exception to this rule is for 20 "project start"and"project finish"milestones. 21 22 The activity duration is based on the physical amount of work to be performed for the 23 stated activity,with a maximum duration of 20 working days. If the work for any one 24 activity exceeds 20 days, break that activity down incrementally to achieve this duration 25 constraint. Any exception to this requires review and acceptance by the City's Project 26 Control Specialist. 27 28 G. Change Orders 29 When a Change Order is issued by the City,the impact is incorporated into the previously 30 accepted baseline schedule as an update,to clearly show impact to the project timeline. 31 The Contractor submits this updated baseline schedule to the City for review and 32 acceptance as described in Section 1.5 below. Updated baseline schedules adhere to the 33 following: 34 35 1. Time extensions associated with approved contract modifications are limited to the 36 actual amount of time the project activities are anticipated to be delayed,unless 37 otherwise approved by the Program Manager. 38 39 2. The re-baselined schedule is submitted by the Contractor within ten workdays after 40 the date of receipt of the approved Change Order. 41 42 3. The changes in logic or durations approved by the City are used to analyze the impact 43 of the change and is included in the Change Order. The coding for a new activity(s) 44 added to the schedule for the Change Order includes the Change Order number in the 45 Activity ID. Use as many activities as needed to accurately show the work of the 46 Change Order. Revisions to the baseline schedule are not effective until accepted by 47 the City. 48 49 50 H. City's Work Breakdown Structure CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD SPECIFICATION City Project No. 101896 Revised)ULY 20,2018 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 6 of 10 1 2 WBS Code WBS Name 3 XXXXXX Project Name 4 XXXXXX.30 Design 5 XXXXXX.30.10 Design Contractor Agreement 6 XXXXXX.30.20 Conceptual Design(30%) 7 XXXXXX.30.30 Preliminary Design(60%) 8 XXXXXX.30.40 Final Design 9 XXXXXX.30.50 Environmental 10 XXXXXX.30.60 Permits 11 XXXXXX.30.60.10 Permits-Identification 12 XXXXXX.30.60.20 Permits-Review/Approve 13 XXXXXX.40 ROW& Easements 14 XXXXXX.40.10 ROW Negotiations 15 XXXXXX.40.20 Condemnation 16 XXXXX3L70 Utility Relocation 17 XXXXXX.70.10 Utility Relocation Co-ordination 18 XXXXXX.80 Construction 19 XXXXXX.80.81 Bid and Award 20 XXXXXX.80.83 Construction Execution 21 XXXXXX.80.85 Inspection 22 XXXXXX.80.86 Landscaping 23 XXXXXX.90 Closeout 24 XXXXXX.90.10 Construction Contract CIose-out 25 XXXXXX.90.40 Design Contract Closure 26 27 28 1. City's Standard Milestones 29 The following milestone activities (i.e.,important events on a project that mark critical 30 points in time)are of particular interest to the City and must be reflected in the project 31 schedule for all phases of work. 32 33 Activity><D Activity Name 34 Design 35 3020 Award Design Agreement 36 3040 Issue Notice To Proceed-Design Engineer 37 3100 Design Kick-off Meeting 38 3120 Submit Conceptual Plans to Utilities, ROW,Traffic, Parks, Storm Water, 39 Water& Sewer 40 3150 Peer Review Meeting/Design Review meeting(technical) 41 3160 Conduct Design Public Meeting#1 (required) 42 3170 Conceptual Design Complete 43 3220 Submit Preliminary Plans and Specifications to Utilities, ROW,Traffic, 44 Parks, Storm Water, Water& Sewer 45 3250 Conduct Design Public Meeting#2(required) 46 3260 Preliminary Design Complete CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD SPECIFICATION City Project No. 101896 Revised JULY 20,2018 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 7 of 10 1 3310 Submit Final Design to Utilities, ROW,Traffic,Parks, Storm Water, 2 Water& Sewer 3 3330 Conduct Design Public Meeting#3 (if required) 4 3360 Final Design Complete 5 ROW& Easements 6 4000 Right of Way Start 7 4230 Right of Way Complete 8 Utility Relocation 9 7000 Utilities Start 10 7120 Utilities Cleared/Complete 11 Construction 12 Bid and Award 13 8110 Start Advertisement 14 8150 Conduct Bid Opening 15 8240 Award Construction Contract 16 Construction Execution 17 8330 Conduct Construction Public Meeting#4 Pre-Construction 18 8350 Construction Start 19 8370 Substantial Completion 20 8540 Construction Completion 21 9130 Notice of Completion/Green Sheet 22 9150 Construction Contract Closed 23 9420 Design Contract Closed 24 1.5 SUBMITTALS 25 A. Schedule Submittal &Review 26 The City's Project Manager is responsible for reviews and acceptance of the Contractor's 27 schedule. The City's Project Control Specialist is responsible for ensuring alignment of 28 the Contractor's baseline and progress schedules with the Master Project Schedule as 29 support to the City's Project Manager. The City reviews and accepts or rejects the 30 schedule within ten workdays of Contractor's submittal. 31 32 1. Schedule Format 33 The Contractor will submit each schedule in two electronic forms, one in native file 34 format(.xer,.xml,.mpx)and the second in a pdf format, in the City's document 35 management system in the location dedicated for this purpose and identified by the 36 Project Manager. In the event the Contractor does not use Primavera P6 or MS 37 Project for scheduling purposes,the schedule information must be submitted in.xis or 38 xlsx format in compliance with the sample layout(See Specification 00 32 115.1 39 Construction Project Schedule Baseline Example), including activity predecessors, 40 successors and total float. 41 42 2. Initial &Baseline Schedule 43 The Contractor will develop their schedule for their scope of work and submit their 44 initial schedule in electronic form(in the file formats noted above), in the City's 45 document management system in the location dedicated for this purpose within ten 46 workdays of the Notice ofAward. 47 CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD SPECIFICATION City Project No. 101896 Revises!DULY 20,2018 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 8 of 10 1 The City's Project Manager and Project Control Specialist review this initial schedule 2 to determine alignment with the City's Master Project Schedule, including format& 3 WBS structure. Following the City's review, feedback is provided to the Contractor 4 for their use in finalizing their initial schedule and issuing(within five workdays)their 5 Baseline Schedule for final review and acceptance by the City. 6 7 3. Progress Schedule 8 The Contractor will update and issue their project schedule(Progress Schedule)by the 9 last day of each month throughout the life of their work on the project. The Progress 10 Schedule is submitted in electronic form as noted above, in the City's document 11 management system in the location dedicated for this purpose. 12 13 The City's Project Control team reviews each Progress Schedule for data and 14 information that support the assessment of the update to the schedule. In the event 15 data or information is missing or incomplete,the Project Controls Specialist 16 communicates directly with the Contractor's scheduler for providing same. The 17 Contractor re-submits the corrected Progress Schedule within S workdays, following 18 the submittal process noted above. The City's Project Manager and Project Control 19 Specialist review the Contractor's progress schedule for acceptance and to monitor 20 performance and progress. 21 22 The following list of items are required to ensure proper status information is 23 contained in the Progress Schedule. 24 • Baseline Start date 25 • Baseline Finish Date 26 • %Complete 27 • Float 28 • Activity Logic(dependencies) 29 • Critical Path 30 • Activities added or deleted 31 • Expected Baseline Finish date 32 • Variance to the Baseline Finish Date 33 34 B. Monthly Construction Status Report 35 The Contractor submits a written status report(referred to as a progress narrative)at the 36 end of each month to accompany the Progress Schedule submittal, using the standard 37 format provided in Specification 00 32 15.3 Construction Project Schedule Progress 38 Narrative. The content of the Construction Project Schedule Progress Narrative should 39 be concise and complete to: 40 • Reflect the current status of the work for the reporting period(including actual 41 activities started and/or completed during the reporting period) 42 * Explain variances from the baseline on critical path activities 43 • Explain any potential schedule conflicts or delays 44 • Describe recovery plans where appropriate 45 * Provide a summary forecast of the work to be achieved in the next reporting period. 46 47 C. Submittal Process CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD SPECIFICATION City Project No. 101896 Revised JULY 20,2018 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 9 of 10 1 • Schedules and Monthly Construction Status Reports are submitted in Buzzsaw 2 following the steps outlined in Specification 00 32 15.4 Construction Project 3 Schedule Submittal Process. 4 • Once the project has been completed and Final Acceptance has been issued by the 5 City,no further progress schedules or construction status reports are required from 6 the Contractor. 7 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 8 1.7 CLOSEOUT SUBMITTALS [NOT USED] 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 1.9 QUALITY ASSURANCE 11 A. The person preparing and revising the Contractor's Project Schedule shall be 12 experienced in the preparation of schedules of similar complexity. 13 B. Schedule and supporting documents addressed in this Specification shall be prepared, 14 updated and revised to accurately reflect the performance of the Contractor's scope of 15 work. 16 C. The Contractor is responsible for the quality of all submittals in this section meeting the 17 standard of care for the construction industry for similar projects. 18 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 19 1.11 FIELD [SITE] CONDITIONS [NOT USED] 20 1.12 WARRANTY [NOT USED] 21 1.13 ATTACHMENTS 22 Spec 00 32 15.1 Construction Project Schedule Baseline Example 23 Spec 00 32 15.2 Construction Project Schedule Progress Example 24 Spec 00 32 15.3 Construction.Project Schedule Progress Narrative 25 Spec 00 32 15.4 Construction Project Schedule Submittal Process 26 27 28 PART 2- PRODUCTS [NOT USED] 29 PART 3 EXECUTION [NOT USED] 30 END OF SECTION 31 32 33 34 CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD SPECIFICATION City Project No, 101896 Revised JUL Y 20,2018 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 10 of 10 1 Revision Log DATE NAME SUMMARY OF CHANGE July 20,2018 M.Jarrell Initial Issue 2 CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD SPECIFICATION City Project No. 104896 Revised JULY 20,2018 0032 15.1_0 CONSTRUCTION PROGRESS SCHEDULE—BASELINE EXAMPLE Page I of 5 1 SECTION 00 32 15.1 2 CONSTRUCTION PROJECT SCHEDULE—BASELM EXAMPLE 3 PART 1- GENERAL 4 The following is an example of a Contractor's project schedule that illustrates the data and 5 expectation for schedule content depicting the baseline for the project. This version of the 6 schedule is referred to as a"baseline"schedule. This example is intended to provide 7 guidance for the Contractor when developing and submitting a baseline schedule. See CFW 8 Specification 00 32 15 Construction Project Schedule for details and requirements regarding 9 the Contractor's project schedule. 10 11 12 13 14 15 16 17 18 I9 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised JULY 20,2018 DO 32 I5A-0 CONSTRUCTION PROGRESS SCHEDULE—BASELINE EXAMPLE Page 2 of 5 ------------+---------' ---------'------------+----------+------------------------------F----------3-----------i----------'a----------i----------+--- OD93 i I J w , E I I I I I - tr � � t _ -- {tk ___ _ *^ ---------- ------------- - .- - _-- ---- - ------- -. -- ----------- Ewe C] Sk Pip p CI - ..s LL � f I I J 13 CtO Im N t`an,+roe 9mi,0 Jo] an Io:] 6rPl On ao Iu] oC] Qr NRrIvM ICO 2 0 a 00 C D r < - r10 r to m In ei "" II P r+7 t6 V'm - I I- SRaI p r4't0 kt L' I Q/ ■ r 24 4 N N 4 it .v { III irylr +I '~ I] N N'N -^ r I] r- f• m:w pp fi � �i R2 HII i,{ ¢l 4, N Ill :I a'4r, 5 ^p rN II N; '. '.'I o f; rlI '° 0 7 r"i'M it .. i S{ 2 p M [i p ., >n V III :I {} N O n '� p R k{ r0 W i N 4 !O 0 IH O: 0 2 tool __-.: ._..._... �..-.......- ...�� _._.. .. .... .... .. ..... �_ � +1 M �.rf. i1�}I � w •• � Ft ;J � I � a In u ti I ` 1J SQ7 g' n n a - c: I 'S n,ai cti LLTr S1J ,aaI ' o' I I r miles F p r R' ^ IT ET F A 3 t? 'n i� ',�, li F x 19 II i s g {I K I1 I; n J rl l I I- i cl r. P '1 lae I can } r 3; 'c M fV! 'FLJ 14,ur ,moo m 14...o sa ill 1 GS cIn -� ua 3 �ro ..n I N rL 4J i I 1 CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised J"ULY 20,2018 0032 15.1 -0 CONSTRUCTION PROGRESS SCHEDULE—BASELINE EXAMPLE Page 3 of 5 --- a------"i'---__---'1----------- +---------- i---------'I-----_----t---------I-----------'I-----------1------------F-----------+-----_-..__ .._..___ CQ L i i i i i I I i i i I dF i i i i i i ' ------�--------- ---------------'„ , ! ! i Q 010 ,.r F's-p 10 i„ i, 'C, wwo e; ,.> ,_ ar 8'F5 G �'°..l y3 w`• i}' ¢��a Cg c� r1,rY L1Y Tt Y,,� sh: 1 a Ln CIO n d m i 4..0 o aiu g'o o 2 g Q w n o [nuI g a ya i i i,t :s n '. i�1 {�,R h cf m ."�. �� 05 41 �i s�nf atl ■,I,o ,n �_ .. +,. ,,, {o ,,, a a, m e. .. n a,n f R r}+ r 'TIT ", •' a, a ,t, ,a QPC u:L 5 a ia, II w w 1 w �i a 4 .i u C3 dd t a�i ti.x u n o u ' R x-n r * I Sd e{ ma m�u7 .ui f,�• rt e0•, 4r d5 7lY�•; 6wi [i4�ry� _ CL . . W uauq AIn, tl - �q VF n'1 q , !�dl ,r�r`. rQ� rf I fit' `y7r 7 p "7 ♦v♦ A Y IS "?. tL�l„{ m r, .? ri - 9 P3 r] -rE 61 �{JA rt l CR F I fl R ? 5 .. ' ]I 16 ° �' :I : Rb i -_ ............ Ilk I i 4= a gg r E ;; `o. W a w� u e'r r/p� !y ■ Trig '}ii� � E �.+n ��':� I4 � •, r. .t R. � F'-��fl 7G.' � P g � qy CL E n 11.E �� I � � 4} a 0 1 2 CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101996 Revised DULY 20,2018 0032 15.1-0 CONSTRUCTION PROGRESS SCHEDULE—BASELINE EXAMPLE Page 4 of 5 ---------- --- ------------ ? ------------ i6 ---------- -4.............. cL ---------- 5 C.0 a alp t! 40 QJ dj q 24 u cu o.g; > tl 6 Cl 5 E Q I I � " CrrY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 101896 Revised JULY 20,2018 0032 15.1-0 CONSTRUCTION PROGRESS SCHEDULE—BASELINE EXAMPLE Page 5 of 5 1 END OF SECTION 2 3 4 5 Revision Log DATE NAME SUMMARY OF CHANGE July 20,2018 M.Jarrell initial Issue 6 CITY OF FORT WORTI-I N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised JULY 20,2018 00 32 15.2-0 CONSTRUCTION PROGRESS SCHEDULE—PROGRESS EXAMPLE Page 1 of 4 1 SECTION 00 32 15.2 2 CONSTRUCTION PROJECT SCHEDULE—PROGRESS EXAMPLE 3 PART1 - GENERAL 4 The following is an example of a Contractor's project schedule that illustrates the data and 5 expectation for schedule content depicting the progress for the project. This version of the 6 schedule is referred to as a"progress"schedule. This example is intended to provide 7 guidance for the Contractor when developing and submitting a progress schedule. See 8 CFW Specification 00 32 15 Construction Project Schedule for details and requirements 9 regarding the Contractor's project schedule. 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised JULY 20,2018 00 32 15.2-0 CONSTRUCTION PROGRESS SCHEDULE—PROGRESS EXAMPLE Page 2 of 4 P i i i i ------------F__-------{---_-----f-----------;----------i---------- ________ --------------------F---------t----------F----------F_________1-----------{___ ' :7 r i ; [il PA i i i T -----------�--------�---------L'--- ---{----------J-------------------1--------------------i---------4----------i----------I---------J-----------i--- - ..,. i �. -------' - ----------------- - -----.--------.-------- --- - --- - - - LL. � �;� � I �� , _� .a .,. � �� 'a = _ _ _� '�' � 1= RS�•, .� !. . •� I� I: I� I: I: 3` l-�l- l: '"��� �J § _ J 8 114 U w A I. Z #W •� M o ..... h o sr sr u r" ti a b o ua to _b.m 1!F m _ _ _ _ r Y ' YY'? rl. LlLr,� l�lxlfl ,9.ir� # c7 `# e rr� W m •c�� "� .�i w_ ,o la* t�* •�L. vim, •, w .. .. r �_ m .. ... .. m ., y m �, r''., M y" m rti rw u .'I?i I� I j ;.i .a }i 1 11 `{� 4• 2• ' I'1 ry n ev "}� n % it .r ra !2 c w m m •' or +. m a+ 4 01 e�j!in JP:J'0 LP CD CD ., il , yN � . g i C I s I u u iP,l I� ' � rV icy■7 e - t] a ¢Cjj ! �'I ry $ ri {I gi va s _ d� 3 a' ti'w Y,Qfu ; .A Si P. � �T: 'R p SC � , :y �^� rn !� in � FF�� �i t�� �L rx u x I- t 1I CITY OF FORT WORTH N RIVERSIDE BRIDGE- FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised JULY 20,2018 0G3215.2-0 CONSTRUCTION PROGRESS SCHEDULE—PROGRESS EXAMPLE Page 3 of m . —-----------"----------T-..-------------_-T----------1-------------------- ---------'•--------- ---------- T----- --Cl CNN i • ' i i r i ____—___ ________ _____ ________ i i i _ ' ' — ------1---------1-------------------1---------1----------J'---------1-- -- - - --L------- -1---- --1---------3--- i O m r d � �iM' niry i M - � � pit Irr Z. l.- (o Vt 1, eR e.w m an• �._....n �yy a�.. ri.m y_i d�9}! (�. �_.,- _ T C7CII ae a T T 2., _D _.1 aI y2 {npy, r ar' I9 ❑ N � fl si y � a �C' r � N � � G p 'F iLzwmw_ w�r W :,' ., tsmwa ■• mm �.. sir o. me� rn �n i. m'. LL �' .p t 'L g E rn ' - k .. of lid d p ilei r ��+ rL�4 1q1 fi f� ill 9.x�, J 3 Q .I ,+ . N .�.. •' r _ 00 rL.a .ii rn ih M.1.{P pr W pM rpA i rn T :M_ iii l �. '� I ' I L u } 1.`1 y _ t 9 2 a o 0 o h 'u �o 0 0 0 0- t<+. !a o L"�� l �d t; .... ___.____._. ...............__...._ ....... ......._..........T__ ._. _..... .._ ... "' er r .t -' `2�vnw' �s �l � a" c�' �• r�yr�' `� -. _ .. ;i � 7' �'!F. �. 3 c iim U F tG di r Ge. I o F Ss � iY. v rG � ��/}} R7 LF RIM tl `J 2 CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised J"ULY 20,2018 0032 15.2-0 CONSTRUCTION PROGRESS SCHEDULE—PROGRESS EXAMPLE Page 4 of 4 1 END OF SECTION 2 3 4 5 Revision Log DATE NAME SUMMARY GE CHANGE July 20,2018 M.Jarrell Initial Issue 6 CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised JULY 20,2018 00 32 15.3-0 —PROGRESS NARRATIVE Page 1 of 1 SECTION 00 32 15.3 CONSTRUCTION PROJECT SCHEDULE PROGRESS NARRATIVE Reporting Period: Date Issued: Project Name: Company Name, City Project No: Engineer's Project No: City Project Manager: Engineer's Project Manager: A. List of activities accomplished in the reporting period. 1. (insert text here) 2. (insert text here) 3. (insert text here) 4. (insert text here) 5. (insert text here) 6. (insert text here) B. List of activities to be accomplished in the next reporting period 1. (insert text here) 2. (insert text here) 3. (insert text here) 4. (insert text here) 5. (insert text here) 6. (insert text here) C. List any potential delays and provide mitigation actions 1. (insert text here) 2. (insert text here) 3. (insert text here) D. List any actual delays and provide recovery actions 1. (insert text here) 2. (insert text here) 3. (insert text here) City of Fort Worth,Texas Construction Project Schedule Narrative Report for CFW Projects TPW Official Release Date:7.20.2018 Page 1 of 1 0032 15.4-0 CONSTRUCTION PROGRESS SCHEDULE—SUBMITTAL PROCESS Page 1 of 7 1 SECTION 00 32 15.4 2 CONSTRUCTION PROJECT SCHEDULE—SUBMITTAL PROCESS 3 PART1 - GENERAL 4 The following information provides the process steps for the Contractor to follow for 5 submitting a project baseline or progress schedule for a capital project to the City of Fart 6 Worth. See CFW Specification 00 32 15 Construction Project Schedule for details and 7 requirements regarding the Contractor's project schedule. 8 9 If you are not a registered CFW Buzzsaw user,please email or contact: 10 11 Fred Griffin, Buzzsaw Administrator 12 City of Fort Worth 13 Fred.Griffin@fortworthgov.org 14 817-392-8868 15 16 Using your registered username and password log into the City's Buzzsaw Site 17 h s://praicct oint.buzzsaw.coln/client/fortworth ov I I 18 19 20 Navigate to your Project Folder. Verify that your Project ID and Project Name are 21 consistent with Project Folder Name. 22 23 Navigate to the Schedule Directory under your Project Folder. The 0 07 0 1-F laxseed 24 Drainage Improvements project is used for illustration. 25 CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised JULY 20,2018 00 32 15.4-0 CONSTRUCTION PROGRESS SCHEDULE—SUBMITTAL PROCESS Page 2 of 7 .Fb ale Phr T '{¢* — - - 1 4- I4W• �y1s Wt1 yi11 E4FL41R4!' ; 1 � _' �1 � FtlOfrlr [}'A u,;OS-Fiaxseedlvainagermprov, ai+ FRM Sim Twe ,tad Forms 5-•4edule5 rndexods Fred Griffar 15,364 Waasokaxcel6N... +'iD Rd Responses Construction I,�cnnsultanrs C�t Contractor L�T Correspondence IJ Gen ral eontrartona menis and s1 3 J Project Ora•.vings lt_L�l Pow Meatngs a C']ypR�ry Praper Lifirles F ow%-kxban Wlages Centra3 Cluster! -1 ftl o0705-Urban Wages Central Cluster! f�l 0D706-1rban YJloges SECUsWBerry -1 el 00706-Lrban VA ges SE Cluster Near a �00730-s�ipry sewn Rehah contras { 00755-Mesquite Rd 2004 CIP Year 1 Q • J�p 00763-B'eks Road-Bryant km to Gre M 00778-Leh—Charnel .r+..'fj)00786-summer creek&.sycamore sch 1 01 00767-Granbury Road-Ahamesa to A R. iaV1-1'.r..v_Ta 1�.1.111.u1 Yi 1 roleiLthtue:5see¢odsdnwmeu.L+ee3,xrm laTP-ghFL Db3buids UD.*adez]nm rktM 2 3 Two files will be uploaded for each submittal.A native schedule file format either 4 Primavera.xer or MS Project .mpp and a PDF version of the schedule will be uploaded 5 6 Verify that the file name contains the 5-digit Project ID,Project Name, and Submittal Date 7 and follows the standard naming convention. Initial schedule submittal will be labeled as 8 `Baseline' for example: 9 00701-FlaxseedDrainagelmprovements-Baseline 10 11 Schedule submittal updates will be labeled with Schedule Submittal Date `YYYY MM' for 12 example: 13 00701-FlaxseedDrainagelmprovements-2009W01 14 15 Expand or select the Schedules folder and add both the native file and PDF file to the 16 directory. 17 From the Toolbar Select OAdd Document CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised JULY 20,2018 00 32 15.4-0 CONSTRUCTION PROGRESS SCIFI EDUI.3 —SUBMITTAL,PROCESS Page 3 of 7 RM FNt V?" r00y #il# 6rawilrg � - - -- puaAi+1 Note '.h ... .. i.--}roidda 1 1 • - �,�, Link 00701-�axseed t3ralnage irvpruYmrci ei IcyY ---..._ r,. [� rol&r Il Bid Farms _]Scheduleslnde ads Frec!Gnffin 16,364 Mlor,._r, ••• LJ bid Responses construction 3 Cansultantrs Cnntraetnr F—I Correspondence General Contract one ments and Sped Project 0rawngs Pubic Maetirgs Real Property r,S edules Inde uxfs Lj ublibes r tj 00705-Urban Weges Central Cleftm 9u,f t 3�] 00705-Lkban Wages Central Cluster Soul ♦ 00706-Lkban 14ag—SE Cluster Berry" + 00706-Lkban Wages SE Cluster ti x lea F 00730-sartitary Sewer Rehab cbntraet" 100755-Mesquite Rd 200}CIP Year i[0's t J2� 00768-arks Road-Bryant twin to Grantf + rA 00773-teb-V Channel C4 00736-summer creek&svcamam Stx#9 V, # > { 1 I tads r+w 2 3 Select Browse and go to the location of the files on your desktop. 4 Select Open i 4 [7 3derk rbnsnerYs hr rld iN ihr 1�jee7 xelo-stte 4iu rart�abl d a tlorsmce its(wgrttralJ APSELM d,rrsQ,.,J r ItuumenN Mull<ar�t4nl FkN.e Fkt.bM n2L.-I She �dlto�ew tdiilri I np r--n- ' IHPSMutionCentff &0ji FLnNm.ger Pro7 te My Computer musicnos Player PtytlemorkPlaces nActiveProjects Adobe Arrohat 8 Prof�iwal -'BoareinCPass.pdf burn CDs&DYOs .4CleariypeTunng Rum,t 7wo Wool Record Edit Pro CH2M HILL VPN LV C7aswmd PMP Exam S'm 7.1 Heaa Client CrystalRepass 2006 GooCle Earth ¢Cet QuidsReference Gulde.pdf HPPh.WsmartExpressHP Phmsar mtPremier tj? ree,F Sund Record--g@rreeSoundR—rdenexe IPassGonnect �'LaptopSecurttj iiunes Elogsr.]PG r acsoft Viso Version 2002 lrstde Cut e0ank 4Netmeeting Rly tlekwrk }M mom; All Pew s FinrCFhn' rrV111.r i"^ � tacd 6 7 The file will appear in the Buzzsaw Add to.Project—Select Documents window 8 9 Select Next. 10 CITY OF FORT WORTH iJ RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised JUIsY 20,2018 0032 15.4-0 CONSTRUCTION PROGRESS SCHEDULE—SUBMITTAL PROCESS Page 4 of 7 1 Do not select Finish at this time. 2 a b cc 5clict town .btaaddso00Ko}acre,abWA.tau,candw&M1:9a*uo~tRC4PWk"Wpgj. Oocuno-eMls AkterhCarFhrlrt FMfbne HeLomtiau N-W- � �9rsxjltrmcee�raFiao-I"•r o4 era$�fl9 r.eer {'i b Md.__ 1{Ir.:- 34r2511 Eia81 ra�nat�l, 4 � :U�'IµLTrttll��►'{ItN�J�4:: .:. . 0,his Rho-•:-:.s i...r :1':1: ..M1iw iC+l:. '�11'x'I i i 11 11�lter PSS> I F#idI _I Carlod --Ilclu_ J 3 4 5 You will be placed into the Attach Comment window to enter a record into the Project 6 Schedule Submittal Log. 7 8 Enter the Project ID-Project Name-Submittal in the Subject Line. 9 10 Type Submittal and Company Name into the Comment window along with Contact Name I 1 and Contact phone Number. 12 13 Select Next. 14 t' c< �7cwtea omftitycz�mvthomaan&iurnanaidlradaww;bngnmfvii'xiaehgndded: Tha sup m aplimnd Sl ctrx,nlnznts r fdd Lummwk In mW deoadun .i;.nd5" f.,A.W.1:1 18MI-Flawseed4rainagelmprovements-Baseline INKrAINIP EE one schedule Submittal from'[ampany Name` [,pact Name Contact Phone Or ydate Schedule Submittal from'Company Name'fur work performed up to January 31,2.009 opt -antact Name r"Itact Phone c[led rcx!a_ n i... L j 15 �"'�I 16 CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised JULY 20,2018 0032 15.4-0 CONSTRUCTION PROGRESS SCIIEDULF?--SUBMITTAL PROCESS Page 5 of 7 1 2 You will be placed into the Send Email Notification window. 3 4 Select To and the Select Recipients window will appear with a list of Project Contacts. 5 6 Select the Project Manager as the To Recipient and the Project Controls Group as the Copy 7 Recipient. 8 Y�..r.-.P""�1rr �4�.... 3-..'r naainrenta �r.r�a r,.. Trov J.— T. ]... V. Wp.. T... ... T-.. ]5.. V`l.s U.B. U H.., c ... Wedc... w... P... 'ep" eta... — Yuetre... x.. F.., asi i�I•. =AP:'ini 5it... r*Ii- L% Fstkasl LS •YWir 1+'� - , .� i .—� I —.—I 9 F..". 10 11 12 Select the Paste Comment button to copy the Comment into the body of the email 13 14 Select Finish. 15 CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised JULY 20,2018 003215.4-0 CONSTRUCTION PROGRESS SCHEDULE—SUBMITTAL PROCESS Page 6 of 7 7muKhcaw-tw E]SmdemniwDihu r.tomborFnnflfAQftp4itmerierrai+t4ktednits �stevap�ao Y � Ie�omneMl_I ry � -J,.-1 .11 -#J t lkm l Z.All lf_. frPd Bdffin dOlifitaFJo■ -- .�,,,, 9u�eti• 0#17t11fla,rseed�rainagelmpTouements�ase�ine � �� �� 4aselne Schedule Submittal fram'Campany Name' Contact Name Cwtact Phone Update Schedule Submittal from'Company Name'for work performed up to January 31,2909 CcntactName Contact Phone 2 3 The schedule file is uploaded to the directory.An email is sent to the City's Project 4 Manager and.Project Control Specialist. 5 owl 154ni�h�lruwl+pov � � F- 00701-naxseedor..,zr-,mprwemc.:WIT A— �i.c� � Pi- Tm, rkdil.l t 0Erdr-o— k!D.Cde.A5 Frrdcnffr, 16.3a4 ffm-ftE rAw... rlizlpaaa q- '1 Ed Responses �"9 -, 41'c Nan... 74,750 kfRi-+:a lmf M 4:16 " []CorrstrucGon i I c..A is _ �j Cont'a�tnr ��Corresprmdence -Jrereral castract Documents and spec + LJ aoja-lo,—, ,p Jl PuNic We5,gs r 11AA-FI s 101alrcageN,p.— scSlmdestndex.)3a J utIDdes Al ftOOT75-lkban Y3fages Central C1usVi Sa I X DONS-Urban Ytlages Central[1ns�-Sau1 -U,ben V@eoc-s SE duskrBury Rn v �00X6-Urban V&u-SE0-1.,rear Ea, ffl C++_@I00730-5anitarYS—rRehab Contract) r L T Q1 W755-M—pffle Rd b,04CIPYear 1 the I ! ;};f�r Od763-onla Road-aryart—to Ct", 4'0J 007A-Lebow CF—d - 5 # { } 1 rLrl. 7 8 Upload the PDF file using the same guideline. 9 1a 11 12 END OF SECTION 13 14 CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised JULY 20,2018 00 32 15.4-0 CONSTRUCTION PROGRESS SCHEDULE—SUBMITTAL PROCESS Page 7 of 7 1 Revision Log DATE NAME SUMMARY OF CHANGE July 20,2018 A Jarrell Initial Issue 2 CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. I01896 Revised JULY 20,2018 003513 BID FORM Page 1 of 1 SECTION 00 35 13 CONFLICT OF INTEREST STATEMENT Each bidder, offeror or respondent (hereinafter referred to as "You") to a City of Fort Worth procurement may be required to complete a Conflict of Interest Questionnaire (the attached CIQ Form) and/or a Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) pursuant to state law. You are urged to consult with counsel regarding the applicability of these forms to your company. The referenced forms may be downloaded from the links provided below. htti)-//www.ethics.state.tx.us/formslCIQ.pdf hftp:/ANww.ethics.state.tx.us/formsICIS.ndf ❑ CIQ Form does not apply 0 CIQ Form is on file with City Secretary ❑ CIQ Form is being provided to the City Secretary ❑ CIS Form does not apply CIS Form is on File with City Secretary ❑ CIS Form is being provided to the City Secretary BIDDER: Fort Worth Civil Constructors, LLC By: Austin Alumbaug PO Box 164513 Signature: Fort Worth, Texas 76161 Title: President END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS N RIVERSIDE BRIDGE-FASCIA STONE REPAIR Form Revised 20171109 City Project No. 101896 0041 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: N RIVERSIDE BRIDGE- FASCIA STONE REPAIR DALTON ST-HERITAGE TRACE PKWY City Project No.: 101896 Units/Sections: Bridge Repair-Fascia Stone Repair 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a)to influence the bidding process to the detriment of City(b)to establish Bid prices at artificial non-competitive levels, or(c)to deprive City of the benefits of free and open competition. c. "collusive practice"means a scheme or arrangement between two or more Bidders,with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS N RIVERSIDE BRIDGE-FASCIA STONE REPAIR Form Revised 20150821 City Project No. 101896 0041 00 BID FORM Page 2 of 3 d. "coercive practice"means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. NIA b. NIA c. NIA d. NIA 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 150 days days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work{and/or achievement of Milestones}within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. OMITTED g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS N RIVERSIDE BRIDGE-FASCIA STONE REPAIR Form Revised 20150821 City Project No. 101896 0041 00 BID FORM Page 3 of 3 subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3. Evaluation of Alternate Bid Items<use this if applicable. otherwise deletes Total Base Bid<use this if applicable, otherwise delete $0.00 Alternate Bid<use this if applicable, otherwise deletes $0.00 Deductive Alternate<use this if applicable, otherwise $0.00 Additive Alternate<use this if applicable, otherwise $0.00 Total Bid $197,926.00 7. Bid Submittal This Bid is submitted on January 17, 2019 by the entity named below. Respectfully wbmitted, Receipt is acknowledged of the Initial following Addenda: By Addendum No. 1: _ (Signature Addendum No. 2: Addendum No. 3: Austin Alumbaugh Addendum No. 4: (Printed Name) Title: President Company: Fort Worth Civil Constructors, LLC Corporate Seal: Address: PO Box 164513 Fort Worth, Texas 76161 State of Incorporation: Texas Email: austin0fwcivcon.com Phone: 817,662.2292 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS N RIVERSIDE BRIDGE-FASCIA STONE REPAIR Form Revised 20150821 City Project No. 101896 00 42 43 BID PROPOSAL Page I or I SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid No. Description Section No. Measure Quantity Unit Price Bid Value 1 9999.0000 Remove and Re-Install Existing Stone SF 2300 $52.00 $119,600.00 Veneer with anchors 2 9999.0000 New Stone SF 250 $12.10 $3,025.00 3 9999.0000 Concrete Pedestal Per Plan TxDOT 4201 CY 12 $3,600.00 $43,200.00 32 32 13 4 3292.0100 Block Sod Placement 32 92 13 Sy 200 $13.70 $2,740.00 5 9999.0000 Remove and Replace existing Rip-Rap 31 37 00 Cy 80 $242.00 $19,360.00 6 Construction Allowance EA 1 $10,000.00 $10,000.00 Bid Summary Base Bid Total Base Bid Alternate Bid Total Alternate Bid Deductive Alternate Bid Total Deductive Alternate Sid Additive Alternate Bid Total Additive Alternate Bid Total Bid $197,925.00 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS N RIVERSIDE BRIDGE-FASCIA STONE REPAIR Form Revised 20120120 City Project No.101896 00 43 13 BID BOND Page 1 of 2 SECTION OD 43 13 BID BOND KNOW ALL BY THESE PRESENTS: That we, Fort Worth Civil Constructors, LLC known as "Bidder"herein and Argonaut Insurance Company a corporate surety duly authorized to do business in the State of Texas, known as"Surety" herein, are held and firmly bound unto the City of Fort Worth,a municipal corporation created pursuant to the laws of Texas, known as"City"herein, in the penal sum of five percent(5%)of Bidder's maximum bid price, in lawful money of the United States,to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made,we bind ourselves, our heirs, executors, administrators,successors and assigns,jointly and severally,firmly by these presents. WHEREAS, the Principal has submitted a bid or proposal to perform Work for the following project designated as N RIVERSIDE BRIDGE-FASCIA STONE REPAIR DALTON ST-HERITAGE TRACE PKWY NOW, THEREFORE, the condition of this obligation is such that if the City shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the City in accordance with the terms of such same, then this obligation shall be and become null and void. If, however, the Principal fails to execute such Contract in accordance with the terms of same or fails to satisfy all requirements and conditions required for the execution of the Contract, this bond shall become the property of the City, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate City for the difference between Principal's total bid amount and the next selected bidder's total bid amount. PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in Tarrant County, Texas or the United-States District Court for the Northern District of Texas, Fort Worth Division. IN WITNESS WHEREOF,the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 17th day of January 2019. PRINCIPAL: Fort Worth Civil Constructors, LLC BY: Signature AT T: 0 Ticesd&I Witness as rirffp1 Name and Title 4 t CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS N RIVERSIDE BRIDGE-FASCIA STONE REPAIR Form Revised 20171109 City Project No.101 ago 00 43 13 BID BOND Page 2of2 Address: P.O. Box 164513 Fort Worth, TX 76161 SURETY: Argonaut Insurance Company BY: y�V 1 Signature Andrea Rose Crawford,Attorney-in-Fact Name and Title Address: P.O. Box 469011 San Antonio, TX 7824B i ess as t refy Telephone Number: 210-321-8400 Attach Power of Attorney(Surety)for Attorney-in-Fact *Note: if signed by an officer of the Surety Company,there must be on file a certified extract from the by laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS N RIVERSIDE BRIDGE-FASCIA STONE REPAIR Farm Revised 20171109 City Project No.101 B96 Argonaut Insurance Company A5-0133483 Deliveries Only: 225 W. Washington, 24th Floor Chicago, 1L, 60606 United States Postal Service: P.O, Boob 469011, San Antonio, TX 78246 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the Argonaut Insurance Company,a Corporation duly organized and existing under the laws of the State of Illinois and having its principal office in the County of Cook,Illinois does hereby nominate,constitute and appoint: Andrea Rose Crawford.Troy Russell Key,Debra Lee Moon.Sammy Joe Mullis Jr.,John William Newby,Sandy—Lee Money Linda Michelle Stalder, Wilbert Raymond Watson.Christopher Carl Sundbere Their true and lawful agent(s).and attorney(s)-in-fact,each in their separate capacity ifmore than one is named ab r to make,execute,seal and deliver for and on its behalf as surety,and as its act and deed any and all bonds,contracts,agreements of indemnity and other unuerta,ings in suretyship provided, however,that the penal sum of any one such instrument executed hereunder shall not exceed the sum of: $50,000,000.00 This Power of Attorney is granted and is signed and sealed under and by the authority ofthe following Rc&plutici i adopted by the Board of Directors of Argonaut Insurance Company: "RESOLVED,That the President,Senior Vice President,Vice President,Assistant Vice Presideig Secretary,Treasurer and each of them hereby is authorized to execute powers of attorney,and such authority can be executed by use of f6timile srgnature,which may be attested or acknowledged by any officer or attorney,ofthe Company,qualifying the attorney or attorneys named in the gives pmu;r of attorney,to execute in behalf of,and acknowledge as the act and deed ofthe Argonaut Insurance Company,all bond undertakings and c_ntracts of suretyship,and to affix the corporate seal thereto." IN WITNESS WHEREOF,Argonaut Insurance Company has caused its ofliciaf stv.l to be hereunto affixed and these presents to be signed by its duly authorized officer on the 8th day of May,2017. +,•+� ,,,� Argonaut Insurance Company ,vysuRgy�•, E1948 AL. by: Joshua C.Betz, Senior Vice President STATE OF TEXAS "� •" '',,, COUNTY OF HARRIS SS: On this 8th day of May,2017 A.D.,befge me,a Notary Public of the State of Texas,in and for the County of Harris,duly commissioned and qualified, came THE ABOVE OFFICER OF 111 OPUPANY,to me personally known to be the individual and officer described in,and who executed the preceding instrument,and he ack,%vledged the execution of same,and being by me duly sworn,deposed and said that he is the officer ofthe said Company aforesaid,and that the seal affixed to the preceding instrument is the Corporate Seal of said Company,and the said Corporate Seal and his signature as officer wean Suly oflfixed and subscribed to the said instrument by the authority and direction ofthe said corporation,and that Resolution adopted by the Board of DirecUrts of said Company,referred to in the preceding instrument is now in force. IN TESTIMONY WIh1`P.It R_OF,I have hereunto set my hand,and affixed my Official Seal at the County of Harris,the day and year first above written. AQ ( i (Notary Public) I,the undersigned Officer ofthe Argonaut Insurance Company,Illinois Corporation,do hereby certify that the original POWER OF ATTORNEY of which the foregoing is a full,true and correct copy is still in full force and effect and has not been revoked. IN WITNESS WHEREOF,I have hereunto set my hand,and affixed the Seal of said Company,on the j t , .day of J(/yi/� C, �......• � James Bluzard Vice President-Surety THIS DOCUMENT IS NOT VALID UNLESS THE WORDS ARGO POWER OF ATTORNEY AND THE SERIAL NUMBER IN THE UPPER RIGHT HAND CORNER ARE IN BLUE,AND THE DOCUMENT IS ISSUED ON WATERI4IARKED PAPER,IF YOU HAVE QUESTIONS ON AUTHENTICITY OF THIS DOCUMENT CALL(210)321-8400. IMPORTANT NOTICE To obtain information or mare a complaint: You may call Argonaut Insurance Company and its affiliates by telephone for information or to mare a complaint: ARGONAUT. INSURANCE COMPANY Please send all notices of claim on this bond to: Argonaut Insurance Company Argo Surety Claims. 225W. Washington St., 24th Floor Chicago, IL 60606 (833) 020-9137 (toll-free) You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: (51 2) 490-1007 You may write the Texas Department.of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http:llwww.tdi.state.tx.us E-mail: Cons umerProtection tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact your agent or Argo Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND: This notice is for information only and does-not become a part or condition of the attached document and is given to comply with Texas legal and regulatory requirements. 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State -of , our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. P1 BIDDER: Fort Worth Civil Constructors, LLC By: Austin Alumbaugh PO Box 164513 �uy� A {Signatur Fort Worth, Texas 76161 Title: President Date-'- END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS N RIVERSIDE BRIDGE-FASCIA STONE REPAIR Form Revised 20110627 City Project No.101896 00 45 12 BID FORM Page 1 of 1 SECTION 00 45 12 PREQLIALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Expir alificati on Expiration Date List work type here or space N/A List work type here or space List work type here or space List work type here or space The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Fort Worth Civil Constructors, LLC By:I ustin Alum�ugh ` I PO Box 164513 (Signature Fort Worth, Texas 76161 Title: President Date: END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS N RIVERSIDE BRIDGE-FASCIA STONE REPAIR Form Revised 20120120 City Project No. 101896 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page I of 1 1 SECTION 00 4S 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it 4 provides worker's compensation insurance coverage for alI of its employees employed on City 5 Project No. 101896. Contractor further certifies that,pursuant to Texas Labor Code, Section 6 406.096(b),as amended, it will provide to City its subcontractor's certificates of compliance with 7 worker's compensation coverage. 8 9 CONTRACTOR: 10 I Fort Worth Civil Constructors,LLC By: 12 Company (P UpPrint) 13 14 PO Box 164513 Signature: 15 Address may` 16 17 Fort Worth,Texas 76161 Title: 18 City/State/Zip (Please Print) 19 20 21 THE STATE OF TEXAS § 22 23 COUNTY OF TAR-RANT § 24 25 BE 'ORE ME,tk undersjgned aut Ority, on this day personally appeared 26 known to me to be the person whose name is 27 subscribed to the for M ing,'nst e t, d acknowledged to me that he/she executed the same as 28 the act and deed of for the purposes and 29 consideration therein expressed and in the dapacity tAcrein skated. 30 rg 31 G E I_JND-R MY HAND A SEAL OF OFFICE this a day of 32 ,20 33 34 35 MANDI EVEN :�O� Y pV9 36 s=: c Notary Public,state of Texas otary Public in and for the State of Texas Comm. Expires 08-28-2022 37 °'%'; Notary ID 12431710-4 38 END OF SECTION 39 CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised July 1,2011 00 45 40-1 Minority Business Enterprise Specifications Page I of 2 1 SECTION 00 45 40 2 Minority Business Enterprise Specifications 3 APPLICATION OF POLICY 4 If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is 5 applicable. 6 7 POLICY STATEMENT 8 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority 9 Business Enterprises (MBE) in the procurement of all goods and services. All requirements and 10 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. 11 12 MBE PROJECT GOALS 13 The City's MBE goal on this project is 5%of the total bid value of the contract (Base bid applies to Parks 14 and Community Services). 15 16 Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror 17 must submit both a MBE Utilization Form and a SSE Utilization Form to be deemed responsive. 18 19 COMPLIANCE TO BID SPECIFICATIONS 20 On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to 21 comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 22 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 23 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation,or 24 3. Good Faith Effort documentation,or; 25 4. Prime Waiver documentation. 26 27 SUBMITTAL OF REOUIRED DOCUMENTATION 28 The applicable documents must be received by the Purchasing Division, within the following times 29 allocated, in order for the entire bid to be considered responsive to the specifications. 'I ke. Oftbror slja11 30 dclivk r II1e MR- ill par -Oii io' d1e,i:Ipprapriake emplo'vee of the purchasing dlybirm atij 31 obtain a Muftime ruceipl. S►Ic-h reeeipi dial I be evidence that the City received the docuraentati0ri ire the 32 these olIaotrted_ A ]Ixed :indhir voia]led coley Avlll mit be ilccepled. 33 1. Subcontractor Utilization Form, if received no later than 2:00 p.m., on the second City business goal is met or exceeded: day after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if day after the bid opening date, exclusive of the bid opening participation is less than stated goal: date. 3. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if no day after the bid opening date, exclusive of the bid opening MBE participation: date. 4. Prime Contractor Waiver Form, received no later than 2:00 p.m., on the second City business if you will perform all day after the bid opening date, exclusive of the bid opening contracting/supplier work: date. 34 CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised June 9,2015 004540-2 Minority Business Enterprise Specifications Page 2 of 2 1 5. Joint Venture Form, if goal is met received no later than 2:00 p.m., on the second City business or exceeded. day after the bid opening date, exclusive of the bid opening date. 2 FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE 3 WILL RESULT IN THE BID BEING CONSIDERED NON-RESONSIVE TO SPECIFICATIONS. 4 FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE.A SECOND FAILURE WILL RESULT IN THE OFFEROR 5 BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR.THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICAITON PERIOD OF THREE YEARS. 6 7 Any Questions,Please Contact The M/WBE Office at(817)212-2674. 8 END OF SECTION 9 10 11 CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised June 9,2015 005243-1 Agreement Page 1 of 5 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on March 19, 2019 is made by and between the City of Forth 4 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, 5 ("City"), and Fort Worth Civil Constructors, LLC, authorized to do business in Texas, acting by 6 and through its duly authorized representative, ("Contractor"). 7 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1. WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 11 Project identified herein. 12 Article 2.PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: 15 N RIVERSIDE BRIDGE-FASCIA STONE REPAIR 16 City Project No. 101896 17 Article 3. CONTRACT PRICE 18 City agrees to pay Contractor for performance of the Work in accordance with the Contract 19 Documents an amount, in current funds, of ONE HUNDRED NINETY-SEVEN THOUSAND, 20 NINE HUNDRED TWENTY FIVE AND 00/100 Dollars ($197,925.00). 21 Article 4. CONTRACT TIME 22 4.1 Final Acceptance. 23 The Work will be complete for Final Acceptance within 150 Calendar days after the date 24 when the Contract Time commences to run, as provided in Paragraph 2.03 of the General 25 Conditions, plus any extension thereof allowed in accordance with Article 12 of the 26 General Conditions. 27 4.2 Liquidated Damages 28 Contractor recognizes that time is of the essence for completion of Milestones, if any, and 29 to achieve Final Acceptance of the Work and City will suffer financial loss if the Work is 30 not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also 31 recognizes the delays, expense and difficulties involved in proving in a legal proceeding, 32 the actual Ioss suffered by the City if the Work is not completed on time. Accordingly, 33 instead of requiring any such proof, Contractor agrees that as liquidated damages for 34 delay (but not as a penalty), Contractor shall pay City SIX HUNDRED AND FIFTY 35 DOLLARS ($A50.00) for each day that expires after the time specified in Paragraph 4.1 36 for Final Acceptance until the City issues the Final Letter of Acceptance. 37 Article S. CONTRACT DOCUMENTS 38 5.1 CONTENTS: 39 A. The Contract Documents which comprise the entire agreement between City and 40 Contractor concerning the Work consist of the fallowing: CITY OF FORT WORTH N RTVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised 11.15.17 00 52 43-2 Agreement Page 2 of 5 41 1. This Agreement. 42 2. Attachments to this Agreement: 43 a. Bid Form 44 1) Proposal Form 45 2) Vendor Compliance to State Law Non-Resident Bidder 46 3) Prequalification Statement 47 4) State and Federal documents(project specific) 48 b. Current Prevailing Wage Rate Table 49 c. Insurance ACORD Form(s) 50 d. Payment Bond 51 c. Performance Bond 52 f. Maintenance Bond 53 g. Power of Attorney for the Bonds 54 h. Worker's Compensation Affidavit 55 i. MBE and/or SBE Utilization Form 56 3. General Conditions. 57 4. Supplementary Conditions. 58 5. Specifications specifically made a part of the Contract Documents by attachment 59 or, if not attached, as incorporated by reference and described in the Table of 60 Contents of the Project's Contract Documents. 61 6. Drawings. 62 7. Addenda. 63 8. Documentation submitted by Contractor prior to Notice of Award. 64 9. The following which may be delivered or issued after the Effective Date of the 65 Agreement and, if issued, become an incorporated part of the Contract Documents: 66 a. Notice to Proceed. 67 b. Field Orders. 68 c. Change Orders. 69 d. Letter of Final Acceptance. 70 71 Article 6.INDENDiMICATfDN 72 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 73 expense, the city, its officers, servants and employees, from and against any and all 74 claims arising out of, or alleged to arise out of, the work and services to he performed 75 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 76 under this contract. This indemnification provision is specifically intended to operate 77 and be effective even if it is alleged or proven that all or some of the damages being 78 sought were caused,in whole or in part, by any act, omission or negligence of the city. 79 This indemnity provision is intended to include, without limitation, indemnity for 80 costs, expenses and legal fees incurred by the city in defending against such claims and 81 causes of actions. 82 CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101896 Revised 11.15.17 00 52 43-3 Agreement Page 3 of 5 83 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 84 the city,its officers,servants and employees,from and against any and all loss, damage 85 or destruction of property of the city, arising out of,or alleged to arise out of,the work 86 and services to be performed by the contractor, its officers, agents, employees, 87 subcontractors, licensees or invitees under this contract. This indemnification 88 provision is specifically intended to operate and be effective even if it is alleged or 89 proven that all or some of the damages being sought were caused, in whole or in part, 90 by any act,omission or negligence of the city. 91 92 Article 7. MISCELLANEOUS 93 7.1 Terms. 94 Terms used in this Agreement which are defined in Article I of the General Conditions will 95 have the meanings indicated in the General Conditions. 96 7.2 Assignment of Contract. 97 This Agreement, including all of the Contract Documents may not be assigned by the 98 Contractor without the advanced express written consent of the City. 99 7.3 Successors and Assigns. 100 City and Contractor each binds itself, its partners, successors, assigns and legal 101 representatives to the other party hereto, in respect to all covenants, agreements and 102 obligations contained in the Contract Documents. 103 7.4 Severability. 104 Any provision or part of the Contract Documents held to be unconstitutional, void or 105 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 106 remaining provisions shall continue to be valid and binding upon CITY and 107 CONTRACTOR. 108 7.5 Governing Law and Venue. 109 This Agreement, including all of the Contract Documents is performable in the State of 110 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 111 Northern District of Texas,Fort Worth Division. 112 7.6 Authority to Sign. 113 Contractor shall attach evidence of authority to sign Agreement if signed by someone other 114 than the duly authorized signatory of the Contractor. 115 116 7.7 Prohibition On Contracts With Companies Boycotting Israel. 117 Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government 118 Code, the City is prohibited from entering into a contract with a company for goods or 119 services unless the contract contains a written verification from the company that it: (1) 120 does not boycott Israel; and(2)will not boycott Israel during the term of the contract. CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised 11.15.17 00 52 43-4 Agreement Page 4 of 5 121 The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms 122 in Section 808.001 of the Texas Government Code. By signing this contract, Contractor 123 certifies that Contractor's signature provides written verification to the City that 124 Contractor: (l) does not boycott Israel; and(2) will not boycott.Israel during the term of 125 the contract. 