Loading...
HomeMy WebLinkAboutContract 46227 (2)CITY SECRETARY ��Zvnl CONTRACT NO. FORT WORTH '—"Niagorso— PROJECT MANUAL FOR THE CONSTRUCTION OF TINS COPY FOR: CONTRACTOR CONTRACTOR'S BONDING CO. CRY SECRETARY CRY NANAGEKS OFFICE ENGINEERING DN. TIPIS • FILE COPY BRICK PAVEMENT REPAIR (2014-12) AT VARIOUS LOCATIONS City Project No. GG01-537110-0202007 Betsy Price Tom Higgins Mayor City Manager Douglas W. Wiersig, P.E. Director, Transportation and Public Works Department Prepared for The City of Fort Worth TRANSPORTATION AND PUBLIC WORKS 2014 OFFICIAL RECORD CITY SECRETARY Ft WORTH, TX RECEIVED DEC 09 AM. fy ,A 0. � o g: s° was vuE a:•r• booaoeoeno-rteoe;ao�noeo1 4 P � t. oyaneoe= M&C Review Page 1 of 2 CITY COUNCIL AGENDA COUNCIL ACTION: Approved on 9/23/2014 DATE: 9/23/2014 REFERENCE NO.: **C-26986 LOG NAME: Official site of the City of Fort Worth, Texas FORT 20BRICK PAVEMENT REPAIR 2014-12 CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Execution of a Contract with C. Green Scaping, LP, in the Amount of $307,458.00 for Brick Pavement Repair 2014-12 at Four Locations (COUNCIL DISTRICTS 2, 7 and 9) RECOMMENDATION: It is recommended that the City Council authorize the execution of a Contract with C. Green Scaping, LP, in the amount of $307,458.00 for brick pavement repair 2014-12 at four locations. DISCUSSION: Brick Pavement Repair 2014-12 provides for the removal and replacement of failed brick pavement on Camp Bowie Boulevard, Main Street, North Main Street and Packers Avenue. Funding for this project is included in FY2014 General Fund Budget. The City reserves the right to increase or decrease the quantities of individual pay items within the contract provided that the total contract amount remains within plus or minus 25 percent of the contract award and available appropriations. This project was advertised for bid on May 29, 2014 and June 5, 2014 in the Fort Worth Star - Telegram. On June 26, 2014, the following bid was received: BIDDER C. GREEN SCAPING, LP JI AMOUNT 11 $307,458.00 M/WBE Office - C. Green Scaping, LP, is in compliance with the City's BDE Ordinance by committing to three percent MBE participation and documenting good faith effort. C. Green Scaping, LP, identified several subcontracting and supplier opportunities. However, the MBE's contacted in the areas identified did not submit the lowest bids. The City's MBE goal on this project is 11 percent. Additionally, C. Green Scaping, LP, is a certified M/WBE firm. This project is located in COUNCIL DISTRICTS 2, 7 and 9, Mapsco 62G, 75F, 76A and 77A. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current operating budget, as appropriated, of the General Fund. TO Fund/Account/Centers FROM Fund/Account/Centers GG01 537110 0202007 $307,458.00 Submitted for City Manager's Office bv: Fernando Costa (6122) http://apps.cfwnet.org/council_packet/mc review.asp?ID=20259&councildate=9/23/2014 9/29/2014 M&C Review Page 2 of 2 Oriainatina Department Head: Douglas W Wiersig (7801) Additional Information Contact: Andy Anderson (8648) ATTACHMENTS Map01 Brick Repair 2014-12.pdf Map02 Brick Repair 2014-12.pdf Map03 Brick Repair 2014-12.pdf http://apps.cfwnet.org/council packet/mc_review.asp?ID=20259&councildate=9/23/2014 9/29/2014 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions vC-l7Ti 7 x�ztiQCntYu 00 11 13 Invitation to Bidders 00 21 13 Instructions to Bidders 00 35 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 00 43 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 00 45 26 Contractor Compliance with Workers' Compensation Law 00 45 39 Minority and Women Business Enterprise Goal 00 52 43 Agreement 00 61 13 Performance Bond 00 61 14 Payment Bond 00 61 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 '73 00 Supplementary Conditions Division Ol - General Requirements O1 11 00 Summary of Work Ol 25 00 Substitution Procedures O1 31 19 Preconstruction Meeting O1 3120 Project Meetings O1 32 16 Construction Progress Schedule O1 32 33 Preconstruction Video O1 33 00 Submittals Ol 35 13 Special Project Procedures O1 45 23 Testing and Inspection Services Ol 50 00 Temporary Facilities and Controls O1 55 26 Street Use Permit and Modifications to Traffic Control O1 57 13 Storm Water Pollution Prevention Plan Ol 58 13 Temporary Project Signage O1 60 00 Product Requirements � '7n n-ro�v-�4 �"'6rniiiut�en-uii���lii6viii'csr�2eii 0174 23 Cleaning Ol 77 19 Closeout Requirements Ol 78 39 Project Record Documents Division 02 � Existing Conditions 02 41 15 Paving Removal Division 32 e Exterior Improvements 32 13 13 Concrete Paving 32 13 73 Concrete Paving Joint Sealants 00 00 00 - i TABLE OF CONTENTS Page 1 of 2 CTTY OF FORT WORTH BRICK PAVEMENT REPAII2 (2014-12) STANDARD CONSTRUCTION SPECIFICATION DOCUMENT3 GGOl-537110-0202007 Revised November 9, 2011 001113-1 INVTTATION TO BIDDER3 Page 1 of 2 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 SECTION 001113 INVITATION TO BIDDERS RECEII'T OF BIDS Sealed bids for the construction of BRICK PAVEMENT REPAIR (2014-12) AT VARIOUS LOCATIONS, GGO1-537110-0202007 will be received by the City of Fort Worth Purchasing Office: City of Fort Worth Purchasing Division 1000 Throckmorton Street Fort Worth, Texas 76102 until 1:30 P.M. CST, Thursday, June 26, 2014, and bids will be opened publicly and read aloud at 2:00 PM CST in the Council Chambers. GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: 180 S.Y. Remove Concrete Base 180 S.Y. 6" Concrete Base HES 2,300 S.Y. Remove Brick Pavement 2,300 S.Y. Brick Pavement DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained on-line by visiting the City of Fort Worth's Purchasing Division website at http://www.fortworth ov.org/purchasing/ and clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. Copies of the Bidding and Contract Documents may be purchased from Nikki McLeroy, 817- 392-8549. City of Fort Worth, 1000 Throckmorton St., Fort Worth, TX 76102. The cost of Bidding and Contract Documents is: $30.00 PREBID CONFERENCE A prebid conference may be held as described in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following location, date, and time: DATE: Wednesday, June 11, 2014 TIME: 09.00 A.M. PLACE: Transportation & Public Works, 1000 Throckmorton Street, Room 270 Fort Worth, Texas 76102 LOCATION: Municipal Building, 2aa Floor. CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject bids. INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Tariqul Islam, City of Fort Worth CTI'Y OF FORT WORTH BRICK PAVEMENT REPAIK (201412) STANDARD CONSTRUCT'ION SPECIFTCATION DOCUMENTS GGOl-537110-0202007 Revised July l, 2011 00 21 13 -1 INSTRUCTIONS TO BIDDERS Page 1 of 9 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 SECTION 00 2113 INSTRUCTIONS TO BIDDERS 1. Defined Terms 1.1. Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 00 - GENERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm, parinership, company, associarion, or corporation acdng directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making copies of Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. . . • .. . • �.._. .. _. �_ .. _ �:r . :rss�r.e!�s:*eesr:�_ - . CI'PY OF FORT WORTH STANDARD CONSTRUCTION SPECIFTCATION DOCUMENT3 Revised July 1, 2011 BRICK PAVEMENT REPAII2 (201412) GGO1-537110-0202007 00 21 13 - 3 INSTRUCTIONS TO BIDDERS Page 3 of 9 1 4.1.6. Perform independent research, investigations, tests, borings, and such other means 2 as may be necessary to gain a complete knowledge of the conditions which will be 3 encountered during the construction of the project. On request, City may provide 4 each Bidder access to the site to conduct such examinations, investigations, 5 explorations, tests and studies as each Bidder deems necessary for submission of a 6 Bid. Bidder must �11 all holes and clean up and restore the site to its former 7 conditions upon completion of such explorations, investigations, tests and studies. 9 4.1.7. Determine the difficulties of the Work and all attending circumstances affecting the 10 cost of doing the Work, time required for its completion, and obtain all information 11 required to make a proposal. Bidders shall rely exclusively and solely upon their 12 own estimates, investigation, reseazch, tests, explorations, and other data which are 13 necessary for full and complete information upon which the proposal is to be based. 14 It is understood that the submission of a proposal is pruna-facie evidence that the 15 Bidder has made the investigation, examinations and tests herein required. Claims 16 for additional compensation due to variations between conditions actually 17 encountered in construction and as indicated in the Contract Documents will not be 18 allowed. 19 20 21 22 23 24 25 26 27 4.1.8. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such corrections or interpretations as may be deemed necessary for fuliillment of the intent of the Contract Documents. 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of: 28 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 29 the site which have been utilized by City in preparation of the Contract Documents. 30 The logs of Soil Borings, if any, on the plans are for general information only. 31 Neither the City nor the Engineer guarantee that the data shown is representative of 32 conditions which actually exist. 33 34 35 36 37 38 39 40 41 42 43 44 45 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identi�ed and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any other data, interpretations, opinions or information. CTI'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 BRICK PAVEMENT REPAIR (201412) GG01-537110-0202007 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 00 21 13 - 5 INSTRUCTIONS TO BIDDERS Page 5 of 9 6. l. All questions about the meaning or intent of the Bidding Documents are to be directed to City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda delivered to all parties recorded by City as having received the Bidding Documents. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Address questions to: City of Fort Worth 1000 Throckmorton Street Fort Worth, TX 76102 Attn: Tariqul Islam, City of Fort Worth Fax: 817-392-8092 Email: tariqul.islam@fortworthTexas.gov Phone: 817-392-2486 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3. Addenda or clarifications may be posted via Buzzsaw at <Inser-t Link to Documents>. 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of five (5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting the requirements of Paragraphs 5.01 of the General Conditions. 7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and deliver the complete Agreement within 10 days after the Notice of Award, City may consider Bidder to be in default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all other Bidders whom City believes to have a reasonable chance of receiving the award will be retained by City until final contract execution. 8. Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the. Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. C1T'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 BRICK PAVEMEN'I' REPAIR (201412) GGO1-537110-0202007 002113-7 INSTRUCTIONS TO BIDDERS Page 7 of 9 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 3'7 38 39 40 41 42 43 44 45 46 47 48 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The off'icial address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the iu7n shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner indicated on the Bid Form. The ofiicial address of the joint venture shall be shown. 12.8. All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance to State Law Non Resident Bidder. 13. Submission of Bids Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, addressed to City Manager of the City, and shall be enclosed in an opaque sealed envelope, marked with the City Project Number, Project title, the name and address of Bidder, and accompanied by the Bid security and other required documents. ff the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. 14. Modification and Withdrawal of Bids 14.1. Bids addressed to the City Manager and iiled with the Purchasing Office cannot be withdrawn prior to the time set for bid opening. A request for withdrawal must be made in writing by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. After all Bids not requested for withdrawal are opened and publicly read aloud, the Bids for which a withdrawal request has been properly filed may, at the option of the City, be returned unopened. 14.2. Bidders may modify their Bid by electronic communication at any time prior to the time set for the closing of Bid receipt. CIT'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 BRICK PAVEMENT REPAIR (201412) GGO1-537110-0202007 00 21 13 - 9 INSTRUCTIONS TO BIDDERS Page 9 of 9 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by the City. 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement. Within 14 days thereafter Contractor shall sign and deliver the required number of counterparts of the Agreement to City with the required Bonds, Certificates of Insurance, and all other required documentation. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION CTI'Y OF FORT WORTI-I STANDARD CONSTRUCTION SPECIFTCATION DOCUMENTS Revised ]uly 1, 2011 BRICK PAVEMENT REPAII2 (201412) GGO1-537110-0202007 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 003513-I CONFUCT OF INTEREST AFFIDAVIT Page 1 of 3 SECTION 00 35 13 CONFLICT OF INTEREST AFFIDAVIT Each bidder, offeror, or respondent (hereinafter also referred to as "you") to a City of Fort Worth (also referred to as "City") pi•ocurement are required to complete Conflict of Interest Questioimaire (the attached CIQ Form) and Local Government Ofiicer Conflicts Disclosure Statement (the attached CIS Form) below pursuant to state law. This affidavit will certify that the Bidder has on file with the City Secretary the required documentation and is eligible to bid on City Work. The referenced forms may be downloaded from the website linlcs provided below. http:Uwww.ethics. state.tx.us/forms/CIQ.pdf httir. //www.ethics. state.tx.us/forms/CIS.pdf 0 CIQ Form is on file with City Secretary � CIQ Foi�rn is being provided to the City Secretary 0 CIS Form is on File with City Secretary � CIS Form is being provided to the City Secretary I: 11 1 : C. Green Scaping, LP Company 2401 Handley Ederville Rd. Address Ft. Worth, TX 76118 City/State/Zip By: Curtis J. Green (Please Print Signature• Title: Vice President (Please Print) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 BR1CK PAVEMENT REPAIR (2014-12) GGO 1-537110-020200'7 00 35 13 - 2 CONFLICT OF INTEREST AFFIDAVIT Page 2 of 3 �C�hJFl.I�T CkF tt�!'�`EF�E sT C�UE�TI�IUt�AIF�E ��Rt� �� Fc�r wendar or otrter p�rson daing bu�in��s with i�ca1 gnvernmeiital entiky Thi� qua�t�anna3ra rrt�sste G�anQ�a ar�a�a to th� 7ax Gy �i.8_ 145t, �ath �ag., ��ui�r seaelon. � tJFFlCE�fSEd�7LY T}�is questi��.t,n�ie� i� k�e€n� fil�� i€� ��ard�r�aewvith vh�p"er 178, Lc��al Grnr�rr�e��entC�r� aat� n-r�rrxa t�y a per�sn w4-� has a t,usira�ss rei�:ionshi� as dFfined hy S�:tion e; B.Cw� �(1-a} veitta a Ic�:al �vemrner�tal entity arr.� th� �rson n,,�is requiremens ur�der �c:ican 1; @.G��(a). �'!f law tF33s c�ue�ne�aire ni�.a� tr} �51e�3 wtrsih s.h� e�rnr�is ad ministr tar �€if�e (ran,al �a�.rem�en � l �nYi:y r�,> I.�taetE�an �he 7th trusir���s d;�y a�terthe d�te Khf � et �cin t�ct�mes av��re c�tacis ih�: r��uir� th� s�.aiem?n: t� b� fiI�J. � e� 3�ec;ion 179.O�d, L�.�I G�,vPsnr�t�erat uc�ie. H�rsan ���mmits an offen� ia th� perscn kn�wingly viola:es ��iiqe� 1�S.L���, �a;;al � 4vemmen: Cvd�. �n QfiAn=¢ und�this seatc�-a i� a � I�ss � mis�emean�ar. �€art�e of pers4n �+rh� ha� a bus'sness vela�iata�h6p with 1,�cal �oue�rirne�rtai Entity- N�� � Checkth6si�€rxifyouarefiliRgaasupd3����preuaouslyf�lc�dqu�stiannair�. (The lav� requ€res th�t y€u f51� a� up�aked c�n�letet� qu=st;onataiTe tvith ih� a��:ro�riat� �fing �utho�ic}r noi I�� than the i th bus:n�ss a�y a^ter ihE date th� c�-�afi��� �� que�tiarsn3ire bec�es incamplEte cr* ��c�?�ie.j E�am�e of I�I gnvernme�et o#%cer with vrhom frlet has Emp�oy�ne€�t e€ tausiness rela€�oasah¢p. / � I"�,m� �f �r This se�t:�rn q;it�an '� irsc�uding �°�t��arEs A H, � 3� �l� r�;;�sk €z� e�m�letEd fs� ��h o`fisf r w�h whvrn the �=.:IEr has � �mploy��ent sx otit� �:.�siness relat�.ship as datined �y:�ection 1;�B.C�7�;:F-a}, Loc:31 Go:�menk uode_ kt��h addik;���, aag�s t� this Fss�n GI�7 ss n�ss�y. M. Is the I� �v�mmr�at �ffic� nam�l in ihis ��i��n rec-F�ing �r lik+�ly io refr_�o� t�xable incame, ath�r lhan in.��nent :�rr€�, �m tha filer o' t�� quesiic�nnaire? '� . . �. Is �*der �f th� quesfiarinaire sc:.�iv_n� ff.- lik��+t� rec _�� t�t:ab4� ��*:� rs��, hther t�an irn�stment invun�= fr�rsb ar st C�� � r_ti��n of �- �c-� �v�€�menf o,�i�pr narcrd in t�� seciion AF�t� t�_ tax�ble incorrr-_ �s nat t�4�ive� fras�n t� �Qc.� �ra�rrm�tal entiC�'? I. � C. �s the fil�rr of th�s quesiic�n�t�3�� cnpl�yed by a cor�torahon or Qth�: husiness enkity �w:th res�+� fa ue:+ticfi khe lac� �wernm�t a:3ic�r sErv�s a� ��r�r or directar, or halds an o�w�-:aship of a(i �s;ent or msore? . � Q. Des+ribE each emplayment or business relar.ion:hip wiSh thp Iccal ga�F�mrr�nk a,�iver nam�d �� t�is se�tian. �u�n� wit1� �e g;�,�mrr�rr:�l ��rlliy // �ti A4L�iFtl GE12u12�i9't CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 201 I BRICK PAVEMENT REPAIR (2014-12) GGOI-537110-0202007 003513-3 CONFLICT OF INTE2EST AFF[DAVIT Page 3 of 3 Lt��AL �t��E�N�lfEt�T �FFIC:EF� Ft���9 �i� Gt�hIFLl�T� Cii�GLt3SURE ST;4TEt�9Et�T [lers*.ns�.is:rss � cc�mola�n� and fitir;g this farm are prcvic�d an the e�xt p�ge.;y Yht� c�veefl��nair� ra�t�ct� chang+�e r�i�s ta t►i� 9a�� 6y C-1.6. 1;.91, eDfh ��., iz�sautar S�aslun. ELiBE This is li°se r-�*ic_ to i�,e ap�,rcn�a`e f�cai government�l �e�tity, �haF the sclicwing Ic�:.al +�v�mrtt�rntsr�fiir:erF�as�tecf�mesva�r�o€f�ctsth3tr�equirQthecsfice�trfiletk-3isst�Eee�nt }='-��'=�°�'�� in a�x�rdan€� wiih Ghapter 175, Lry:al ��ovarrsment uc�e, j Name mf Local Gov�rnment t?fficer 2 t?f�ece Fie&d � tdamE af perscrn des�cribed �ry Seetions 176.t1�k2�ap and �i6.Gi13(aj, Lr�e�l Gaverramen� Code � Qesoeipti�ot offhe nature aetd extent af employment e�rr,�h�rbusia�ess rela�on�hip with persun nameci i€a if�n� 3 � List gifts a�eepted 6y the lcacal g�zwere�mznt of€�cer and any f�milq� mem6er. �xefutiing gi�fs d�sca�ibgd by S���i�n 97�.U��(a-1�. if aggre�ate value �f dhe yifts a�cepfedfrom pee�on ttam�ed in ifer� 3 ex�eed $�5D durin�p th� 12-month p�eri�zd described by �eetinn f76_�Ci3(a){2p$B� Q�te �ift,�.�:cepted [��ss�ipi�on af G�ft a�te �iftAcc�pt�d D�seri�tio:� �sf �i�t ��te t3iR?�ec:ept�d Des€�pti�n c�f Gafi f,attaah additianal ^�+rr�is as n�-;_^�s�y� s aFFtDAVfT I�"#E,3f Ll�±�f �."I'all} C�i �}ef�l{i� ?1131. Ilt? 3t�7L�e EL3�lE.'R�,'11 16 i1Y1� 3'1��. Ci.T"tt�. 1 3Ci".I'x7i":��� ��S :h� dlscj��ure ���les t�a a`,a•nJiy rne�riaar (as c�itrr�tl by ;>ec;d�n iF6.C�711.=a, ?�ca' saYErtt�rt�l �cuie; oS tlY� teral q�'t�'�ms��C �iiii:.�P. I 3Is� ackPoai�lg= thai tPdfi 57�t�t3vtt c7s�ts zt� 12-rncrft� p�rfa� tl�.r:�ed �y' ::r��ticr� 1 To.a73;a;, Lc:a Gave_r��n��t Ce���. Sig�a�re a� L�c� U�+iaanrt2ent ��ic�� ..==1it Ms7T.'.�tY �TAfRP : �L-'AL A;3GE'."c. �a�am iu snti�� sutrscri�c� be`�.�c rnt, bY �1'�� �id� ihl. tht dsu ��! �G , :c �e�tY'a�rh:_h.'��M.n^�s my h.�n� �n� �a) ci� H�'PI��. .:�P�na�u�a+ at afficts a�yminf:�4eenQ �sG� Palr�te� a�ame ci �'flcer3�minMtcnn4 �� T5'.le a` otY.r+r admk�lsterinq aaih .a��ptw� a�r,�i�ao � 1 2 END OF SECTION CITY OF FORT WORTH BRICK PAVEMENT REPAIR (2014-12) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GGO1-537ll0-0202007 Revised July 1, 2011 0o a � o0 BID FORM Page 1 of3 TO: The City Manager c/o: Tlie Purchasing Department 1000 Throckmorton Street City of Fort Wordi, Texas 76102 FOR: City Project No.: 537110-0202007 Units/Sections: BRICK PAVING 1. Enter Into Agreement SECTION 00 41 00 BID FORM BRICK PAVEMENT REPAIR (2014-12) Tlie undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement witli City in Hie fonn included in tlie Bidding Documents to perfonn and fuinish all Work as specified or indicated in tl�e Contract Documents for the Bid Price and witUin the Contract Time indicated in this Bid and in accordance with the otlier tenns and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of tl�e tenns and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including �viUiout limitation those dealing witl� the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the rec�uired 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 tl�is Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in confonnity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirecYly induced or solicited any other Bidder to submit a ialse 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 convpt, fraudulent, collusive, or coercive practices in competing for the Conh�act. Far tl�e purposes of this Paragrapl�: a. "coirupt practice" means the offering, giving, receiving, or soliciting of any tl�ing of value likely to influence the action of a public official in tl�e 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 fi•ee and open competition. c. "collusive practice" means a scheme or an•angement between two or more Bidders, with or without the knowledge of City, a puipose of which is to establish Bid prices at artificial, non-competitive levels. d. "coercive practice" means l�arming ar tl�reatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of tl�e Contract. CITY OP FOKT NORTH STANDARD CONSTRUCTION SPECIFICATION DOCUDIENTS Fomi Revised 20110627 Ft. Worth - Brick Paver Repair 2014-12 z o..,.,...,,rr.,,,.«:,... TI.., Rz-��c.—nicioce_�•J.7.... ,,..1........1.�.�,. � a,.,« ti,e-fell��,ri�es-�3�tst-be ". �...,,�,� ,..•�., �'•.•,�.�,,, ,.�•�i 2��e ��t:�e-ters-�atjci--s�ttk�eeflt�r'ac�ets: a. b. c. d. 0o a i o0 BiU FORT1 Pnge 2 of 3 4. Time of Completion 4.1. The Work will be complete for Final Acceptance �vithin 210 days after the date wlien tl�e tlie Contract Time commences to �un as provided in Paragraph 2.03 of tlie General Conditions. 4.2. Bidder accepts tl�e provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or acl�ievement of Milestones} within tl�e times specified in tl�e Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Fonn b. Required Bid Bond, Section 00 43 13 issued by a surety meeting tlie requirements of Paragraph 5.0] of tl�e General Conditions. c. Proposal Form Section d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) gn..,,,..�.,,:E:,.,..:,.., c.,..o.,,� , g. Conflict of Interest Affidavit, Section 00 35 13 1�. Any additional documents tl�at may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete tlie Work in accordance witl� the Contract Documents for the following bid amount. In tlie space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid p�ices for each pay item by the respective estimated quantities sl�own in this proposal and then totaling all of tl�e eatended amounts. Total Bid 7. Bid Submittal Tl�is Bid is submitted on CITY OF FORT 1VORTH STANDARD CONSTRUCTION SPECIPICATION DOCUn1ENTS Ponn Revised 201 10627 26-Jun-14 $307,458.00 by the entity named below. Ft. Worth - Brick Paver Repair 2014-12 ooai o0 BID FORM Page 3 of 3 Respectfully submitted, By: (Signature) Curtis J. Green (Printed Name) Title: Vice President Company: C. Green Scaping, LP Address: 2401 Handley Edeiville Rd. Ft. Worth, TX 76118 State of Incoiporation: Texas Email: cqreen n(n�qreenscapinq.com Phone: 817-577-9299 C1TY OP PORT \VORTH '� STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS '�. Fonn Revised 20110627 END OP' SECTION. Receipt is ackno�vledged of tl�e Initial following Addenda: Addendum No. 1: Addendum No. 2: Addendum No. 3: Addendum No. 4: Co�porate Seal: Ft. Worth - Brick Paver Repair 2014-12 aoazas 61DPROPOSAL Page 1 of! S�CTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application I'roject Item Information Bidder's Proposai Bidlist Item Specification Unit of Bid Description Unit Price Bid Value No. Section No. Measure Quantity 1 0135.0201 Remobilization 01 70 00 EA 1 $500.00 $500.00 2 0241.1000 Remove Conc Base 02 41 15 SY 180 $19.20 $3,456.00 3 0241.1200 Remove Brick Pavement 02 41 15 SY 2,300 $23.30 $53,590.00 4 0241.1300 Remove Concrete Curb & Gutter 02 41 15 LF 300 $15.70 $4,710.00 5 3213.0201 6" Conc Base HES 32 13 13 SY 180 $75.40 $13,572.00 6 3213.0208 Conc HES Extra depth 32 13 13 CY 20 $253.00 $5,060.00 7 3213.0700 Joint Sealant 32 13 73 LF 300 $2.70 $810.00 8 3214.0100 Brick Pavement 32 14 16 SY 2,300 $90.60 $208,380.00 9 3214.0101 Brick Pavement Joints 33 14 16 SY 300 $22.40 $6,720.00 10 3216.0102 Concrete Curb and Gutter 32 16 13 LF 300 $22.20 $6,660.00 11 3305.0108 Miscellaneous Adjustment (Utilities) 33 05 14 LS 1 $4,000.00 $4,000.00 TOTAL 13ID $307,458.00 CITY OF FORT \\'ORTH STANDARD CONSTRUCTION SPECIFICATION DOCUkiENTS Fonn Revisecl 20110( 27 FL R'orlh - Bnck Pavcr Repair 2014-12 . 00 43 37 VENDOR COn1PL1ANCE TO STATE LA\V 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 nom•esident bidders. Tliis law provides tl�at, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors wl�ose corporate offices or principal place of business are outside tl�e State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lo�ver tl�an 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. Tlte appropriate blanks in Section A must be filled out by all nom�esident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify tl�at bidder. Resident bidders must cl�eck tl�e box in Section B. A. Nom�esident bidders in the State of ' Szate 1�eFe ur t3ltuik ;, our principal place of business, are required to be %, Herc i percent lower than resident bidders by State Law. A copy of tlie statute is attacl�ed. Nom-esident bidders in the State of Sialc Flc��e c�r BI<�i�k ', , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. � BIDDER: Company: C. Green Scaping, LP Address: 2401 Handley Edeiville Rd. 0 Ft. Wortfl, TX 76118 By: Curtis J. Greei _. �_________-.----- (Signature) Title: Vice President Date: I e � 2 �..0. � �`i� �ND OF S�CTION CITY OF �ORT WORTH STANDARD CONSTRUCTION SPECI�ICATION llOCUn4ENTS �onn Revised 20110627 �t. �i'orth - Brick Paver Repnir 2014-12 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 2 3 4 5 6 � 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifes that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 01820. Contractor further certi�es that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: - C �. X�� 1 t l l� By: ��� Company �% , �' ��� `�' ; �--' `� � .���a re: _ Address -�"" — � U����-'� �,� �� i") Title: - YLF City/State/Zip �—� THE STATE OF TEXAS COUNTY OF TARRANT � � ( �ease _� , � (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared Cp.-N'1IP �r� IZU i� , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of C. re i for the purposes and consideration therein expressed and in t e c acity therein stated. GIVEN i1NDER MY HAND AND SEAL OF OFFICE this � day of t��C�VeM�� , 201�{: `,,,,��",,• STAC `���p1P.�• pV6���� Y GEIGENMILIER ?_: ��: Notpry Pubiic, State of Texas ��. 'P`: My Commission Expires ',;epFs`':� March 13, 2018 �„���„��� �A -1,� �Y� YY�CJ'�1 Notary Publi m and fo the State of Texas END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUM�NTS Revised July 1, 2011 00 45 40-1 MINORITY AND WOMEN BUSINESS ENTERPRISE GOAL Page 1 of 1 1 SECTION 00 45 40 2 MINORITY BUSINESS ENTERPRISE GOAL 3 APPLICATION OF POLICY 4 If the total dollar value of the contract is greater than $50,000, then the MBE subcontracting goal 5 may be applicable. If the total dollar value of the contract is $50,000 or less, the MBE 6 subcontracting goal is not applicable. 7 8 POLICY STATEMENT 9 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority 10 Business Enterprises (MBE) in the procurement of all goods and services. All requirements and 11 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 MBE PROJECT GOAL The City's MBE goal on this project is ll% of the total bid (Base bid applies to Parks and Community Services). Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts greater than $50,000 where a MBE subcontracting goal is applied, bidders are required to comply with the intent of the City's Business Diversity Ordinance by one of the following: 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or 3. Good Faith Effort documentation, or; 4. Waiver documentation. Failure to comply with the City's Business Diversity Ordinance shall result in the Bid being considered non-responsive. Any questions, please contact the M/WBE Office at (817) 212-2674. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following times allocated, m order for the entire bid to be considered responsive to the specifications The — - -..... ---_ . ...---- 4fferor shall dehver the MBE documentatian in person to the appropriate employee of the Managing Department and obtain a date/time receipt. Such receipt shall be evidence that the City received the _ documentation in the time allocated. A faged co y will not be acce ted. 1. Subcontractor Utilization Form, if goal is met received by 5:00 p.m., five (5) City business days after or exceeded: the bid o enin date, exclusive of the bid o enin date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after Utilization Form, if participation is less than the bid opening date, exclusive of the bid opening date. stated oal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after Utilization Form, if no MBE artici ation: the bid o ening date, exclusive of the bid o enin date. 4. Prime Contractor Waiver Form, if ium will received by 5:00 p.m., five (5) City business days after erform all subcontractin /su lier work: the bid o enin date, exclusive of the bid o enin date. 5. Joint Venture Form, if utilizing a joint venture received by 5:00 p.m., five (5) City business days after to meet or exceed goal. the bid opening date, exclusive of the bid opening date. END OF SECTION CTTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 29, 2012 BRICK PAVEMENT REPAIR (2014-12) GGO1-537110-0202007 00 52 43 - 1 Agreement Page I of 4 SECTION 00 52 43 2 THIS AGREEMENT, authorized on September 23, 2014 is made by and between the City of 3 Forth Worth, a Texas home rule municipality, acting by and through its duly authorized City 4 Manager, ("City"), and C. GREEN SCAPING LP, authorized to do business in Texas, acting by and 5 through its duly authorized representative, ("Contractor"). 6 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 7 follows: 8 Article 1. WORK 9 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 10 Project identified herein. 11 Article 2. PROJ�CT 12 13 14 15 16 17 18 19 The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: BRICK PAVEMENT REPAIR (2014-12) AT VARIOUS LOCATIONS GGO 1-539590-0202007 Article 3. CONTRACT TIME 3.1 Time is of the essence. All time limits for Milestones, if any, and Final Acceptance as stated in the Contract Documents are of the essence to this Contract. 20 3.2 Final Acceptance. 21 The Work wili be complete for Final Acceptance within 150 days after the date when the 22 Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 23 33 Liquidated damages 24 25 26 27 28 29 30 31 32 33 Contractor recognizes that time is of the essence of this Agreement and that City will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.2 above, plus any extension thet�eof allowed in accordance with Article 12 of the General Conditions. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof , Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay City Six Hundred Fifty Dollars ($650.00) for each day that expires after the time specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 09, 2011 BRICK PAVEMENT REPAIR (2014-12) GGO 1-537110-0202007 34 Article 4. CONTRACT PRIC� 00 52 43 - 2 Agreement Page 2 of 4 35 City agrees to pay Contractor for performance of the Work in accordance with the Contract 36 Documents an amount in current funds of THREE HUNDRED SEVEN THOUSAND FOUR 37 HUNDRED FIFTY EIGHT DOLLARS AND ZERO CENTS (307,458.00). 38 Article 5. CONTRACT DOCUM�NTS 39 5.1 CONTENTS: 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 A. The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non-Resident Bidder 3) Prequalification Statement 4) State and Federal documents (project specifrc) b. Current Prevailing Wage Rate Table a Insurance ACORD Form(s) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Aff'idavit i. MWBE Commitment Form 3. General Conditions. 4. Supplementary Conditions. 5. Specifications specifically made a pai�t of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 09, 2011 BRICK PAVEMENT REPAIR (2014-12) GG01-537110-0202007 00 52 43 - 3 Agreement Page 3 of 4 73 Article 6. INDEMNIFICATION 74 75 76 77 78 79 80 81 82 83 84 85 86 87 88 89 90 91 92 93 94 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification nrovision is snecificallv intended to oqerate and be effective even if it is alle�ed or proven that all or some of the damages being sou�ht were caused, in whole or in part, bv anv act, omission or neEligence of the city. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the city, arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alle�ed or proven that all or some of the damages bein� souEht were caused, in whole or in part, bv any act, omission or ne�li�ence of the citv. Article 7. MISCELLANEOUS 95 7.1 Terms. 96 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 97 have the meanings indicated in the General Conditions. 98 7.2 Assignment of Contract. 99 This Agreement, including all of the Contract Documents may not be assigned by the 100 Contractor without the advanced express written consent of the City. 101 73 Successors and Assigns. 102 City and Contractor each binds itself, its partners, successors, assigns and legal 103 representatives to the other party hereto, in respect to ali covenants, agreements and 104 obligations contained in the Contract Documents. 105 7.4 Severability. 106 Any provision or part of the Contract Documents held to be unconstitutional, void or 107 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 108 remaining provisions shall continue to be valid and binding upon CITY and 109 CONTRACTOR. 110 7.5 Governing Law and Venue. 111 This Agreement, including all of the Contract Documents is performable in the State of 112 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 113 Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 09, 2011 BRICK PAVEMENT REPAIR (2014-12) GGO1-537110-0202007 00 52 43 - 4 Agreement Page 4 of 4 114 7.6 Other Provisions. 115 The Contractor agrees to pay at least minimum wage per hour for all labor as the same is 116 classified, promulgated and set out by the City, a copy of which is attached hereto and 117 made a part hereof the same as if it were copied verbatim herein. 118 7.7 Authority to Sign. 119 120 121 122 123 124 125 126 127 128 129 130 131 132 133 134 135 136 Conh�actor shall attach evidence of authority to sign Agreement, if other than duly authorized signatory of the Contractor. IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple counterparts. This Agreement is effective as of the last date signed by the Parties (`Bffective Date"). Assistant City Attorney ,----- -- - --=_- �F���i�1�4. �i��'i��� �`i��� ���i������ f�"u'�I��$EHIs � APPROVAL RECOMMENDED: �. �J. L� � ( Douglas � Wiersig, P.E. � DIRECTOR, �� Transpor�tation and Public Works CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 09, 201 I BRICK PAVEMENT REPA[R (2014-12) GGO 1-537110-0202007 C ntractor: City of Fort Worth �' - �--� i�'�iv� c�''r�-�� � r x, �—� . � �—' . �� / 1 2 3 4 5 6 7 That we, C. Green Scapinq, LP, known as "Principal" herein and 8 � Q�r ,.j( � CA�1 `��(l�v 1�GL�(1�,Qyl,)? 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 more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created 11 pursuant to the laws of Texas, known as "City" herein, in the penal sum of, TIIIZEE HONDRED 12 SEVEN THOUSAND FOUR IIUNDRED FIFTY EIGHT DOLLARS AND Z�RO CENTS 13 (307,458.00), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas 14 for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, 15 16 17 18 19 20 21 22 23 24 006] 13-I PERFORMANCE BOND �b � � - 1 O . O ��(� � � �� � Page 1 of 2 N � S�CTION 00 61 13 PERFORMANCE BOND THE STAT� OF TEXAS § § KNOW ALL BY THESE PR�S�NTS: COUNTY OF TA.RRANT § administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the City awarded the 23 day of Sentember, 2014, which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories defined by law, in the prosecution of the Work, including any Change Orders, as provided for in said Contract designated as BRICK PAVEMENT REPAIR (2014-12) AT VARIOUS LOCATIONS, GGO1-537110-0202007 NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 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 29 30 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 BRICK PAVEMENT REPAIR (2014-12) GGO1-537110-0202007 00 61 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 WH�R�OF, the Principal and the Surety have SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the � day of 6 � ' n , , 20�. 7 8 9 10 11 12 13 ATTEST: 14 ° IS 1 � _ 16 (Princip Secretar 17 18 19 20 • 21 22 Witness as to Principal 23 24 25 26 27 28 29 30 31 32 33 34 35 3 C%�Q� 37 W' ess as to S ety 38 39 40 P NCI AL: _ , /�) ' �7 Y`�� c�� /�/ �'k _ � �" '' -r--��� i � ��L' �'1� � � � � rV� �C�.r--�� Address: � l , � �� . ' ,��� � / I. � ' . � : ��� , , �. , - ' • ' � �.. 7i. J- _ � Y' ,i �v � � � .. / : � Address: 'Q - — �j � , Telephone Number: q�- �jg� '" -1 �Q � 41 *Note: If signed by an officer of the Surety Company, there must be on fle a certified extract 42 from the by-laws showing that this person has authority to sign such obligation. If 43 Surety's physical address is different from its mailing address, both must be provided. 44 The date of the bond shall not be prior to the date the Contract is awarded. 45 CITY OF FORT WORTH BRICK PAVEMENT REPAIR (2014-12) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GG01-537110-0202007 Revised July 1, 2011 Name and Title 00 61 14 - 2 PAYMENT BOND Page 2 of 2 1 IN WITN�SS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the _c�� day of 3 �� C-�-o � , 20�. 4 ATTEST: (Principal) cretary Witness as to Principal ATTEST: (Surety) Secr tary ������� Name and Title Address: -J�,-k= `��' `r 1'Vl � t�z�. �, � �J � r �r � � -4-�or� 1 r�,....-��...e� Name and Title Address:� '� N . � � � . _-Q� , `�) ' °7 10,� C"�� ' ness as to urety Telephone Number: ��� � � e 5 6 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 7 bylaws showing that this person has authority to sign such obligation. If Surety's physical 8 address is difFerent from its mailing address, both must be pt�ovided. 9 10 The date of the bond shall not be prior to the date the Conh•act is awarded. 11 12 �ND OF S�CTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMEN'I'S Revised July 1, 2011 BRICK PAVEMENT REPAIR (2014-12) GGO1-537110-0202007 �,,� j� o. 0 ZZ-o 3 l� 8 Gi � 1 2 3 4 5 6 7 8 9 ]0 11 12 13 14 15 16 17 18 THE STATE OF TEXAS COUNTY OF TARRANT SECTION 00 61 19 MAINTENANCE BOND . 00 61 19 - 1 MAINTENANCE BOND Page I of 3 KNOW ALL BY TI�SE PR�S�NTS: That we C. Green Scaping, LP, known as "Principal" herein and �2'�' '�-YY1PX�l C.a...1�1 ZYISt� it�(1 �� a�corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the sum of THRE� HUNDRED SEVEN THOUSAND FOUR HUNDRED FIFTY EIGHT DOLLARS AND ZERO CENTS (307,458.00), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made unto the City and its successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. 19 WHEREAS, the Principal has entered into a certain written contract with the City awarded 20 the 23 day of September, 2014, which Contract is hereby referred to and a made part hereof for 21 all purposes as if fully set forth herein, to furnish all materials, equipment labor and other 22 accessories as defined by law, in the prosecution of the Work, including any Work resulting from 23 a duly authorized Change Order (collectively herein, the "Work") as provided for in said contract 24 and designated as BRICK PAVEMENT REPAIR (2014-12) AT VARIOUS LOCATIONS, 25 GGO1-537110-0202007; and 26 27 WH�I2�AS, Principal binds itself to use such materials and to so construct the Work in 28 accordance with the plans, specifications and Contract Documents that the Work is and will 29 remain free fi•om defects in materials or workmanship for and during the period of two (2) years 30 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 31 32 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 33 upon receiving notice from the City of the need therefor at any time within the Maintenance 34 Period. C1TY OF FORT WORTH BRICK PAVEMENT REPAIR (2014-12) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GG01-537110-0202007 Revised July i, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 00 61 19 - 2 MAINTENANCE BOND Page 2 of 3 NOW TAEREFORE, the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by City, to a completion satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Coui�t for the Northern District of Texas, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 BRICK PAVEMENT REPAIR (2014-12) GGO1-537110-0202007 00 61 19 - 3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WH�REOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized a ents and officers on this the �_ day of 3 'bc�-�-��.Q,�, Zo�. 4 5 6 7 8 9 10 11 ATTEST: 12 � 13 14 (Principal) ecretary 15 16 17 18 � 19 20 Witness as to Principal 21 22 23 24 25 26 2� 28 29 ATTE : � 30 31 "(,�-�� 32 (Surety) Secret ry 33 3 - 35 Wi es s to S•ety 36 �-����� ,,�-� Address: �� �� � ' � � � �-�: i�y�, � ��> K��� ;� __ . 1 SU T : `r �^ .��_ C�-. U BY: Signatur �-�.. I�.r . ��or�e.�-� ; � ��-�,-� ----5 N�me and Title Address: � , � �� � � O Telephone Number: ��- 3 g�- °1 �� I 37 *Note: If signed by an offcer of the Surety Company, there must be on file a certified extract 38 from the by-laws showing that this person has authority to sign such obligation. If 39 Surety's physical address is different from its mailing address, both must be provided. 40 The date of the bond shall not be prior to the date the Contract is awarded. 41 C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 201 I BRICK PAVEMENT REPAIR (2014-12) GG01-537110-0202007 Name and Title THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. ssoo�az American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company WestAmerican Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire & Casualty Company antl The Ohio Casualty Insurance Company are corporations duly organized under the laws of ihe Siate of New Hampshire, ihat Liberty Mutual Insurance Company is a corporation duly organized under thelaws of ihe Siaie of Massachusetts, and WestAmerican Insurance Company is a corporation duly organized underthe laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by auihoniy herein set forth; does hereby name, constitute and appoint, James E. Kinq; Jeff P. Kinq; Kylie Kelsoe; Rachyl Mead all of the city of oenton , staie of Tx each individually if there be more than one named, its irue and lawful attomey-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as sureiy and as its aci and deed, any and all undertakings, bontls, recognizances and other surety obligaiions, in pursuance of ihese presents and shall be as binding upon the Companies as if ihey have been duly signed by the president and attestedby the secreiary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attomey has been subscribed by an authorized officer or official of the Companies and the corporate seals of ihe Companies have been affixed thereto ihis 51h day of June 2014 �, American Fire and Casualty Company � The Ohio Casualty Insurance Company N Liberty Mutual Insurance Company � WestAmericanlnsuranceCompany •N � " � . � By; � � � STATE OF PENNSYIVANIA ss David M. Care ; Hssistant Secretary C ta COUNTY OF MONTGOMERY = ' — O On this 5th day of June , 201 a; before me personally appeared Davitl M. Carey, who acknowledged himself to be the Assistant Secretary of American Fire and Casualty Company, l.iberty Muival Insurance Company, The Ohio Casualty Insurance Company, and West American Insurance Company, and that he, as such, being authorized so io tlo, �,W execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officec � � IN WITNESS WHEREOF, I have hereunto subscribed my name, and affixed my notanal seal at Plymouth Meeiing, Pennsylvania, on ihe day and year first above wntten. O G � n w �� � ����� ��,Q�J� Q M By: ���il.l�u'pc� � O � � � � � � � � �� Teresa PasteUa, Notary Public ��� � �� y � � d � This Power ofAttomey is made and executed pursuani lo and by'�uthority of ihe foilowing By-laws and Authorizations ofAmencan Fire and Casualty Company, The Ohio Casualtylnsurance N o Company, Liberiy Muival Insurance Company, and WesiAmenca"n Insurance Company which resolutions are now in full force and effect reading as follows: �� . .,, � ARTICLEIV—OFFICERS—Section12.PowerofAttomey.Anyo�cerorotherofficialoftheCorporationauthorizedforthatpurposeinwritingbytheChairmanorihePresident,andsubject O c to such limitaiion as ihe Chairman or ihe President may prescribe, shail appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, �� acknowledge and deliver as surety any and ail untlertakings, bonds, recognizances and oiher surety obligations. Such attomeys-in-fact, subjeci to ihe limitations set forth in their respective -a 3 powers of attomey, shail have fuli power to bind the Gorporation by their signaiure and execuiion of any such instruments and to attach ihereto the seal of the Corporation. When so � d executed, such instrumenis shall be as binding as if signed by ihe President and ariested to by the Secretary. Any power or authority granied to any represeniative or attomey-in-fact under > o ihe provisions of this article may be revoked ai any time by the Board, the Chairman, the President or by the officer or offcers graniing such power or authority. �� ARTICLE Xill — Execution of Contracts — SECTION 5. 