126 127 7.8 Immigration Nationality Act. 128 Contractor shall verify the identity and employment eligibility of its employees who 129 perform work under this Agreement, including completing the Employment Eligibility 130 Verification Form(I 9). Upon request by City, Contractor shall provide City with copies of 131 all I-9 forms and supporting eligibility documentation for each employee who performs 132 work under this Agreement. Contractor shall adhere to all Federal and State laws as well as 133 establish appropriate procedures and controls so that no services will be performed by any 134 Contractor employee who is not Iegally eligible to perform such services. 135 CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS 136 FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF 137 THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, 138 SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to 139 Contractor, shall have the right to immediately terminate this Agreement for violations of 140 this provision by Contractor. 141 142 7.9 No Third-Party Beneficiaries. 143 This Agreement gives no rights or benefits to anyone other than the City and the Contractor 144 and there are no third-party beneficiaries. 145 146 7.10 No Cause of Action Against Engineer. 147 Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their 148 sureties, shall maintain no direct action against the Engineer, its officers, employees, and 149 subcontractors, for any claim arising out of, in connection with, or resulting from the 150 engineering services performed. Only the City will be the beneficiary of any undertaking by 151 the Engineer. The presence or duties of the Engineer's personnel at a construction site, 152 whether as on-site representatives or otherwise, do not make the Engineer or its personnel 153 in any way responsible for those duties that belong to the City and/or the City's construction 154 contractors or other entities, and do not relieve the construction contractors or any other 155 entity of their obligations, duties, and responsibilities, including, but not limited to, all 156 construction methods, means, techniques, sequences, and procedures necessary for 157 coordinating and completing all portions of the construction work in accordance with the 158 Contract Documents and any health or safety precautions required by such construction 159 work. The Engineer and its personnel have no authority to exercise any control over any 160 construction contractor or other entity or their employees in connection with their work or 161 any health or safety precautions. 162 163 SIGNATURE PAGE TO FOLLOW 164 CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STOKE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised 11.15.17 005243-5 Agreement Page 5 of 5 165 166 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be 167 effective as of the date subscribed by the City's designated Assistant City Manager ("Effective 168 Date"). 169 Contractor: City of Fort Wo Fort Worth Civil Constructors, LLC By: j Susan Alanis By: Assistant City Manager (Signature Date Austin Alumbaugh Attest: (Printed Name) City Se etary IV Title: President (Sea]} Address: : PO Box 164513 M&c Vxe AV Date: 3/19/2019 Form 1295 No. 2019-454342 City/State/Zip: Contract Compliance Manager: Fort Worth,Texas 76161 By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Date Juan Pablo De La Cruz Project Manager rov as to Form and Legality: Douglas W. BIack Assistant City Attorney 170 171 APP AL RECO MENDED: 172 173 AA 174 Ste e Cooke 175 INTERIM DIRECTOR, 176 Transportation and Public Works Department 177 CITY OF FORT WORTH N RIVERS I trEMME '-AS el- REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS �V f . 101$96 Revised 11.15.17 ��'" ' — — 006113-1 PERFORMANCE BOND Page I of 2 Bond No.SUR0052071 1. SECTION 00 6113 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we,Fort.Worth Civil Contractors, LLC,known as"Principal'herein and 8 Ar onaut Insurance Company a corporate surety(sureties, if more than 9 one)duly authorized to do business in the State of Texas,lcnown as "Surety"herein (whether one 10 oi-more), are held and firmly bound unto the City of Fort Worth,a municipal corporation created l l pursuant to the laws of Texas, known as"City" herein, in the penal sum of, ONE HUNDRED 12 NINETY-SEVEN THOUSAND NINE.HUNDRED TWENTY FIVE AND 00/100 Dollars 13 $197 925.00 lawful money of the United States,to be paid In Fort Worth,Tarrant County, 14 Texas for the payment of which sum well and truly to be made, we bind ourselves,our heirs, 15 executors, administrators, successors and assigns,jointly and severally, firmly by these presents. 16 WHEREAS, the Principal has entered into a certain written contract with the City 17 awarded the l9th day of March,2019, which Contract is hereby referred to and made a part 18 hereof for all purposes as if fully set forth herein, to filrnish all materials,equipment labor and 19 other accessories defined by law, in the prosecution of the Work, including any Change Orders, 20 as provided for in said Contract designated as N RIVERSIDE BRIDGE--FASCIA STONE 21 REPAIR, City Project No. 101896. 22 NOW,THEREFORE,the condition of this obligation is such that if the said Principal 23 shall faithfully perform it obligations under the Contract and shall in all respects dryly and 24 faithfully perform the Work, including Change Orders,under the Contract, according to the plans, 25 specifications, and contract documents therein referred to,and as well during any period of 26 extension of the Contract that may be granted on the part of the City,then this obligation shall be 27 and become null and void,otherwise to remain in full force and effect. 28 PROVIDED FURTHER,that if any legal action be filed on this Bond, venue shall lie in 29 Tarrant Comity,Texas or the United States District Court for the Northern District of Texas, Fort 30 Worth Division. CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised July I,2011 00451 13-2 PERFORMANCE BOND Page 2 of 2 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statue. 4 IN WITNESS WHERE'OF,the Principal and the Surety have SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the 19th day of 6 March ,20 19 7 PRINCIPAL: 8 Fort Worth Civil Constructors.LLC 9 10 i l BY: 12 Signature 13 ATTEST:14 15 "14 � ,�,(.G, �1 16 (Principal)Secretary NamAe and Title 17 18 Addrt�s PO Box 164513 19 Fort Worth Texas 7616:1 20 21 22 Witness as to Principal 23 SURETY: 24 Argonaut Insurance Company 25 26 27 BY, 28 Signature 29 30 Andrea Rose Crawford,Attorney-in-Fact 31 Name and Title 32 33 Address: P.O.Sox 469011 34 San Antonio,TX 78246 3: 36 37 ifness"as to Surety Telephone Number: 800-470-7958 38 39 40 41 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 42 from the by-laves showing that this person has authority to sign such obligation. if 43 Surety's physical address is different from its mailing address, both must be provided. 44 The date of the bond shall not be prior to the date the Contract is awarded. 45 CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised July 1,2011 0061 14-1 PAYM) NT BOND Page 1 of 2 1 SECTION 00 6114 Bond No.SUR0052071 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Fort Worth Civil Constructors, LLC, known as "Principal" herein, and 8 Argonaut Insurance Company , a Corporate surety 9 (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein 10 (whether one or snore), are held and firmly bound unto the City of Fort Worth, a municipal 11 corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the 12 penal sum of ONE HUNDRED NINETY-SEVEN THOUSAND,_ NINE HUNDRED 13 TWENTY FIVE AND 001100 DOLLARS $197 925.00 lawful money of the United States, to 14 be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be 15 made, we bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and 16 severally,firmly by these presents: 17 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 18 191iday of March, 2019, which Contract is hereby referred to and made a part hereof for all 19 purposes as if fully set forth herein, to furnish all materials, equipment, labor and other 20 accessories as defined by law, in the prosecution of the Work as provided for in said Contract and 21 designated as N RIVERSIDE BRIDGE-FASCIA STONE REPAIR, City Project No. 101896:. 22 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 23 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 24 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 25 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 26 force and effect. 27 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 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 CITY OF FORT WORTH N RIVERSIDE 13RIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised July 1,2011 0061 14-2 PAYMENT BOND Page 2 of 2 1 IN WITNESS WHEREOF, the Principal and. Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the _ 199th day of 3 March 20 19 4 PRINCIPAL: Fort Worth Civil Constructors LLC ATTEST: BY Signature (Principal) Secretary Name and Title Address: PO Box. 1645513 011 ADort Worth,Texas 76161 'Witness as to Principal SU:RUTY: Argonaut Insurance Company ATTEST: BY:a, b I, Signature Andrea Rose Crawford,Attorney-in-Fact (Surety)Secretary Name and Title Address: P.O.Box 469011 San Antonio,TX 78246 W tness as to Surety Telephone Number: 800-470-7958 S 6 Note: If signed by an officer of the Surety, there must be on file a certified extract froln the 7 bylaws showing; that this person has authority to sign such obligation. If Surety's physical 8 address is different from its mailing address, both must be provided. 9 10 The date of the bond shall not be prior to the date the Contract is awarded. I I END OF SECTION 1.2 CITY OF FORT WORTH N RIVERSIDE BRIDGE.-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised July 1,20.1.1 0061 19-1 MAINT)NANCL BOND Page I of Bond No.SUR0052071 1 SECTION 00 61 19 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we Fort Worth Civil Constructors LLC,known as"Principal"herein and 8 Argonaut Insurance Company , a corporate surety(Sureties, if more than 9 one)duly authorized to do business in the State of Texas, known as "Surety"herein (whether one 10 or snore), are held and firmly bound unto the City of Fort Worth, a municipal corporation created 11 pursuant to the laws of the State of Texas, known as"City" herein,in the sum of ONE 12 HUNDRED NINETY-SEVEN THOUSAND NINE HUNDRED TWENTY FIVE AND 13 00/100 Dollars $197 925.00 lawful.money of the United States,to be paid in Fort Worth, 14 Tarrant County, Texas,for payment of which sum well.and truly be made unto the City and its 15 successors, we bind ourselves,our heirs, executors,administrators,successors and assigns,jointly 1.6 and severally, firmly by these presents. 17 18 WHEREAS,the Principal has entered into a certain written contract with the City warded 1.9 the 190'day of March, 2019,which Contract is hereby referred to and a made part hereof for all 20 purposes as if fully set forth herein,to furnish all materials,equipment labor and other accessories 21 as defined by law, in the prosecution of the Work, including any Work resulting from a duly 22 authorized Change Order(collectively herein,the"Work")as provided for in said contract and 23 designated as N RIVERSIDE BRIDGE----FASCIA STONE REPAIR, City Project No. 101896; 24 and 25 26 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 27 accordance with the plans, specifications and Conti-act Documents that the Work is and will 28 remain.free from defects in materials or workmanship for and during the period of two(2)years 29 after the date of Final Acceptance of the Work by the City("Maintenance.Period");and 30 31 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 32 upon receiving notice from the City of the need therefor at any time within the Maintenance 33 Period. 34 CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD D CONSTRUCTION SPECIFICATION DOCUMENTS Cily Project No. 101896 Revised July 1,2011 0061 19-2 MAINTENANCE BOND Page 2 of 3 1 NOW THEREFORE, the condition of this obligation is such that if Principal shall 2 remedy any defective Work, for which timely notice was provided by City,to a completion 3 satisfactory to the City,then this obligation shall become null and void; otherwise to remain in 4 full force and effect. 5 6 PROVIDED,HOWEVER, if Principal shall fail so to repair or reconstruct any timely 7 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 8 be repaired anal/or reconstructed with all associated costs thereof being borne by the Principal and 9 the Surety under this Maintenance bond;and to 11 PROVIDED FURTHER,that if any legal action be filed on this Bond, venue shall lie.in 12 Tarrant Cotnty,Texas or the United States District Court for the Northern District of Texas, Fort 13 Worth Division,; and 14 15 PROVIDED FURTHER,that this obligation shall be continuous in nature and 16 successive recoveries may be had hereon for successive breaches. 17 IS 19 CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised Ady 1.,2011 006119-3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WHEREOF,the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the l9th day of 3 March 20 I9 . 4 5 PRINCIPAL: 6 Fort Worth Civil Constructors&LLC 7 8 9 BY: 1.0 S gnature 11 ATTEST: n�gC'h 1 1 3 ti 14 (Principal)Secretary Nanie and Title 15 16 Address PO Box 16.4513 17 Fort Worth_,Texas 76161 18 19 20 21 itness as to Principal 22 SURETY: 23 Argonaut Insurance Company 24 25 26 B 27 Signature 28 Z9 Andrea Rose Crawford,Attorney-in.-Fact 30 ATTEST: Name and Title 31 32 Address: P.O.Box 4690I1 33 (Surety)SeCrGtal'y San Antonio,TX 78246 34 35 t � 36 WJftess as to Surety Telephone Number: 800-470-7958 37 38 *Note: If signed by an officer of the Surety Company, there must be on fil.e a certified extract 09 from the bylaws showing that this person has authority to sign such obligation. If 40 Surety's physical address is different from its mailing address, both must be provided. 41 The date of the bond shall not be prior to the date the Contract is awarded. 42 CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised July 1,2011 Argonaut Insurance Company AS-0143277 Deliveries Only: 225 W. Washington, 24th Floor Chicago, IL 60606 United States Postal Service: P.O. Box 469011, San Antonio, TX 78246 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the Argonaut Insurance Company,a Corporation duly organized and existing under die laws ofthe State of Illinois and having its principal office in the County of Cook,Illinois does hereby nominate,constitute and appoint: Andrea Rose Crawford Troy Russell Key,Debra Lee Moon Sammy Joe Mullis Jr. John William Newby.Sandm Lee Ronev_Linda Michelle Stalder, Christopher Carl Sundbera Their true and lawful agent(s)and attorneys)-in-fact,each in their separate capacity if more than one is named ab=-to snake,execute,seal and deliver for and on its behalf as surety,and as its act and deed any and all bonds,contracts,agreements of indemnity and ot1w umlerta Ungs in suretyship provided, however,that the penal sum of any one such instrument executed hereunder shall not exceed the sum of: r 50 000.000.00 This Power of Attorney is granted and is signed and sealed under and by the authority ofthe following Refalutio;t adopted by the Board of Directors of Argonaut Insurance Company: "RESOLVED,That the President,Senior Vice President,Vice President,Assistant Vice Presiden,.-Secretary,Treasurer and each of them hereby is authorized to execute powers of attorney,and such authority can be executed by use of fbeai*nile signature,which may be attested or acknowledged by any officer or attorney,of the Company,qualifying the attorney or attorneys named in the givitn ptiarcr of attorney,to execute in behalf of,and acknowledge as the act and deed ofthe Argonaut Insurance Company,all bond undertakings and contracts 0suretyship,and to affix the corporate seal thereto." IN WITNESS WHEREOF,Argonaut Insurance Company has caused its official seal to be hereunto affixed and these presents to be signed by its duly authorized officer on the 8th day of May,2017. N ,�,..."URA ' Argonaut Insurafnce Company by: '•htnyp$,••Y d STATE OF TEXAS ........!" Joshua C.Betz, Senior Vice President ,,,,' COUNTY OF HARRIS SS: On this 8lh day of May,2017 A.D.,befnre me,a Notary Public ofthe State of Texas,in and for the County of Harris,duly commissioned and qualified, came THE ABOVE OFFICER Of-TH-F[yl>HFANY,to me personally known to be the individual and officer described in,and who executed the preceding instrument,and he ackr3-n fledged the execution of same,and being by me duly sworn,deposed and said that he is the officer ofthe said Company aforesaid,and that-the seal affixed to the preceding instrument is the Corporate Seat of said Company,and the said Corporate Seal and his signature as officer were-duty affixed and subscribed to the said instrument by the authority and direction ofthe said corporation,and that Resolution adopted by the Board of h``ircct(..,s of said Company,referred to in the preceding instrument is now in force. IN TESTIMONY Wt9 Z--OF,I have hereunto set my hand,and affixed my Official Seal at the County of Harris,the day and year first above written. - -- - QEilUrn4y). WjW r (Notary Public) 1,the undersigned Officer ofthe Argonaut Insurance Company,Illinois Corporation,do hereby certify that the original POWER OF ATTORNEY of which the foregoing is a full,true and correct copy is still in full force and effect and has not been revoked. t IN WITNESS WHEREOF,I have hereunto set my hand,and affixed the Seal of said Company,on the� kdayopw t - =,�:. rase d2z 2L1"!O �- James Bluzard Vice President-Surety THIS DOCUMENT IS NOT VALID UNLESS THE WORDS ARGO POWER OF ATTORNEY AND THE SERIAL NUMBER IN THE UPPER RIGHT HAND CORNER ARE IN BLUE,AND THE DOCUMENT IS ISSUED ON WATERMARKED PAPER.IF YOU HAVE QUESTIONS ON AUTHENTICITY OF THIS DOCUMENT CALL(210)321-8400. IMPORTANT NOTICE To obtain information or make a complaint: You may call Argonaut Insurance Company and its affiliates by telephone for information or to make a complaint: ARGONAUT INSURANCE COMPANY Please send all notices of claim on this bond to: Argonaut Insurance Company Argo Surety Claims 225 ► . Washington St., 24th Floor Chicago, IL 60606 (633) 620-9137 (toll-free) You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: (512) 490-1007 You may write the Texas Department of insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: Cons umerProtection tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact your agent or Argo Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND: This notice is for information only and does not become a part or condition of the attached document and is given to comply with Texas legal and regulatory requirements. DATE IMMIDDIYYYY) A4COWEP CERTIFICATE OF LIABILITY INSURANCE 0 3/1 812 01 9 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Brittanie Westbrooks NAME: Mullis Newby Hurst PiuHc°Nlu Ext: (972)201-0133 AIC No: (972)201-0123 5057 Keller Springs Rd Ste 400 E-MAIL SS: bwestbrooks@mnhins.com ADDRE INSURER(S)AFFORDING COVERAGE NAIC If Addison TX 75001 INSURERA: Monroe Guaranty Insurance Company 32506 INSURED INSURER B: FCCI Insurance Group 10178 Fort Worth Civil Constructors,LLC INSURER C: P.O.Box 164513 INSURER D: INSURER E: Fort Worth TX 76161 INSURER F COVERAGES CERTIFICATE NUMBER: 18-19 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, I POLICY EXP LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER MMf ID�W MMIDDIYYYY LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED F Gi-AIMS-MADE OCCUR PREMISES Ea occurrence $ 100,000 MED EXP(Any oneperson) S 10,000 A CPP00035271 12/17/2018 12/17/2019 PERSONAL&ADV INJURY $ 1,000,000 GEML AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY PRO- ❑ LOC PRODUCTS-COMPIOP AGG $ 2.000,000 JECT HOTHER: $ AUTOMOBILE LIABILITY CEaOMaccidenEBINEOSINGLELIMIT $ 1,000,000 X ANY AUTO BODILY INJURY(Per person) $ q OWNED SCHEDULED CA100008451 12/17/2018 12/17/2019 BODILY INJURY(Per accident) S AUTOS ONLY AUTOS x HIRED IX NON-OWNED PerOPERT n DAMAGE= $ AUTOS ONLY AUTOS ONLY $ X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5,000,000 B EXCESS LIAB CLAIMS-MADE UMB100020344 12117/2018 12/17/2019 AGGREGATE $ 5,000,000 DFO I X RETENTION$ 0 $ WORKERS COMPENSATION PER ER AND EMPLOYERS'LIABILITY X STATUTE ER YIN 1,000,000 ANY PROPRIETORIPARTNERlEXECUTIYE E.L.EACH ACCIDENT $ A OFFICERIMEMBER EXCLUIL � NIA WC00003578 12/17/2018 12/17/2019 (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,desuibn under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS I LOCATIONS;VEHICLES ( 101.Additional Remarks Schedule,maybe attached If more space is required) Re: N.Riverside Bridge-Fascia Stone Repair,#101896,Dalton St-Heritage Trace Pkwy Certificate holders include:City of Fort Worth and all identified entities CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN City of Fort Worth ACCORDANCE WITH THE POLICY PROVISIONS. 200 Texas St AUTHORIZED REPRESENTATIVE Fort Worth TX 76102 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: 00002509 LOC#: ADDITIONAL REMARKS SCHEDULE Page of AGENCY NAMEDINSURED Mullis Newby Hurst Fort Worth Civil Constructors,LLC POLICY NUMBER CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 30 FORM TITLE: Certificate of Liability Insurance:Notes The General Liability,Auto,and Umbrella policies include a blanket additional insured endorsement that provides additional insured status to the certificate holder only when there is a written contract between the named insured and the certificate holder that requires such status. The General Liability policy includes a blanket additional insured endorsement that provides additional insured status to the certificate holder for ongoing and completed operations only when there is written contract between the named insured and the certificate holder that requires such status. The General Liability,Auto,and Umbrella policies contain an endorsement with primary and noncontributory wording that may apply only when there is a written contract between the named insured and the certificate holder that may require such status. The General Liability,Auto,Umbrella,and Workers Compensation policies include a blanket waiver of subrogation endorsement that provides this feature only when there is a written contract between the named insured and the certificate holder that requires this. ACORD 101 (2008101) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnuy2,2016 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 Definitions and Terminology.......................................................................................................... I 1.01 Defined Terms...............................................................................................................................1 1.02 Terminology................................................................................................... ..........6 ..................... Article2 Preliminary Matters.........................................................................................................................7 2.01 Copies of Documents....................................................................................................................7 2.02 Commencement of Contract Time;Notice to Proceed................................................................7 2.03 Starting the Work..........................................................................................................................8 2.04 Before Starting Construction........................................................................................................8 2.05 Preconstruction Conference..................................................................... ............•................8 2.06 Public Meeting..............................................................................................................................8 2.07 Initial Acceptance of Schedules....................................................................................................8 Article 3 —Contract Documents: Intent, Amending, Reuse............................................................................8 3.01 Intent........................................................................................................................I.....................8 3.02 Reference Standards......................................................................................................................9 3.03 Reporting and Resolving Discrepancies.......................................................................................9 3.04 Amending and Supplementing Contract Documents.................................................................10 3.05 Reuse of Documents...................................................................................................................10 3.06 Electronic Data............................................................................................................................I l Article 4—Availability of Lands; Subsurface and Physical Conditions;Hazardous Environmental Conditions; Reference Points...........................................................................................................11 4.01 Availability of Lands ..................................................................................................................11 4.02 Subsurface and Physical Conditions ..........................................................................................12 4.03 Differing Subsurface or Physical Conditions.............................................................................12 4.04 Underground Facilities ................................................................................................................13 4.05 Reference Points .........................................................................................................................14 4.06 Hazardous Environmental Condition at Site..............................................................................14 Article5 —Bonds and Insurance .....................................................................................................................16 5.01 Licensed Sureties and Insurers...................................................................................................16 5.02 Performance, Payment, and Maintenance Bonds.......................................................................16 5.03 Certificates of Insurance.............................................................................................................16 5.04 Contractor's Insurance................................................................................................................18 5.05 Acceptance of Bonds and .Insurance; Option to Replace...........................................................19 Article 6—Contractor's Responsibilities........................................................................................................19 6.01 Supervision and Superintendence...............................................................................................19 CITY OF FORT WORTH STANDARD CONSTRUMION SPECIFICATION DOCUMENTS Revision:Febnay 2,2016 6.02 Labor; Working Hours................................................................................................................20 6.03 Services,Materials, and Equipment...........................................................................................20 6.04 Project Schedule....................................................................................................... ...........21 6.05 Substitutes and"Or-Equals".......................................................................................................21 6.06 Concerning Subcontractors, Suppliers, and Others....................................................................24 6.07 Wage Rates..................................................................................................................................25 6.08 Patent Fees and Royalties...........................................................................................................26 6.09 Permits and Utilities....................................................................................................................27 6.10 Laws and Regulations.................................................................................................................27 6.11 Taxes ................................................................................................. .......28 ................................... 6.12 Use of Site and Other Areas .......................................................................................................28 6,13 Record Documents......................................................................................................................29 6.14 Safety and Protection............................................................ .........29 ............................................. 6.1.5 Safety Representative..................................................................................................................30 6.16 Hazard Communication Programs .............................................................................................30 6.17 Emergencies and/or Rectification...............................................................................................30 6.18 Submittals.................................................................................................. .....................31 6.19 Continuing the Work...................................................................................................................32 6.20 Contractor's General Warranty and Guarantee..........................................................................32 6.21 Indemnification.........................................................................................................................33 6.22 Delegation of Professional Design Services ..............................................................................34 6.23 Right to Audit..............................................................................................................................34 6.24 Nondiscrimination.......................................................................................................................35 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-City's Observation Status During Construction...........................................................................37 9.01 City's Project Manager ............................................................................................................37 9.02 Visits to Site.................................................................................................... ..................37 9.03 Authorized Variations in Work..................................................................................................38 9.04 Rejecting Defective Work..............................................................•...........................................38 9.05 Determinations for Work Performed..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work.....................38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febniuy 2,20I6 Article 10--Changes in the Work; Claims;Extra Work................................................................................38 10.01 Authorized Changes in the Work...............................................................................................38 10.02 Unauthorized Changes in the Work...........................................................................................39 10.03 Execution of Change Orders.......................................................................................................39 10.04 Extra Work..................................................................................................................................39 10.05 Notification to Surety..................................................................................................................39 10.06 Contract Claims Process.............................................................................................................40 Article 11 -Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement......................41 11.01 Cost of the Work................................................................. ..........•...................................41 11.02 Allowances..................................................................................................................................43 11.03 Unit Price Work..........................................................................................................................44 11.04 Plans Quantity Measurement......................................................................................................45 Article 12-Change of Contract Price; Change of Contract Time.................................................................46 12.01 Change of Contract Price............................................................................................................46 12.02 Change of Contract Time............................................................................................................47 12.03 Delays..........................................................................................................................................47 Article 13 Tests and Inspections; Correction,Removal or Acceptance of Defective Work......................48 13.01 Notice of Defects ........................................................................................................................48 13.02 Access to Work...........................................................................................................................48 13.03 Tests and Inspections.................................................................. ..............48 .................................. 13.04 Uncovering Work........................................................................................................................49 13.05 City May Stop the Work.............................................................................................................49 13.06 Correction or Removal of Defective Work................................................................................50 13.07 Correction-Period........................................................................................................................50 13.08 Acceptance of Defective Work...................................................................................................51 13.09 City May Correct Defective Work.............................................................................................51 Article 14 Payments to Contractor and Completion....................................................................................52 14.01 Schedule of Values......................................................................................................................52 14.02 Progress Payments............................................................................................ ...............52 14.03 Contractor's Warranty of Title...................................................................................................54 14.04 Partial Utilization........................................................................................................................55 14.05 Final Inspection...........................................................................................................................55 14.06 Final Acceptance.........................................................................................................................55 14.07 Final Payment..............................................................................................................................56 14.08 Final Completion Delayed and Partial Retainage Release ........................................................56 14.09 Waiver of Claims........................................................................................................................57 Article 15 -Suspension of Work and Termination........................................................................................57 15.01 City May Suspend Work.............................................................................................................57 15.02 City May Terminate for Cause................................................................................................... 58 15.03 City May Terminate For Convenience..........................................................................:............60 Article 16--Dispute Resolution......................................................................................................................61 16.01 Methods and Procedures................................................ ...........61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febn=y2,2016 Article17—Miscellaneous..............................................................................................................................62 17.01 Giving Notice..............................................................................................................................62 17.02 Computation of Times ....................................................................... ........................................62 17.03 Cumulative Remedies.................................................................................................................62 17.04 Survival of Obligations...............................................................................................................63 17.05 Headings......................................................................................................................................63 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:F66nay2,2016 00 72 00-1 GENERAL CONDITIONS Page 1 of 63 ARTICLE I —DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment—The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos--Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award Authorization by the City Council for the City to enter into an Agreement. b. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder The individual or entity who submits a Bid directly to City. 8. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day— A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Buzzsaw—City's on-line, electronic document management and collaboration system. 12. Calendar Day—A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS Revision:Fcbwwy2,2016 007200-I GENERAL CONDITIONS Page 2 of 63 B. Change Order A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. City— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 15. City Attorney— The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 16. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 17. City Manager — The officially appointed and authorized City Manager of the City of Fort Worth,Texas, or his duly authorized representative. 18. Contract Claim—A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract.A demand for money or services by a third party is not a Contract Claim. 19. Contract—The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations,representations,or agreements, whether written or oral. 20. Contract Documents Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 21. Contract Price The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 22. Contract Time The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and(ii)complete the Work so that it is ready for Final Acceptance. 23. Contractor—The individual or entity with whom City has entered into the Agreement. 24. Cost of the Work See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnkvy2,2016 007200-1 GENERAL CONDITIONS Page 3 of 63 25. Damage Claims — A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 26. Day or day—A day, unless otherwise defined, shall mean a Calendar Day. 27. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Planning and Development ---- The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Director of Water Department The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 32. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 33. Effective Date of the Agreement The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34. Engineer The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 36.Field Order—A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 37. Final Acceptance The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPIiCIFICATION DOCUMENTS Revision:Febnnry 2,2016 007200-1 GENERAL CONDITIONS Page 4 of 63 38. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 39. General Requirements—Sections of Division I of the Contract Documents. 40. Hazardous Environmental Condition The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 41. Hazardous Waste Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 42. Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 43. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 44. Major Item An Item of work included in the Contract Documents that has a total cost equal to or greater than 5%of the original Contract Price or$25,000 whichever is less. 45. Milestone A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46. Notice of Award—The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 47. Notice to Proceed—A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48. PCBs—Polychlorinated biphenyls. 49. Petroleum—Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 50. Plans See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 5 of 63 5I. 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. Projecl- The Work to be performed under the Contract Documents. 53. Project Manager—The authorized representative of the City who will be assigned to the Site. 54. Public Meeting — An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 55. Radioactive Material Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 US Section 2011 et seq.) as amended from time to time. 56. Regular Working Hours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday(excluding legal holidays). 57. Samples Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 58. Schedule of Submittals--A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 59. Schedule of Values—A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 60. Site—Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 61. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 62. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision;Febmary2,2016 007200-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—Ali 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 Iimited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 69. Unit Price Work See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Dory—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 1.02.13 through E are not defined but, when used in the Bidding Requirements or Contract Documents', have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febn aryl,2016 607200-1 GENERAL COMMONS Page 7 of63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory,faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, .Install, Perform, Provide: I. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2—PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time;Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnay2,2a16 007200-1 GENERAL CONDITIONS Page S of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2,07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3—CONTRACT DOCUMENTS: INTENT,AMENDING,REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmazy 2,2016 007200-1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations,whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or(c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:F&nkary2,2016 007200-1 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: I. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: I. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2, reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CrTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmry 2,2016 00 72 00-1 GENERAL CONDITIONS Page l 1 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies,the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS;REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmry2,2016 00 72 00-1 GENERAL CONDITIONS Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site(except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members,partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any"technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnkvy2,2016 007200-1 GENERAL CONDITIONS Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A),notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if. 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated: 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY Of PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is 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 Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the ,Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members,partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION]DOCUN ENTS Revision:Febnk%y2,2016 00 72 00-1 GENERAL CONDITIONS Page IS of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STA.t,TDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febn y2,2016 007200-1 GENERAL CONDITIONS Page 16 of 63 ARTICLE 5—BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of"Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured)which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as"Additional Insured" on all liability policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnuxy2,2016 007200-1 GENERAL CONDITIONS Page 17 o£63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement,which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property&Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M, Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required,written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:rebAmy 2,7016 007200-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 property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUNMNTS Revision:February2,2016 007200-1 GENERAL CONDITIONS Page 19 of63 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 comfy with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6—CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means,methods,techniques, sequences, and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FeUnway 2,2016 00 72 00-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 prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source,kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General.Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 0132 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 sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or-equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FebakW2,2016 00 72 00--1 GENERAL CONDITIONS Page 22 of63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as,a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. 1f in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 00 72 00-1 GENERAL CONDITIONS Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales,maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability.No "or-equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an"or-equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense.a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, lasses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February2,2016 00 72 00-1 GENERAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions:No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmy 2,20I 6 00 72 00--1 GENERAL CONDITIONS Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity;nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs,pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CM OF PORT WORTII STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febntiary2,2016 00 72 00--1 GENERAL CONDITIONS Page 26 of 63 D. 4rbitration 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 llth 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 fallowing the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii)the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258,Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmiy2,2016 007200-1 GENERAL CONDITIONS Page 27 of 63 the incorporation in the Work of any invention, design,process,product, or device not specified in the Contract Documents, 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.B. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S.Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, Iosses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 00 72 00-1 GENERAL CONDMONS Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price Or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax. Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin,TX 78711; or 2. http://www.window.state.tx.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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnrary2,2016 007200-1 GENERAL CONDITIONS Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for.the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT wOlt'rH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:rebn=y 2,2016 007200-1 GENERAL CONDITIONS Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmry2,2016 007200-1 GENERAL CONDITIONS Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 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. ClearIy 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 Iimited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Feb oy2,2016 00 72 00-1 GENERAL CONDITIONS Page 32 of63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6,20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. amuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCLWIGNTS Revision:Febnwry2,2016 00 72 00-1 GENERAL CONDITIONS Page 33 ofb3 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: I. observations by City; 2, recornmendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection,test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.8.The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to 'indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH STANDARD CONST RUC ION SPECIFICATION DOCUMENTS Revision:FebrLuy 2,2016 007200-1 GENERAL CONDITIONS Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED IN WHOLE OR IN PART BY ANY A T SS O NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:F&my2,2016 00 72 00-1 GENERAL CONDITIONS Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title V1, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7—OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. if such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH STANDARD CONSTRUCTION SPFCIPICATION DOCUMENTS Revision:Febnjmy 2,2016 007200-1 GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A. if City intends to contract with others for the performance of other work on the Project at the Site,the following will be set forth in Supplementary Conditions: 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 casements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary 2,2016 007200-1 GENERAL CONDITIONS Page 37 of63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to'an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives'shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9—CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is Juan Pablo De La Cruz, or his/her successor pursuant to written notification from the Director of Transportation and Public Works. 