8urety Bonds and Undertakings. Any o�cer of the Company authorized for ihai purpose in writing by the chairman or ihe president, �� and subject to such limitations as ihe chairman orthe president may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company io make, execute, L M seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligaiions. Such ariomeys-in-fact subject to the limitations set forth in their �� respective powers of attomey, shall have full power to bind the Company by their signature and execution of any such instn�ments and to attach thereto the seal of ihe Company. When so v� executetl such instruments shall be as binding as if signed by the presideni and aflested by ihe secretary. � c� Certificate of Designation — The President of ihe Company, aciing pursuant io the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoini such attomeys-in- ~ T fact as may be necessary to act on behalf of the Company to make, ezecute, seal, acknowledge and deliver as surety any and ail undertakings, bonds, recognizances and olher surety obiigations. Authorization — By unanimous consent of the Companys Board of Directors, the Company consents that facsimile or mechanicaily reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attomey issued by the Company in connection wiih surety bonds, shall be valid and binding upon ihe Company with the same force and effect as though manually affixed. I, Gregory W. Davenport, the undersigned, Assistant Secretary, of Amencan Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual �nsurance Company, and West American Insurance Company do hereby certify ihat the original power of attomey of which the foregoing is a full, true and correct copy of ihe Power of Attomey executed by said Companies, is in full force antl effect and has not been revoked. �� �� � IN TESTIMONY WHEREOF,1 have hereunio set my hand and affixed the seals of said Companies this day of �� i!/� , 20 � _ By: Gregory W. Davenport, Assistant Secretary LMS_12873_122013 62 of 100 � 1 P THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. ssooisa American Fire and Casualty Company . Liberty Mutual Insurance Company The Ohio Casualty Insurance Company WestAmerican insurance Company POWER OF ATTORNEY . KNOWN ALL PERSONS BY THESE PRESENTS: ThatAmerican Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under ihe laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized underthe laws of ihe State of Massachusetts, and WestAmerican Insurance Company is a corporation duly organized under the laws of ihe State of Indiana (herein collectivety called the "Companies"), pursuant to and by authority herein sei forth, does hereby name, constiiuie and appoint, James E. King• Jeff P. Kinq; Kylie Kelsoe• Rachyl Mead � all of the ciiy of Denton , state of TX each individually if there be more ihan one named, iis irue and lawful atiomey-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as sureiy and as its act and tleed, any and all undertakings, bonds, recognizances and other surety obiigaiions, in pursuance of these presents and shall � be as binding upon ihe Companies as if they have been duly signed by the president and attested by ihe secreiary of the Companies in iheir own proper persons. IN WITNESS WHEREOF, this Power oiAttomey has been subscribed by an authorized o�cer orofficial of ihe Companies and the corporate seals of the Companies have been a�xed thereio this 5th day of June 2oi a j, American Fire and Casuaity Company � I The Ohio Casualty Insurance Company N Liberty Mutual Insurance Company � WestAmerican Insurance Company �N IN � .� � � � � , , , , By. '� STATE OF PENNSYLVANIA ss David M. Care ; Assistant Secretary � _ L COUNTY OF NIONTGOMERY = � IL� On this 5th day of June , 2oi a, before me personaliy appeared David M. Carey, who acknowledged himself to be ihe Assistant Secretary of Amencan Fire and �� �� Casualiy Company, Liberty Muival Insurance Company, The Ohio Casualty Insurance Company, and WestAmerican Insurance Company, and that he, as such, being auihorized so to do, � W p� execute ihe foregoing instrument for the purposes therein contained by signing on behalf of ihe corporations by himself as a duty authorized officer. c� �� IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal ai Plymouih Meeting, Pennsylvania, on ihe day and year first above written. O Q. I�� � /� ',�� � aM � ,���� ���!� "- �' C N gy; � O D i � � �"�� ' � "" � ��� "� � � � �Teresa Pastelia , �Notary Pubiic - �� �� y � I�O— i, tC p� �� . ,�,�... .;. ,..., .�-. � ��� c� This Power ofAttomey is made and executed pursuant to and by autliority of the following By-laws and Auihorizations ofAmerican Fire and Casualty Company, The Ohio Casualty Insurance !n o y; Company, Liberty Muival insurance Company, and:We'stAmerican Insurance Company which �esolutions are now in full force and effect reading as follows; �� � IR L ARTICLEIV—OFFICERS-Section12.PowerofAttomey.AnyofficerorotherofficialoftheCorporationauthorizedforthatpurposeinwritingbytheChaitmanorthePresideni,andsubject O� -� 4? to such limitaiion as the Chairman or the President may prescribe, shall appoint such attomeys-in-fact, as may be necessary to aci in behalf of ihe Corporation to make, execute, seai, ,� � O= acknowledge and deliver as surety any and all underiakings, bonds, recognizances and other sureiy obligaiions. Such attomeys-in-fact, subject to the limitations set forth in their respective � 3 E� powers of attomey, shall have full power to bind ihe Corporation by their signature and execution of any such instrumenis and to attach ihereto the seal of the Corporaiion. When so � d Ip� executed, such instruments shall be as binding as if signed by the President and ariested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under >= �� ihe provisions of this article may be revoked at any time by the Board, the Chairman, ihe President or by the officer or officers granting such power or authoniy. �� �y � ARTICLE XIII — Execution of Contracis - SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized forthat purpose in wnting by ihe chairman or the president, �� � i and subject to such limitaiions as the chairman or the president may prescribe, shall appoini such attomeys-in-fact, as may be necessary io act in behaif of the Company to make, execute, � M O� seal, acknowledge and deliver as sureiy any and all untlertakings, bonds, recognizances and oiher surety obligations. Such attomeys-in-fact subject to the limitaiions set forth in their �� Z v res pective powers of attome y, shall have full powerto bind the Com pan y b y their si gnature and execuiion of any such instrumenis and to attach thereto ihe seal of the Company. When so_ �� executed such instruments shall be as binding as if signed by the president and ariested by ihe secretary. 0 cfl � Certificate of Designation - The President of ihe Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such ariomeys-in- ~� fact as may be necessary io act on behalf of the Company to make, ezecute, seal, acknowledge and deliver as sureiy any antl all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors; the Company consents ihat facsimile or mechanically reproduced signature of any assistant secretary of the f Company, wherever appearing upon a certified copy of any power of attomey issued by the Company in connection wiih surety bonds, shall be valid and binding upon ihe Company with 6 the same force and effect as though manually affixed. l, Gregory W. Davenport, ihe undersigned, Assisiant Secretary, ofAmerican Fire and Casuaity Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and ` Wesi American Insurance Company do hereby certify that the original power of attomey of which the foregoing is a full, true and correci copy of ihe Power ofAttomey executed by said � Companies, is in full force and effect and has not b� n revoked. p �� y ��� ��� '� IN TESTIMONY WHEREOF, I have hereunto set m hand antl a�xed the seals of said Com anies ihis da of , 20 � By' � Gregory W. Dave�port, Assistant Secretary � �` LMS 12873 122013 63 Of 100 � THIS POWER OF ATTORNEY IS NOT VA�ID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. � Certificate No. ssooisa American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company WestAmerican Insurance Company � POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire 8 Casuaity Company and The Ohio Casualty Insurance Company are corporaiions duly organized under ihe laws of �'' the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under thelaws of ihe Siate of Massachuseris, and WestAmerican Insurance Company is a corporation duly organized under the laws of ihe Siate of Indiana (herein collectively called the "Companies°), pursuant to and by auihoriiy herein set forth, does hereby name, constitute and appoint, James E. King; Jeff P. King; Kylie Keisoe• Rachyl Mead rall of ihe city of oenton , state of TX each individuaily if there be more than one named, its irue and lawful attomey-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall � be as binding upon the Companies as if they havebeen duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attomey has been subscribed by an authonzed o�cer or official of the Companies and ihe corporate seals of the Companies have been affixed thereto this 5th day of June , 2014 �, - American Fire and Casuaity Company ` a I The Ohio Casualty Insurance Company �n Liberty Mutual Insurance Company = West merican Insurance Company •N ,) � °� By` � ' � +� STATE OF PENNSYLVANIA ss David M. Care , Assistant Secretary � � � COUNTY OF MONTGOMERY � I�� On ihis 5th da of June , 2oia , before me ersonall a eared David M. Care who acknowled ed himself to be ihe Assistant Secreta of Amedcan Fire and v F �� Y p Y pP Y� 9 ry �� Casuaity Company, Liberty Muival Insurance Company, The Ohio Casualty Insurance Company, antl WestAmerican Insurance Company, and ihat he, as such, being authorized so to do, �, W p� execute ihe foregoing insirument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. � C d� IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Ptymouth Meeting, Pennsyluania, on the day and year firsnt above written. O Q. d � ' /f'� +�-� o I = � v .�� /�� � M � � By: /( L 'C , O L ` ' " ` Teresa Pastella , Notary Public �� I_� 3� ai o � ;� . o p,d; a� �'L This Power ofAtiomey is made and executed pursuant to and by authority of the following By-laws and Authodzaiions ofAmerican Fire and Casuaity Company, The Ohio Casualty Insurance N o y+,, Company, Liberty Mutual Insurance Company, and' We§tAmerican Insurance Company which resolutions are now in fuli force and effect reading as follows: ,s � Ica L ARTICLE IV— OFFICERS - Section 12. Power ofAttomey. Any officer or other official of the Corporation authorized forthat purpose in writing by the Chairman orthe Presideni, and subject O c .� a? to such limitaiion as the Chairman or the P�esident may prescribe, shail appoint such aKomeys-in-fact, as may be necessary to act in behaif of the Corporation to make, execute, seai, �� O= acknowledge and deliver as surety any and ali undertakings, bonds, recognizances and oiher surety obligations. Such attomeys-in-fact, subject to the limitations set forth in their respective � 3 �� powers of attomey, shaii have fuU power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so � a> ( 0� executed, such instrumenis shail be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under >'� � �� the provisions of this article may be revoked at any time by the Board, the Chairman, ihe President or by the officer or officers granting such power or authoriiy. _� �= ARTICI.E XIII — Execution of Contracts — SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in wriiing by the chairman or ihe president, � 00 � L and subject to such limitations as the chairman or the presiden! may prescribe, shall appoint such attomeys-in-fact, as may be necessary io act in behalf of ihe Company to make, execute, � M O 3 seal, acknowiedge and deliver as sureiy any and ali undertakings, bonds, recognizances and other surety obligaiions. Such attomeys-in-fact subjeci to ihe limitations set forih in their �� Z v respeciive powers of attomey, shall have full power to bind ihe Company by iheir signature and execution of any such instruments and to attach ihereto the seal of the Company. When so v o executed such instruments shall be as binding as if signed by the president and attested by the secretary. � cfl Certificate of Designation -The Presitlent of the Company; acting pursuant to the Bylaws of ihe Cpmpany, authorizes David M. Carey, Assistant Secretary io appoint such attomeys-in- ~� i� fact as may be necessary to act on behalf of the Company to make, ezecute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety i � obligations. Authorization — By unanimous consent of the Company's Board of Directors, ihe Company consenis that facsimile or mechanically reproduced signature of any assistant secretary of the c�' Company, wherever appearing upon a certified copy of any power of attomey issued by ihe Company in conneciion with surety bonds, shall be valid and bintling upon the Company wiih the same force and effect as though manually affixed. I, Gregory W. Davenport, the undersigned, Assisiant Secretary, ofAmerican Fire and Casualty Company, The Ohio CasuaRy Insurance Company, Liberty Muivai Insurance Company, and West American Insurance Company do hereby certify that the original power of attomey of which the foregoing is a full, true and coRect copy of the Power of Attomey executed by said � Companies, is in full force and effect and has not been revoked. Y P � Y ��-� -�- • IN TESTIMONY WHEREOF, i have hereunto set m hand and a�xed ihe seals of said Com anies ihis da of O �� , 20 � t ` gY' �—' Gregory W. Davenport, Assistant Secretary � k'' LMS 12873_122013 . . . � . � . � . - .. 64 of 100 F'olicy No. BA8�42595 THIS ENDC7RSEMENT CHANGES THE PULIGY. PLEASE REI�Ct IT CAREFULLY. E#USIt�ESS AUTQ EKTENSION EN��RSEiIAEt��T COVERAGEINDEX Descriptian Page TEMF'ORARY SUBSTITUTE AUTO PHYSICAL DAMAGE 1 BROAD FORM INSURED 2 EMPLOYEES AS INSUREDS 2 ADDITIONAL INSURED BY CONTRACT, AGREEMENT OR PERMIT 2 SUPPLEME(�TARY PAYMENT5 2 AMENDED FELLOVU EMPLOYEE EXCLUSI�N 3 HIRED �UTC,� PHYSICAL DAMAGE 3 TOV1tING AND LABOR 3 PH`(SICAL DAMAGE- ADDITIONAL TRANSPORTATION EXP�PdSE �OVERAGE 3 RENTAL. REIMBURSEMENT �} EXl"RA EXF'ENSF - BROADENED COVERA�E 4 PERSONAL EFFECTS COVERAGE � 4 AIR�AG C�VERAGE 4 LEASE �AP 4 GLASS REPAIR - WAIVER OF DEDUCTIBLE 5 DRIVE �THER CAR FOR EXECUTIVE OFFICERS 6 UNINTENTIQNAL FAiLURE TO DISCL�SE HAZARDS 7 ANIENDED DUTIE� IN THE EVEt�1T OF ACCIDENT, CLAIM, SUIT, OR LC)SS 7 BODILY INJIJRY REDEFINED 7 EXTENDED CANGELLATION CONDITION 7 The foilowing modifies insurance undei-the: BUSINESS AUT4 COVERAGE FORM 1. TEMPtJRARY SUBSTITUTE AUTO PHY5ICAL DAMAGE SECTION I- COVERED AUT�S, paragraph C, is changed by add�ng the foliowing: If Physical Damage Coverage is provided under the Business Auto Coverage Form for an "auto" you own, the Physicai Dam�ge coverages provided for that owned `auto" are e;ctended to any �auto" you do not own while used with the permission of its owner as a temporai�y substitute f4r the covered "auto" you own th�t is aut of service because of its breakdown, repair, seivicing, "loss", or destruction. Includes copyrighted materiai of Insurance Services Office, Inc. with its permissian. Copyright, Insurance ServicasOf:ce, Inc., 1.•"� 16-59f (05/04) PGc�e 1 of 7 2. BROAD F�RM INSURED SECTIUN il - LIABILITY COVERAGE - WHO IS AN INSURED is amended ta include as an insured: 1. Any legaily incorporated entity of which you o�+vn more than 50 percent of the voting stock during the period for which this endorsement is effective, !f there is no similar insurance available to that organization. However, the Named Insured does not inciude any organization: a. that is a partnership orjoint venture, or b. that is an ins�ired under any other policy, or has exhausted its Limit of Insurance under any other policy. 2. Paragraph 1. b. above does not apply to a policy written to ap�ly specifically in excess of this policy. 3. Coverage for newiy acquired or formed organizations is afforded only for � 8Q days from the date af acquisition or formation. 4. Coverage does not apply to "bodily injury" or "prope��ty damage" that results from an "accident" that occurred hefore you formeci or acquired that organization. 3. EMP�O'�'�ES AS INSUREDS SECTION ii - LIABILITY COVERAGE - UUHD IS AN i�lSURED is amended to inciude as �n insured: Any employee of yours while usiny a covered "auto" you do not own, hire or bon�ow in yaur business or your personal affairs. 4.'' A!?DITI�N�4L In�SUl�ED �Y CQ(VTRACT; AUREEM�NT`.t�RPERMIT. SECTION II - LIABILITY COVERAGE - WHO IS AN INSURED is amended to include as an insured any person or organization with whom you have agreed in writing in a contract, agreement or permit, to provide insurance such as is afforded under this policy. This provision 4, does nat appiy unless the written contract or agreement has been executed, or permit has been issued, prior to the "bodily injury'' or "proparty damage." 5. SUPPLEMENTARY Pl1YMENTS SEGTION 11 - LIABILITY COVERAGE, 2.a. Supplementary Payments, items (2) and (4) are replaced by the foflowing: (2} Up to $2500 for cost of bail bonds (including bands for related traffic violations) requii�ed because of an "accident" we cover. We do not have to furnish these bonds. {4) Ali reasanable expenses incurred by the insured a# our request, including actual loss af eamings up to $300 a day because of time off from work. 6. AMENQED FELLOW EMPLOYEE EXGLUSION Ine!�+��s c^���r+�ht?d -^ateriai af Insurance Services Office, Ine, with its permission. „,;;�yht, �nsurance 5arvices Office, Inc., 19�7 16-59f {05l04) Page 2 of'1 SECTION II - LIABILITY, exclusion 5. FELLOW EMPLOYEE does not apply if the "bodily injury" results from the use of a covered "auto" you own or hire. The insurance provided under this provision 6. is excess over any other collectible insurance. 7. t���2ED AU70 PHY5ICAL DAMAGE SECTION III - PHYSICAL DAMAGE COVERAGE, A. COVERAGE, is amended by adding the foliowinc�: If hired "autos" are covered "autos" for Liability Goverage, and if Comprehensive, Specified Causes of Loss, or Collision coverage are provided under the Business Auto Goverage Form for any "auto" you own, then the Physical Damage coverages provided are extended to "autos" you hire, subject to the following limit and deductibie: The most we wiil pay for "loss" to any hired "auto" is $50,000 ar Actual Cash Value o►• Cost of Repair, whichever is smaliest, minus a deductible. The deductible will be equal to the largest deductibie applicable to any owned "auto" for that coverage. No deductible a�plies to "loss" c�used by fire or lightning. Subject to the abova limit, deductible anci excess provisions, v�e will provide coverage equal to t�e broadest coverage appiicable to any covered "auto" you own. Subject to a maximum of $750 per "accidenY', we will also cover loss of use of the hired "auto" if it results from an "accident", you are Iegaily liable, and the lessoi� incurs an actual financial loss, The insurance provided undEr this pi•ovisian 7. is excess over any other� coliectible insurance. 8. TOWING AND LABOR SECTION II I- PHYSICAL DAMAGE GOVEP.AGE, A.2.Towin�, is replaced by the foliowinc�: We will pay towing and labor costs incurred, up to the limits shown bel�w, each time a covered "auto" classified and rated as a private passenger type, "light truck" or "medium truck" is disabled: a, For privat� passenger type vehicies, we will pay up to $50 per disahlement. b. For "light trucks" that have a gross vehicle weight (GWVj of 10,000 pounds or less, we will pay up to �50 perdisablement. c, For "medium trucks° that have a gross vehicle weic�ht (GVVU) of 1G,001 - 20,000 pounds, we v�ill pay up to $150 per disabiement. However, the labor must be performed at the place of disablement. 9. PHYSICAL DAMAGE-ADDITICINAL Tt2ANSPORTATIUN EXPENSE C�VERAGE SECTION III - PHYSICAL DAMAGE COVERAGE, A.4. Coverage Extension, is amended to provide a limit of $50 per day and a maxirnum limit af $1000. 10. RENTAL REIMBURSEMENT Includes copyrighted materiai nf insurance SP�vices Office, Inc, with its permissian. Copyriyht '-- ;�; � �; ;;ficv, inc., 1�:;i _ _ 16-59f {05/04) Page 3 of 7 SECTION III - PHYSICAL DAMAGE COVERAGE, A. COVERAGE, is emended by adding the following: �Ne will pay for renfal reimb�arsernent expenses incurred by you far the rentai of an "auto" because of "accidenY' or °loss", othc;r than theft, fo a covered "auto". We wiil pay only for those expenses incurrE��i after the first 24 hours foilowing the "accidenY' or "loss" to the covered "auto." The most we wili pay for any one "accidenY' or "loss' is $10a0. No deductibie applies to this coverage. 11. EXTRA EXPENSE - SROADENED COVERAGE Under SECTION 111- PHYSICAL DAMAGE COVERAGE, A. CdVERAGE, we wili pay for the expense of returniny a stolen covered "�uto" to yau. 12. PERSbNAL EFFEGTS COVERAGE A. SECTIQN III - PHYSIGAL DAMAGE COVERAGE, A. CQVEI�AGE, is amended by adding the followinc�: If you have purchased Comprehensive Coverage on this policy for an "auto" you own and that "auto" is stolen, we will pay, v�iithout application or a deductiGle, up to �b00 for "pe;sonal effects" stolen with the "auto." The insurance provided under this provision 12. is excess over any other collectible insurance. B. SECTION V- DEFINITIOt�1S is amended by adding the following: "Persanai effects" means tangibie property that is worn �r can�ied by an "insured", "Personal effects" does not include tools, jeweiry, money or securi!�es. 13. AIRBAG GOVERAGE SECTION iil - PHYSICAL DAMAGE Cc7VERAGE, B. EKCLUSIONS is amer7ded by adding the fallowing: If you have purchased Comprehensive oi-Coliision Coverage underthis policy, #he exclusian relating to mechanical breakdown does not apply to the accidental discharge of an air bag. 14.. LEASE GAP A. SECTION Iil - PHYSICAL DAMAGE COV�RAGE - LIM17 UF INSURANCE is amended by adding the following: The most we will pay for a"total loss" in any one "accident" is the greater of the: 1. Balance due under the terms of the laan or lease to �vhich the damaged covered "auto" is subject at the time of the "loss" less the amount of: a. Overdue payments and financiai penalties associated with those payments as of the date of the "loss", Includes copyrighted material af Insurance Services c�fficP Inc. w�th its permissian. Copyright, Insurance Scrv�ces �ff�: < ` . . 16-59f (05/04) Page 4 of 7 b. Financial penalties imposed under a lease due to high mileage, excessive use or abnormal wear and tear, c. Costs for extended warranties, Credit Life Insurance, Health; Accident or Disability Insurance purchased with the loan or lease, d. Transfer or rollover balances from previous loans or leases; e. Final payment due under a"Balloon Loan", f. The dollar amount of any unrepaired damage which occurred prior to the "total loss" of a covered "auto", g. Security deposits not refunded by a lessor, h. Ail refunds payable or paid to you as a result of the early tennination ot` a lease agreement or as a result of the early iermination of any wa�ranty or extended se!vice agreement on a covered "auto", i. Any arnount representing taxes, j. Loan or lease termination fees, or; Z. The actuai cash value of the damaged or stolen property as of the time af th� "loss". B. ADDITIONAI. CONaITIONS This coverage a�plies only to the original loan or lease written on a r,c�vered "auia". C. SECTIQN V- DEFINITIONS is changed by adding the folio�roing: As used in this endorsement: "Totai loss" means a"loss" in �vhich the cost of repairs plus the salvage value exceads the actual cash value. "Balloon loan" is one vdith periodic payments that are insu�cient to repay the balance over the term of the loan, thereby requiring a large finai payment. 15. GLASS REPAIR - WAIVER OF DEDUCTIBLE SECTION ili - PHYSICAL DAMAGE COVERAGE is amended by adding the foilowing to f�. DEDUCTIBLE : No deductible applies to glass damage if the glass is i-epaired rather than i-epiaced. 16. DRIVE dTHER CAR FOR EXECUTIVE OFFICERS �. Tftis provision 17. ch�nges oniy those caverages where a limit �nd premium is shown in the Declarations. B. GHANGES IN LIABILITY COVERAGE: IncludPs convrighted materiai of Insurance Services Office, Inc. with its perrnission �upyright, '..7sarance Services Office, inc., 1997 16-59f {05/04) Page 5 of 7 Any "auto" you do not own, hire or borrow is a covered "auto" for Liability Coverage while being used by any of your "executive officers", excep#: Any "auto" owned by that "executive officer" or a member of that person's household, or Any °auto" used by that "executive officer" while working in a busiress of seiling, servicing, repairing or parking "autos". C. CHANGES IN AUT� MEDICAL PAYMENTS AND UNINSURED MOTORISTS AND UNDERINSURE.D MOTORIST� COVERAGE The following is added to WHD IS AN INSURED: Any indivitlual "insured" and his ar her "family members" are "insured" while 'bccupying" or while a pedestrian when being struck by any "auto" you do not own except: Any "auto" owned by that individual or by any "family member". D. CHANGES IN PHYSICAL DAMAGE COVERAGE: Any private passenger type `�auto" you ��o not own, hire or borrow is a covered "auto" while in the care, custody or contral of any of your "executive ufficers" except: Any "auto" owned by that individuai or by any member af his or her housenaid. Any "auto" owned by that individual or his or her s�aause while workinc� in a business of se(ling, servicing, repairing or parking "autas". E. ADDITIONAL DEFINITic'?NS: As used in this endorsement: °Executive officer' me�ns a person holding �ny of the officer positions created by your charter, constitution, by-laws ar any other similar governing document, and that person's spouse, while a resident pf the same household. "Famii� member" means a person related io an "executive officer" by blood, marriage ar adoptiqn who is a resident of the individual's househoid, inciuding a ward or foster child. F. The insurance provided underthis provision 17. �vill be: Equal to the broadest of thoss caverages afforded any covered "auto", and Excess o�er any other coliectible insurance. 17. UNINTENTIONAL FAILURE TCy DISCLOSE HAZARDS SECTION IV - BUSINESS AUTO CONDITIONS is amended by adding the following: If you unintentionally fail to disclose any hazards or exposures e�sting as of the inception date of the Businass Auto Coverage Form, the coverage afforded by this policy will not be pi�ejudiced. However, you must report the undisclosed hazard or exposure as soon as pracficable after its discovery, and we Includes copyrigh!n�' ^,�+�^�� ^f �^-,+���+nce Services Office, Inc. with its pennissian. �„�,,,y;, , �,._..,_. .� . Seivices Offic.;, �nc., 1997 16-59f {05/04) Page 6 of 7 have the right to collect additional premium for same. 18. AMENDED DUTIES IN TNE EVENT OF ACCIDENT, CLAIM, SUIT, UR "�OSS" SECTION IV - BUSINESS AUTO CONQITIONS, paragraph A.2.a. is amended by adding the following: You must give us notice of an "accident", claim, "suit" or "loss" only when it is known to. ', 1. You, if you are an individual, 2. A partner, if you are a partnership, 3. A member, if you are a limited liability company, or 4. fi,n executive o�cer orthe °empioyee" designated by the Named Insured to give such notice, if you �re a corporation. 19. BODlLY INJURY REDEFINED Under SECTION V- DEFINITlONS, definition C. is repiacetl by the folio�ving: "Badily Injury° means physicai injury, sickness ar disease sust�ined by � p�rson inciuding mentai anguish, mental injury, shock, fright or dea#h resulting from any of these at any time, 20. EXTENDED CANCELL.ATION CONDITION The COMMON PULICY GONDITIONS - CANCF_l.l.AT10N provision appiies except as follows; If we cancel for any reason other tha�i nonpaym�nt of premium, we will mail or delive� ta the first Named insured written notice of cancellat�on �t least 60 days before the effective date of cancellation. This provision 20. does not apply in those states wt�ich require more than �0 days prior notice of canceliation. Includes copyrighted materiai af insurance �an�ices C�fflr�;, inr,, with its permissian. Copyright, insurance SE:. . . ' :;�i 16-59f {05/04) Page 7 af 7 Policy No. 3A8842595 C4MMERCIAL AUT4 COVERAGE PART DECLARATION5 EXTENSION {ccantinuedj BU51NES5 AUT(7 COVERAGE FORM SCHERULE Narn� of Person or Qrganization: C3Lt�NKET RS REQUIRED BY WRITTEtV CQNTRAC7 { If no entry appears above,information requireci tn camplete thi s endorsement w i l i be shown i n the Declaratians as applicable ta this endcarseinent.) ih�: ii��tVSFEF� �� F�tC;H1�S OF RECCIVERY AGl�ICUSi 4THERS TQ US Candition (Section IV-BUSINESS AUT4 C(}NQIT10;dS, A. Loss Conditians, 5. Tr�nsfer of Rights of Reco�ery Ag�inst Others To Us) is amended by ihe addition of the follawing: We waive any right af recovery we inay h�ve against the person(s} or organization(s) shdwn in the Schedule above if you have agreed ta waive such right in a writt�n contract or agre�ment. Qur waiver only applies to payments we make far "bodily injury" or "property damage" arising out af an "accident" and resulting fram the awnership, � maintenance or use of a covered "auto". This waiver applies only to the person(s) or organ9zatian{s) shown in the Schedule above. Date Issued: 05/24/2011 17-59CA (a6J94} 05/13/2011 �18�12595 NN17Q307 2505 AGENT COPY PGDfv1060D J06495 ACAOPPN fl0021221 Pa9P 33 Formirg a part of Pollcy Number: CBP 885192� Co�erage Is Provided ln AMERICA FIRST LLOY�'S INSURANCE CO. Named Insured: Agent: C GREEN SCAPING LP AGENTS ALLIANCE SERVICES LTD GS PROPERTIES LP REFER TO NAMED INSURED SCHEDULE Agent Code: 4286962 Agent Phone: {940}-382-96g1 THIS ENDORSEMENT CHANGES THE POLIGY. t t�ASE READ IT CAREFULLY. DESIGNATED C4NSTRUCTI4N PRC}JECT(S) �ENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the foilowing: CdMMERCIAL GEN�RAL LIABILITY COVERAGE PART Designated Gonstruction Projects: SGHEDULE BLANKET A,�', REQUIRED BY WR(TTEN CONTRAGT (If no entry appears above, info� �nation required to complete this endorsement will be shown in the Declarat�:,ns as appiicable to this endorsement}. A. For all sums which the insured becomes legaily obligated to pay as damages caused by "occurrer�ces" under GOVERAGE A(SECTION 1), and for all medical expenses caused by accidents under COVERAGE C(SECTION I), which can be atfributed oniy fo ongoing operations at a singie designated construction project shown in the Schedule above: 1. A separate Designated Construction Project General Aggrega#e Limit applies to each designa4ed construction project, and that limit is equal to fhe amount of the General Aggregate Limit shown in the Declarations. 2. The Designated Construction Project Generai Aggregate Limit is the most we wili pay for the sum of all damages under COVERAGE A, except damages because of "bodily injury" or "property damage° inciuded in the "products- completed operations hazard," and for medical expenses under COVERAGE C regardless of the number af: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making ciaims ar bringing "suits." 3. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the Qesignated Construction Project General Aggregate Limit for that designated construction project. Such payments shall not reduce the Generai Aggregate Limit shawn in the Declarations nor shall they reduce any other Designated Construction Project �eneral Aggregate Limit for any other designated construction project shown in the Schedule above. 4. The limits shown in the Declarations for Each Occurrence, Fire Damage and Medical Expense continue to apply. However, in5tead of be�r�� ��r^` `!!,�- aeneral Aggregate Limit shown in the Declarations, such li^�tits� �^.�i!� h� subject to the appiicabie ve�ignatea �onstrucfion Project General Aggregate Limit. C� 25 03 ( 0 3/9 7} Copyrighi, Insurance Services Office, Inc., 1996 INSURED GOPY , 05l13/2012 8851920 NTCODMMF40.5 PGDMQ60D J25270 AC3FPPN 00000143 Pege 63 t3. For all sums which the insured becomes legally obligated fo pay as damages caused by `bccurrences" under C�VERAGE A(SECTION I}, and for all medical expenses caused by accidents under COVERAGE C(SECTION I), which cannot be attributed only to ongoing operations at a single designated construction project shown in the Schedule �bove: 1. Any payments made under Ct�VERAGE A for damages or under CC?VERAGE C for medical expenses shali reduce the amount available under the General Aggregate Limit or the Products-Completed Operations Aggregate Limit; whichever is applicable; and 2. Such payments shall not reduce any Designated Construction Project General Aggre;;}r�te Limit. C. iNhen coverage for liability arising out of the "products-completed operations hazard" is provided, any payments for damages because of "bodily injury" or "property damage" included in the "products-completed operations hazard" will reduce the Products-Completed Operations Aggregate �imit, and not reduce the General Aggregate Limit nor the Designated Construction Project General Aggregate Limit. D. If the applicabie designated construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetab(es, the project will stili be deemed to be the same construction project. E. The provisions of Limits Of insurance (SECTION Iil) not otherwise modified by this endorsement shall continue to apply as stipulated. CG 25 03 ( d 319 7) Copyright, Insurance 5ervices Office, I�c., 19�J6 INSURED COPY 05/13/2012 88.51920 NTCODMMF405 PGDN1060D d25270 AC3FPPN 00000144 P�SP 64 Policy f�o. CBP8851920 THIS ENDORBEMENT CHANGES 7HE Pp�ICY. PLEASE REAII IT �AREF�J�LY. AMENQMENT OF OTHER INSURANCE C,�iVDIiION This endorsement madifies insurance prcz��ided under the following: GOMMERGIAL GENERAL LIABILITY COVE�ZAGE PART A. The foliowing is added to provision a. Primary InsuranGe of para�raph 4. Other Insurance under SECTION N— C(�AIIMERCIAL GENERAL LIABILITY CONDITIONS: However, when an additional insured ha� been added to this Co�erage Part by attachment of an endorsement, we will not seek contribution from the "additional insured's own insurance" provided that; (1 j You and the additionai insured have agreed in a written contract that this insurance is primary and non- contributory; and (2} The "bodily injury" or "property damage" occurs, or the "p�rsonai and adve�tising injury" is corrimitted, suhsequent to the execufion of such contract. B. For the purposes of this endorsement the fallowing is added ko SECTION V— DEFIIVITI�NS; "Additianal insured's oNm insurance" means other insurance far which the additionai insured is desic�nated as a ' Named Insured. 2�-111 (01/07) Iuclu,:�, zop�'ri��ht4d �iiaieri�il of lusurn�ce Sef ��icc;� i�t,ic�. ` .. _, .,��, Page 1 of 1 TH15 ENDORSEMENT CHANrES THE POLICY. PLEASE F2EAD 11" CAREFULLY. CONIIUIERCIAL GEh[ERAL LIABILITY EXTENSION EN�ORSEMENT This endorsement modifies insurance under the COMMERCIAL GENERAL LI�A:i31LiTY COVERAGE PART SCHEDULE The following endorsement provision does not apply wh�n "X" is shown in the space provided below: Provision B. PROPERTY DAMAGE — BORRdWED EG2UIPMENT does not apply Provision C. PROPERTY DAMAGE — CUSTOMERS' GDODS does not apply Provision F. MEDICAL PAYMENTS EXTENSION does not apply Provision H. ADDITIONA� INSUREDS — BY CONTRACT, AGREEMENT OR PERMIT does not apply Provision i. ADDITIONAL INSUREDS — VENDORS does not appiy F'rovision J. BROAD FORM iVAMED INSURED dues nat apply Provision K. FAiLURE TO DISCLQSE HAZARDS AND PRIOR QCCURRENCES does not appiy Provision L. KNOWLEDGE QF OCCURRENCE, OFFENSE, CLAIM OR SUIT does not apply (If no entry appears above, information required to complete this endorsement will be shnwn in the D�clarations as applicable to this endorsement) Wifh respect to coverage afforded by this endorsement, the provisions of the policy apply unless modified by fhe endorsement A. NON-OWN�D WATERCRAFT Under paragraph Z Exclusions of COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY (SECTION i}, provision (2}(a} of exclusion g. Aircraft, Auta Qr Watercraft is repiaced by the foilowing: This exclusion does not apply to: (2) A watercraft you rio not own that is: (aj �ess than 51 feet long; and B. PRtiPERTY DAMAGE — BdRROWED EQUIPMENT 1. Under paragraph 2. Exclusions of COVERAGE A BODI�Y INJURY ANQ PRQPER"fY DAMAGE LIABILITY (SECTIQN I}, provision (4) of exclusion j. Damage To Property does not apply to "property damage" to borrowed equipment while tha# equipment is not being used to perform operations at the job site. 2. Under SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, the foliowing is added to Condition 4. Other Insurance, paragraph b. Excess Insurance: The insurance afforded by provision B. in the Commercial General Liability Extension Endorsement is excess over any of the other insurance, whether primary, excess, contingent or on any other basis, thaf is property insurance. 3. This endorsement provision B. does not apply when it is shown in the Schedule as not applicable. Includes copyrighied maieriai of Insurance Services Office, inc. wiih its permission. {;opyright, insurance 5ervices Ottice, Inc., 2000 22-�d5TX (12/02} Page 1 of 6 INSURED COPY 05/13/2012 8851920 NTCODMMF405 PGDM1060D J25270 AC3FPPN 00000239 Pa9P 159 C. PROPERTY DAMAGE — CUSTOMERS' GOOL'S 1. Under paragraph 2. Exclusions of COVER�GE A BODILY INJURY AiVD PROPERTY DAMAGE LlABlLITY (BECTION i}, provisions (3}, {4} and (�) of exdusion j. Damage To Property do not apply to "property damage" to °customers' goods" whi!e on your prernises. 2. Under SECTION IV — COMMERCIAL GENERAI_ L.IAQIL.ITY Ct")NDITIONS, the foliowing is added to Condition 4. Other Insurance, paragraph b. Excess Insurance: The insurance afforded by provision C. in the Commsrcial General Liability Extension Endorsement is excess over any of the ofher insurance, whether primary, excess, contingent or on any other basis, that is propetty insurance. 3. The foilowing is added to 5ECTION V— DEFINITIONS: "Customers' goods" means property of your customer on your premises for the purpose of being worked on or used in your manufacturirg process. 4. This endorsement provision C. does not apply when it is shown in the Schedule as not applicable. D. FRdPERTY pAMAGE LIAB(LITY— E�EVATOnS 1. Under paragraph 2. Exciusions of COyERAGE A BUDILY INJURY AND PROPERTY DAMAGE LIASII.ITY (SECTI(?N I}, provisions (3}, {4} and (B} of exclusionl. Damagc To Properfy do not apply if such "praE�erty damage" results fr�m the use of elevators. 2. The foliowing is added to SECTIbN IV — GdVVIMERGIAL GENERAL �IABILITY CONDITIQNS, Conditior �. Qther Insurance, paragraph b. Excess lnsurance: The insurance afforded by provision D. in the Comme�cial General Liability Extension Endarsement is excess over any of the other insurance, whether primary, excess, contingent or on any other basis, that is property insurance. E. DAMAGE BY FIRE, LIGHTNING, EXPLOSION, SM�KE OR LEAKAGE if Damage To Premises Rented To You is not otherwise excluded from this Coverage Part: 1. Under subsection 2. Exclusians of COVER�kGE A BOUILY INJURY AND PROPERTY DAMAG� LIABILITY (SECTit?N I): a. The fourlh from the last paragraph of exclusion j. Damage To Prop�rty is repiaced by the foliowing: Paragraphs (1}, (3} and {4} of this exclusion do not apply to "property damage" (otherfhan damage by fire, lightning, explosion, smoke, or leakage from automaticfire protection systems) to premises, including fhe contents of such premises, rented to you for a period of 7 or fewer consecutive days. A separete limit of insurance applies to Damage 7o Premises Rented To You as describeci in SECTION II) -- LIMtTS dF INSURANCE. b. The last paragraph of subsection 2. Exclusions is realaced by the foliowing: Exclusions c, through n. do not apply to damac�e by fire, lightning, explosion, smoke, or leakage from automatic fire protecfion systems to premises while rented to you or temporarily occupied by you �vith permission of the owner. A separate limit of insurance applies to Damage To Premises Rented Ta You as described in SECTIC�N III — LIMITS t7F INSURANGE. Includes copyrighied maierial of Insurance Services Office, Inc. wiih iis perrnission. C;opyright, Insuranr.e Servir,es Otfice, Ina, 2000 22-45TX (12/02} INSURED CCiPY pr/�(3�2p�2 8851920 NTCODMMF40.5 PGDAQO60D J25270 Page 2 of 6 AC3FPPN 000002A0 �'�qP 160 2. Paragraph 6. under SECTION III — LIMITS OF INSURANCE is replaced by the following: 6. Subject to 5. above, the Damage To Premises Rent�d 7o You Limit is the most we will pay under Coverage A for damages because of "property damage" to any one premises, �vhile rented to you, ' or in the case of damage by fire, lightning, explosion, smaka, or leal<age from automatic protection systems, while rented to you or temporarily occupied by you with perniission of the owner. This limit is the greater of: a. $300,t�t�0; or b. The amount shown in the Declarafions for Damage To Premises Rented To You Limit. 3. The word "fire" is changed to "fire, lightning, expiosion, smoke, or leakage f�om automatic fire protection systems" where it appears in: a. SEGTION IV — COMMERCIAL GENERAL LIA8ILITY CONDITION�, Condition 4. Other Insurance, paragraph b. Excess Insurance, subparagraph {1}(b); and b. SECTIC�N V— DEFINITIONS, paragraph S.a. F. MEDICAL PAYMENTS �XTENSiON 1. SECTIQN ill — LIMITS OF INSURANCE, paragraph 7. is replaced by the follv�Ning: .. Subject to 5. above, the Medica! Expense Limit is ths rnost �e wiil pay urrder Cov�rage G. for all medical expenses because of "bodily injury" sustaineci by any one person. 'fhe Medic�l Expense Limit is the greater of: a. $15,OOQ; or b. The Madical Expense Limit show�� in the Q�clarations. 2. Under provision 1. insuring Agreement of COVERAGt C MEDICAL PAYMENTS (SECI"ION I), fhe second subparagraph {2) of paragraph a. is replaced by the following: (2} The expenses are incurred and repor�ted to us within three years of thp date ofthe accident; and 3. This endorsement provision F. does not apply when: a. It is shown in the Schedule as not appiicable; or b. COVERAGE G. MEDICAL PAYMENTS {SECTICIN I} is otherwise exclud�d from this Coverage Part. G. EXTEtdSIOW QF SUPPLEMENTARY PAYMENTS — Cf�VERAGES A AND B Under SUPPLEMENTARY PAYMENTS — COVERAGES A AND B: 1. P�ragraph 1,b. is replaced by the following: b. Up to $2500 for cost of bail bonds required because of accidents or traffic law violafions arising out of the use of any vehicle to which the Bodily injury Liability Cnverage applies. We do not have to furnish these bonds. 2. I'aragraph 1.d. is repiaced by the following: d. Ali reasonable expenses incurred by the insured at our request to assist us in the invesfigation or , defense of the ciaim or "suit", including actual loss of earnings up to $300 a day because of time off ' fr�m work. ' Includes copyrighted maierial of Insurance Services Office, inc. with its perrnission. ' Copyright, Insurance Servir,es Ottice, Inc.. 2000 ���� 22-45TX (12102} Page 3 of 6 � INSURED COPY 05i13/2012 8851920 NTCODMMF405 PGDN1060D J25270 AC3FPPN OOOOQ241 Page �g� H. ADDITIONAL INSUREDS — BY COPJTRAGT, AGREEMENT �R PERMIT 1. Paragraph 2. under SECTION II — WHO IS AN INSURED is amended to include as an insured any person or organization when you and such person or organization have agreed in writing in a contract, agreement or permit that such person or organization be added as an additional insured on your policy to provide insurance such as is afforded under this Coverage Part. Such person or organization is an additional insured only with respect to liabilify arising out of: a. Your ongoing operations performed �cr�� that person or organization; or I�. Premises or facilities ownsd or used by you. With respect to provision 1.a. above, a person's or organization's status as an insured under this endarsement ends when your operations for that person or organization are completed. With respect to provision 1.b. above, a person's or organization's status as an insured under this endorsement ends when their contract or agreement with you for such premises or facilities ends. 2. This endcrsement provision I�. does not apply: a. Unless t'r�e writfen contract or agreement has been exer.uted, or permit has been issuec�, prior to the "bodily injury", uproperty damage" ar "personal and advertising injury°; b. To "bodily iniury" or °pmperty damage" occurring after: {1} Ail work, including materials, parts or equipment furnished in connection ti�ith such work, in the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the site of the covered operations has been compieted; or (2} That portion of "your wark" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operafions for a principal as a part of the same project; c. To the rendering of or failure to render any professionai services including, but not limited to, any professional architectural, engineering or surveying services such as: (1) The preparing, approving, or failing ta prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and (2} Supervisory, inspection, architectural or engineering activities; d. To "bodily injury", "property damage" or "personai and advertising injury" arising out of any act, error or omission that results from the additional insured's sole nec�ligence or wrongdoing; e. To any person or organization included as an insured under provision I. of this endorsement; f. To any person or organization included as an insured by a separate additionai insured endorsement issued by us and made a part of this policy; or g. When it is sho�vn in the Schedule as not applicabie. ineludes copyrighied rnaterial ot Insurance Services Office, Inc. wiih iis perrnission. {:opyright, If1SUf8t1CP. SP.fVICP.S OIfICP„ II1C., ZOOO 22-45TX {12l02} INSURED CdPY 05l13/2012 88.51920 NTCODMMF405 PGDMO60D J25270 Page 4 of 6 AC3FPPN 00000242 P�9P 162 1. ADDITIONAL INSURED — VENDdRS Paragraph 2. under SECTION II — WHO IS AN INSURED is amended to include as an insured any person or organization (referred to below as "vendor') with whom you agreed, in a written contract or agreement to provide insurance such as is afforded under this policy, but only with respect to "bodily injury" or "property damage" arising out of "your products" which are distributed or sold in fhe regular course of the vendor's business, subject to the foilowing additional exclusions: .. 1. The insurance afforded the vendor does not apply to: a. "Bodily injury" or "property damage" for which the vendor is obligated to pay damages by reason of the assumption of liability in a cqntract or agreement. This exclusion does not apply to liability for damages that the vendor would have in the absence of the contract or agreement; b. Any express warranty unauthorized hy you; c. Any physicai or chemical change in the product made intentionally by the vendor; d. Repackaging, unless unpacked soiely for the purpose of inspection, demonstration, testing, or substitution of parts under instructions from the manufacturer, and then repackaged in the original container; e. Any failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally unde�takesto make in the course of business, in connection with the distribution or sale of the products; f. Demonstration, installation, servicing or �epair operations, except such operations perforrned at the vendor's premises in connection with the sale of the product; g. Products which, after distribution or sale by you, have neen labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor, or h. To "bodily injury" o� "property damage" arising out of any acf, error or omission that resuits from the additional insured's ��ole negligence or wrongdoing. 2. This insurance does not apply to any insured person or arganization, from whom you have acquired such products, or any ingredient, part or container, entering into, accompanying or containing such products. 3. This endorsement provision I. does not apply when it is shawn in the Schedule as not applicable. J. BROAD FORM NAtV1ED INSURED 1. SECTION II — WHO IS AN INSURED is amended to include as an insured any legally incorporated entity of which you own mor� than 50 percent of the voting siock durirg the policy perind. 2. Under SECTION IV — COMMERCIAL GENERAL LIABILITY CCINDITIONS, the following is added to Condition 4. Other lnsurance, paragraph b. Excess Insurance: This insurance is excess over ar�y of fhe other insurance, whether primary, excess, contingent or on any other basis, that is available to an insured solely by reason of ownership by you of more than 50 percent of the voting stock. 3. Paragraph 2. af this endorsement provision J. does not apply to a policy written to apply specifically in excess of this policy. 4. This endorsement provision J. does not apply when it is shown in the Schedule as not applicable. 22-45TX (12/Q2} Inciudes copyrighted material of Insurance Services Office, Ine, with iis permission. C:opyright, Insurance Services Oftice, Ina, 2000 Page 5 of 6 INSURED COPY 05l13/2012 8851920 NTCODMMF405 pGDNi060D J25270 AC3FPPN OOOOQ243 P�gP 163 K. FAILURE TO D15CLdSE HAZARDS AND PRIQR �CCURRENCES 1. Under SECTIQN IV — C�MMERGIAL GENERAL LIA�IUTY COPlDITIQNS, the follaw�ng is added to Condition 6. Representations: Your failure to disclose all hazards or prior "occurrences" existing as of the inception date of the policy shall not prejudice the coverage afforded by�this policy provided such fiailure to disclose all haz_ards or prior "occurrences" is not intentional. 2. This endorsement provision K. does not apply when it is shown in the Schedule as not applicable. L. KNOWLEDGE OF taCGURRENCE, OFFENSE, CLAIM OR SUIT 1. Under SECTION IV — COMNIERCIAL GENERAL LIABILITY G�NUlTIdNS, the following is added tn Condition 2. Duties in the.Event of Occurrence, �ffense, Claim Or Suit: Knowledge of an "occurrence", offense, ciaim ar "suit° by an ager7t, servant or "employee" of any insured shail not in itself constitute knowiedge of the insured unless an insured listed under paragraph 1. of SECTIdN il — WHO 15 AN INSURED or a person who has been �esigt�ated by them to receive reports of occurrences, offenses, ciaims and "suits" shali have receivPd such natice from the agent, servant or "employee". 2. This endorsement provision L. does not appiy wh�n it is shown in the Schedule as not applicable. M. LIBERALIZR'T'ION CLAUSE if we revise this Commercial General Liability E�.�tension Endorsement to provide more coverage without additional premium charge, your policy will autamatically provide the coverage as of the day the revision is effective in your state. This does not apply to provisions that are shown in the Schedule as not applicable. N. BODILY INJURY REDEFINED Under SECTION V— DEFINITIONS, definifion 3. i4 replaced by the foilowing: 3. "Bodily Injury" means physicai injury, sickness or disease sustained by a person. This includes mental anguish, mental injury, shock, fright or death that resuits from such physical injury, sickness or disease. Includes copyrighted rnaterial of Insurance Services Office, inc. wiih its perrnission. Gopyright, Insurance Servir.es Ottice, Inc., 2000 22-45TX {12/02) 05/1312012 8851920 NTCODMMF405 �NSURED COPY Page 6 of 6 PGDM060Q J?_5270 AC3FPPN 00000244 P�qP i64 Formin� a part of `Policy Number; CBP8851920 Coverage Is Pr�vided In AMERICA FIRST LLOYD'S INSURANCE CO. Named insured; Agent: C GftEEN SC,APING LP AGENTS ALLIANCE SERVICES L�iD GS PROPERTIES LP REFER Td NAMED INSURED SCHEDULE Agent C'ode: 4286962 Agent Phone: (940)-382-9691 THIS ENQORSEMENT CHt�YVGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - C7WNERS, LESSEE� OR CONTRACTQRS - COMPLETED OPERATICiNS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIfi�t31LITY COVERAGE PART Sectian il — Who Is An Insurec! is amended fo inclucle as an insured fhe person or organization shown in the Schedule, but only with respect ta liability arising out of "your woric" at the location designated and described in ths schedule of this endorsement performed for that insured and iricluded in th� "products-comple+Qd operations hazard". SCHEDfJLE Name of Person or C�rganization: BLANKET AS REG2UIRED BY WRITTEN C(JNTRACT Location And Description of Completed dperations; J�B SITES Additionai Premium: INCLUDED (If no entry appears above, information required to compiete this endorsement will be shown in the Declarations as appiicable to this endorsement.) GG 24 37 (10101} 05/13l2012 SS51920 (c} �SO Properties, Inc.,'L000 INSURED COPY NTCODN1MF405 PGDMO60D J25270 AC3FPPN 00000109 Pege 29 f Formirg a part af � Policy Number; CBP 8851920 Coverage Is Proxrided In AMEFtiCA FIRST L!_.OYD'S INSUf2ANGE CO. Named Insured: Agent: C GREEN SCAPING LP AGENTS ALLIANCE SERVILES LTD GS PRdPERTIES lP REFER TO NAMED INSURED SCHEDULE Agent Code: 4286962 ,4:gent Phune: (940j-3�2-�651 THIS ENDOFtSEMENT CHANGES THE P�JL��Y� PLEASE READ li CAi��FULLY. WAIVER C)F 1"RANSFER OF RIGHT� OF RECOVERY A�AIN�T CC�THERS TO U� This endorsement modifies insurance provided under the following: Ct7MMERCIAL GENERAL LIABIUTY COVERAGE PART The TRANSFEP. OF RIGHTS OF RECOVERY AGAINST UTHERS TO U5 Condifion (Sectic,n IV — COM��IERi,IAI. GENERAL LIABILIIY CONDITIONS) is amen��ed by the addition of the following: We waive any right of rec�very we may have against the person or organization showr� in the Schedule below becaus� of payments we make for ii�jury or d�.mage arisi�g out of your ongoing cperaiions or ",yc�ur work" dor�a under a contract with th�t person or organizafion and included in the "products-cumplsted operations hazard." This waiver applies only to the person or organizatio� si�own in the SchPdule below. SCHEDI�LE Name of Persdn or Organi�ati�n; BLANK.ET AS REQUI ;ED BY WRITTEN CONTRACT OR AGREEMENT WITH YDU. (If no entry appears above, information required to compiete tnis endorsement wili be showii in the 7eclarafions as applicable to this endorsement). GG 24 04 (1Q/93} 05l13/2012 8551920 Copyrighi, Insurance Services Office, inc., 1992 INSURED COPY NTCODMAAF405 PGDNtOBOD J25�70 AC31'PPN 00000141 PegP 61 � f ���� � WORKERS' CaMPENSAI"ION ANa EMPLOYERS �e�� ��� LIABILIT`� INSURANC� POLIGY InsuranceCorupany WC 42 03 04 A TEXAS WAIVER OF OUR R(GHT TO REGOVER r=ROM �1'HERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Infionnation Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We �viil not enforce our ric�ht against the person or organization named in the Schedule, but this waiver applies only with i�espect to bodily injury �rising out of the operations described in the Schedule where you ar�e eequired by a written contract to obtain this waiver from uJ. This endorsement shall not operate directly or indirectiy to benefit anyone not named in the Schedule. Tha premium for this endorsement is shown in the Schsdule. Schedule i . ( ) Specific Waiver Name of person or organization ( X ) Blanket Waiver Any person or organization Tor �+�hom the Named �nsured has agreed by written contract to furnish this waiver. �. Operatians: ALL TEXAS OPERATIONS 3. Premium The premium charge for this endorsemeM shali be_____2_., D_o_. percent ef ihe premium developed on payroll in connection with work performed far the above person(s) or organization{sj arising out of the operations descrit�ed. �. Ad��ance Premium I NCLUDEO , SEE I NFQRMAT I ON PAGE . 7his endorsement changes the policy to avhich it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This end�rsement, effective o�� at 12:Q7 A.M. standard time, forms a part of Policy No. TSF—q001252254 20140513 oftheTexas Mutual Insurance Cottipany Issued to C, GREEN SCAP I NG , L, P. Endarsement No. Premium $ ��t/�VH'�°-, , ------___._____...__..__._.___----._..__._.._.----..._--... _.._.___.....__.. Authorized Representative WC420�04A (ED. 1-01-2400) INSURED'S COPY QUSER 5-08-2014 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1— Definitions and Ternunology ..........................................................................................................1 1.01 Defined Terms ...............................................................................................................................1 1.02 Terniinology ..................................................................................................................................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 Preconstniction Conference .......................................................................................................... 8 2.06 Public Meeting .............................................................................................................................. 8 2.07 Initial Acceptance of Schedules .................................................................................................... 8 Article 3— Contract Documents: Intent, Amending, Reuse ............................................................................ 8 3 .01 Intent ....... ................... .................................... .......... ... .... .............. ..... .......... .................. ...... ..... ..... 8 3.02 Reference Standards ......................................................................................................................9 3.03 Reporting and Resolving Discrepancies ....................................................................................... 9 3.04 Amending and Supplementing Contract Documents .................................................................10 3.05 Reuse of Documents ..................................................................................................................a 10 3.06 Electronic Data ............................................................................................................................ l 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 Article 5— Bonds and Insurance .....................................................................................................................16 5.01 Licensed Sureties and Insurers ...................................................................................................16 5.02 Performance, Payment, and Maintenance Bonds .......................................................................16 5.03 Certificates of Insurance .............................................................................................................16 5.04 Contractor's Insurance ................................................................................................................18 5.05 Acceptance of Bonds and Insurance; Option to Replace ...........................................................19 Article 6 — Contractor's Responsibilities ........................................................................................................19 6.01 Supervision and Superintendence ........................................................................................... 19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 6.02 6.03 6.04 6.05 6.06 6.07 6.08 6.09 6.10 6.11 6.12 6.13 6.14 6.15 6.16 6.17 6.18 6.19 6.20 6.21 6.22 6.23 6.24 Labor; Working Hours ................................................................................................................20 Services, Materials, and Equipment ...........................................................................................20 ProjectSchedule ..........................................................................................................................21 Substitutesand "Or-Equals" ....................................................................................................... 21 Concerning Subcontractors, Suppliers, and Others ....................................................................24 WageRates ..................................................................................................................................25 PatentFees and Royalties ........................................................................................................... 26 Permitsand Utilities ....................................................................................................................27 Lawsand Regulations ................................................................................................................. 27 Taxes...........................................................................................................................................28 Useof Site and Other Areas ....................................................................................................... 28 RecordDocuments ...................................................................................................................... 29 Safetyand Protection .................................................................................................................. 29 SafetyRepresentative ..................................................................................................................30 Hazard Comrnunication Programs ............................................................................................. 30 Emergencies and/or Rectification ............................................................................................... 30 Submittals...... ...................... ....... ... ........................... ... ... ...................................................... . ...... 31 Continuingthe Work ................................................................................................................... 32 Contractor's General Warranty and Guarantee ..........................................................................32 Indemnification.........................................................................................................................33 Delegation of Professional Design Services .............................................................................. 34 Rightto Audit .............................................................................................................................. 34 Nondiscrimination....................................................................................................................... 35 Article7- Other Work at the Site ................................................................................................................... 35 7.01 Related Work at Site ................................................................................................................... 35 7.02 Coordination ................................................................................................................................36 Article8- City's Responsibilities ................................................................................................................... 36 8.01 Communications to Contractor ...................................................................................................36 8.02 Furnish Data ................................................................................................................................36 8.03 Pay When Due ............................................................................................................................ 36 8.04 Lands and Easements; Reports and Tests ................................................................................... 36 8.05 Change Orders ..........................................................................:..................................................36 8.06 Inspections, Tests, and Approvals .............................................................................................. 36 8.07 Limitations on City's Responsibilities ....................................................................................... 37 8.08 Undisclosed Hazardous Environmental Condition ....................................................................37 8.09 Compliance with Safety Program ....................... ........................................................................ Article 9- City's Observation Status During Construction ...........................................................................37 9.01 City's Project Representative ..................................................................................................... 37 9.02 Visits to Site ................................................................................................................................ 37 9.03 Authorized Variations in Work .................................................................................................. 38 9.04 Rejecting Defective Work ........................................e.................................................................38 9.05 Deternlinations for Work Performed ..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work .....................38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 Article 10 - Changes in the Work; Claims; Extra Work ................................................................................ 38 10.01 Authorized Changes in the Worlc ............................................................................................... 38 10.02 Unauthorized Changes in the Worlc ........................................................................................... 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 Worlc ...........................................................................................................................48 13.03 Tests and Inspections ..................................................................................................................48 13.04 Uncovering Work ........................................................................................................................49 13.05 City May Stop the Worlc .............................................................................................................49 13.06 Correction or Removal of Defective Work ................................................................................ 50 13.07 CorrectionPeriod ........................................................................................................................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 Finallnspection ...........................................................................................................................55 14.06 Final Acceptance ................................................................:........................................................55 14.07 Final Payment .............................................................................................................................. 56 14.08 Final Completion Delayed and Partial Retainage Release ........................................................ 56 14.09 Waiver of Claims ........................................................................................................................ 57 Article 15 - Suspension of Work and Termination ........................................................................................ 57 15.01 City May Suspend Work ............................................................................................................. 57 15.02 City May Terminate for Cause ................................................................................................... 58 15.03 City May Terminate For Convenience ....................................................................................... 60 Article16 - Dispute Resolution ................................................................a................................................,.... 61 16.01 Methods and Procedures ............................................................................................................. 61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 1 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 Revised: November 9, Z011 007200-1 GENERAL CONDITIONS Page 1 of 62 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the defuution 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. Agreensent—The written instrument which is evidence of the agreement between City and Contractor covering the Worlc. 3. Application for Payment—'The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award — Authorization by the City Council for the City to enter into an Agreement. 6. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Worlc to be performed. 7. Bidder—The individual or entity who submits a Bid directly to City. 8. Bidding Docunaents—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 DOCUMENTS Revised: November 9, 2011 oo�zoo-a GENERAL CONDITIONS Page 2 of 62 13. Change Order—A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. City— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for fmal 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. Ciry Atto��ney — 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 ar Contractor seeking an adjustrnent of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third pariy is not a Contract Claim. 19. Contract—The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements, whether written or oral. 20. Contr�act Documents—Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 21. Contract Price The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 22. Contract Tirne—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 defmition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Rerised: November 9, 2011 007200-3 GENERAL CONDITIONS Page 3 of 62 25. Damage Claims — A demand for money or services arising from the Project or Site from a third party, City or 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 Developrnent Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Transpof�tation 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 Deparhnent 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 Agree�nent—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 Worlc. 36. Fzeld Order—A written order issued by City which requires changes in the Worlc but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. 37. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDAFtD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 007200-4 GENERAL CONDITIONS Page 4 of 62 38. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 39. General Requirements—Sections of Division 1 of the Contract Documents. 40. Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property 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 properiy, 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 defuution of Drawings. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 oo�aoo-s GENERAL CONDITIONS Page 5 of 62 51. Project Schedule A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Cont7•actor's plan to accomplish the Worlc within the Contract Time. 52. Project—The Work to be performed under the Contract Documents. 53. Project Representative—The authorized representative of the City who will be assigned to the Site. 54. Public Meeting — An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 55. Radioactive Material—Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 56. Regular Working Hozrrs — Hours beguuiuig 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 Worlc 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 fizrnished by City upon which the Worlc is to be performed, including rights-of-way, pernuts, 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 worlunanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be speci�cally 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 Contractar or with any other Subcontractor for the performance of a part of the Worlc at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 007200-6 GENERAL CONDITIONS Page 6 of 62 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, distributar, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorparated in the Work by Contractor or Subcontractor. 68. Underground Facilities All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanlcs, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 69. Unit Price Work—See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours — Hours beg'nming 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 fizrnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Termznology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms orAdjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 oo�zoo-� GENERA� CONDITIONS Page 7 of 62 l. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furrushing and incorporating in the Worlc including all necessary labor, materials, equipment, and everything necessary to perform the Worlc indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, technical or construction industry or trade meaning accordance with such recognized meaning. words or phrases that have a well-lcnown are used in the Contract Docutnents in ARTICLE 2 — PRELIMINARY MATTERS 2.01 2.02 Copies ofDocuments 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. Cofnmencement of Contract Time; Notzce 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 3TANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 201I 007200-8 GENERAL CONDITIONS Page 8 of 62 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 Constrtrction Baseline 5chedules: 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, AlVIENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereo fl to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 007200-9 GENERAL CONDITIONS Page 9 of 62 section. The Contractor shall not take advantage of any variation of form, format ar 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 Dzscrepancies: 1. Contractor's Review of Contract Documents Before Starting Work: Befare undertalcing each part of the Work, Contractor shall carefully study and compare the Contract Documents and checic 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 DOCUNIENT3 Revised: November 9, 2011 oonoo-io GENERAL CONDITIONS Page 10 of 62 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or 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 Speciiications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereo fl prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CIT'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCTJMENTS Revised: November 9, 2011 oo�zoo-ii GENERAL CONDITIONS Page 11 of 62 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, ar 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 rislc. 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 malces no representations as to long term compatibility, usability, or readability of documents resulting from the use of soflware application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4— AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HA7.ARDOUS ENVIIZONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability ofLands 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 Worlc. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, 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 Worlc is to be performed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS Revised: November 9, 2011 oo�zoo-tz GENERAL CONDITIONS Page 12 of 62 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. 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 D�ering Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: l. is of such a nature as to establish that any "technical data." on which Contractar is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 00 72 00-13 GENERAL CONDITIONS Page 13 of 62 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 requir�;d 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 adjushnent in the Contract Price or Contract Time if: l. Contractor knew of the existence of such conditions at the time Contractor made a final corrunitment to City with respect to Contract Price and Contract Time by the submissinn of a Bid or becoming bound under a negotiated contract; or 2. the e�stence 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 e�sting 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; coordination and adjustment of the Worlc with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated: 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 00 72 00-14 GENERAI CONDITIONS Page 14 of 62 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Faciliiy and deterinine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the e�stence 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. Verification of e�sting 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 Conditzon 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 identiiied in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, pariners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for �ontractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 oonoo-is GENERAL CONDITIONS Page 15 of 62 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractar or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall isnmediately: (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 therea$er 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 Worlc; 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 Worlc that is in the area affected by such condition to be deleted from the Worlc. City may have such deleted portion of the Worlc performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractoi° shall indemn� and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, aYchitects, attorneys, and other professionals and all court or arlJlll"C1t1012 or other dispute resolution costs) arzsing ozrt of o�� relating to a Hazardous Environmental Condztion created by Contractor oY by anyone for whom Contractor is responsible. Nothing in thzs Paragraph 4.06.G shall obligate ContYactor to indemn� 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 00 72 00-16 GENERAL CONDITIONS Page 16 of 62 ARTICLE 5— BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surery 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, 5urety 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. l. 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 Revised: November 9, 2011 oonoo-i� GENERAL CONDITIONS Page 17 of 62 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 minunum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent fmancial strength and solvency to the satisfaction of Rislc 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 ofinsurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance far 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 clauns-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 Cont�•act 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 contractar/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 oo�zoo-is GENERAL CONDITIONS Page 18 of 62 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 ContYactor's Insurance A. Workers Conzpensation 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 sicicness 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 prunary insurance with respect to any other CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 00 72 00-19 GENERAL CONDITIONS Page 19 of 62 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, productsJcompleted 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 Worlc, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop warlc until replacement insurance has been procured. There shall be no time credit for days not worlced pursuant to this section. 5.05 Acceptance of Bonds and Insu��ance; 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 withixi 10 Business Days after receipt of the certificates (or other evidence requested). Contractar shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase ar 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 Worlc competently and efficiently, devoting such attention thereto and applying such slcills and expertise as may be necessary to perform the Worlc in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. CITY OF FORT WOR'fH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 oonoo-ao GENERAL CONDITIONS Page 20 of 62 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours priar 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 Warking Hours. Contractor will not pernut the performance of Work beyond Regular Working Hours or for Weekend Workulg 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 Revised: November 9, 2011 oo�zoo-zi GENERAL CONDITIONS Page 21 of 62 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable SupplYer, 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. l. 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 Ol 32 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or-Eguals" 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 lilce, 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" Itenzs: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or-equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.OS.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City deternunes that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORT'H STANDARD CONSTRUCTTON SPECIFICATION DOCUMENTS Revised: November 9, 2011 00 �a oo - zz GENERAL CONDITIONS Page 22 of 62 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does ' not qualify as an "or-equal" item under Paragraph 6.OS.A.1, it may be submitted as a proposed substitute item. b. 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 Contractar. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section O1 25 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of fmal 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 Revised: November 9, 2011 00 72 00 - 23 GENERAL CONDITIONS Page 23 of 62 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that 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 contractars affected by any resulting change. B. Sirbstitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Cont�•actar 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 deternline that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.OS.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.OS.A and 6.OS.B. City may require Conn•actor to fizrnish 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 Gua��antee: City may require Contractor to fiu�nish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. COIZZYCICl07� shall indemn� and hold harmless City and anyone directly or indzrectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys.f'ees) arising out of the use of substituted materials or eguipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substihzte proposed or submitted by Contractor pursuant to Paragraphs 6.OS.A.2 and 6.OS.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for malcing 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 Revised: November 9, 2011 00 72 00-24 GENERAL CONDITIONS Page 24 of 62 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extenszons: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, wark of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority and Women Owned Business Enteiprise Compliance: It is City policy to ensure the full and equitable participation by Minority and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the Coniract Documents provide for a MWBE goal, Contractor is required to comply with the intent of the City's MWBE Ordinance (as amended) by the following: l. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MWBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for aIl 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 WOR1'H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 00 �z oo - 2s GENERAL CONDITIONS Page 25 of 62 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, 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 Subcontractars, 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 Prevazling 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 worlcer is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its aclministrative 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 worlcer, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall malce an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worlcer 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 fmal determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 00 �2 00 - 26 GENERAL CONDITIONS Page 26 of 62 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the l lth day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Coniractor in the construction of the Work provided for in this Contract; and (u) 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 e�stence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemn� and hold 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) arzsing 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 Revised: November 9, 2011 00 7z oo - 2� GENERAL CONDITIONS Page 27 of 62 the incorporation in the Work of any invention, design, process, product, or device not spec�ed in the ContractDocuments. 6.09 Permits and Utilzties 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 obtainirig 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 Worlc. 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 Contractar 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 Pernuts 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Pernuts 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 fortb in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 201 I 00 �z oo - 2s GENERAL CONDITIONS Page 28 of 62 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to rnake 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, h ://www.window.state.tx.us/taxinfo/taxfoims/93-forms.html 6.12 Use of 5ite 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 pernutted 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 Worlc, the City may require the Contractor to fuush 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 DOCtJMENTS Revised: November 9, 2011 00 72 00 - 29 GENERAL CONDITIONS Page 29 of 62 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemn� and hold harmless City, from and against all clazms, 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 rnonies due or to become due to the Contractor. D. Fi�aal Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Warlc and malce 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 Worlc. E. Loading Str�uctures: 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 Wark, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractar shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractar shall be solely responsible for initiating, maintauung and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUIvIENTS Revised: November 9, 2011 00 72 00-30 GENERAL CONDITIONS Page 30 of 62 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 properiy, 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 Worlc, 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 properiy at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 00 72 00-31 GENERAL CONDITIONS Page 31 of 62 . : changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City deternvnes 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 worlc or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to talce 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 talcing 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. 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 Contractar proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 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. Far-Information-Only submittals upon which the City is not expected to conduct review or talce responsive action may be so identified in the Contract Documents, 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTEI STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS Revised: November 9, 2011 00 72 00-32 GENERAL CONDITIONS Page 32 of 62 B. Where a Submittal is required by the Contract Documents ar 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 O1 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 00 72 00 - 33 GENERAL CONDITIONS Page 33 of 62 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accardance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or fmal 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 Worlc 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 Worlc and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.B. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its ofiicers, 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 SPECIF'ICALLY 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 indemnrty provision is intended to include, without limitation, indemnity for costs, expenses and legal fees uicurred 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 INDENLNIFICATION PROVISION IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOC(JMENTS Revised: November 9, 2011 00 72 00 - 34 GENERAL CONDITIONS Page 34 of 62 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DA.MAGES BEING SOUGHT WLRE CAUSED IN WHOLE OR IN PART BY ANY ACT OMISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with perfortnance 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 fmal 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 Revised: November 9, 2011 00 72 00-35 GENERAL CONDITIONS Page 35 of 62 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paxagraph. 