9.02 Visits to Site A. City's Project Manager will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Manager will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Manager will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Manager's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Manager's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnkuy2,2016 007200-1 GENERAL CONDITIONS Page 38 of63 9.03 Authorized Variations in Work City's Project Manager may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Manager believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Manager will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements oj'Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10—CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnoy2,2016 007200-1 GENERAL CONDITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or(iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICXfION DOCUMENTS Revision:Febamy 2,2016 007200-1 GENERAL CONDITIONS Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract CIaim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any,take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnay2,2016 007200-1 GENERAL CONDITIONS Page 41 oF63 D. City's written action under. Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11—COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.13, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.13, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55%markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmaiy 2,2016 007200-1 GENERAL CONDITIONS Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. C. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmy2,2016 007200-1 GENERAL CONDITIONS Page 43 oP63 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 11.01.A.1 or specifically covered by Paragraph 11.01.AA, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any, of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.0I.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.013, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre-bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmy 2,2016 00 72 00-1 GENERAL CONDITIONS Page 44 of63 a. the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre-bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. ff 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. CfrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmiy2,2016 007200-1 GENERAL CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25%from the original Contract quantity. S. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUMON SPECIFICATION DOCUMENTS Revision:February2,2016 007200-1 GENERAL CONDITIONS Page 46 of 63 E. For callout work or non-site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12—CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIlVIE 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.01.13.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit(determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.01.A.1, 11.01.A.2. and 11.01.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.01.A.4 and 11.0I.A.5, the Contractor's fee shall be five percent(5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnay2,2016 00 72 00-1 GENERAL CONDITIONS Page 47 of 63 tier,will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.0l.A.1 and 11.01.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (59/0) of the amount paid to the next lower tier Subcontractor;however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.0I.A.6, and 11.01.13; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor,the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any,which is to be furnished by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnwy2,2016 007200-1 GENERAL CONDITIONS Page 48 of 63 ARTICLE 13—TESTS AND INSPECTIONS; CORRECTION,REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensurc 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 00 72 00-I 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. L If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing,observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering,exposure, observation, inspection,testing, replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:F&aoy 2,2016 007200-1 GENERAL CONDITIONS Page 50 of 63 Subcontractor,any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective 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 pennitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work,to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement(including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-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 Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim,pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of,the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid. Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February2,2016 007200-1 GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14—PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmry2,2016 007200-1 GENERAL CONDITIONS Page 53 of 63 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules,that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors,requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnny2,2016 007200-1 GENERAL CONDITIONS Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as'liquidated damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents- F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been fled in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmy 2,2016 007200-1 GENERAL CONDITIONS Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. if City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final-Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance, CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmiy 2,2016 007200-1 GENERAL CONDITIONS Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied(except as previously delivered)by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any,to final payment; c. a Iist of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnaary 2,2016 007200-1 GENERAL CONDITIONS Page 57 of63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract CIaims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15—SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnkuy2,2016 007200-1 GENERAL CONDITIONS Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of Iimitation,may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's ,failure to promptly make good any defect in materials or workmanship, or defects of any nature,the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal'action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ENTS Revision:Febftmty 2,2016 007200-1 GENERAL CONDITIONS Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.13, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to .perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E, If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,20I 6 00 72 00-1 GENERAL CONDITIONS Page 60 of63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4, transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6, take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CF Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febrwy2,2016 oa1200-1 GENFRAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for(without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16—DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.1) shall become final and binding 30 days after termination of the mediation unless,within that time period, City or Contractor: CITY Or FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febawy 2,2016 00 72 00-1 GENERAL CONDITIONS Page 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17—NHSCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnwiy2,2016 007200-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 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febany2,2016 00 73 00-1 SUPPLEMENTARY CONDITIONS Page 1 of 5 1 SECTION 00 73 00 2 SUPPLEMENTARY CONDITIONS 3 TO 4 GENERAL CONDITIONS 5 6 Supplementary Conditions 7 8 These Supplementary Conditions modify and supplement Section 00 72 00-General Conditions,and other 9 provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are 10 modified or supplemented remain in full force and effect as so modified or supplemented. All provisions 11 of the General Conditions which are not so modified or supplemented remain in full force and effect. 12 13 Defined Terms 14 15 The terms used in these Supplementary Conditions which are defined in the General Conditions have the 16 meaning assigned to them in the General Conditions,unless specifically noted herein. 17 18 Modifications and Supplements 19 20 The following are instructions that modify or supplement specific paragraphs in the General Conditions and 21 other Contract Documents. 22 23 SC-3.03B.2,"Resolving Discrepancies" 24 25 Plans govern over Specifications. 26 27 SC-4.01A 28 29 Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. 30 Upon receiving the final easements descriptions,Contractor shall compare them to the lines shown on the 31 Contract Drawings. 32 33 SC-4.01A.1.,"Availability of Lands" 34 35 The following is a Iist of known outstanding right-of-way,and/or easements to be acquired,if any as of 36 December 3,2018: 37 38 Outstanding Right-Of-Way,and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION NONE 39 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 40 and do not bind the City. 41 42 If Contractor considers the final easements provided to differ materially from the representations on the 43 Contract Drawings, Contractor shall within five (5)Business Days and before proceeding with the Work, 44 notify City in writing associated with the differing easement line locations. 45 46 SC-4.01A.2,"Availability of Lands" 47 CITY OF FORT WORTH N RfvERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised January 22,2016 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 5 1 Utilities or obstructions to be removed,adjusted,and/or relocated 2 3 The following is list of utilities and/or obstructions that have not been removed,adjusted,and/or relocated 4 as of December 3,2018: 5 EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT NONE ---—----------------------............................................-.............---.......................I...............-... ---------------------------- -------------- - _.....-.................................................. - 6 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 7 and do not bind the City. 8 9 SC-4.02A.,"Subsurface and Physical Conditions" 10 I 1 The following are reports of explorations and tests of subsurface conditions at the site of the Work: 12 13 A NONE Report No. dated prepared by"NONE"a sub-consultant of[name of the 14 prime designer], a consultant of the City,providing additional information on NONE. 15 16 The following are drawings of physical conditions in or relating to existing surface and subsurface 17 structures(except Underground Facilities)which are at or contiguous to the site of the Work: 18 NONE 19 20 SC-4.06A.,"Hazardous Environmental Conditions at Site" 21 22 The following are reports and drawings of existing hazardous environmental conditions known to the City: 23 "NONE" 24 SC-5.03A.,"Certificates of Insurance" 25 26 The entities listed below are"additional insureds as their interest may appear"including their respective 27 officers, directors,agents and employees. 28 29 (1) City 30 (2) Consultant: "NONE" 31 (3) Other: "NONE" 32 33 SC-5.04A.,"Contractor's Insurance" 34 35 The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following 36 coverages for not less than the following amounts or greater where required by laws and regulations: 37 38 5.04A.Workers'Compensation,under Paragraph GC-5.04A. 39 40 Statutory limits 41 Employer's liability 42 $100,000 each accident/occurrence 43 $100,000 Disease--each employee 44 $500,000 Disease-policy limit 45 46 SC-5.04B.,"Contractor's Insurance" 47 CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised January 22,20I6 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 5 1 5.04B.Commercial General Liability,under Paragraph GC-5.0413.Contractor's Liability Insurance 2 under Paragraph GC-5.04B.,which shall be on a per project basis covering the Contractor with 3 minimum limits of: 4 5 $1,000,000 each occurrence 6 $2,000,000 aggregate limit 7 8 The policy must have an endorsement(Amendment—Aggregate Limits of Insurance)making the 9 General Aggregate Limits apply separately to each job site. t0 I The Commercial General Liability Insurance policies shall provide'X","C",and"U"coverage's. 12 Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. 13 14 SC 5.04C.,"Contractor's Insurance" 15 5.04C. Automobile Liability,under Paragraph GC-5.04C.Contractor's Liability Insurance under 16 Paragraph GC-5.04C.,which shall be in an amount not less than the following amounts: 17 18 (1) Automobile Liability-a commercial business policy shall provide coverage on"Any Auto", 19 defined as autos owned,hired and non-owned. 20 21 $1,000,000 each accident on a combined single limit basis. ,Split limits are acceptable if limits are at 22 least: 23 24 $250,000 Bodily Injury per person 1 25 $500,000 Bodily Injury per accident/ 26 $100,000 Property Damage 27 28 SC-5.04D.,"Contractor's Insurance" 29 30 The Contractor's construction activities will require its employees,agents,subcontractors,equipment,and 31 material deliveries to cross railroad properties and tracks 32 NONE 33 34 The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, 35 hinder,or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains 36 or other property. Such operations on railroad properties may require that Contractor to execute a"Right of 37 Entry Agreement"with the particular railroad company or companies involved,and to this end the 38 Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute 39 the right-of-entry(if any)required by a railroad company.The requirements specified herein likewise relate 40 to the Contractor's use of private and/or construction access roads crossing said railroad company's 41 properties. 42 43 The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide 44 coverage for not less than the following amounts,issued by companies satisfactory to the City and to the 45 Railroad Company for a term that continues for so long as the Contractor's operations and work cross, 46 occupy,or touch railroad property: 47 48 (1) General Aggregate: N/A 49 50 (2) Each Occurrence: N/A 51 52 Required for this Contract X Not required far this Contract 53 54 With respect to the above outlined insurance requirements,the following shall govern: 55 CITY OF FORT WORTH N RNERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised January 22,2016 00 73 00-4 SUPPLEMENTARY CONDITIONS Page 4 of 5 1 1. Where a single railroad company is involved,the Contractor shall provide one insurance policy in 2 the name of the railroad company. However, if more than one grade separation or at-grade 3 crossing is affected by the Project at entirely separate locations on the line or lines of the same 4 railroad company,separate coverage may be required,each in the amount stated above. 5 6 2. Where more than one railroad company is operating on the same right-of-way or where several 7 railroad companies are involved and operated on their own separate rights-of-way, the Contractor 8 may be required to provide separate insurance policies in the name of each railroad company. 9 10 3. If,in addition to a grade separation or an at-grade crossing,other work or activity is proposed on a 11 railroad company's right-of-way at a location entirely separate from the grade separation or at- 12 grade crossing,insurance coverage for this work must be included in the policy covering the grade 13 separation. 14 15 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- 16 way, all such other work may be covered in a single policy for that railroad,even though the work 17 may be at two or more separate locations. 18 19 No work or activities on a railroad company's property to be performed by the Contractor shall be 20 commenced until the Contractor has furnished the City with an original policy or policies of the insurance 21 for each railroad company named,as required above. All such insurance must be approved by the City and 22 each affected Railroad Company prior to the Contractor's beginning work. 23 24 The insurance specified above must be carried until all Work to be performed on the railroad right-of-way 25 has been completed and the grade crossing,if any,is no longer used by the Contractor. In addition, 26 insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. 27 Such insurance must name the railroad company as the insured,together with any tenant or lessee of the 28 railroad company operating over tracks involved in the Project. 29 30 SC-6.04.,"Project Schedule" 31 32 Project schedule shall be tier 3 for the project. 33 34 SC-6.07.,"Wage Rates" 35 36 The following is the prevailing wage rate table(s)applicable to this project and is provided in the 37 Appendixes: 38 CFW Horizontal Wage Rate Table 39 htt s:// ro'ect oint.buZZsaw.com/client/artworth ov/Resources/02%20%20Construction%20Docunzents 40 /Specifrcatiotzs/Div%2000Gener•al%20Conditions/CFW%20Horizontal%20WtcQe%20Rate%20Table.prif 41 42 CFW Vertical Wage Rate Table 43 https://pr-oioMoint.bacxrsaw.conVclientlfortwortli.-ov/Resour•ces/02%20%2OConstrtiction%2ODocitments 44 /S eci tctttions/Div%2000General%20Conditions/CFW%20Yertical%20Wat e%20Rate%20Tuble.PDF 45 46 SC-6.09.,"Permits and Utilities" 47 48 SC-6.09A.,"Contractor obtained permits and licenses" 49 The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 50 "NONE" 51 52 SC-6.09B."City obtained permits and licenses" 53 The following are known permits and/or licenses required by the Contract to be acquired by the City: 54 "NONE" 55 CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101996 Revised January 22,2016 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 5 1 SC-6.09C."Outstanding permits and licenses" 2 3 The following is a list of known outstanding permits and/or licenses to be acquired,if any as of 4 December 03, 2018 5 6 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION NONE' 7 S 9 SC-7.02.,"Coordination" 10 1 I The individuals or entities listed below have contracts with the City for the performance of other work at 12 the Site: 13 Vendor cope of Work Coordination Authority NONE NONE NONE 14 15 16 SC-8.01,"Communications to Contractor" 17 18 19 SC-9.01.,"City's Project Manager" 20 21 The City's Project Manager for this Contract is Juan Pablo De La Cruz or his/her successor pursuant to 22 written notification from the Director of Transportation Public Woks. 23 24 SC-13.03C.,"Tests and inspections" 25 NONE 26 27 SC-16.01C.1,"Methods and Procedures" 28 NONE 29 30 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 112212016 F. Griffin SC-9.01., "City's Project Representative"wording changed to City's Project Manager. CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised January 22,2016 01 11 CO-1 SUMMARY OF WORK Page I of 3 1 SECTION 01 11 00 2 SUMMARY OF WORK 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. THE CONSTRUCTION OF T111S PROJECT SHALL INCLUDE ALL LABOR, 9 M:ATER-IAI_.S AND'EQIJ IPMENT N EC ESSARY TO REPAIR T[IE EXISTMO 10 STONE f ASCI_,A f OR- 11 a. EXISTING S' O' qE FASCIA REMOVAL AND'R PLACEMENT 12 h., NEW STON IT FASCIA I NSTALINA'I' ON (OK LAI-IUMA SITLVUX M118T 13 NA'rFVL-' $A NEIS'TONE) 14 c. C ONIC:KETE PEDESTAL 15 d1 UNC'.LAS5IFIEDEXCAVATO4 16 e: BACKFILL 17 F. REMOVAL AND REPLACEMENT OF L 1STING, RIP RAP 18 2. IVIQ3 If.lLATTON AND D1 EM0BILIZATION SHALL BE SC1BSIT)IARY TO 19 THIN PR0.TI".('I'1"A.Y I'mms..'hlo�-SUARATH PAY, NC)TAYWE N'r W.TLL H 20 MADE 10.k M013ILIZATION AND i?>, 1013fLl ATION I-()kM ON 21 LOCATION TO ARICY171LR?Rt IN NORMAL PROGRESS 0 F PERFORMING T1[l� 22 WORK RLMOBE.IZATION PAY ITEM SMALL BE PAID FOR SUSPENSION 23 C3i-WORK SPECIALLY REQLUE-D fN THE CONTRACT C)OC.UME T.S OR 24 AS REQUIRED BY T1-IE CITY. 25 C. Related Specification Sections include,but are not necessarily limited to: 26 1. Division 0-Bidding Requirements, Contract Forms, and Conditions of the Contract 27 2. Division 1 -General Requirements 28 1.2 PRICE AND PAYMENT PROCEDURES 29 A. Measurement and Payment 30 1. Work associated with this Item is considered subsidiary to the various items bid. 31 No separate payment will be allowed for this Item. 32 1.3 REFERENCES [NOT USED] 33 1.4 ADMINISTRATIVE REQUIREMENTS 34 A. Work Covered by Contract Documents 35 1. Work is to include furnishing all labor,materials,and equipment, and performing 36 all Work necessary for this construction project as detailed in the Drawings and 37 Specifications. 38 B. Subsidiary Work Cri'Y OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised December 20,2012 011100-2 SUMMARY OF WORK Page 2 of 3 1 1. Any and all Work specifically governed by documentary requirements for the 2 project, such as conditions imposed by the Drawings or Contract Documents in 3 which no specific item for bid has been provided for in the Proposal and the item is 4 not a typical unit bid item included on the standard bid item list,then the item shall 5 be considered as a subsidiary item of Work,the cost of which shall be included in 6 the price bid in the Proposal for various bid items. 7 C. Use of Premises 8 1. Coordinate uses of premises under direction of the City. 9 2. Assume full responsibility for protection and safekeeping of materials and 10 equipment stored on the Site. 11 3. Use and occupy only portions of the public streets and alleys, or other public places 12 or other rights-of-way as provided for in the ordinances of the City, as shown in the 13 Contract Documents, or as may be specifically authorized in writing by the City. 14 a. A reasonable amount of tools,materials, and equipment for construction 15 purposes may be stored in such space,but no more than is necessary to avoid 16 delay in the construction operations. 17 b. Excavated and waste materials shall be stored in such a way as not to interfere A with the use of spaces that may be designated to be left free and unobstructed 19 and so as not to inconvenience occupants of adjacent property. 20 c. If the street is occupied by railroad tracks,the Work shall be carried on in such 21 manner as not to interfere with the operation of the railroad. 22 1) All Work shall be in accordance with railroad requirements set forth in 23 Division 0 as well as the railroad permit. 24 D. Work within Easements 25 1. Do not enter upon private property for any purpose without having previously 26 obtained permission from the owner of such property. 27 2. Do not store equipment or material on private property unless and until the 28 specified approval of the property owner has been secured in writing by the 29 Contractor and a copy furnished to the City. 30 3. Unless specifically provided otherwise, clear all rights-of-way or easements of 31 obstructions which must be removed to make possible proper prosecution of the 32 Work as apart of the project construction operations. 33 4. Preserve and use every precaution to prevent damage to, all trees,shrubbery,plants, 34 lawns, fences, culverts, curbing, and all other types of structures or improvements, 35 to all water,sewer,and gas lines,to all conduits, overhead pole lines, or 36 appurtenances thereof, including the construction of temporary fences and to all 37 other public or private property adjacent to the Work. 38 5. Notify the proper representatives of the owners or occupants of the public or private 39 lands of interest in lands which might be affected by the Work. 40 a. Such notice shall be made at least 48 hours in advance of the beginning of the 41 Work. 42 b. Notices shall be applicable to both public and private utility companies and any 43 corporation, company, individual,or other,either as owners or occupants, 44 whose land or interest in land might be affected by the Work. CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised December 20,2012 01 11 00-3 SUMMARY OF WORK Page 3 of 3 1 c. Be responsible for all damage or injury to property of any character resulting 2 from any act, omission,neglect,or misconduct in the manner or method or 3 execution of the Work, or at any time due to defective work, material, or 4 equipment. 5 6. fence 6 a. Restore all fences encountered and removed during construction of the Project 7 to the original or a better than original condition. 8 b. Erect temporary fencing in place of the fencing removed whenever the Work is 9 not in progress and when the site is vacated overnight,and/or at all times to 10 provide site security. 11 c. The cost for all fence work within casements, including removal,temporary 12 closures and replacement, shall be subsidiary to the various items bid in the 13 project proposal,unless a bid item is specifically provided in the proposal. 14 1.5 SUBMITTALS [NOT USED] 15 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 16 1.7 CLOSEOUT SUBMITTALS [NOT USED] 17 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 18 1.9 QUALITY ASSURANCE [NOT USED] 19 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 20 1.11 FIELD [SITE] CONDITIONS [NOT USED] 21 1.12 WARRANTY [NOT USED] 22 PART 2- PRODUCTS [NOT USED] 23 PART 3- EXECUTION [NOT USED] 24 END OF SECTION 25 Revision Log DATE NAME Si]AMARY OF CHANGE 26 CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised December 20,2012 012500-1 SUBSTITUTION PROCEDURES Page 1 of 4 1 SECTION 0125 00 2 SUBSTITUTION PROCEDURES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for requesting the approval of substitution of a product that is not 7 equivalent to a product which is specified by descriptive or performance criteria or 8 defined by reference to 1 or more of the following: 9 a. Name of manufacturer 10 b. Name of vendor 11 c. Trade name 12 d. Catalog number 13 2. Substitutions are not"or-equals". 14 B. Deviations from this City of Fort Worth,Standard Specification 15 1. None. 16 C. Related Specification Sections include,but are not necessarily limited to: 17 1. Division 0 Bidding Requirements,Contract Forms and Conditions of the Contract 18 2, Division I —General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various items bid. 22 No separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Request for Substitution-General 26 1. Within 30 days after award of Contract(unless noted otherwise),the City will 27 consider formal requests from Contractor for substitution of products in place of 28 those specified. 29 2. Certain types of equipment and kinds of material are described in Specifications by 30 means of references to names of manufacturers and vendors,trade names, or 31 catalog numbers. 32 a. When this method of specifying is used, it is not intended to exclude from 33 consideration other products bearing other manufacturer's or vendor's names, 34 trade names, or catalog numbers, provided said products are "or-equals," as 35 determined by City. 36 3. Other types of equipment and kinds of material may be acceptable substitutions 37 under the following conditions: 38 a. Or-equals are unavailable due to strike, discontinued production of products 39 meeting specified requirements, or other factors beyond control of Contractor; 40 or, CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised July 1,2011 012500-2 SUBSTITUTION PROCEDURES Page 2 of 4 1 b. Contractor proposes a cost and/or time reduction incentive to the City. 2 1.5 SUBMITTALS 3 A. See Request for Substitution Form(attached) 4 B. Procedure for Requesting Substitution 5 1. Substitution shall be considered only: 6 a. After award of Contract 7 b. Under the conditions stated herein 8 2. Submit 3 copies of each written request for substitution, including: 9 a. Documentation 10 1) Complete data substantiating compliance of proposed substitution with 11 Contract Documents 12 2) Data relating to changes in construction schedule,when a reduction is 13 proposed 14 3) Data relating to changes in cost 15 b. For products 16 1) Product identification 17 a) Manufacturer's name 18 b) Telephone number and representative contact name 19 c) Specification Section or Drawing reference of originally specified 20 product,including discrete name or tag number assigned to original 21 product in the Contract Documents 22 2) Manufacturer's literature clearly marked to show compliance of proposed 23 product with Contract Documents 24 3) Itemized comparison of original and proposed product addressing product 25 characteristics including,but not necessarily limited to: 26 a) Size 27 b) Composition or materials of construction 28 c) Weight 29 d) Electrical or mechanical requirements 30 4) Product experience 31 a) Location of past projects utilizing product 32 b) Name and telephone number of persons associated with referenced 33 projects knowledgeable concerning proposed product 34 c) Available field data and reports associated with proposed product 35 5) Samples 36 a) Provide at request of City. 37 b) Samples become the property of the City. 39 c. For construction methods: 39 1) Detailed description of proposed method 40 2) Illustration drawings 41 C. Approval or Rejection 42 1. Written approval or rejection of substitution given by the City 43 2. City reserves the right to require proposed product to comply with color and pattern 44 of specified product if necessary to secure design intent. 45 3. In the event the substitution is approved,the resulting cost and/or time reduction 46 will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised July 1,2011 012500-3 SUBSTITUTION PROCEDURCS Page 3 of 4 1 4. No additional contract time will be given for substitution. 2 5. Substitution will be rejected if: 3 a. Submittal is not through the Contractor with his stamp of approval 4 b. Request is not made in accordance with this Specification Section 5 c. In the City's opinion,acceptance will require substantial revision of the original 6 design 7 d. In the City's opinion, substitution will not perform adequately the function 8 consistent with the design intent 9 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED4 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE 13 A. In making request for substitution or in using an approved product,the Contractor 14 represents that the Contractor: I5 1. Has investigated proposed product, and has determined that it is adequate or 16 superior in all respects to that specified,and that it will perform function for which 17 it is intended 18 2. Will provide same guarantee for substitute item as for product specified 19 3. Will coordinate installation of accepted substitution into Work,to include building 20 modifications if necessary, making such changes as may be required for Work to be 21 complete in all respects 22 4. Waives all claims for additional costs related to substitution which subsequently 23 arise 24 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 PART 2- PRODUCTS [NOT USED] 28 PART 3 - EXECUTION [NOT USED] 29 END OF SECTION 30 Revision Log DATE NAME SUMMARY OF CHANGE 31 CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised July I,2011 012500-4 SUBSTITUTION PROCEDURES Page 4 of 1 EXHIBIT A 2 REQUEST FOR SUBSTITUTION FORM: 3 4 TO- 5 PROJECT: DATE: 6 We hereby submit for your consideration the following product instead of the specified item for 7 the above project: 8 SECTION PARAGRAPH SPECIFIED ITEM 9 10 11 Proposed Substitution: 12 Reason for Substitution: 13 Include complete information on changes to Drawings and/or Specifications which proposed 14 substitution will require for its proper installation. 15 16 Fill in Blanks Below: 17 A. Will the undersigned contractor pay for changes to the building design, including engineering 18 and detailing costs caused by the requested substitution? 19 20 21 B. What effect does substitution have on other trades? 22 23 24 C. Differences between proposed substitution and specified item? 25 26 27 D. Differences in product cost or product delivery time? 28 29 30 E. Manufacturer's guarantees of the proposed and specified items are: 31 32 Equal Better(explain on attachment) 33 The undersigned states that the function, appearance and quality are equivalent or superior to the 34 specified item. 35 Submitted By: For Use by City 36 37 Signature Recommended u Recommended 38 as noted 39 40 Firm Not recommended Received Iate 41 Address By 42 Date 43 Date Remarks 44 Telephone 45 46 For Use by City: 47 48 Approved Rejected 49 City Date CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised]uly 1,2011 01 31 19-1 PRE CONSTRUCTION MEETING Page 1 of 3 1 SECTION 01 31 19 2 PRECONSTRUCTION MEETING 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES jNOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Coordination 20 1. Attend preconstruction meeting. 21 2. Representatives of Contractor, subcontractors and suppliers attending meetings 22 shall be qualified and authorized to act on behalf of the entity each represents. 23 3. Meeting administered by City may be tape recorded. 24 a. If recorded,tapes will be used to prepare minutes and retained by City for 25 future reference. 26 B. Preconstruction Meeting 27 1. A preconstruction meeting will be beld within 14 days after the execution of the 28 Agreement and before Work is started. 29 a. The meeting will be scheduled and administered by the City. 30 2. The Project Representative will preside at the meeting, prepare the notes of the 31 meeting and distribute copies of same to all participants who so request by fully 32 completing the attendance form to be circulated at the beginning of the meeting. 33 3. Attendance shall include: 34 a. Project Representative 35 b. Contractor's project manager 36 c. Contractor's superintendent 37 d. Any subcontractor or supplier representatives whom the Contractor may desire 38 to invite or the City may request CITY OF FORT WORTH N RIVERSIDE BRIDGE- FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised August 17,2012 01 31 19-2 PRECONSTRUCTION MEETEiG Page 2 of 3 I e. Other City representatives 2 f. Others as appropriate 3 4. Construction Schedule 4 a. Prepare baseline construction schedule in accordance with Section 01 32 16 and 5 provide at Preconstruction Meeting. 6 b. City will notify Contractor of any schedule changes upon Notice of 7 Preconstruction Meeting. 8 5, Preliminary Agenda may include: 9 a. Introduction of Project Personnel 10 b. General Description of Project 11 c. Status of right-of-way, utility clearances, easements or other pertinent permits I2 d. Contractor's work plan and schedule 13 e. Contract Time 14 f. Notice to Proceed I5 g. Construction Staking 16 h. Progress Payments 17 i. Extra Work and Change Order Procedures I8 j. Field Orders 19 k. Disposal Site Letter for Waste Material 20 1. Insurance Renewals 21 m. Payroll Certification 22 n. Material Certifications and Quality Control Testing 23 o. Public Safety and Convenience 24 p. Documentation of Pre-Construction Conditions 25 q. Weekend Work Notification 26 r. Legal Holidays 27 s. Trench Safety Plans 28 t. Confined Space Entry Standards 29 u. Coordination with the City's representative for operations of existing water 30 systems 31 v. Storm Water Pollution Prevention Plan 32 w. Coordination with other Contractors 33 x. Early Warning System 34 y. Contractor Evaluation 35 z. Special Conditions applicable to the project 36 aa. Damages Claims 37 bb. Submittal Procedures 38 cc. Substitution Procedures 39 dd. Correspondence Routing 40 cc. Record Drawings 41 ff. Temporary construction facilities 42 gg. M/WBE or MBE/SBE procedures 43 hh. Final Acceptance 44 ii. Final Payment 45 jj. Questions or Comments CITY OF FORT WORTH N RIVFRSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised August 17,2012 0131 19-3 PRECONSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised August 17,2012 013120-1 PROJECT MEETINGS Page 1 of 3 1 SECTION 013120 2 PROJECT MEETINGS 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for project meetings throughout the construction period to enable orderly 7 review of the progress of the Work and to provide for systematic discussion of 8 potential problems 9 B. Deviations this City of Fart Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include,but are not necessarily limited to: 12 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Coordination 21 1. Schedule, attend and administer as specified,periodic progress meetings, and 22 specially called meetings throughout progress of the Work. 23 2. Representatives of Contractor,subcontractors and suppliers attending meetings 24 shalI be qualified and authorized to act on behalf of the entity each represents. 25 3. Meetings administered by City may be tape recorded. 26 a. If recorded,tapes will be used to prepare minutes and retained by City for 27 future reference. 28 4. Meetings, in addition to those specified in this Section,may be held when requested 29 by the City, Engineer or Contractor. 30 B. Pre-Construction Neighborhood Meeting 31 1. After the execution of the Agreement,but before construction is allowed to begin, 32 attend 1 Public Meeting with affected residents to: 33 a. Present projected schedule, including construction start date 34 b. Answer any construction related questions 35 2. Meeting Location 36 a. Location of meeting to be determined by the City. 37 3. Attendees 38 a. Contractor CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised July 1,2011 013120-2 PROJECT MEETINGS Page 2 of 3 1 b. Project Representative 2 c. Other City representatives 3 4. Meeting Schedule 4 a. In general,the neighborhood meeting will occur within the 2 weeks following 5 the pre-construction conference. 6 b. In no case will construction be allowed to begin until this meeting is held. 7 C. Progress Meetings 8 1. Formal project coordination meetings will be held periodically. Meetings will be 9 scheduled and administered by Project Representative. 10 2. Additional progress meetings to discuss specific topics will be conducted on an as- I 1 needed basis. Such additional meetings shall include,but not be limited to: 12 a. Coordinating shutdowns 13 b. Installation of piping and equipment 14 c. Coordination between other construction projects 15 d. Resolution of construction issues 16 e. Equipment approval I7 3. The Project Representative will preside at progress meetings,prepare the notes of 18 the meeting and distribute copies of the same to all participants who so request by 19 fully completing the attendance form to be circulated at the beginning of each 20 meeting. 21 4. Attendance shall include: 22 a. Contractor's project manager 23 b. Contractor's superintendent 24 c. Any subcontractor or supplier representatives whom the Contractor may desire 25 to invite or the City may request 26 d. Engineer's representatives 27 e. City's representatives 28 £ Others, as requested by the Project Representative 29 5. Preliminary Agenda may include: 30 a. Review of Work progress since previous meeting 31 b. Field observations,problems,conflicts 32 c. Items which impede construction schedule 33 d. Review of off-site fabrication, delivery schedules 34 e. Review of construction interfacing and sequencing requirements with other 35 construction contracts 36 f. Corrective measures and procedures to regain projected schedule 37 g. Revisions to construction schedule 38 h. Progress,schedule, during succeeding Work period 39 i. Coordination of schedules 40 j. Review submittal schedules 41 k. Maintenance of quality standards 42 1. Pending changes and substitutions 43 m. Review proposed changes for: 44 I) Effect on construction schedule and on completion date 45 2) Effect on other contracts of the Project 46 n. Review Record Documents 47 o. Review monthly pay request 48 p. Review status of Requests for Information CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised July I,2011 013120-3 PROJECT MEETINGS Page 3 of 3 1 6. Meeting Schedule 2 a. Progress meetings will be held periodically as determined by the Project 3 Representative. 4 1) Additional meetings may be held at the request of the: 5 a) City 6 b) Engineer 7 c) Contractor 8 7. Meeting Location 9 a. The City will establish a meeting location. 10 1) To the extent practicable,meetings will be held at the Site. 11 1.5 SUBMITTALS [NOT USED] I2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USEDI 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WARRANTY [NOT USED] 19 PART 2- PRODUCTS [NOT USED] 20 PART 3- EXECUTION [NOT USED] 21 END OF SECTION 22 Revision Log DATE DAME SUMMARY OF CHANGE 23 CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101896 Revised July 1,2011 013233-1 PRECONSTRUCTION VIDEO Page 1 of 2 1 SECTION 0132 33 2 PRECONSTRUCTION VIDEO 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative and procedural requirements for: 7 a. Preconstruction Videos 8 B. Deviations from this City of Fort Worth Standard.Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division I —GeneraI Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Preconstruction Video 20 1. Produce a preconstruction video of the site/alignment,including all areas in the 21 vicinity of and to be affected by construction. 22 a. Provide digital copy of video upon request by the City. 23 2. Retain a copy of the preconstruction video until the end of the maintenance surety 24 period. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] 33 PART 2- PRODUCTS [NOT USED] CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101896 Revised July 1,2011 0I 32 33-2 PRE-CONSTRUCTION VIDEO Page 2 of2 l PART 3 - EXECUTION [NOT USED] 2 END OF SECTION 3 Revision Log DATE NAME SjJN PAARY OF CHANGE 4 CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101896 Revised July 1,2011 01 33 00-1 SUBMITTALS Page I of 8 1 SECTION 0133 00 2 SUBMITTALS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work-related submittals: 8 a. Shop Drawings 9 b. Product Data(including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Notify the City in writing, at the time of submittal, of any deviations in the 25 submittals from the requirements of the Contract Documents. 26 2. Coordination of Submittal Times 27 a. Prepare,prioritize and transmit each submittal sufficiently in advance of 28 performing the related Work or other applicable activities, or within the time 29 specified in the individual Work Sections, of the Specifications. 30 b. Contractor is responsible such that the installation will not be delayed by 3I processing times including,but not limited to: 32 a) Disapproval and resubmittal (if required) 33 b) Coordination with other submittals 34 c) Testing 35 d) Purchasing 36 c) Fabrication 37 f) Delivery 38 g) Similar sequenced activities 39 c. No extension of time will be authorized because of the Contractor's failure to 40 transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101896 Revised December 20,2012 01 33 00-2 SUBMn-FALS Page 2 of 8 1 d. Make submittals promptly in accordance with approved schedule, and in such 2 sequence as to cause no delay in the Work or in the work of any other 3 contractor. 4 B. Submittal Numbering 5 1. When submitting shop drawings or samples,utilize a 9-character submittal cross- 6 reference identification numbering system in the following manner: 7 a. Use the first 6 digits of the applicable Specification Section Number. 8 b. For the next 2 digits number use numbers 01-99 to sequentially number each 9 initial separate item or drawing submitted under each specific Section number. 10 c. Last use a letter,A-Z, indicating the resubmission of the same drawing(i.e. 11 A=2nd submission,B=3rd submission, C=41h submission,etc.). A typical 12 submittal number would be as follows: 13 14 03 30 00-08-B 15 16 1) 03 30 00 is the Specification Section for Concrete 17 2) 08 is the eighth initial submittal under this Specification Section 18 3) B is the third submission(second resubmission)of that particular shop 19 drawing 20 C. Contractor Certification 21 1. Review shop drawings, product data and samples, including those by 22 subcontractors,prior to submission to determine and verify the following: 23 a. Field measurements 24 b. Field construction criteria 25 c. Catalog numbers and similar data 26 d. Conformance with the Contract Documents 27 2. Provide each shop drawing, sample and product data submitted by the Contractor 28 with a Certification Statement affixed including: 29 a. The Contractor's Company name 30 b. Signature of submittal reviewer 31 c. Certification Statement 32 1) "By this submittal, I hereby represent that I have determined and verified 33 field measurements, field construction criteria,materials, dimensions, 34 catalog numbers and similar data and I have checked and coordinated each 35 item with other applicable approved shop drawings." 36 D. Submittal Format 37 1. Fold shop drawings larger than 8 %inches x 11 inches to 8 '/2 inches x 11 inches. 38 2. Bind shop drawings and product data sheets together. 39 3. Order 40 a. Cover Sheet 41 1) Description of Packet 42 2) Contractor Certification 43 b. List of items/Table of Contents 44 c. Product Data/Shop Drawings/Samples/Calculations 45 E. Submittal Content 46 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised December 20,2012 013300-3 SUBMITTALS Page 3 of 8 I 2. The Project title and number 2 3. Contractor identification 3 4. The names of: 4 a. Contractor 5 b. Supplier 6 c. Manufacturer 7 5. Identification of the product,with the Specification Section number,page and 8 paragraph(s) 9 6. Field dimensions, clearly identified as such 10 7. Relation to adjacent or critical features of the Work or materials 11 S. Applicable standards,such as ASTM or Federal Specification numbers 12 9. Identification by highlighting of deviations from Contract Documents I3 10. Identification by highlighting of revisions on resubmittals 14 11. An 8-inch x 3-inch blank space for Contractor and City stamps 15 F. Shop Drawings 16 1. As specified in individual Work Sections includes,but is not necessarily limited to: 17 a. Custom-prepared data such as fabrication and erection/installation(working) 18 drawings 19 b. Scheduled information 20 c. Setting diagrams 21 d. Actual shopwork manufacturing instructions 22 e. Custom templates 23 f. Special wiring diagrams 24 g. Coordination drawings 25 h. Individual system or equipment inspection and test reports including: 26 1) Performance curves and certifications 27 i. As applicable to the Work 28 2. Details 29 a. Relation of the various parts to the main members and lines of the structure 30 b. Where correct fabrication of the Work depends upon field measurements 31 1) Provide such measurements and note on the drawings prior to submitting 32 for approval. 33 G. Product Data 34 1. For submittals of product data for products included on the City's Standard Product 35 List, clearly identify each item selected for use on the Project. 36 2. For submittals of product data for products not included on the City's Standard 37 Product List, submittal data may include, but is not necessarily limited to: 38 a. Standard prepared data for manufactured products (sometimes referred to as 39 catalog data) 40 1) Such as the manufacturer's product specification and installation 41 instructions 42 2) Availability of colors and patterns 43 3) Manufacturer's printed statements of compliances and applicability 44 4) Roughing-in diagrams and templates 45 5) Catalog cuts 46 6) Product photographs CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,101896 Revised December 20,2012 013300-4 SUBMITTALS Page 4 of 8 1 7) Standard wiring diagrams 2 8) Printed performance curves and operational-range diagrams 3 9) Production or quality control inspection and test reports and certifications 4 10) Mill reports 5 11) Product operating and maintenance instructions and recommended 6 spare-parts listing and printed product warranties 7 12) As applicable to the Work 8 H. Samples 9 1. As specified in individual Sections, include, but are not necessarily limited to: 10 a. Physical examples of the Work such as: 11 1) Sections of manufactured or fabricated Work 12 2) Small cuts or containers of materials 13 3) Complete units of repetitively used products color/texture/pattern swatches 14 and range sets 15 4) Specimens for coordination of visual effect 16 5) Graphic symbols and units of Work to be used by the City for independent 17 inspection and testing, as applicable to the Work 18 I. Do not start Work requiring a shop drawing, sample or product data nor any material to 19 be fabricated or installed prior to the approval or qualified approval of such item. 20 1. Fabrication performed,materials purchased or on-site construction accomplished 21 which does not conform to approved shop drawings and data is at the Contractor's 22 risk. 23 2. The City will not be liable for any expense or delay due to corrections or remedies 24 required to accomplish conformity. 25 3. Complete project Work,materials,fabrication,and installations in conformance 26 with approved shop drawings,applicable samples, and product data. 27 J. Submittal Distribution 28 1. Electronic Distribution 29 a. Confirm development of Project directory for electronic submittals to be 30 uploaded to City's I3uzzsaw site, or another external FTP site approved by the 31 City. 32 b. Shop Drawings 33 1) Upload submittal to designated project directory and notify appropriate 34 City representatives via email of submittal posting. 35 2) Hard Copies 36 a) 3 copies for all submittals 37 b) If Contractor requires more than 1 hard copy of Shop Drawings 38 returned, Contractor shall submit more than the number of copies listed 39 above. 40 c. Product Data 41 1) Upload submittal to designated project directory and notify appropriate 42 City representatives via email of submittal posting. 43 2) Hard Copies 44 a) 3 copies for all submittals 45 d. Samples 46 1) Distributed to the Project Representative 47 2. Hard Copy Distribution(if required in lieu of electronic distribution) CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised December 20,2012 013300-5 SUBMITTALS Page 5 of 8 1 a. Shop Drawings 2 l) Distributed to the City 3 2) Copies 4 a) 8 copies for mechanical submittals 5 b) 7 copies for all other submittals 6 c) If Contractor requires more than 3 copies of Shop Drawings returned, 7 Contractor shall submit more than the number of copies listed above. 8 b. Product Data 9 1) Distributed to the City 10 2) Copies 11 a) 4 copies 12 c. Samples 13 1) Distributed to the Project Representative 14 2) Copies I5 a) Submit the number stated in the respective Specification Sections. 16 3. Distribute reproductions of approved shop drawings and copies of approved 17 product data and samples,where required,to the job site file and elsewhere as 18 directed by the City. 19 a. Provide number of copies as directed by the City but not exceeding the number 20 previously specified. 21 K. Submittal Review 22 1. The review of shop drawings,data and samples will be for general conformance 23 with the design concept and Contract Documents. This is not to be construed as: 24 a. Permitting any departure from the Contract requirements 25 b. Relieving the Contractor of responsibility for any errors, including details, 26 dimensions, and materials 27 c. Approving departures from details furnished by the City, except as otherwise 28 provided herein 29 2. The review and approval of shop drawings, samples or product data by the City 30 does not relieve the Contractor from his/her responsibility with regard to the 31 fulfillment of the terms of the Contract. 32 a. All risks of error and omission are assumed by the Contractor,and the City will 33 have no responsibility therefore. 34 3. The Contractor remains responsible for details and accuracy, for coordinating the 35 Work with all other associated work and trades, for selecting fabrication processes, 36 for techniques of assembly and for performing Work in a safe manner. 37 4. If the shop drawings, data or samples as submitted describe variations and show a 38 departure from the Contract requirements which City finds to be in the interest of 39 the City and to be so minor as not to involve a change in Contract Price or time for 40 performance,the City may return the reviewed drawings without noting an 41 exception. 42 5. Submittals will be returned to the Contractor under 1 of the following codes: 43 a. Code 1 44 1) "NO EXCEPTIONS TAKEN' is assigned when there are no notations or 45 comments on the submittal. 46 a) When returned under this code the Contractor may release the 47 equipment and/or material for manufacture. 48 b. Code 2 CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised December 20,2012 013300-6 SUBMITTALS Page 6 of 8 1 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of 2 the notations and comments IS NOT required by the Contractor. 3 a) The Contractor may release the equipment or material for manufacture; 4 however, all notations and comments must be incorporated into the 5 final product. 6 c. Code 3 7 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is 8 assigned when notations and comments are extensive enough to require a 9 resubmittal of the package. 10 a) The Contractor may release the equipment or material for manufacture; 1 I however, all notations and comments must be incorporated into the 12 final product. 13 b) This resubmittal is to address all comments, omissions and 14 non-conforming items that were noted. 15 c) Resubmittal is to be received by the City within 15 Calendar Days of 16 the date of the City's transmittal requiring the resubmittal. 17 d. Code 4 18 1) "NOT APPROVED" is assigned when the submittal does not meet the 19 intent of the Contract Documents. 20 a) The Contractor must resubmit the entire package revised to bring the 21 submittal into conformance. 22 b) It may be necessary to resubmit using a different manufacturer/vendor 23 to meet the Contract Documents. 24 6. Resubmittals 25 a. Handled in the same manner as first submittals 26 1) Corrections other than requested by the City 27 2) Marked with revision triangle or other similar method 28 a) At Contractor's risk if not marked 29 b. Submittals for each item will be reviewed no more than twice at the City's 30 expense. 31 1) All subsequent reviews will be performed at times convenient to the City 32 and at the Contractor's expense,based on the City's or City 33 Representative's then prevailing rates. 34 2) Provide Contractor reimbursement to the City within 30 Calendar Days for 35 all such fees invoiced by the City. 36 c. The need for more than 1 resubmission or any other delay in obtaining City's 37 review of submittals, will not entitle the Contractor to an extension of Contract 38 Time. 39 7. Partial Submittals 40 a. City reserves the right to not review submittals deemed partial, at the City's 41 discretion. 42 b. Submittals deemed by the City to be not complete will be returned to the 43 Contractor, and will be considered"Not Approved" until resubmitted. 44 c. The City may at its option provide a list or mark the submittal directing the 45 Contractor to the areas that are incomplete. 46 8. If the Contractor considers any correction indicated on the shop drawings to 47 constitute a change to the Contract Documents,then written notice must be 48 provided thereof to the City at least 7 Calendar Days prior to release for 49 manufacture. CITY OF FORT WORTH N RrvERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised December 20,2012 01 33 00-7 SUBMITTALS Page 7 of 8 1 9. When the shop drawings have been completed to the satisfaction of the City,the 2 Contractor may carry out the construction in accordance therewith and no further 3 changes therein except upon written instructions from the City. 4 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 5 following receipt of submittal by the City. 6 L. Mock ups 7 1. Mock Up units as specified in individual Sections,include, but are not necessarily 8 limited to,complete units of the standard of acceptance for that type of Work to be 9 used on the Project. Remove at the completion of the Work or when directed. 10 M. Qualifications I I 1. If specifically required in other Sections of these Specifications, submit a P.E. 12 Certification for each item required. 13 N. Request for Information(RFI) 14 1. Contractor Request for additional information 15 a. Clarification or interpretation of the contract documents 16 b. When the Contractor believes there is a conflict between Contract Documents 17 c. When the Contractor believes there is a conflict between the Drawings and 18 Specifications I9 1) Identify the conflict and request clarification 20 2. Use the Request for Information(RFI)form provided by the City. 21 3. Numbering of RFI 22 a. Prefix with"RFI"followed by series number, "-xxx", beginning with"01"and 23 increasing sequentially with each additional transmittal. 24 4. Sufficient information shall be attached to permit a written response without further 25 information. 26 5. The City will log each request and will review the request. 27 a. If review of the project information request indicates that a change to the 28 Contract Documents is required,the City will issue a Field Order or Change 29 Order,as appropriate. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] 35 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 36 1.11 FIELD [SITE] CONDITIONS [NOT USED] 37 1.12 WARRANTY [NOT USED] CITY OF PORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised December 20,2012 013300-8 SUBMWPALS Page 8 of 8 1 PART 2- PRODUCTS [NOT USED] 2 PART 3- EXECUTION [NOT USED] 3 END OF SECTION 4 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.4.K.8.Working Days modified to Calendar Days 5 CITY OF FORT WORTH N RIVERSIDE BRIDGE_FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101996 Revised December 20,2012 01 35 13- 1 SPECIAL PROJECT PROCEDURES Page 1 of 8 1 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 PART I - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes,but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 1 I e. Use of Explosives, Drop Weight, Etc. 12 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification.Sections include,but are not necessarily limited to: 21 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 22 2. Division 1 —General Requirements 23 3. Section 33 12 25—Connection to Existing Water Mains 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Coordination within Railroad permit areas 27 a. Measurement 28 1) Measurement for this Item will be by lump sum. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 will be paid for at the lump sum price bid for Railroad Coordination. 32 c, The price bid shall include: 33 1) Mobilization 34 2) Inspection 35 3) Safety training 36 4) Additional Insurance 37 5) Insurance Certificates 38 6) Other requirements associated with general coordination with Railroad, 39 including additional employees required to protect the right-of-way and 40 property of the Railroad from damage arising out of and/or from the 41 construction of the Project. 42 2. Railroad.Flagmen CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101896 Revised December 20,2012 01 35 13-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 a. Measurement 2 1) Measurement for this Item will be per working day. 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item 5 will be paid for each working day that Railroad Flagmen are present at the 6 Site. 7 c. The price bid shall include: 8 1) Coordination for scheduling flagmen 9 2) Flagmen 10 3) Other requirements associated with Railroad 11 3. All other items 12 a. Work associated with these Items is considered subsidiary to the various Items 13 bid. No separate payment will be allowed for this Item. 14 1..3 REFERENCES 15 A. Reference Standards 16 1. Reference standards cited in this Specification refer to the current reference 17 standard published at the time of the latest revision date logged at the end of this 18 Specification,unless a date is specifically cited. 19 2. Health and Safety Code,Title 9. Safety, Subtitle A. Public Safety,Chapter 752. 20 High Voltage Overhead Lines. 21 3. North Central Texas Council of Governments(NCTCOG)—Clean Construction 22 Specification 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Coordination with the Texas Department of Transportation 25 1. When work in the right-of-way which is under the jurisdiction of the Texas 26 Department of Transportation(TxDOT): 27 a. Notify the Texas Department of Transportation prior to commencing any work 28 therein in accordance with the provisions of the permit 29 b. All work performed in the TxDOT right-of-way shall be performed in 30 compliance with and subject to approval from the Texas Department of 31 Transportation 32 B. Work near High Voltage Lines 33 1. Regulatory Requirements 34 a. All Work near High Voltage Lines(more than 600 volts measured between 35 conductors or between a conductor and the ground) shall be in accordance with 36 Health and Safety Code,Title 9, Subtitle A, Chapter 752. 37 2. Warning sign 38 a. Provide sign of sufficient size meeting all OSHA requirements. 39 3. Equipment operating within 10 feet of high voltage lines will require the following 40 safety features 41 a. Insulating cage-type of guard about the boom or arm 42 b. Insulator links on the lift hook connections for back hoes or dippers 43 c. Equipment must meet the safety requirements as set forth by OSHA and the 44 safety requirements of the owner of the high voltage lines 45 4. Work within 6 feet of high voltage electric lines CITY OF FORT WORTH N RIVERSIDE BRIDGE.-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised December 20,2012 013513-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 a. Notification shall be given to- 2 1) The power company(example: ONCOR) 3 a) Maintain an accurate log of all such calls to power company and record 4 action taken in each case. 5 b. Coordination with power company 6 1) After notification coordinate with the power company to: 7 a) Erect temporary mechanical barriers,de-energize the lines, or raise or 8 lower the lines 9 c. No personnel may work within 6 feet of a high voltage line before the above 10 requirements have been met. l I C. Confined Space Entry Program 12 1. Provide and follow approved Confined Space Entry Program in accordance with 13 OSHA requirements. 14 2. Confined Spaces include: 15 a. Manholes 16 b. All other confined spaces in accordance with OSHA's Permit Required for 17 Confined Spaces 18 D. Air Pollution Watch Days 19 1. General 20 a. Observe the following guidelines relating to working on City construction sites 21 on days designated as "AIR POLLUTION WATCH DAYS". 22 b. Typical Ozone Season 23 1) May 1 through October 31. 24 c. Critical Emission Time 25 1) 6:00 a.m. to 10:00 a:m. 26 2. Watch Days 27 a. The Texas Commission on Environmental Quality(TCEQ), in coordination 28 with the National Weather Service,will issue the Air Pollution Watch by 3:00 29 p.m. on the afternoon prior to the WATCH day. 30 b. Requirements 31 1) Begin work after 10:00 a.m. whenever construction phasing requires the 32 use of motorized equipment for periods in excess of 1 hour. 33 2) However,the Contractor may begin work prior to 10:00 a.m. if: 34 a) Use of motorized equipment is less than I hour, or 35 b) If equipment is new and certified by EPA as "Low Emitting", or 36 equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or 37 alternative fuels such as CNG. 38 E. TCEQ Air Permit 39 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 40 F. Use of Explosives, Drop Weight,Etc. 41 1. When Contract Documents permit on the project the following will apply: 42 a. Public Notification 43 1) Submit notice to City and proof of adequate insurance coverage,24 hours 44 prior to commencing. 45 2) Minimum 24 hour public notification in accordance with Section 01 31 13 46 G. Water Department Coordination CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised December 20,2012 01 35 13-4 SPECIAL PROJECT PROCEDURES Page 4 oF8 1 1. During the construction of this project, it will be necessary to deactivate, for a 2 period of time, existing lines. The Contractor shall be required to coordinate with 3 the Water Department to determine the best times for deactivating and activating 4 those lines. 5 2. Coordinate any event that will require connecting to or the operation of an existing 6 City water line system with the City's representative. 7 a. Coordination shall be in accordance with Section 33 12 25. 8 b. If needed,obtain a hydrant water meter from the Water Department for use 9 during the life of named project. 10 c. In the event that a water valve on an existing live system be turned off and on 11 to accommodate the construction of the project is required, coordinate this 12 activity through the appropriate City representative. 13 1) Do not operate water line valves of existing water system. 14 a) Failure to comply will render the Contractor in violation of Texas Penal 15 Code Title 7, Chapter 28.03 (Criminal Mischief)and the Contractor 16 will be prosecuted to the full extent of the law. 17 b) In addition,the Contractor will assume all liabilities and 18 responsibilities as a result of these actions. 19 H. Public Notification Prior to Beginning Construction 20 1. Prior to beginning construction on any block in the project, on a block by block 21 basis,prepare and deliver a notice or flyer of the pending construction to the front 22 door of each residence or business that will be impacted by construction. The notice 23 shall be prepared as follows: 24 a. Post notice or flyer 7 days prior to beginning any construction activity on each 25 block in the project area. 26 1) Prepare flyer on the Contractor's letterhead and include the following 27 information: 28 a) Name of Project 29 b) City Project No (CPN) 30 c) Scope of Project(i.e.type of construction activity) 31 d) Actual construction duration within the block 32 e) Name of the contractor's foreman and phone number 33 f) Name of the City's inspector and phone number 34 g) City's after-hours phone number 35 2) A sample of the `pre-construction notification' flyer is attached as Exhibit 36 A. 37 3) Submit schedule showing the construction start and finish time for each 38 block of the project to the inspector. 39 4) Deliver flyer to the City Inspector for review prior to distribution. 40 b. No construction will be allowed to begin on any block until the flyer is 41 delivered to all residents of the block. 42 1. Public Notification of Temporary Water Service Interruption during Construction 43 1. In the event it becomes necessary to temporarily shut down water service to 44 residents or businesses during construction,prepare and deliver a notice or flyer of 45 the pending interruption to the front door of each affected resident. 46 2. Prepared notice as follows: 47 a. The notification or flyer shall be posted 24 hours prior to the temporary 48 interruption. CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101896 Revised Deecmbeir 20,2012 0135 13--5 SPECIAL PROJECT PROCEDURES Page 5 of 9 I b. Prepare flyer on the contractor's letterhead and include the following 2 information: 3 1) Name of the project 4 2) City Project Number 5 3) Date of the interruption of service 6 4) Period the interruption will take place 7 5) Name of the contractor's foreman and phone number 8 6) Name of the City's inspector and phone number 9 c. A sample of the temporary water service interruption notification is attached as 10 Exhibit B. I I d. Deliver a copy of the temporary interruption notification to the City inspector I2 for review prior to being distributed. 13 e. No interruption of water service can occur until the flyer has been delivered to 14 all affected residents and businesses. 15 f. Electronic versions of the sample flyers can be obtained from the Project 16 Construction Inspector. 17 J. Coordination with United States Army Corps of Engineers (USACE) 18 1. At locations in the Project where construction activities occur in areas where 19 USACE permits are required,meet all requirements set forth in each designated 20 permit. 21 K. Coordination within Railroad Permit Areas 22 l. At locations in the project where construction activities occur in areas where 23 railroad permits are required, meet all requirements set forth in each designated 24 railroad permit. This includes, but is not limited to, provisions for: 25 a. FIagmen 26 b. Inspectors 27 c. Safety training 28 d. Additional insurance 29 e. Insurance certificates 30 f. Other employees required to protect the right-of-way and property of the 31 Railroad Company from damage arising out of and/or from the construction of 32 the project. Proper utility clearance procedures shall be used in accordance 33 with the permit guidelines. 34 2. Obtain any supplemental information needed to comply with the railroad's 35 requirements. 36 3. Railroad Flagmen 37 a. Submit receipts to City for verification of working days that railroad flagmen 38 were present on Site. 39 L. Dust Control 40 1. Use acceptable measures to control dust at the Site. 41 a. If water is used to control dust, capture and properly dispose of waste water. 42 b. If wet saw cutting is performed, capture and properly dispose of slurry. 43 M. Employee Parking 44 1. Provide parking for employees at locations approved by the City. 45 N. {Coordination with North Central Texas Council of Governments(NCTCOG) Clean 46 Construction Specification [if required for the project--verify with City] CITY OF PORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 101896 Revised December 20,2012 013513-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 1 1. Comply with equipment, operational,reporting and enforcement requirements set 2 forth in NCTCOG's Clears Construction Specification.) 3 1.5 SUBMITTALS [NOT USED] 4 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 IAO DELIVERY, STORAGE,AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2 - PRODUCTS [NOT USED] 12 PART 3 - EXECUTION [NOT USED] 13 END OF SECTION 14 Revision Log DATE NAME SUMMARY OF CHANGE 1.4.13—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 Permit 15 CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projact No. 101896 Revised December 20,2012 013513.7 SPECIAL PROJECT PROCEDURES Page 7 of 8 1 EXHIBIT A 2 (To be printed on Contractor's Letterhead) 3 4 5 6 Date: 7 8 CPN No.: 9 Project Name: 10 Mapsco Location: 11 Limits of Construction: 12 13 14 15 16 17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 19 PROPERTY. 20 21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 22 OF THIS NOTICE. 23 24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 25 ISSUE, PLEASE CALL: 26 27 28 Mr. CONTRACTOR'S SUPERINTENDENT> AT [TELEPHONE NO.> 29 30 OR 31 32 Mr. [CITY INSPECTOR> AT C TELEPHONE NO.> 33 34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 35 36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 37 CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101996 Revised December 20,2012 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 1 EXHIBIT B 2 FORT NORTH Tom-. DOE NO.XX prol4m name- NOTICE OF TEMPORAL' 'WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT,PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ,CONTRACTOR 3 — ..... _.. 4 CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised December 20,2012 01 45 23-1 TESTING AND INSPECTION SERVICES Page I of 1 SECTION 0145 23 2 TESTING AND INSPECTION SERVICES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing and inspection services procedures and coordination 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 a. Contractor is responsible for performing,coordinating, and payment of all 17 Quality Control testing. 18 b. City is responsible for performing and payment for first set of Quality 19 Assurance testing. 20 1) If the first Quality Assurance test performed by the City fails,the 21 Contractor is responsible for payment of subsequent Quality Assurance 22 testing until a passing test occurs. 23 a) Final acceptance will not be issued by City until all required payments 24 for testing by Contractor have been paid in full. 25 1.3 REFERENCES [NOT USED) 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Testing 28 1. Complete testing in accordance with the Contract Documents. 29 2. Coordination 30 a. When testing is required to be performed by the City, notify City,sufficiently 31 in advance, when testing is needed. 32 b. When testing is required to be completed by the Contractor,notify City, 33 sufficiently in advance,that testing will be performed. 34 3. Distribution of Testing Reports 35 a. Electronic Distribution 36 1) Confirm development of Project directory for electronic submittals to be 37 uploaded to City's Buzzsaw site, or another external FTP site approved by 38 the City. CITY OF PORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 101896 Revised July 1,2011 014523-2 TESTING AND INSPECTION SERVICES Page 2 of 2 1 2) Upload test reports to designated project directory and notify appropriate 2 City representatives via email of submittal posting. 3 3) Hard Copies 4 a) 1 copy for all submittals submitted to the Project Representative 5 b. Hard Copy Distribution(if required in lieu of electronic distribution) 6 1) Tests performed by City 7 a) Distribute 1 hard copy to the Contractor 8 2) Tests performed by the Contractor 9 a) Distribute 3 hard copies to City's Project Representative 10 4. Provide City's Project Representative With trip tickets for each delivered load of 11 Concrete or Lime material including the following information: 12 a. Name of pit 13 b. Date of delivery 14 c. Material delivered 15 B. Inspection 16 1. Inspection or lack of inspection does not relieve the Contractor from obligation to 17 perform work in accordance with the Contract Documents. 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2- PRODUCTS [NOT USED] 27 PART 3- EXECUTION [NOT USED] 28 END OF SECTION 29 Revision Log DATE NAME SUMMARY OF CHANGE 30 CITY OF FORT WORTII N RFVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101896 Revised July 1,2011 015000-1 TEMPORARY FACILITIES AND CONTROLS Page I of 4 1 SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including, but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 11 d. Dust control 12 c. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 17 2. Division 1 —General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Temporary Utilities 25 1. Obtaining Temporary Service 26 a. Make arrangements with utility service companies for temporary services. 27 b. Abide by rules and regulations of utility service companies or authorities 28, having jurisdiction. 29 c. Be responsible for utility service costs until Work is approved for Final 30 Acceptance. 31 1) Included are fuel,power,light,heat and other utility services necessary for 32 execution, completion,testing and initial operation of Work. 33 2. Water 34 a. Contractor to provide water required for and in connection with Work to be 35 performed and for specified tests of piping, equipment,devices or other use as 36 required for the completion of the Work. 37 b. Provide and maintain adequate supply of potable water for domestic 38 consumption by Contractor personnel and City's Project Representatives. 39 c. Coordination. 40 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101896 Revised July 1,2011 015000-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 1 d. Contractor Payment for Construction Water 2 1) Obtain construction water meter from City for payment as billed by City's 3 established rates. 4 3. Electricity and Lighting 5 a. Provide and pay for electric powered service as required for Work,including 6 testing of Work. 7 1) Provide power for lighting, operation of equipment, or other use. 8 b. Electric power service includes temporary power service or generator to 9 maintain operations during scheduled shutdown. 10 4. Telephone 11 a. Provide emergency telephone service at Site for use by Contractor personnel 12 and others performing work or furnishing services at Site. 13 5. Temporary Heat and Ventilation 14 a. Provide temporary heat as necessary for protection or completion of Work. 15 b. Provide temporary heat and ventilation to assure safe working conditions. 16 B. Sanitary Facilities 17 1. Provide and maintain sanitary facilities for persons on Site. 18 a. Comply with regulations of State and local departments of health. 19 2. Enforce use of sanitary facilities by construction personnel at job site. 20 a. Enclose and anchor sanitary facilities. 21 b. No discharge will be allowed from these facilities. 22 c. Collect and store sewage and waste so as not to cause nuisance or health 23 problem. 24 d. Haul sewage and waste off-site at no less than weekly intervals and properly 25 dispose in accordance with applicable regulation. 26 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 27 4. Remove facilities at completion of Project 28 C. Storage Sheds and Buildings 29 1. Provide adequately ventilated,watertight,weatherproof storage facilities with floor 30 above ground level for materials and equipment susceptible to weather damage. 31 2. Storage of materials not susceptible to weather damage may be on blocks off 32 ground. 33 3. Store materials in a neat and orderly manner. 34 a. Place materials and equipment to permit easy access for identification, 35 inspection and inventory. 36 4. Equip building with lockable doors and lighting, and provide electrical service for 37 equipment space heaters and heating or ventilation as necessary to provide storage 38 environments acceptable to specified manufacturers. 39 5. Fill and grade site for temporary structures to provide drainage away from 40 temporary and existing buildings. 41 6. Remove building from site prior to Final Acceptance. 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or construction when required in contract 44 documents 45 E. Dust Control CITY OF FORT WORTH N RFJERSIDE BRIDGE_FASCIA STONE.REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised July 1,2011 015000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1 1. Contractor is responsible for maintaining dust control through the duration of the 2 project. 3 a. Contractor remains on-call at all times 4 b. Must respond in a timely manner 5 F. Temporary Protection of Construction 6 1. Contractor or subcontractors are responsible for protecting Work from damage due 7 to weather. 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] I 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS [NOT USED] 17 PART 3 - EXECUTION [NOT USED] 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 INSTALLATION 22 A. Temporary Facilities 23 1. Maintain ali temporary facilities for duration of construction activities as needed. 24 3.5 [REPAIR] /[RESTORATION] 25 3.6 RE-INSTALLATION 26 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 .3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES 31 A. Temporary Facilities CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101896 Revised July 1,2011 01 50 00-4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1 1. Remove all temporary facilities and restore area after completion of the Work,to a 2 condition equal to or better than prior to start of Work. 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] b END OF SECTION 7 Revision Log DATE 1�:AME SUMMARY OF CHANGE 8 CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101896 Revised July 1,2011 01 55 26- 1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include,but are not necessarily limited to: 13 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1—General Requirements 15 3. Section 34 71 13—Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment I8 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices(TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. When traffic control plans are included in the Drawings,provide Traffic 30 Control in accordance with Drawings and Section 34 71 13. 31 b. When traffic control plans are not included in the Drawings,prepare traffic 32 control plans in accordance with Section 34 71 13 and submit to City for 33 review. 34 1) Allow minimum 10 working days for review of proposed Traffic Control. 35 B. Street Use Permit 36 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 37 a. To obtain Street Use Permit,submit Traffic Control Plans to City 38 Transportation and Public Works Department. CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised July 1,2011 015526-2 STREET USE PERMIT AND ivIODIFICkHONS TO TRAFFIC CONTROL Page 2 of 3 1 1) Allow a minimum of 5 working days for permit review. 2 2) Contractor's responsibility to coordinate review of Traffic Control plans for 3 Street Use Permit, such that construction is not delayed. 4 C. Modification to Approved Traffic Control 5 1. Prior to installation traffic control: 6 a. Submit revised traffic control plans to City Department Transportation and 7 Public Works Department. 8 1) Revise Traffic Control plans in accordance with Section 34 71 13. 9 2) Allow minimum 5 working days for review of revised Traffic Control. 10 3) It is the Contractor's responsibility to coordinate review of Traffic Control 11 plans for Street Use Permit, such that construction is not delayed. 12 D. Removal of Street Sign 13 1. If it is determined that a street sign must be removed for construction, then contact 14 City Transportation and Public Works Department, Signs and Markings Division to 15 remove the sign. 16 E. Temporary Signage 17 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 18 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 19 Devices (MUTCD). 20 2. Install temporary sign before the removal of permanent sign. 21 3. When construction is complete,to the extent that the permanent sign can be 22 reinstalled,contact the City Transportation and Public Works Department, Signs 23 and Markings Division,to reinstall the permanent sign. 24 F. Traffic Control Standards 25 1. Traffic Control Standards can be found on the City's Buzzsaw website. 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] 34 PART 2- PRODUCTS [NOT USED] 35 PART 3- EXECUTION [NOT USED] 36 END OF SECTION CTFY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. I0I896 Revised July 1,2011 015526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 1 Revision Log DATE NAME SUAMARY OF CHANGE 2 CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101896 Revised July 1,2011 0157 13-1 STORM WATER POLLUTION PREVENTION Page 1 of 3 1 SECTION 0157 13 2 STORM WATER POLLUTION PREVENTION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the t 1 Contract 12 2. Division 1 —General Requirements 13 3. Section 3125 00—Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Construction Activities resulting in less than 1 acre of disturbance 17 a. Work associated with this Item is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 2. Construction Activities resulting in greater than 1 acre of disturbance 20 a. Measurement and Payment shall be in accordance with Section 31 25 00. 21 1.3 REFERENCES 22 A. Abbreviations and Acronyms 23 1. Notice of Intent:NOI 24 2. Notice of Termination: NOT 25 3. Storm Water Pollution Prevention Plan: S WPPP 26 4. Texas Commission on Environmental Quality; TCEQ 27 5. Notice of Change:NOC 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification,unless a date is specifically cited. 32 2. Integrated Storm Management(iSWM)Technical Manual for Construction 33 Controls 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. General 36 1. Contractor is responsible for resolution and payment of any fines issued associated 37 with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101896 Revised Tuty 1,2011 015713-2 STORM WATER POLLUTION PREVENTION Page 2 of 3 1 B. Construction Activities resulting in: 2 1. Less than I acre of disturbance 3 a. Provide erosion and sediment control in accordance with Section 31 25 00 and 4 Drawings. 5 2. 1 to less than 5 acres of disturbance 6 a. Texas Pollutant Discharge Elimination System(TPDES) General Construction 7 Permit is required 8 b. Complete SWPPP in accordance with TCEQ requirements 9 1) TCEQ Small Construction Site Notice Required under general permit 10 TXR150000 11 a) Sign and post at job site 12 b) Prior to Preconstruction Meeting, send 1 copy to City Department of 13 Transportation and Public Works,Environmental Division,(817) 392- 14 6088. 15 2) Provide erosion and sediment control in accordance with: 16 a) Section 3125 00 17 b) The Drawings 18 c) TXR150000 General Permit 19 d) SWPPP 20 e) TCEQ requirements 21 3. 5 acres or more of Disturbance 22 a. Texas Pollutant Discharge Elimination System(TPDES) General Construction 23 Permit is required 24 b. Complete SWPPP in accordance with TCEQ requirements 25 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee 26 a) Sign and post at job site 27 b) Send copy to City Department of Transportation and Public Works, 28 Environmental Division,(817)392-6088. 29 2) TCEQ Notice of Change required if making changes or updates to NOI 30 3) Provide erosion and sediment control in accordance with: 31 a) Section 3125 00 32 b) The Drawings 33 c) TXR150000 General Permit 34 d) SWPPP 35 e) TCEQ requirements 36 4) Once the project has been completed and all the closeout requirements of 37 TCEQ have been met a TCEQ Notice of Termination can be submitted. 38 a) Send copy to City Department of Transportation and Public Works, 39 Environmental Division, (817) 392-6088. 40 IS SUBMITTALS 41 A. S WPPP 42 1. Submit in accordance with Section 0133 00, except as stated herein. 43 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City 44 as follows: 45 1) 1 copy to the City Project Manager 46 a) City Project Manager will forward to the City Department of 47 Transportation and Public Works,Environmental Division for review CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101896 Revised July 1,2011 015713-3 STORNI WATER POLLUTION PREVENTION Page 3 of 3 1 B. Modified SWPPP 2 1. If the SWPPP is revised during construction,resubmit modified SWPPP to the City 3 in accordance with Section 01 33 00. 4 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2- PRODUCTS [NOT USED] 12 PART 3 EXECUTION [NOT USED] 13 END OF SECTION 14 Revision Log DATE NAME SUAWARY OF CHANGE 15 CITY OF FORT WORTH N RIVERSIDE.BRIDGE- FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised July 1,2011 0158 13-1 TFMPORARY PROJECT SIGNAGE Page I of 3 1 SECTION 0158 13 2 TEMPORARY PROJECT SIGNAGE 3 PART 1- GENERAL 4 11 SUMMARY 5 A. Section Includes: 6 1. Temporary Project Signage Requirements 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Divisions I General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES f NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2- PRODUCTS 27 2.1 OWNER-FURNISHED foR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 28 2.2 EQUIPMENT,PRODUCT TYPES,AND MATERIALS 29 A. Design Criteria 30 1. Provide free standing Project Designation Sign in accordance with City's Standard 31 Details for project signs. CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised July 1,2011 0158 13-2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 1 B. Materials 2 1. Sign 3 a. Constructed of 3/4-inch fir plywood, grade A-C(exterior)or better 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3- EXECUTION 7 3.1 INSTALLERS [NOT USED] 8 3.2 EXAMINATION [NOT USED] 9 3.3 PREPARATION [NOT USED] 10 3.4 INSTALLATION 11 A. General 12 1. Provide vertical installation at extents of project. 13 2. Relocate sign as needed,upon request of the City. 14 B. Mounting options 15 a. Skids 16 b. Posts 17 c. Barricade 18 3.5 REPAIR/RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES [NOT USED] 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE 27 A. General 28 1. Maintenance will include painting and repairs as needed or directed by the City. 29 3.14 ATTACHMENTS [NOT USED] 30 END OF SECTION 31 CITY OF FORT WORTI[ N RIVERSIDE BRIDGE-FASCIA STONE RE,PAIR STANDARD CQNSTRUCTION SPECIFICATION DOCUTIA NTS City Project No. 101896 Revised July 1,2011 015813-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101896 Revised July 1,2011 016000-1 PRODUCT REQUIREMENTS Page I of 2 1 SECTION 0160 00 2 PRODUCT REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. References for Product Requirements and City Standard Products List 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division I General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES tNOT USED] 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. A list of City approved products for use is located on Buzzsaw as follows: 16 1. Resources102 -Construction DocumentslStandard Products List 17 B. Only products specifically included on City's Standard Product List in these Contract 18 Documents shall be allowed for use on the Project. 19 1. Any subsequently approved products will only be allowed for use upon specific 20 approval by the City. 21 C. Any specific product requirements in the Contract Documents supersede similar 22 products included on the City's Standard Product List. 23 1. The City reserves the right to not allow products to be used for certain projects even 24 though the product is listed on the City's Standard Product List. 25 D. Although a specific product is included on City's Standard Product List,not all 26 products from that manufacturer are approved for use, including but not limited to,that 27 manufacturer's standard product. 28 E. See Section 0133 00 for submittal requirements of Product Data included on City's 29 Standard Product List. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101996 Revised December 20,2012 016000-2 PRODUCT REQUIREMENTS Page 2 of 1 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2- PRODUCTS [NOT USED] 5 PART 3- EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D.Johnson Modified Location of City's Standard Product List 8 CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101896 Revised December 20,2012 016600-1 PRODUCT STORAGE AND IIANDLING REQUEREMENTS Page I of 4 1 SECTION 0166 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PARTI- GENERAL 4 1.1 SUMMARY 5 - A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage from: 9 a. Handling 1.0 b. Exposure to elements or harsh environments 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include,but are not necessarily limited to: 14 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division I —General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY AND HANDLING 28 A. Delivery Requirements 29 1. Schedule delivery of products or equipment as required to allow timely installation 30 and to avoid prolonged storage. 31 2. Provide appropriate personnel and equipment to receive deliveries. 32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 33 for personnel or equipment to receive the delivery. CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised July 1,2011 016600-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of4 1 9. Deliver products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents from physical or 3 environmental damage. 4 5. Clearly and fully mark and identify as to manufacturer,item and installation 5 location. 6 6. Provide manufacturer's instructions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and 9 manufacturer's recommendations and instructions. 10 C. Storage Requirements 11 1. Store materials in accordance with manufacturer's recommendations and 12 requirements of these Specifications. 13 2. Make necessary provisions for safe storage of materials and equipment. 14 a. Place loose soil materials and materials to be incorporated into Work to prevent 15 damage to any part of Work or existing facilities and to maintain free access at 16 all times to all parts of Work and to utility service company installations in 17 vicinity of Work. 18 3. Keep materials and equipment neatly and compactly stored in locations that will 19 cause minimum inconvenience to other contractors,public travel, adjoining owners, 20 tenants and occupants. 21 a. Arrange storage to provide easy access for inspection. 22 4. Restrict storage to areas available on construction site for storage of material and 23 equipment as shown on Drawings, or approved by City's Project Representative. 24 5. Provide off-site storage and protection when on-site storage is not adequate. 25 a. Provide addresses of and access to off-site storage locations for inspection by 26 City's Project Representative. 27 6. Do not use lawns, grass plats or other private property for storage purposes without 28 written permission of owner or other person in possession or control of premises. 29 7. Store in manufacturers' unopened containers. 30 8. Neatly, safely and compactly stack materials delivered and stored along line of 31 Work to avoid inconvenience and damage to property owners and general public 32 and maintain at least 3 feet from fire hydrant. 33 9. Keep public and private driveways and street crossings open. 34 10. Repair or replace damaged lawns,sidewalks, streets or other improvements to 35 satisfaction of City's Project Representative. 36 a. Total length which materials may be distributed along route of construction at 37 one time is 1,000 linear feet,unless otherwise approved in writing by City's 38 Project Representative. CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised July I,2011 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3- EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 ERECTION [NOT USED] 9 3.5 REPAIR/RESTORATION [NOT USED] 10 3.6 RE-INSTALLATION [NOT USED] 11 3.7 FIELD [oR] SITE QUALITY CONTROL 12 A. Tests and Inspections 13 1. Inspect all products or equipment delivered to the site prior to unloading. 14 B. Non-Conforming Work 15 1. Reject all products or equipment that are damaged, used or in any other way 16 unsatisfactory for use on the project. 17 3.8 SYSTEM STARTUP [NOT USED] 18 39 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USEDI 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION 22 A. Protect all products or equipment in accordance with manufacturer's written directions. 23 B. Store products or equipment in location to avoid physical damage to items while in 24 storage. 25 C. Protect equipment from exposure to elements and keep thoroughly dry if required by 26 the manufacturer. 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USEDI 29 END OF SECTION 30 CITY OF FORT WORTH N RIVERSIDE BRIDGE,-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101996 Revised July 1,2011 016600-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE z CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised July 1,2011 017000-1 MOBILIZATION AND REMOBILIZATION Page 1 of 4 1 SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Mobilization and Demobilization 7 a. Mobilization 8 1) Transportation of Contractor's personnel,equipment, and operating supplies 9 to the Site 10 2) Establishment of necessary general facilities for the Contractor's operation 11 at the Site 12 3) Premiums paid for performance and payment bonds 13 4) Transportation of Contractor's personnel, equipment,and operating supplies 14 to another location within the designated Site 15 5) Relocation of necessary general facilities for the Contractor's operation 16 from 1 location to another location on the Site. 17 b. Demobilization 18 1) Transportation of Contractor's personnel, equipment,and operating supplies 19 away from the Site including disassembly 20 2) Site Clean-up 21 3) Removal of all buildings and/or other facilities assembled at the Site for this 22 Contract 23 c. Mobilization and Demobilization do not include activities for specific items of 24 work that are for which payment is provided elsewhere in the contract. 25 2. Remobilization 26 a. Remobilization for Suspension of Work specifically required in the Contract 27 Documents or as required by City includes: 28 1) Demobilization 29 a) Transportation of Contractor's personnel, equipment,and operating 30 supplies from the Site including disassembly or temporarily securing 31 equipment,supplies, and other facilities as designated by the Contract 32 Documents necessary to suspend the Work. 33 b) Site Clean-up as designated in the Contract Documents 34 2) Remobilization 35 a) Transportation of Contractor's personnel, equipment,and operating 36 supplies to the Site necessary to resume the Work. 37 b) Establishment of necessary general facilities for the Contractor's 38 operation at the Site necessary to resume the Work. 39 3) No Payments will be made for: 40 a) Mobilization and Demobilization from one location to another on the 41 Site in the normal progress of performing the Work. 42 b) Stand-by or idle time 43 c) Lost profits 44 3. Mobilizations and Demobilization for Miscellaneous Projects 45 a. Mobilization and Demobilization CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised November 22,2016 017000-2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 1 1) Mobilization shall consist of the activities and cost on a Work Order basis 2 necessary for: 3 a) Transportation of Contractor's personnel, equipment, and operating 4 supplies to the Site for the issued Work Order. 5 b) Establishment of necessary general facilities for the Contractor's 6 operation at the Site for the issued Work Order 7 2) Demobilization shall consist of the activities and cost necessary for: 8 a) Transportation of Contractor's personnel,equipment, and operating 9 supplies from the Site including disassembly for each issued Work 10 Order 11 b) Site Clean-up for each issued Work Order 12 c) Removal of all buildings or other facilities assembled at the Site for 13 each Work Oder 14 b. Mobilization and Demobilization do not include activities for specific items of 15 work for which payment is provided elsewhere in the contract. 16 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 17 a. A Mobilization for Miscellaneous Projects when directed by the City and the 18 mobilization occurs within 24 hours of the issuance of the Work Order. 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include,but are not necessarily limited to: 22 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division 1 —General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment [Consult City Department/Division for direction on if 26 Mobilization pay item to be included or the item should be subsidiary.Include the 27 appropriate Section 1.2 A. 1.1 28 1. Mobilization and Demobilization 29 a. Measure 30 1) This Item is considered subsidiary to the various Items bid. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 are subsidiary to the various Items bid and no other compensation will be 34 allowed. 35 2. Remobilization for suspension of Work as specifically required in the Contract 36 Documents 37 a. Measurement 38 1) Measurement for this Item shall be per each remobilization performed. 39 b. Payment 40 1) The work performed and materials furnished in accordance with this Item 41 and measured as provided under"Measurement"will be paid for at the unit 42 price per each"Specified Remobilization"in accordance with Contract 43 Documents. 44 c. The price shall include: 45 1) Demobilization as described in Section 1.1.A.2.a.1) 46 2) Remobilization as described in Section I.I.A.2.a.2) CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101896 Revised November 22,2016 0I 70 00-3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 I d. No payments will be made for standby, idle time, or lost profits associated this 2 Item. 3 3. Remobilization for suspension of Work as required by City 4 a. Measurement and Payment 5 1) This shall be submitted as a Contract Claim in accordance with Article 10 6 of Section 00 72 00. 7 2) No payments will be made for standby, idle time, or lost profits associated 8 with this Item. 9 4. Mobilizations and Demobilizations for Miscellaneous Projects 10 a. Measurement 11 1) Measurement for this Item shall be for each Mobilization and 12 Demobilization required by the Contract Documents 13 b. Payment 14 1) The Work performed and materials furnished in accordance with this Item 15 and measured as provided under"Measurement"will be paid for at the unit 16 price per each"Work Order Mobilization" in accordance with Contract 17 Documents. Demobilization shall be considered subsidiary to mobilization 18 and shall not be paid for separately. 19 c. The price shall include: 20 1) Mobilization as described in Section I.I.A.3.a.1) 21 2) Demobilization as described in Section 1.I.A.3.a.2) 22 d. No payments will be made for standby, idle time,or lost profits associated this 23 Item. 24 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 25 a. Measurement 26 1) Measurement for this Item shall be for each Mobilization and 27 DemobiIization required by the Contract Documents 28 b. Payment 29 1) The Work performed and materials furnished in accordance with this Item 30 and measured as provided under"Measurement"will be paid for at the unit 31 price per each"Work Order Emergency Mobilization"in accordance with 32 Contract Documents. Demobilization shall be considered subsidiary to 33 mobilization and shall not be paid for separately. 34 c. The price shall include 35 1) Mobilization as described in Section I.1.A.4.a) 36 2) Demobilization as described in Section 1.1.A.3.a.2) 37 d. No payments will be made for standby,idle time,or lost profits associated this 38 Item. 39 1.3 REFERENCES [NOT USED] 40 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 41 1.5 SUBMITTALS [NOT USED] 42 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 43 1.7 CLOSEOUT SUBMITTALS [NOT USED] 44 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] CITY OF FORT WORTH N RFVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.10I896 Revised November 22,2016 ol7000-4 MOBILIZATION AND RF'MOBJLIZATION Page 4 of 4 1 1.9 QUALITY ASSURANCE [NOT USED] 2 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 3 1.11 FIELD [SITE] CONDITIONS [NOT USED] 4 1.12 WARRANTY [NOT USED] 5 PART 2- PRODUCTS [NOT USED] 6 PART 3 - EXECUTION [NOT USED] 7 END OF SECTION 8 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/16 Michael Owen 1.2 Price and Payment Procedures-Revised specification,including blue text,to make specification flexible for either subsidiary or paid bid item for Mobilization. 9 CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPBCJFJCATION DOCUMENTS City Project No.101896 Revised November 22,2016 017123-1 CONSTRUCTION STAKING AND SURVEY Page I of 8 1 SECTION 017123 2 CONSTRUCTION STAKING AND SURVEY 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division I General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Construction Staking 15 a. Measurement 16 1) Measurement for this Item shall be by lump sum. 17 b. Payment 18 1) The work performed and the materials furnished in accordance with this 19 Item shall be paid for at the lump sum price bid for"Construction Staking". 20 2) Payment for"Construction Staking"shall be made in partial payments 21 prorated by work completed compared to total work included in the rump 22 sum item. , 23 c. The price bid shall include,but not be limited to the following: 24 1) Verification of control data provided by City. 25 2) Placement, maintenance and replacement of required stakes and markings 26 in the field. 27 3) Preparation and submittal of construction staking documentation in the 28 form of"cut sheets"using the City's standard template. 