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 Adininistrative 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 fmancial assistance awarded by the U.S. Department of Transportation and the Federal Transit Admiiustration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7— OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other worlc 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 worlc is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other worlc; and B. Contractor shall afford each other contractor who is a parly to such a direct contract, each utility owner, and City, if City is performing other worlc with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opporturiity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Worlc with theirs. Contractor shall do all cutting, fitting, and patching of the Worlc that may be required to properly connect or otherwise malce its several parts come together and properly integrate with such other work. Contractor shall not endanger any worlc of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractar may cut or alter others' worlc 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 worlc 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 SPECIFICATION DOCUIvIENTS Revised: November 9, 2011 007200-36 GENERAL CONDITIONS Page 36 of 62 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8 — CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements; Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 00 72 00-37 GENERAL CONDITIONS Page 37 oF62 8.07 Limitations on City's Responsibilzties A. The City shall not supervi�e, 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 Contractar's failure to perform the Work in accardance with the Contract Docutnents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9— CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City s Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the 1'unitations of authority of City's representative during construction are set forth in the Contract Documents. The Project Representative(s) will be as provided in the Supplementary Conditions. 9.02 Visits to Site A. City's Project Representative will malce visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Representative will determine, in general, if the Worlt is proceeding in accordance with the Contract Documents. City's Project Representative will not be required to make e�austive or continuous inspections on the Site to check the quality or quantity of the Warlc. City's Project Representative's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Representative's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 007200-38 GENERAL CONDITIONS Page 38 of 62 9.03 Authorized Variations in Work City's Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be fmal (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be fmal 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 perfoiiued 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 Revised: November 9, 2011 00 '72 00 - 39 GENERAL CONDITIONS Page 39 of 62 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 Execzrtion of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: changes in the Worlc which are: (i) ordered by City pursuant to Paragraph lO.OI.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Worlc 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 worlc a$er making written request for written orders and shall lceep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Worlc 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 Worlc 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 Worlc, whether said costs are lcnown, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple ar 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 lirnited 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 SPECIFICAT'ION DOCUMENTS Revised: November 9, 2011 00 72 00-40 GENERAL CONDITIONS Page 40 of 62 10.06 Contract Claims Process A. Ciry's Decision Required: All Contract Clauns, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: l. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered ' to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accardance 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 Contsactor'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 Revised: November 9, 2011 oonoo-ai GENERAL CONDITIONS Page 41 of 62 D. City's written action under Paragraph 10.06.0 will be fmal and binding, unless City or Contractor involce 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 Worlc A. Costs Included: The term Cost of the Worlc means the sum of all costs, except those excluded in Paragraph 11.O1.B, necessarily incurred and paid by Contractor in the proper performance of the Wark. 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 Warlc. Such costs shall not include any of the costs itemized in Paragraph 11.O1.B, and shall include but not be 1'united to the following items: l. Payroll costs for employees in the direct employ of Contractor in the perfarmance 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, worlcers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Worlc outside of Regular Working Hours, Weekend Worlcing 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 Worlc. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMk:NTS Revised: November 9, 2011 00 72 00 - 42 GENERAL CONDITIONS Page 42 of 62 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City a�1d 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 Worlc plus a fee, the Subcontractor's Cost of the Work and fee shall be detern�ined 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 Contractar 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 payrnents 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 Revised: November 9, 2011 00 72 00-43 GENERAL CONDITIONS Page 43 of 62 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Worlc shall not include any of the following items: l. 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, timelceepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general adm.iiustration of the Worlc and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.Ol.A.l or specifically covered by Paragraph 11.O1.A.4, all of which are to be considered adininistrative 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 Worlc 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 conection 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 lcind. C. Contractor's Fee: When all the Worlc 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 Wark 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 deternuned as set forth in Paragraph 12.O1.C. D. Docu�nentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.O1.A and 11.O1.B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Spec�ed Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Worlc so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre-bid Allowances: l. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCtJMENTS Revised: November 9, 2011 00 �a oo - aa GENERAL CONDITIONS Page 44 of 62 a. the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs far 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 fmal 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 estunated 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 determ�n�ng an initial Contract Price. Deternlinations of the actual quantities and classifications of Unit Price Work performed by Contractar 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 accardance with Paragraph 12.01 if: l. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 00 72 00 - 45 GENERAL CONDITIONS Page 45 of 62 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Worlc and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of worlc occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract ar b. a Major Item of worlc varies by more than 25% from the original Contract quantity. 5. When the quantity of worlc 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 worlc that is above 125%. 6. When the quantity of worlc 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 worlc performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as fmal payment quantities, unless revised by the governing Section or this Article. B. If the quantity measuxed as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustrnent may be made to the quantity of authorized work done for 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°/o variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 00 72 00-46 GENERAL CONDITIONS Page 46 of 62 E. For callout work or non-site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the ' provisions of Paragraph 11.03); or 2, where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.O1.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.O1.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.O1.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: l. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11Al.A.l, 11.O1.A.2. and 11.O1.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 1 l.Ol.A.4 and 11.O1.A.5, the Contractor's fee shall be five percent (5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.O1.C.2.a and 12.O1.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 00 72 00 - 47 GENERAL CONDITIONS Page 47 of 62 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.O1.A.1 and 11.O1.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.O1.A.6, and 11.O1.B; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Coniractor'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 Worlc 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 lunited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other worlc as contemplated by Article 7, %res, 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 5upplier 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 DOCLTMENTS Revised: November 9, 2011 00 72 00-48 GENERAL CONDITIONS Page 48 of 62 ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereo fl to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtauung such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and fi�rnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a"fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 00 72 00 - 49 GENERAL CONDITIONS Page 49 of 62 3, Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of oth�ren e of Ci� bC ntr�act rdshallea� equested by City, �un o ver C o n t r a c t o r w i t h o u t w n tt e n c o n t Y 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 Worlc is covered contrary �covered for C Ty' observation and replac ed abContrac or's must, if requested by City, be 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 Worlc 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 worlc of others); or City shall be entitled to accept defective Worlc 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 worlcers or suitable materials or equipment, or fails to perform the Worlc in such a way that the completed Worlc 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 DOCUNtENTS Revised: November 9, 2011 oo�zao-so GENERAL CONDITIONS Page 50 of 62 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Wark 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 Worlc under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or m 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 Revised: November 9, 2011 00 72 00-51 GENERA� CONDITIONS Page 51 of 62 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. 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 clairus, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and deternunation to accept such defective Work and for the d'unu�.ished value of the Worlc 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 duuinished value of Worlc so accepted. 13.09 City May Correct Defectzve Worlt A. If Contractor fails within a reasonable tune after written notice from City to correct defective Work, or to remove and replace rejected Worlc as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Worlc 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, talce possession of all or part of the Worlc and suspend Contractor's services related thereto, and incorporate in the Worlc all materials and equipment incorporated in the Worlc, 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 Revised: November 9, 20t1 oo�zoo-sa GENERAL CONDITIONS Page 52 of 62 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The 5chedule of Values far 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 ProgYess 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 anangements to protect City's interest therein, all of which must be satisfactory to City. 4. Begimung 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. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 00 72 00-53 GENERAL CONDITIONS Page 53 of 62 B. Review ofApplications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may malce 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 Worlc, 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 Worlc 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 checic the quality or the quantity of the Work as it has been performed have been e�iaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Worlc 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 Worlc. 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 revolce 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 Worlc in accordance with Paragraph 13.09; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 00 72 00 - 54 GENERAL CONDITIONS Page 54 oF 62 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 �hall 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: l. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or a 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 , i 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 STt1NDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 oo�aoo-ss GENERAL CONDITIONS Page SS of 62 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, deternvnes 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 Wark which City determines to be ready for its intended use, subject to the following conditions: l. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.OS.A.1, City and Contractor shall malce an inspection of that part of the Worlc to deternvne its status of completion. If City does not consider that part of the Worlc 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 Finallnspectzon 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 unmediately talce such measures as are necessary to complete such Worlc 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 Worlc identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSIRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 00 72 00 - 56 GENERAL CONDITIONS Page 56 of 62 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Docutnents. 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 fmal payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: l. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partzal Retainage Release A. If fmal completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's fmal Application for Payment, and without ternunating 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 Revised: November 9, 2011 00 �z ao - s� GENERAL CONDITIONS Page 57 of 62 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of fmal 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 Worlc A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may f� the date on which Work will be resumed. Contractor shall resume the Worlc 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 indefuute 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 talce every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the worlc, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returni.ng 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 Revised: November 9, 2011 00 �a oo - ss GENERAI CONDITIONS Page 58 of 62 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's IVTWBE ordinance established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contxactor 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 Revised: November 9, 2011 00 72 00-59 GENERAL CONDITIONS Page 59 of 62 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 5urety 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 Ciry has paid Contractor or Surety but which are stored elsewhere, and fuush the Work as City may deem expedient. 3. Whether City or Surety completes the Worlc, Contractor shall not be entitled to receive any further payment until the Worlc is fmished. 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 Worlc, 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 perfortned. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Worlc shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.B, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the terrnination 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 DOCTJMENTS Revised: November 9, 2011 00 72 00 - 60 GENERAL CONDITIONS Page 60 of 62 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, ternunate the Contract. Any termination shall be effected by mailing a notice of tl�e termination to the Contractar specifying the extent to whicli performance of Work under the contract is ternzinated, ' 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 ternlination, 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 terniination; 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 term�nated by notice of ternlination; 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 ternvnated 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 ternunation; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 00 72 00-61 GENERAL CONDITIONS Page 61 of 62 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to fmal 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 clauns 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 ternunation, including fair and reasonable sums for overhead and proiit on such Work; 2. expenses sustained prior to the effective date of termination in perfornling 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 tern�ination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractar 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.D shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 00 72 00-62 GENERAL CONDITIONS Page 62 of 62 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 pariy of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17 — MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given ii 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 Revised: November 9, 2011 00 72 00 - 63 GENERAL CONDITIONS Page 63 of 62 17.04 Survival of Obligations Al2 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 fmal payment, completion, and acceptance of the Work or temiination or completion of the Contract or ternvnation 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 DOCLIMENTS Revised: November 9, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 00 73 00 - 1 SUPPLEMENTARY CONDTTIONS Page 1 of 5 SECTION 00 73 00 SUPPLEMENTARY CONDTTIONS TO GENERAL CONDTTIONS Supplementary Conditions These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modi�ed or supplemented remain in full force and effect. De�ned Terms The terms used in these Supplementary Condirions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specif'ically noted herein. Modi�cations and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-3.03B.2, "Resolving Discrepancies" Plans govern over Speciiications and Specifications shall govern over standard details. SC-4.OlA Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.O1A.1., "Availability of Lands" The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of February 21,2012: Outstanding Right-Of-Way, and/or Easements to Be Acquired PARCEL OWNER NUMBER NONE TARGET DATE OF POSSES5ION The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. SC-4.O1A.2, "Availability of Lands" C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 21, 2012 BRICK PAVEMENT REPAIR (201412) GG01-537110-0202007 007300-2 SUPPLEMENTARY CONDTTIONS Page 2 of 5 1 2 3 4 5 Utilities or obstructions to be removed, adjusted, and/or relocated The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated as of February 21, 2012 EXPECTED UTILTTY AND LOCATION OWNER TARGET DATE OF AD7USTMENT NONE 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 The Contractor understands and agrees that the dates listed above are estimates only, are not guazanteed, and do not bind the City. 5C-4.02A., "Subsurface and Physical Condirions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: A"None" Report No. , dated , prepared by "None" a sub-consultant of "None", a consultant of the City, providing additional information on "None" The following are drawings of physical conditions in or relating to e�sting surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site of the Work: NONE SC-4.06A., "Iiazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: NONE SC-5.03A., "Certificates of Insurance" The entities listed below are "additional insureds as their interest may appear" including their respecrive officers, directors, agents and employees. (1) City (2) Consultant: NONE (3) Other: NONE SC-5.04A., "Contractor's Insurance" The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A. Workers' Compensation, under Paragraph GC-5.04A. Statutory limits Employer's liability $100,000 each accidendoccurrence $100,000 Disease - each employee $500,000 Disease - policy limit SC-5.04B., "Contractor's Insurance" CTI'Y OF FORT WORTH STANDARD CONSTRUCTION 3PECIFICATION DOCUMENT3 Revised February 21, 2012 BRICK PAVEMENT REPAIR (201412) GGO1-537110-0202007 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with minimum limits of: $1,000,000 each occurrence $2,000,000 aggregate limit The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. SC 5.04C., "Contractor's Insurance" 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non-owned. $1,000,000 least: $250,000 $500,000 $100,000 each accident on a combined single limit basis. Split lunits are acceptable if limits are at Bodily Injury per person / Bodily Injury per accident / Property Damage SC-5.04D., "Contractor's Insurance" The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks NONE The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a"Right of Entry AgreemenP' with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right-of-entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: (1) General Aggregate: (2) Each Occurrence: _ Required for this Contract N/A N/A X Not required for this Contract With respect to the above outlined insurance requirements, the following shall govern: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 21, 2012 BRICK PAVEMENT REPAIl2 (201412) GGO1-537110-0202007 007300-4 SUPPLEMENTARY CONDTTIONS Page 4 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 1. Where a single railroad company is invoived, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at-grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above.. 2, Where more than one railroad company is operating on the same right-of-way or where severai railroad companies are involved and operated on their own separate rights-of-way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. 3. If, in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at- grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Raih•oad Company prior to the Contractor's beginning work. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. SC-6.04., "Project Schedule" Project schedule shall be tier 3 for the project. SC-6.07., "Wage Rates" The following is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes: GC — 6.07 SC-6.09., "Permits and Utilities" SC-6.09A., "Contractor obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: BNSF Railroad and UP Railroad SC-6.09B. "City obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the City: None SC-6.09C. "Outstanding permits and licenses" The following is a list of known outstanding permits and/or licenses to be acquired, if any as of February 21, 2012 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION CITY OF FORT WORTH BRICK PAVEMENT REPAIR (201412) STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS GGOl-537110-0202007 Revised February 21, 2012 OWNER None 007300-5 SUPPLEMENTARY CONDTI'IONS Page 5 of 5 PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION 1 2 3 4 SC-7.02., "Coordination" 5 6 The individuals or entities listed below have contracts with the City for the performance of otkier work at 7 the Site: 8 None Vendor Sco e of Work Coordination Authorit NONE NONE NONE 9 10 11 SC-8.01, "Communications to Contractor" 12 13 All removed materiaUdebris must be hauled off to a suitable dumpsite within the same day. 14 15 Existing brick pavers may be re-used only if approved by the Engineer. Existing bricks that do not 16 meet the required specifications for re-use shall be delivered to the City Stock pile yard at 3300 17 Yuma Street� 18 19 Contractor shall backf'ill behind the curb, driveways, sidewalks etc. within �ve days from the date of 20 completion. 21 22 23 5C-9.01., "City's Project Representative" 24 25 The following firm is a consultant to the City responsible for construction management of this Project: 26 NONE 27 28 SC-13.03C., "Tests and Inspections" 29 30 NONE 31 SC-16.O1C.1, `nVlethods and Procedures" 32 33 NONE 34 35 36 3� END OF SECTION CITY OF FORT WORTH BRICK PAVEMENT REPAIl2 (2014-12) STANDARD CONSTRUCTION SPECIFICATION DOCCTMENTS GGOl-537110-0202007 Revised February 21,2012 oiiioo-i SUMMARY OF WORK Page 1 of 3 1 2 SECTION 011100 SLT�vIlVIARY 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 8 9 10 11 12 B. Deviations from this City of Fort Worth Standard Specification _.._... _ ._. __._._ _ .- . - -- — _. _ - --- _ ., l. MOBILIZATION SHALL BE SUBSIDIARY TO THIS PROJECT PAY Ti'EMS; __ _- _ NO SEPARATE PAY. _.__. ____ _._.___.___.._._. C. Related Specification Sections include, but are not necessarily limited to" 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1- General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 l. 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 REFERENCE5 [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Work Covered by Contract Documents 20 l. Work is to include furnishing all labor, materials, and equipment, and performing 21 all Work necessary for this construction project as detailed in the Drawings and 22 Specifications. 23 B. Subsidiary Work 24 1. Any and all Work specifically governed by documentary requirements for the Zg project, such as conditions imposed by the Drawings or Contract Documents in 26 which no specific item for bid has been provided for in the Proposal and the item is 2� not a typical unit bid item included on the standard bid item list, then the item shall 2g be considered as a subsidiary item of Work, the cost of which shall be included in 29 the price bid in the Proposal for various bid items. 30 2. MOBILIZATION SHALL NOT BE PAID DIRECTLY BUT SHALL BE 31 CONSIDERED SUBSIDIARY TO THE MAJOR ITEMS OF WORK. 32 33 34 35 36 37 38 C. Use of Premises 1. Coordinate uses of premises under direction of the Ciry. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other public places or other rights-of-way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 BRICK PAVEMENT REPAIR (201412) GGO1-537110-0202007 oi ii oo-z SUMMARY OF WORK Page 2 oF 3 a. 3 4 L:! c. 9 10 3. Unless speciiically provided otherwise, clear all rights-of-way or easements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the project construction operations. 11 D. Work within Easements 12 1. Do not enter upon private property for any purpose without having previously 13 obtained pernussion from the owner of such property. 14 2. Do not store equipment or material on private property unless and until the 15 specified approval of the property owner has been secured in writing by the 16 Contractor and a copy furnished to the City. 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 4. 5. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. If the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad permit. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corparation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence work associated with easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in the proposal. CiTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 BRICK PAVEMENT REPAIR (2014-12) GGOl-537110-0202007 011100-3 SUMMARY OF WORK Page 3 of 3 1 2 3 4 5 6 7 8 9 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBIVIITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] l0 PART 3- EXECUTION [NOT USED] 11 12 DATE NAME 13 END OF SECTION Revision Log SUMMARY OF CHANGE CiTY OF FORT WORTFi STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 BffiCK PAVEMENT REPAIR (2014-12) GGO1-537110-0202007 012500-1 SUBSTITUTION PROCEDURES Page 1 of 4 1 2 SECTION 0125 00 SUBSTITUTION PROCEDURES 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 A. Section Includes: 1. The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is speciiied by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or-equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 l. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 1g 2. Division 1— General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 l. 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 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 1.4 ADMI1�tISTRATIVE REQUIlZEMENTS A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or-equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or-equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 BRICK PAVEMENT REPAIR (201412) GGO1-537110-0202007 oiasoo-z SUBST1fiUTION 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 l. Substitution shall be considered only: 6 a. After award of Contract � b. Under the conditions stated herein 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 2'7 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or rnechanical requirements 4) Productexperience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects lrnowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 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. C1TY OF FORT WORTH BRICK PAVEMENT REPAIR (2014-12) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GGOl-537110-0202007 Revised July 1, 2011 O12500-3 SUBSTITUTION PROCEDURES Page 3 of 4 1 2 3 4 5 6 7 8 9 E[i] 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 4. No additional contract time will be given for substitution. 5. Substitution will be rejected if: a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the City's opinion, acceptance will require substantial revision of the original design d. In the City's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTAL5/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modiiications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 28 PART 3- EXECUTION [NOT USED] 29 30 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 31 CiTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFTCATION DOCUMENTS Revised July 1, 2011 BRICK PAVEMENT REPAIR (201412) GGO1-537110-0202007 012500-4 SUBSTiTUTION PROCEDURES Page 4 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED TTEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature as noted Firm Address Date Telephone For Use by City: Approved City Recommended _ Recommended Not recommended _Received late By Date Remarks Rej ected Date . _ CTTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 BRICK PAVEMENT REPAII2 (2014-12) GGO1-537110-0202007 013119-1 PRECONSTRUCTION MEETING Page 1 of 3 1 2 3 4 SECTION Ol 3119 PRECONSTRUCTION MEETING PART1- GENERAL 1.1 SLTMMARY 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to � clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 l. 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 l. 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 REQUIItEMENTS 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Coordination l. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualiiied and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting l. A preconstruction meeting will be held within 14 days after the execution of the Agreement and before Work is started. a. The meeting will be scheduled and administered by the City. 2. The Project Representarive will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Project Representative b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CiTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFTCATION DOCUMENTS Revised July 1,2011 BRICK PAVEMENT REPAIR (201412) GGOl-537110-0202007 013119-2 PRECONSTRUCTION MEETING Page 2 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 4. 5. e. Other City representatives f. Others as appropriate Construction Schedule a. Prepare baseline construction schedui� in accordance with Section Ol 32 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre-Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Coniined Space Entry Standards u. Coordination with the City's representative for operations of e�sting water systems v. 5torm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg, M/WBE procedures hh. Final Acceptance ii, Final Payment jj. Questions or Comments CTTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFTCATION DOCUMENTS Revised 7uly 1, 2011 BRICK PAVEMENT REPAIR (2014-12) GGO1-537110-0202007 013119-3 PRECONSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTAL5 [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] i l END OF SECTION 12 DATE I NAME 13 Revision Log SUMMARY OF CHANGE CITY OF FORT WORTH BRICK PAVEMENT REPAIlt (201412) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GG91-537110-0202007 Revised July l, 2011 013120-1 PROJECT MEETINGS Page 1 of 3 1 2 SECTION 013120 PR07ECT MEETINGS 3 PART1- GENERAL 4 1.1 SLTMMARY 5 6 7 8 9 10 A. Section Includes: l. Provisions for project meetings throughout the construction period to enable orderly review of the progress of the Work and to provide for systematic discussion of potential problems B. Deviations this City of Fort Worth Standard Specification l. 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 l. 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 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 1.4 ADMIIVISTRATIVE REQUIREMENTS A. Coordination l. Schedule, attend and administer as speciiied, periodic progress meetings, and specially called meetings throughout progress of the Work. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meetings administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. 4. Meetings, in addition to those specified in this Section9 may be held when requested by the City, Engineer or Contractor. B. Pre-Construction Neighborhood Meeting 1. After the execution of the Agreement, but before construction is allowed to begin, attend 1 Public Meeting with affected residents to: a. Present projected schedule, including construction start date b. Answer any construction related questions 2. Meeting Location a. Location of ineeting to be determined by the City. 3. Attendees a. Contractor CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFTCATION DOCUMENTS Revised July 1, 2011 BRICK PAVEMENT REPAIR (2014-12) GGOl-537110-0202007 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 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 C. Progress Meetings 1. Formal project coordination meetings will be held periodically. Meetings will be scheduled and administered by Project Representative. 2. Additional progress meetings to discuss speciiic topics will be conducted on an as- needed basis. Such additional meetings shall include, but not be limited to: a. Coordinating shutdowns b. Installation of piping and equipment c. Coordination between other construction projects d. Resolution of construction issues e. Equipment approval 3. The Project Representative will preside at progress meetings, prepare the notes of the meeting and distribute copies of the same to all participants who so request by fully completing the attendance form to be circulated at the beginning of each meeting. 4. Attendance shall include: a. Contractor's project manager b. Contractor's superintendent c. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request d. Engineer's representatives e. City's representatives f. Others, as requested by the Project Representative 5. Preliminary Agenda may include: a. Review of Work progress since previous meeting b. Field observations, problems, conflicts c. Items which impede construction schedule d. Review of off-site fabrication, delivery schedules e. Review of construction interfacing and sequencing requirements with other construction contracts f. Corrective measures and procedures to regain projected schedule g. Revisions to construction schedule h. Progress, schedule, during succeeding Work period i. Coordination of schedules j. Review submittal schedules k. Maintenance of quality standards 1. Pending changes and substitutions m. Review proposed changes for: 1) Effect on construction schedule and on completion date 2) Effect on other contracts of the Project n. Review Record Documents o. Review monthly pay request p. Review status of Requests for Information CTl'Y OF FORT WORT'Fi STANDARD CONSTRUCTION SPECIFICATION DOCUMENT3 Revised July 1, 2011 BRICK PAVEMENT REPAIl2 (2014-12) GGOl-537110-0202007 013120-3 PROJECT MEETINGS Page 3 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 6. Meeting Schedule a. Progress meetings will be held periodically as deternuned by the Project Representative. 1) Additional meetings rnay be held at the request of the: a) City b) Engineer c) Contractor 7. Meeting Location a. The City will establish a meeting location. 1) To the extent practicable, meetings will be held at the Site. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBNIITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USEDJ 110 DELIVERY, STORAGE, AND I-IANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 20 PART 3- EXECUTION [NOT USED] 21 22 DATE NAME 23 END OF 5ECTION Revision Log SUMMARY OF CHANGE CiTY OF FORT WORTIi STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 BRICK PAVEMENT REPAIR (201412) GGOl-537110-0202007 1 2 3 4 013216-1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 5 SECTION 013216 CONSTRUCTION PROGRESS SCHEDULE PART1- GENERAL 1.1 SUMMARY 5 A. Section Includes: 6 l. General requirements for the preparation, submittal, updating, status reporting and � management of the Construction Progress Schedule g 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1— General Requirements 15 1.2 PRICE AND PAYMENT PROCEDURES 16 17 18 19 1.3 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. REFERENCES A. Deiinitions 1. Schedule Tiers a. Tier 1- No schedule submittal required by contract. Small, brief duration projects b. Tier 2- No schedule submittal required by contract, but will require some milestone dates. Small, brief duration projects c. Tier 3- Schedule submittal required by contract as described in the Specification and herein. Majority of City projects, including all bond program projects d. Tier 4- Schedule submittal required by contract as described in the Speciiication and herein. Large and/or complex projects with long durations 1) Examples: large water pump station project and associated pipeline with interconnection to another governmental entity e. Tier 5- Schedule submittal required by contract as described in the Speciiication and herein. Large and/or very complex projects with long durations, high public visibility 1) Examples might include a water or wastewater treatment plant 2. Baseline Schedule - Initial schedule submitted before work begins that will serve as the baseline for measuring progress and departures from the schedule. 3. Progress Schedule - Monthly submittal of a progress schedule documenting progress on the project and any changes anticipated. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFTCATION DOCUMENTS Revised July 1, 2011 BRICK PAVEMENT REPAIR (2014-12) GGO1-537110-0202007 013216-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 1 4. Schedule Narrative - Concise narrative of the schedule including schedule 2 changes, expected delays, key schedule issues, critical path items, etc 3 B. Reference Standards 4 l. City of Fort Worth Schedule Guidance Document 5 1.4 ADMINISTRATIVE REQUIREMENTS 6 A. Baseline Schedule � 1. General g a. Prepare a cost-loaded baseline Schedule using approved software and the 9 Critical Path Method (CPM) as required in the City of Fort Worth Schedule 10 Guidance Document. 11 b. Review the draft cost-loaded baseline Schedule with the City to demonstrate 12 understanding of the work to be performed and known issues and constraints 13 related to the schedule. 14 c. Designate an authorized representative (Project Scheduler) responsible for 15 developing and updating the schedule and preparing reports. 16 17 18 19 B. Progress Schedule 1. Update the progress Schedule monthly as required in the City of Fort Worth 5chedule Guidance Document. 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 20 3. Change Orders 21 a. Incorporate approved change orders, resulting in a change of contract time, in 22 the baseline Schedule in accordance with City of Fort Worth Schedule 23 Guidance Document. 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 C. Responsibility for Schedule Compliance 1. Whenever it becomes apparent from the current progress Schedule and CPM Status Report that delays to the critical path have resulted and the Contract completion date will not be met, or when so directed by the City, make some or all of the following actions at no additional cost to the City a. Submit a Recovery Plan to the City for approval revised baseline Schedule outlining: 1) A written statement of the steps intended to take to remove or arrest the delay to the crirical path in the approved schedule 2) Increase construction manpower in such quantities and crafts as will substantially eliminate the backlog of work and return current Schedule to meet projected baseline completion dates 3) Increase the nurnber of working hours per shift, shifts per day, working days per week, the amount of construction equipment, or any combination of the foregoing, sufficiendy to substantially eliminate the backlog of work 4) Reschedule activities to achieve maximum practical concurrency of accomplishment of activities, and comply with the revised schedule 2. If no written statement of the steps intended to take is submitted when so requested by the City, the City may direct the Contractor to increase the level of effort in manpower (trades), equipment and work schedule (overtime, weekend and holiday work, etc.) to be employed by the Contractor in order to remove or arrest the delay to the critical path in the approved schedule. a. No additional cost for such work will be considered. CTfY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICA'I'ION DOCUMENTS Revised July 1, 2011 BRICK PAVEMENT REPAII2 (2014-12) GGO1-537110-0202007 1 2 3 4 5 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 013216-3 CONSIRUCTION PROGRESS SCHEDULE Page 3 of 5 D. The Contract completion time will be adjusted only for causes specified in this Contract. a. Requests for an extension of any Contract completion date must be supplemented with the following: 1) Furnish justification and supporting evidence as the City may deem necessary to determine whether the requested extension of time is entitled under the provisions of this Contract. a) The City will, after receipt of such justification and supporting evidence, make findings of fact and will advise the Contractor, in writing thereof. 2) If the City finds that the requested extension of time is enritled, the City's determination as to the total number of days allowed for the extensions shall be based upon the approved total baseline schedule and on all data relevant to the extension. a) Such data shall be included in the next updating of the Progress schedule. b) Actual delays in activities which, according to the Baseline schedule, do not affect any Contract completion date shown by the critical path in the network will not be the basis for a change therein. 2. Submit each request for change in Contract completion date to the City within 30 days after the beginning of the delay for which a time extension is requested but before the date of final payment under this Contract. a. No time extension will be granted for requests which are not submitted within the foregoing time limit. b. From time to time, it may be necessary for the Contract schedule or completion rime to be adjusted by the City to reflect the effects of job conditions, weather, technical difficulties, strikes, unavoidable delays on the part of the City or its representatives, and other unforeseeable conditions which may indicate schedule adjustments or completion time extensions. 1) Under such conditions, the City will direct the Contractor to reschedule the work or Contract completion time to reflect the changed conditions and the Contractor shall revise his schedule accordingly. a) No additional compensation will be made to the Contractor for such schedule changes except for unavoidable overall contract time extensions beyond the actual completion of unaffected work, in which case the Contractar shall take all possible action to minimize any time extension and any additional cost to the City. b) Available float time in the Baseline schedule may be used by the City as well as by the Contractor. 