29 2. Construction Survey 30 a. Measurement 31 1) This Item is considered subsidiary to the various Items bid. 32 b. Payment 33 1) The work performed and the materials furnished in accordance with this 34 Item are subsidiary to the various Items bid and no other compensation will be 35 allowed. 36 3. As-Built Survey 37 a. Measurement 38 1) Measurement for this Item shall be by lump sum. 39 b. Payment 40 1) The work performed and the materials furnished in accordance with this 41 Item shall be paid for at the lump sum price bid for"As-Built Survey". CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101896 Revised Febr=ry 14,2018 01 71 23-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 1 2) Payment for"Construction Staking"shall be made in partial payments 2 prorated by work completed compared to total work included in the lump sum 3 item. 4 c. The price bid shall include, but not be limited to the following:: 5 1) Field measurements and survey shots to identify location of completed 6 facilities. 7 2) Documentation and submittal of as-built survey data onto contractor redline 8 plans and digital survey files. 9 10 1.3 REFERENCES 11 A. Definitions 12 1. Construction Survey-The survey measurements made prior to or while 13 construction is in progress to control elevation,horizontal position, dimensions and 14 configuration of structures/improvements included in the Project Drawings. 15 2. As-built_Survey—The measurements made after the construction of the 16 improvement features are complete to provide position coordinates for the features 17 of a project. 18 3. Construction Staking The placement of stakes and markings to provide offsets 19 and elevations to cut and fill in order to locate on the ground the designed 20 structures/improvements included in the Project Drawings. Construction staking 21 shall include staring easements and/or right of way if indicated on the plans. 22 4. Survey"Field Checks"—Measurements made after construction staking is 23 completed and before construction work begins to ensure that structures marked on 24 the ground are accurately located per Project Drawings. 25 B. Technical References 26 1. City of Fort Worth—Construction Staking Standards(available on City's Buzzsaw 27 website)—01 71 23.16.01 Attachment A Survey Staking Standards 28 2. City of Fort Worth- Standard Survey Data Collector Library(fxl)files(available 29 on City's Buzzsaw website). 30 3. Texas Department of Transportation('TxDOT) Survey Manual,latest revision 31 4. Texas Society of Professional Land Surveyors(TSPS),Manual of Practice for Land 32 Surveying in the State of Texas, Category 5 33 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. The Contractor's selection of a surveyor mast comply with Texas Government 36 Code 2254(qualifications based selection)for this project. 37 1.5 SUBMITTALS 38 A. Submittals, if required, shall be in accordance with Section 01 33 00. 39 B. All submittals shall be received and reviewed by the City prior to delivery of work. 40 1.6 ACTION,SUBMITTALS/INFORMATIONAL SUBMITTALS 41 A. Field Quality Control Submittals CITY OF FORT WORM N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1 Ol 896 Revised February 14,2018 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 1 1. Documentation verifying accuracy of field engineering work, including coordinate 2 conversions if plans do not indicate grid or ground coordinates. 3 2. Submit"Cut-Sheets"conforming to the standard template provided by the City 4 (refer to 01 71 23.16.01 W-Attachment A—Survey Staking Standards). 5 1.7 CLOSEOUT SUBMITTALS 6 B.As-built Redline Drawing Submittal 7 1. Submit As-Built Survey Redline Drawings documenting the locations/elevations of 8 constructed improvements signed and sealed by Registered Professional Land 9 Surveyor(RPLS) responsible for the work(refer to 01 71 23.16.01 —Attachment A 10 —Survey Staking Standards) . 11 2. Contractor shall submit the proposed as-built and completed redline drawing 12 submittal one(1)week prior to scheduling the project final inspection for City 13 review and comment. Revisions, if necessary, shall be made to the as-built redline 14 drawings and resubmitted to the City prior to scheduling the construction final 15 inspection. 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE 18 A. Construction Staking 19 1. Construction staking will be performed by the Contractor. 20 2. Coordination 21 a. Contact City's Project Representative at least one week in advance notifying 22 the City of when Construction Staking is scheduled. 23 b. It is the Contractor's responsibility to coordinate staking such that 24 construction activities are not delayed or negatively impacted. 25 3. General 26 a. Contractor is responsible for preserving and maintaining stakes. If City 27 surveyors are required to re-stake for any reason,the Contractor will be 28 responsible for costs to perform staking. If in the opinion of the City, a 29 sufficient number of stakes or markings have been lost, destroyed disturbed or 30 omitted that the contracted Work cannot take place then the Contractor will be 31 required to stake or re-stake the deficient areas. 32 B. Construction Survey 33 1. Construction Survey will be performed by the Contractor. 34 2. Coordination 35 a. Contractor to verify that horizontal and vertical control data established in the 36 design survey and required for construction survey is available and in place. 37 3. General 38 a. Construction survey will be performed in order to construct the work shown 39 on the Construction Drawings and specified in the Contract Documents. 40 b. For construction methods other than open cut,the Contractor shall perform 41 construction survey and verify control data including,but not limited to,the 42 following: 43 1) Verification that established benchmarks and control are accurate. CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101896 Revised February 14,2018 017123-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 1 2) Use of Benchmarks to furnish and maintain all reference lines and grades 2 for tunneling. 3 3) Use of dine and grades to establish the location of the pipe. 4 4) Submit to the City copies of field notesused to establish all lines and 5 grades,if requested, and allow the City to check guidance system setup prior 6 to beginning each tunneling drive. 7 5) Provide access for the City, if requested,to verify the guidance system and 8 the line and grade of the carrier pipe. 9 6) The Contractor remains fully responsible for the accuracy of the work and t0 correction of it,as required. 11 7) Monitor line and grade continuously during construction. 12 8) Record deviation with respect to design line and grade once at each pipe 13 joint and submit daily records to the City. 14 9) 1f the installation does not meet the specified tolerances(as outlined in 15 Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct 16 the installation in accordance with the Contract Documents. 17 C. As-Built Survey 18 1. Required As-Built Survey will be performed by the Contractor. 19 2. Coordination 20 a. Contractor is to coordinate with City to confirm which features require as- 21 built surveying. 22 b. It is the Contractor's responsibility to coordinate the as-built survey and 23 required measurements for items that are to be buried such that construction 24 activities are not delayed or negatively impacted. 25 c. For sewer mains and water mains 12" and under in diameter, it is acceptable 26 to physically measure depth and mark the location during the progress of 27 construction and take as-built survey after the facility has been buried. The 28 Contractor is responsible for the quality control needed to ensure accuracy. 29 3. General 30 a. The Contractor shall provide as-built survey including the elevation and 31 location(and provide written documentation to the City) of construction 32 features during the progress of the construction including the following: 33 1) Water Lines 34 a) Top of pipe elevations and coordinates for waterlines at the following 35 locations: 36 (1) Minimum every 250 linear feet, including 37 (2) Horizontal and vertical points of inflection, curvature, 38 etc. 39 (3) Fire line tee 40 (4) Plugs, stub-outs, dead-end lines 41 (5) Casing pipe(each end)and all buried fittings 42 2) Sanitary Sewer 43 a) Top of pipe elevations and coordinates for force mains and siphon 44 sanitary sewer lines(non-gravity facilities) at the following locations: 45 (1) Minimum every 250 linear feet and any buried fittings 46 (2) Horizontal and vertical points of inflection, curvature, 47 etc. 48 3) Stormwater—Not Applicable CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101896 Revised February 14,2018 0I 71 23--5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 1 b. The Contractor shall provide as-built survey including the elevation and 2 location(and provide written documentation to the City)of construction 3 features after the construction is completed including the following: 4 1) Manholes 5 a) Rim and flowline elevations and coordinates for each manhole 6 2) Water Lines 7 a) Cathodic protection test stations 8 b) Sampling stations 9 c) Meter boxes/vaults(All sizes) 10 d) Fire hydrants 11 e) Valves (gate,butterfly,etc.) 12 f) Air Release valves(Manhole rim and vent pipe) 13 g) Blow off valves (Manhole rim and valve lid) 14 h) Pressure plane valves 15 i) Underground Vaults 16 (1) Rim and flowline elevations and coordinates for each 17 Underground Vault. 18 3) Sanitary Sewer 19 a) Cleanouts 20 (1) Rim and flowline elevations and coordinates for each 21 b) Manholes and Junction Structures 22 (1) Rim and flowline elevations and coordinates for each 23 manhole and junction structure. 24 4) Stormwater Not Applicable 25 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 26 1.11 FIELD [SITE] CONDITIONS [NOT USED] 27 1.12 WARRANTY 28 PART 2- PRODUCTS 29 A. A construction survey will produce,but will not be limited to: 30 1. Recovery of relevant control points,points of curvature and points of intersection. 31 2. Establish temporary horizontal and vertical control elevations (benchmarks) 32 sufficiently permanent and located in a manner to be used throughout construction. 33 3. The location of planned facilities,easements and improvements. 34 a. Establishing final line and grade stakes for piers, floors,grade beams, parking 35 areas, utilities, streets,highways,tunnels, and other construction. 36 b. A record of revisions or corrections noted in an orderly manner for reference. 37 c. A drawing,when required by the client,indicating the horizontal and vertical 38 location of facilities, easements and improvements,as built. 39 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all 40 construction staking projects. These cut sheets shall be on the standard city template 41 which can be obtained from the Survey Superintendent(8 17-3 92-7925). 42 5. Digital survey files in the following formats shall be acceptable: 43 a. AutoCAD(.dwg) 44 b. ESRI Shapefile(.shp) CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised February 14,2018 01 71 23-6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 1 c. CSV file(.csv), formatted with X and Y coordinates in separate columns (use 2 standard templates, if available) 3 6. Survey files shall include vertical and horizontal data tied to original project 4 control and benchmarks, and shall include feature descriptions 5 PART 3- EXECUTION 6 3.1 INSTALLERS 7 A. Tolerances: 8 1. The staked location of any improvement or facility should be as accurate as 9 practical and necessary.The degree of precision required is dependent on many 10 factors all of which must remain judgmental. The tolerances listed hereafter are 11 based on generalities and,under certain circumstances,shall yield to specific 12 requirements. The surveyor shall assess any situation by review of the overall plans 13 and through consultation with responsible parties as to the need for specific 14 tolerances. 15 a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical 16 tolerance.Horizontal alignment for earthwork and rough cut should not exceed 17 1.0 ft.tolerance. 18 b. Horizontal alignment on a structure shall be within .0.Ift tolerance. 19 c. Paving or concrete for streets, curbs,gutters,parking areas, drives,alleys and 20 walkways shall be located within the confines of the site boundaries and, 21 occasionally, along a boundary or any other restrictive line.Away from any 22 restrictive line,these facilities should be staked with an accuracy producing no 23 more than 0.05ft.tolerance from their specified locations. 24 d. Underground and overhead utilities, such as sewers,gas,water,telephone and 25 electric lines,shall be located horizontally within their prescribed areas or 26 easements.Within assigned areas,these utilities should be staked with an 27 accuracy producing no more than 0.1 ft tolerance from a specified location. 28 e. The accuracy required for the vertical location of utilities varies widely. Many 29 underground utilities require only a minimum cover and a tolerance of 0.1 ft. 30 should be maintained. Underground and overhead utilities on planned profile, 31 but not depending on gravity flow for performance, should not exceed 0.1 ft. 32 tolerance. 33 B. Surveying instruments shall be kept inclose adjustment according to manufacturer's 34 specifications or in compliance to standards. The City reserves the right to request a 35 calibration report at any time and recommends regular maintenance schedule be 36 performed by a certified technician every 6 months. 37 1. Field measurements of angles and distances shall be done in such fashion as to 38 satisfy the closures and tolerances expressed in Part 3.1.A. 39 2. Vertical locations shall be established from a pre-established benchmark and 40 checked by closing to a different bench mark on the same datum. 41 3. Construction survey field work shall correspond to the client's plans. Irregularities 42 or conflicts found shall be reported promptly to the City. 43 4. Revisions,corrections and other pertinent data shall be logged for future reference. 44 CYrY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101896 Revised Tebruary 14,2018 017123-7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 1 3.2 EXAMINATION [NOT USED] 2 3.3 PREPARATION [NOT USED] 3 3.4 APPLICATION 4 3.5 REPAIR/RESTORATION 5 A. If the Contractor's work damages or destroys one or more of the control 6 monuments/points set by the City,the monuments shall be adequately referenced for 7 expedient restoration. 8 1. Notify City if any control data needs to be restored or replaced due to damage 9 caused during construction operations. 10 a. Contractor shall perform replacements and/or restorations. 11 b. The City may require at any time a survey"Field Check"of any monument 12 or benchmarks that are set be verified by the City surveyors before further 13 associated work can move forward. 14 3.6 REINSTALLATION [NOT USED] 15 3.7 FIELD IoR] SITE QUALITY CONTROL 16 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 17 City in accordance with this Specification. This includes easements and right of way, if 18 noted on the plans. 19 B. Do not change or relocate stakes or control data without approval from the City. 20 3.8 SYSTEM STARTUP 21 A. Survey Checks 22 1. The City reserves the right to perform a Survey Check at any time deemed 23 necessary. 24 2. Checks by City personnel or 3'party contracted surveyor are not intended to 25 relieve the contractor of his/her responsibility for accuracy. 26 27 3.9 ADJUSTING [NOT USED] 28 3.10 CLEANING [NOT USED] 29 3.11 CLOSEOUT ACTIVITIES [NOT USED] 30 3.12 PROTECTION [NOT USED] 31 3.13 MAINTENANCE [NOT USED] 32 3.14 ATTACHMENTS [NOT USED] 33 END OF SECTION 34 Revision Log CITY OF PORT WORTH N RIVERSIDE BRIDGE- FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 10 18 96 Revised Fcbruary 14,2018 017123-8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson Added instruction and modified measurement&payment under 1.2;added 8/31/2017 M.Owen definitions and references under 1.3;modified 1.6;added 1.7 closeout submittal requirements;modified 1.9 Quality Assurance;added PART 2—PRODUCTS; Added 3.1 Installers;added 3.5 Repair/Restoratiora;and added 3.8 System Startup. Removed"blue text";revised measurement and payment sections for Construction Staking and As-Built Survey;added reference to selection compliance with TGC 2/14/2018 M Owen 2254;revised action and Closeout submittal requirements;added acceptable depth measurement criteria;revised list of items requiring as-built survey"during"and "after"construction;and revised acceptable digital survey file format 1 CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised Fehruary 14,2018 t.. ORT WORTH@ Section 01 71 23.01 s Attachment A Survey Staking Standards February 2017 N RIVERSIDE BRIDGE-FASCIA STONE REPAIR Page 1 of 22 City Project No. 101896 These procedures are intended to provide a standard method for construction staking services associated with the City of Fort Worth projects.These are not to be considered all inclusive, but only as a general guideline. For projects on TXDOT right-of-way or through joint TXDOT participation, adherence to the TXDOT Survey Manual shall he followed and if a discrepancy arises, the TXDOT manual shall prevail. (http://onlinemanuals.txdot.gov/txdotmanuals/ess/ess.pdf) If you have a unique circumstance, please consult with the project manager, inspector, or survey department at 817-392-7925. Table of Contents 1. City of Fort Worth Contact Information II. Construction Colors Ill. Standard Staking Supplies IV. Survey Equipment,Control, and Datum Standards V. Water Staking VI. Sanitary Sewer Staking VI1. Storm Staking Vlll. Curb and Gutter Staking IX. Cut Sheets X. As-built Survey N RIVERSIDE BRfDGE-FASCIA STONE REPAIR Page 2 of 22 City Project No. 101896 I. Survey Department Contact Information Physical and mailing address: 8851 Camp Bowie West Boulevard Suite 300 Fort Worth,Texas 76116 Office: (817)392-7925 Survey Superintendent, direct line: (817) 392-8971 II. Construction Colors The following colors shall be used for staking or identifying features in the field. This includes flagging, paint of laths/stakes, paint of hubs, and any identification such as pin flags if necessary. Utility Color PROPOSED EXCAVATION WHITE ALL ELECTRICAND CONDUITS POTABLE WATER GAS OR OIL YELLOW TELEPHONE/FIBER OPTIC ORANGE SURVEY CONTROL POINTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-OF-WAYS,AND PINK ALL PAVING INCLUDING CURB,SIDEWALK, BUILDING CORNERS SANITARY SEWERkAx IRRIGATION AND RECLAIMED WATER [II. Standard Staking Supplies Item Minimum size Lath/Stake 36"tall Wooden Hub (2"x2" min. square preferred) 6"tall Pin Flags (2.5"x 3.5" preferred) 21" long Guard Stakes Not required PK or Mag nails 1" long Iron Rods (1/2" or greater diameter) 18" long Survey Marking Paint Water-based Flagging 1"wide Marking Whiskers (feathers) 6" long Tacks (for marking hubs) 3/4" long N RIVERSIDE BRIDGE-FASCIA STONE REPAIR Page 3 of 22 City Project No. 101896 IV. Survey Equipment, Control, and Datum Standards A. City Benchmarks All city benchmarks can be found here: http://fortworthtexas.gov/itsolutions/GIS/ Look for`Zoning Maps'. Under'Layers', expand 'Basemap Layers', and check on 'Benchmarks'. B. Conventional or Robotic Total Station Equipment I. A minimum of a 10 arc-second instrument is required. II. A copy of the latest calibration report may be requested by the City at any time. It is recommended that an instrument be calibrated by certified technician at least 1 occurrence every 6 months. C. Network/V.R.S. and static GPS Equipment 1. It is critical that the surveyor verify the correct horizontal and vertical datum prior commencing work.A site calibration may be required and shall consist of at least 4 control points spaced evenly apart and in varying quadrants. Additional field checks of the horizontal and vertical accuracies shall be completed and the City may ask for a copy of the calibration report at any time. 11. Network GPS such as the Western Data Systems or SmartNet systems may be used for staking of property/R.O.W,forced-main water lines, and rough-grade only. No GPS staking for concrete,sanitary sewer,storm drain,final grade, or anything that needs vertical grading with a tolerance of 0.25'or less is allowed. D. Control Points Set I. All control points set shall be accompanied by a lath with the appropriate Northing, Easting,and Elevation (if applicable) of the point set. Control points can be set rebar, `X' in concrete, or any other appropriate item with a stable base and of a semi-permanent nature.A rebar cap is optional, but preferred if the cap is marked 'control point' or similar wording. 11. Datasheets are required for all control points set. Datasheet should include: A. Horizontal and Vertical Datum used, Example. N.A.D.83, North Central Zone 4202, NAVD 88 Elevations B. Grid or ground distance.—If ground, provide scale factor used and base point coordinate, Example: CS.F.=0.999125, Base point=North:0, East=O C. Geoid model used, Example: GEOID12A E. Preferred Grid Datum N RIVERSIDE BRIDGE-FASCIA STONE REPAIR Page 4 of 22 City Project No. 101896 Although many plan sets can be in surface coordinates,the City's preferred grid datum is listed below. Careful consideration must be taken to verify what datum each project is in prior to beginning work. It is essential the surveyor be familiar with coordinate transformations and how a grid/surface/assumed coordinate system affect a project. Projected Coordinate System: NAD_1983_5tatePlane Texas_North_Central_FIPS_4202_Feet Projection: Lambert_Conformal_Conic Fa Ise_E a sti n g: 1968500.00000000 False—Northing: 6561666.66666667 Central Meridian: -98.50000000 Standard—Parallel-1: 32.13333333 Standard Parallel 2: 33.96666667 Latitude_Of_Origin: 31,66666667 Linear Unit: Foot US Geographic Coordinate System: GCS_North_American_1983 Datum: D North American 1983 Prime Meridian.Greenwich Angular Unit: Degree Note: Regardless of what datum each particular project is in, deliverables to the City must be converted/translated into this preferred grid datum. 1 copy of the deliverable should be in the project datum (whatever it may be) and 1 copy should be in the NAD83, TX North Central 4202 zone. See Preferred File Naming Convention below F. Preferred Deliverable Format .txt csv dwg .job G. Preferred Data Format P,N,E,Z,D,N Point Number, Northing, Easting, Elevation, Description, Notes(if applicable) H. Preferred File Naming Convention This is the preferred format: City Project Number Description_Datum.csv Example for a project that has surface coordinates which must be translated: File 1:C1234 As-built of Water on Main Street Grid NAD83 TXSP 4202.csv File 2:C1234_As-built of Water on Main Street—Project Specific Datum.csv Example Control Stakes N RIVERSIDE BRIDGE-FASCIA STONE REPAIR Page 5 of 22 City Project No.101896 t _ w W 1l w F- Z r 01 LL.= 100.0.D' w w 0 I Q or f— CO _ _^^ -J CO -J E- 0 w - z L - W F- J CCI a� < X OCD 0 m � w m. --CP 1 - N=5000.00 F=5000.00 ---- L� V. Water Staking Standards N RIVERSIDE BRIDGE-FASCIA STONE REPAIR Page 6 of 22 City Project No. 101896 A. Centerline Staking—Straight Line Tangents I. Offset lath/stakes every 200' on even stations 11. Painted blue lath/stake only, no hub is required III. Grade is to top of pipe (T/P)for 12" diameter pipes or smaller IV. Grade to flow line (F/L)for 16" and larger diameter pipes V. Grade should be 3.50' below the proposed top of curb line for 10" and smaller diameter pipes VI. Grade should be 4.00' below the proposed top of curb line for 12" and larger diameter pipes VI I. Cut Sheets are required on all staking and a copy can be received from the survey superintendent Optional:Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking-Curves 1. If arc length is greater than 100', POC(Point of Curvature) offset stakes should be set at a 25' interval IL Same grading guidelines as above Ill. Staking of radius points of greater than 100' may be omitted C. Water Meter Boxes I. 7.0' perpendicular offset is preferred to the center of the box II. Center of the meter should be 3.0' behind the proposed face of curb III. Meter should be staked a minimum of 4.5' away from the edge of a driveway IV. Grade is to top of box and should be+0.06' higher than the proposed top of curb unless shown otherwise on the plans D. Fire Hydrants I. Center of Hydrant should be 3.0' behind proposed face of curb II. Survey offset stake should be 7.0'from the center and perpendicularto the curb line or water main III. Grade of hydrants should be+0.30 higher than the adjacent top of curb E. Water Valves&Vaults 1. Offsets should be perpendicular to the proposed water main II. RIM grades should only be provided if on plans Example Water Stakes N RIVERSIDE BRIDGE-FASCIA STONE REPAIR Page 7 of 22 City Project No.101896 � �ƒ / �n _ § \ LLj k} y � � 0 « o/ £ w/ STD+m \ &g 2 \ cn <> \ �� \ O &Ld 3 §)3E � � f O/ £ r/ E m 2+,+ , / , ` LLJ \ 2 y � 3 ( — \ \ � S \ &§ \ »§ \\ j) Chn ~ \/ \§ § \ \ /\ / e ( \ Cl§ § ZZ S S® ~ /3 & §} / \ §j \ \\ @@ _ 0 4 ` O/W __o % c12 (m gE k=z � / y )m k ' -1°© ��lx i� a§) 3 » § \§}/ � � ) \§u w =aƒ 77 VE Sanitary Sewer Stakin «RIVERSIDE BRIDGE.FASCIA STONEREPAIR Page 8J2 City Project No. ±ls69 A. Centerline Staking—Straight Line Tangents I. Inverts shall be field verified and compared against the plans before staking II. Painted green lath/stake WITH hub and tack or marker dot, no flagging required Ill. 1 offset stake between manholes if manholes are 400' or less apart IV. Offset stakes should be located at even distances and perpendicular to the centerline V. Grades will be per plan and the date of the plans used should be noted VI. If multiple lines are at one manhole, each line shall have a cut/fill and direction noted VII. Stakes at every grade break Vill. Cut sheets are required on all staking Optional:Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking—Curves I. if arc length is greater than 100', POC(Point of Curvature) offset stakes should be set at a 2S' interval II. Staking of radius points of greater than 100' may be omitted C. Sanitary Sewer Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans Example Sanitary Sewer Stakes N RIVERSIDE BRIDGE-FASCIA STONE REPAIR Page 9 of 22 City Project No. 101896 W C 67 0 � 7' S � SS � srn=3+� �.0) C—affi �W �_Qea ��—qm (• o r W / 1 *d1 W 9 a sn s Sao ❑ ; o s ss = sra- +�t° teW � 0 12 _8 W w to Ld r � � w -� co LL if) t,: Q r z 5}} Li 1 v f5 yyy J6 Ld W y I,I °- IL _ h0 � ��.. � �� wit 3t7 T Cat rr F F 9Pa �� r ! o� ¢ fir` z - F2; m li..0F7 Vj a �.q a P g a s =O STFr C 4 0 D ' z C-8 ` in C-5 Ft0 zt� W L� m � W ` L VDI p �Ws m M_J mmm ro 0 < 12' Q/S 55 sTA-Da+00 r--z C-� �cn C a� c-ate LO to CAW m Ld x x ce � W ILZ :30 x oc 17 VII. Storm Sewer & Inlet Staking A. Centerline Staking—Straight Line Tangents N RIVERSIDE BRIDGE-FASCIA STONE REPAIR Page 10 of 22 City Project No. 10I896 I. 1 offset stake every 200' on even stations IL Grades are to flowline of pipe unless otherwise shown on plans Ill. Stakes at every grade break IV. Cut sheets are required on all staking Optional:Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking—Curves I. If arc length is greater than 100', POC(Point of Curvature) offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Storm Drain Inlets I. Staking distances should be measured from end of wing II. Standard 10' Inlet= 16.00'total length Ill. Recessed 10' Inlet=20.00'total length IV. Standard double 10' inlet=26.67'total length V. Recessed double 10' inlet=30.67'total length D. Storm Drain Manholes I. 2 offset stakes per manhole forthe purpose of providing alignment to the contractor 11. klowline grade should be on the lath/stake for each flowline and direction noted Ill. RIM grade should only be on the stake when provided in the plans Example Storm Inlet Stakes N RIVERSIDE BRIDGE-FASCIA STONE REPAIR Page 11 of 22 city Project No. 101896 FRONT FRONT (SIDE FACING } (SIDE FACING �k) u3' .EC I o � D � � I m Oi i BACK BACK puE mum mrm) I ($nE FdnNC A.CM) IDENTIFIES MICH IDENTIFIES WHICH PONT# END OF THE SUNG PUNT 0� • END OF THE WNG BEING STAKED BONO f"TA1KEfD I �m •I a HL9 ELEVATIEN m II INLET STATION Hue ELE A-mm a I F } (IF Nown QN PLANS) + T C,IDUIMFIES GRACE , � TO TOP OF CURB I � if � 0 0 ' IDENTIFIES GRADE ITL TO FLDWJNE DISTANCES FOR INLETS STANDARD 10' - 18' RECESSED W - 20r STANDARD P17JMX 1d - 26.67 HUB WT1i TACK _ -ry RECESSED DOUBLE 10•- 34-6Y "�... I i I 9AM OF INLET I b I fAARH4LE o l �'I .l I i 'oA I BACK CtF"CUFIB 3 14r H OF CURS --- FLOALINE -- FACE OF INLET FACE OF INLET — F"LOMJNE --- EI}f£ OF PAV6AENT EDGE OF PAVDAENT EDGE OF PMEMENT EDGE C,F PA4E!#ENT Vlll. Curb and Gutter Staking N RIVERSIDE BRIDGE-FASCIA STONE REPAIR Page 12 of 22 City Project No. 101896 A. Centerline Staking—Straight Line Tangents V. 1 offset stake every 50' on even stations VI. Grades are to top of curb unless otherwise shown on plans VI I. Stakes at every grade break VIII. Cut sheets are required on all staking Optional:Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking--Curves III. if arc length is greater than 100', POC(Point of Curvature) offset stakes should be set at a 25' interval IV. Staking of radius points of greater than 100' may be omitted Example Curb & Gutter Stakes FRONT (SIDE FACING ) I � I o FRONT I©ENnc�Es�a FRONT(�}'1,`I y T (ME FACING¢]POINT OF:ate 4 AGENT (SIDE FACING IDENTIFIES START FRONT 4SIDE FACING Q POET OF CURVATURE, y Pr BACK l iA � Q IDENTIFIES OFFSET IS TO s (SIDE FACING R.O,W.) RACK or cum OR P/C r rm nccE or cures I� ❑ � PINT # fill III I E ^' [DE TIMEE GRACE I. I• II I I I jTO Tr3P UF suts HUH ELEVATION � � * Rh01U5 I'aNrs E P........._t.......j'1(il,.y_ I I i I �.•..�—....,_. TOP OF CURE gyp, BACK OF CURB FACE OF CURB �� I ---� FLDVALI NE EDGE OF PAVEMENT Example Curb & Gutter Stakes at Intersection N RIVERSIDE BRIDGE-rASCIA STONE REPAIR Page 13 of 22 City Project No.101896 , e•� / (§{■ � � \ w\Ae � ± � ! �( §w / ~ \ `° *�\ y��z nE/& %§ k\ z ` �, y M \�§ � / _m An _. ©�- { (\2$ § `m« _:« _e alp_CI »Vim la � e /�� / r 22 & 3 \ ^ §\ m Q! §� 77 z! \\ |X Cu Sheets N RIVERSIDE BRIDGE-FASCIA STONE REPAIR Page 14¥22 lProj+No. 10a6 A. Date of field work B. Staking Method (GPS,total station) C. Project Name D. City Project Number(Example: C01234) E. Location (Address, cross streets, GPS coordinate) F. Survey company name G. Crew chief name H. A blank template can be obtained from the survey superintendent(see item 1 above) Standard City Cut Sheet City Project Date: Number: Project Name: ❑ TOTAL Staking Method: ❑ GPS STATION ❑ OTHER LOCATION: CONSULTANT/CONTRACTOR SURVEY CREW INITIALS ALL GRADES ARE TO FLOWLINE OR TOP OF CURB UNLESS OTHERWISE NOTED. PT# STATION OFFSET DESCRIPTION PROP. STAKED -CUT + FILL -LT/+RT GRADE ELEV. N RIVERSIDE BRIDGE-FASCIA STONE REPAIR Page 15 of 22 City Project No. 101896 X. As-built Survey A. Definition and Purpose The purpose of an as-built survey is to verify the asset was installed in the proper location and grade. Furthermore,the information gathered will be used to supplement the City's GIS data and must be in the proper format when submitted.See section 1V. As-built survey should include the following(additional items may be requested): Manholes Top of pipe elevations every 250 feet Horizontal and vertical points of inflection, curvature, etc. (All Fittings) Cathodic protection test stations Sampling stations Meter boxes/vaults(All sizes) Fire lines Fire hydrants Gate valves(rim and top of nut) Plugs,stub-outs, dead-end lines Air Release valves(Manhole rim and vent pipe) Blow off valves(Manhole rim and valve lid) Pressure plane valves Cleaning wyes Clean outs Casing pipe (each end) Inverts of pipes Turbo Meters N RIVERSIDE BRIDGE-FASCIA STONE REPAIR Page 16 of 22 City Project No. 101896 B. Example Deliverable A hand written red line by the field surveyor is acceptable in most cases.This should be a copy of the plans with the point number noted by each asset. If the asset is missing, then the surveyor should write"NOT FOUND"to notify the City, sat+ax yvlsrr g tta orsrodx���r,s, 7sm era 1.xa1us7 s�3ani3a asu3s.:wrntvs oev u=va f.i u r � ir � I11�J1 . �� i° i s+ G5.6 V.fS 3RA N�1dfY_ �� ' F — -war t 7 CIF`� � - �� �=-�� � f,�.� $� - __-=�., Y.• ___�_=- ;� - b A l4 C4 ki :r' 77 — � e ; N RIVERSIDE BRIDGE-FASCIA STONE REPAIR Page 17 of 22 City Project No. 101896 sTA ommm—trWt flR4ArnW laze STA-a srm_WWL(now AV Ap qAv-lrWL(FUYn M REMM&S"AGE EWr 4Y11 PRE 1E RPER Wiff VALUE&REDCrfR �7■ I1� CWNfVr M EXIs7;9'WAFER x 0 'am j�'3-�, INSTAtb I-L-Sa1D SLEEVE SrA029"-OWL H12 Fa [ y � I-x4 V�Y'£ -� jar VEFf.um WL "-&WL �•+''G� X-01AAF631 �• N-694f09S69f0 �^] ++ N.&WONS14 E•22963 W91 �- E2 7-W6 �dm TEE VAlVE<.)� DRAVF,_W w.16 4W LPAD a s IrAare.Rz r A(p C°F % VAWE r rrwn de n f17J"1 $� `4��* Ah1 �" A4 l�Y� thd';�l!!R Pfut @9,1A 2 ��- � M+�•091'�YZR BUC 6 ELEY� rr�n A01'2 rsr.•PA1Gr4,a.'! !a`IraLdry RFAVVE F.XlST. '�t 4 r6tl!•2 ................_ N�i4r � �z1Y'3Lmv 1.21i+A7-ER � t � p MY •.�-'. rxet--fiac,i/M— a-_ .. 7 .. ..., PROPOSED SEE SHE $rA 0,3M-10W4 Wr A lNSFAIls h!2''18"Vpjl:$ENA �s�=a a.n e�+tror�ra �. NG99lOT1',6854 cu..r uuc smQ-m 0-L-Wtmlwo aw STAi.A'S7SB f£AW S7'Ar>GW 100W losrN_4+ A'ST'ALIa 1N51'U 1-12'ld suwSIF"E I-/Z 'VERI:am IL045VERrBUD 57 LF OF!E'iMER PIPE N 4f IT C69WELT TO EWAlE IMER E H-69WM59m E22'96309B1JG P Lzl— N RIVERSIDE BRIDGE-FASCIA STONE REPAIR Page 18 of 22 City Project No. 101896 9Z6fL-X �fWm sv 8 irw Ofav 5w_D316ild k93 IM"914W_w_7AJw7.12N H3M35.JNd1hv5 Q.W 7R_" rill V� �N17 SS'"d 4S,Q 1+.15 .9NU HJIVIY_ .T_ —..�,._ o tl a ! 4v1 .,y mr iQ cry K I 19 J$_"ii J=_i klL — I' ..I — ..Tr x . L -. .. N RIVERSIDE BRIDGE-FASCIA STONE REPAIR Page 19 of 22 City Project No. 101896 i' Ski A •n� a �r ___=•����=ate----__—_--- — � �_—.- —ter—.'ice =OM ae=• ^^^_— s—•..�.._�--..-..�;.�..�..... ..,,.=mac =_���.�c.���c��.^s=—j-:u:•Yip.�.....-.��'.�c:�'.^���'=.,....�...^���.���:=�_-- ommMME gm --- — .=�_-------___ r�===.�—_.mac===—=---===.Ti��•'3 Vic, Nam ^ — s SIMMINM _._�.� MR =:ME; ai M. ------ ==e a---- ----- r e Obviously the .csv or.txt file cannot be signed/sealed by a surveyor in the format requested.This is just an example and all this information should be noted when delivered to the City so it is clear to what coordinate system the data is in. POINT NO. NORTHING FASTING ELEV. OESCRIFTiON 1 6946257.199 2296079.165 726,09 SSMH RIM 2 6946260.893 2296062A41 725.668 GV RIM 3 6946307.399 2296038,306 726.85 GV RIM 4 6946220.582 2296011.025 723.358 SSMH RIM 5 6946195.23 2296015.116 722.123 GV RIM j T� 6 6946190,528 2296022.121 722.325 FH I 7 69415136.012 2295992.115 719.448 WM RIM 8 6946002.267 2295919.133 713.331 WM RIM 9 6946003.056 2295933.418 713.652 CO RIM l dsr Cf? 10 6945984.677 2295980.52 711.662 SSMH RIM 11 6945986.473 2295869.892 710.046 WM RIM 12 6945995,077 2295860.962 707.72 WM RIM ;_e 13 6945896.591 2295862.188 708.205 WM RIM ,f SC � L 14 6945934.286 2295841,925 709,467 WM RIM 15 6945936.727 2295830.441 710,084 CO REM 16 6945835.678 2295799.707 707,774 SSMH RIM ! 17 6945817,488 2295827.011 70.8.392 SSMH RIM 18 6945759,776 2295758.643 711.218 SSMH RIM 19 6945768.563 2295778.424 710.096 GV RIM 20 6945743.318 2295788.392 710.631 GV RIM 21 6945723.219 2295754.394 712.849 GV RIM f, 22 6945682.21 2295744.22 716.686 WM RIM 23 6945621.902 2295669.471 723.76 WM RIM 24 6945643.407 2295736.03 719.737 CO RIM L I }{ 25 6945571.059 2295655.195 727.514 SSMH RIM f 26 6945539.498 2295667.903 729.123 WM RIM "T 27 6945519.934 2295619.49 732.689 WM MM 28 6945417.879 2295580.27 740.521 WM RIM 29 6945456.557 2295643,145 736,451 CO RIM 30 6945387.356 2295597.101 740.756 GV RIM 31 6945370.688 2295606,793 740.976 GV RIM sJfl 32 6945363.53 2295610,559 740,408 FH 33 6945321.228 2295551.105 746.34 WM RIM 34 6945319,365 7295539,728 746.777 CO RIM 35 6945242.289 2295570.715 748.454 WM RIM 36 6945233.624 2295544.626 749.59 SSMH RIM �• 37 6945206,483 2295529.305 751.058 WM RIM 38 6945142.015 2295557,666 750,853 WM RIM 39 6945113,445 2295520.335 7SL871 WM RIM 40 6945049.02 2295527.345 752.257 SSMH MM 41 6945041.024 2295552,675 751,79 WM RIM /c} 42 6945038.878 2295552.147 751.88 WM RIM f y.1 43 6945006.397 2295518.135 752.615 WM RIM ALd31 It 44 6944944.782 2295520.635 752.801 WM RIM P r,�}/.f: 45 6944943.432 2295556.479 752156 WM RIM 45 6944860.416 2295534.397 752.986 SSMH RIM N RIVERSIDE BRIDC'FE-FASCIA STONE REPAIR Page 21 of 22 City Project No. 10I896 C. Other preferred as-built deliverable Some vendors have indicated that it is easier to deliver this information in a different format- Below is an example spreadsheet that is also acceptable and can be obtained by request from the survey superintendent. IFT+�I s .I- z •- S a' x � � 'I o $ S :i g� I g " - & sa = F .ayI. 3 III RP I iil a L N RIVERSIDE BRIDGE-FASCIA STONE REPAIR Page 22 of 22 City Project No. 10I996 Obviously the .csv or.txt file cannot be signed/sealed by a surveyor in the format requested.This is just an example and all this information should be noted when delivered to the City so it is clear to what coordinate system the data is in. POINT NO, NORTHING EAST€ EI EFV. DESCRIPTION 1 6946257.189 2296079.165 726.09 SSMH RIM 2 6946260.893 2296062-141 725.668 GV RIM 7-ems J' 3 6946307.399 2296038306 726.85 GV RIM C 4,�L:) t>tft 4 6946220,582 2296011.025 723.358 SSMH RIM 5 6946195.23 2296015.116 722.123 GV MM }r 6 6946190.528 2296022.721 722,325 FH 7 5946136.012 2295992.115 719.448 WM RIM 8 6946002.267 2295919.133 713.331 WM RIM 1 9 6946001,056 2295933.418 713.652 CO RIM 1.0 6945984.677 2295880.52 711.662 SSMH RIM 11 6945986,473 2295869.892 710.046 WM RIM 12 6945895.077 2295860.962 707.72 WM RIM 13 6945896.591 2295362.188 708.205 WM RIM 14 6945934,286 2295841.925 709.467 WM RIM 15 6945936,727 2295830.441 710,084 CO RIM 16 6945835,678 2295799.707 707.774 SSMH AIM 17 6945817.488 2295827.011 708,392 SSMH RIM 18 69457S9.776 229575&643 711.218 SSMH RIM 19 6945768.553 2295778.424 710,086 GV RIM 20 6945743.318 2295788,392 710.631 GV RIM 21 6945723,219 2295754,394 712.849 GV RIM 22 6945682.21 2295744.22 716.586 WM RIM l i 23 6945621.902 2295669,471 723.76 WM RIM 24 6945643.407 2295736.03 719.737 CO RIM L 25 6945571.059 2295655.195 727.514 SSMH RIM f 26 6945539.49B 2295667.803 729.123 WM RIM jFF' 27 6945519.934 229S619.49 732.689 WM RIM 28 6945417.879 2295580.27 740.521 WM RIM 29 6945456.557 2295543.145 736.451 CO RIM 30 6945387.356 2295597.101 740.756 GV RIM 31 6945370.688 2295606.793 740.976 GV RIML_It7_L 32 6945383.53 2295610.559 740.408 FH 33 6945321.228 2295551.105 746.34 WM RIM 34 6945319.365 2295539.728 746.777 CO WM 35 6945242.289 2295570.715 748.454 WM RIM 36 6945233.624 229S544.626 749,59 SSMH RIM 37 6945206.483 2295S29.305 751.058 WM RIM '+ �- 38 6945142.015 229555T666 750.853 WM RIM I flwlI 39 6945113.445 2295520.335 751.871 WM RIM 40 6945049:02 2295527,345 752.257 SSMH REM fi 41 6945041.024 2295552.675 751.79 WM RIM j:" ', 42 6945038.879 2295552,147 751.88 WM RIM 43 6945006.397 2295518.135 752.615 WM RIM 44 6944944.782 2295520,635 752.801 WM RIM 45 6944943.432 2295556.479 752,155 WM RIM 46 6944860,416 2295534,397 752.986 SSMH RIM C:\Users\delaiu\Documents\Contract eaoks\Northriverside Stone Wa1I\Div 01-General Requirements\01 71 23.16.01 Attachment A_Survey Staking Standards.docx N RIVERSIDE BRIDGE-FASCIA STONE REPAIR Page 23 of 23 City Project No.101896 C. Other preferred as-built deliverable Some vendors have indicated that it is easier to deliver this information in a different format. Below is an example spreadsheet that is also acceptable and can be obtained by request from the survey superintendent. C:\Users\delaju\Documents\Contract Books\North riverside Stone Wall\Div 01-General Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.docx N RIVERSIDE BRIDGE-FASCIA STONE REPAIR Page 24 of 24 City Project No. 101896 « . — — — ; £ ' ! G ! � 2 / : kN § § ; ! § a R ■ ® § § § B > § 2 § — 2 2 , 77) % , H | � / § ! ! — ! ■ � — & III» \ � 2 � $` \ k ) ) § § | k ) k ) ) K § (m�. c:sers\d u\Do_mwontmxaoks%mov riversides e �� &a+nerm»«&ments\0171 23.16Attachment A Survey Staking sncla U:a «RIVERSIDE BRIDGE-FASCIA STONE REPAIR Page 25 w2 City Pram No. 10!»G 017423-1 CLEANING Page 1 of 4 I SECTION 0174 23 2 CLEANING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Intermediate and final cleaning for Work not including special cleaning of closed 7 systems specified elsewhere 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 --General Requirements 13 3. Section 32 92 13 Hydro-Mulching, Seeding and Sodding 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and.Payment 16 1. Work associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final 24 inspection. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 STORAGE,AND HANDLING 31 A. Storage and Handling Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101896 Revised July 1,2011 017423-2 CLEANING Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART2- PRODUCTS 4 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3 - EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR 1 RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits,oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 S. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH N RIVERSIDE BRIDGE--FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101896 Revised July 1,2011 017423-3 CLEANING Page 3 of 4 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean,sweep,wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City,the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on-site. 9 B. Intermediate Cleaning during Construction 10 1. Keep Work areas clean so as not to hinder health, safety or convenience of 1 I personnel in existing facility operations. 12 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 13 3. Confine construction debris daily in strategically located container(s): 14 a. Cover to prevent blowing by wind I5 b. Store debris away from construction or operational activities 16 c. Haul from site at a minimum of once per week 17 4. Vacuum clean interior areas when ready to receive finish painting. 18 a. Continue vacuum cleaning on an as-needed basis,until Final Acceptance. 19 5. Prior to storm events,thoroughly clean site of all loose or unsecured items,which 20 may become airborne or transported by flowing water during the storm. 21 C. Interior Final Cleaning 22 1. Remove grease,mastic, adhesives, dust, dirt,stains, fingerprints, labels and other 23 foreign materials from sight-exposed surfaces. 24 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 25 3. Wash and shine glazing and mirrors. 26 4. Polish glossy surfaces to a clear shine. 27 5. Ventilating systems 28 a. Clean permanent filters and replace disposable filters if units were operated 29 during construction. 30 b. Clean ducts, blowers and coils if units were operated without filters during 31 construction. 32 6. Replace all burned out lamps. 33 7. Broom clean process area floors. 34 8. Mop office and control room floors. 35 D. Exterior(Site or Right of Way)Final Cleaning 36 1. Remove trash and debris containers from site. 37 a. Re-seed areas disturbed by location of trash and debris containers in accordance 38 with Section 32 92 13. 39 2. Sweep roadway to remove all rocks,pieces of asphalt, concrete or any other object 40 that may binder or disrupt the flow of traffic along the roadway. 41 3. Clean any interior areas including, but not limited to,vaults, manholes, structures, 42 junction boxes and inlets. CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised July 1,2011 017423-4 CLEANING Page 4 of 4 1 4. If no longer required for maintenance of erosion facilities, and upon approval by 2 City,remove erosion control from site. 3 5. Clean signs, lights,signals,etc. 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED1 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS jNOT USED] 8 END OF SECTION 9 Revision Log DATE NAME SUMMARY OF CHANGE 10 CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised July 1,2011 017719-1 CLOSEOUT REQUIREMENTS Page 1 of 3 1 SECTION 0177 19 2 CLOSEOUT REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES fNOT USED] 17 L4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees,Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees,bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily tiled with the City. 22 B. Release of Liens or Claims 23 1. No application for fnal payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH N RIVERSIDE 13RIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised July 1,2011 017719-2 CLOSEOUT REQUIREMENTS Page 2 of 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3- EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: 10 1. Project Record Documents in accordance with Section 01 78 39 11 2. Operation and Maintenance Data, if required,in accordance with Section 01 78 23 12 B. Prior to requesting Final Inspection,perform final cleaning in accordance with Section 13 01 7423. 14 C. Final Inspection 15 1. After final cleaning, provide notice to the City Project Representative that the Work 16 is completed. 17 a. The City will make an initial Final Inspection with the Contractor present. 18 b. Upon completion of this inspection, the City will notify the Contractor, in 19 writing within 10 business days, of any particulars in which this inspection 20 reveals that the Work is defective or incomplete. 21 2. Upon receiving written notice from the City, immediately undertake the Work 22 required to remedy deficiencies and complete the Work to the satisfaction of the 23 City. 24 3. Upon completion of Work associated with the items listed in the City's written 25 notice,inform the City,that the required Work has been completed. Upon receipt 26 of this notice,the City, in the presence of the Contractor, will make a subsequent 27 Final Inspection of the project. 28 4. Provide all special accessories required to place each item of equipment in full 29 operation. These special accessory items include,but are not limited to: 30 a. Specified spare parts 31 b. Adequate oil and grease as required for the first lubrication of the equipment 32 c. Initial fill up of all chemical tanks and fuel tanks 33 d. Light bulbs 34 e. Fuses 35 f. Vault keys 36 g. Handwheels 37 h. Other expendable items as required for initial start-up and operation of all 38 equipment 39 D. Notice of Project Completion CrrY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101996 Revised July 1,2011 017719-3 CLOSEOUT REQUIREMENTS Page 3 of 3 1 1. Once the City Project Representative finds the Work subsequent to Final Inspection 2 to be satisfactory,the City will issue a Notice of Project Completion(Green Sheet). 3 E. Supporting Documentation 4 1. Coordinate with the City Project Representative to complete the following 5 additional forms: 6 a. Final Payment Request 7 b. Statement of Contract Time 8 c. Affidavit of Payment and Release of Liens 9 d. Consent of Surety to Final Payment 10 c. Pipe Report(if required) 11 f. Contractor's Evaluation of City 12 g. Performance Evaluation of Contractor 13 F. Letter of Final Acceptance 14 1. Upon review and acceptance of Notice of Project Completion and Supporting 15 Documentation,in accordance with General Conditions, City will issue Letter of 16 FinaI Acceptance and release the Final Payment Request for payment. 17 3.5 REPAIR/RESTORATION [NOT USED] 18 3.6 RE-INSTALLATION [NOT USED] 19 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 Revision Log DATE NAME SUMMARY OF CHANGE 29 CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised July 1,2011 017823-1 OPERATION AND MAINTENANCE DATA Page 1 of 5 I SECTION 0178 23 2 OPERATION AND MAINTENANCE DATA 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Product data and related information appropriate for City`s maintenance and 7 operation of products furnished under Contract 8 2. Such products may include,but are not limited to: 9 a. Traffic Controllers 10 b. Irrigation Controllers(to be operated by the City) 11 c. Butterfly Valves 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include,but are not necessarily limited to: 15 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division I —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section 0133 00 . All submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 A. Submittal Form 31 1. Prepare data in form of an instructional manual for use by City personnel. 32 2. Format 33 a. Size: 8 '/2 inches x 11 inches 34 b. Paper 35 1) 40 pound minimum,white,for typed pages 36 2) Holes reinforced with plastic, cloth or metal 37 c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised December 20,2012 01 78 23-2 OPERATION AND MAINTENANCE DATA Page 2 of 5 1 d. Drawings 2 1) Provide reinforced punched binder tab, bind in with text 3 2) Reduce larger drawings and fold to size of text pages. 4 c. Provide fly-leaf for each separate product,or each piece of operating 5 equipment. 6 1) Provide typed description of product,and major component parts of 7 equipment. 8 2) Provide indexed tabs. 9 f. Cover 10 1) Identify each volume with typed or printed title "OPERATING AND 11 MAINTENANCE INSTRUCTIONS". 12 2) List: 13 a) Title of Project 14 b) Identity of separate structure as applicable 15 c) Identity of general subject matter covered in the manual 16 3. Binders 17 a. Commercial quality 3-ring binders with durable and cleanable plastic covers 18 b. When multiple binders are used, correlate the data into related consistent 19 groupings. 20 4. If available, provide an electronic form of the O&M Manual. 21 B. Manual Content 22 1. Neatly typewritten table of contents for each volume, arranged in systematic order 23 a. Contractor,name of responsible principal,address and telephone number 24 b. A list of each product required to be included, indexed to content of the volume 25 c. List, with each product: 26 1) The name, address and telephone number of the subcontractor or installer 27 2) A list of each product required to be included, indexed to content of the 28 volume 29 3) Identify area of responsibility of each 30 4) Local source of supply for parts and replacement 31 d. Identify each product by product name and other identifying symbols as set 32 forth in Contract Documents. 33 2. Product Data 34 a. Include only those sheets which are pertinent to the specific product. 35 b. Annotate each sheet to: 36 1) Clearly identify specific product or part installed 37 2) Clearly identify data applicable to installation 38 3) Delete references to inapplicable information 39 3. Drawings 40 a. Supplement product data with drawings as necessary to clearly illustrate: 41 1) Relations of component parts of equipment and systems 42 2) Control and flow diagrams 43 b. Coordinate drawings with information in Project Record Documents to assure 44 correct illustration of completed installation. 45 c. Do not use Project Record Drawings as maintenance drawings. 46 4. Written text, as required to supplement product data for the particular installation: 47 a. Organize in consistent format under separate headings for different procedures. 48 b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101896 Revised December 20,2012 01 78 23-3 OPERATION AND MAINTENANCE DATA Page 3 of 5 1 5. Copy of each warranty,bond and service contract issued 2 a. Provide information sheet for City personnel giving: 3 1) Proper procedures in event of failure 4 2) Instances which might affect validity of warranties or bonds 5 C. Manual for Materials and finishes 6 1. Submit 5 copies of complete manual in final form. 7 2. Content, for architectural products, applied materials and finishes: 8 a. Manufacturer's data,giving full information on products 9 1) Catalog number, size, composition 10 2) Color and texture designations 11 3) Information required for reordering special manufactured products 12 b. Instructions for care and maintenance 13 1) Manufacturer's recommendation for types of cleaning agents and methods 14 2) Cautions against cleaning agents and methods which are detrimental to 15 product 16 3) Recommended schedule for cleaning and maintenance 17 3. Content, for moisture protection and weather exposure products: 18 a. Manufacturer's data,giving full information on products 19 1) Applicable standards 20 2) Chemical composition 21 3) Details of installation 22 b. instructions for inspection,maintenance and repair 23 D. Manual for Equipment and Systems 24 1. Submit 5 copies of complete manual in final form. 25 2. Content,for each unit of equipment and system,as appropriate: 26 a. Description of unit and component parts 27 1) Function,normal operating characteristics and limiting conditions 28 2) Performance curves, engineering data and tests 29 3) Complete nomenclature and commercial number of replaceable parts 30 b. Operating procedures 31 1) Start-up,break-in,routine and normal operating instructions 32 2) Regulation, control,stopping,shut-down and emergency instructions 33 3) Summer and winter operating instructions '34 4) Special operating instructions 35 c. Maintenance procedures 36 1) Routine operations 37 2) Guide to "trouble shooting" 38 3) Disassembly,repair and reassembly 39 4) Alignment, adjusting and checking 40 d. Servicing and lubrication schedule 41 1) List of lubricants required 42 e. Manufacturer's printed operating and maintenance instructions 43 f. Description of sequence of operation by control manufacturer 44 1) Predicted life of parts subject to wear 45 2) Items recommended to be stocked as spare parts 46 g. As installed control diagrams by controls manufacturer 47 h. Each contractor's coordination drawings 48 1) As installed color coded piping diagrams CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised December 20,2012 01 78 23-4 OPERATION AND MAINTENANCE DATA Page 4 of 5 1 i. Charts of valve tag numbers,with location and function of each valve 2 j. List of original manufacturer's spare parts,manufacturer's current prices, and 3 recommended quantities to be maintained in storage 4 k. Other data as required under pertinent Sections of Specifications 5 3. Content, for each electric and electronic system, as appropriate: 6 a. Description of system and component parts 7 1) Function, normal operating characteristics, and limiting conditions 8 2) Performance curves, engineering data and tests 9 3) Complete nomenclature and commercial number of replaceable parts 10 b. Circuit directories of panelboards 11 1) Electrical service 12 2) Controls 13 3) Communications 14 c. As installed color coded wiring diagrams 15 d. Operating procedures 16 1) Routine and normal operating instructions 17 2) Sequences required 18 3) Special operating instructions 19 c. Maintenance procedures 20 1) Routine operations 21 2) Guide to "trouble shooting" 22 3) Disassembly,repair and reassembly 23 4) Adjustment and checking 24 f. Manufacturer's printed operating and maintenance instructions 25 g. List of original manufacturer's spare parts,manufacturer's current prices, and 26 recommended quantities to be maintained in storage 27 h. Other data as required under pertinent Sections of Specifications 28 4. Prepare and include additional data when the need for such data becomes apparent 29 during instruction of City's personnel. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS f NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced in maintenance and operation of described products 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WOR'I3J N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101896 Revised December 20,2012 017823-5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 2 111 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2- PRODUCTS [NOT USED] 5 PART 3- EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson 1.5.A.1—title of section removed 8 CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cty Project No. 101896 Revised December 20,2012 017839-1 PROJECT RECORD DOCUMENTS Page]of 4 1 SECTION 0178 39 2 PROJECT RECORD DOCUMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes- 6 1. Work associated with the documenting the project and recording changes to project 7 documents, including: 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include,but are not necessarily limited to: 15 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents,making adequate 32 and proper entries on each page of Specifications and each sheet of Drawings and 33 other Documents where such entry is required to show the change properly. 34 2. Accuracy of records shall be such that future search for items shown in the Contract 35 Documents may rely reasonably on information obtained from the approved Project 36 Record Documents. CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101896 Revised July 1,2011 017839-2 PROJECT RECORD DOCUMENTS Page 2 of 4 1 3. To facilitate accuracy of records,make entries within 24 hours after receipt of 2 information that the change has occurred. 3 4. Provide factual information regarding all aspects of the Work, both concealed and 4 visible,to enable future modification of the Work to proceed without lengthy and 5 expensive site measurement, investigation and examination. 6 1.10 STORAGE AND HANDLING 7 A. Storage and Handling Requirements 8 1. Maintain the job set of Record Documents completely protected from deterioration 9 and from loss and damage until completion of the Work and transfer of all recorded 10 data to the final Project Record Documents. 11 2. In the event of loss of recorded data,use means necessary to again secure the data 12 to the City's approval. 13 a. In such case,provide replacements to the standards originally required by the 14 Contract Documents. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2- PRODUCTS 18 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED] 19 2.2 RECORD DOCUMENTS 20 A. Job set 21 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 22 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 23 B. Final Record Documents 24 1. At a time nearing the completion of the Work and prior to Final Inspection, provide 25 the City 1 complete set of all Final Record Drawings in the Contract. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 MAINTENANCE DOCUMENTS 33 A. Maintenance of Jab Set 34 1. Immediately upon receipt of the job set, identify each of the Documents with the 35 title, "RECORD DOCUMENTS -JOB SET". CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised July 1,2011 017839-3 PROJECT RECORD DOCUMENTS Page 3 of 4 1 2. Preservation 2 a. Considering the Contract completion time,the probable number of occasions 3 upon which the job set must be taken out for new entries and for examination, 4 and the conditions under which these activities will be performed, devise a 5 suitable method for protecting the job set. 6 b. Do not use the job set for any purpose except entry of new data and for review 7 by the City, until start of transfer of data to final Project Record Documents. 8 c. Maintain the job set at the site of work. 9 3. Coordination with Construction Survey 10 a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, 11 clearly mark any deviations from Contract Documents associated with 12 installation of the infrastructure. 13 4. Making entries on Drawings 14 a. Record any deviations from Contract Documents. 15 b. Use an erasable colored pencil(not ink or indelible pencil), clearly describe the 16 change by graphic line and note as required. 17 c. Date all entries. 18 d. Call attention to the entry by a"cloud" drawn around the area or areas affected. 19 e. In the event of overlapping changes, use different colors for the overlapping 20 changes. 21 5. Conversion of schematic layouts 22 a. In some cases on the Drawings, arrangements of conduits,circuits,piping, 23 ducts, and similar items, are shown schematically and are not intended to 24 portray precise physical layout. 25 1) Final physical arrangement is determined by the Contractor,subject to the 26 City's approval. 27 2) However,design of future modifications of the facility may require 28 accurate information as to the final physical layout of items which are 29 shown only schematically on the Drawings. 30 b. Show on the job set of Record Drawings,by dimension accurate to within 1 31 inch,the centerline of each run of items. 32 1) Final physical arrangement is determined by the Contractor,subject to the 33 City's approval. 34 2) Show,by symbol or note, the vertical location of the Item("under slab", "in 35 ceiling plenum", "exposed", and the like). 36 3) Make all identification sufficiently descriptive that it may be related 37 reliably to the Specifications. 38 c. The City may waive the requirements for conversion of schematic layouts 39 where,in the City's judgment, conversion serves no useful purpose. However, 40 do not rely upon waivers being issued except as specifically issued in writing 41 by the City. 42 B. Final Project Record Documents 43 1. Transfer of data to Drawings 44 a. Carefully transfer change data shown on the job set of Record Drawings to the 45 corresponding final documents, coordinating the changes as required. 46 b. Clearly indicate at each affected detail and other Drawing a full description of 47 changes made during construction, and the actual location of items. CITY OF FORT WORM N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised July 1,2011 017839-4 PROTECT RECORD DOCUMENTS Page 4 of4 1 c. Call attention to each entry by drawing a"cloud" around the area or areas 2 affected. 3 d. Make changes neatly, consistently and with the proper media to assure 4 longevity and clear reproduction. 5 2. Transfer of data to other Documents 6 a. If the Documents, other than Drawings,have been kept clean during progress of 7 the Work, and if entries thereon have been orderly to the approval of the City, 8 the job set of those Documents, other than Drawings,will be accepted as final 9 Record Documents. 10 b. If any such Document is not so approved by the City, secure a new copy of that 11 Document from the City at the City's usual charge for reproduction and 12 handling, and carefully transfer the change data to the new copy to the approval 13 of the City. 14 3.5 REPAIR/RESTORATION [NOT USED] 15 3.6 RE-INSTALLATION [NOT USED] 16 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION [NOT USED] 22 3.13 MAINTENANCE [NOT USED] 23 3.14 ATTACHMENTS [NOT USED] 24 END OF SECTION 25 Revision Log DATE NAME SUMMARY OF CHANGE 26 CIFY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised July 1,2011 3123 16-1 UNCLASSIFIED EXCAVATION Page 1 of 5 1 SECTION 3123 16 2 UNCLASSIFIED EXCAVATION 3 PARTI - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Excavate areas as shown on the Drawings or as directed. Removal of materials 7 encountered to the lines, grades, and typical sections shown on the Drawings and 8 removal from site. Excavations may include construction of 9 a. Roadways 10 b. Drainage Channels 11 c. Site Excavation 12 d. Excavation for Structures 13 e. Or any other operation involving the excavation of on-site materials 14 B. Deviations from this City of Fort Worth Standard Specification 15 I. FOR THIS 1P12WE:CT [JNC1.ASSIFJHI) LXCAVAT1ON 31 12 16 '1,0 Y1,A�.'i� 16 STONT- VENt:.E KAND{.ONC'RETE l'l:DES'I`AI. SI-(A1.,L. BE C'C1NS.M1•;l I'D 17 SW381111AIRY, NO S EPA RATE, PA Y_ 18 C. Related Specification Sections include,but are not necessarily Iimited to: 19 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 20 2. Division I —General Requirements 21 3. Section 3123 23—Borrow 22 4. Section 31 24 00—Embankments 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Excavation by Plan Quantity 26 a. Measurement 27 1) Measurement for this Item shall be by the cubic yard in its final position 28 using the average end area method. Limits of measurement are shown on 29 the Drawings. 30 2) When measured by the cubic yard in its final position,this is a plans 31 quantity measurement Item.The quantity to be paid is the quantity shown 32 in the proposal,unless modified by Article 11.04 of the General 33 Conditions.Additional measurements or calculations will be made if 34 adjustments of quantities are required. 35 b. Payment 36 1) FOR THIS PROJECT UNCLASSIFIED EXCAVATION 31 12 16 TO 37 PLACE STONE VENEER SHALL BE CONSIDERED SUBSIDIARY, 38 NO SEPARATE PAY. CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised January 28,2013 31 23 16-2 UNCLASSIFIED EXCAVATION Page 2 of 5 1 2) The work performed and materials furnished in accordance with this Item 2 and measured as provided under"Measurement"will be paid for at the unit 3 price bid per cubic yard of"Unclassified Excavation by Plan". No 4 additional compensation will be allowed for rock or shrinkage/swell 5 factors, as these are the Contractor's responsibility. 6 c. The price bid shall include: 7 1) Excavation 8 2) Excavation Safety 9 3) Drying 10 4) Dust Control 11 5) Reworking or replacing the over excavated_material in rock cuts 12 6) Hauling 13 7) Disposal of excess material not used elsewhere onsite 14 8) Scarification 15 9) Clean-up 16 2. Excavation by Surveyed Quantity 17 a. Measurement 18 1) Measurement for this Item shall be by the cubic yard in its final position 19 calculated using the average end area or composite method. 20 a) The City will perform a reference survey once the Site has been cleared 21 to obtain existing ground conditions. 22 b) The City will perform a final post-construction survey. 23 c) The Contractor will be paid for the cubic yardage of Excavated material 24 calculated as the difference between the two surveys. 25 d) Partial payments will be based on estimated plan quantity 26 measurements calculated by the Engineer. 27 b. Payment 28 1) The work performed and materials furnished in accordance with this Item 29 and measured as provided under"Measurement"will be paid for at the unit 30 price bid per cubic yard of"Unclassified Excavation by Survey". 31 c. The price bid shall include: 32 1) Excavation 33 2) Excavation Safety 34 3) Drying 35 4) Dust Control 36 5) Reworking or replacing the over excavated material in rock cuts 37 6) Hauling 38 7) Disposal of excess material not used elsewhere onsite 39 8) Scarification 40 9) Clean-up 41 1.3 REFERENCES [NOT USED] 42 A. Definitions 43 1. Unclassified Excavation Without regard to materials, all excavations shall be 44 considered unclassified and shall include all materials excavated. Any reference to 45 Rock or other materials on the Drawings or in the specifications is solely for the 46 City and the Contractor's information and is not to be taken as a classification of 47 the excavation. CITY OF FORT WORTH ICI RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101896 Revised January 28,2013 312316-3 UNCLASSIFIED EXCAVATION Page 3 of 5 1 1.4 ADMINSTRATIVE REQUIREMENTS 2 A. The Contractor will provide the City with a Disposal Letter in accordance to Division 3 01. 4 1.5 SUBMITTALS [NOT USED] 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 6 1.7 CLOSEOUT SUBMITTALS [NOT USED] 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.9 QUALITY ASSURANCE 9 A. Excavation Safety 10 1. The Contractor shall be solely responsible for malting all excavations in a safe 1 I manner. 12 2. All excavation and related sheeting and bracing shall comply with the requirements 13 of OSHA excavation safety standards 29 CFR part 1926 and state requirements. 14 1.10 DELIVERY,STORAGE, AND HANDLING 15 A. Storage 16 1. Within Existing Rights-of-Way(ROW) 17 a. Soil may be stored within existing ROW, easements or temporary construction A easements,unless specifically disallowed in the Contract Documents. 19 b. Do not block drainage ways, inlets or driveways. 20 c. Provide erosion control in accordance with Section 3125 00. 21 d. When the Work is performed in active traffic areas, store materials only in 22 areas barricaded as provided in the traffic control plans. 23 c. In non-paved areas, do not store material on the root zone of any trees or in 24 landscaped areas. 25 2. Designated Storage Areas 26 a. If the Contract Documents do not allow the storage of spoils within the ROW, 27 easement or temporary construction easement,then secure and maintain an 28 adequate storage location. 29 b. Provide an affidavit that rights have been secured to store the materials on 30 private property. 31 c. Provide erosion control in accordance with Section 3125 00.. 32 d. Do not block drainage ways. 33 1.11 FIELD CONDITIONS 34 A. Existing Conditions 35 1. Any data which has been or may be provided on subsurface conditions is not 36 intended as a representation or warranty of accuracy or continuity between soils. It 37 is expressly understood that neither the City nor the Engineer will be responsible 38 for interpretations or conclusions drawn there from by the Contractor. 39 2. Data is made available for the convenience of the Contractor. CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projeet No. 101896 Revised January 28,2013 312316-4 UNCLASSIFIED EXCAVATION Page 4 of 5 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS [NOT USED] 3 21 OWNER-FURNISHED [NOT USED] 4 2.2 PRODUCT TYPES AND MATERIALS 5 A. Materials 6 1. Unacceptable Fill Material 7 a. In-situ soils classified as ML,MH,PT, OL or OH in accordance with ASTM 8 D2487 9 PART 3 - EXECUTION 10 3.1 INSTALLERS [NOT USED] 11 3.2 EXAMINATION [NOT USED] 12 3.3 PREPARATION [NOT USED] 13 3.4 CONSTRUCTION 14 A. Accept ownership of unsuitable or excess material and dispose of material off-site 15 accordance with local,state, and federal regulations at locations. 16 B. Excavations shall be performed in the dry,and kept free from water, snow and ice 17 during construction with ch exception of water that is applied for dust control. 18 C. Separate Unacceptable Fill Material from other materials, remove from the Site and 19 properly dispose according to disposal plan. 20 D. Maintain drainage in the excavated area to avoid damage to the roadway sections and 21 proposed or existing structures. 22 E. Correct any damage to the subgrade caused by weather, at no additional cost to the 23 City. 24 F. Shape slopes to avoid loosening material below or outside the proposed grades. 25 Remove and dispose of slides as directed. 26 G. Rack Cuts 27 1. Excavate to finish grades. 28 2. In the event of over excavation due to contractor error below the lines and grades 29 established in the Drawings,use approved embankment material compacted in 30 accordance with Section 31 24 00 to replace the over excavated at no additional 31 cost to City. 32 H. Earth Cuts 33 1. Excavate to finish subgrade, CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101896 Revised January 28,2013 312316-5 UNCLASSIFIED EXCAVATION Page 5 of 5 1 2. In the event of over excavation due to contractor error below the lines and grades 2 established in the Drawings,use approved embankment material compacted in 3 accordance with Section 3124 00 to replace the over excavated at no additional 4 cost to City. 5 3. Manipulate and compact subgrade in accordance with Section 3124 00. 6 3.5 REPAIR[NOT USED] 7 3.6 REINSTALLATION [NOT USED] 8 3.7 FIELD QUALITY CONTROL 9 A. Subgrade Tolerances 10 1. Excavate to within 0.1 foot in all directions. 11 2. In areas of over excavation, Contractor provides fill material approved by the City 12 at no expense to the City. 13 3.8 SYSTEM STARTUP [NOT USED] 14 3.9 ADJUSTING [NOT USED] 15 3.10 CLEANING [NOT USED] 16 311 CLOSEOUT ACTIVITIES [NOT USED] 17 3.12 PROTECTION [NOT USED] 18 3.13 MAINTENANCE [NOT USED] 19 3.14 ATTACHMENTS [NOT USED] 20 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson I.2-Measurement and Payment Section modified;Blue Text added for clarification 1/29113 D.Johnson I.2—Modified Bid Item names in payment section to differentiate between Payment Methods on bid list. 21 CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised January 28,2013 31 37 00-1 RIPRAP Page 1 of 10 1 SECTION 3137 00 2 RIPRAP 3 PART 1.- GENERAL 4 1..1. SUMMARY 5 A. Section Includes: 6 1. Furnishing and installing concrete, stone, cement-stabilized, or special riprap. 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. FOR THIS PROJECT RIP.RAP 3137 00 INCLUDES REMOVING kNDi' 9 RE Pl.ACENC'r EX IS TING RIPRAI' AS'N''EEDED TO AL,LoW I STALLATI0N 10 OF CONCRETE PEDESTAL AIJD STONE, V fLER. 11 C. Related Specification Sections include,but are not necessarily limited to: 12 1. Division 0--Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division I General Requirements 14 3. Section 03 30 00—Cast-In-Place Concrete 15 4. Section 3125 00—Erosion and Sediment Control 16 1..2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Measurement 19 a. Measurement for this Item shall be by the face square CUBIC yard to the depth 20 specified of material complete in place. Volume will be computed on the basis 21 of the measured area and type,verified by field measurements. 22 2. Payment 23 a. The work performed and materials furnished in accordance with this Item and 24 measured as provided under"Measurement"will be paid for at the unit price 25 bid per she CUBIC yard of"Riprap"installed for: 26 1) Various types 27 2) Various thicknesses 28 3) Various void-filling techniques 29 3. The price bid shall include: 30 a. Furnishing,hauling,and placing riprap 31 b. Filter fabric 32 c. Expansion joint material 33 d. Concrete and reinforcing steel 34 e. Excavation of toe wall trenches, as applicable 35 f. Excavation below natural ground or bottom of excavated channel, as applicable 36 g. Shaping of slopes,as applicable 37 h. Bedding 38 i. Grout and mortar 39 j. Scales 40 k . Test weights 41 1. Clean-up CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101896 Revised December 20,2012 313700-2 RIPRAP Page 2 of 10 1 1.3 REFERENCES 2 A. Reference Standards 3 1. Reference standards cited in this Specification refer to the current reference 4 standard published at the time of the latest revision date logged at the end of this 5 Specification,unless a date is specifically cited. 6 2. ASTM Standards 7 a. ASTM C136-06, Standard Test Method for Sieve Analysis of Pine and Coarse 8 Aggregates 9 b. ASTM D7370-09, Standard Test Method for Determination of Relative Density 10 and Absorption of Fine, Coarse,and Blended Aggregate Using Combined I Vacuum Saturation and Rapid Submersion 12 c. ASTM C5240-04, Standard Test Method for,Testing Rock Stabs to Evaluate 13 the Soundness of Riprap by Use of Sodium Sulfate or Magnesium Sulfate 14 d. ASTM D4632-08, Standard Test Method for Grab Breaking Load and 15 Elongation of Geotextiles 16 e. ASTM D4533-04, Standard Test Method for Trapezoid Tearing Strength of 17 Geotextiles 18 £ ASTM D751-06, Standard Test Methods for Coated Fabrics 19 g. ASTM D4751-04, Standard Test Method for Determining Apparent Opening 20 Size of a Geotextile 21 h. ASTM D4491-99a, Standard Test Methods for Water Permeability of 22 Geotextiles by Permittivity 23 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 24 1.5 SUBMITTALS [NOT USED] 25 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 26 1.7 CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE [NOT USED] 29 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 30 1.11 FIELD CONDITIONS [NOT USED] 31 1.12 WARRANTY [NOT USED] 32 PART 2- PRODUCTS 33 2.1 OWNER-FURNISHED f NOT USED] 34 2.2 PRODUCT TYPES AND MATERIALS 35 A. Concrete Riprap 36 1. Use concrete with a compressive strength of 4,000 psi at 28-days,according to 37 Section 03 30 00,unless otherwise shown on the Drawings. 38 B. Stone Riprap CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101896 Revised December 20,2012 313700-3 RIPRAP Page 3 of 10 1 1. Unless otherwise Shown on the Drawings, use durable natural stone with a 2 minimum bulk specific gravity of 2.Provide stone that has a maximum weight loss 3 of 18 percent after 5 cycles of magnesium sulfate solution and 14 percent after 5 4 cycles of sodium sulfate solution. 5 2. For all types of stone riprap perform a size verification test on the first 5,000 square 6 yards of finished riprap stone at a Iocation determined by the Engineer. Weigh each 7 stone in a square test area with the length of each side of the square equal to 3 times 8 the specified riprap thickness. The weight of the stones, excluding spalls,should be 9 as specified below.Additional tests may be required.Do not place additional riprap 10 until the initial 5,000 square yards of riprap has been approved. 11 3. When specified,provide grout and mortar as defined as 1 part Portland cement to 3 12 parts sand and mixed with water until it achieves a consistency that will flow into 13 and completely fill all voids. 14 4. Provide filter fabric in accordance with Section 31 25 00. For slab riprap,provide 15 the filter fabric type shown on the Drawings 16 a. Large 17 1) Use stones between 50 and 250 pounds with a minimum of 50 percent of 18 the stones heavier than 100 pounds 19 b. Medium 20 1) Use stones between 50 and 250 pounds with a minimum of 40 percent of 21 the stones heavier than 100 pounds Use stones with at least 1 broad flat 22 surface. 23 c. Block 24 1) Use stones between 50 and 250 pounds.Use stones that are at least 3 inches 25 in their least dimension. Use stones that are at least twice as wide as they 26 are thick. When shown on the Drawings or approved,material may consist 27 of broken concrete removed under the Contract or from other approved 28 sources.Before placement of each piece of broken concrete, cut exposed 29 reinforcement flush with all surfaces. 30 d. Slab 31 1) Use boulders or quarried rock that meets the gradation requirements of 32 Table 1. Both the width and the thickness of each piece of riprap must be a 33 least 1/3 of the length. When shown ou the Drawings or as approved, 34 material may consist of broken concrete removed under the Contract or 35 from other approved sources. Before placement of each piece of broken 36 concrete, cut exposed reinforcement flush with all surfaces. 37 2) Provide bedding stone that in-place meets the gradation requirements 38 shown in Table 2 or as otherwise shown on the Drawings. 39 Table 1 40 Ri ra Gradation Re uirements Thickness Maximum Size 90 percent Size' 50& Size' 8 percent Size, lb. 1b. lb. Minimum lb. 12 in. 200 80-180 30-75 3 15in. 320 170-300 60-165 20 1 Sin. 530 290-475 105-220 22 21 in. 800 460-720 175-300 25 24in. 1,000 550-850 200-325 30 30in. 2,600 1,150-2.50 400-900 40 41 42 CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101896 Revised December 20,2012 31 37 00--4 RIPRAP Page 4 of 10 1 Table 2 2 Bedding Stone Gradation Sieve Size(Square Mesh Percent by Weight Passing 3 inches 100 1-1/2 inches 50-80 3/4 inches 20-60 No. 4 0-15 No. 10 0-5 3 C. Special Riprap 4 1. Furnish materials for special riprap according to the Drawings. 5 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 6 2.4 ACCESSORIES [NOT USED] 7 2.5 SOURCE QUALITY CONTROL [NOT USED] 8 PART 3 - EXECUTION 9 3.1 INSTALLERS [NOT USED] 10 3.2 EXAMINATION [NOT USED] 11 3.3 PREPARATION [NOT USED] 12 3.4 INSTALLATION 13 A. Dress slopes and protected areas to the line and grade shown on the Drawings before 14 the placement of riprap.Place riprap and toe walls according to details and dimensions 15 shown on the Drawings or as directed by the Engineer. 16 B. Concrete Riprap 17 1. Reinforce concrete riprap with No. 3 reinforcing bars spaced at a maximum of 18 18 inches in each direction unless otherwise shown. Provide a minimum 6-inch lap at 19 all splices. At the edge of the riprap,provide a minimum horizontal cover of 1 inch 20 and a maximum cover of 3 inches.Place the first parallel bar at most 6 inches from 21 the edge of concrete. Use approved supports to hold the reinforcement 22 approximately equidistant from the top and bottom surface of the slab.Adjust 23 reinforcement during concrete placement to maintain correct position. 24 2. As directed,sprinkle or sprinkle and consolidate the subgrade before the concrete is 25 placed.All surfaces must be moist when concrete is placed. 26 3. Compact each layer to a minimum of 95 percent standard proctor density with a 27 moisture content not to exceed+4 percent or-2 percent of optimum moisture or as 28 indicated on the Drawings. 29 4. After placing the concrete,compact and shape it to conform to the dimensions 30 shown on Drawings.After it has set sufficiently to avoid slumping, finish the 31 surface with a wood float to secure a smooth surface or broom finish as approved. 32 S. Immediately after the finishing operation, cure the riprap according to Section 03 33 3000. CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised December 20,2012 313700-5 RIPRAP Page 5 of 10 I C. Stone Riprap 2 1. Provide the following types of stone riprap when shown on the Drawings. 3 a. Dry Riprap 4 1) Dry riprap is stone riprap with voids filled with only spalls or small stones. 5 b. Grouted Riprap 6 1) Grouted riprap is Type Large,Medium, or Block stone riprap with voids 7 grouted after all the stones are in place. 8 c. Mortared Riprap 9 1) Mortared riprap is Medium stone riprap laid and mortared as each stone is 10 placed. 11 2. Use spalls and small stones lighter than 25 pounds to fill open joints and voids in 12 stone riprap, and place to a tight fit. 13 3. Do not place mortar or grout when the air temperature is below 35 degrees I4 Fahrenheit. 15 4. Protect work from rapid drying for at least 3 days after placement. Unless otherwise 16 approved, place filter fabric with the length running up and down the slope. Ensure 17 fabric has a minimum overlap of 2 feet. 18 5. Secure fabric with nails or pins. Use nails at least 2 inches long with washers or U- I9 shaped pins with legs at least 9 inches long. Space nails or pins at a maximum of 10 20 feet in each direction and 5 feet along the seams.Alternative anchorage and spacing 21 may be used when approved. 22 6. Large 23 a. Construct riprap as shown in Figure 1 and as shown on the Drawings.Place 24 stones in a single layer with close joints so that most of their weight is carried 25 by the earth and not by the adjacent stones. 26 b. Place the upright axis of the stones at an angle of approximately 90 degrees to 27 the embankment slope. 28 c. Place each course from the bottom of the embankment upward with the larger 29 stones in the lower courses. 30 d. Fill open joints between stones with spalls. 31 e. Place stones to create a uniform finished top surface.Do not exceed a 6-inch 32 variation between the tops of adjacent stones. Replace,embed deeper, or chip 33 away stones that project more than the allowable amount above the finished 34 surface. 35 f. When the Drawings require Large stone riprap to be grouted,prevent earth, 36 sand, or foreign material from filling the spaces between the stones. After the 37 stones are in place,thoroughly wet the stones,fill the spaces between the stones 38 with grout,and pack. Sweep the surface of the riprap with a stiff broom after 39 grouting. 40 7. Medium 41 a. Dry Placement 42 1) Construct riprap as shown in Figure 2. Set the flat surface on a prepared 43 horizontal earth bed, and overlap the underlying course to secure a lapped 44 surface. 45 2) Place the large stones first,roughly arranged in close contact. Fill the 46 spaces between the large stones with suitably sized stones placed to leave 47 the surface evenly stepped and conforming to the contour required. 48 3) Place stone to drain water down the face of the slope. CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101896 Revised December 20,2012 313700-6 RIPRAP Page 6 of 10 1 b. Grouting 2 1) Construct riprap as shown in Figure 3. Size, shape, and Iay Iarge flat- 3 surfaced stones to produce an even surface with minimal voids. 4 2) Place stones with the flat surface facing upward parallel to the slope. Place 5 the largest stones near the base of the slope. 6 3) bill spaces between the larger stones with stones of suitable size, leaving 7 the surface smooth,tight, and conforming to the contour required. 8 4) Place the stones to create a plane surface with a maximum variation of 6 9 inches in 10 feet from true plane. Provide the same degree of accuracy for 10 warped and curved surfaces. 11 5) Prevent earth, sand or foreign material from filling the spaces between the 12 stones.Mier the stones are in place,thoroughly wet them,fill the spaces 13 between them with grout, and pack. Sweep the surface with a stiff broom 14 after grouting. 15 c. Mortaring 16 1) Construct riprap as shown in Figure 2.Lap courses as described for dry 17 placement.Before placing mortar,wet the stones thoroughly. 18 2) As the larger stones are placed, bed them in fresh mortar and shove 19 adjacent stones into contact with one another. 20 3) After completing the work,spread all excess mortar forced out during 21 placement of the stones uniformly over them to fill all voids completely. 22 Point up all joints roughly either with flush joints or with shallow, smooth- 23 raked joints as directed. 24 D. Block 25 1. Construct riprap as shown in Figure 4.Place stones on a bed excavated for the base 26 course. Bed the base course of stone well into the ground with the edges in contact. 27 Bed and place each succeeding course in even contact with the preceding course. 28 2. Use spalls and small stones to fill any open joints and voids in the riprap.Ensure 29 the finished surface presents an even,tight surface,true to the line and grades of the 30 typical sections. 31 3. When the Drawings require grouting Block stone riprap, prevent earth,sand, or 32 foreign material from filling the spaces between the stones. After the stones are in 33 place, wet them thoroughly, fill the spaces between them with grout, and pack. 34 Sweep the surface with a stiff broom after grouting. 35 E. Slab 36 1. Construct riprap as shown in Figure 5.Place riprap stone on the slopes within the 37 limits shown on the Drawings.Place stone for riprap on the bedding material to 38 produce a reasonably well-graded mass of riprap with the minimum practicable 39 percentage of voids. 40 2. Construct the riprap to the lines and grades shown on the Drawings or staked in the 41 field. A tolerance of+6 inches and-0 inch from the slope line and grades shown on 42 the Drawings is allowed in the finished surface of the riprap. 43 3. Place riprap to its full thickness in a single operation.Avoid displacing the bedding 44 material. Ensure that the entire mass of stones in their final position is free from 45 objectionable pockets of small stones and clusters of larger stones. CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101896 Revised December 20,2012 313700.7 RIPRAP Page 7 of 10 1 4. Do not place riprap in layers, and do not place it by dumping it into chutes, 2 dumping it from the top of the slope,pushing it from the top of the slope, or any 3 method likely to cause segregation of the various sizes. 4 5. Obtain the desired distribution of the various sizes of stones throughout the mass by 5 selective loading of material at the quarry or other source or by other methods of 6 placement that will produce the specified results. 7 6. Rearrange individual stones by mechanical equipment or by hand if necessary to 8 obtain a reasonably well-graded distribution of stone sizes. 9 F. Special Riprap 10 1. Construct special riprap according to the Drawings. 11 3.5 REPAIR [NOT USED] 12 3.6 RE-INSTALLATION [NOT USED] 13 3.7 FIELD QUALITY CONTROL [NOT USED] 14 3.8 SYSTEM STARTUP [NOT USED] 15 39 ADJUSTING [NOT USED] 16 3.10 CLEANING [NOT USED] 17 3.11 CLOSEOUT ACTIVITIES [NOT USED] 18 3.12 PROTECTION [NOT USED] 19 3.13 MAINTENANCE [NOT USED] 20 3.14 ATTACHMENTS 21 22 d 23 24 25 Grout whan �,- specified 26 � 27 9" minim 28 slopo of 29 embankment Upright axes of Sterne 30 perpendicular to sl®pe +EF 1'.6" min 31 32 33 Figure 1 -Large stone riprap, dry or grouted. 34 CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101896 Revised December 20,2012 313700-8 RIPRAP Page 8 of 10 2 r� 3 4 Grout when specified 5 Rut lido up 9" will 7 Steppe of embankment s 9 C 10 E T-6" rein 11 12 Figure 2-Medium stone riprap,dry or grouted. 13 14 15 16 17 Mortar when 18 specified r� 19 9' 20 Slope of 21 embankment 22 23 24 1'-6" min 25 26 27 Figure 3 -Medium stone riprap,mortared. 28 29 30 CITY OF FORT WORTFI N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101896 Revised December 20,2012 313700-9 RIPRAP Page 9 of 10 Groin when specifier Multiple leers (mare than one g rack depth) �-- 4" min Slope of embankment 1'-6" min 2 Figure 4—Block stone riprap, dry or grouted. 3 Slope of embankment J1 Filter fabric 2 tinip-5 thickness min 4 — - 5 Figure 5—Slab stone riprap 6 7 END OF SECTION CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101896 Revised December 20,2012 31 37 00-10 RIPRAP Page 10 of 10 1 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 3A.B.—defined compaction requirements beneath concrete rip rap 2 CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.10[896 Revised December 20,2012 323213-1 CAST-IN-PLACE CONCRETE RETAINING WALLS Page 1 of 6 1 SECTION 32 32 13 2 CAST-IN-PLACE CONCRETE RETAINING WALLS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes 6 1. Construction of cast-in-place concrete retaining wall adja ei#to eaaeFe e sidewalk 7 (3 feet..,wd..,,..,. heig4"` of the size and shape detailed on the Drawings and at the 8 location shown on the Drawings. 9 2. Construction of TxDOT standard cast-in-place, spread foot concrete retaining wall 10 of the size and shape detailed on the Drawings and at the location shown on the 11 Drawings. 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. Retaining wall detailed in plans is not substantially different than TxDOT standard 14 and these same specifications shall apply. 15 2. CONSTRUC"FIGN OF CONCRETE RETA NING WALL STONE LL DGE CIF. 16 TI-M SLZL•',A.NQ- SHAPE DETAJLED ON TFCE DRAW NGS AND AT 'I'I-LE 17 f.OI'ATION SHOWN ON THE.DRAVV*GS. 18 1- Al 1, LABOR. MA,rERIAL5.NECESSARY TO i INSTALL CONCRETE 19 PE:DEST L CONSTRUCTION PION SHMI DE CON ME RED SUBS11AARY. 20 4, ALL LABOR_ MATERdA.LS AND EQF:I.IPlvli?NT NECF?SSARY `IT ) R B M 0 V I 21 AND INSTALL EXISTING STONE VFKEER W1TH A NCHO RS FOR: 22 a. STONE T!ASCLA REPAM 23 11. 'NEW STONE FASCIA 24 o. STONE LEDGE 25 3, N1.-M STONE VENEEK TO MATC7H ISTING fOKLAI-TOMA 811,VER MIST 26 & NATIVE SANos'rClNEOR APPR0VED CQUAL) 27 6 INSTALLATION AND DRIL.,1_ING I-M DW-10HS VEW--'F;P, ANc.,I (As WTFTR 28 JA" X I-1.M." TAPCON CONCRETE SCRH WS OR-AF'PR0VF 1) l (1.1JAL.'SRALL 29 BE-CONSTDERED SUB S0J RY TO T1-FL- STONE VENEER REPAID, 30 7. SAWTNG, DkI.L1LiNQT, CLF-A.1VLNCi, SORTTFNQ AND PALLETIZE STONE 31 VENFER rN PRE?ARATION FOR REPAIR AND R&ENSTALLATION WITH 32 F41CtN ISHING AN[} 1N-fiTAL1.1N(i IV?ATERIALS SHALL BE CON SLDERE,D 33 SOBS IDIARY WC RK� NO SEPr1RATE PAY. 34 8. ANY FXCAVA"4ION FOR THE INSTAr.1,ATIC]WOF' TONE-LWGR-Sa41l 35 14l•'C"ONS-1 DER P15 S 1;BS[D 1A RY, No sr-.PAI.ATF PAY. 36 9- BACK FfLLING AND FINIS1-1TNG L X LSTINO A0Af144T WAL1.INC[f110IN 37 1'URNTSHING AND PLACrNG TOP SOIL S1- ALL 13L: CONSIDERED 38 SUBS WORK, NO SEPARA17 PAY. 39 C. Related Specification Sections include, but are not necessarily limited to: 40 1. Division 0-Bidding Requirements, Contract Forms,and Conditions of the Contract 41 2. Division 1 -General Requirements 42 3. Section 03 30 00 -Cast-in-Place Concrete CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised June 5,2018 3232 13-2 CAST-IN-PLACE CONCRETE RETAINING WALLS Page 2 of 6 1 4. Section 3123 16—Unclassified Excavation 2 5. Section 3123 23 -Borrow 3 6. Section 3124 00 -Embankments 4 7. Section 32 13 20 -Concrete Sidewalks, Driveways and Barrier Free Ramps 5 8. Section 33 46 00 Subdrainage 6 1.2 PRICE AND PAYMENT PROCEDURES 7 A. Measurement and Payment 8 1. Concrete Retaining Wall Adjacent to Sidewalk 9 a. Measurement 10 1) Measurement for this Item shall be by the square foot of the front surface of 11 the wall(face)from the top of the adjacent sidewalk to the top of the wail. 12 b. Payment 13 1) The work performed and materials furnished in accordance with this Item 14 and measured as provided under"Measurement"will be paid for at the unit 15 price bid per square foot of Concrete Retaining Wall Adjacent to Sidewalk 16 constructed. 17 c. The price bid shall include: 18 1) Excavation in back of Retaining Walls 19 2) Furnishing and placing footings 20 3) Leveling pads and copings 21 4) Furnishing, placing, and compacting backfill (except in embankment areas) 22 5) Furnishing and placing concrete,reinforcing steel, waterproofing material, 23 filter material and drain pipe,joint material,water stop,and filter fabric 24 when required 25 6) Fabricating, curing, and finishing wall including special coatings when 26 specified 27 2. Concrete Sidewalk Adjacent to Retaining Wall 28 a. Measurement 29 1) Measurement for this Item shall be by the square foot of completed and 30 accepted Concrete Sidewalk Adjacent to Retaining Wall in its final 31 position. Measurement shall be taken from face of wall to edge of concrete 32 sidewalk. 33 b. Payment 34 1) The work performed and materials furnished in accordance with this Item 35 and measured as provided under"Measurement"will be paid for at the unit 36 price bid per square foot of Concrete Sidewalk Adjacent to Retaining Wall 37 installed. 38 c. The price bid shall include: 39 1) Excavating and preparing the subgrade 40 2) Furnishing and placing all materials 41 3. TxDOT Standard—Spread L'...,ting Walls CONCRETE PEDESTAL 42 a. Measurement 43 1) Measurement for this Item shall be by the meet CUBIC YARD of the 44 front surface of the wall.Unless otherwise shown on the Drawings, 45 measure area from finished ground line on the face of the exterior wall to 46 the top of the wall including any coping required(not including railing). 47 b. Payment CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised June 5,2018 323213-3 CAST IN-PLACE CONCRETE RETAINING WALLS Page 3 of 6 1 1) The work performed and materials furnished in accordance with this Item 2 and measured as provided under"Measurement" will be paid for at the unit 3 price bid per Square foot CUBIC YARD of THE CONCRETE PEDESTAL 4 SpfeM FaefiHg Wall constructed. 5 c. The price bid shall include: 6 1) Excavation in back of Retaining Walls 7 2) Furnishing and placing footings 8 3) Leveling pads and copings 9 4) Furnishing,placing, and compacting backfill(except in embankment areas) 10 5) Furnishing and placing concrete,reinforcing steel,waterproofing material, 11 filter material and drain pipe,joint material,water stop, and filter fabric 12 when required 13 6) Fabricating, curing, and finishing wall including special coatings when 14 specified 15 4. 16 1.3 REFERENCES 17 A. Definitions 18 1. Permanent Wall-Retaining wall with a design service life of 75 years. All walls 19 are presumed to be permanent walls unless otherwise specified in the Drawings. 20 B. Reference standards cited in this specification refer to the current reference standard 21 published at the time of the latest revision date logged at the end of this specification, 22 unless a date is specifically cited. 23 1. ASTM International(ASTM): 24 a. D4491, Standard Test Methods for Water Permeability of Geotextiles by 25 Permittivity 26 b. D4533,Standard Test Method for Trapezoid Tearing Strength of Geotextiles 27 c. D4632, Standard Test Method for Grab Breaking Load and Elongation of 28 Geotextiles 29 d. D4751, Standard Test Method for Determining Apparent Opening Size of a 30 Geotextile 31 2. Texas Department of Transportation(TXDOT), Standard Specifications for 32 Construction and Maintenance of Highways and Bridges: 33 a. 110, Excavation 34 b. 132,Embankment 35 c. 400, Excavation and Backfill for Structures 36 d. 420, Concrete Structures 37 e. 421, Hydraulic Cement Concrete 38 f. 423, Retaining Walls 39 g. 440, Reinforcing Steel 40 h. 445, Galvanizing 41 i. 458, Waterproofing Membranes for Structures 42 j. 556, Pipe Llnderdrains 43 3. TxDOT Standard—Spread Footing Walls 44 a. RW 1 (L)A—Low Footing Pressure,Design A Retaining Walls 45 b. RW 1 (L)B—Low Footing Pressure,Design B Retaining Walls 46 c. RW I (L) C Low Footing Pressure,Design C Retaining Walls 47 d. RW 1 (14)A—High Footing Pressure, Design A Retaining Walls CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised June 5,2018 323213-4 CAST IN-PLACE CONCRETE RETAINING WAILS Page 4 of 6 1 e. RW 1 (H)B—High Footing Pressure,Design B Retaining Walls 2 f. RW 1 (H) C—High Footing Pressure, Design C Retaining Walls 3 g. RW 2—Retaining Wall Miscellaneous Details 4 4. Texas Department of Transportation(TXDOT), Manual of Testing Procedures: 5 a. Tex-616-J,Construction Fabrics 6 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 7 1.5 SUBMITTALS 8 A. See Section 03 30 00. 9 1.6 ACTION SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE 13 A. See Section 03 30 00. 14 1.10 DELIVERY,STORAGE,AND HANDLING 15 A. See Section.03 30 00. 16 1.11 SITE CONDITIONS 17 A. Ambient Conditions: See Section 03 30 00. 18 1.12 WARRANTY [NOT USED] 19 PART 2 - PRODUCTS 20 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 21 2.2 MATERIALS 22 A. Concrete and Reinforcing Steel 23 1. Concrete Retaining Wall with Sidewalk 24 a. Section 03 30 00, 25 2. TxDOT Standard—Spread Footing Walls 26 a. 420, Concrete Structures 27 b. 421, Hydraulic Cement Concrete 28 c. 440,Reinforcing Steel 29 d. 445, Galvanizing 30 e. 458, Waterproofing Membranes for Structures 31 B. Backfill 32 1. Concrete Retaining Wall with Sidewalk 33 a. Section 3123 23 34 2. TxDOT Standard--Spread Footing Walls 35 a. 132, Embankments 36 C. Underdrains 37 1. Concrete Retaining Wall with Sidewalk 38 a. Section 33 46 00 CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101896 Revised June 5,2018 323213-5 CAST-IN-PLACE CONCRETE RETAINING WALLS Page 5 of 1 2. TxDOT Standard--Spread Footing Walls 2 a. 556,Pipe Underdrains 3 D. Filter fabric 4 1. General 5 a. Provide standard weight fabric for retaining walls and soil separation. 6 b. Provide filter fabric rated as UV-resistant when used as part of the exposed 7 facing for a temporary wall. 8 c. The fabric consists exclusively of manmade thermoplastic fibers, is a non- 9 woven geotextile fabric, and forms a mat of uniform quality. 10 d. Fabric fibers are continuous and random throughout the fabric. 11 e. The fabric is mildew resistant and rot-proof, and it is satisfactory for use in a 12 wet soil and aggregate environment. 13 2. Physical Requirements: The fabric must conform to the requirements listed in Table 14 1 when tested in accordance with the test methods specified. 15 16 Table 1 17 Filter Fabric Requirements 18 Physical Properties Test Method Value Fabric Weight, on an ambient Tex-616-J 4 oz/yard temperature air-dried,tension free sample Permittivity, 1/sec ASTM D4491 1.0, min Tensile Strength, lbs ASTM D4632 100 lbs Apparent Opening Size ASTM D4751 70-100 Elongation at yield,percent ASTM D4632 20-100 Tra ezoidal Tear, lbs ASTM D4533 35 lbs 19 2.3 ACCESSORIES [NOT USED] 20 2.4 SOURCE QUALITY CONTROL [NOT USED] 21 PART 3 - EXECUTION 22 3.1 INSTALLERS [NOT USED] 23 3.2 EXAMINATION [NOT USED] 24 3.3 PREPARATION [NOT USED] 25 3.4 INSTALLATION 26 A. Construct retaining walls in accordance with the Drawings and to the pertinent 27 requirements of the following Sections: 28 1. Concrete Retaining Wall with Sidewalk 29 a. Section 03 30 00 30 b. Section 3123 16 31 c. Section 3123 23 32 d. Section 3124 00 33 e. Section 33 46 00 34 2. TxDOT Standard—Spread Footing Walls CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised June 5,2018 3232 13--6 CAST-IN-PLACE CONCRETE RETAINING WALLS Page 6 of 6 1 a. 110,Excavation 2 b. 132, Embankment 3 c. 400, Excavation and Backfill for Structures 4 d. 423,Retaining Walls 5 e. 420, Concrete Structures 6 f. 458, Water proofing Membranes for Structures 7 g. 556, Pipe Underdrains 8 3.5 REPAIR 9 A. See Section 03 30 00. 10 3.6 RE-INSTALLATION [NOT USED] 11 3.7 FIELD QUALITY CONTROL 12 A. See Section 03 30 00. 13 3.8 SYSTEM STARTUP [NOT USED] 14 3.9 ADJUSTING [NOT USED] 15 3.10 CLEANING [NOT USED] 16 3.11 CLOSEOUT ACTIVITIES [NOT USED] 17 3.12 PROTECTION [NOT USED] 18 3.13 MAINTENANCE [NOT USED] 19 3.14 ATTACHMENTS [NOT USED] 20 END OF SECTION Revision Log DATE NAME SUNM4RY OF CRINGE 12/20/2012 D.Johnson 1.2.A—Payment Item for concrete retaining wall with sidewalk was broken into two Items:one for the face of wall and one for the sidewalk. 6/5/18 M Owen Revised Summary and Measurement and Payment sections. 21 CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101896 Revised June 5,2018 347113-1 TRAFFIC CONTROL Page 1 of6 I SECTION 34 7113 2 TRAFFIC CONTROL 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Installation of Traffic Control Devices and preparation of Traffic Control PIans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1, FOR `I HLS PROJECT`FRAFFIC COFdM01. SECTION 3�1 71 13 90ALL 13E. 9 CONSIDERED SUBSIDIARY WORK, NO SEPARATE PAY' 10 2 TRAFFIC CONTROL. € PLEMENTATIO . INSTALL.kTION, 11 NULINTENANC'E, ADTUSTABLE, REPLACEMENTS AN-D REMOVAL OF 12 TRAFFI C 0)NTROL DE1+"X'FS SHAI.,I-, BE CON SIDERI_:D SLIBSLDIARY 13 WO CC, N13 S EPA RXIT PAY. 14 3, PHITARA'I'im OF TRAF FIC CONTROL PI.AN DETATI.,S, ADHERENCE TO 15 CITY AN1) TEXAS MANUr1L 0 N LFRIFO14M TRAFFIC'CONTROL DEN ICPS 16 (.TL'v1LITCD), OBTAINING S€GNATURE AND'SEAL oF A Lft']INS11D` L A 17 PRO I:ESS ION AL ENGINEER SHALL BE CON S MERE D SU13SIDIARY 18 WORK.NO SEPARATE PAY. 19 C. Related Specification Sections include,but are not necessarily limited to: 20 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2l 2. Division 1 —General Requirements 22 1.2 PRICE AND PAYMENT PROCEDURES 23 A. Measurement and Payment 24 1. Installation of Traffic Control Devices 25 n,eas nf 26 27 ati&R. 29 b. Payment 30 i\ The, e«1 eF f ,..v,e,t mad ffl-afneri—Als; fi—W—ishe,t ; e,-lone.with this Item 31 " sh;-41-1 be paid for-at 32 " 33 e. The pfiee bid shall inelude:. 34 35 2` r, or, 36 37 4) Adjustments 38 5` Deplaeoments 40 7) Poliee assistance during peak hour 41 2. Portable Message Signs CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101890 Revisod November 22,2013 347113-2 TRAFFIC CONTROL Page 2 of 6 1 a. Measurement 2 1) Measurement for this Item shall be per week for the duration of use. 3 b. Payment 4 1) The work performed and materials furnished in accordance to this Item and 5 measured as provided under"Measurement"shall be paid for at the unit 6 price bid per week for"Portable Message Sign"rental. 7 c. The price bid shall include: 8 1) Delivery of.Portable Message Sign to Site 9 2) Message updating 10 3) Sign movement throughout construction 11 4) Return of the Portable Message Sign post-construction 12 3. Preparation of Traffic Control Plan Details 13 a. M „+ 14 . 15 b— Payfn t 16 17 shall be paidz�^vrrc�t thG�-l-441—itPF-i6e bid per-et`C-4- C—ez4t-e? _DL-4, 18 pre-paFed. 19 e. The price bid shall inelude- 20 21 le� 22 2) A.Ih.,,..,nee to City and Texas Tel.,, ual an Uflifer-ffl Tf ff e!".,.,tfe De-,.:ees 23 (TNf-PTGD) 24 26 1.3 REFERENCES 27 A. Reference Standards 28 1. Reference standards cited in this Specification refer to the current reference 29 standard published at the time of the latest revision date logged at the end of this 30 Specification,unless a date is specifically cited. 31 2. Texas Manual on Uniform Traffic Control Devices(TMUTCD). 32 3. Item 502,Barricades, Signs, and Traffic Handling of the Texas Department of 33 Transportation, Standard Specifications for Construction and Maintenance of 34 Highways, Streets,and Bridges. 35 1.4 ADMINISTRATIVE REQUIREMENTS 36 A. Coordination 37 1. Contact Traffic Services Division(817-392-7738) a minimum of 48 hours prior to 38 implementing Traffic Control within 500 feet of a traffic signal. 39 B. Sequencing 40 1. Any deviations to the Traffic Control PIan included in the Drawings must be first 41 approved by the City and design Engineer before implementation. 