3. Float or slack time is defined as the arnount of time between the earliest start date and the latest start date or between the eazliest iinish date and the latest finish date of a chain of activities on the Baseline Schedule. a. Float or slack time is not for the exclusive use or beneiit of either the Contractor or the City. b. Proceed with work according to early start dates, and the City shall have the right to reserve and apportion float time according to the needs of the project. CiTY OF PORT WORTfi STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 BRICK PAVEMENT REPAIR (201412) GGO1-537110-0202007 013216-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 c. Aclrnowledge and agree that actual delays, affecting paths of activities containing float time, will not have any effect upon contract completion times, providing that the actual delay does not exceed the float time associated with those activities. E. Coordinating Schedule with Other Contract Schedules 1 2. Where work is to be performed under this Contract concurrently with or contingent upon work performed on the same facilities or area under other contracts, the Baseline Schedule shall be coordinated with the schedules of the other contracts. a. Obtain the schedules of the other appropriate contracts from the City for the preparation and updating of Baseline schedule and make the required changes in his schedule when indicated by changes in corresponding schedules. In case of interference between the operations of different contractors, the City will determine the work priority of each contractor and the sequence of work necessary to expedite the completion of the entire Project. a. In such cases, the decision of the City shall be accepted as final. b. The temporary delay of any work due to such circumstances shall not be considered as justification for claims for additional compensation. 1.5 SUBMITTALS A. Raseline Schedule 1. 2. Submit Schedule in native file format and pdf format as required in the City of Fort Worth Schedule Guidance Document. a. Native file format includes: 1) Primavera (P6 or Primavera Contractor) Submit draft baseline Schedule to City prior to the pre-construction meeting and bring in hard copy to the meeting for review and discussion. 26 B. Progress Schedule 27 1. Submit progress Schedule in native file format and pdf format as required in the 28 City of Fort Worth Schedule Guidance Document. 29 2. Submit progress Schedule monthly no later than the last day of the month. 30 C. Schedule Narrative 31 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth 32 Schedule Guidance Document. 33 2. Submit schedule narrative monthly no later than the last day of the month. 34 35 36 37 38 39 D. Submittal Process 1. The City administers and manages schedules through Buzzsaw. 2. Contractor shall submit documents as required in the City of Fort Worth Schedule Guidance Document. 3. Once the project has been completed and Final Acceptance has been issued by the City, no further progress schedules are required. CTfY OF FORT WORTH STANDARD CONSIRUC'ITON SPECIFICATION DOCUMENT3 Revised 7uly 1, 2011 BRICK PAVEMENT REPAIl2 (201412) GGO1-537110-0202007 O13216-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE 5 A. The person preparing and revising the construction Progress Schedule shall be 6 experienced in the preparation of schedules of similar complexity. 7 B. Schedule and supporting documents addressed in this Specification shall be prepared, g updated and revised to accurately reflect the performance of the construction. 9 C. Contractor is responsible for the quality of all submittals in this section meeting the 10 standard of care for the construction industry for similar projects. 11 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 12 l.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WARRANTY [NOT USED] 14 PART 2- PRODUCTS [NOT USED] 15 PART 3� EXECUTION [NOT USED] 16 17 DATE NAtvIE 18 END OF SECTION Revision Log SUMMARY OF CHANGE CTI'Y OF FORT WORTH BRICK PAVEMENT REPAII2 (2014-12) STANDARD CONSTRUCTION SPECIFICATTON DOCUMENTS GGOl-537110-0202007 Revised July 1, 2011 0132 33 -1 PRECONSTRUCTION VIDEO Page 1 of 2 1 2 SECTION 0132 33 PRECONSTRUCTION VIDEO 3 PART1� GENERAL 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 1.1 SLIMMARY A. Section Includes: l. Administrative and procedural requirements far: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1,2 pRICE AND PAYMENT PROCEDURES A. Measurement and Payment l. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS (NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANllLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 33 PART 2- PRODUCTS [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 BRICK PAVEMENT REPAIR (2014-12) GGO1-537110-0202007 013233-2 PRECONSTRUCTION VIDEO Page 2 of 2 i PART 3- EXECUTION [NOT USED] 2 END OF SECTION 3 DATE � NAME 4 Revision Log SUMMARY OF CHANGE CTtY OF FORT WOR'I'H BRICK PAVEMENT REPAIR (201412) STANDARD CONSTRUCTION SPECIFICAT'ION DOCUMENTS GGOi-537110-0202007 Revised 7uly 1, 2011 013300-1 SUBMiTTALS Page 1 of 8 1 2 SECTION Ol 33 00 SUBMTTTALS 3 PART1- GENERAL 4 1.1 SLTMMARY 5 A. Section Includes: 6 l. General methods and requirements of submissions applicable to the following 7 Work-related submittals: g 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 15 16 17 1.2 C. Related Specification Sections include, but are not necessarily limited to: l. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 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 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Coordination l. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufiiciently in advance of perfornung the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication � Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. CTI'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 7uly 1, 2011 BRICK PAVEMENT REPAIR (2014-12) GGO1-537110-0202007 013300-2 SUBMTiTALS Page 2 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering l. When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 1 1 11 1: : 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and snnilaz data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) "By this submittal, I hereby represent that I have determined and verified iield measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." 36 D. Submittal Format 37 1. Fold shop drawings larger than 81/z inches x 11 inches to 81h inches x 1 linches. 38 2. Bind shop drawings and product data sheets together. 39 40 41 42 43 44 45 46 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certiiication b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content l. The date of submission and the dates of any previous submissions C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 BRICK PAVEMENT REPAIR (201412) GGOl-537110-0202007 013300-3 SUBMITTALS Page 3 of 8 1 2 3 4 5 6 7 8 9 l0 11 12 13 14 2. 3. 4. 5. 6. 7. 8. 9. 10 11 The Project title and number Contractor identification The names of: a. Contractor b. Supplier c. Manufacturer Identification of the product, with the Speciiication Section number, page and paragraph(s) Field dimensions, cleazly identified as such Relation to adjacent or critical features of the Work or materials Applicable standards, such as ASTM or Federal Specification numbers Identification by highlighting of deviations from Contract Documents Identification by highlighting of revisions on resubmittals An 8-inch x 3-inch blank space for Contractor and City stamps 15 16 17 18 19 20 21 22 23 24 25 26 27 F. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom-prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2g 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 l. 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 3� Product List, submittal data may include, but is not necessarily limited to: 3g 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 BRICK PAVEMENT REPAIIZ (201412) STANDARD CONSTRUCI'ION SPECIFICA'I'ION DOCUMENTS GGOl-537110-0202007 Revised July 1, 2011 013300-4 SUBMITTALS Page 4 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 7) Standard wiring diagrams 8) Printed performance curves and operational-range diagrams 9) Production or quality control inspection and test reports and certiiications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare-parts listing and printed product warranties 12) As applicable to the Work H. Samples 1. As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. l. Fabrication performed, materials purchased or on-site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution 1 2. Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FI`P site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative Hard Copy Distribution (if required in lieu of electronic distribution) CiTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 BRICK PAVEMENT REPAIR (201412) GGO1-537110-0202007 oi s3 00 - s susNrrrr�,s Page 5 of 8 10 11 12 13 14 15 � c. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. Product Data 1) Distributed to the City 2) Copies a) 4 copies Samples 1) Distributed to the Project Representative 2) Copies 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 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 K. Submittal Review 2. 3. 4. 5. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any depariure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and rnaterials c. Approving departures from details furnished by the City, except as otherwise provided herein The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for perFornung Work in a safe manner. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City rnay return the reviewed drawings without noting an exception. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 CTfY OF FORT WORTH BRICK PAVEMENT REPAIK (2014-12) STANDARD CONSTRUCTION SPECIFICATTON DOCUMENTS GGOl-537ll0-0202007 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 013300-6 SUBMITTALS Page 6 of 8 c. d. 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the iinal product. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non-conforming items that were noted. c) Resubmittal is to be received by the City within 15 calendar days of the date of the City's transmittal requiring the resubmittal. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense, 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. 8. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the City at least 7 Working Days prior to release for manufacture. CiTY OF FORT WORTH STANDARD CONSTRUC'I'ION SPECIFICATION DOCUMENTS Revised July l, 2011 BRICK PAVEMENT REPAIR (2014-12) GGOl-537110-0202007 O13300-7 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 l. 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 11 1. If specifically required in other Sections of these Specifications, submit a P.E. 12 Certification for each item required. 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 N. Request for Information (RFn l. Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractar believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Use the Request for Information (RFI) form provided by the City. 3. Numbering of RFI a. Preiix with "RFI" followed by series number, "-�cx", beginning with "O1" and increasing sequentially with each additional transmittal. 4. Sufficient information shall be attached to pernut a written response without further information. 5. The City will log each request and will review the request. a. If review of the project information request indicates that a change to the Contract Documents is required, the City will issue a Field Order or Change Order, as appropriate. CTI'Y OF FORT WORTH STANDARD CONSTRUCTION 3PECIFICATTON DOCUMENTS Revised July 1, 2011 BRICK PAVEMENT REPAIR (201412) GGO1-537110-0202007 013300-8 SUBMITTALS Page 8 of 8 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUSMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 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 CTI'Y OF FORT WORTH STANDARD CONSTRUCTTON SPECIFICATION DOCUMENTS Revised July 1, 2011 BRICK PAVEMENT REPAIR (201412) GGOl-537110-0202007 013513-1 SPECTAL PROJECT PROCEDURES Page 1 of 8 1 2 SECTION 013513 SPECIAL PRO7ECT PROCEDURES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 l. The procedures for special project circumstances that includes, but is not limited to: a. Coordination with the Texas Department of Transportation b. Work near High Voltage Lines c. Confined Space Entry Program d. Air Pollution Watch Days e. Use of Explosives, Drop Weight, Etc. f. Water Department Notification g. Public Notification Prior to Beginning Construction h. Coordination with United States Army Corps of Engineers i. Coordination within Railroad permits areas j. Dust Control k. Employee Parking B. Deviations from this City of Fort Worth Standard Specification l. 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 3. Section 33 12 25 — Connection to E�sting Water Mains 25 1.2 PRICE AND PAYMENT PROCEDURES 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. Measurement and Payment l. Coordination within Railroad permit areas a. Measurement 1) Measurement for this Item will be by lump sum. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for Railroad Coordination. c. The price bid shall include: 1) Mobilization 2) Inspection 3) Safety training 4) AdditionalInsurance 5) Insurance Certiiicates 6) Other requirements associated with general coordination with Raikoad, including additional employees required to protect the right-of-way and property of the Railroad from damage arising out of and/or from the construction of the Project. CTI'I' OF PORT WORTH STANDARD CONSTRUCT`ION SPECIFICATION DOCUMENTS Revised [L�sert Revision Date] BRICK PAVEMENT REPAIlt (2014-12) GGO1-537110-0202007 013513-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 i 2 3 4 5 6 7 8 9 10 11 12 13 14 2. 3. Railroad Flagmen a. Measurement 1) Measurement for this Item will be per working day. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for each working day that Railroad Flagmen are present at the Site . c. The price bid shall include: 1) Coordination for scheduling flagmen 2) Flagmen 3) Other requirements associated with Railroad All other items a. Work associated with these Items is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 15 1.3 REFERENCES 16 A. Reference Standards 17 l. Reference standards cited in this Specification refer to the current reference 18 standard published at the time of the latest revision date logged at the end of this 19 Speciiication, unless a date is speciiically cited. 20 2. North Central Texas Council of Governments (NCTCOG) — Clean Construction 21 Speciiication �a 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 1.4 ADMIlvISTRATIVE REQUIREMENTS A. Coordination with the Texas Department of Transportation 1. When work in the right-of-way which is under the jurisdiction of the Texas Department of Transportation (T�OT): a. Notify the Texas Department of Transportation prior to commencing any work therein in accordance with the provisions of the pernut b. All work performed in the TxDOT right-of-way shall be performed in compliance with and subject to approval from the Texas Department of Transportation B. Work near High Voltage Lines 1. Warning sign a. Provide sign of sufficient size meeting all OSHA requirements. 2. Equipment operating within 10 feet of high voltage lines will require the following safety features a. Insulating cage-type of guard about the boom or arm b. Insulator links on the lift hook connections for back hoes or dippers c. Equipment must meet the safety requirements as set forth by OSHA and the safety requirements of the owner of the high voltage lines 3. Work within 6 feet of high voltage electric lines a. Notification shall be given to: 1) The power company (example: ONCOR) a) Maintain an accurate log of all such calls to power company and record action taken in each case. b. Coordination with power company CiTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised [Insert Revision Date] BRICK PAVEMENT REPAIR (201412) GGOl-537110-0202007 013513-3 SPECIAL PROJECP PROCEDURES Page 3 of 8 4 5 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 1) After notiiication coordinate with the power company to: a) Erect temporary mechanical barriers, de-energize the lines, or raise or lower the lines c. No personnel may work within 6 feet of a high voltage line before the above requirements have been met. C. Confined Space Entry Program 1. Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. 2. Confined Spaces include: a. Manholes b. All other confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Air Pollution Watch Days 1. General a. Observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". b. Typical Ozone Season 1) May 1 through October 31. c. Critical Emission Time 1) 6:00 a.m. to 10:00 a.m. 2. Watch Days a. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. b. Requirements 1) Begin work after 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. 2) However, the Contractor may begin work prior to 10:00 a.m. if: a) Use of motorized equipment is less than 1 hour, or b) If equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. E. Use of Explosives, Drop Weight, Etc. 34 l. When Contract Documents permit on the project the following will apply: 35 a. Public Notification 36 1) Submit notice to City and pro�f of adequate insurance coverage, 24 hours 3� prior to commencing. 3g 2) Minimum 24 hour public notification in accordance with Section O1 31 13 39 40 41 42 43 44 45 46 F. Water Department Coordination l. During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. 2. Coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative. a. Coordination shall be in accordance with Section 33 12 25. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised [Insert Revision Date] BRICK PAVEMENT REPAIR (2014-12) GGOl-537110-0202007 O13513-4 SPECIAL PROJECT PROCEDURF.S Page 4 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 b. If needed, obtain a hydrant water meter from the Water Department for use during the life of named project. c. In the event that a water valve on an existing live system be turned off and on to accommodate the construction of the project is required, coordinate this activity through the appropriate City representative. 1) Do not operate water line valves of existing water system. a) Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischiefl and the Contractor will be prosecuted to the full extent of the law. b) In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. G. Public Notiiication Prior to Beginning Construction 1. Prior to beginning construction on any block in the project, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: a. Post notice or flyer 7 days prior to beginning any construction activity on each block in the project area. 1) Prepare flyer on the Contractor's letterhead and include the following information: a) Name of Project b) City Project No (CPl� c) Scope of Project (i.e. type of construction activity) d) Actual construction duration within the block e) Name of the contractor's foreman and phone number fl Name of the City's inspector and phone number g) City's after-hours phone number 2) A sample of the `pre-construction notification' flyer is attached as Exhibit A. 3) Submit schedule showing the construction start and finish time for each block of the project to the inspector. 4) Deliver flyer to the City Inspector for review prior to distribution. b. No construction will be allowed to begin on any block until the flyer is delivered to all residents of the block. H. Public Notification of Temporary Water Service Interruption during Construction 1. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. 2. Prepared notice as follows: a. The notification or flyer shall be posted 24 hours prior to the temporary interrupdon. b. Prepare flyer on the contractor's letterhead and include the following information: 1) Name of the project 2) City Project Number 3) Date of the interruption of service 4) Period the interruprion will take place 5) Name of the contractor's foreman and phone number CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised [Insert Revision Datej BRICK PAVEMENT REPAIK (201412) GGO1-537110-0202007 013513-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 1 2 3 4 5 6 � 8 9 6) Name of the City's inspector and phone number c. A sample of the temporary water service interruption notiiication is attached as Exhibit B. d. Deliver a copy of the temporary intemzption notification to the City inspector for review prior to being distributed. e. No interruption of water service can occur until the flyer has been delivered to all affected residents and businesses. f. Electronic versions of the sample flyers can be obtained from the Project Construction Inspector. 10 I. Coordination with United States Army Corps of Engineers (USACE) 11 1. At locations in the Project where construction activities occur in azeas where 12 USACE permits are required, meet all requirements set forth in each designated 13 pernut. 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 J. Coordination within Railroad Permit Areas 1. At locations in the project where construction activities occur in areas where railroad permits are required, meet all requirements set forth in each designated railroad permit. This includes, but is not limited to, provisions for: a. Flagmen b. Inspectars c. Safety training d. Additional insurance e. Insurance certificates f. Other employees required to protect the right-of-way and property of the Railroad Company from damage arising out of and/or from the construction of the project. Proper utility clearance procedures shall be used in accordance with the pemut guidelines. 2. Obtain any supplemental information needed to comply with the railroad's requirements. 3. Railroad Flagmen a. Subrnit receipts to City for verification of working days that railroad flagmen were personnel were present on Site. K. Dust Control l. Use acceptable measures to control dust at the Site. a, ff water is used to control dust, capture and properly dispose of waste water. b. If wet saw cutting is performed, capture and properly dispose of slurry. L. Employee Parking 1. Provide parking for employees at locations approved by the City. CiTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised [Insert Revision Date] BRICK PAVEMENT REPAIR (2014-12) GG01-537110-0202007 0135 13 - 6 SPECIAL PROJECT PROCEDURES Page 6 of 8 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED) 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 l.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT U5ED] l0 PART 3- EXECUTION [NOT USED] 11 END OF SECTION 12 13 CiTY OF FORT WORTH BRICK PAVEMENT REPAIl2 (201412) 3TANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GGOl-537110-0202007 Revised [Insert Revision DateJ 0135 13 - 7 SPECIAL PROJECT PROCEDURES Page 7 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: �µ � �` � � _ �_ � � -_ �, � � �. �� �-- 1 � -� THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF iHIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CAL�: Mr. <CONTRACTOR°S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CTi'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFTCAT'ION DOCUMENTS Revised [L�sert Revision DateJ BRICK PAVEMENT REPAIR (2014-12) GGO1-537110-0202007 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 1 2 EXHIBIT B FORTWORTH �: �� Ho. � �,� �: I�IO'fICE OF T�MPORARY WATER SERVICE Il'ITER1�1iPTION DUE TO UTILITY IMPROVEMENT5 IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUTAUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTEI�TDENT) (TELEPHONE NUMBER) OR M� AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, CON'I'RACTOR 3 4 CiTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised [Insert Revision DateJ BRICK PAVEMENT REPAIK (201412) GGO1-537110-0202007 014523-1 'IBSTING AND INSPECTION SERVICES Page 1 of 2 1 2 3 PART1- GENERAL SECTION 0145 23 TESTING AND INSPECTION SERVICES 4 l.l SUlVIMARY 5 A. Section Includes: 6 7 8 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1— General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 14 15 16 17 18 19 20 21 22 23 24 A: Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractar have been paid in full. 25 1.3 REFERENCES [NOT USED] 26 1.4 ADMIIVISTRATIVE REQUIREMENTS 27 28 29 30 31 32 33 34 35 36 37 38 A. Testing 1. 2. 3. l. None. Complete testing in accordance with the Contract Documents. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. CTI'Y OF FORT WORTH STANDt1RD CONSTRUCTION SPECIFICATION DOCUMENT3 Revised July 1, 2011 BRICK PAVEMENT REPAIl2 (201412) GGOl-537110-0202007 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 1'7 18 19 20 21 22 23 24 25 26 014523-2 TESTING AND INSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection l. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBNIITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT U5ED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND I3ANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 27 PART 3- EXECUTION [NOT USED] 28 29 30 END OF SECTION CIT'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 BRICK PAVEMENT REPAIl2 (2014-12) GGOl-537110-0202007 oisoao-i TEMPORARY FACILTI'IES AND CONTROLS Page 1 of 4 1 SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART1- GENERAL 4 1.1 SUNIMARY 5 A. Section Includes: 6 7 8 9 10 11 12 13 14 1. Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Speciiication 1. None. 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 l. Work associated with this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired CTI'Y OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 BRICK PAVEMENT REPAIR (2014-12) GGO1-537110-0202007 ois000-a TEMPORARY FACILTTIES AND CONTROLS Page 2 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 2'7 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitazy Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off-site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and e�sting buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents 45 E. Dust Control CIT'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 BRICK PAVEMENT REPAIR (201412) GGO1-537110-0202007 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 f['. ois000-3 TEMPORARY FACILTTIES AND CONTROIS Page 3 of 4 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on-call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT U5ED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 17 PART 3- EXECUTION [NOT USED] 18 19 20 21 22 23 24 25 26 27 28 29 30 31 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [1tEPAIR] / [RESTORATION] 3.6 RE-INSTALLATION 3.7 FIELD (ox] SITE QLTALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEAIVING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities C1TY OF FORT WORTH STANDARD CONSTRUCTTON SPECIFTCATION DOCUMENTS Revised July 1, 2011 BRICK PAVEMENT REPAIl2 (201412) GGO1-537110-0202007 015000-4 TEMPORARY FACiLtfIES AND CONTROLS Page 4 of 4 1 1. Remove all temporary facilities and restore area after completion of the Work, to a ' 2 condition equal to or better than prior to start of Work. 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8 � I ( t CITY OF FORT WORTH BRICK PAVEMENT REPAIl2 (2014-12) STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS GGOl-537110-0202007 Revised 7uly 1, 2011 015526-1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 � SECTION Ol 55 26 STREET USE PERMIT AND MODIFICATIONS TO TREIFFIC CONTROL 3 PART1- GENERAL 4 1.1 5UMMARY 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 l. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1— General Requirements 15 3. Section 34 71 13 — Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Iterns bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 l. 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 ADMIlVISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. When trafiic control plans are included in the Drawings, provide Traffic 30 Control in accordance with Drawings and Section 34 71 13. 31 b. When trafiic 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 Pernut 36 1. Prior to installation of Traff'ic 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. C1TY OF FORT WORTH BRICK PAVEMENT REPAIR (201412) STANDARD CONSTRUC'I'ION SPECIFICATION DOCUMENTS GGOl-537110-0202007 Revised 7uly 1, 2011 O15526-2 STREET USE PERMTT AND MODIFICATIONS TO TTtAFFIC CONTROL Page 2 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 1.5 1) Allow a minimum of 5 working days for permit review. 2) Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Pernut, such that construction is not delayed. C. Modiiication to Approved Traffic Control 1. Prior to installation traffic control: a. Submit revised traffic control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 working days for review of revised Trafiic Control. 3) It is the Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. D. Removal of Street Sign 1. If it is deternuned that a street sign must be removed for constructiony then contact City Transportation and Public Works Department, Signs and Markings Division to remove the sign. E. Temporary Signage 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standards 1. Trafiic Control Standards can be found on the City's Buzzsaw website. 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 33 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 34 PART 2- PRODUCT5 [NOT USED] 35 PART 3� EXECUTION [NOT USED] 36 END OF SECTION CTI'Y OF FORT WORTH BRICK PAVEMENT REPAIl2 (201412) STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS GGOl-537110-0202007 Revised July 1, 2011 015526-3 STREET USE PERMIT AND MODIFTCATIONS TO TRAFFIC CONTROL Page 3 of 3 C1TY OF FORT WORTH BRICK PAVEMENT REPAIl2 (201412) STANDARD CONSTRUC'I'ION SPECIFICATION DOCUMENTS GGOl-537110-0202007 Revised 7uly 1, 2011 015713-1 STORM WATER POLLUTION PREVENTION Page 1 of 3 1 2 A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard SpeciFication l. None. C. Related Specification Sections include, but are not necessarily limited to: l. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 31 25 00 — Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES 3 PART1� GENERAL 4 l.l SUNIlVIARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 1.3 22 23 24 25 26 27 28 29 30 31 32 33 34 1.4 35 36 37 SECTION 015713 STORM WATER POLLUTION PREVENTION A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 31 25 00. REFERENCES A. Abbreviations and Acronyms l. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standazds 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Speciiication, unless a date is specifically cited. 2. Integrated Storm Management (iSWM) Technical Manual for Construction Controls ADMI1�tISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any iines issued associated with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 BRICK PAVEMENT REPAIR (2014-12) GGO1-537110-0202007 015713-2 STORM WATER POLLUTION PREVENTION Page 2 of 3 4 2. 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 31 25 00 and Drawings. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Pernut d) 5WPPP e) TCEQ requirements 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Pernut is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. � 40 1.5 SUBMITTALS 41 42 43 44 45 46 47 A. SWPPP 1. Submit in accordance with Section O1 33 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFTCATION DOCUMENT3 Revised July 1, 2011 BRICK PAVEMENT REPAIR (2014-12) GGO1-537110-0202007 015713-3 STORM WATER POLLUTION PREVENTION Page 3 of 3 1 B. Modified SWPPP 2 1. If the SWPPP is revised during construction, resubmit modiiied SWPPP to the City 3 in accordance with Section O1 33 00. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED) 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED) 8 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2- PRODUCTS [NOT USED] 12 PART 3- EXECUTION [NOT USED] 13 END OF SECTION 14 15 C1TY OF FORT WORTH BRICK PAVEMENT REPAIR (201412) STANDARD CONSTRUCTION SPECiFICATION DOCLTMENTS GGOl-537110-0202007 Revised July 1, 2011 015813-1 TEMPORARY PROJECT SIGNAGE Page 1 of 3 1 2 SECTION Ol 5813 TEMPORARY PROJECT SIGNAGE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Temporary Project Signage Requirements 7 B. Deviations from this City of Fort Worth Standard Specification 8 l. 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 l. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED) 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY A5SURANCE [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 27 28 29 30 31 PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [ox] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, I'RODUCT TYPES, AND MATERIALS A. Design Criteria 1. Provide free standing Project Designation Sign in accordance with City's Standard Details for project signs. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 BRICK PAVEMENT REPAIR (201412) GGO1-537110-0202007 0158 13 - 2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 1 2 3 4 5 B. Materials 1. Sign a. Constructed of 3/a-inch fir plywood, grade A-C (exterior) or better 2.3 ACCESSORIES [NOT U5ED] 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3 - EXECUTION 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Provide vertical installation at extents of project. 2. Relocate sign as needed, upon request of the City. B. Mounting options a. Skids b. Posts c. Barricade 3.5 REPAIR / RESTORATION (NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [ou] SITE QUALITY CONTROL [NOT USED] 3.8 5YSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. General 1. Maintenance will include painting and repairs as needed or directed by the City. 3.14 ATTACHMENTS [NOT USED] END OF SECTION C1TY OF FORT WORTH STANDARD CONSTRUCI'ION SPECIFICATION DOCUMENTS Revised July 1, 2011 BRICK PAVEMENT REPAIlt (2014-12) GGO1-537110-0202007 015813-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 CITY OF FORT WORTH BRICK PAVEMENT REPAIR (2014-12) STANDARD CONSTRUCT'ION SPECIFICATTON DOCUMENTS GGOi-537110-0202007 Revised July 1, 2011 0160 00 -1 PRODUCT REQUII2EMENTS Page 1 of 2 1 2 3 PART1- GENERAL 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 SECTION 0160 00 PRODUCT REQUIREMENTS 1.1 SLTiVIMARY A. Section Includes: 1. A listing of the approved products for use in the City B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT U5ED] 1.4 ADMINISTRATIVE REQUIREMENTS A. A list of City approved products for use is attached to this Section. B. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will or►ly be allowed for use upon specific approval by the City. C. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. l. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List. D. Although a specific product is included on City's Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer's standard product. E. See Section O1 33 00 for submittal requirements of Product Data included on City's Standard Product List. 1.5 SUBMITTALS [NOT USED] l06 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED� CiTY OF FORT WORTH BRICK PAVEMENT REPAIR (2014-12) STANDARD CONSTRUCTION SPECIFICATION DOCUMENT3 GGOl-537110-0202007 Revised July 1, 2011 016000-2 PRODUCT REQUIREMENTS Page 2 of 2 1 1.11 FIELD [5ITE] CONDITIONS [NOT U5ED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3- EXECUTION [NOT USED] g END OF SECTION CTTY OF FORT WORTH BRICK PAVEMENT REPAIR (201412) STANDARD CONSTRUCTION SPECIFICATION DOCiTMENTS GGOl-537110-0202007 Revised July 1, 2011 1 2 3 PART1- GENERAL 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 0174 23 -1 CLEANING Page 1 of 4 SECTION Ol 74 23 CLEANING 1.1 SUMMARY A. Section Includes: 1. Intermediate and final cleaning for Work not including speciai cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification l. None. C. Related Speciiication Sections include, but are not necessarily limited to: l. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 32 92 13 — Hydro-Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l. Work associated with this Item is considered subsidiary to the various, Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling l. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule iinal cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBNIITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY OF FORT WORTH STANDARD CONSTRUCTTON SPECII�ICATION DOCUMENTS Revised July 1, 2011 BRICK PAVEMENT REPAIR (201412) GGO1-537110-0202007 0174 23 - 2 CLEANING Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 4 F7 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 2.1 OWNER-FURNISHED [ox] OWNER-SUPPLIEDPRODUCTS [NOT LTSED] 2.2 MATERIALS A. Cleaning Agents l. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD (ox] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. CTTY OF FORT WOR'I'H STANDARD CONSTRUCTION SPECIFICAT'ION DOCUMENTS Revised 7uly 1, 2011 BRICK PAVEMENT REPAIR (201412) GGO1-537110-0202007 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 construcrion 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to � have the cleaning completed at the expense of the Contractor. g 10. Do not burn on-site. 9 B. Intermediate Cleaning during Construction 10 1. Keep Work areas clean so as not to hinder health, safety or convenience of 11 personnel in e�sting faciliry operations. 12 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 13 3. Confine construction debris daily in strategically located container(s): 14 a. Cover to prevent blowing by wind 15 b. Store debris away from construction or operational activities 16 c. Haul from site at a minimum of once per week 1� 4. Vacuum clean interior areas when ready to receive finish painting. ig 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 items9 which 20 may become airborne or transported by flowing water during the storm. 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 C. Interior Final Cleaning l. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other foreign materials from sight-exposed surfaces. 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 3. Wash and shine glazing and mirrors. 4. Polish glossy surfaces to a clear shine. 5. Ventilating systems a. Clean permanent filters and replace disposable filters if units were operated during construction. b. Clean ducts, blowers and coils if units were operated without filters during construction. 6. Replace all burned out lamps. 7. Broom clean process area floors. 8, Mop office and control room floors. D. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re-seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traff'ic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. CiTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFTCATION DOCUMENTS Revised July 1, 2011 BRICK PAVEMENT REPAIR (2014-12) GGO1-537110-0202007 0174 23 - 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 S. Clean signs, lights, signals, etc. 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 9 10 END OF SECTION CTTY OF FORT WORTH BRICK PAVEMENT REPAIR (2014-12) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GGOl-537110-0202007 Revised July 1, 2011 017719-1 CLOSEOUT REQUII2EMENTS Page 1 of 3 1 2 3 PART1- GENERAL SECTION 017719 CLOSEOUT REQUIl2EMENTS 4 1.1 SLTMMARY 5 A. Section Includes: 6 l. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 l. None. 9 C. Related Speciiication Sections include, but are not necessarily limited to: 10 l. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1— General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIltEMENTS 18 A. Guarantees, Bonds and Afiidavits 19 l. 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 iiled with the City. 22 B. Release of Liens or Claims 23 l. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH BRICK PAVEMENT REPAIl2 (2014-12) STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS GGOl-537110-0202007 Revised July l, 2011 017719-2 CLOSEOUT REQUIREMENTS Page 2 of 3 1 1.6 INFORMATIONAL SUBMITTAL5 [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 8 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: 10 1. Project Record Documents in accordance with Section O1 78 39 11 2. Operation and Maintenance Data, if required, in accordance with Section O1 78 23 12 B. Prior to requesting Final Inspecdon, perform final cleaning in accordance with Section 13 0174 23. 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 C. FinalInspection 1 2. 3 4 After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in wluch this inspection reveals that the Work is defective or incomplete. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial %11 up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment 39 D. Notice of Project Completion CTPY OF FORT WORTH 5TANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 BffiCK PAVEMENT REPAII2 (2014-12) GGO1-537110-0202007 017719-3 CLOSEOUT REQUIREMENTS Page 3 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Afiidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance l. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD (ox] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADNSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIE5 [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACfIMENTS [NOT USED] END OF SECTION CiTY OF FORT WORTH STANDARD CON3TRUCTION SPECIFICA'I'ION DOCUMENTS Revised July 1, 2011 BRICK PAVEMENT REPAII2 (201412) GGOl-537110-0202007 017839-1 PROJECT RECORD DOCUMENTS Page 1 of 4 1 2 SECTION 0178 39 PROJECT RECORD DOCUMENTS 3 PARTlm GENERAL 4 5 6 7 8 9 10 11 12 13 1.1 SUNIlVIARY A. Section Includes: l. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. 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 23 1.4 ADMIlVISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL 5UBMITTALS [NOT USED] 27 28 29 30 31 32 33 34 35 36 1.7 CLOSEOUT SUBMITTAL5 [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records l. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other pocuments where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. CTI'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 BRICK PAVEMENT REPAIR (2014-12) GGO1-537110-0202007 1 2 3 4 5 6 � 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 017839-2 PROJECT RECORD DOCUMENTS Page 2 of 4 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED� 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FUR1�tISHED [ox] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the cornpletion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 30 31 32 33 34 35 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of 7ob Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". CiTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 BRICK PAVEMENT REPAIR (2014-12) GGOl-537110-0202007 017839-3 PROIECT RECORD DOCUMENTS Page 3 of 4 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 2. Preservation a. Considering the Contract completion tirne, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimurn, in accordance with the intervals set forth in Section Ol 71 23, clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Recard any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a"cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. 5. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification suff'iciently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents 43 1. Transfer of data to Drawings 44 a. Carefully transfer change data shown on the job set of Record Drawings to the 45 conesponding 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. CTI'Y OF FORT WORTH BRICK PAVEMENT REPAIR (2014-12) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GG01-537110-0202007 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 O17839-4 PRO7ECT RECORD DOCUMENT3 Page 4 of 4 c. Call attention to each entry by drawing a"cloud" around the area or areas affected. d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other pocuments a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD (ox] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADNSTING [NOT USED] 3.10 CLEA1�tING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 BRICK PAVEMENT REPAIR (201412) GGO1-537110-0202007 024115-1 PAVING REMOVAL Page 1 of 6 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 A. Section Includes 12 B. Deviations from City of Fort Worth Standards _ _ _.___ . _ ._._. _._. __. --..._ _._. _ __._ _ __ _ _ --_-- _... 13 1. FORTHIS PROJECT PAVING REMOVAI. SECTION 02 41 15 COVERS_ _.. 14 CONCRETE BASE REMOVAL AND 5HALL BE MEASURfiD AND PAID BY; 15 SQUARE YARD:, _ 16 C. Related Specification Sections include but are not necessarily limited to 17 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the 1 g Contract. 19 2. Division 1- General Requirements 20 3. 5ection 32 11 33 - Cement Treated Base Course 21 1.2 PRICE AND PAYMENT PROCEDURES 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Measurement and Payment 1 2. SECTION 02 4115 PAVII�TG REMOVAL 1. Removing concrete paving, CONCRETE BASE, asphalt paving and brick paving. 2. Removing concrete curb and gutter. 3. Removing concrete valley gutter. 4. Milling roadway paving. 5. Pulverization of elcisting pavement. 6. Disposal of removed materials. Measurement a. Remove Concrete Paving AND CONCRETE BASE: measure by the square y�d � �., , + �. , � ,.�..� b. Remove Asphalt Paving:�measure by the square yard between the lips of gutters. c. Remove Brick Paving: measure by the square yard. d. Remove Concrete Curb and Gutter: measure by the linear foot. e. Remove Concrete Valley Gutter: measure by the square yard f. Wedge Milling: measure by the square yard for varying thickness. g. Surface Milling: measure by the square yard for varying thickness. h. Butt Milling: measured by the linear foot. i. Pavement Pulverization: measure by the square yard. j. Remove Speed Cushion: measure by each. Payment a. Remove Concrete Paving AND CONCRETE BASE: full cornpensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. b. Remove Asphalt Paving: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. CTI'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 BRICK PAVEMENT REPAIR (201412) GGOl-537110-0202007 02 41 15 - 2 PAVING REMOVAL Page 2 of 6 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 c. d. e. f. g• h. i. J• k. 1. Remove Brick Paving: full compensation for saw cutting, removal, salvaging, cleaning, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. Remove Concrete Curb and Gutter: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. Remove Concrete Valley Gutter: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. Wedge Milling: full compensation for all milling, hauling milled material to salvage stockpile or disposal, tools, labor, equipment and incidentals necessary to executethe work. Surface Milling: full compensation for all milling, hauling milled material to salvage stockpile or disposal, tools, labor, equipment and incidentals necessary to execute the work. Butt Milling: full compensation for all milling, hauling milled material to salvage stockpile or disposal, tools, labor, equipment and incidentals necessary to executethe work. Pavement Pulverization: full compensation for all labor, material, equipment, tools and incidentals necessary to pulverize, remove and store the pulverized material, undercut the base, mixing, compaction, haul off, sweep, and dispose of the undercut material. Remove speed cushion: full compensation for removal, hauling, disposal, tools, equipment, labor, and incidentals needed to execute the work. No payment for saw cutting of pavement or curbs and gutters will be made under this section. Include cost of such work in unit prices for items listed in bid form requiring saw cutting. No payment will be made for work outside m�imum payment limits indicated on plans, or for pavements or structures removed for CONTRACTOR's convenience. 31 1.3 REFERENCES 32 A. ASTM International (ASTM): 33 a. D698, Standard Test Methods for Laboratory Compaction Characteristics of 34 Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)) CITY OF FORT WORTH BRICK PAVEMENT REPAIR (201412) STANDARD CONSTRUCTION SPECIFICATION DOCUMENT3 GGOl-537110-0202007 Revised July 1, 2011 02 41 15 - 3 PAVING REMOVAL Page 3 of 6 1 1.4 ADMI1�iISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS [NOT U5ED] 3 1.6 ACTION SUBNIITTAL5/INFORMATIONAL SUBMITTALS [NOT USED] 4 1.7 CLOSEOUT SUBMIT'TALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE [NOT USED] 7 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 8 1.11 FIELD CONDITIONS [NOT USED] 9 1.12 WARRANTY [NOT USED] 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 PART 2 - PRODUCTS 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 2.2 EQUIPMENT [NOT USED] 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 EXAMINATION [NOT USED] 3.2 INSTALLERS [NOT USED] 3.3 PREPARATION A. General: 1. Mark paving removal lirnits for City approval prior to beginning removal. 2. Identify known utilities below grade - Stake and flag locations. 3.4 PAVEMENT REMOVAL A. General. 1. Exercise caution to minimize damage to underground utilities. 2. Minimize amount of earth removed. 3. Remove paving to neatly sawed joints. 4. Use care to prevent fracturing adjacent, existing pavement. B. Sawing l. Sawing Equipment. a. Power-driven. b. Manufactured for the purpose of sawing pavement. c. In good operating condition. d. Shall not spall or fracture the pavement structure adjacent to the removal area. 2. Sawcut perpendicular to the surface to full pavement depth, parallel and perpendicular to e�sting joint. 3. Sawcut parallel to the original sawcut in square or rectangular fashion. C1TY OF FORT WORTH 3TANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 BRICK PAVEMENT REPAIR (2014-12) GGO1-537110-0202007 02 41 15 - 4 PAVING REMOVAL Page 4 of 6 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 4. If a sawcut falls within 5 feet of an en existing dummy joint, constnzction joint, saw joint, cold joint, expansion joint, edge of paving or gutter lip, remove paving to that joint, edge or lip. 5. If a pavement edge of a cut is damaged subsequent to saw cutting, saw to a new, neat, straight line for the purpose of removing the damaged area. C. Remove Concrete Paving, CONCRETE BASE and Concrete Valley Gutter 1. Sawcut: See 3.4.B. 2. Remove concrete to the nearest expansion joint or vertical saw cut. D. Remove Concrete Curb and Gutter 1. Sawcut: See 3.4.B. 2. Minimum limits of removal: 30 inches in length. E. Remove Asphalt Paving 1. Sawcut: See 3.4.B. 2. 3. 4. Remove pavement without disturbing the base material. When shown on the plans or as directed, stockpile materials designated as salvageable at designated sites. Prepare stockpile area by removing vegetation and trash and by providing for proper drainage. F. Milling 1. General: a. Mill surfaces to the depth shown in the plans or as directed. b. Do not damage or disfigure adjacent work or e�sting surface improvements. c. If milling exposes smooth underlying pavement surfaces, mill the smooth surface to make rough. d. Provide safe temporary transition where vehicles or pedestrians must pass over the milled edges. e. Remove excess material and clean milled surfaces. f. Stockpiling of planed material will not be permitted within the right of way unless approved by the City. g. If the existing base is brick and cannot be milled, remove a 5 foot width of the existing brick base. See 3.3.G. for brick paving removal. 2. Milling Equipment a. Power operated milling machine capable of removing, in one pass or two passes, the necessary pavement thickness in a five-foot minimum width. b. Self-propelled with sufficient power, traction and stability to maintain accurate depth of cut and slope. c. Equipped with an integrai loading and reclaiming means to immediately remove material cut from the surface of the roadway and discharge the cuttings into a truck, alI in one operation. d. Equipped with means to control dust created by the cutting action. e. Equipped with a manual system providing for uniformly varying the depth of cut while the machine is in motion making it possible to cut flush to all inlets, manholes, or other obstructions within the paved area. f. Variable Speed in order to leave the specified grid pattern. g. Equipped to minimize air pollution. CTI'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFTCATION DOCUMENTS Revised July 1,2011 BRICK PAVEMENT REPAIR (2014-12) GGO1-537110-0202007 02 41 15 - 5 PAVING REMOVAL Page 5 of 6 1 2 4 5 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 3. Wedge Milling and Surface Milling a. Wedge Mill existing asphalt, concrete or brick pavement from the lip of gutter at a depth of 2 inches and transitioning to match the existing pavement (0-inch cut) at a minimum width of 5 feet. b. Surface Mill e�sting asphalt pavement to the depth specified, c. Provide a milled surface that provides a uniform surface free from gouges, ridges, oil film, and other imperfections of workmanship with a uniform textured appearance. d. In all situations where the existing H.M.A.C. surface contacts the curb face, the wedge milling includes the removal of the existing asphalt covering the gutter up to and along the face of curb. e. Perform wedge or surface milling operation in a continuous manner along both sides of the street or as directed. 4. Butt Joint Milling a. Mill butt joints into the e�sting surface, in association with the wedge milling operation. b. Butt joint will provide a full width transition section and a constant depth at the point where the new overlay is terminated. c. Typical locations for butt joints are at all beginning and ending points of streets where paving material is removed. Prior to the milling of the butt joints, consult with the City for proper location and limits of these joints. d. Butt Milled joints are required on both sides of all raikoad tracks and concrete valley gutters, bridge decks and culverts and all other items which transverse the street and end the continuity of the asphalt surface. e. Make each butt joint 20 feet long and milled out across the full width of the street section to a tapered depth of 2 inch. f. Taper the milled area within the 20-feet to a depth from 0-inch to 2-inch at a line adjacent to the beginning and ending points or intermediate transverse items. g. Provide a temporary wedge of asphalt at all butt joints to provide a smooth ride over the bump. G. Remove Brick Paving l. Remove masonry paving units to the limits speciiied in the plans or as directed by the City. 2. Salvage existing bricks for re-use, clean, palletize, and deliver to the City Stock pile yard at 3300 Yuma Street or as directed. H. Pavement Pulverization 38 l. Pulverization 39 a. Pulverize the e�sting pavement to depth of 8 inches. See Section 32 11 33. 40 b. Temporarily remove and store the 8-inch deep pulverized material, then cut the 41 base 2 inches. 42 c. Start 2-inch base cut at a depth of 8 inches from the e�sting pulverized surface. 43 44 45 46 47 2. Cement Application a. Use 3.5% Portland cement. b. See Section 3211 33. 3. Milcing: see Section 32 11 33. 4. Compaction: see Section 32 11 33. C1TY OF FORT WORTH STANDEIRD CONSTRUCT'ION SPECIFICATIONDOCUMENTS Revised July 1, 2011 BRICK PAVEMENT REPAIR (201412) GGO1-537110-0202007 02 41 15 - 6 PAVING REMOVAL Page 6 of 6 1 5. Finishing: see Section 32 11 33. 2 6. Curing: see Section 32 11 33. 3 7. If the existing pavement has a combination of 10 inches of H.M.A.C. and crushed 4 stone/gravel: 5 a. Undercut not required 6 b. Pulverize 10 inches deep. 7 c. Remove 2-inch the total pulverized amount. 8 I. Remove speed cushion 9 1. Scrape ar sawcut speed cushion from eJcisting pavement without damaging existing 10 pavement. 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 3.9 ADJUSTING [NOT USED] 16 3.10 CLEANING [NOT USED] 17 3.11 CLOSEOUT ACTIVITIES [NOT USED] 18 3.12 PROTECTION [NOT USED] 19 3.13 MAINTENANCE [NOT USED] 20 3.14 ATTACHMENTS [NOT USED] 21 END OF SECTION 22 23 CTTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 BRICK PAVEMENT REPAIR (201412) GGO1-537110-0202007 321313-1 CONCRETE PAVING Page 1 of 21 1 2 SECTION 321313 CONCRETE PAVING 3 PART1- GENERAL 4 l.l SiTMMARY 5 A. Section includes CONCRETE BASE FOR BRICK PAVEMENT AND finished 6 pavement constructed of portland cement concrete including monolithically poured 7 curb on the prepared subgrade or other base course. 8 B. Standard Details. 9 1. Reinforced Concrete Pavement Construction Details. 10 11 12 13 14 15 16 17 18 19 C. Deviations from City of Fort Worth Standards. __.. _ .._ _ __. . _.. __ _.... '1. FOR THIS PR�JECT CONCRETE PAVING SECTION 32 13 13 INCLUDES __ __ _.. . _._ _._ _ CONCRETE BASE FOR BRICK PAVEMENT: _.. .. _. __ - 2. ADNSTMENT (�F MANHOLE COVER nND WATER VALVE BOX SHALI: BE CC7NDIEIZED SUBSIDIARY WORK, NO SEPARATE PAY. __ 3. MIl�TI1VILTM COMPRESSIVE STRENGTH OF HIGH EARLY STRENGTH (HES); __ _ _ CLASS CONCRETE SHALL BE 3,000 PSI AT 48 HOURS: _ _ _. . _ _ _ _ _.._ _....._ _... _ _ ____ . . . ... ..._.. _ .. _ _.__ _. _.. _. 4. TO CHECK THE COMPRESSIVE STRENGTH �F THE C�NCRETE BEINCr __ _ PLACED ONE CYLINDER TO BE TESTED AT 2 DAYS BY CITY IN __.._.. _ ADDTTION TO TEST AT 7 DAYS AND 28 DAYS. 20 D. Related Specification Sections include but aze not necessarily limited to 21 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract. 22 2. Division 1- General Requirements. 23 24 25 3. Section 32 O1 29 - Concrete Paving Repair. 4. Section 32 13 73 - Concrete Paving Joint Sealants. 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment. 27 1. Measurement: measured by the square yard of completed and accepted CONCRETE 2g BASE for various 29 classes and thicknesses. 30 31 32 33 34 35 36 37 2. Payment: based on the work performed and all materials furnished for concrete BASE �g. Subsidiary work and materials include: a. shaping and fine grading the roadbed b. furnishing and applying all water required c. furnishing, loading and unloading, storing, hauling and handling all concrete ingredients including all freight and royalty involved d. mixing, placing, iinishing and curing all concrete e. furnishing and installing all reinforcing steel C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 BRICK PAVEMENT REPAIR (201412) GGOl-537110-0202007 321313-2 CONCRETE PAVING Page 2 of 21 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 f. g• h. i. furnishing all materials and placing longitudinal, warping, expansion, and contraction joints, including all steel dowels, dowel caps and load transmission units required, wire and devices for placing, holding and supporting the steel bar, load transmission units, and joint filler material in the proper position; for coating steel bars where required by the plans sealing joints ; TOP OF EXISTING MANHOLES AND WATER VALVE BOX ADJUSTMENTS all manipulations, labor, equipment, appliances, tools, and incidentals necessary to complete the work. 1.3 REFERENCES A. Reference Standards. 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. A615/A615M, Deformed and Plain Billet-Steel Bars for Concrete Reinforcement b. C31, Standard Practice for Making and Curing Concrete Test Specimens in the Field c. C33, Concrete Aggregates d. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens e. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete f. C94/C94M, Standard Specifications for Ready-Mixed Concrete g. C150, Portland Cement h. C156, Water Retention by Concrete Curing Materials i. C172, Standard Practice for Sampling Freshly Mixed Concrete j. C260, Air Entraining Admixtures for Concrete k. C309, Liquid Membrane-Forming Compounds for Curing Concrete, Type 2 l. C494, Chemical Admixtures for Concrete, Types "A", "D", "F" and "G" m. C618, Coal Fly Ash and Raw or Calcined Natural Pozzolan for use as a Mineral Admixture in Concrete n. C881, Standard Specification for Epoxy-Resin-Base Bonding Systems for Concrete o. C1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- Cement Concrete p. C1602, Standard Specification for Mixing Water Used in the Production of Hydraulic Cement Concrete. q. D698, Laboratory Compaction Chazacteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3) 3. American Concrete Institute (ACI): a. ACI 305.1-06 Specification for Hot Weather Concreting b. ACI 306.1-90, Standard Specification for Cold Weather Concreting c. ACI 318 CIT'I' OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 BRICK PAVEMENT REPAII2 (201412) GGOl-537110-0202007 3213 13 - 3 CONCRETE PAVING Page 3 of 21 1 1.4 ADMIl�]ISTRATIVE REQUIItEMENTS [NOT USED] 2 1.5 SUBMITTALS [NOT USED] 3 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 4 A. Mix Design: submit for approval. See Item 2.4.A. 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] E 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 1.11 FIELD CONDITIONS A. Weather Conditions. l. Place concrete when concrete temperature is between 40 and 100 degrees when measured in accordance with ASTM C1064 at point of placemente 2. Hot Weather Concreting a. Take immediate corrective action or cease paving when the ambient temperature exceeds 95 degrees. b. Concrete paving operations shall be approved by the City when the concrete temperature exceeds 100 degrees. See Standard Specification for Hot Weather Concreting (ACI 305.1-06). 3. Cold Weather Concreting a. Do not place when ambient temp in shade is below 40 degrees and falling. Concrete may be placed when ambient temp is above 35 degrees and rising or above 40 degrees. b. Concrete paving operations shall be approved by the City when ambient temperature is below 40 degrees. See Standard Specification for Cold Weather Concreting (ACI 306.1-90). B. Time: Place concrete after sunrise and no later than shall permit the finishing of the pavement in natural light, or as directed by the City. 1.12 WARRANTY [NOT USED] 29 PART 2 - PRODUCTS 30 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 31 2.2 MATERIALS 32 A. Cementitious Material: ASTM C150. 33 B. Aggregates: ASTM C33. 34 C. Water: ASTM C1602. 35 D. Admixtures: When admixtures are used, conform to the appropriate specification: 36 1. Air-Entraining Admixtures for Concrete: ASTM C260. CIT'I' OF FORT WORTH BRICK PAVEMENT REPAIR (2014-12) STANDARD CONSTRUCT'ION SPECIFICATION DOCUMENTS GGOl-537110-0202007 Revised July 1, 2011 321313-4 CONCRETE PAVING Page 4 of 21 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 2. Chemical Admixtures for Concrete: ASTM C494, Types "A", "D", "F" and "G." 3. Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete: AS'TM C618. E. Steel Reinforcement: ASTM A615. F. Steel Wire Reinforcement: Not used for concrete pavement. G. Dowels and Tie Bars. 1. Dowel and tie bars: ASTM A615. 2. Dowel Caps. a. Provide dowel caps with enough range of movement to allow complete closure of the expansion joint. b. Caps for dowel bars shall be of the length shown on the plans and shall have an internal diameter sufficient to permit the cap to freely slip over tl�e bar. c. In no case shall the internal diameter exceed the bar diameter by more 1/8 inch, and one end of the cap shall be rightly closed. 3. Epoxy for powel and Tie Bars: ASTM C881. a. See following table for approved producers of epoxies and adhesives Pre-Qualified Producers of Epoxies and Adhesives Product Name Producer Concresive 1420 BASF HTE-50 Hilti T 308 + Powers Fasteners P E 1000+ Powers Fasteners C-6 Ramset-Redhead Epcon G-5 Ramset-Redhead Pro-Poxy-300 Fast Tube Unitex Shep-Poxy TxIlI CMC Construction Services LTitrabond 1300 Tubes Adhesives Technology Ultrabone 2300 N.S. A-22-2300 Adhesives Technology Slow Set Dynapoxy EP-430 Pecora Corp. EDOT Simpson Strong Tie ET22 Simpson Strong Tie SET 22 Simpson Strong Tie SpecPoxy 3000FS SpecChem b. Epoxy Use, Storage and Handling. 1) Package components in airtight containers and protect from light and moisture. 2) Include detailed instructions for the application of the material and all safety information and warnings regarding contact with the components. CTTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 BRICK PAVEMENT REPAIl2 (201412) GGO1-537110-0202007 3213 13 - 5 CONCRETE PAVING Page 5 of 21 1 3) Epoxy label requirements 2 a) Resin or hardener components; 3 b) Brand name; 4 c) Name of manufacturer; 5 d) Lot or hatch number; 6 e) Temperature range for storage; � � Date of manufacture g g) Expiration date; and 9 h) Quantity contained 10 4) Store epoxy and adhesive components at temperatures recommended by the 11 manufacturer. 12 5) Do not use damaged or previously opened containers and any material that 13 shows evidence of crystallization, lumps skinning, extreme thickening, or 14 settling of pigments that cannot be readily dispersed with normal agitation. 15 6) Follow sound environmental practices when disposing of epoxy and 16 adhesive wastes. 17 7) Dispose of all empty containers separately. 1g 8) Dispose of epoxy by completely emptying and mixing the epoxy before 19 disposal 20 21 22 23 24 25 H. Reinforcement Bar Chairs. 1. Reinforcement bar chairs or supports shall be of adequate strength to support the reinforcement bars and shall not bend or break under the weight of the reinforcement bars or CONTRAC'TOR'S personnel walking on the reinforcing bars. 2. Bar chairs may be made of inetal (free of rust), precast mortar or concrete blocks or plastic. 26 3. For approval of plastic chairs, representative samples of the plastic shall show no 27 visible indications of deterioration after immersion in a 5-percent solution of sodium 28 hydroxide for 120-hours. 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 4. Bar chairs may be rejected for failure to meet any of the requirements of this specification. I. Joint Filler. l. Joint filler is the material placed in concrete pavement and concrete structures to allow for the expansion and contraction of the concrete. 2. Wood Boards: Used as joint filler for concrete paving. a. Boards for expansion joint filler shall be of the required size, shape and type indicated on the plans or required in the specifications. 1) Boards shall be of selected stock of redwood or cypress. The boards shall be sound heartwood and shall be free from sapwood, knots, clustered birdseyes, checks and splits. 2) Joint iiller, boards, shall be smooth, flat and straight throughout, and shall be sufficiently rigid to permit ease of installation. 3) Boards shall be furnished in lengths equal to the width between longitudinal joints, and may be furnished in strips or scored sheet of the required shape. 3. Dimensions. The thickness of the expansion joint �ller shall be shown on the plans; the width shall be not less than that shown on the plans, providing for the top seal space. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 BRICK PAVEMENT REPAIR (201412) GGO1-537110-0202007 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 32 13 13 - 6 CONCRETE PAVING Page 6 of 21 4. Rejection. Expansion joint filler may be rejected for failure to meet any of the requirements of this speciiication. J. Joint Sealants. Provide Joint Sealants in accordance with Section 32 13 73. K. Curing Materials. 1. Membrane-Forming Compounds. a. Conform to the requirements of ASTM C309, Type 2, white pigmented compound and be of such nature that it shall not produce permanent discoloration of concrete surfaces nor react deleteriously with the concrete. b. The compound shall produce a fum, continuous uniform moisture-impermeable film free from pinholes and shall adhere satisfactorily to the surfaces of damp concrete. c. It shall, when applied to the damp concrete surface at the specified rate of coverage, dry to touch in 1 hour and dry through in not more than 4 hours under normal conditions suitable for concrete operations. d. It shall adhere in a tenacious iilm without running off or appreciably sagging. e. It shall not disintegrate, check, peel or crack during the required curing period. f. The compound shall not peel or pick up under traffic and shall disappear from the surface of the concrete by gradual disintegration. g. The compound shall be delivered to the job site in the manufacturer's original containers only, which shall be clearly labeled with the manufacturer's name, the trade name of the material and a batch number or symbol with which test samples may be correlated. h. When tested in accordance with ASTM C156 Water Retention by Concrete Curing Materials, the liquid membrane-forming compound shall restrict the loss of water present in the test specimen at the time of application of the curing compound to not more than 0.01-oz.-per-2 inches of surface. 27 2.3 ACCESSORIES [NOT USED] 28 2.4 SOURCE QUALITY CONTROL 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 4'7 A. Mix Design 1. Concrete Mix Design and Control. a. At least 10 calendar days prior to the start of concrete paving operations, the CONTRACTOR shall submit a design of the concrete mix it proposes to use and a full description of the source of supply of each material component. b. The design of the concrete mix shall produce a quality concrete complying with these specifications and shall include the following information: 1) Design Requirements and Design Summary. 2) Material source. 3) Dry weight of cementicu. yd. and type. 4) Dry weight of fly ash/cu. yd. and type, if used. 5) Saturated surface dry weight of fine and coarse aggregates/cu. yd. 6) Design water/cu. yd. 7) Quantities, type, and name of admixtures with manufacturer's data sheets. 8) Current strength tests or strength tests in accordance with ACI 318. 9) Current Sieve Analysis and -200 Decantation of fine and coarse aggregates and date of tests. 10) Fineness modulus of fine aggregate. 11) Specific Gravity and Absorption Values of fine and coarse aggregates. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 BRICK PAVEMENT REPAIR (201412) GGO1-537110-0202007 321313-7 CONCRETE PAVING Page 7 of 21 1 12) L.A. Abrasion of coarse aggregates. 2 c. Once mix design approved by City, maintain intent of mix design and maximum 3 water to cement ratio. 4 d. No concrete may be placed on the job site until the mix design has been � approved by the City. 6 2. Quality of Concrete. 7 a. Consistency. g 1) In general, the consistency of concrete mixtures shall be such that: 9 a) mortar shall cling to the coarse aggregate, 10 b) aggregate shall not segregate in concrete when it is transported to the 11 place of deposit, 12 c) concrete, when dropped directly from the discharge chute of the mixer, 13 shall flatten out at the center of the pile, but the edges of the pile shall 14 stand and not flow, 15 d) concrete and mortar shall show no free water when removed from the i F mixer, 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 e) concrete shall slide and not flow into place when transported in metal chutes at an angle of 30 degrees with the horizontal, and � surface of the finished concrete shall be free from a surface film or laitance. 2) When field conditions are such that additional moisture is needed for the final concrete surface finishing operation, the required water shall be applied to the surface by hand sprayer only and be held to a minimum amount. 3) The concrete shall be workable, cohesive, possess satisfactory finishing qualities and be of the stiffest consistency that can be placed and vibrated into a homogeneous mass. 4) Excessive bleeding shall be avoided. 5) If the strength or consistency required for the class of concrete being produced is not secured with the minimum cement specified or without exceeding the maximum water/cement ratio, the CONTRACTOR may use, or the City may require, an approved cement dispersing agent (water reducer); or the CONTRACTOR shall furnish additional aggregates, or aggregates with different characteristics, or the CON'I'RACTOR may use additional cement in order to produce the required results. 6) The additional cement may be permitted as a temporary measure, until aggregates are changed and designs checked with the different aggregates or cement dispersing agent. 7) The CONTRACTOR is solely responsible for the quality of the concrete produced. 8) The City reserves the right to independently verify the quality of the concrete through inspection of the batch plant, testing of the various materials used in the concrete and by casting and testing concrete cylinders or beams on the concrete actually incorporated in the pavement. b. Standard Class. 1) Unless otherwise shown on the plans or detailed specifications, the standard class for concrete paving for streets and alleys is shown in the following table. CTI'I' OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT3 Revised 7uly 1, 2011 BRICK PAVEMENT REPAIIt (2014-12) GGO1-537110-0202007 321313-8 CONCRETE PAVING Page 8 of 21 i 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Ma�cimum Course Concretel Cementitious, Compressive, Water/ Aggregate Lb./CY Strength2 Cementitious, Maximum psi Ratio Size inch P 517 3600 0.49 1-1/2 H 564 4500 0.45 1-1/2 1. All exposed horizontal concrete shall have entrained-air. 2. Minimum Compressive Strength Required. 2) Machine-Laid concrete: Class P 3) Hand-Laid concrete: Class H. c. High Early Strength Concrete (HES). 1) When shown on the plans or allowed, provide Class HES concrete for very early opening of pavements area or leaveouts to traffic. 2) Design class HES to meet the requirements of class specified for concrete pavement and a minimum compressive strength of �98 3,OOOpsi in �4 48 hours, unless other early strength and time requirements are shown on the plans allowed. 3) No strength overdesign is required. Cranrlar�l C'la�ses nf Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concretel Cementitious Compressive Water/ Aggregate Lb./CY Strength2 Cementitious Maximum psi Ratio Size, inch HES 564 4500 0.45 1-1/2 d. Slump. 1) Slump requirements for pavement and related concrete shall be as specified in the following table. Concrete Pavement Concrete Use Recommended Design and Placement Slump, inch 1-1/2 4 4 Ma�cimum Acceptable Placement Slump, inch 3 5 5 Hand Formed Pavi�_ Sidewalk, Curb and Gutter, Concrete Valley Gutter and Other Miscellaneous Concrete 23 24 2) No conerete shall be permitted with slump in excess of the maximums 25 shown. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFTCATION DOCUMENTS Revised July l, 2011 BRICK PAVEMENT REPAIR (201412) GGO1-537110-0202007 321313-9 CONCRETE PAVING Page 9 of 21 1 3) Any concrete mix failing to meet the above consistency requirements, 2 although meeting the slump requirements, shall be considered 3 unsatisfactory, and the mix shall be changed to correct such unsatisfactory 4 conditions. 5 PART 3 - EXECUTION 6 3.1 INSTALLERS [NOT USED] 7 3.2 EXAMINATION [NOT USED] 8 3.3 PREPARATION [NOT USED] 9 3.4 INSTALLATION 10 A. Equipment 11 1. All equipment necessary for the construction of this item shall be on the project. 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 2. 3. Q The equipment shall include spreading devices (augers), internal vibration, tamping, and surface floating necessary to finish the freshly placed concrete in such a manner as to provide a dense and homogeneous pavement. Machine-Laid Concrete Pavement a. Fixed-Form Paver. Fixed-form paving equipment shall be provided with forms that are uniformly supported on a very firm subbase to prevent sagging under the weight of machine. b. Slip-Form Paver. 1) Slip-form paving equipment shall be provided with traveling side forms of sufficient dimensions, shape and strength so as to support the concrete laterally for a sufficient length of time during placement. 2) City may reject use of Slip-Form Paver if paver requires over-digging and impacts trees, mailboxes or other improvements. Hand-Laid Concrete Pavement a. Machines that do not incorporate these features, such as roller screeds or vibrating screeds, shall be considered tools to be used in hand-laid concrete construction, as slumps, spreading methods, vibration, and other procedures are more common to hand methods than to machine methods. 5. City may reject equipment and stop operation if equipment does not meet requirements. B. Concrete Mi�ng and Delivery l. Transit Batching: shall not be used — onsite mixing not permitted 2. Ready Mixed Concrete a. The concrete shall be produced in an approved method conforming to the requirements of this specification and ASTM C94/C94M.City shall have access ready mix to get samples of materials. b. City shall have access to ready mix plant to obtain material samples. c. When ready-mix concrete is used, sample concrete per ASTM C94 Alternate Procedure 2: 1) As the mixer is being emptied, individual samples shall be taken after the discharge of approximately 15% and 85% of the load. CITY OF FORT WORTfi STANDARD CONSTRUCTION SPECIFTCATION DOCUMENTS Revised July 1, 2011 BRICK PAVEMENT REPAIR (201412) GGOl-537110-0202007 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 3 4. 32 13 13 - 10 CONCRETE PAVING Page 10 of 21 2) The method of sampling shall provide that the samples aze representative of widely separated portions, but not from the very ends of the batch. d. The mi�ng of each batch, after all materials are in the drum, shall continue until it produces a thoroughly mixed concrete of uniform mass as deternuned by established mixer performance ratings and inspection, or appropriate uniformity tests as described in ASTM C94. e. The entire contents of the drum shall be discharged before any materials are placed therein for the succeeding batch. f. Retempering or remixing shall not be pernutted. Delivery. a. Deliver concrete at an interval not exceeding 30 minutes or as deternuned by City to prevent cold joint. Delivery Tickets. a. For all operations, the manufacturer of the concrete shall, before unloading, furnish to the purchaser with each batch of concrete at the site a delivery ticket on which is printed, stamped, or written, the following information to determine that the concrete was proportioned in accordance with the approved mix design: 1) Name of concrete supplier. 2) Serial number of ticket. 3) Date. 4) Truck number. 5) Name of purchaser. 6) Specific designation of job (name and location). 7) Specific class, design identiiication and designation of the concrete in conformance with that employed in job specifications. 8) Amount of concrete in cubic yards. 9) Time loaded or of first mixing of cement and aggregates. 10) Water added by receiver of concrete. 11) Type and amount of admixtures. C. Subgrade l. When manipulation or treatment of subgrade is required on the plans, the work shall be performed in proper sequence with the preparation of the subgrade for pavement. 2. The roadbed shall be excavated and shaped in conformity with the typical sections and to the lines and grades shown on the plans or established by the City. 3. All holes, ruts and depressions shall be iilled and compacted with suitable material and, if required, the subgrade shall be thoroughly wetted and reshaped. 4. Irregularities of more than 1/2 inch., as shown by straightedge or template, shall be corrected. 5. The subgrade shall be uniformly compacted to at least 95 percent of the maximum density as deterniined by ASTM D698. 6. Moisture content shall be within minus 2 percent to plus 4 percent of optimum. 7. The prepared subgrade shall be wetted down sufficiently in advance of placing the pavement to ensure its being in a firm and moist condition. 8. Sufficient subgrade shall be prepared in advance to ensure satisfactory prosecution of the work. 9. The CONTRACTOR shall notify the City at least 24 hours in advance of its intention to place concrete pavement. CiTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICA'ITON DOCUMENTS Revised July 1, 2011 BRICK PAVEMENT REPAII2 (2014-12) GGO1-537110-0202007 32 13 13 -11 CONCRETE PAVING Page 11 of 21 1 10. After the specified moisture and density are achieved, the CONTRACTOR shall 2 maintain the subgrade moisture and density in accordance with this Section. 3 11. In the event that rain or other conditions may have adversely affected the condition 4 of the subgrade or base, additional tests may be required as directed by the City. 5 D. Placing and Removing Forms 6 1. Placing Forms � a. Forms for machine-laid concrete g 1) The side forms shall be metal, of approved cross section and bracing, of a 9 height no less than the prescribed edge thickness of the concrete section, 10 and a minimum of 10 feet in length for each individual form. 11 2) Forms shall be of ample strength and staked with adequate number of pins 12 capable of resisting the pressure of concrete placed against them and the 13 thrust and the vibration of the construction equipment operating upon them 14 without appreciable springing, settling or deflection. 15 3) The forms shall be free from warps, bends or kinks and shall show no 16 variation from the true plane for face or top. 1� 4) Forms shall be jointed neatly and tightly and set with exactness to the lg established grade and alignment. 19 5) Forms shall be set to line and grade at least 200 feet, where practicable, in 20 advance of the paving operations. 21 6) In no case shall the base width be less than 8 inches for a form 8 inches or 22 more in height. 23 7) Forms must be in firm contact with the subgrade throughout their length 24 and base width. 25 8) If the subgrade becomes unstable, forms shall be reset, using heavy stakes 26 or other additional supports may be necessary to provide the required 2� stability. 2g b. Forms for hand-laid concrete 29 1) Forms shall extend the full depth of concrete and be a minimum of 1-1/2 30 inches in thickness or equivalent when wooden forms are used, or be of a 31 gauge that shall provide equivalent rigidity and strength when metal forms 32 are used. 33 2) For curves with a radius of less than 250 feet, acceptable fle�ble metal or 34 wood forms shall be used. 35 3) All forms showing a deviation of 1/8 inch in 10 feet from a straight line 36 shall be rejected. 37 2. Settling. When forms settle over 1/8 inch under finishing operations, paving 3g operations shall be stopped the forms reset to line and grade and the pavement then 39 brought to the required section and thickness. 40 41 42 43 44 45 46 47 48 3. Cleaning. Forms shall be thoroughly cleaned after each use. 4. Removal. a. Forms shall remain in place until the concrete has taken its final set. b. Avoid damage to the edge of the pavement when removing forms. c. Repair damage resulting from form removal and honeycombed areas with a mortar mix within 24 hours after form removal unless otherwise approved. d. Clean joint face and repair honeycombed or damaged areas within 24 hours after a bulkhead for a transverse construction joint has been removed unless otherwise approved. CTI'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 BRICK PAVEMENT REPAIR (2014-12) GGO1-537110-0202007 32 13 13 -12 CONCRETE PAVING Page 12 of 21 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 2'7 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 e. When forms are removed before 72 hours after concrete placement, promptly apply membrane curing compound to the edge of the concrete pavement. E. Placing Reinforcing Steel, Tie, and Dowel Bars 1 2. G 4. General. a. When reinforcing steel tie bars, dowels, etc., are required they shall be placed as shown on the plans. b. All reinforcing steel shall be clean, free from rust in the form of loose or objectionable scale, and of the type, size and dimensions shown on the plans. c. Reinforcing bars shall be securely wired together at the alternate intersections and all splices and shall be securely wired at each intersection dowel and load- transmission unit intersected. d. All bars shall be installed in their required position as shown on the plans. e. The storing of reinforcing or structural steel on completed roadway slabs generally shall be avoided and, where pernutted, such storage shall be limited to quantities and distribution that shall not induce excessive stresses. Splices. a. Provide standard reinforcement splices by lapping and tying ends. b. Comply with ACI 318 for minimum lap of spliced bars where not specified on the documents Installation of Reinforcing Steel a. All reinforcing bars and bar mats shall be installed in the slab at the required depth below the iinished surface and supported by and securely attached to bar chairs installed on prescribed longitudinal and transverse centers as shown by sectional and detailed drawings on the plans. b. Chairs Assembly. The chair assembly shall be similar and equal to that shown on the plans and shall be approved by the City prior to extensive fabrication c. After the reinforcing steel is securely installed above the subgrade as specified in plans and as herein prescribed, no loading shall be imposed upon the bar mats or individual bars before or during the placing or finishing of the concrete. Installation of Dowel Bars a. Install through the predrilled joint %ller and rigidly support in true horizontal and vertical positions by an assembly of bar chairs and dowel baskets. b. Dowel Baskets. 1) The dowels shall be held in position exactly parallel to surface and centerline of the slab, by a dowel basket that is left in the pavement. 2) The dowel basket shall hold each dowel in exactly the correct position so firmly that the dowel's position cannot be altered by concreting operations. c. Dowel Caps. 1) Install cap to allow the bar to move not less than 1-1/4 inch in either direction. 5. Tie Bar and Dowel Placement. a. Place at mid-depth of the pavement slab, parallel to the surface. b. Place as shown on the plans. 6. Epoxy for Tie and Dowel Bar Installation 1) Epoxy bars as shown on the plans. 2) Use only drilling operations that do not damage the surrounding operations. 3) Blow out drilled holes with compressed air. CITY OF FORT WORTfi STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 BRICK PAVEMENT REPAIl2 (2014-12) GGO1-537110-0202007 32 13 13 -13 CONCRETE PAVING Page 13 of 21 1 4) Completely fill the drilled hole with approved epoxy before inserting the tie 2 bar into the hole. 3 5) Install epoxy grout and bar at least 6 inches embedded into concrete. 4 F. Joints 5 1. Joints shall be placed where shown on the plans or where directed by the City. 6 2. The plane of all joints shall make a right angle with the surface of the pavement. 7 3. No joints shall have an error in alignment of more than 1/2 inch at any point. 8 4. 7oint Dimensions. 9 a. The width of the joint shall be shown on the plans, creating the joint sealant 10 reservoir. 11 b. The depth of the joint shall be shown on the plans. 12 c. Dimensions of the sealant reservoir shall be in accordance with manufacturer's 13 recommendations. 14 d. After curing, the joint sealant shall be 1/8 inch to 1/4 inch below the pavement 15 surface at the center of the joint. 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 5. Transverse Expansion Joints. a. Expansion joints shall be installed perpendicularly to the surface and to the centerline of the pavement at the locations shown on the plans, or as approved by the City. b. Joints shall be of the design width, and spacing shown on the plans, or as approved by the City. c. Dowel bars, shall be of the size and type shown on the plans, or as approved by the City, and shall be installed at the specified spacing. d. Support dowel bars with dowel baskets. e. Dowels shall restrict the free opening and closing of the expansion join and shall not make planes of weaknesses in the pavement. f. Greased Dowels for Expansion Joints. 1) Coat dowels with a thin film of grease or other approved de-bonding material. 2) Provide dowel caps on the lubricated end of each dowel bar. g. Proximity to Existing Structures. When the pavement is adjacent to or around existing structures, expansions joints shall be constructed in accordance with the details shown on the plans. 34 6. Transverse Contraction Joints. 35 a. Contraction or dummy joints shall be installed at the locations and at the 36 intervals shown on the plans. 3� b. Joints shall be of the design width, and spacing shown on the plans, or as 3g approved by the City. 39 c. Dowel bars, shall be of the size and type shown on the plans, or as approved by 40 the City, and shall be installed at the specified spacing. 41 d. Joints shall be sawed into the completed pavement surface as soon after initial 42 concrete set as possible so that some raveling of the concrete is observed in 43 order for the sawing process to prevent uncontrolled shrinkage cracking. 44 e. The joints shall be constructed by sawing to a 1/4 inch width and to a depth of 45 1/3 inch (1/4 inch permitted if limestone aggregate used) of the actual 46 pavement thickness, or deeper if so indicated on the plans. 47 f. Complete sawing as soon as possible in hot weather conditions and within a 4g m�imum of 24 hours after saw cutting begins under cool weather conditions. CPI'Y OF FORT WORTH BRICK PAVEMENT REPAIF2 (201412) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GGOl-537110-0202007 Revised July 1, 2011 32 13 13 - 14 CONCRETE PAVING Page 14 of 21 1 g. If sharp edge joints are being obtained, the sawing process shall be sped`up to 2 the point where some raveling is observed. 3 h. Damage by blade action to the slab surface and to the concrete immediately 4 adjacent to the joint shall be minimized. 5 i. Any portion of the curing membrane which has been disturbed by sawing 6 operations shall be restored by spraying the areas with additional curing � compound. g 7. Transverse Construction Joints. 9 a. Construction joints formed at the close of each day's work or when the placing 10 of concrete has been stopped for 30-minutes or longer shall be constructed by 11 use of inetal or wooden bulkheads cut true to the section of the finished 12 pavement and cleaned. 13 b. Wooden bulkheads shall have a thickness of not less than 2-inch stock material. 14 c. Longitudinal bars shall be held securely in place in a plane perpendicular to the 15 surface and at right angles to the centerline of the pavement. 16 d. Edges shall be rounded to 1/4 inch radius. 17 e. Any surplus concrete on the subgrade shall be removed upon the resumption of 18 the work. 19 8. Longitudinal Construction Joints. 2p a. Longitudinal construction joints shall be of the type shown on the plans. 21 9. Joint Filler. 22 a. 7oint filler shall be as specified in 2.2.I of the size and shape shown on the 23 plans. 24 b. Redwood Board joints shall be used for all pavement joints except for 25 expansion joints that are coincident with a butt joint against existing 26 pavements. 27 c. Boards with less than 25-percent of moisture at the time of installation shall be 28 thoroughly wetted on the job. 29 d. Green lumber of much higher moisture content is desirable and acceptable. 30 e. The joint filler shall be appropriately drilled to admit the dowel bars when 31 required. 