42 1.5 SUBMITTALS 43 A. Provide the City with a current list of qualified flaggers before beginning flagging 44 activities. Use only flaggers on the qualified list. CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised November 22,2013 347113-3 TRAFFIC CONTROL Page 3 of 6 1 B. Obtain a Street Use Permit from the Street Management Section of the Traffic 2 Engineering Division,311 W. 1 Och Street. The Traffic Control Plan(TCP)for the 3 Project shall be as detailed on the Traffic Control Plan Detail,sheets of the Drawing set. 4 A copy of this Traffic Control Plan shall be submitted with the Street Use Permit. 5 C. Traffic Control Plans shall be signed and scaled by a licensed Texas Professional 6 Engineer. 7 D. Contractor shall prepare Traffic Control Plans if required by the Drawings or 8 Specifications. The Contractor will be responsible for having a licensed Texas 9 Professional Engineer sign and seal the Traffic Control Plan sheets. 10 E. Lane closures 24 hours or longer shall require a site-specific traffic control plan. 11 F. Contractor responsible for having a licensed Texas Professional Engineer sign and seal 12 changes to the Traffic Control Plan(s)developed by the Design Engineer. 13 G. Design Engineer will furnish standard details for Traffic Control. 14 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 15 1.7 CLOSEOUT SUBMITTALS [NOT USED] 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE [NOT USED] 18 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 19 1.11 FIELD [SITE] CONDITIONS fNOT USED] 20 1.12 WARRANTY [NOT USED]. 21 PART2- PRODUCTS 22 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED] 23 2.2 ASSEMBLIES AND MATERIALS 24 A. Description 25 1. Regulatory Requirements 26 a. Provide Traffic Control Devices that conform to details shown on the 27 Drawings,the TMUTCD, and TxDOT's Compliant Work Zone Traffic Control 28 Device Fist(CWZTCDL). 29 2. Materials 30 a. Traffic Control Devices must meet all reflectivity requirements included in the 31 TMUTCD and TxDOT Specifications—Item 502 at all times during 32 construction. 33 b. Electronic message boards shall be provided in accordance with the TMUTCD. CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101896 Revised November 22,2013 347113-4 TRAFFIC CONTROL Page 4 of 6 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3- EXECUTION 4 3.1 EXAMINATION [NOT USED] 5 3.2 PREPARATION 6 A. Protection of In-Place Conditions 7 1. Protect existing traffic signal equipment. 8 3.3 INSTALLATION 9 A. Follow the Traffic Control Plan(TCP)and install Traffic Control Devices as shown on 10 the Drawings and as directed. I 1 B. Install Traffic Control Devices straight and plumb. 12 C. Do not make changes to the location of any device or implement any other changes to 13 the Traffic Control PIan without the approval of the Engineer. 14 1. Minor adjustments to meet field constructability and visibility are allowed. 15 D. Maintain Traffic Control Devices by taking corrective action as soon as possible. 16 1. Corrective action includes but is not limited to cleaning,replacing,straightening, 17 covering, or removing Devices. 18 2. Maintain the Devices such that they are properly positioned,spaced, and legible, 19 and that retroreflective characteristics meet requirements during darkness and rain. 20 E. If the Inspector discovers that the Contractor has failed to comply with applicable federal 21 and state laws(by failing to furnish the necessary flagmen,warning devices,barricades, 22 lights,signs, or other precautionary measures for the protection of persons or property),the 23 Inspector may order such additional precautionary measures be taken to protect persons 24 and property. 25 F. Subject to the approval of the Inspector,portions of this Project,which are not affected by 26 or in conflict with the proposed method of handling traffic or utility adjustments,can be 27 constructed during any phase. 28 G. Barricades and signs shall be placed in such a manner as to not interfere with the sight 29 distance of drivers entering the highway from driveways or side streets. 30 H. To facilitate shifting, barricades and signs used in lane closures or traffic staging may 31 be erected and mounted on portable supports. 32 1. The support design is subject to the approval of the Engineer. 33 I. Lane closures shall be in accordance with the approved Traffic Control Plans. 34 J. If at any time the existing traffic signals become inoperable as a result of construction 35 operations,the Contractor shall provide portable stop signs with 2 orange flags,as 36 approved by the Engineer,to be used for Traffic Control. CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised November 22,2013 3471 13-5 TRAFFIC CONTROL Page 5 of 1 K. Contractor shall make arrangements for police assistance to direct traffic if traffic signal 2 turn-ons,street light pole installation,or other construction will be done during peak traffic 3 times(AM:7 am—9 am,PM:4 pm-6 pm). 4 L. Flaggers 5 1. Provide a Contractor representative who has been certified as a flagging instructor 6 through courses offered by the Texas Engineering Extension Service,the American 7 Traffic Safety Services Association,the National Safety Council, or other approved 8 organizations. 9 a. Provide the certificate indicating course completion when requested. 10 b. This representative is responsible for training and assuring that all flaggers are 11 qualified to perform flagging duties. 12 2. A qualified flagger must be independently certified by 1 of the organizations listed 13 above or trained by the Contractor's certified flagging instructor. 14 3. Flaggers must be courteous and able to effectively communicate with the public. 15 4. When directing traffic, flaggers must use standard attire,flags, signs, and signals 16 and follow the flagging procedures set forth in the TMUTCD. 17 S. Provide and maintain flaggers at such points and for such periods of time as may be 18 required to provide for the safety and convenience of public travel and Contractor's 19 personnel,and as shown on the Drawings or as directed by the Engineer. 20 a. These flaggers shall be located at each end of the lane closure. 21 M. Removal 22 1. Upon completion of Work,remove from the Site all barricades, signs,cones, lights 23 and other Traffic Control Devices used for work-zone traffic handling in a timely 24 manner, unless otherwise shown on the Drawings. 25 3.4 REPAIR/RESTORATION [NOT USED] 26 3.5 RE-INSTALLATION [NOT USED] 27 3.6 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 28 3.7 SYSTEM STARTUP [NOT USED] 29 3.8 ADJUSTING [NOT USED] 30 3.9 CLEANING [NOT USED] 31 3.10 CLOSEOUT ACTIVITIES [NOT USED] 32 3.11 PROTECTION [NOT USED] 33 3.12 MAINTENANCE [NOT USED] 34 3.13 ATTACHMENTS [NOT USED] 35 END OF SECTION 36 Revision Log CITY OF FORT WORTH N RIVERSIDE BRIDGE_FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101896 Revised November 22,2013 347113-6 TRAFFIC CONTROL Page 6 of 6 DATE NAME SUMMARY OF CHANGE I 1/22/13 S.Arnold Added police assistance,requirement for when a site specific TCP is required I CITY OF FORT WORTH N RIVERSIDE BRIDGE-FASCIA STONE REPAIR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101896 Revised November 22,2013 APPENDIX GC-6.06.1) Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates A Street Location B N Riverside Bridge—Stone Veneer Repair C Standard Construction Details CITY OF FORT WORTH HMAC 2019-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,101615 Revised July 1,2011 GC-6.06.1) Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH HMAC 2019-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 10 16 15 Revised July 1,2011 ATTACHMENT1A Page 1 of 4 1'f)RT W01XT H -� - City of Fort IiV®r#h Minority Business Enterprise MBE Subcontractors/Suppliers Utilization Form OFFEROR COMPANY NAME: Check applicable block to describe Fort Worth Civil Constructors, LLC Offeror PROJECT NAME: MM/DBE [Al NON-MMIDBE N Riverside Bridge m Fascia Stone Repair 01/17/19 BID DATE City's MBE Project Goal: Offeroes MBE Project Commitment: PROJECT NUMBER 5 Rio 1 5 Rio CPN: 101986 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 Purchasing Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive of bid opening date. will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreenmenj with the MBE firm(s) listed in this utilization schedule. con€iit[oned upon executkan of a contract with the Clty of Fort Worth. The intentional anchor Knowing misrepreseniation of facts Is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications_ MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of bid or the business has a Significant Business Presence in the Marketplace. Marketplace is the geographic area of Tarrant, Dallas, Denton, Johnson, Parker, and Wise counties. Prime contractors must identify by tier level of all subcontractors/suppliers. Tier: means the level of subcontracting below the prime contractor/consultant i.e. a direct payment from the prime contractor to a subcontractor is considered 1'tier, a payment by a subcontractor to its supplier is considered 2nd tier. The prime contractor is responsible to provide proof of payment of all tiered subcontractors identified as a MBE and counting those dollars towards meeting the contract committed goal. ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority business enterprise by the North Central Texas Regional Certification Agency(NCTRCA) or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. If hauling services are utilized, the Offeror will be given credit as long as the MBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from another MBE firm, including MBE owner-operated, and receive full MBE credit. The MBE may lease trucks from non-MBEs, including owner-operated, but will only receive credit for the fees and commissions earned by the MBE as outlined in the lease agreement. Rev.2110/15 CORTWORTH ATTACHMENT 1A Page 2 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Unorily and non-MBE?. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA N SUBCONTRACTORISUPPLIER ° Company Name T n Detail Detail Address i Subcontracting Supplies M W Dollar Amount Telephone/Fax � B B B Work Purchased Email E Contact Person E Silvas Trucking 1 Trucking Masonry Sand $4,686.00 o817.653.7613 S Demo Removal f817.549.5666 benito.silva@silvastruckfngllc.com t 2509 Janice Ln. Fort Worth,Texas 76112 Eagle Barricade, LLC 1 Traffic Control $1,225.00 610 E Main Street #403 s Plan Allen, Texas 75002 t ❑ -'-s-& ,IPA NO-71 Rockin J Masonry 1 Masonry Facsia $32,530.00 2209 Paluxy Hwy s Granbury, TX 76048 t ❑ ❑ KLP Commercial 1 Bagged Cement $3,712.00 2508 Decatur Ave. S & Rebar Fort Worth,TX 76106 817.996.7064 t � ❑ Rick Waters NCTRCA Cert.No.: NFMB51873NO419 Martin Marrietta 1 Ready Mix $1,760.00 s Concrete t King Ranch Grass 1 Grass Sod $1,685.00 107 Goliad s Benbrook, TX 76126 t ❑ ❑ o_ 817.249.5050 f: 817.249.0397 Rev.2/10/15 FQ-- !H ATTACHMENT 1A Page 3 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBF€. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA N SUBCONTRACTOWSUPPLIER ° Company Name T n Detail Detail Address f Subcontracting Supplies nn w Dollar Amount Telephone/Fax � e B e Work Purchased Email E E Contact Person Comen Enterprise, LLC 1 Signage $275.00 7353 Airport Freeway S Richland Hills,TX 76118 t o:817.896.6791 ❑ f:817.887.0872 fabian@commenenterprise.com El 1:1 ❑ ❑ El El El Rev.2/10/15 F0R'r WORTH ATTACHMENT 1A Page 4 of 4 Total Dollar Amount of MBE Subcontractors/Suppliers s 9,898.00 Total Dollar Amount of Non-MBE Subcontractors/Suppliers s 35,975.00 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORSISUPPLIERS s 451873.00 The Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office through the submittal of a Request for Approval o Change/Addition form. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The Offeror shall submit a detailed explanation of how the requested change/addition or.deletion will affect the committed MBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1)year. ti Authorized Signature Printed Signature President Doug Alumbaugh, Sr. Estimator/PM Title Contact Name/Title(if different) Fort Worth Civil Constructors, LLC 817.562.2292 / 817-562.2293 Company Name Telephone and/or Fax P® Box 164513 austin@fwcivcon.com; douga@fwcivcon.com Address E-mail Address Fort Worth, Texas 76161 01/21/19 City/StatelZip Cate Rev.2110115 Minority Business Enterprise (MBE) Silvas Trucking, LLC ®BA A & C Construction _ t Silvas Trucking, LLC DIGA A & C has filed with the Agency an Affidavit as defined by NCTRCA Minority Business Enterprise (MBE) Policies & Procedures and is hereby certified to provide service(s) in the following areas: NAICS 484110:TRUCKING,GENERAL FREIGHT, LOCAL NAICS 484121:TRUCKING,GENERAL FREIGHT,LONG-DISTANCE,TRUCKLOAD(TL) NAICS 484220: DUMP TRUCKING(E.G.,GRAVEL, SAND,TOP-SOIL) NAICS 484220:TOP-SOIL MAULING, LOCAL This Certification commences November 1, 2018 and supersedes any registration or listing previously issued. This certification must be updated every two years by submission of an Annual Update Affidavit. At any time there is a change in ownership, control of the firm or operation, notification must be made immediately to the North Central Texas Regional Certification Agency for eligibility evaluation. Certification Expiration: November 30, 2020 Issued Date: November 1, 2018 CERTIFICATION NO. HMMB07064Y1120 Certification Administrator Disadvantaged Business Enterprise (DBE) Silvas Trucking, LLC DBA A & C Construction Silvas Trucking, LLC DBA A & C has filed with the Agency an Affidavit as defined by NCTRCA Disadvantaged Business Enterprise (DBE) 49 CFR Part 26 and is hereby certified to provide service(s) in the following areas: NAICS 484110:TRUCKING,GENERAL FREIGHT, LOCAL NAICS 484121:TRUCKING,GENERAL FREIGHT, LONG-DISTANCE,TRUCKLOAD(TL) NAICS 484220: DUMP TRUCKING (E.G.,GRAVEL, SAND, TOP-SOIL) NAICS 484220: TOFF-SOIL HAULING, LOCAL This Certification commences November 1, 2018 and supersedes any registration or listing previously issued. This certification must be updated annually by submission of an Annual No Change Affidavit. At any time there is a change in ownership, control of the firm or operation, notification must be made immediately to the North Central Texas Regional Certification Agency for eligibility evaluation. �� CERTIFICATION NO. HMDB87176Y1119 CP Certification Administrator k Small Business Enterprise (SSE) - - r-� Silvas Trucking, LLC DSA A & C Construction fj Silvas Trucking, LLC DBA A & C has fled with the Agency an Affidavit as defined by NCTRCA Small Business Enterprise (SBE) Policies & Procedures and is hereby certified to provide service(s) in the following areas: NAICS 484110:TRUCKING,GENERAL FREIGHT, LOCAL NAICS 484121:TRUCKING,GENERAL FREIGHT, LONG-DISTANCE,TRUCKLOAD(T°L) NAILS 484220: DUMP TRUCKING(E.G.,GRAVEL, SAND,TOP-SOIL) NAILS 484220:TOP-SOIL HAULING, LOCAL This Certification commences November 1, 2018 and supersedes any registration or listing previously issued. This certification must be updated every two years by submission of an Annual Update Affidavit. At any time there is a change in ownership, control of the firm or operation, notification must be made immediately to the North Central Texas Regional Certification Agency for eligibility evaluation. Certification Expiration: November 30, 2020 Issued Date: November 1, 2018 CERTIFICATION NO.HMMB07064Y1120 Certification Administrator f/M1 tRC(j\ (_0V,P,PYK,3 Wr,,GAYA TEXAS COMPTROLLER OF PUBLIC ACCOUNTS The Texas Comptroller of Public Accounts (CPA) administers the Statewide Historically Underutilized Business (HUB) Program for the State of Texas, which includes certifying minority and woman-owned businesses as HUBs and is designed to facilitate the participation of minority and woman-owned businesses in state agency procurement opportunities. We are pleased to inform you that your application for certificationfre-certification as a HUB has been approved. Your company's profile is listed in the State of Texas HUB Directory and may be viewed online at http://www.window,state.tx.us/procurement//cmbi/hubonly.html. Provided that your company Continues to meet HUB eligibility requirements, the enclosed HUB certificate is valid for four years. You must notify the HUB Program in writing of any changes affecting your company's compliance with the HUB eligibility requirements, including changes in ownership, day-to-day management, control and/or principal place of business. Note.Any changes made to your company's information may require the HUB Program to re-evaluate your company's eligibility. Please reference the enclosed pamphlet for additional resources, such as the state's Centralized Master Bidders List(CMBL,), that can increase your chance of doing business with the state. Thank you for your participation in the HUB Program! If you have any questions, you may contact a HUB Program representative at 512-463-5872 or toll-free in Texas at 1-888-863-5881. Texas Historically Underutilized Business (HUB) Certificate GerfificateNID Number-- 13639398513.00 r_;V FileNendor Number. 489539 , l Approval pate: 23-FEB-2015 Y Scheduled Expiration gate: 23-FEB-2049 SYs:r*+'.''�Ea�ra:F�trn,�,nnt':rd 9ca€i xs Sig-.n'-¢n The Texas Comptroller of Public Accounts((CPA), hereby certifies that r� VAS ic has successfully met the established requirements of the State of Texas Historically Underutilized Business (HUB) Program to be recognized as a HUB. This certificate printed 27-FEB-2015, supersedes any registration and certificate previously issued by the HUB Program. If there are any changes regarding the information (i.e., business structure, ownership, day-to-day management, operational control, business location) provided in the submission of the business' application for registration/certification as a HUB, you must immediately (within 30 days of such changes) notify the HUB Program in writing. The CPA reserves the right to conduct a compliance review at any time to confirm HUB eligibility_ HUB certification may be suspended or revolted upon findings of ineligibility. Paul Gibson, Statewide HUB Program Manager Texas Procurement and Support Services Note; In order for State agencies and institutions of higher education(universities)to be credited for utilizing this business as a HUB,they must award payment under the CertificateMID Number identified above.Agencies and universities are encouraged to validate HUB certification prior to issuing a notice of award by accessing the Internet(http:llwww.window.state.tx.us/procurement/cmbi/embihub.htmt) or by contacting the HUB Program at 1-888-863-5881 or 512-463-5872. Rev.oaks _ -• Disadvantaged Business Enterprise (DBE) ` l COMEN ENTERPRISE LLC j� am. COMEN ENTERPRISE ITC has filed with the Agency an Affidavit as defined by NCTRCA Disadvantaged Business Enterprise (DBE) 49 CFR Part 26 and is hereby certified to provide service(s) in the following areas: NAICS 237310: GUARDRAIL CONSTRUCTION NAICS 423990:SIGNS(EXCEPT ELECTRICAL)(MERCHANT WHOLESALERS NAICS 425120:DURABLE GOODS AGENTS AND BROKERS,WHOLESALE TIDE This Certification commences October 17, 2018 and supersedes any registration or listing previously issued. This certification must be updated annually by submission of an Annual No Change Affidavit. At any time there is a change in ownership, control of the firm or operation, notification must be made immediately to the North Central Texas Regional Certification Agency for eligibility evaluation. Ulf CERTIFICATION NO. HMD1360048N1019 `1.'UCT Certification Administrator ATTACHMENT to Page 1 of 4 Fo ORTH City of Fort Worth Minority Business Enterprise MBE Subcontractors/Suppliers Utilization Form OFFEROR COMPANY NAME: Check applicable block to describe Offeror PROJECT NAME: MNwDBE11 NON-MNVIDBE N Riverside Bridge - Fascia Stone Repair BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER 5 % % 101896 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 Purchasing Divlsion no later than 2,00 p-m, on the second City business day after bid opening!, exclusive of bid opening dater will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MBE firm(s) 11sted in this utilisation schedule. conditioned upon execution of a contract with the City of Fort Worth_ The Intentional andlor knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications_ MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of bid or the business has a Significant Business Presence in the Marketplace. Marketplace is the geographic area of Tarrant, Dallas, Denton, Johnson, Parker, and Wise counties. Prime contractors must identify by tier level of all subcontractorsdsuppliers. T7er: means the level of subcontracting below the prime contractorlconsultant i.e_ a 'direct payment from the prime cnntrautor to a subt+orlfractor Is considered filer, a payment by a subcontractor to Its supplier is considered 2�d tier. The prime contractor Is responsible to provide proof of payment of all tiered subcontractors identified 4s a MBE and counting those dollars towards meeting the contract committed goal. ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. If hauling services are utilized,. the Offeror will be given credit as long as the MBE listed owns and operates at least one fully licensed and operational truck to be used on the carltracL The N1BE may lease trucks ftcm another MBE flrrn. Including MBE owner-aperated, and receive full MBE credit. The M13E may lease trucks frcrn oon-MBEs, Including owner-operated, but will only receive credit for the fees and cnrnmissions earned Icy the VISE as_outlined in the lease agreement. -- Rev.2110115 FORTWORTH ATTACHMENT IA " + a►""`" Page 2 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minarity and non-MBEs. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA N SUBCONTRACTORISUPPLIER ° Company Name T rr Detail Detail Address i M W Subcontracting Supplies Dollar Amount Telephone/Fax e B B M Work Purchaser] Email r E E r9 Contact Person E El 1:1 Rev.2110115 FQRTWaRTH ATTACHMENT 1A Page 3 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA SUBCONTRACTOR/SUPPLIER ° Company Name T - — " Detail Detail Address i M W Subcontracting Supplies Dollar Amount Telephone/Fax e B B �M Work Purchased Email E B Contact Person E El F-1 El Rev.2/10/15 FORT WORTH ATTACHMENT 1A --���- Page 4 of 4 Total Dollar Amount of MBE Subcontractors/Suppliers $ Total Dollar Amount of Non-MBE SubcontractorslSuppliers $ TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORSISUPPLIERS $ The Offeror vviII riot make additions, deletions, or substitutions to this certified Iist without the prior approval of the Minority and Women Husiness Enterprise Office through the submittal of a Request for Approval o OharrgelAddlattnr>' form- Any unjustifled change or deletion shall be a rnaterial breach of contra ct and may result in debarment in accord with the procedures outlined in the ordinance. The Offeror shall submit a detailed explanation of how the requested changeladditlon tr deletion will affect the committed MBE goal. If the detail explanation Is not submiRecl, It will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Authorized Signature printed Signature Title Contact Name/Title(if different) Company Name Telephone and/or Fax Address E-mail Address City/State/Zip Date Rev.2110115 ATTACHMENT 1C Page 1 of 4 )FORT WORTH --� _- -- City of Fort forth Minority Business Enterprise MBE Good Faith Effort Form OFFEROR COMPANY NAME: Check applicable block to describe Offeror PROJECT NAME: MNVIDBE NON-MNVIDBE N Riverside Bridge - Fascia Stone Repair BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER 5 Rio pia 1101896 Eform. Offeror did cot meet or exceed the MEE subcontracting goat for this project, the Offeror rrlust complete this If the Offeror's method of compliance with the MBE goal is based upon demonstration of a "good faith effort", the Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 11 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation of the facts or intentional discrimination by the Offeror. Failure to complete this form, in its entirety with supporting documentation, and received by the Purchasing Division no later than :00 p.m. on the second City business day after hid opening, exclusive of bid.opening date, will result in the bid being considered non-responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity for the completion of this project, regardless of whether it is to be provided by a MBE or non-MBE. (DO NOT LIST NAMES OF FIRMS) On all projects, the Offeror must list each subcontracting and or supplier opportunity regardless of tier. (Use additional sheets, ff necessary) List of Subcontracting Opportunities List of Supplier Opportunities Rev.2110115 ATTACHMENT 1C Page 2 of 4 2.) Obtain a current(not more than two (2) months old from the bid open date) list of MBE subcontractors and/or suppliers from the City's MIWBE Office. Yes Date of Listing I I No 3.) Did you solicit lids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail,exclusive of the day the bids are opened? Yes (If yes,attach MBE mail listing to include name of firm and address and a dated copy of letter mailed.) No 4.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? Yes (If yes,attach list to include name of MBE firm,person contacted,phone number and date and time of contact.) No 5.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by facsimile(fax), exclusive of the day the bids are opened? Yes (If yes,attach list to include name of MBE firm,fax number and date and time of contact. In addition,if the fax is returned as undeliverable,then that"undeliverable confirmation"received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation and/or"undeliverable confirmation" documentation may render the GFE non-responsive.) No 6.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened? Yes (if yes,attach email confirmation to include name of MBE firm,date and time.In addition,if an email is returned as undeliverable,then that"undeliverable message"receipt must be printed directly from the email system for proper documentation. Failure to submit confirmation and/or"undeliverable message"documentation may render the GFE non-responsive.) No MOTE: The four methods identified above are acceptable for soliciting bids, and each selected method trust be appiled to tha appllcahie contract, The Offeror must document that either at least two attempts were made tieing two of the four methods or that at least one successful contact was made using one of the four methods in Order to be deemed responsive to the Good Faith Effort requirement. NOTE., The Offeror must contact the entire VIBE list specific to each subcontracting and supplier opportunity to be in compliance with questions 3 through 6. 7.) Did you provide plans and specifications to potential MBEs? Yes No 8.) Did you provide the information regarding the location of plans and specifications in order to assist the MBEs? Yes No Rev.2110115 ATTACHMENT 1C Page 3 of 4 9.) Did you prepare a quotation for the MBEs to bid on goodslservices specific to their skill set? Yes (If yes,attach all copies of quotations.) No 10.) Was the contact information on any of the listings not valid? Yes (If yes,attach the information that was not valid in order for the MIWBE Office to address the corrections needed.) No 11.)Submit documentation if MBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the MBE was rejected and any supporting documentation the Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Offeror will provide for confidential in-camera access to an inspection of any relevant documentation by City personnel. (Please use additional sheets,if necessar , and attach. Company Name Telephone Contact Person Scope of Work Reason for Re'ection ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain MBE participation on this project. The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance shall create a material breach of contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a.period of time not less than one (1) year. Rev.2110115 ATTACHMENT 1C Page 4 of 4 The undersigned certifies that the information provided and the MBE(s) listed was/were contacted in good faith. It is understood that any MBE(s) listed in Attachment 'IC will be contacted and the reasons for not using them will be verified by the City's M/WBE Office. Authorized Signature Printed Signature Title Contact Name and Title(if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date Rev.2110/15 Joint Venture Page 1 of 3 'QRT WORTH CITY OF FORT WORTH MBE Joint Venture Eligibility Form All questions must be answered;use"N/A"if not applicable. Name of City project: N Riverside Bridge-Fascia Storre Repair A joint venture form must be completed on each project RFP/Bid/Purchasing Number: 1. Joint venture information: Joint Venture Name: Joint Venture Address: (ff applicable) Telephone: Facsimile: E-mail address: Cellular: Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the joint venture MBE firm Non-MBE frrm name, 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. Scope of work performed by the Joint Venture: Describe the scope of work of the MBE: Describe the scope of work of the non-MBE: Rev.2110/15 Joint Venture Page 2 of 3 3.What is the percentage of MBE 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 complete if this information is described in joint venture agreement) Profit and loss sharing: Capital contributions,including equipment: Other applicable ownership interests: 6.Identify by name,race,sex and firm 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 Supervision 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 MBE 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 MANBE 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 BIDE Ordinance. Rev.2/1 0/t 5 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. Furthermore,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 information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books, records and files of the joint venture 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 venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts. Name of MBE firm Name of non-MBE firm Printed Name of Owner Printed]dame of Owner Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title Title Date hate Notarization State of County of On this 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.2/1 U115 ATTACHMENT 113 FORT WORTH Page 1 of 1 City of Port Worth Minority Business Enterprise Specifications Prime Contractor Waiver Form OFFEROR COMPANY NAME,: Check applicable block to describe prime PROJECT NAME: MMl1DBE NON-MM1lDBE N Riverside Bridge m Fascia Stone Repair BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER 5 Rio Rio 101896 If both answers to this form are YES, do not complete ATTACHMENT 1C (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 both answers are yes. Failure to complete this farm in its entirety and be received by the Eurohasing DlyWon no later than F:ODD, P.M, on [lie s0cOnd City business.day after hid o pen ing€ ,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 Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) on this contract, the payment thereof and any proposed changes to the original MBE(s) arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the MBEs 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 and 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 Printed Signature Title Contact Name(if different) Company Name Phone Number Fax Number Address Email Address CitylStatelzip Date Rev.2110/15 GC-6.07 Wage Rates THIS PAGE DEFT INTENTIONALLY BLANK CITY OF,FORT WORTH HMAC 2019-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101615 Revised July 1,2011 M&CRerien/ Page lof| Official site w the City w Fort Worth,Texas �� �� � � ���� ��DD���m�Q U�����& \�,au u t�^����w�n=^»p~ ����m~x����� � COUNCIL ACTION: Approved oniQ/29/20i3 REFERENCE2OPRE\�`|L|N{�VVA�E DATE' 10���01� ^°C�6534 LC��8 ��AME' ' NO.: ' RATES2U13 PUBLICCK�K�E' {� TYPE: CONSENT NO ' HEARING: SUBJECT: Adopt 2013 Prevailing Wage Rates for City Awarded Public Works Projects (ALL COUNCIL DISTRICTS) RECOMMENDATION: |tiu recommended that the City Council adopt the attached 2013 Prevailing Wage Rates for City- awarded PubUuVVodkapnojaot . DISCUSSION: Texas Government Code Chapter 2258 requires that a public body awarding a contract for Public Works shall determine the general prevailing rate of per them wages for each craft or type of worker needed to execute the contract. The public body is required to specify in the bid documents for any Public Works contract, and in the contract itself, the wages as determined and adopted by the public body. The attached 2013 Prevailing Wage Rates data for Heavy and Highway Construction projects identifies the current Davis-Bacon Act prevailing wages for heavy and highway construction projects applicable to the local wage rate zone. The attached 2013 Prevailing Wage Rates data for Commercial Construction projects identifies average wage rates based on a salary survey conducted and published by the North Texas Construction Industry(Fall 2U12). The 2013 Prevailing Wage Rates will be included in future City-awarded infrastructure bid documents and contracts once adopted. CATION: The Financial Management Services Director certifies that this action will have no material effect on City funda TO Fund/ACGOunt/Centers FROM Fund/Account/Centers Submitted for City Manager's Office by: Fernando Costa (6123) Originating Department Head: Douglas VV. VWemig (7801) Additional Information Contact: Roy Teal (7868) —----------- ------------- ATTACHMENTS NewCOFW Vert. http://apps.cfwnet.org/council_packeVmc—rev iew.asp?ID=19155&councildute-10/29/2013 11/7/2013 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 Asphalt Raker $ 12.69 Broom or Sweeper Operator $ 11.74 Concrete Finisher, Paving and Structures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.05 Concrete Saw Operator $ 14.48 Crane Operator,Hydraulic 80 tons or less $ 18.12 Crane operator,Lattice Boom 80 Tons or Less $ 17.27 Crane Operator,Lattice Boom Over 80 Tons $ 20.52 Crawler Tractor Operator $ 14.07 Electrician $ 19.80 Excavator Operator,50,000 pounds or less $ 17.19 Excavator Operator,Over 50,000 pounds $ 16.99 Flagger $ 10.06 Form Builder/Setter,Structures $ 13.84 Form Setter, Paving&Curb $ 13.16 Foundation Drill Operator,Crawler Mounted $ 17.99 Foundation Drill Operator,Truck Mounted $ 21.07 Front End Loader operator,3 CY or Less $ 13.69 Front End Loader Operator,Over 3 CY $ 14.72 Laborer,Common $ 10.72 Laborer, Utility $ 12.32 Loader/Backhoe Operator $ 15.18 Mechanic $ 17.68 Milling Machine Operator $ 14.32 Motor Grader Operator, Fine Grade $ 17.19 Motor Grader Operator, Rough $ 16.02 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13.63 Pipelayer $ 13.24 Reclaimer/Pulverizer Operator $ 11.01 Reinforcing Steel Worker $ 16.18 Roller Operator,Asphalt $ 13.08 Roller Operator,Other $ 11.51 Scraper Operator $ 12.96 Servicer $ 14.58 Small Slipform Machine Operator $ 15.96 Spreader Box Operator $ 14.73 Truck Driver Lowboy-Float $ 16.24 Truck Driver Transit-Mix $ 14.14 Truck Driver,Single Axle $ 12.31 Truck Driver,Single or Tandem Axle Dump Truck $ 12.62 Truck Driver,Tandem Axle Tractor with Semi Trailer $ 12.86 Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 The Davis-Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas'Standard Job Classifications and Descriptions for Highway, Heavy,Utilities,and Industrial Construction in Texas. Page 1of1 2013 PREVAILING WAGE RATES (Commercial Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate AC Mechanic $ 25.24 AC Mechanic Helper $ 13.67 Acoustical Ceiling Installer $ 16.83 Acoustical Ceiling Installer Helper $ 12.70 Bricklayer/Stone Mason $ 19.45 Bricklayer/Stone Mason Trainee $ 13.31 Bricklayer/Stone Mason Helper $ 10.91 Carpenter $ 17.75 Carpenter Helper $ 14.32 Concrete Cutter/Sawer $ 17.00 Concrete Cutter/Sawer Helper $ 11.00 Concrete Finisher $ 15.77 Concrete Finisher Helper $ 11.00 Concrete Form Builder $ 15.27 Concrete Form Builder Helper $ 11.00 Drywall Mechanic $ 15.36 Drywall Helper $ 12.54 Drywall Taper $ 15.00 Drywall Taper Helper $ 11.50 Electrician(Journeyman) $ 19.63 Electrician Apprentice(Helper) $ 15.64 Electronic Technician $ 20.00 Floor Layer $ 18.00 Floor Layer Helper $ 10.00 Glazier $ 21.03 Glazier Helper $ 12.81 Insulator $ 16.59 Insulator Helper $ 11.21 Laborer Common $ 10.89 Laborer Skilled $ 14.15 Lather $ 12.99 Metal Building Assembler $ 16.00 Metal Building Assembler Helper $ 12.00 Metal Installer(Miscellaneous) $ 13.00 Metal Installer Helper(Miscellaneous) $ 11.00 Metal Stud Framer $ 16.12 Metal Stud Framer Helper $ 12.54 Painter $ 16.44 Painter Helper $ 9.98 Pipefitter $ 21.22 Pipefitter Helper $ 15.39 Plasterer $ 16.17 Plasterer Helper $ 12.85 Plumber $ 2198 Plumber Helper $ 15.85 Reinforcing Steel Setter $ 12.87 Page 1 of 2 Reinforcing Steel Setter Helper $ 11.08 Roofer $ 16.90 Roofer Helper $ 11.15 Sheet Metal Worker $ 16.35 Sheet Metal Worker Helper $ 13.11 Sprinkler System Installer $ 19.17 Sprinkler System Installer Helper $ 14.15 Steel Worker Structural $ 17.00 Steel Worker Structural Helper $ 13.74 Waterproofer $ 15.00 Equipment Operators Concrete Pump $ 18.50 Crane, Clamsheel, Backhoe, Derrick, D'Line Shovel $ 19.31 Forklift $ 16.45 Foundation Drill Operator $ 22.50 Front End Loader $ 16.97 Truck Driver $ 16.77 Welder $ 19.96 Welder Helper $ 13.00 -The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted and published by the North Texas Construction Industry(Fall 2012)Independently compiled by the Lane Gorman Trubitt,PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's(The Construction Association)website. www.texoassociation.org/Chapter/wagerates.asp Page 2 of 2 A Street Locations THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH HMAC 2019-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101615 Revised July 1,2011 N RIVERSIDE BRIGDE-FASCIA STONE REPAIR 2019 Sti,eet Name Sta,eet Limits Block MaPSCD CD N RIVERSIDE DRIVE DALTON ST. -HERITAGE TRACE PKWY 9400-9598 21Y 4 C N Riverside Bridge — Stone Veneer Repair Plan THIS PAGE LEFT INTENTIONALLY 13LANK CITY OF FORT WORTH IJMAC 20I9-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101615 Revised July 1,2011 ..................... ------ ---- ------ ---------------- ---------- --------------- ....... -------------------- ------------------------- N O Q r —————— • a k • d z of o� m ' U ' t , TI o a � a ; Y + 4 V Q o- m L X LLI * 420-6029 F L(J LLI CL' o CL C CONC RANDOM STONE U (CAP) w VENEER Z a F-i �- ' w CY SF Z v� W o m EAST 6.0 1400 ¢ W ALL! Z o WEST 4.0 900 z 0 LL1 • R a i a � LLI o LU I— EL = 717.79' (EAST) 0 Lf) EL = 719.15' (WEST) _ CD m SEE CORNER I A v DETAIL I a 3 a w '.. 0 J c Q W V � - N p r z CD FACE OF WINGWALL i �W c GENERAL NOTES >=i 9.. 8" 1. PROPOSE STONES TO MATCH EXISTING o a STONE VENEER PATTERN. SEE zN * MANUFACTURER SPECIFICATIONS FOR DRILLED AND INSTRUCTION. AT CONTRACTOR'S N 1 EXPDXY OPTION, EXISTING STONES CAN BE a COATED WITH a= 2. CONCRETE STRENGTH SHALL BE CLASS HIT-RE 500 o V3 OR C, 360OPS1. EQUVALENT 3. STEEL REINFORCING SHALL BE GRADE 60. 2 ~ BARS K (*4) 4. ANY EXCAVATION REQUIRED IS 6" MAX SUBSIDIARY TO THE CONCRETE PEDESTAL CONSTRUCTION. 2" 5. DRILLING AND INSTALLING REBARS ARE - crcv BARS AR CLR SUBSIDIARY TO THE CONCRETE o m PEDESTAL CONSTRUCTION. � SHEET SECTION A-A NOT TO SCALE SEQ. o --------------------------------------------- - ---------------- - B Standard Construction Details THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH HMAC 2019-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 10 16 15 Revised July 1,2011 4' 1 2 4 RT WO R.,THb4 62.. 3" 3 J Pro ' Ct Title 1" f 4' a2� Funding 3" 12 Contractor: 1„ 221, --Contractor's Name 12 12° Questions on this Project Call: 1" 12° (817) 392 - XXXX 1 12° { After Hours Call: (817) 392 - XXXX 21 2 R1"TYP. 11,TYP. FONTS: NOTES: FORT WORTH LOGO IN C14ELTINGHAM BOLD IF APPLICABLE TO THE PROJECT, ALL OTHER LETTERING IN ARIAL BOLD CONTRACTOR SHALL OBTAIN VINYL STICKER"CITY GAS LEASE REVENUE COLORS: IN ACTION"1 LOGO AT CDR SIGN AND FORT WORTH -PMS 288-BLUE ENGRAVING,6311 EAST LANCASTER LONGHORN LOGO-PMS 725-BROWN AVE(817451-4684),PEEL AND PLACE LETTERING-PMS 288-BLUE IN FUNDING SECTION. BACKGROUND-WHITE BORDER-BLUE PROJECT DESIGNATION SIGN CITY OF FORT WORTH - CONSTRUCTION STANDARD DRAWING NO. 1 - H DATE: Special (TxDOT) ITEM 420 Concrete Substructures DMS 4675 Cementitious Grouts and Mortar for Miscellaneous Application THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH u.YZIirCVGtC�QJ�'1�j� STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No CBE Revised July 1,2011 420 Items 42® * Concrete Substructures nsprtI of lYanrlaflon 1. DESCRIPTION - Construct concrete substructures including footings,columns,caps,abutments,piers,culverts,other bridge substructure elements,and other concrete structures as indicated. 2. MATERIALS 2.1, Concrete. Provide concrete in accordance with Item 421,"Hydraulic Cement Concrete."Provide the class of concrete for each type of structure or unit as shown on the plans or in pertinent governing specifications. 2.2. Grout or Mortar. Provide grout for dowelling anchors or precast connections in accordance with DMS-4675, "Cementitious Grouts and Mortars for Miscellaneous Applications." 2.3. Latex Curing Materials.Provide an acrylic-polymer latex admixture(acrylic resin emulsion per DMS-4640, "Chemical Admixtures for Concrete")suitable for producing polymer-modified concrete or mortar.Do not allow latex to freeze. 2.4. Reinforcing Steel.Provide reinforcing steel in accordance with Item 440,`Reinforcement for Concrete." 2.5. Expansion Joint Material. Provide materials in accordance with DMS-6310,"Joint Sealants and Fillers." ■ Provide preformed fiber expansion joint material that conforms to the dimensions shown on the plans. r Provide preformed bituminous fiber material unless otherwise specified. ■ Provide asphalt board that conforms to dimensions shown on the plans. w Provide re-bonded neoprene filler that conforms to the dimensions shown on the plans. 2.6. Waterstop. Provide rubber or polyvinyl chloride(PVC)waterstops in accordance with DMS-6160."Water Stops,Nylon Reinforced Neoprene Sheet,and Elastomeric Pads,"unless otherwise shown on the plans. 2.7. Curing Materials.Provide membrane curing compounds in accordance with DMS-4650,"Hydraulic Cement Concrete Curing Materials and Evaporation Retardants." Provide cotton mats that consist of a filling material of cotton"bat"or"bats"(at least 12 oz.per square yard) completely covered with unsized cloth(at least 6 oz.per square yard)stitched longitudinally with continuous parallel rows of stitching spaced at less than 4 in.,or tuft both longitudinally and transversely at intervals less than 3 in.Provide cotton mats that are free from tears and in good general condition. Provide a Flap at least 6 in.wide consisting of 2 thicknesses of the covering and extending along 1 side of the mat. Provide polyethylene sheeting that is at least 4 mils thick and free from visible defects.Provide only clear or opaque white sheeting when the ambient temperature during curing exceeds 90OF or when applicable to control temperature during mass pours. Provide burlap-polyethylene mats made from burlap impregnated on 1 side with a film of opaque white pigmented polyethylene,free from visible defects. Provide laminated mats that have at least 1 layer of an impervious material such as polyethylene,vinyl plastic,or other acceptable material(either as a solid sheet or impregnated into another fabric)and are free of visible defects. Provide burlap material which complies with AASHTO M 182,Class 3(10 oz.per square yard)with the following additions: 447 420 * Manila hemp may also be used to make burlap. Do not use burlap fabricated from bags. ® Do not use burlap containing any water soluble ingredient which will retard the setting time of concrete. Provide used burlap complying with the requirements stated above and that has only been used previously for curing concrete."Like new"cleanliness is not expected,but contamination with any substance foreign to the concrete curing process,such as grease or oil,will be cause for rejection. 2.8. Epoxy. Provide epoxy materials in accordance with DMS-6100,"Epoxies and Adhesives,"unless otherwise specified. 3. EQUIPMENT 3.1. Transporting and placing Equipment. Use appropriate transporting and placing equipment such as buckets,chutes,buggies,belt conveyors,pumps,or other equipment as necessary. Ensure concrete is not transported or conveyed through equipment made of aluminum. Use tremies to control the fall of concrete or for underwater placement.Use tremies that are watertight and of large enough diameter to allow the placement of the concrete but less than 14 in. in diameter. Construct the tremie so the bottom can be sealed and opened once the tremie has been fully charged with concrete for underwater placements. Use pumps with lines at least 5 in.inside diameter(I.D.)where Grade 2 or smaller coarse aggregate is used, and at least 8 in. I.D.for Grade 1 coarse aggregate. 3.2. Vibrators. Use immersion-type vibrators for consolidation of concrete. Provide at least 1 standby vibrator for emergency use. Furnish vibrator head covered by a rubberized or elastomeric cover when used near epoxy coated reinforcing steel. 3.3. Temperature Recording Equipment. Use strip chart temperature recording devices,recording maturity meters in accordance with Tex-426-A,or other approved devices that are accurate to within±27 within the range of 32'F to 212'F for mass concrete operations,cold weather placements,and as otherwise specified. 3.4. Artificial Heating Equipment. Use artificial heating equipment as necessary for maintaining the concrete temperatures as specified in Section 420,43.11.,"Placing Concrete in Cold Weather." 3,5. Spraying Equipment. Use mechanically powered pressure sprayers,either air or airless,with appropriate atomizing nozzles for the application of membrane curing.Use nand-pressurized spray equipment with 2 or 3 fan-spray nozzles if approved. Ensure the spray from each nozzle overlaps the spray from adjacent nozzles by approximately 50%. 3.6. Concrete Testing Equipment.Provide testing equipment for use by the Engineer in accordance with Section 421,3.3.,"Testing Equipment." 4. CONSTRUCTION Obtain approval for proposed construction methods before starting work.Approval of construction methods and equipment does not relieve the Contractor's responsibility for safety or correctness of methods, adequacy of equipment,or completion of work in full accordance with the Contract. Unless otherwise shown on the plans, it is the Contractor's option to perform testing on structural concrete (structural classes of concrete are identified in Table 8 of Section 421.4.1.,"Classification of Concrete Mix Designs,")to determine the in-situ strength to address the schedule restrictions in Section 420.4.1., "Schedule Restrictions."The Engineer may require the Contractor to perform this testing for concrete placed in cold weather.Make enough test specimens for Contractor-performed testing to ensure strength 448 420 requirements are met for the operations listed in Section 420.4.1.,"Schedule Restrictions."Make at least 1 set of test specimens for each element cast each day.Cure these specimens under the same conditions as the portion of the structure involved for all stages of construction. Ensure safe handling,curing,and storage of all test specimens.Provide testing personnel,and sample and test the hardened concrete in accordance with Section 421.4.8,,"Sampling and Testing of Concrete."The maturity method,Tex-426-A,may be used for in-situ strength determination for schedule restrictions if approved.Coring will not be allowed for in-situ strength determination for schedule restrictions. Provide the Engineer the opportunity to witness all testing operations.Report all test results to the Engineer. If the Contractor does not wish to perform schedule restriction testing,the Engineer's 7-day iab-cured tests, performed in accordance with Article 421.5.,"Acceptance of Concrete,"will be used for schedule restriction determinations.The Engineer may require additional time for strength gain to account for field curing conditions such as cold weather. 4.1. Schedule Restrictions. Construct and open completed structures to traffic with the following limitations unless otherwise shown on the plans; 4.1.1. Setting Forms.Attain at least 2,500 psi compressive strength before erecting forms on concrete footings supported by piling or drilled shafts,or on individual drilled shafts.Erect forms on spread footings and culvert footings after the footing concrete has aged at least 2 curing days as defined in Section 420.4.10.,"Curing Concrete."Place concrete only after the forms and reinforcing steel have been inspected by the Engineer. Support tie beam or cap forms by falsework on previously placed tie beams only if the tie beam concrete has attained a compressive strength of 2,500 psi and the member is properly supported to eliminate stresses not provided for in the design. Maintain curing as required until completion of the curing period. Place superstructure forms or falsework on the substructure only if the substructure concrete has attained a compressive strength of 3,000 psi. 4.1.2. Removal of Forms and Falsework. Keep in place weight-supporting forms and falsework for bridge components and culvert slabs until the concrete has attained a compressive strength of 2,500 psi in accordance with Section 420.4.11.,"Removal of Forms and Falsework."Keep all forms for mass placements in place for 4 days following concrete placement unless otherwise approved based on the outcome of the heat control plan outlined in Section 420.4.7.14.,"Mass Placements." 4.1.3. Placement of Superstructure Members.Erect or place superstructure members or precast substructure members only after the substructure concrete has attained a compressive strength of 3,000 psi. 4.1.4. Opening to Traffic, Direct traffic culverts may be opened to construction traffic when the design strength specified in Section 421.4.1.,"Classification of Concrete Mix Design,"has been attained if curing is maintained.Obtain approval before opening direct traffic culverts to the traveling public.Open other noncritical structural and nonstructural concrete for service upon the completion of curing unless otherwise specified or directed. 4.1.5. Post-Tensioned Construction.Ensure strength requirements on the plans for structural elements designed to be post-tensioned are met for stressing and staged loading of structural elements. 4.1.6. Backfilling.Backfill in accordance with Section 400.3.3.,`Backfill." 4.2. Plans for Falsework and Forms.Submit plans for falsework and forms for the following items:vertical forms for piers and single column bents;load supporting forms for caps and tie-beams;form attachments for bridges to be widened;and other items as indicated or directed. Provide design calculations when requested. Show all essential details of proposed forms,falsework,and bracing.Have a licensed professional engineer design,seal,and sign these plans, Department approval is not required,except as noted in Table 1 of Item 5,"Control of the Work,"when forms or falsework are located such that public safety can be affected, but the Department reserves the right to request modifications to the plans.The Contractor is responsible for the adequacy of these plans. Design job-fabricated formwork assuming a weight of 150 pcf for concrete,and 449 420 include a liveload allowance of 50 psf of horizontal surface of the form.Do not exceed 125%of the allowable stresses used by the Department for the design of structures. 