32 � f. The bottom edge of the iiller shall extend to or slightly below the bottom of the 33 slab. The top edge shall be held appro�mately 1/2 inch below the finished 34 surface of the pavement in order to allow the finishing operations to be 35 continuous. 36 g. The joint filler may be composed of more than one length of board in the 37 length of joint, but no board of a length less than 6 foot may be used unless 3g otherwise shown on the plans. 39 h. After the removal of the side forms, the ends of the joints at the edges of the 40 slab shall be carefully opened for the entire depth of the slab. 41 10. 7oint Sealing. Routine pavement joints shall be filled consistent with paving details 42 and as specified in Section 32 13 73. Materials shall generally be handled and 43 applied according to the manufacturer's recommendations as speciiied in Section 32 44 13 73. 45 G. Placing Concrete 46 l. Unless otherwise specified in the plans, the finished pavement shall be constructed 4� monolithically and constructed by machined laid method unless impractical. CITY OF FORT WORTH BRICK PAVEMENT REPAIIt (201412) STANDARD CONSTRUCTTON SPECIFICAT'ION DOCLTMENTS GGOl-537110-0202007 Revised July l, 2011 32 13 13 -15 CONCRETE PAVING Page 15 of 21 1 2 3 4 5 r 7 8 9 l0 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 4. 5. � 2. The concrete shall be rapidly deposited on the subgrade in successive batches and shall be disiributed to the required depth and for the entire width of the pavement by shoveling or other approved methods. 3. Any concrete not placed as herein prescribed within the time limits in the following table will be rejected. Time begins when the water is added to the mixer. Rakes shall not be used in handling concrete. At the end of the day, or in case of unavoidable interruption or delay of more than 30 minutes or longer to prevent cold joints, a transverse construction joint shall be placed in accordance with 3.4.F.7 of this Section. Honeycombing. a. Special care shall be taken in placing and spading the concrete against the forms and at all joints and assemblies so as to prevent honeycombing. b. Excessive voids and honeycombing in the edge of the pavement, revealed by the removal of the side forms, may be cause for rejection of the section of slab in which the defect occurs. H. Finishing 1. Machine. a. Tolerance Limits. 1) While the concrete is still workable, it shall be tested for irregularities with a 10 foot straightedge placed parallel to the centerline of the pavement so as to bridge depressions and to touch all high spots. 2) Ordinates measured from the face of the straightedge to the surface of the pavement shall at no place exceed 1/16 inch-per-foot from the nearest point of contact. 3) In no case shall the ma�mum ordinate to a 10 foot straightedge be greater than 1/8 inch. 4) Any surface not within the tolerance limits shall be reworked and refinished. b. Edging. CTTI' OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 BRICK PAVEMENT REPAII2 (2014-12) GGO1-537110-0202007 1 Normal dosage of retarder. 32 13 13-16 CONCRETE PAVING Page 16 of 21 1 2 3 4 5 6 7 8 9 10 11 12 13 14 1) � The edges of slabs and all joints requiring edging shall be carefully tooled with an edger of the radius required by the plans at the time the concrete begins to take its "set" and becomes non-workable. All such work shall be left smooth and true to lines. 2. Hand. a. Hand finishing permitted only in intersections and areas inaccessible to a finishing machine. b. When the hand method of striking off and consolidating is pernutted, the concrete, as soon as placed, shall be approximately leveled and then struck off with screed bar to such elevation above grade that, when consolidated and iinished, the surface of the pavement shall be at the grade elevation shown on the plans. c. A slight excess of material shall be kept in front of the cutting edge at all times. d. The straightedge and joint finishing shall be as prescribed herein. 15 I. Curing 16 l. The curing of concrete pavement shall be thorough and continuous throughout the 17 entire curing period. 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 2. 3. 4. 5. 6. 7. 8. Failure to provide proper curing as herein prescribed shall be considered as sufiicient cause for immediate suspension of the paving operations. The curing method as herein specified does not preclude the use of any of the other commonly used methods of curing, and the City may approve another method of curing if so requested by the CONTRACTOR. If any selected method of curing does not afford the desired results, the City shall have the right to order that another method of curing be instituted. After removal of the side forms, the sides of the slab shall receive a like coating before earth is banked against them. The solution shall be applied, under pressure with a spray nozzle, in such a manner as to cover the entire surfaces thoroughly and completely with a uniform film. The rate of application shall be such as to ensure complete coverage and shall not exceed 20-square-yards-per-gallon of curing compound. When thoroughly dry, it shall provide a continuous and flexible membrane, free from cracks or pinholes, and shall not disintegrate, check, peel or crack during the curing period. 34 9. If for any reason the seal is broken during the curing period, it shall be immediately 35 repaired with additional sealing solution. 36 10. When tested in accordance with ASTM C156 Water Retention by Concrete Curing 37 Materials, the curing compound shall provide a film which shall have retained 3g within the test specimen a percentage of the moisture present in the specimen when 39 the curing compound was applied according to the following. 40 11. CONTRACTOR shall maintain and properly repair damage to curing materials on 41 exposed surfaces of concrete pavement continuously for a least 72 hours. 42 J. Monolithic Curbs 43 1. Concrete for monolithic curb shall be the same as for the pavement and, if carried 44 back from the paving mixer, shall be placed within 20-minutes after being mixed. 45 2. After the concrete has been struck off and sufficiently set, the exposed surfaces shall 46 be thoroughly worked with a wooden flat. CITY OF FORT WORTH BRICK PAVEMENT REPAIR (201412) STANDARD CONSTRUCT'ION SPECIFICATION DOCCTMENTS GGOl-537110-0202007 Revised 7uly 1, 2011 32 13 13 -17 CONCRETE PAVIlVG Page 17 of 21 3. The exposed edges shall be rounded by the use of an edging tool to the radius indicated on the plans. 4. All exposed surfaces of curb shall be brushed to a smooth and uniform surface. 4 K. Alley Paving 5 l. Alley paving shall be constructed in accordance with the specifications for concrete 6 paving hereinbefore described, in accordance with the details shown on the plans, 7 and with the following additional provisions: 8 a. Alley paving shall be constructed to the typical cross sections shown on the 9 plans. 10 b. Transverse expansion joints of the type shown on the plans shall be constructed 11 at the property line on each end of the alley with a maximum spacing of 600 12 feet. 13 c. Transverse contraction and dummy joints shall be placed at the spacing shown 14 on the plans. 15 d. Contraction and dummy joints shall be formed in such a manner that the 16 required joints shall be produced to the satisfaction of the City. 17 e. All joints shall be constructed in accordance with this speciiication and filled 18 in accordance with the requirement of Section 32 13 73. 19 L. Pavement Leaveouts 20 1. Pavement leaveouts as necessary to maintain and provide for local traffic shall be 21 provided at location indicated on the plans or as directed by the City. 22 2. The extent and location of each leaveout required and a suitable crossover 23 connection to provide for traffic movements shall be determined in the field by the 24 City. 25 3.5 REPAIR 26 A. Repair of concrete pavement concrete shall be consistent with paving details and as 27 specified in Section 32 Ol 29. 28 3.6 RE-INSTALLATION [NOT USED] 29 3.7 SITE QUALITY CONTROL 30 A. Concrete Placement 31 1. Place concrete using a fully automated paving machine. Hand paving only 32 permitted in areas such as intersections where use of paving machine is not practical 33 a. All concrete pavement not placed by hand shall be placed using a fully 34 automated paving machine as approved by the City. 35 b. Screeds will not be allowed except if approved by the City. 36 37 38 39 40 41 42 B. Testing of Materials. 1. Samples of all materials for test shall be made at the expense of the City, unless otherwise specified in the special provisions or in the plans. 2. In the event the initial sampling and testing does not comply with the specifications, all subsequent testing of the material in order to determine if the material is acceptable shall be at the CONTRACTOR'S expense at the same rate charged by the commercial laboratories. Cl'I'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 BRICK PAVEMENT REPAIR (201412) GGOl-537110-0202007 32 13 13 -18 CONCRETE PAVING Page 18 of 21 1 2 3 4 5 6 � 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 3. All testing shall be in accordance with applicable AST`M Standards and concrete testing technician must be ACI certified or equivalent. C. Pavement Thickness Test. 1. 2. 3. 4. 5. 6. Upon completion of the work and before iinal acceptance and final payment shall be made, pavement thickness test shall be made by the City. The number of tests and location shall be at the discretion of the City, unless otherwise specified in the special provisions or on the plans. The cost for the initial pavement thickness test shall be the expense of the City. In the event a deficiency in the tluckness of pavement is revealed during normal testing operations, subsequent tests necessary to isolate the deficiency shall be at the CONTRACTOR' S expense. The cost for additional coring test shall be at the same rate charged by commercial laboratories. Where the average thickness of pavement in the area found to be deficient in thickness by more than 0.20 inch, but not more than 0.50 inch, payment shall be made at an adjusted price as specified in the following table. Deficiency in Thickness Proportional Part Deternuned b Cores Of Contract Price Inches Allowed 0.00 - 0.20 100 percent 0.21- 0.30 80 percent 0.31- 0.40 70 percent 0.41- 0.50 60 percent 7. Any area of pavement found deficient in thickness by more than 0.50 inch but not more than 0.75 inch or 1/10 of the plan thickness, whichever is greater, shall be evaluated by the City. 8. If, in the judgment of the City the area of such deficiency should not be removed and replaced, there shall be no payment for the area retained. 9. If, in the judgment of the City, the area of such deficiency warrants removal9 the area shall be removed and replaced, at the CONTRACTOR'S entire expense, with concrete of the thickness shown on the plans. 10. Any area of pavement found deficient in thickness by more than 0.75 inch or more than 1/10 of the plan thickness, whichever is greater, shall be removed and replaced, at the CONTRACTOR' S entire expense, with concrete of the thickness shown on the plans. 11. No additional payment over the contract unit price shall be made for any pavement of a thiclrness exceeding that required by the plans. D. Pavement Strength Test. 1. During the progress of the work the City shall provide trained technicians to cast test cylinders for confornung to ASTM C31, to maintain a check on the compressive strengths of the concrete being placed. CTI'1' OF FORT WORTH STANDARD CONSTRUC'I'ION SPECIFTCATION DOCUMENTS Revised July l, 2011 BRICK PAVEMENT REPAIR (201412) GGO1-537110-0202007 32 13 13 - 19 CONCRETE PAVING Page 19 of 21 2 3 3. 7 4. 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 2. After the cylinders have been cast, they shall remain on the job site and then transported, moist cured, and tested by the City in accordance with ASTM C31 and ASTM C39. In each set, one of the cylinders shall be tested at 2 DAYS, TWO CYLINDERS SHALL BE TESTED AT 7 days; two cylinders shall be tested at 28 days. -a�e�e , IF 2 DAYS TEST RESULT IIVDICATE DEFICIENT STRENGTH, THE OPENING OF PAVEMENT TO TRAFFIC SHAI,L NOT BE PERMTTTED AND PROJECT INSPECTOR MAY ASK THE CONTRACTOR TO RESUBMTT THE CONCRETE MIX DESIGN TO MEET THE MINIMUM SPECIFIED STRENGTH. If the 28 day test results indicate deficient strength, the CONTRACTOR may, at its option and expense, core the pavement in question and have the cores tested by an approved laboratory, in accordance with ASTM C42 and ACI 318 protocol, except the average of all cores must meet 100% of the minimum specified strength, with no individual core resulting in less than 90% of design strength, to override the results of the cylinder tests. Cylinders and/or cores must meet minimum specified strength. If cylinders do not meet minimum specified strength, additional cores shall be taken to identify the limits of deficient concrete pavement at the expense of the CONTRACTOR. Cylinders and/or cores must meet minimum specified strength. Pavement not meeting the minimum specified strength shall be subject to the money penalties or rernoval and placement at the CONTRACTOR' S expense as show in the following table. 5. � Percent Deficient Greater Than 0% - Not More Than 10% Greater Than 10% - Not More Than 15% Greater Than 15% Percent of Contract Price Allowed 0-percent or removed and replaced at the entire cost and expense of CONTRACTOR as directed by City The amount of penalty shall be deducted from payment due to CONTRACTOR; such as penalty deducted is to defray the cost of extra maintenance. The strength requirements for structures and other concrete work are not altered by the special provision. No additional payment over the contract unit price shall be made for any pavement of strength exceeding that required by the plans and/or specifications. 7 � 32 E. Cracked Concrete Acceptance Policy. 33 l. If cracks exist in concrete pavement upon completion of the project, the Project 34 Inspector shall make a determination as to the need for action to address the 35 cracking as to its cause and recommended remedial work. 36 2. If the recommended rernedial work is routing and sealing of the cracks to protect the 37 subgrade, the Inspector shall make the determination as to whether to rout and seal 38 the cracks at the time of final inspection and acceptance or at any time prior to the 39 end of the project maintenance period. The CONTRACTOR shall perform the 40 routing and sealing work as directed by the Project Inspector, at no cost to the City, 41 regardless of the cause of the cracking. CITY OF FORT WORTH BRICK PAVEMENT REPAIR (201412) STANDARD CONSTRUCTION SPECIFICA'I`ION DOCUMENTS GGOl-537110-0202007 Revised July 1, 2011 32 13 13 - 20 CONCRETE PAVING Page 20 of 21 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 3. 4. E � � If remedial work beyond routing and sealing is determined to be necessary, the Inspector and the CONTRACTOR will attempt to agree on the cause of the cracking. If agreement is reached that the cracking is due to deficient materials or workmanship, the CONTRACTOR shall perform the remedial work at no cost to the City. Remedial work in this case shall be limited to removing and replacing the deiicient work with new material and workmanship that meets the requirements of the contract. If remedial work beyond routing and sealing is determined to be necessary, and the Inspector and the CONTRACTOR agree that the cause of the cracking is not deficient materials or workmanship, the City may request the CONTRACTOR to provide an estimate of the cost of the necessary remedial work and/or additional work to address the cause of the cracking, and the CONTRACTOR will perform that work at the agreed-upon price if the City elects to do so. If remedial work is necessary, and the Inspector and the CONTRACTOR cannot agree on the cause of the cracking, the City may hire an independent geotechnical engineer to perform testing and analysis to determine the cause of the cracking. The contractor will escrow 50% of the proposed costs of the geotechnical contract with the City. The CONTRACTOR and the City shall use the services of a geotechnical firm acceptable to both parties. If the geotechnical engineer deternunes that the primary cause of the cracking is the CONTRACTOR' S deficient material or warkmanship, the remedial work will be performed at the CONTRACTOR'S entire expense and the CONTRACTOR will also reimburse the City for the balance of the cost of the geotechnical investigation over and above the amount that has previously been escrowed. Remedial work in this case shall be limited to removing and replacing the deficient work with new material and workmanship that meets the requirements of the contract. ff the geotechnical engineer determines that the primary cause of the cracking is not the CONTRACTOR' S deficient material or workmanship, the City will return the escrowed funds to the CONTRACTOR. The Contractor, on request, will provide the City an estimate of the costs of the necessary remedial work and/or additional work and will perform the work at the agreed-upon price as directed by the City. 32 3.8 SYSTEM STARTUP [NOT USED] 33 3.9 ADJUSTING [NOT USED] 34 35 36 37 38 39 40 3.10 CLEA1�tING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log CPI'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 BRICK PAVEMENT REPAIIZ (201412) GGO1-537110-0202007 32 13 13 - 21 CONCRETE PAVING Page 21 of 21 CITY OF FORT WOR'I`H BRICK PAVEMENT REPAIR (201412) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GGOl-537110-0202007 Revised July 1, 2011 321373-1 CONCRETE PAVING JOINT SEALANTS Page 1 of 5 1 2 3 PART1- GENERAL 4 1.1 SITMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 1.2 20 21 22 23 24 25 26 2'7 28 29 30 31 32 33 34 35 SECTION 3213 73 CONCRETE PAVING JOINT SEALAN'TS A. Section Includes 1. Specification for silicone joint sealing for concrete pavement and curbs. B. Standard Detail 1. Typical Street Construction Details C. Deviations from City of Fort Worth Standards __ _.._._ .....--- _...___ - --- - ---.._.- -...._... l. SAWING, CL�ANING AND APPLYII�IG JOINT SEALANTS SHALL BE — _...__ -- SUBSIDIARY TO 70INT SEALANTS. ALSO FUlZNISHING, INSTALLING OF _. __.___ BOND BREAKER ROD AND TAPE SHALL BE SUBSII7IARY TO JOINT , _ _ SEALANTS. D. Related Speciiication Sections include but are not necessarily limited to 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1- General Requirements. 3. Section 32 13 13 - Concrete Paving. PRICE AND PAYMENT PROCEDURES A. Measurement and Payment. l. Measurement: when specified in the plans to be a pay item, measure by the linear foot of completed and accepted joint sealant. 2. Payment: TT ' +'� ' r��f'�'' ^^ �'""' �''� THE work performed and materials furnished IN ACCORDANCE WITH THIS TTEM WII.L BE PAID FOR AT THE UNIT PRICE BID PER LINEAR FOOT OF "70IN'T SEALANT" COMPLETED . SUBSIDIARY WORK AND MATERIALS INCLUDE: a. SAWII�TG JOINTS b. CLEANING JOINTS c. APPLI'II�TG JOINT SEALANTS UPON PLACING OF BOND BREAKER ROD AND TAPE d. FURNISHING AND INSTALLING ALL MATERIALS e. ALL MANIPLJLATIONS, LABOR, EQUIPMENT, APPLIANCES, TOOLS, AND INCIDENTALS NECESSARY TO COMPLETE THE WORK. 36 37 1.3 REFERENCES 38 A. Reference Standards 39 1. ASTM International (ASTM): CTTY OF FORT WORTH BRICK PAVEMENT REPAII2 (201412) STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS GGGOl-5 37 1 10-0202007 Revised July l, 2011 321373-2 CONCRETE PAVING JOINT SEALANTS Page 2 of 5 1 2 3 1.11 FIELD CONDITIONS 4 1.� ADMIlVISTRATIVE REQUIREMENTS [NOT U5ED] 5 1.5 ACTION SUBMITTALS [NOT USED] 6 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 7 8 9 10 11 12 13 1.7 A. Do not apply joint sealant when the air and pavement temperature is less than 35°F B. Concrete surface must be clean, dry and frost free. C. Do not place sealant in an expansion-type joint if surface temperature is below 35°F or above 90°F. 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 17 18 19 20 21 22 1.12 WARRANTY [NOT USED] 23 PART 2 - PRODUCTS 24 25 26 27 28 29 30 31 32 33 34 2.1 OWNER FURIVISHED PRODUCTS [NOT USED] 2.2 MATERIALS & EQUIPMENT a. D5893, Standard Specification for Cold Applied, Single Component, Chemically Curing Silicone Joint Sealant for Portland Cement Concrete Pavements A. Test and Evaluation Reports l. Prior to installation, furnish certificarion by an independent testing laboratory that the silicone joint sealant meets the requirements of this Section. 2. Submit verifiable docurnentation that the manufacturer of the silicone joint sealant has a minimum two-year demonstrated, documented successful field performance with concrete pavement silicone joint sealant systems, CLOSEOUT SUBMITTALS [NOT U5ED] A. Materials 1. Joint Sealant: ASTM D5893. 2. Joint Filler, Backer Rod and Breaker Tape a. The joint filler sop shall be of a closed cell expanded polyethylene foam backer rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. b. The back rod and breaker tape shall be installed in the saw-cut joint to prevent the joint sealant from flowing to the bottom of the joint. c. The backer rod and breaker tape shall be compatible with the silicone joint sealant and no bond or reaction shall occur between them. CTI'Y OF FORT WORTH STANDARD CONSTRUC'I`ION SPECIFICATION DOCUMENTS Revised July 1, 2011 BRICK PAVEMENT REPAIFt (2014-12) GGGOl-537110-0202007 321373-3 CONCRETE PAVING JOINT SEALANTS Page 3 of 5 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED) 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General. 1. The silicone sealant shall be cold applied. 2. Allow concrete to cure for a minimum of 7 days to ensure it has sufficient strength prior to sealing joints. 3. Perform joint reservoir saw cutting, cleaning, bond breaker installation, and joint sealant placement in a continuous sequence of operations. 4. See plans for the various joint details with their respective dimensions. B. Equipment l. Provide all necessary equipment and keep equipment in a satisfactory working condition. 2. Equipment shall be inspected by the OWNER prior to the beginning of the work. 3. The rninimum requirements for construction equipment shall be as follows: a. Concrete Saw. The sawing equipment shall be adequate in size and power to complete the joint sawing to the required dimensions. b. Air Compressors. The delivered compressed air shall have a pressure in excess of 90 psi and shall be suitable for the removal of all free water and oil from the compressed air. c. Extrusion Pump. The output shall be capable of supplying a sufficient volume of sealant to the joint. d. Injection Tool. This mechanical device shall apply the sealant uniformly into the joint. e. Sandblaster. The design shall be for commercial use with air compressors as specified in this Section. f. Backer Rod Roller and Tooling Instrument. These devices shall be clean and free of contamination. They shall be compatible with the joint depth and width requirements. C. Sawing Joints: see Section 32 13 13. D. Cleaning joints l. Dry saw in one direction with reverse cutting blade then sand blast. 2. Use compressed air to remove the resulting dust from the joint. 3. Sandblast joints after complete drying. CiTY OF FORT WORTH STANDARD CONSTRUCT'ION SPECIFTCATION DOCUMENTS Revised July 1, 2011 BRICK PAVEMENT REPAIK (201412) GGGOl-537110-0202007 321373-4 CONCRETE PAVING JOIN'I' SEALANTS Page 4 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 C� 5. 6. a. Attach nozzle to a mechanical aiming device so that the sand blast will be directed at an angle of 45 degrees and at a distance of 1 to 2 inches from the face of the joint. b. Sandblast both joint faces sandblasted in separate, one directional passes. c. When sandblasting is complete, blow-out using compressed air. d. The blow tube shall iit into the joints. Check the blown joint for residual dust or other contamination. a. If any dust or contamination is found, repeat sandblasting and blowing until the joint is cleaned. b. Do not use solvents to remove stains and contamination. Place the bond breaker and sealant in the joint immediately upon cleaning. Bond Breaker Rod and Tape: install in the cleaned joint prior to the application of the joint sealant. 7. Do not leave open, cleaned joints unsealed overnight. E. Joint Sealant 1. Apply the joint sealant upon placement of the bond breaker rod and tape, using the mechanical injection tool. 2. Do not seal joints unless they are clean and dry. 3. Remove and discard excess sealant left on the pavement surface. a. Do not excess use to seal the joints. 4. The pavernent surface shall present a clean final condition as determined by City. 5. Do not allow traffic on the fresh sealant until it becomes tack-free. F. Approval of Joints 1. The City may request a representative of the sealant manufacturer to be present at the job site at the beginning of the final cleaning and sealing of joints. a. The representative shall demonstrate to the CONTRACTOR and the City the acceptable method for sealant installation. b. The representative shall approve the clean, dry joints before the sealing operation commences. CTTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFTCATION DOCUMENTS Revised July 1, 2011 BRICK PAVEMENT REPAII2 (201412) GGGOl-537110-0202007 321373-5 CONCRETE PAVING JOIlVT SEALANTS Page 5 of 5 1 3.5 [REPAIR]/[RESTORATION] [NOT USED] 2 3.6 RE-INSTALLATION [NOT USED] 3 3.7 FIELD QUALl[TY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] 11 END OF SECTION 12 DATE NAME 13 Revision Log SUMMARY OF CHANGE CITY OF FORT WORTH BRICK PAVEMENT REPAIR (2014-12) STANDARD CONSTRUCTION 3PECIFICATION DOCUMENTS GGGOl-537110-0202007 Revised July 1,2011 321416-1 BRICK UNI'I' PAVING Page 1 of 8 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes 6 7 S 9 10 11 12 13 14 15 16 17 SECTION 321416 BRICK IJNIT PAVING 1. All labor, materials and equipment necessary to install brick pavers, set in mortar on reinforced concrete base for: a. New brick paving b. Brick paving repair B. Standard Details C. Deviations from City of Fort Worth Standards __._._ __.. -- _.. --.... ___ _... ......_, l. CONCRETE BASE FOR BRICK UNTI` PAVII�TG SHALL BE MEASURED AND; PAID UNDER CONCRETE PAVING SECTION 3213 13:; __ D. Related Specification Sections include but are not necessarily limited to 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1- General Requirements. 3. Section 32 13 13 - Concrete Paving. 18 1.2 PRICE AND PAYMENT PROCEDURES 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Measurement and Payment 1 2. Measurement: a. Brick Paving: measure by the square yard of completed and accepted brick pavement in its final position per detail. b. Brick Paving Repair: measure by the square yard of completed and accepted pavement in its iinal position per detail. Payment: based on the work performed and all materials furnished for brick unit paving. Subsidiary work and materials include: a. sample panels b. shaping and fine grading the roadbed c. furnishing and applying all water required �� �,• i a• * i• �, -a�• �., � b o • �.,• a 11 ro ; ..ra.7:o.,r�_f zrrn�ruris b "a' e. � w• a f. furnishing, mixing and placing all setting materials including mortar setting bed, wet mortar joint filler and high bond mortar mix g. furnishing and setting all brick unit pavers h. sealing joints i. all manipulations, labor, equipment, appliances, tools, and incidentals necessary to complete the work. 39 1.3 REFERENCES 40 A. Reference Standards CTTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 BRICK PAVEMENT REPAIR (201412) GGOl-537110-0202007 321416-2 BRICK UNIT PAVING Page 2 of 8 1 1. ASTM International (ASTM): 2 a. C67, Test Methods of Sampling and Testing Brick and Structural Clay Tile 3 b. C144, Aggregate for Masonry Mortar 4 c. C150, Portland Cement 5 d. C207, Specification for Hydrated Lime for Masonry Purposes 6 e. C902, Specification for Pedestrian and Light Traffic Paving Brick 7 f. C1602, Standard Specification for Mixing Water Used in the Production of 8 Hydraulic Cement Concrete 9 2. The Brick Industry Association, Technical Notes 10 a. No. 1, Cold and Hot Weather Construction 11 1.4 ADMINISTRATIVE REQUIREMENTS 12 A. Permitting: 13 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation 14 and Public Works Department in conformance with current ordinances. 15 2. Transportation and Public Works Department will inspect paving repair after 16 construction. 17 1.5 SUBMITTALS 18 A. Product Data: Submit manufacturer's technical data for each manufactured product, 19 including certification that each product complies with specified requirements. 20 B. Samples: 21 1. For material verification purposes submit the following: 22 a. Manufacturer's testing certification conforming to ASTM C67 testing methods 23 for: 24 1) Compressive strength, pounds per square inch 25 2) Absorption, 5 hour submersion in cold water 26 3) Absorption, 24 hour submersion in cold water 27 4) Maximum saturation coefficient 28 5) Initial rate of absorption (suction) 29 6) Abrasion index 30 7) Freeze -thaw 31 8) Efflorescence 32 b. Masonry paving unit samples for each type of masonry paving required. 33 Include in each set the full range of exposed color and texture to be expected in 34 the completed work. 35 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 36 1.7 CLOSEOUT SUBMITTALS [NOT USED] 37 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 38 1.9 QUALITY ASSURANCE 39 A. Installer: Brick paver and any subcontractors shall have experience in brick paving and 40 their previous work will be reviewed by the City prior to start of work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 BRICK PAVEMENT REPAIR (2014-12) GG01-537110-0202007 321416-3 BRICK UNIT PAVING Page 3 of 8 B. Sample Panel: Prior to installation of masonry paving work, fabricate sample panel 1 using materials, pattern and joint treatment indicated for project work, including special 2 features for expansion joints and contiguous work. 3 1. Include color range, size, texture, bond, expansion jointing, pattern, finish, and 4 workmanship. 5 2. Make 6 feet x 6 feet minimum. 6 3. Provide range of color, texture and workmanship to be expected in the completed 7 work. 8 4. Sample panel shall be inspected by the City. If the sample is not acceptable, 9 construct additional panels at no cost to the City until an acceptable panel is 10 constructed. 11 5. Obtain City's acceptance of visual qualities of the panel before start of masonry 12 paving work. 13 6. Maintain the sample panel as the standard of minimal quality for approval of all 14 proposed brick pavement work required for the project. Locate sample panel near 15 the pavement work to facilitate comparison 16 7. Do not change source of brands for masonry units, setting materials, or grout during 17 progress of work. 18 8. Remove sample panel from the site at completion of project. 19 1,1p DELIVERY, STORAGE, AND HANDLING 20 A. Delivery: Brick pavers and associated installation materials shall be delivered to the 21 job adequately protected from damage during transit. 22 1. Brick pavers shall be carefully packed by the supplier for shipment with name of 23 manufacturer and identification of contents. 24 2. Pavers damaged in any manner will be rejected and replaced with new materials at 25 no additional cost to the City. 26 B . Storage: Protect grout and mortar materials during storage and construction against 27 wetting by rain, snow or ground water and against soilage or intermixture with earth or 28 other types of materials. 29 1. Protect grout and mortar materials from deterioration by moisture and temperature. 30 2. Store in a dry location or in waterproof container. 31 3. Keep containers tightly closed and away from open flame. Protect liquid 32 components from freezing. 33 34 1.11 FIELD CONDITIONS A. Ambient Conditions 35 1. Normal construction: temperatures between 40 degrees and 100 degrees. 36 2. Cold Weather Construction: temperatures below 40 degrees 37 a. Comply with requirements for masonry construction in cold weather from the 38 BIA Technical Notes on Brick Construction, No. 1, Cold and Hot Weather 39 Construction, Table No. 1 as summarized in the following table. 40 41 co OF FORT D CONSTRUCTION SPECIFICATION DOCUMENTS Seviod July 1, 2011 K BRICK PAVEMENT REPAIR (2014-12) GG01-537110-020200" 321416-4 BRICK UNTT PAVING Page 4 of 8 Protection Preparation Construction Requirements Temperature� Requirements Requirements (After Masonry is (Prior to Work) (Work in Progress) Placed Do not lay masonry units having either a temperature Heat mixing water or sand to below 20 degrees F or produce mortar between 40 containing frozen moisture, degrees F and 120 degrees visible ice, or snow on their F surface. Compietely cover newly Do not heat water or constructed masonry 40 degrees F to Remove visible ice and with a weather-resistive 32 degrees F snow from top surface of aggregates used in mortar or membrane for 24 hr after existing foundations and 9rout above 140 degrees F. construction. masonry to receive new Heat grout materials when construction. Heat these their temperature is below 32 surtaces above freezing, degrees F. using methods that do not result in dama e. Comply with cold weather requirements above. Maintain mortar temperature above freezing until used in mason Comply with cold 32 degrees F to Compiy with cold weather ry' weather requirements 25 degrees F requirements above. Heat grout materials so grout above. is at a temperature between 70 degrees F and 120 degrees F during mixing and placed at a temperature above 70 de rees F. Comply with cold weather Completely cover newly requirements above. constructed masonry Heat masonry surfaces under With weather-resistive construction to 40 degrees F insulating blankets or equal protection for 24 hr 25 degrees F to Comply with cold weather and use wind breaks or after completion of work. 20 degrees F requirements above. enclosures when the wind Extend time period to 48 velocity exceeds 15 mph. hr for grouted masonry, unless the only cement Heat masonry to a minimum in the grout is Type III of 40 degrees F prior to portland cement. routin . Maintain newiy constructed masonry temperature above 32 degrees F for at least 24 hr after being completed by using heated enclosures, electric 20 degrees F and Comply with cold weather Comply with cold weather heating blankets, infrared below requirements above. requirements above. Iamps, or other acceptable methods. Extend time period to 48 hr for grouted masonry, unless the only cement in the grout is Type III Portland cement. 1 2 3 4 1. Preparation and Construction requirements are based on ambient temperatures. Protection requirements, after masonry is placed, are based on mean daily temperatures. CITY OF FORT WORTH STANDARD CONS"IRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 BRICK PAVEMENT REPAIl2 (201412) GGOl-537110-0202007 321416-5 BRICK UN1T PAVING Page 5 of 8 1 2 3 4 5 6 7 8 9 3. Hot Weather Construction: temperatures above 100 degrees a. Comply with requirements for masonry construction in hot weather from the BIA Technical Notes on Brick Construction, No 1., Cold and Hot Weather Construction, Table No. 1 as summarized in the following table. Preparation Protection � Construction Requirements Requirements Temperature Requirements (Work in Progress) (After Masonry is (Prior to Work) Placed Above 115 Use cool mixing water for degrees F or Shade materials and mixing mortar and grout. Ice must be 105 degrees F equipment from direct melted or removed before with a wind sunlight, water is added to other mortar Comply with hot weather velocity over 8 or grout materials. requirements below. mph Comply with hot weather requirements below. Comply with hot weather requirements below. Maintain mortar and grout at a temperature below 120 degrees F. Provide necessary Flush mixer, mortar transport Above 100 conditions and equipment to container, and mortar boards Fog spray newly degrees F or produce mortar having a With cool water before they constructed masonry until 90 degrees F with temperature below 120 come into contact with mortar damp, at least three times 8 mph wind degrees F. ingredients or mortar. a day until the masonry is Maintain sand piles in a three days old. damp, loose condition. Maintain mortar consistency by retempering with cool water. Use mortar within 2 hr of initial mixin . 1. Preparation and Construction requirements are based on ambient temperatures. Protection requirements, after masonry is placed, are based on mean daily temperatures. 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS l0 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 11 2.2 MATERIALS 12 A. Rigid Concrete Base: See Section 32 13 13. 13 B. Reinforcing Steel: Section 32 13 13. 14 15 16 17 18 19 20 C. Paving Brick for Heavy Vehicular Traffic: Standard Solid (uncored) Paving Brick of modular size, 2-1/4 inches x 3-5/8 inches x 7-5/8 inches except as indicated, as per ASTM C1272, Type R, Application PX. D. Setting Materials 1. The mortar setting bed shall consist of: a. 1 part Portland cement - ASTM C150, Type 1 b. 1/4 part hydrated lime by volume - ASTM C207, Type 5 CITY OF FORT WORTH BRICK PAVEMENT REPAIl2 (201412) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GGOl-537110-0202007 Revised 7uly l, 2011 321416-6 BRICK UNTT PAVING Page 6 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 � � c. 3 parts damp sand - ASTM C 144 (for high-bond mortar, gradation in accordance with additive manufacturer's recommendations). d. Add water to obtain stiff mix - ASTM C 1602. The wet mortar joint filler shall consist of: a. 1 part Portland cement - ASTM C150, Type 1. b. 3 parts dry sand - ASTM C144. c. Add water to obtain a wet mix - ASTM C1602 High bond mortar mix shall consist of: a. 1 sack Portland cement - ASTM C150, Type 1 b. 50 pounds workability additive -"A" Marble Dust by Armco Steel Corporation, Piqua Quarries, or Ute Dolomite Limestone by U.S. Lime Division of Flintkote Corporation, or Micro Fill No. 2 by Pure Stone Company, Marble Falls, Texas or approved equal. c. 3-1/4 cubic feet of sand - ASTM C144- d. 4 gallons of high bond additive -Sarabond Liquid Mortar Additive by the Dow Chemical Corparation ar approved equal. e. Mix with water in accordance with High Bond Additive manufacturer's recommendations. 19 2.3 ACCESSORIES [NOT USED] 20 2.4 SOURCE QUALITY CONTROL [NOT U5ED] 21 PART 3 - EXECUTION 22 3.1 INSTALLERS [NOT USED] 23 3.2 EXAMINATION [NOT USED] 24 3.3 PREPARATION [NOT USED] 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 3.4 INSTALLATION A. Place 6-inch reinforced concrete base under proposed brick pavement. 1. Concrete base: See Section 32 13 13. a. Design concrete mix design for a minimum compressive strength of 3,000 pounds per square inch at the age of two (2) days for either type I or type III cement 2. Reinforcing Steel: Section 32 13 13. a. No. 3 bars at 24 inches on center both directions. 3. Keep concrete surfaces to receive pavers dry, clean, free of oily or waxy iilms and level. 4. Verify gradients and elevations of base are as indicated on plans. B. Protect adjacent finished surfaces from soiling, staining, and other damage during construction. Clean and restore any damage or stains to adjacent surfaces to equal or better than original condition. C. Spread and screed setting bed mixture to a true plane and limit bed mixture to an amount that can be covered with pavers before initial set. CITY OF FORT WORT'H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 BRICK PAVEMENT REPAIR (201412) GGOl-537110-0202007 321416-7 BRICK UNiT PAVING Page 7 of 8 �� 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 D. Set pavers in the patterns shown in the field with uniform tight joints (1/4-inch). E. Do not use pavers with chips, cracks, or voids. F. Set paver in 1-inch layer of neat cement paste over setting bed. G. Tolerances: Tolerances shall be checked continuously as work progresses so that nonconfornung areas can be corrected before mortar sets. 1. Alignment tolerances: maximurn 1/4 inch in 20 feet; 1/2 inch in 40 feet. 2, Surface tolerance: maximum plus or minus 1/8 inch in 8 feet noncumulative. 3. Alignment and surface tolerances will be checked and enforced. The Contractor shall make provisions that brick pavers can meet these tolerances as they are supplied. Imperfections in the brick dimensions and surfaces will not constitute as reasons to accept inferior paving and the work will be rejected. H. Tamp pavers into full contact with the mortar bed to a level plane. Do not set large areas of pavers for later leveling. I. After pavers are set and cleaned free of mortar, fill joints with mortar, completely filling voids. J. Remove excess dry joint filler mixture and fog surface with fine water spray. K. Cut pavers with motor driven masonry saw with a sharp diamond blade. Exposed broken edges will not be allowed. L. A seven day damp cure is required. Employ barricades to restrict traffic during the seven day cure period. After the seven day damp cure period, clean the surface with stiff brush and brick manufacturer's recommended cleaning solution in increments not exceeding 100 square feet, leaving surface clean and free of mortar and grout stains. 23 M. At the end of each day, spray paved areas with a iine mist of water. Fill joints within 24 three days after the pavers are set. Spray paved areas until the joints are filled. 25 N. Sweep and keep brick surfaces clean at all times in order to avoid penetration of cement 26 into the brick surface. 27 3.5 REPAIR 28 A. General: 29 30 31 32 33 34 35 36 37 38 39 40 41 Provide new units to match adjoining units and install in same manner as original units, with same joint treatment to eliminate evidence of replacement. Pointing: during tooling of joints, enlarge voids or holes and completely fill with mortar or grout. Point-up joints at sealant type joints to provide a neat, uniform appearance, properly prepared to application of sealant. Cleaning: Remove excess mortar/grout from exposed brick surfaces, wash and scrub clean. 5. Protect masonry paving installations from deterioration, discoloration or damage during subsequent constructions and until acceptance of work, in compliance with recommendations of installer and paving unit manufacturer. 42 B. Trench Repair 1. Remove and replace masonry paving units as directed by the City that are loose, chipped, broken, stained or otherwise damaged, or if units do not match adjoining units as intended. 2. 3. 4. CIT'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICA'I`ION DOCUMENTS Revised July 1, 2011 BRICK PAVEMENT REPAIR (201412) GGO1-537110-0202007 321416-8 BRICK UNIT' PAVING Page 8 of 8 1 l. Preparation 2 a. Replace a continuous section if multiple repairs are closer than 10 feet apart 3 from edge of one repair to the edge of a second repair. 4 b. SurFace Preparation: mark pavement cut repairs for approval by the OWNER. 5 2. Removal: 6 1) Use care in removing brick pavers to be repaired to prevent damage to 7 brick pavers adjacent to the repair area. 8 3. Installation: See Item 3.4. 9 3.6 RE-INSTALLATION [NOT USED] 10 3.7 FIELD QUALITY CONTROL [NOT USED] 11 3.8 SYSTEM STARTUP [NOT USED] 12 3.9 ADJUSTING [NOT �JSED] 13 3.10 CLEAlvING [NOT USED] 14 311 CLOSEOUT ACTIVITIES [NOT USED] 15 3.12 PROTECTION [NOT USED] 16 3.13 MAINTENANCE [NOT USED] 17 3.14 ATTACHMENTS [NOT USED] i g END OF SECTION 19 20 CITY OF FORT WORTH BRICK PAVEMENT REPAIR (201412) STANDARD CONSTRUCTION SPECIFICA'I'ION DOCL)MENTS GGOl-537110-0202007 Revised July 1, 2011 321613-1 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 1 of 5 i 2 3 SECTION 321613 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS 4 PART1- GENERAL 5 1.1 SUMMARY 6 A. Section Includes 7 1. Concrete Curbs and Gutters 8 2. Concrete Valley Gutters 9 B. Standard Detail 10 1. Typical Street Construction Details 11 C. Deviations from City of Fort Worth Standards 12 1. None 13 14 15 16 17 18 19 1.2 20 21 22 23 24 25 26 27 28 29 30 31 32 D. Related Specification Sections include but are not necessarily limited to 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1- General Requirements 3. Section 02 41 13 - Selective Site Demolition 4. Section 32 13 13 - Concrete Paving 5. Section 32 13 73 - Concrete Paving 7oint Sealants PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Concrete Curb and Gutter: measure by the linear foot of the height specified complete and in place. b. Concrete Valley Gutter: measure by the square yard per thickness complete and in place. 2. Payment: contract unit price bid for the work performed and all materials furnished. a. Subsidiary work and materials include: 1) preparing the subgrade 2) furnishing and placing all materials, including foundation course, reinforcing steel, and expansion material 3) all manipulation, labor, tools, equipment, and incidentals necessary to complete the work. CTPY OF FORT WORTH STANDARD CONSTRUCTION SPECIFTCATION DOCUMENTS Revised July 1, 2011 BRICK PAVEMENT REPAIR (2014-12) GGO1-537110-0202007 8 321613-2 CONCRETE CURB AND GUTTERS AND VALLEY GU'ITERS Page 2 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 1.3 REFERENCES [NOT USED] 1.4 ADMI1vISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED� 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTAL5 [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS A. Weather Conditions: see Section 32 13 13. 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER FURNISI3ED PRODUCTS [NOT USED] 2.2 EQUII'MENT AND MATERIALS A. Forms: see Section 32 13 13. B. Concrete: see Section 32 13 13. C. Reinforcement: see Section 32 13 13. D. Joint Filler. l. Wood Filler: see Section 3213 13. 2. Pre-Molded Asphalt Board Filler: a. Use only in areas where not practical for wood boards. b. Pre-molded asphalt board iiller: ASTM D545. c. Install the required size and uniform thickness and as specified in plans. d. Include two liners of 0.016 asphalt impregnated kraft paper iilled with a mastic mixture of asphalt and vegetable fiber and/or mineral filler. E. Expansion Joint Sealant: see Section 32 13 73. CTI'I' OF FORT WORTfi BRICK PAVEMENT REPAIR (201412) STANDARD CONSTRUCTION SPECIFTCATION DOCUMENTS GGOl-537110-0202007 � Revised July 1, 2011 321613-3 CONCRETE CURB AND GUTI`ERS AND VALLEY GUITERS Page 3 of 5 1 2.3 ACCESSORIES [NOT U5ED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION 7 A. Demolition / Removal: See Section 02 41 13. 8 3.4 INSTALLATION 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 A. Forms l. Extend forms the full depth of concrete. 2. Wood forms: minimum of 1-1/2 inches in thickness. 3. Metal Forms: a gauge that shall provide equivalent rigidity and strength. 4. Use acceptable wood or metal forms for curves with a radius of less than 250 feet. 5. All forms showing a deviation of 1/8 inch in 10 feet from a straight line shall be rejected. B. Reinforcing Steel. 1. Place all necessary reinforcement for City approval prior to depositing concrete. 2. All steel must be free from paint and oil and all loose scale, rust, dirt and other foreign substances. 3. Remove foreign substances from steel before placing. 4. Wire all bars at their intersections and at all laps or splices. 5. Lap all bar splices a minimum of 20 diarneters of the bar or 12 inches, whichever is greater. C. Concrete Placement l. Deposit concrete to maintain a horizontal surface. 2. Work concrete into all spaces and around any reinforcement to form a dense mass free from voids. 3. Work coarse aggregate away from contact with the forms 4. Hand-Laid Concrete — Curb and gutter. a. Shape and compact subgrade to the lines, grades and cross section shown on the plans. b. Lightly sprinkle subgrade material irnmediately before concrete placement. c. Deposit concrete into forms. d. Strike off with a template 1/4 to 3/8 inch less than the dimensions of the finished curb unless otherwise approved. 5. Machine-Laid Concrete — Curb and Gutter. a. Hand-tamp and sprinkle subgrade material before concrete placement. b. Provide clean surfaces for concrete placement. c. Place the concrete with approved self-propelled equipment. CTI'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFTCATION DOCUMENTS Revised 7uly 1, 2011 BRICK PAVEMENT REPAIl2 (2014-12) GGO1-537110-0202007 32 1613 - 4 CONCRETE CURB AND GUTTERS AND VALLEY GU'ITERS Page 4 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 1) The forming tube of the extrusion machine or the form of the slipform machine must easily be adjustable vertically during the forwazd motion of the machine to provide variable heights necessary to conform to the established gradeline. d. Attach a pointer or gauge to the machine so that a continual comparison can be made between the extruded or slipform work and the grade guideline. e. Brush finish surfaces immediately after extrusion or slipforming. 6. Hand-Laid Concrete — Concrete Valley Gutter: see Section 32 13 13. 7. Expansion joints a. Place expansion joints in the curb and gutter at 200-foot intervals and at intersection returns and other rigid structures. b. Place tooled joints at 15-foot intervals or matching abutting sidewalk joints and pavement joints to a depth of 1 lh inches. c. Place expansion joints at all intersections with concrete driveways, curbs, buildings and other curb and gutters. d. Make expansion joints no less than 1/2 inch in thickness, extending the full depth of the concrete. e. Make expansion joints perpendicular and at right angles to the face of the curb. f. Neatly trim any expansion material extending above the finished to the surface of the finished work. g. Make expansion joints in the curb and gutter coincide with the concrete expansion joints. h. Longitudinal dowels across the expansion joints in the curb and gutter are required. i. Insta113 No. 4 round, smooth bars, 24 inches in length, for dowels at each expansion joint. j. Coat 1/2 of the dowel with a bond breaker and terminate with a dowel cap that provides a minimum of 1 inch free expansion. k. Support dowels by an approved method. D. Curing: see Section 32 13 13. 31 3.5 (REPAIR]/[RESTORATION] [NOT USED] 32 3.6 RE-INSTALLATION [NOT USED] 33 3.7 FIELD QUALITY CONTROL (NOT USED] 34 3.8 SYSTEM STARTUP [NOT USED] 35 3.9 ADJUSTING [NOT USED] 36 37 38 39 40 41 3.10 CLEANING [NOT USED] 3e11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACFIMENTS [NOT USED] END OF SECTION CTI'Y OF FORT WORTH BRICK PAVEMENT REPAIR (2014-12) STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS GGOl-537110-0202007 Revised 7uly 1, 2011 3216 13 - 5 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 5 of 5 Revision Log DATE NAME SUMMARY OF CHANGE C1TY OF FORT WORTH BRICK PAVEMENT REPAII2 (2014-12) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GGOl-537ll0-0202007 Revised 7uly 1, 2011 330514-1 AD7USTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 1 of 6 1 2 3 SECTION 33 0514 AD7USTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE 4 PART1- GENERAL 5 1.1 SUNIlVIARY 6 � 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 1.2 29 30 31 32 33 34 35 36 37 38 39 40 A. Section Includes: l. Vertical adjustments to manholes, drop inlets, valve boxes, cathodic protection test stations and other miscellaneous structures to a new grade B. Deviations from this City of Fort Worth Standard Specification _ 1. FOR THIS PRO7ECT ADNSTING MANHOLE COVERS, WATER METER B(7X AND VALVE BOX SHALL BE C�NSIDERED SUBSIDIARY TO: 'CONCRETE PAVING SECTION 3213 13. _.._.._ __ ___ _...__._ _ ....._.._ 2. ADJUSTMENT OF EXISTING IlZRIGATON LINE AND APPURTENANCES -__ _ __ SHALL BE_PAID PER ACTUAL_COST_OF ADNSTMENT PLUS TEN - _ __. �'ERCENT. C. Related Specification Sections include, but are not necessarily limited to: l. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1- General Requirements 3. Section 33 OS 10 - Utility Trench Excavation, Embedment and Bacl�"ill 4. Section 33 OS 13 - Frame, Cover and Grade Rings 5. Section 33 39 10 - Cast-in-Place Concrete Manholes 6. Section 33 39 20 - Precast Concrete Manholes 7. Section 33 12 20 -Resilient Seated Gate Valve 8. Section 33 12 21- AWWA Rubber-Seated Butterfly Valve 9. Section 33 04 11- Conosion Control Test Station 10. Section 33 04 12 - Magnesium Anode Cathodic Protection PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Manhole - Minor Adjustment: SUBSIDIARY TO CONCRETE PAVING a '��`- � „« � \ TR t F ri,' Tr -„ ,- - -- -- ---L _ -_ �a . ..1. .,.70 r �wii�gs: �. D—z-Rr===�� r ..a ,� *H + i �, a •�w ��, • r « e >, ��-�==ZP=���... TL. 0 1.:.7 ohntl :ia.�::'�.': , � �,,..o... .,* .. ,.,, CTI'Y OF FORT WORTH STANDARD CONSTRUCTION 3PECIFICATION DOCUMENTS Revised July 1, 2011 BRICK PAVEMENT REPAIIt (201412) GGO1-537110-0202007 330514-2 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 2 of 6 4 5 6 10 11 12 13 14 15 16 17 18 19 20 21 22 C�j— �iccu=:�u�i ;ii �,T�b �\ ll' .,7 ..f o.,..o�� ..�..,+o.-:,,1 c� r ,a � ,.+wo . n,a:. ..+.., „* ae ro� �� J �� � ti• i a ,. .. ,.«;,, �f �, ,� „« .,,,a �,..,a,f;n b�Y a mr� �� rio.,,,� T7�nP 2. Manhole - Major Adjustment a. Measurement 1) Measurement for this Item shall be per each adjustment requiring structural modifications to manhole to a grade specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Manhole Adjustment, Major" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Structural modifications, grade rings or other adjustment device 6) Furnishing, placing and compaction of embedment and backfill 7) Clean-up 23 3. Inlet 24 a. Measurement 25 1) Measurement for this Item shall be per each adjustment requiring structural 26 modifications to inlet to a grade specified on the Drawings. 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Inlet Adjustment" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Structural modifications 6) Furnishing, placing and compaction of embedment and backfill 7) Clean-up 4. Valve Box: SUBSIDIARY TO CONCRETE PAVING T R ., ., t u• 1\ TilY F F ri,' T� l. 77 l-. l, ' + -r f .7 'r' .7 � r � o i tl, o Tl� �.-�� :� 1 1 T1, i ,-F a +l, t ' 1 F ' i .�1 '�t, rl,' i' �, » ee��le�e�: 8. Th .:..o t,:.�l �ti,^il _.,..1.,.70 t,...,.. 1 \ D .,+ « �:.�1 2) £��ea CIT'Y OF FORT WORTH STANDARD CONSTRUCTION SPECiFICATION DOCUMENTS Revised July 1, 2011 BRICK PAVEMENT REPAIR (201412) GGO1-537110-0202007 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 2'7 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 330514-3 ADNSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER S1'RUCTURES TO GRADE Page 3 of 6 5 G'a 7. 3a__�}}� n� r�:.,..,,�„i „� o ..,�ro •,.i �� �,. `w: „ ..i.,,.;.,.� .,a ,. ,.t:,, „f o„zhoa,�o.,���� a.�^^� ���,-�Z -=o. r-- --o "-- � �� r�� Cathodic Protection Test Station a. Measurement 1) Measurement for this Item shall be per each adjustment to a grade specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Cathodic Protection Test Station Adjustment" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Adjustment device 6) Furnishing, placing and compaction of embedment and bacl�ill 7) Clean-up Fire Hydrant a. Measurement 1) Measurement for this Item shall be per each adjustment requiring stem extensions to meet a grade speciiied by the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Fire Hydrant Stem Extension" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Adjustment materials 6) Furnishing, placing and compaction of embedment and bacl�ill 7) Clean-up Miscellaneous c� UTILTTY ADJUSTMENT a. Measurement 1) Measurement for this Item shall be per each adjustment requiring �a� modifications to LJTILITY/IRRIGATON LINE AND APPURTENANCES WHERE SUCH UTILITY/IRRIGATION LINE ARE THE PROPERTY OWNER'S RESPONSIBII.TTY TO MAINTAIN ��;a �*�,�+.,�� *^ �^��^�'� b. Payment CTl'Y OF FORT WORTH BRICK PAVEMENT REPAIlZ (2014-12) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GGOl-537110-0202007 Revised July 1, 2011 33OS 14-4 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 4 of 6 1 2 3 4 5 6 7 8 9 10 11 12 13 14 c. � 1) The work performed and the materials furnished in accordance with this Itern will be paid PER ACTIJAL COST OF THE ADJUSTMENTS PLUS TEN PERCENT TO COVER THE COST OF BOND AND OVERHEAD INCURRED BY THE CONTRACTOR IN HANDLING THE UTILITY ADJUSTMNETS � + �'� ;« � �'';'' � ^'' `��;" �,—'"� r ^ r« «,,,.o n a;,.�«.,.o.,,» ,. ..,,,��a rn.rac.....� . �...,."'�"` -„---r-----• The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) �E� I7TILITY modifications 6) Furnishing, placing and compaction of embedment and backfill Clean-up 15 1.3 REFERENCES 16 17 18 19 20 21 22 A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Texas Commission on Environmental Quality (TCEQ): a. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.55 — Manholes and Related Structures. 23 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 24 1.5 SUBMITTALS [NOT USED] 25 1.6 ACTION SUBMITTALS/INFORMATIONAL 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 K� 31 1.10 DELIVERY, STORAGE, AND HANDLING (NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 32 PART 2 � PRODUCTS 33 34 35 36 37 2.1 OWNER-FURNISI-IED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 MATERIALS A. Cast-in-Place Concrete l. See Section 03 30 00. B. Modifications to Existing Concrete Structures CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 BRICK PAVEMENT REPAIR (2014-12) GGO1-537110-0202007 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 1'7 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 330514-5 ADJUSTING MAIVI�iOLES, INLETS, VALVE BOXES, AND OTHER STRUCTiJRES TO GRADE Page 5 of 6 l. See Section 03 80 00. C. Grade Rings l. See Section 33 OS 13. D. Frame and Cover 1. See Section 33 OS 13. E. Backfill material l. See Section 33 OS 10. F. Water valve box extension 1. See Section 33 12 20. G. Corrosion Protection Test Station l. See Section 33 04 11. H. Cast-in-Place Concrete Manholes 1. See Section 33 39 10. I. Precast Concrete Manholes l. See Section 33 39 20. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Verification of Conditions 1. Examine e�sting �� UTIL,TTY LINE to be adjusted, for damage or defects that may affect grade adjustment. a. Report issue to City for consideration before beginning adjustment. 3.3 PREPARATION A. Grade Verification l. On major adjustments confirm any grade change noted on Drawings is consistent with field measurements. a. If not, coordinate with City to verify final grade before beginning adjustment. 3.4 ADJUSTMENT A. Manholes, Inlets, and Miscellaneous Structures l. On any sanitary sewer adjustment replace 24-inch frame and cover assembly with 30-inch frame and cover assembly per TCEQ requirement. 2. On manhole major adjustments, inlets and miscellaneous structures protect the bottom using wood forms shaped to fit so that no debris blocks the invert or the inlet or outlet piping in during adjustments. CiTY OF FORT WORTH STANDARD CONSTT2UCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 BRICK PAVEMENT REPAIR (201412) GGO1-537110-0202007 33OS 14-6 ADNSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 6 of 6 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 a. Do not use any more than a 2-piece bottom. 3. Do not extend chimney portion of the manhole beyond 24 inches. 4. Use the least number of grade rings necessary to meet required grade. a. For example, if a 1-foot adjustment is required, use 2 6-inch rings, not 6 2-inch rings. B. Valve Boxes 1. Utilize typical 3 piece adjustable valve box for adjusting to final grade as shown on the Drawings. C. Bacl�ill and Grading 1. Bacl�'ill area of excavation surrounding each adjustment in accordance to Section 33 OS 10. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CiTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 7uly 1, 2011 BRICK PAVEMENT REPAIR (201412) GG01-537110-0202007 � 2 SECTION 34 7113 TRAFFTC CONTROL 347113-1 TRAFFIC CONTROL Page 1 of 6 3 PART1- GENERAL 4 1.1 SIJMMARY 5 A. Section Includes: 6 7 8 9 10 11 12 13 14 15 16 17 18 1. Installation of Traffic Control Devices and preparation of Traffic Control Plans B. Deviations from this City of Fort Worth Standard Specification ---_ ... ._... . _._.._. . _._.__ _..._ _..... _.. _: 1. FOR THIS PROJECT TR.AFFIC CONTROL SECTI�N 34 71 13, SHALL BE - - _ CONSIDERED SUBSIDIARY W�RK, NO SEPARATE PAY; __ __ ___ _. - -- -- --- --- --... _... 2. TRAFFIC CONTROL IIvIPLEMENTATI�N; INSTALLATION;, _ _.... IvIAINTENANCE, ADNSTMENTS, REPL;ACEMENTS AND REMOVAL �F 'TR.AFFIC CONTROL DEVICES SHALL BE CONSIDERED SUBSIDIARY': ; _..__. .. ._.... _._ _. . _._.._... _ _.._ -. WORK, N� SEPARATE PAY. __ --- __.. _ -- - _ __ -- . _.... _._.._. --- 3. PREPARATION OF TRAFFIC CONTROL PLAN DETAII..S, ADHERENCE TO CITY AND TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL I7EVICES {TIVIUTCD), OBTAINING SIGNATLTRE ANU SEAL OF A LICENSED TEXAS --__..._._.: PROFESSIONAL ENGINEER SHALL BE CONSIDERED SUBSIt7IARY WORK, NO_SEPARATE PAY.: 19 C. Related Specification Sections include, but are not necessarily lirnited to: 20 1. Division 0- Bidding Requirements, Contract Forms and Conditions of the Contract 21 2. Division 1- General Requirements 22 1.2 PRICE AND PAYMENT PROCEDURES 23 24 25 26 2'7 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A A� .,t .,.,.a D�<<m �. 7.,: 1�....,....FT_^FF;_ f'.,,,rY 7 Tlo.---- A. �Ro �� '1 \ TR r F T fF:.. f'.,,,*r..l Tlo.,;..o� �i-, 11 1. .,rL, F..r rl,o D«..;o..+ r �a�iex: � n ..«�, :� aof:,,ea .,� 2n_,.,,io.,a.,.. ,a.,.,� � ....... .... .. .. „»..,......_ .._, ... ��e� 1 \ Tt, 1 .-F .7 .,«.�1 ,,,.,ror;�ir f.,«.,:�l,oa : .,r.7......o . .:�1. +1,:.. Tfo.,, .7 '�i r9�z'�acti-'un�ei ��Yv'icst�l�E'lii2i3��� "1..,11 l,e .,:.i F...- .,� rl.o . « �, 6. mwo o �.;a �t,nli :.,,,�::a�. 1 \ Tr.,FF;.. f�....r.��,l ;:,�,nlnmwatnti�,� p�..���...., »�..... 7\ T„�+..11.,r:.,., �-�i��ee ���� ��e�e�s ���� 2. Portable Message Signs a. Measurement CIT'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 BRICK PAVEMENT REPAIIZ (201412) GGOi-537110-0202007 34 71 13 - 2 TRAFFIC CONTROL Page 2 of 6 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 2� 21 22 23 3 1) Measurement for this Item shall be per week for the duration of use. b. Payment 1) The work performed and materials furnished in accordance to this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per week for "Portable Message Sign" rental. c. The price bid shall include: 1) Delivery of Portable Message Sign to Site 2) Message updating 3) Sign movement throughout construction 4) Return of the Portable Message Sign post-construction Preparation of Traffic Control Plan Details: SUBSIDIARY NO SEPARATE PAY R. �ao .,« 'I \ T A r f fl,' Tt l, 1, T FF' f' t 1 ll r'1 .7 y r r ��� 1\ T1. 1 ,-F .i .,.7 .,to 1��., �t,o.7 , r,7., .=.:ri, tt�:� T�o� Y t, L, l, 17 L. '.i �F r-cci cn�ccii��ii6�G��-PcrE�Eif c�T ..FF;,. !''...,tr.,t Tlor.,;l�� �� e. mt,o o�,:a �t,.,�t �n�,waA; 1\ D .. tl,o T�.,�Ff;.. ('�.�„fr..l Dl.,.,z�+.,:1� 7\ A.71, r !■'+ ..,7 To...,� T�.,,, ,�L�.,`TT..:f..r..� Tr.,ff:.. /'�..,,+..,.i Tlv�,:.. i � lTT� �� ni.« ��. .,,..e .,.,a �.,� �f i• a m �� i� o � , o �i\ T,,....,-....«.,t;.,,, .�f f'�> ,. .,�� .t ............ .._ � .� -�--'------._ 24 1.3 REFERENCES 25 A. Reference Standards 26 1 27 28 29 2 30 3 31 32 Kic] 34 35 36 Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. Texas Manual on Uniform Traffic Control Devices (TMI7TCD). Item 502, Barricades, Signs, and Traffic Handling of the Texas Department of Transportation, Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges. 1.4 ADMI1�tISTRATIVE REQUIREMENTS A. Coordination 1. Contact Traffic Services Division (817-392-7738) a minimum of 48 hours prior to implementing Traffic Control within 500 feet of a trafiic signal. 37 B. Sequencing 38 l. Any deviations to the Traffic Control Plan included in the Drawings must be first 39 approved by the City and design Engineer before implementation. 40 1.5 SUBMITTALS 41 A. Provide the City with a current list of qualified flaggers before beginning flagging 42 activities. Use only flaggers on the qualified list. CIT'Y OF FORT WORTH BRICK PAVEMENT REPAIR (201412) STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS GGOl-537110-0202007 Revised July l, 2011 34 71 13 - 3 'I'RAFFIC CONTROL Page 3 of 6 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 � 23 24 25 26 27 28 29 30 31 32 B. Obtain a Street Use Permit from the Street Management Section of the Traffic Engineering Division, 311 W. 10`�' Street. The Traffic Control Plan (TCP) for the Project shall be as detailed on the Traff'ic Control Plan Detail sheets of the Drawing set. A copy of this Traff'ic Control Plan shall be submitted with the Street Use Permit. C. Traff'ic Control Plans shall be signed and sealed by a licensed Texas Professional Engineer. D. Contractor shall prepare Traffic Control Plans if required by the Drawings or Specifications. The Contractor will be responsible for having a licensed Texas Professional Engineer sign and seal the Traffic Control Plan sheets. E. Contractor responsible for having a licensed Texas Professional Engineer sign and seal changes to the Traffic Control Plan(s) developed by the Design Engineer. F. Design Engineer will furnish standard details for Traffic Control. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [ox] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 ASSEMBLIES AND MATERIALS A. Description l. Regulatory Requirements a. Provide Traffic Control Devices that conform to details shown on the Drawings, the TMUTCD, and TxDOT's Compliant Work Zone Traffic Control Device List (CWZTCDL). 2. Materials a. Trafiic Control Devices must meet all reflectivity requirements included in the TMUTCD and TxDOT Speciiications — Item 502 at all times during construction. b. Electronic message boards shall be provided in accordance with the TMITTCD. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFTCA'I'ION DOCUMENTS Revised July 1, 2011 BRICK PAVEMENT REPAIR (201412) GGO1-537110-0202007 . 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. 34 71 13 - 4 TRAFFIC CONTROL Page 4 of 6 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. 11 B. Install Traffic Control Devices straight and plumb. 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 C. Do not make changes to the location of any device or implement any other changes to the Traff'ic Control Plan without the approval of the Engineer. l. Minor adjustments to meet field constructability and visibility are allowed. D. Maintain Traffic Control Devices by taking corrective action as soon as possible. l. Corrective action includes but is not limited to cleaning, replacing, straightening, covering, or removing Devices. 2. Maintain the Devices such that they are properly positioned, spaced, and legible, and that retroreflective characteristics meet requirements during darkness and rain. E. If the Inspector discovers that the Contractor has failed to comply with applicable federal and state laws (by failing to furnish the necessary flagmen, warning devices, barricades, lights, signs, or other precautionary measures for the protection of persons or property), the Inspector may order such additional precautionary measures be taken to protect persons and properiy. F. Subject to the approval of the Inspector, portions of this Project, which are not affected by or in conflict with the proposed method of handling traffic or utility adjustments, can be constructed during any phase. G. Barricades and signs shall be placed in such a manner as to not interfere with the sight distance of drivers entering the highway from driveways or side streets. H. To facilitate shifting, barricades and signs used in lane closures or traffic staging may be erected and mounted on portable supports. 1. The support design is subject to the approval of the Engineer. I. Lane closures shall be in accordance with the approved Traff'ic Control Plans. J. If at any time the e�sting traffic signals become inoperable as a result of construction operations, the Contractor shall provide portable stop signs with 2 orange flags, as approved by the Engineer, to be used for Traffic Control. K. Flaggers CTTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 BRICK PAVEMENT REPAIR (201412) GGOl-537110-0202007 34 71 13 - 5 TRAFFIC CONTROL Page 5 of 6 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 3.4 1. Provide a Contractor representative who has been certified as a flagging instructor through courses offered by the Texas Engineering Extension Service, the American Traffic Safety Services Association, the National Safety Council, or other approved organizations. a. Provide the certificate indicating course completion when requested. b. This representative is responsible for training and assuring that all flaggers are qualiiied to perform flagging duties. 2. A qualiiied flagger must be independently certified by 1 of the organizations listed above or trained by the Contractor's certified flagging instructor. 3. Flaggers must be courteous and able to effectively communicate with the public. 4. When directing traffic, flaggers must use standard attire, flags, signs, and signals and follow the flagging procedures set forth in the TMUTCD. 5. Provide and maintain flaggers at such points and for such periods of time as may be required to provide for the safety and convenience of public travel and Contractor's personnel, and as shown on the Drawings or as directed by the Engineer. a. These flaggers shall be located at each end of the lane closure. L. Removal 1. Upon completion of Work, remove from the Site all barricades, signs, cones, lights and other Traffic Control Devices used for work-zone traffic handling in a timely manner, unless otherwise shown on the Drawings. REPAIR / RESTORATION [NOT USED] 22 3.5 RE-INSTALLATION [NOT USED] 23 3.6 FIELD [ox] SITE QUALITY CONTROL [NOT USED] 24 3.7 SYSTEM STARTUP [NOT USED] 25 3.8 ADJUSTING [NOT USED] 26 3.9 CLEANING [NOT USED] 27 3.10 CLOSEOUT ACTIVITIES [NOT USED] 28 3.11 PROTECTION [NOT USED] 29 3.12 MAINTENANCE [NOT USED] 30 3.13 ATTACHMENTS [NOT USED] 31 END OF SECTION 32 Revision Log DATE NAME SUMMARY OF CHANGE CiTY OF FORT WORTH BRICK PAVEMENT REPAIR (201412) STANDARD CONSTRUCT'ION SPECIFICATION DOCUMENTS GGOl-537110-0202007 Revised July 1, 2011 34'71 13 - 6 TRAFFIC CONTROL Page 6 of 6 CITY OF FORT WORTH BRICK PAVEMENT REPAIR (201412) STANDARD CONSTRUCT'ION SPECIFICAT'ION DOCLTMENTS GGOl-537110-0202007 Revised July 1, 2011 :�; TION ANC � _ . - LIC WORKS .� ` � .;. ��Q�. ��. _.. _L._ ._ . �__ ""� MBE REQUIRED DOCUMENTATION RECEIPT Official Date and Time Bid Date: ': t'; :a �i -��� -��„ ;� � ��� �;���, � Pro'ect Name: �� �� �`� � Project Manager: �� ,�- a�� � � � Forms Submitted Bv Name: � Company: Forms Received Bv: i Name: D/M/WBE HFDB49303Y0512 and Small 8usiness Enterprise \ Grass Establishment • Erosian Cantrol � Wetland Development • Mitigation ��iotechnical Embankment � July 1, 2014 City of Fort Worth Minority/Women Business Enterprise 1000 Throckmorton Street Ft. Worth, TX 76102 RE: Brick Pavement Repair (2014-12); Project # 537110-0202007 To whom it may concern: The project mentioned above consists of removing and replacing brick pavers in downtown Fort Worth. The work involved within this project is primarily labor intensive, in which we perform all in house. It would cost us more to sub out this type of work. There are supplies needed but very limited. We did make a Good Faith Effort in reaching out to the MBE firms below to supply us with the items we could possibly use but we won't need the dollar amount of supplies to meet the 11% MBE goal for this project. There are three areas of supplies needed: Portland cement, redimix concrete, and sand. We contacted via phone and email the below firms to discuss the project, supplies, and pricing. If you have any questions or concerns, please feel free to contact me. Thank you, ��a �-(,i�.e.V� rr,,�.,� Stacy GeYgenmiller Project Manager m � I L� ' �_ l 24�1 Handley Ederville Road • Fart Worth • Texas � 76118 Tel: 817.577.9299 • Faz: 817.577.9331 • Web: www.greenscaping.cnm �� Company Name Material Date Contacted Phone Number Response Supplied Cow Town Redi Redimix 6/10/14 817-759-1919 We work with Mix Concrete Cowtown on numerous projects, and they will supply us with redimix, there is just not enough within the contract to cover the goal. EJ Smith Supply Portland Cement 6/10/14 469-206-7733 You will find their pricing page, they are high on Portland cement, we can buy at Home Depot or Ram tool cheaper. In addition they want us to buy in bulk, we buy as needed. Earth Haulers Delievery of 6/10/14 817-540-2777 We will continue to Inc. Sand to yard for use them as needed pavers on this project; just not enough sand is needed to reach the goal. Larry Rambo Delivery of Sand 6/10/14 817-821-3704 Their haul fees were Trucking higher than Earth Haulers � 24�1 Handley Ederville Road • Fort Worth • Texas • 76118 Tel: 817.577.9299 • Fax: 817.577.9331 • Web; www.greenscaping.cam ATTACHMENT1A � i' Page 1 of 4 FO� U�RT,H City of Fort Worth MBE Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime C• reert i n , LI� MNV/DBE NON-M//WDBE PROJECT NAME: BID DATE �ri c1� � ��2 0�� �r � 20 � 4-► 2 � � 2 co � � 4 City's MBE Project Goal: Prime's MBE Project Commitment: PROJECT NUMBER i % % '1I D� 2.1�200'1 Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being 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. Marketplace is the geographic area of Tarrant, Dallas, Denton, Johnson, Parker, and Wise counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered 1st tier, a payment by a subcontractor to its supplier is considered 2"d tier ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. �� Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. If hauling services are utilized, the prime will be given credit as long as the MBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from another MBE firm, including MBE owner-operators, and receive full MBE credit. The MBE may lease trucks from non-MBEs, including owner-operators, but will only receive credit for the fees and commissions earned by the MBE as outlined in the lease agreement. Rev. 5/30/12 F��n�r �Vo�z�rx � J � � � � � � � � � ' � �� !-� i ATTACHMENT 1 A Page 2 of 4 Primes are required to identifyALL subcontractors/suppliers, regardiess of status; i.e., Minority and non-MBEs. MBE firms are to be listed first, use additional sheets if necessary. If a subcontractor/supplier is identified as an SBE, please attach a copy of the firm's SBE certification if they have not previously registered with the City's M/WBE Office, which may be contacted for verification. Please note that onl certified MBEs will be counted to meet an MBE oal. Attach N NCTRCA Certificate n SUBCONTRACTOR/SUPPLIER T Detail Detail Company Name i Subcontracting Supplies Dollar Amount Address e M W S M Work Purchased Telephone/Fax r e e B B E E E E C.OvJ-�"fl W 1--� I�ed i M 1 X ,.3�� oi 3e.w,leh�r., P��� • Cc�nc�e�l-� Fk .1iJ or}-h � `1� �l l� ►1 ► g►-t--15q-Iq►q �� � (p00t�.00 ��`1-� sq -1 �I l., CFo.x Earkh �I au) erS l i�uu Mos�Crva.l�ty l�� �Ia�► o� �}. I lora-h, "i'X i la 040 � � S�d ,3 �00 � 0� ���-54u-2��� �► 7 - 511 • �I-32_I C.�aX hloMe aep�-I- Me�� �� � � a�r-I-la.�d �000 - 00 C�r� e,r�-�' �a►.n I oo I -Da► � as , -r%( � � M is G . ��5.�, Jr.�r�d . 0 C� �PP 1i� S ❑❑ ❑ ❑ ❑ Rev. 5/30/12 FORT�VORTH � ATTACHMENT1A '��%—�) �— � ij N ,j • Page4of4 . �, ,1 r; U I Total Dollar Amount of MBE Subcontractors/Suppliers $ DO • D D Total Dollar Amount of Non-MBE Subcontractors/Suppliers � I I, OL�• DO TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS � . (�� ��I The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office through the submittal of a Request for Approval of Change/Addition form. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shali 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 bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a materiai 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. rize ignature �J ► ce n�r s; c,I P.Y, + Title C. E�re ri S a�i �n a LP Company Name 2�-0 � �-lo„�.d IP� �dc►��I IP ��. Address �d . �nL or�(., `TX 'l LQ I ► Q� City/State/Zip C�r�is S• C �ree,� Printed Signature Contact Name/Title (if different) a;�-s��� q2a�/ ���- ��1�-�331 Telephone and/or Fax (� ree.�n (� a re�r� Sr a,� i�c� .� n►.� E-mai Address ��Iz�i i4 Date Rev. 5/30/12 I� t- F�RT WORTH ATTACHMENT 1B �' - � — �i , (> . ,,� Page 1 of 1 City of Fort Worth Prime Contractor Waiver Form Failure to complete this form in its entirety and be received by the Manaainq Department on or before 5•00 p m five (5) Citv business days after bid openinq, exclusive of the bid opening date, will result in the bid being considered non-responsive to bid specifications. Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this NO project, this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. NO The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) on this contract, the payment therefore and any proposed changes to the original MBE(s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the 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 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. re ��cP �rPsid�r�� Title � C-�P�ar�ina , l� Company Name 2�1 Nrar,�ilP� Er� Yvil l� Address F-� �� o��4-Ir, � TX 'I lD I I�B City/SLate/Zip �,�r+�s J • E�ee� Printed Signature Contact Name (if different� Pho�ne Number�_ �2� �Fax NU �, 5��- `�33 � Cq1'� (P' Oi�'' Y1SCA.h�� 0 Email Ad�iress C�-�-Z-�� 1�4 Date Rev. 5/30/12 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 1C. This form is only applicable if �th answers are yes. '���-�)�- I � ��, , ; �, FD RT V�O RT H City of Fort Worth ,� t, ATTACHMENT 1 G � Page 1 of 3 If the OfFeror did not meet or exceed the MBE subcontracting goal for this project, the OfFeror must complete this form. 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 it being submitted to and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity for the completion of this project, regardless of whether it is to be provided by a MBE or non-MBE. (DO NOT LIST NAMES OF FIRMS On all projects, the Offeror rnust list each subcontracting and or supplier opportunity regardless of tier. (Use addifional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities -i� rvi -� 0.� ' r1C Rev. 5/30/12 MBE Good Faith Effort Form 07-02-�� Prl:S� (,'; ATTACHMENT 1C Page 2 of 3 2.) Obtain a current (not more than two (2) months old from the bid open date) list of MBE subcontractors and/or suppliers from the City's M/WBE Office or the City's website. Yes Date of Listing No 3.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? ❑ 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, ep rson 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 andlor "undeliverable message" documentation may render the GFE non- responsive.) ❑ No NOTE: The four methods identified above are acceptable for soliciting bids, and each selected method must be applied to the applicable contract. The Offeror must document that either at least two attempts were made using two of the four methods or that at least one successful contact was made using one of the four methods in order to be deemed responsive to the Good Faith Effort requirement. NOTE: The Offeror must contact the entire MBE list specific to each subcontracting and supplier opportunity to be in compliance with questions 3 through 6. 7.) Did you provide plans and specifications to potential MBEs? Yes _No 8.) Did you provide the information regarding the location of plans and specifications in order to assist t e MBEs? Yes No I �, Rev. 5/30/12 �7-0?- � � I',i� ;-,,, ,� �; ATTACHMENT1C Page 3 of 3 9. Did you prepare a quotation for the MBEs to bid on goods/services 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? _QYes (If yes, attach the information that was not valid in order for the M/WBE Office to address the corrections needed.) �_N o - 11.)Submit documentation if MBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the MBE was rejected and any supporting documentation the Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Offeror will provide for confidential in-camera access to and inspectian of any relevant documentation by City personnel. (P/ease use addifional sheets, if necessary, and attach.) Compan Name Tele hone Contact Person Sco e of Work Reason for Re'ection � lsq - Zola - SuVP►y l�o�'�FlO�r� �\ I-� h ar� ADDITIONAL INFORMATION: �hea��'" ✓cnd o r. Please provide additional information you feel will further explain your good and honest efforts to obtain MBE participation on this project. � wor4c. ��,i �� is P�oj�s�i� p�-��c�,-��� lo�l-�o►� '��iP�n�,�P . 1F �nv �S �P� rnC l� i r� I�r� X� • � i�AC �PGi OI�F �i0 �i�r,��-�j[�j�nY�✓i Dv S � c�r�li'V'QLn O�rt d�-l� t� �,,� i I I o�ss i s+ ��+1�, v�n c�c-�'�►�a,l c�.s r�e2d ed �Cx +l-�c �j «'�". 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 � L 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 Rev. 5/30/12 )'7-�J2- � � �rr ;. : 3� Gi.�'. ATTACHMENT 1C Page 4 of 3 con�ract and may re�u14 in a determinaiion o�' an irresponsible of�eror and ciebarment from pariicipa�ing in City work for a period of fiime not less than one (1) year. The undersigned cerfifies that fhe information provided and �he Ni�E(s) li�ted was/wrer� contacted in good faith. If is understood that any N1BE(�) listed in Atiachment 1C vvill be contac�ed and the reasons for not using them will be verified by ihe Ci�y'� fl�/ViI�E Office. ���r�i� I � C—�re�,r� orized 5ignature Printed Signature Vir� I�r cialnri�" Title C C re@ n i n l 1� Company Name 2 4-C� I(-� o,nd l.r �I �tl.� rv► I� P-Gi- Address i-�- • 1�I o�r�-h ,`TX 1 l� I I P� Cify/StatelZip Contact Name and Title (if different) PI�1- S�I`�1-q2q�j d17-.5"1`I-933/ Phone Number Fax f�umber �ra,.r�P.e�� a�eP�sca����. coM EmaiYAddress ( D � 2.. �0 � ��1 Date �— Rev. 5/30/12 ��T ���� Name of Cit,y project: l. Joint ��enture infoi•matiou: Joint Vent�u�e Name: Joint Veuture Address: (1 f nppliccrble) Telephoue: Ccllular: CITY OF FORT WORTH IVI�E Joint �entu�e Eli�ibility F'orm All qrrestions t�rusf he an.rivered; rrse "N/A" ij�not a��plicablc. Ajoint Fa.csimile Conn mIist be completed on RFP/BidlPurchasi E-mail address: Joint Venture Page 1 of 3 Identify the frms that comprise tl�e joint venture: Please attach extra sheets if additional space is required to provide detai/ed explanations of worl< to be performed by each firm comprising the joint venture ]b�B� firm Non-n�iBE firm name: name: Business Address: Btisiuess Address: City, State, Zip: Cit , State, Telephone Facsimila E-mail elephoiie Facsimile Cellular Cellular Ccrtification Status: E-mail address Name of Cei•tifyi�►g Agency�: 2. Sco e of �vork erformed b3� the Joint Venttn•e: Desci•ibe the sco e of �vorlc of tlte MBE: Describe the sco e of �vorlc of the non-n4BE: Rev. 5/30/12 Joint Venture Page 2 of 3 3. What is the perceutage of IVIBE participation on this joint vent�rre thaf ,you �vish to be c�ounted to�vard meeting the project goal? 4. Attach a copy of the joint venture agreement. S. L,ISi COIrip011CiltS Of O�i'[lCl'S�11j) Of �Olrii V811i111'8: (Do no! complele if t/ais i�tfor�nru11o�2 is de,�•cribed in joint i�enRn�e agree�y�eill) Profit and loss shariug: Capital contributions, including ec�uipment: Other applicablc o�vncrship intcrests: 6. Ideutif,y by name, race, se4 and �rm those indi��iduais (with titles) �vho are responsible for the day-to-day management aud decision making of the joint venture: Financial decisions (to include Accoimt Payabie and Receivable): Managernent decisious: a. Estimating b. Marlceting and Sales c. Hiring and Firiug of management personnel d. Furchasing of major eqnipnlent and/or supplies Supeivision of field operations The City's Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the 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 originaily approved information, then the participants must inform the City's M/WBE Office immediately for approvai. 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 BDE Ordinance. Rev. 5/30/12 Joint Venture Page 3 of 3 AFFIDAVIT The undersigned affirnzs that the foregoing statements are true and correct and include all i�aterial inforination necessaiy to iclentify and explain the tei7ns anci operation of the joint venture. � Furthermore, the tmdersigned shall agree to provide to t11e joint ventui•e the stated scope of work, decision-malcing responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessaiy to determine if the joint venttu•e is eligible. Failure to cooperate anci/or provide requested information within the tiine specified is grounds for termination of the eligibility process. � The �uldei•si�led �gree to permit audits, interviews �With owners and exaniinatiou of the boolcs, records aild files of the joint ventnre by any aiithorized representatives of tlle City of Fort Worth. Failure to comply ���ith this provisioil shall result in the terinination of any contract, �vhich may be awarded under the provisions of this joint ventiu-e's eligibility aud may initiate action tuider Federal, State and/or Loca1 laws/ordinances coucernuig false statements or �villfill misrepresentatiou of facts. -- ------------------------------------------- ---------------------------------- - -------�--�-------------�------�-----------------�---------------------------�---�----------------------- Nan�e of MBE firm Name ofi�on-�7BE iirm Printed Name of Owner Printed Name of O���ner Sien�ture oT Owner Signature of ���i�er Printed Name of Owner Printed ' me of O���ne Sienatm�e of Owner Sigi� ure of O��mer Title iUe Date Date State of On this to me personally lcno��n and who, being duly properly authorized to execute this affidavit � Notary Public Print Nante Notary Public s��„�i���� COIT111llSSlOri E]Cl�ll'eS _ Notarization y of Couuty of before me appeared orn, c�ti eYecut�the foregding affidavit and did state that they were did so as their ree act and deed. (sca7) ; Rev. 5/30/12 'To: Greenscaping 2401 Handley Fort Worth, TX 76118 Prove: B17-577-922 9 x 102 Fax: 817-577-9331 EJ Smith Supply Company, LLC in6 Melia Avenue, eulie 102 Dallas, TX 75216 Office 469 2D6.7733 Fax 214_942 6741 Quote # 14-003 aifianlran Darla Loucks Mout" by:: manse HaOuas Item Prsduat f Daaerirr4ron GEN Walt IJstt Pries Extorted Print 1 Z4x16YP 1 EA 3 0-19 3 0.19 2 Za6x14" YP 1 EA 5 13.13 3 13.13 3 2x12x16' VP 1 EA 5 30.58 3 30.58 4 4x2x 14 BB-PMNForrm 1 SI-T 5 4200 3 42.00 5 Hart3M Tekk l'rak#te+t suspension 1 EA 5 11 3 11.98 8 Safe4.M Vest 3M Reflective 1 EA 5 14.38 5 14.36 7 Safety Glasses 1 EA 5 900 3 9.00 . 8 PaPiestcoe 4"x87 x 4&irnrn 1 EA 5 0.59 3 0.59 9 #3 Rebar 20' 1 EA 5 4.08 5 4.06 10 Ii4 Rebar 20' 1 EA $ 7.20 5 7.20 11 T' oe I II Portland Cement 92.5 Iwttac 1 EA 5 10.74 3 10.74 12 Sand 50# bacxs 1 EA 5 4.30 3 4.30 13 5 - 3 - 14 5 3 - Prlaie6 K good for SO day from data of gvo#a Prlaing Is Net 20 day Build", quantities would recline the unit ood 2013 PREVAILING WAGE RATES (Commercial Construction Projects) CLASSIFICATION DESCRIPTION AC Mechanic AC Mechanic Helper Acoustical Ceiling Installer Acoustical Ceiling Installer Helper Bricklayer/Stone Mason Bricklayer/Stone Mason Trainee Bricklayer/Stone Mason Nelper Carpenter Carpenter Helper Concrete Cutter/Sawer Concrete Cutter/Sawer Helper Concrete Finisher Concrete Finisher Helper Concrete Form Builder Concrete Form Builder Helper Drywall Mechanic Drywall Helper Drywall Taper Drywall Taper Helper Electrician (lourneyman) Electrician Apprentice (Helper) Electronic Technician Floor Layer Floor Layer Helper Glazier Glazier Helper Insulator Insulator Helper laborer Common Laborer Skilled Lathe r Metal Building Assembler Metal Building Assembler Helper Metal Installer (Miscellaneous) Metal Installer Helper (Miscellaneous) Metal Stud Framer Metal Stud Framer Helper Painter Painter Helper Pipefitter Pipefitter Helper Plasterer Plasterer Helper Piumber Plumber Helper Reinforcing Steel Setter Wage Rate $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 25.24 13.67 16.83 12.70 19.45 13.31 10.91 17.75 14.32 17.00 11.00 15.77 11.00 15.27 11.00 15.36 12.54 15.00 11.50 19.63 15.64 20.00 18.00 10.00 21.03 12.81 16.59 11.21 10.89 14.15 12.99 16.00 12.00 13.00 11.00 16.12 12.54 16.44 9.98 21.22 15.39 16.17 12.85 21.98 15.85 12.87 Page 1 of 2 APPENDIX A: STREET LOCATIONS BRICK PAVEMENT REPAIR (2014-12) BLK LIMIT STREET NAME STREET LIMITS Mapsco SY I 3380 - 4599 CAMP BOWIE BLVD 100 FT E. OF BOLAND ST - HULEN ST 76A 800 4600 - 5299 CAMP BOWIE BLVD HULEN ST - PREVOST ST 75F 800 100 - 999 MAIN ST E. WEATHERFORD ST - W. 9TH ST 77A 500 2400 - 2499 N. MAIN ST NW 24TH ST - NW 25TH ST 62G 100 2300 - 2449 PACKERS AVE NE 23RD ST - E. EXCHANGE AVE 62G 100 TOTAL 2,300 4' 44� 61" 2 _ � ,� 12 � � �� � � 1 �� _ �4 � ����� � �. � � � 3" 3' PI"O�eCt It�e � ,,, � 4' 81 �� 2 i 2" 22" • � Contractor: ontractor's Name 12�� Questions on this Project Call: 12�� (817) 392 - XXXX �2° After Hour� Cail: (817) 392 - XXXX R1" TYP. FONTS: FORT WORTH LOGO IN CHELTINGHAM BOLD ALL OTHER LETTERING IN ARIAL BOLD COLORS: FORT WORTH - PMS 288 - BLUE LONGHORN LOGO - PMS 725 - BROWN LETTERING � PMS 288 � BLUE BACKGROUND - WHITE BORDER-BLUE 1 " TYP. 3" ,�, 2 12" ,,, 1" 22�� NOTES: IF APPLICABLE TO THE PROJECT, CONTRACTOR SHALL OBTAIN VINYL STICKER "CITY GAS LEASE REVENUE IN ACTION" / LOGO AT CDR SIGN AND ENGRAVING, 6311 EAST LANCASTER AVE (817-451-4684), PEEL AND PLACE IN FUNDING SECTION. PROJECT DESIGNATION SIGN 1 EXISTING ROADWAY DAMAGED BRICKS AS DETERMINED BY THE ENGINEER IN THE FIELD TO BE REPLACED WITH FULL BRICKS TO ORIGINAL DESIGN AND AS PER SPEC SAWCUT REINFORCING PER SPECS. AWCUT • / • • 1 • NOT TO SCALE 1 1 1 1 1 1 1 1 I 1 1 • -------------------------- --�•------------------------- ,--------------------------• ;e= 6/30/00 EXISTING 6" / CONCRETE BASE TO BE REPLACED WHERE REQ'D BY ENGINEER AND AS PER SPEC SECTION FORTWORTH CITY OF FORT WORTH. TEXAS TRANSPORTATION/PUBLIC WORKS ENGINEERING DIVISION TYPICAL PAVEMENT SECTION REPAIR - BRICK SURFACE & REINFORCED CONCRETE BASE *Drawing Name: brickreptace.dgn CURB/ GUTTER FE: 7/10/00 PLAN 2-1/4" THICK BRICK PAVERS SEALED 1/2 " \ EXPANSION i CURS/ JOINT JOINT\ \\ / JOINT GUTTER t--C-"CnCDG T • :: • r =CS= / • _ ;•• �1� 1" MORTAR BED e -_.-.�_ I 4" REINFORCED CONC. %� -- —`t—', BASE SLAB •3 IQ O.C.B.W. OR APPROVED IONSUB-• APPROX. LOCATION OF GRADE EXISTING CONDUITS FDR SECTION STREET LIGHTING AND SPRINKLERS i DAMAGED BRICKS AS DETERMINED BY THE ENGINEER T IN THE FIELD TO BE REPLACED WITH FULL BRICKS TO ORIGINAL DESIGN AND AS _ ; PER SPEC v i WIDTH INSIDE OF CURB TO BUILDING OR ADJOINING • SIDEWALK VARIES (GENERALLY 16'-6") TYPICAL SLOPE Y4"/1' DAMAGED AREA ' TO BE REPAIRED SEALED �/Z' % SAWCU SAWCUT EXPANSION • 7 ••: • rr 4 a - NOT TO SCALE ADJOINING BUILDING OR SIDEWALK SLAB FORTWOIZTH TYPICAL SECTION REPAIR BRICK SIDEWALK CITY OF FORT WORTH, TEXAS . TRANSPORTATION/PUBLIC WORKS ENGINEERING DIVISION DRAWING NAME; BRICKSIDEWALK.DGN