4.3. Falsework. Design and construct falsework to safely carry the maximum anticipated loads,including wind loads,and to provide the necessary rigidity.Consult AASHTO's Guide Design Specifications for Bridge Temporary Works and Construction Handbook for Bridge Temporary Works for falsework and shoring information not indicated below. Submit details in accordance with Section 420.4.2.,"Plans for Falsework and Forms." Design job-fabricated falsework assuming a weight of 150 pcf for concrete,and include a minimum liveload allowance of 50 psf of horizontal surface of the form. Do not exceed 125%of the allowable stresses used by the Department for the design of structures, Do not exceed the manufacturer's maximum allowable working loads for moment and shear or end reaction for commercially produced structural units used in falsework. Include a minimum liveload allowance of 35 psf of horizontal form surface in determining the maximum allowable working load for commercially produced structural units. Provide timber that is sound,in good condition,and free from defects that would impair its strength.Provide timber that meets or exceeds the species,size,and grade requirements in the submitted falsework plans. Provide wedges made of hardwood or metal in pairs to adjust falsework to desired elevations to ensure even bearing.Do not use wedges to compensate for incorrectly cut bearing surfaces. Use sills or grillages large enough to support the superimposed load without settlement.Take precautions to prevent settling of the supporting material unless the sills or grillages are founded on solid rock,shale,or other hard materials. Place falsework that cannot be founded on a satisfactory spread footing on piling or drilled shafts with enough bearing capacity to support the superimposed load without settlement. Drive falsework piling to the required resistance determined by the applicable formula in Item 404,"Driving Piling."Design drilled shafts for falsework to carry the superimposed load using both skin friction and point bearing. Weld in conformance with Item 448,"Structural Field Welding."Securely brace each falsework bent to provide the stiffness required,and securely fasten the bracing to each pile or column it crosses. Remove falsework when it is no longer required or as indicated on the submitted falsework plan.Pull or cut off foundations for falsework at least 2 ft,below finished ground level.Completely remove falsework,piling, or drilled shafts in a stream,lake,or bay to the approved limits to prevent obstruction to the waterway. 4.4. Forms.Submit formwork plans in accordance with Section 420.4.2.,"Plans for Falsework and Forms." 4.4.1. General.Provide forms of either timber or metal except where otherwise specified or permitted. Design forms for the pressure exerted by a liquid weighing 150 pcf.Take the rate of concrete placement into consideration in determining the depth of the equivalent liquid.Include a minimum liveload allowance of 50 psf of horizontal surface for job-fabricated forms.Do not exceed 125%of the Department's allowable stresses for the design of structures. Do not exceed the manufacturer's maximum allowable working loads for moment and shear or end reaction for commercially produced structural units used for forms, Include a minimum liveload allowance of 35 psf of horizontal form surface in determining the maximum allowable working load for commercially produced structural units. Provide steel forms for round columns unless otherwise approved. Refer to Item 427,"Surface Finishes for Concrete,"for additional requirements for off-the-form finishes. 450 420 Provide commercial form liners for imprinting a pattern or texture on the concrete surface as shown on the plans and specified in Section 427.4.3.5.,"Form Liner Finish." Provide forming systems that are practically mortar-tight,rigidly braced,and strong enough to prevent bulging between supports,and maintain them to the proper line and grade during concrete placement. Maintain forms in a manner that prevents warping and shrinkage.Do not allow offsets at form joints to exceed 1116 in. Use only material that is inert,non-biodegradable,and nonabsorptive for forms to be left in place. Construct all forms to permit their removal without marring or damaging the concrete.Clean all forms and footing areas of any extraneous matter before placing concrete. Provide openings in forms if needed for the removal of laitance or foreign matter. Treat the facing of all forms with bond-breaking coating of composition that will not discolor or injuriously affect the concrete surface.Take care to prevent coating of the reinforcing steel. Complete all preparatory work before requesting permission to place concrete. Cease placement if the forms show signs of bulging or sagging at any stage of the placement,and remove the portion of the concrete causing this condition immediately as directed.Reset the forms and securely brace them against further movement before continuing the placement. 4.4.2. Timber Forms.Provide properly seasoned,good-quality lumber that is free from imperfections that would affect its strength or impair the finished surface of the concrete.Provide timber or lumber that meets or exceeds the requirements for species and grade in the submitted formwork plans. Maintain forms or form lumber that will be reused so it stays clean and in good condition.Do not use any lumber that is split,warped,bulged,or marred,or that has defects in any way that will produce inferior work. Promptly remove such lumber from the work. Provide form lining for all formed surfaces except: a the inside of culvert barrels,inlets,manholes, and box girders; m surfaces that are subsequently covered by backfill material or are completely enclosed;and ■ any surface formed by a single finished board or by plywood. Provide form lining of an approved type such as masonite or plywood.Do not provide thin membrane sheeting such as polyethylene sheets for form lining. Use plywood at least 314 in.thick.Place the grain of the face plies on plywood forms parallel to the span between the supporting studs or joists unless otherwise indicated on the submitted form drawings. Use plywood for forming surfaces that remain exposed that meets the requirements for B-B Plyform Class I or Class it Exterior of the U.S, Department of Commerce Voluntary Product Standard PS 1. Space studs and joists so the facing form material remains in true alignment under the imposed loads. Space wales closely enough to hold forms securely to the designated lines,scabbed at least 4 ft.on each side of joints to provide continuity.Place a row of wales near the bottom of each placement. Place facing material with parallel and square joints,securely fastened to supporting studs. Place forms with the form panels symmetrical(long dimensions set in the same direction)for surfaces exposed to view and receiving only an ordinary surface finish as defined in Section 420.4.13.,"Ordinary Surface Finish."Make horizontal joints continuous. 451 420 Make molding for chamfer strips or other uses of materials of a grade that will not split when nailed and can be maintained to a true line without warping. Dress wood molding on all faces.Fill forms at all sharp corners and edges with triangular chamfer strips measuring 314 in.on the sides unless otherwise shown on the plans. Use metal form ties of an approved type or a satisfactory substitute of a type that permits ease of removal of the metal to hold forms in place.Cut back wire ties at least 112 in.from the face of the concrete. Use devices to hold metal ties in place that are able to develop the strength of the tie and adjust to allow for proper alignment. Entirely remove metal and wooden spreaders that separate the forms as the concrete is being placed. Provide adequate clean-out openings for narrow walls and other locations where access to the bottom of the forms is not readily attainable. 4.4.3. Metal Forms. Requirements for timber forms regarding design,mortar-tightness,filleted corners,beveled projections,bracing,alignment,removal,reuse,and wetting also apply to metal forms except metal forms do not require lining unless specifically noted on the plans. Use form metal thick enough to maintain the true shape without warping or bulging.Countersink all bolt and rivet heads on the facing sides. Design clamps,pins,or other connecting devices to hold the forms rigidly together and to allow removal without damage to the concrete. Use metal forms that present a smooth surface and line up properly.Keep metal free from rust,grease,and other foreign materials. 4.5. Drains. Install and construct weep holes and roadway drains as shown on the plans. 4.6. Placing Reinforcement and Post-Tensioning.Place reinforcement as provided in Item 440, "Reinforcement for Concrete."Do not weld reinforcing steel supports to other reinforcing steel except where shown on the plans. Place post-tensioning ducts,anchorages,and other hardware in accordance with the approved prestressing details and Item 426,"Post-Tensioning."Keep ducts free of obstructions until all post-tensioning operations are complete. 4.7. Placing Concrete.Give the Engineer sufficient advance notice before placing concrete in any unit of the structure to permit the inspection of forms,reinforcing steel placement,and other preparations. Do not place concrete when impending weather conditions would impair the quality of the finished work. Place concrete in early morning or at night or adjust the placement schedule for more favorable weather when conditions of wind,humidity,and temperature are such that concrete cannot be placed without the potential for weather-related distress. Adequately illuminate the entire placement site as approved when mixing,placing,and finishing concrete in non-daylight hours. Furnish adequate shelter to protect the concrete against damage from rainfall or freezing temperatures as outlined in this Item if changes in weather conditions require protective measures after work starts.Continue operations during rainfall only if approved.Use protective coverings for the material stockpiles.Cover aggregate stockpiles only to the extent necessary to control the moisture conditions in the aggregates. Allow at least 1 curing day after the concrete has achieved initial set before placing strain on projecting reinforcement to prevent damage to the concrete. 4.7.1. Placing Temperature.Place concrete according to the following temperature limits for the classes of concrete defined in Section 421.4.1.,"Classification of Concrete Mix Designs." 452 420 a Place Class C,F,H, K,or SS concrete only when its temperature at time of placement is between 50'F and 95°F. Increase the minimum placement temperature to 607 if slag cement is used in the concrete. ■ Place Class 5 concrete,used in this Item only as indicated for culvert top slabs,only when its temperature is between 50°F and 85°F. Increase the minimum placement temperature to 60°F if slag cement is used in the concrete. ■ Place Class A, B,and D concrete only when its temperature at the time of placement is greater than 50OR ■ Place mass concrete in accordance with Section 420.4.7.14.,"Mass Placements,"only when its temperature at the time of placement is between 50°F and 757. 4.7.2. Transporting Time.Begin the discharge of concrete delivered in truck mixers within the times listed in Table 14 of Item 421,"Hydraulic Cement Concrete." 4.7.3. Workability of Concrete.Place concrete with a slump as specified in Section 421.4.2.5.,"Slump."Water may be added to the concrete before discharging any concrete from the truck to adjust for low slump provided that the maximum mix design water—cement ratio is not exceeded. Mix concrete in accordance with Section 421.4.6.,"Mixing and Delivering Concrete,"after introduction of any additional water or chemical admixtures.Do not add water or chemical admixtures after any concrete has been discharged. 4.7.4. Transporting Concrete.Transport concrete by buckets,chutes,buggies,belt conveyors,pumps,or other methods. Protect concrete transported by conveyors from sun and wind to prevent loss of slump and workability. Shade or wrap with wet burlap pipes through which concrete is pumped as necessary to prevent loss of slump and workability. Arrange and use chutes,troughs,conveyors,or pipes so the concrete ingredients will not be separated. Terminate such equipment in vertical downspouts when necessary to prevent segregation. Extend open troughs and chutes,if necessary,down inside the farms or through holes left in the forms. Keep all transporting equipment clean and free from hardened concrete coatings.Discharge water used for cleaning clear of the concrete. 4.7.5. Preparation of Surfaces.Thoroughly wet all farms and hardened concrete on which concrete is to be placed before placing concrete on them.Remove any remaining puddles of excess water before placing concrete. Provide surfaces that are in a moist,saturated surface-dry condition when concrete is placed on them. Ensure the subgrade or foundation is moist before placing concrete on grade. Lightly sprinkle the subgrade if dry. 4.7.6, Expansion Joints.Construct joints and devices to provide for expansion and contraction in accordance with plan details. Use light wire or nails to anchor any preformed fiber joint material to the concrete on 1 side of the joint. Ensure finished joints conform to the plan details with the concrete sections completely separated by the specified opening or joint material. Remove all concrete within the joint opening soon after form removal and again where necessary after surface finishing to ensure full effectiveness of the joint. 4.7.7. Construction Joints.A construction joint is the joint formed by placing plastic concrete in direct contact with concrete that has attained its initial set.Monolithic placement means the manner and sequence of concrete placing does not create a construction joint. 453 420 Make construction joints of the type and at the locations shown on the plans.Additional joints in other members are not permitted without approval.Place authorized additional joints using details equivalent to those shown on the plans for joints in similar locations. Make construction joints square and normal to the forms unless otherwise required. Use bulkheads in the forms for all vertical joints. Thoroughly roughen the top surface of a concrete placement terminating at a horizontal construction joint as soon as practical after initial set is attained. Thoroughly clean the hardened concrete surface of all loose material,laitance,dirt,and foreign matter,and saturate it with water,Remove all free water and moisten the surface before concrete or bonding grout is placed against it. Ensure the surface of the existing concrete is in a saturated surface-dry condition(SSD) just before placing subsequent concrete.Wet the existing concrete by ponding water on the surface for 24 hr. before placing subsequent concrete.Use high-pressure water blasting if ponding is not possible to achieve SSD conditions 15 to 30 min.before placing the concrete.An SSD condition is achieved when the surface remains damp when exposed to sunlight for 15 min. Draw forms tight against the existing concrete to avoid mortar loss and offsets at joints. Bonding agents are not required unless indicated otherwise. Coat the joint surface with bonding mortar, grout,epoxy,or other material if a bonding agent is required as indicated on the plans.Provide Type V epoxy per DMS-6100,"Epoxies and Adhesives,"for bonding fresh concrete to hardened concrete.Place the bonding epoxy on a clean,dry surface, and place the fresh concrete while the epoxy is still tacky.Place bonding mortar or grout on a surface that is SSD,and place the concrete before the bonding mortar or grout dries.Place other bonding agents in accordance with the manufacturer's recommendations. 4.7.8. handling and Placing.Minimize segregation of the concrete and displacement of the reinforcement when handling and placing concrete.Produce a uniform,dense compact mass, Ensure concrete free-falls no more than 5 ft.except in the case of drilled shafts,thin walls such as in culverts,or as allowed by other Items. Remove any hardened concrete splatter ahead of the plastic concrete. Fill each part of the forms by depositing concrete as near its final position as possible.Do not deposit large quantifies of concrete at 1 point and run or move the concrete along to fill the forms. Deposit concrete in the forms in layers of suitable depth but no more than 36 in.deep unless otherwise permitted. Avoid cold joints in a monolithic placement.Sequence successive layers or adjacent portions of concrete so they can be vibrated into a homogeneous mass with the previously placed concrete before it sets.Allow no more than 1 hr.to elapse between adjacent or successive placements of concrete when re-vibration of the concrete is shown on the plans except as otherwise allowed by an approved placing procedure.This time limit may be extended by 112 hr,if the concrete contains at least the minimum recommended dosage of a Type B or D admixture. 4.7.9. Consolidation.Carefully consolidate concrete and flush mortar to the form surfaces with immersion type vibrators.Do not use vibrators that operate by attachment to forms or reinforcement except where approved on steel forms. Vibrate the concrete immediately after deposit.Systematically space points of vibration to ensure complete consolidation and thorough working of the concrete around the reinforcement,embedded fixtures,and into the corners and angles of the forms. Insert the vibrators vertically where possible.Vibrate the entire depth of each lift,allowing the vibrator to penetrate several inches into the preceding lift. Do not use the vibrator to move the concrete to other locations in the forms.Do not drag the vibrator through the concrete.Thoroughly consolidate concrete along construction joints by operating the vibrator along and close to but not against the joint surface. Continue the vibration until the concrete surrounding reinforcements and fixtures is completely 454 420 consolidated.Hand-spade or rod the concrete if necessary to ensure flushing of mortar to the surface of all forms. 4.7.10. Installation of Dowels and Anchor Bolts.Install dowels and anchor bolts by casting them in-place or by grouting with grout,epoxy,or epoxy mortar unless noted otherwise.Form or drill holes for grouting.Follow the manufacturer's recommended installation procedures for pre-packaged grout or epoxy anchor systems. Test anchors if required on the plans or by other Items. Drill holes for anchor bolts to accommodate the bolt embedment required by the plans, Make holes for dowels at least 12 in.deep unless otherwise shown on the plans.Make the hole diameter at least twice the dowel or bolt diameter, but not exceeding the dowel or bolt diameter plus 1-112 in.when using cementitious grout or epoxy mortar. Make the hole diameter 1116 to 114 in.greater than the dowel or bolt diameter when using neat epoxy unless indicated otherwise by the epoxy manufacturer. Thoroughly clean holes of all loose material,oil,grease,or other bond-breaking substance,and blow them clean with filtered compressed air.Use a wire brush followed by oil-free compressed air to remove all loose material from the holes,repeating as necessary until no more material is removed.Ensure holes are in a surface-dry condition when epoxy type materials are used and in a surface-moist condition when cementitious grout is used. Develop and demonstrate for approval a procedure for cleaning and preparing the holes for installation of the dowels and anchor bolts.Completely fill the void between the hole and dowel or bolt with grouting material.Follow exactly the requirements for cleaning outlined in the product specifications for pre-packaged systems. Provide hydraulic cement grout for cast-in-place or grouted systems in accordance with DMS-4675, "Cementitious Grouts and Mortars for Miscellaneous Applications."Provide a Type III epoxy per DMS-6100, "Epoxies and Adhesives,"when neat epoxy is used for anchor bolts or dowels. Provide Type Vil l epoxy per DMS-6100,"Epoxies and Adhesives,"when an epoxy grout is used. Provide grout,epoxy,or epoxy mortar as the binding agent unless otherwise indicated on the plans. Provide other anchor systems as required on the plans. 4.7.11. Placing Concrete in Cold Weather. Protect concrete placed under weather conditions where weather may adversely affect results. Permission given by the Engineer for placing during cold weather does not relieve the Contractor of responsibility for producing concrete equal in quality to that placed under normal conditions. Remove and replace concrete as directed at the Contractor's expense if it is determined unsatisfactory due to poor conditions. Do not place concrete in contact with any material coated with frost or with a temperature of 327 or lower. Do not place concrete when the ambient temperature in the shade is below 40°F and falling unless approved. Place concrete when the ambient temperature in the shade is at least 35'F and rising or above 40°F. Provide and install recording thermometers,maturity meters,or other suitable temperature measuring devices to verify all concrete is effectively protected as follows: ■ Maintain the temperature at all surfaces of concrete in bents,piers,culvert walls,retaining walls, parapets,wingwalls,top slabs of non-direct traffic culverts,and other similar formed concrete at or above 40`F for 72 hr.from the time of placement. ■ Maintain the temperature of all other concrete,including the bottom slabs(footings)of culverts,placed on or in the ground above 327 for 72 hr.from the time of placement. Use additional covering,insulated forms,or other means and,if necessary,supplement the covering with artificial heating.Avoid applying heat directly to concrete surfaces. Cure as specified in Section 420.4.10., "Curing Concrete,"during this period until all requirements for curing have been satisfied. Have all necessary heating and covering material ready for use before permission is granted to begin placement when impending weather conditions indicate the possible need for temperature protection. 455 420 4.7.12. Placing Concrete in Hot Weather.Keep the concrete at or below the maximum temperature at time of placement as specified in Section 420.4.7.1.,"Placing Temperature."Sprinkle and shade aggregate stockpiles or use ice,liquid nitrogen systems,or other approved methods as necessary to control the concrete temperature. 4.7.13. Placing Concrete in Water.Deposit concrete in water only when shown on the plans or with approval.Make forms or cofferdams fight enough to prevent any water current passing through the space in which the concrete is being deposited.Do not pump water during the concrete placing or until the concrete has set for at least 36 hr. Place the concrete with a tremie or pump,or use another approved method,and do not allow it to fall freely through the water or disturb it after it is placed.Keep the concrete surface level during placement. Support the tremie or operate the pump so it can be easily moved horizontally to cover all the work area and vertically to control the concrete flow.Submerge the lower end of the tremie or pump hose in the concrete at all times.Use continuous placing operations until the work is complete. Design the concrete mix in accordance with Item 421,"Hydraulic Cement Concrete,"with a minimum cement content of 650 lb.per cubic yard for concrete to be placed under water.Include an anti-washout admixture in the mix design as necessary to produce a satisfactory finished product. 4.7.14. Mass Placements.Develop and obtain approval for a heat control plan for monolithic placements designated on the plans as mass concrete to ensure the following during the heat dissipation period: ■ the temperature differential between the central core of the placement and the exposed concrete surface does not exceed 35°F and ■ the temperature at the central core of the placement does not exceed 1607, Use the ConcreteWorks©software available from the Department,or another approved method based on the guidelines in ACI 207,"Mass Concrete,"to develop the heat control plan.The Department will make available technical assistance on the use of ConcreteWorks©.Develop the heat control plan using historical temperature ranges for the anticipated time of the mass placement. Re-create the plan if the work schedule shifts by more than one month. The heat control plan may include a combination of the following elements; ■ selection of concrete ingredients including aggregates,gradation,and cement types,to minimize heat of hydration; ■ use of ice or other concrete cooling ingredients; ■ use of liquid nitrogen dosing systems; ■ controlling rate or time of concrete placement; ■ use of insulation or supplemental external heat to control heat loss; ■ use of supplementary cementing materials; • use of a cooling system to control the core temperature;or ■ vary the duration formwork remains in place. Furnish and install 2 pairs of temperature recording devices,maturity meters,or other approved equivalent devices. Install devices to measure the surface temperature no more than 3 in.from the surface. Install devices to measure the core temperature a distance of half the least dimension from the nearest surface near the point of maximum predicted heat.Use these devices to simultaneously measure the temperature of the concrete at the core and the surface.Maintain temperature control methods for 4 days unless otherwise approved based on the submitted heat control plan.Do not use maturity meters to predict strength of mass concrete.Revise the heat control plan as necessary to maintain the temperature limitations shown above, If the core temperature exceeds 160°F,the mass concrete element will be subject to review and acceptance by the Engineer using forensic analyses to determine its potential reduction in service life or performance. Proceed with subsequent construction on the affected element only when notified regarding acceptance. 456 420 Repair any resulting cracking if the temperature differential between the central core of the placement and the nearest concrete surface exceeds 35OF at no expense to the Department and revise the heat control plan as necessary to prevent further occurrences. 4.7.15. Placing Concrete in Foundation and Substructure.Do not place concrete in footings until the depth and character of the foundation has been inspected and permission has been given to proceed. Place concrete footings upon seal concrete after the cofferdams are free from water and the seal concrete is cleaned.Perform any necessary pumping or bailing during the concreting from a suitable sump located outside the forms. Construct or adjust all temporary wales or braces inside cofferdams as the work proceeds to prevent unauthorized construction joints. Omit forms when footings can be placed in a dry excavation without the use of cofferdams, if approved,and fill the entire excavation with concrete to the elevation of the top of footing. Place concrete in columns monolithically between construction joints unless otherwise directed. Columns and caps or tie beams supported on them may be placed in the same operation or separately.Allow for settlement and shrinkage of the column concrete,if placed in the same operation,by placing it to the lower level of the cap or tie beam,and delay placement between 1 and 2 hr.before proceeding with the cap or tie beam placement. 4.7,16. Placing Concrete in Box Culverts.Allow between 1 and 2 hr.to elapse where the top slab and walls are placed monolithically in culverts more than 4 ft.in clear height before placing the top slab to allow for settlement and shrinkage in the wall concrete. Accurately finish the footing slab at the proper time to provide a smooth uniform surface.Finish top slabs that carry direct traffic as specified in Item 422,"Concrete Superstructures."Give top slabs of fill type culverts a float finish. 4.8. Extending Existing Substructures.Verify pertinent dimensions and elevations of the existing structure before ordering any required materials. 4.8.1. Removal.Remove portions of the existing structure to the lines and dimensions shown on the plans or as directed. Dispose of these materials as shown on the plans or as directed. Repair any portion of the remaining structure damaged as a result of the construction. Do not use explosives to remove portions of the existing structure unless approved in writing. Do not use a demolition ball,other swinging weight,or impact equipment unless shown on the plans.Use pneumatic or hydraulic tools for final removal of concrete at the"break"line. Use removal equipment,as approved that will not damage the remaining concrete. 4.8.2. Reuse of Removed Portions of Structure.Detach and remove all portions of the old structure that are to be incorporated into the extended structure to the lines and details as specified on the plans or as directed. Move the unit to be reused to the new location specified using approved methods.Place the reinforcement and extension concrete according to the plan details. 4.8.3. Splicing Reinforcing Steel.Splice new reinforcing bars to exposed bars in the existing structure using lap splices in accordance with Item 440,"Reinforcement for Concrete,"unless otherwise shown on the plans. The new reinforcing steel does not need to be tied to the existing steel where spacing or elevation does not match that of the existing steel provided the lap length is attained.Weld in accordance with Item 448, "Structural Field Welding,"when welded splices are permitted.Install any required dowels in accordance with Section 420.4.7.10.,"Installation of Dowels and Anchor Bolts." 4.8.4. Concrete Preparation.Roughen and clean concrete surfaces that are in contact with new construction before placing forms.Prepare these construction joint surfaces in accordance with Section 420.4.7.7., "Construction Joints." 457 420 4.9. Treatment and Finishing of Horizontal Surfaces.Strike off to grade and finish all unformed upper surfaces. Do not use mortar topping for surfaces constructed under this Section. Float the surface with a suitable float after the concrete has been struck off. Slope the tops of caps and piers between bearing areas from the center slightly toward the edge,and slope the tops of abutment and transition bent caps from the backwall to the edge,as directed,so water drains from the surface.Give the concrete a smooth trowel finish.Construct bearing areas for steel units in accordance with Section 441.3.11.6.,"Bearing and Anchorage Devices."Give the bearing area under the expansion ends of concrete slabs and slab and girder spans a steel-trowel finish to the exact grades required. Give bearing areas under elastomeft bearing pads or nonreinforced bearing seat buildups a textured,wood float finish.Do not allow the bearing area to vary from a level plane more than 1116 in.in all directions. Cast bearing seat buildups or pedestals for concrete units integrally with the cap or a construction joint, Provide a latex-based mortar,an epoxy mortar,or an approved proprietary bearing mortar for bearing seat buildups cast with a construction joint.Mix mortars in accordance with the manufacturer's recommendations. Construct pedestals of Class C concrete,reinforced as shown on the plans or as indicated in Figure 1 and Figure 2.The Engineer of Record will design pedestals higher than 12 in. Nonreinforced Reinforced Pedestal Bearing Seat for Heights Greater Build-up than 3 Minimum 1 1/2" F-r 1 -1 #4 Bars Maximum 3" — at Beam 7W l Permissible Construction Joint Figure t Section through Bearing Seat Buildups 458 420 onreinforced �` � � Reinforced Bearing Seat Pedestal Build-up I I for Heights ®— — —� Greater than 3" 1 Figure 2 Plan View of Bearing Seat Buildups 4.10. Curing Concrete.Obtain approval of the proposed curing methods,equipment,and materials before placing concrete.The Engineer may require the same curing methods for like portions of a single structure. Inadequate curing or facilities may delay all concrete placements on the job until remedial action is taken. A curing day is a calendar day when the temperature,taken in the shade away from artificial heat,is above 50°F for at least 19 hr.or,on colder days if the temperature of all surfaces of the concrete is maintained above 40°F,for the entire 24 hr.The required curing period begins when all concrete has attained its initial set unless indicated otherwise.Tex-440-A may be used to determine when the concrete has attained its initial set. Cure all concrete for 4 consecutive days except as allowed for the curing options listed below.Use form or membrane curing far vertical surfaces unless otherwise approved. Use only water curing for horizontal surfaces of HPC or mass concrete. Use water or membrane curing for horizontal or unformed surfaces for all other concrete. Use one of the following curing options for vertical surfaces,unless indicated otherwise. ■ Form cure for 48 hr.after placement. ■ Form cure for 12 hr.after placement followed by membrane curing. m For WPC Concrete,form cure for 48 hr.after placement followed by membrane curing. ■ For mass concrete,form cure as required by the heat control plan followed by membrane curing if forms are removed before 4 days. Apply membrane curing,if used,within 2 hr.of form removal. Use only water curing in accordance with this Section for the top surface of any concrete unit upon which concrete is to be placed and bonded at a later interval(stub walls,caps with backwalls,risers,etc.), Cure all other concrete as specified in the pertinent Items.Use the following methods for curing concrete, subject to the requirements of this Item. 4.10.1. Form Curing.When forms are left in intimate contact with the concrete,other curing methods are not required except for exposed surfaces and for cold weather protection. Use another approved curing method if forms are removed before the 4-day required curing period. 459 420 4.10.2. Water Curing. Keep all exposed surfaces of the concrete wet continuously for the required curing time. Use water curing in accordance with concrete mixing water in Section 421.2.5.,"Water."Do not use seawater or water that stains or leaves an unsightly residue. 4.10.2.1. Blankets. Keep the concrete continuously wet by maintaining wet cotton or burlap mats in direct contact with the concrete for the required curing time.Weight the mats adequately to provide continuous contact with all concrete.Cover surfaces that cannot be cured by direct contact with mats,forming an enclosure well anchored to the forms or ground so outside air cannot enter the enclosure.Provide sufficient moisture inside the enclosure to keep all surfaces of the concrete wet. 4.10.2.2. Water Spray.Overlap sprays or sprinklers to keep all unformed surfaces continuously wet. 4.10.2.3. Ponding,Cover the surfaces with at least 2 in.of clean granular material, kept wet at all times,or at least 1 in.deep water.Use a dam to retain the water or saturated granular material. 4.10.3. Membrane Curing.Choose either Type 1-D or Type 2 membrane-curing compound unless otherwise shown on the plans.Use the same type of curing compound on an individual member, Apply membrane curing just after free moisture has disappeared at a rate of approximately 180 sq.ft.per gallon. Do not spray curing compound on projecting reinforcing steel or concrete that will later form a construction joint. Do not apply membrane curing to dry surfaces.Dampen formed surfaces and surfaces that have been given a first rub so they are moist at the time of application of the membrane. Leave the film unbroken for the minimum curing period specified when membrane is used for complete curing. Correct damaged membrane immediately by reapplication of membrane.Polyethylene sheeting, burlap-polyethylene mats,or laminated mats in close contact with the concrete surfaces are equivalent to membrane curing. 4.11. Removal of Forms and Falsework. Remove forms forvertical surfaces after the concrete has aged a minimum of 12 hr.after initial set provided the removal can be done without damage to the concrete unless otherwise directed. Keep forms for mass placements in place for 4 days following concrete placement unless otherwise approved based on the outcome of the heat control plan outlined in Section 420.4.7.14.,"Mass Placements." Leave in place weight-supporting forms and falsework spanning more than 1 ft.for all bridge components and culvert slabs except as directed otherwise until the concrete has attained a compressive strength of 2,500 psi.Remove forms for other structural components as necessary. Remove inside forms(walls and top slabs)for box culverts and sewers after concrete has attained a compressive strength of 1,800 psi if an approved overhead support system is used to transfer the weight of the top slab to the walls of the box culvert or sewer before removal of the support provided by the forms. Forms or parts of forms may be removed only if constructed to permit removal without disturbing forms or falsework required to be left in place for a longer period on other portions of the structure. Remove all metal appliances used inside forms for alignment to a depth of at least 1/2 in.from the concrete surface. Make the appliances so metal may be removed without undue chipping or spalling of the concrete, and so it leaves a smooth opening in the concrete surface when removed. Do not burn off rods,bolts,or ties. Remove all forms and falsework unless otherwise directed. 4.12. Defective Work. Repair defective work as soon as possible.Remove and replace at the expense of the Contractor any defect that cannot be repaired to the satisfaction of the Engineer. 4.13. Ordinary Surface Finish.Apply an ordinary surface finish to all concrete surfaces.Provide flat or textured surfaces as specified with uniform appearance.Address defects and surface irregularities not consistent with the intent of the expected finish by the following: 460 420 ■ Chip away all loose or broken material to sound concrete where porous,spalled,or honeycombed areas are visible after form removal. ■ Repair spalls in accordance with the procedures outlined in the Concrete Repair Manual available on the Department's website. ■ Clean and fill holes or spalls caused by the removal of form ties,etc.,with latex grout,cement grout,or epoxy grout as approved. Fill only the holes.Do not blend the patch with the surrounding concrete.On surfaces to receive a rub finish in accordance with Item 427,"Surface Finishes for Concrete,"chip out exposed parts of metals chairs to a depth of 112 in.and repair the surface. ■ Remove all fins, rust staining,runs,drips,or mortar from surfaces that will be exposed.Smooth all form marks and chamfer edges by grinding or dry-rubbing. ■ Ensure all repairs are dense,well-bonded,and properly cured.Finish exposed large repairs to blend with the surrounding concrete where a higher class of finish is not specified. Apply an ordinary surface finish as the final finish to the following exposed surfaces unless noted otherwise: • inside and top of inlets, ■ inside and top of manholes, ■ inside of sewer appurtenances,and ■ inside of culvert barrels. Form marks and chamfer edges do not need to be smoothed for the inside of culvert barrels. 5. MEASUREMENT This Item will be measured by the cubic yard,square yard,foot,square foot,or by each structure. 5.1. General. Concrete quantities will be based on the dimensions shown on the plans or those established in writing by the Engineer. In determining quantities,no deductions will be made for chamfers less than 2 in.or for embedded portions of steel or prestressed concrete beams,piling,anchor bolts,reinforcing steel,drains,weep holes,junction boxes,electrical or telephone conduit,ducts and voids for prestressed tendons,or embedded portions of light fixtures. Variation in concrete headwall quantity incurred when an alternate bid for pipe is permitted will not be cause for payment adjustment. Quantities revised by a change in design,measured as specified,will be increased or decreased and included for payment. 5.2. Plans Quantity. Structure elements designated in Table 1 and measured by the cubic yard are plans quantity measurement items.The quantity to be paid for plans quantity items is the quantity shown in the proposal unless modified by Article 9.2.,'Plans Quantity Measurement."Additional measurements or calculations will be made if adjustments of quantities are required. No adjustment will be made for footings or other in-ground elements where the Contractor has been allowed to place concrete in an excavation without forms. 461 420 Table 4 Plans Quantity Payment Cubic Yard Measurement Only) Culverts and culvert wing walls Abutments Headwalls for pipe Footings Retaining walls Pile bent caps Inlets and manholes Post-tensioned elements Note—Other elements,including pier and bent concrete,may be paid for as"plans quantity' when shown on the plans. 5.3. Measured in Place.Items not paid for as"plans quantity"will be measured in place. 6. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement"will be paid for at the unit price bid for the class of concrete and element identified and by the special designation when appropriate.This price is full compensation for furnishing, hauling,and mixing concrete materials;furnishing,bending,fabricating,splicing,welding and placing the required reinforcement; clips,blocks,metal spacers,ties,wire,or other materials used for fastening reinforcement in place; furnishing, placing,and stressing post-tensioning system;placing,finishing,and curing concrete;mass placement controls;applying ordinary surface finish;furnishing and placing drains,metal flashing strips,and expansion-joint material;excavation,subgrade preparation;and forms and falsework,equipment,labor, tools,and incidentals. Price will be adjusted in accordance with Article 421.6.,"Measurement and Payment"when required to address non-compliance of project acceptance testing. Design and installation of foundations for falsework is at the Contractor's expense. In addition to the work described above,for extending structures the unit prices bid for the various classifications of concrete shown are full compensation for removing and disposing of, if necessary,the designated portion of the existing structure;removing,stockpiling if necessary,and replacing headwall units for reuse;cleaning,bending,and cutting of exposed reinforcing steel;splicing of new reinforcing steel to existing reinforcing steel;installation of dowels;and cleaning and preparing existing concrete surfaces. 462 Departmental Materials Specification DMS-4675 DMS-4675 Cementiti®us Grouts and Mortars for Miscellaneous Applications Jrda=Effective bate:December 2014 1. DESCRIPTION This Specification governs the pre-qualification procedure,packaging,and material properties of cementitious grouts and mortars used for miscellaneous applications.These applications include but are not limited to: ■ grouting precast member connections, ■ grouting anchor bolts and dowels, ■ grouting lateral connectors for prestressed beams, • bearing seat build ups,and ■ jointing of concrete pipe and box culverts with mortar. The grouts and mortars governed by this Specification are not suitable for encapsulating post-tensioning strands.Refer to DMS-4670,"Grouts for Post-Tensioning,"for the material requirements for post-tensioning grout material. 2. UNITS OF MEASUREMENTS The values given in parentheses(if provided)are not standard and may not be exact mathematical conversions.Use each system of units separately. Combining values from the two systems may result in nonconformance with the standard. 3. MATERIAL PRODUCER LIST The Materials and Pavements Section of the Construction Division(CSTIM&P)maintains the Material Producer List(MPL)of all materials conforming to the requirements of this Specification, Materials appearing on the MPL,entitled"Cementitious Grouts and Mortars for Miscellaneous Applications,"require no further sampling and testing unless deemed necessary by the Project Engineer or CSTIM&P. 4. BIDDERS' AND SUPPLIERS' REQUIREMENTS The Department will only purchase or allow on projects those products listed by producer and product code or designation shown on the MPL. Use of pre-qualified product does not relieve the Contractor of the responsibility to provide product that meets this Specification.The Department may inspect or test material at any time and reject any material that does not meet the specifications. 5. PRE-QUALIFICATION PROCEDURE 5.1. Pre-Qualification Request.Submit a request for evaluation under DMS-4675 to DMS Prequal(aWdot.gov. Construction Division 1-4 Effective Date: December 2014 Departmental Materials Specification DMS4675 Include the following information in the request: r company name; ■ physical and mailing addresses; ■ contact person, phone number,and email address;and ■ material type(grout or mortar). 5.2. Pre-Qualification Sample.Submit a minimum 100-lb.sample of grout material or 50-lb.sample of mortar material to the Texas Department of Transportation, CSTIM&P(CP51), 9500 North Lake Creek Parkway, Austin,TX 78717. Include the following with the sample: ■ test report from an independent laboratory audited and inspected by the Cement Concrete Research Laboratory(CCRL)containing test results and certifying compliance of the material with this Specification; n manufacturer's certification and lot number for submitted sample; ■ manufacturer's certification that the material contains no added chlorides; • technical data sheets typically accompanying the product with printed instructions for mixing, application,and shelf life; ■ current safety data sheet(SDS)that complies with OSHA Hazard Communication Standard 29 CFR 1910.1200; and • list of all possible package quantities and types of packaging. Submit all materials for pre-qualification at no cost to the Department. 5.3. Evaluation.The Department reserves the right to perform any or all of the tests specified as a check on the tests reported by the manufacturer. In the case of any variance,the Department's tests will govern. CSTIM&P will notify prospective bidders and suppliers after completion of material evaluation. 5.3.1. Qualification,If approved for Department use,CSTIM&P will add the material to the MPL. To maintain pre-approved status,submit annual notarized certifications stating that the product has not been altered since it was originally submitted for approval. Report changes in the composition or in the manufacturing process of any material to CSTIM&P, Significant changes reported by the producer,as determined by the Director of CSTIM&P,may require a re-evaluation of performance.The Department reserves the right to conduct whatever tests it deems necessary to identify a pre-qualified material and determine if there is a change in the composition,manufacturing process,or quality that may affect its durability or performance.In case of variance,the Department's tests will govern. 5.3.2. Failure.Producers not qualified under this Specification may not furnish materials for use on Department projects. Producers failing to qualify may submit a request for ro-evaluation after 6 months have elapsed from the date of the original request.CSTIM&P may modify this time limit at its discretion.In the request for re-evaluation, document the cause of the issue and corrective action taken. The Department normally bears the costs of sampling and testing;however,the producer will bear the costs associated with materials failing to conform to the requirements of this Specification.The Director of CSTIM&P will assess this cost at the time of testing,and amounts due will be billed to the producer. 5.4. Periodic Evaluation.The Department reserves the right to randomly sample and evaluate pre-qualified materials for conformance with this Specification and to perform random audits of documentation. Construction Division 2-4 Effective Date: December 2014 Departmental Materials Specification DMS-4675 Department representatives may sample material from the manufacturing plant,the project site,and the warehouse. Failure of materials to comply with the requirements of this Specification as a result of periodic evaluation may be cause for removal of those materials from the MPL. In case of variance,the Department's tests will govern. 5.5. Disqualification.Causes for disqualification and removal from the MPL may include,but are not limited to: ■ falsification of documentation, ■ producer fails to report any change in material composition or manufacturing process to CSTIM&P, ■ material fails to meet the requirements of this Specification as a result of periodic evaluation,or ■ producer has unpaid charges for failing samples. CSTIM&P will remove disqualified producers from the MPL and will not allow submission of material for re- qualification for 6 months,at the discretion of the Department, 5.6. Re-Qualification.Once the disqualification period established by CSTIM&P has elapsed, producers disqualified and removed from the MPL may begin the re-qualification process by submitting a request in accordance with Section 5.1,including additional documentation identifying the cause of the problem and corrective action taken.The re-qualification process will then follow all subsequent Sections of Article 5, The Department normally bears the costs of sampling and testing;however,the disqualified producer will bear the costs associated with re-qualification.The Director of CSTIM&P will assess this cost at the time of re-evaluation,and amounts due will be billed to the producer. 6. MATERIAL REQUIREMENTS Products must not contain metallic formulations or chlorides.Additives to pre-packaged materials are not allowed. The material requirements and test methods listed in Tables 1 and 2 are for laboratory testing only.Field testing may require different tests and/or specimen sizes or geometries. 6.1, Grouts.Pre-packaged grouts must conform to ASTM C 1107 and meet the additional material requirements stated in Table 1.Where there is conflict between ASTM C 1107 and the requirements listed in Table 1,the requirements of this Specification govern.Additionally,the Department will only allow extension of a grout mixture with pea gravel if recommended by the manufacturer. Table 1 Material Re uirements of Cementitious Grout Property Requirement Test Method Fluidity—efflux time from flow cone 20-00 sec. Tex-437-A,Method 1 Setting time Initial set 2.5-0.0 hr. ASTM C 191 Final set 4.0-0.0 hr. Volume change 0.0-0.3%expansion at 24 hr.and 28 days ASTM C 1090' Coefficient of thermal expansion 3.0-10.0 micro slrainl'F Tex-428-A Modulus of elasticity 2,800 ksi-0,000 ksi at 28 days ASTM C 469 3,000 psi at 16 hr. Tex-442-A Compressive strength(average of 3 cubes),Min 3,500 psi at 1 day 4,000 psi at 3 days 5,800 psi at 28 days Freezelthaw resistance 90%at 300 cycles ASTM C 666 1. Modified to include verification at only 24 hr.and 28 days. Construction Division 3-4 Effective Date: December 2014 Departmental Materials Specification DMS-4675 6.2. Mortars.Pre-packaged mortars used for reinforced concrete pipe joints and bearing seat build-ups must meet the material requirements stated in Table 2. Table 2 Material Requirements of Cementitious Mortars Property I Requirement Test Method Martxr.tur RC Pipe Juints Compressive stren_qth(average of 3 cubes),Min 11,800 psi at 28 days ASTM C 109 Marton W EtaarIn,g Seat Sultd-Ups. — 3,000 psi at 16 hr. Compressive strength(average of 3 cubes),Min 3,500 psi at 1 day ASTM C 109 4,500 psi at 28 days 7. PACKAGING AND LABELING Prepackage grout or mortar in plastic lined or coated bags.Grout or mortar bags must indicate the brand name,date of manufacture,lot number,and mixing instructions.The grout or mortar supplier must provide the Contractor and Engineer with a copy of the quality control data sheet for each lot number and shipment sent to the jobsite. Construction Division 4-4 Effective Date: December 2014