Loading...
HomeMy WebLinkAboutContract 52597City S=Cftry FORTWORTH Const motion Project manage C®N`l-RAM NO. — CONTRACT FOR THE CONSTRUCTION OF 2019 Asphalt Pavement Crack Seal City Project No.102114 Betsy Price Mayor David Cooke City Manager Steve Cooke Director, Transportation and Public Works Department Prepared for The City of Fort Worth TPW 2019 �+ s • / . ................� r 1. NUSRALLAH 68823 JUL 29 2D�g OFFICIAL RECOM 00 00 00 -1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 3 SECTION 00 00 00 TABLE OF CONTENTS Division 00 _ General Conditions 00 0S 10 Mayor and Council Communication 09 05 i5 0011 13 Addenda Invitation to Bidders 0021 13 Instructions to Bidders 0032 15 Construction Project Schedule 0032 15.1 Construction Project Schedule Baseline Example 00 32 15.2 Construction Project Schedule Progress Example 0032 15.3 Construction Project Schedule Progress Narrative 00 32 15.4 Construction Project Schedule Submittal Process 0035 13 Conflict of .Interest Affidavit 0041 00 Bid Form ;00 42 43 Proposal Form Unit Price 0043 13 Bid Bond 004337 Vendor Conpliance to State law Non resident Bidder. 0045 11 Bidders Prequalifcation 0045 12 Prequalification Statement Application 00 45 26 Contractor Compliance with Workers' Compensation 00 45 40 Law Minority Business Enterprise Goal 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 0061 25 Certificate of Insurance 007200 General Conditions 0073 00 Supplementary Conditions Division 01 - General Requirements 01 11 00 Summary of Work 012500 Substitution Procedures 01 31 19 Preconstruction Meeting 0131 20 00132-16 Project Meetings hedc l 01 3233 CoftstrHC440 Progress So Preconstruction Video 0133 00 Submittals 01 35 13 Special Project Procedures 014523 Testing and Inspection Services 01 50 00 Temporary Facilities and Controls 015526 Street Use Permit and Modifications to Traffic Control 0157 13 Storm Water Pollution Prevention Plan 0158 13 Temporary Project Signage l 01 60 00 Product Requirements 01 66 00 Product Storage and Handling Requirements 01 70 00 Mobilization and Remobilization CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised February 2, 2016 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 3 01 71 23 Construction Staking and Survey 01 71 23.16.01 Survey Staking Standards 01 74 23 Cleaning 01 77 19 Closeout Requirements 01 78 23 Operation and Maintenance Data 01 7839 Project Record Documents Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 32 - Exterior Improvements 32 1273 Asphalt Paving Crack Sealants Division 34 - Transportation 3471 13 Traffic Control Appendix GC-6.06.13 Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates SD-1.00 Standard Details GN-1.00 General Notes pQ-1 00 Project Quantities MT-1 00 Project Map END OF SECTION CITY OF FORT WORTH 2019 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised February 2, 2016 M&C Review Page I of2'. oftmr slEn.or lie (Jty nd Fut ftth, TEK05 CITY COUNCIL AGENDA FORTWORTH Ir— COUNCIL ACTION. Approved on 612512019 REFERENCE '„ 2019 ASPHALT PAVEMENT` DATE: r 25f 019 NO.: -195 7 LOB NAME: IE: CRACK SEAL ODE: G TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Amthorize Execution of a Contract with Curtco, Inc., in the Amount of $ 8a,000.00 I-cr Asphalt Pavement Crack Seal (ALL. COUNCIL DISTRICTS) RE 014f MI;NDAMN: It Is recommended that the City Councli authorize the eXecUtion of a contract with Curtco, Inc,, In the amourxt of $285,000.00 for 2019 Asphalt Pavement Crack Seal along varlous roads as provldad on the attached project Ilst. DISCUSSION: In the Fiscal Year 2019 Pay -too Contract Street Maintenance Program, various types of street maintenance we grouped Into specific contract packages. The 2019 Asphalt Pavement crack seal contract provides for the application of crack sealing along various meals as shown on the attachment (City Project No. 10 114). Work for this project is expected to stark apprcxlmatety August 2019 and to be completed by appruxlrnately October 2019. Upon completion of the project there will be no anticipated Impact -on the general fund operating budget- Tlils project was advertised for bld on May 02, 2019 and May OS, 0 19 In the Fort Worth Star- Tale-grom, On May 30, 2019, the following bids were received - Bidders Amount Ctart�;o, Inc. $285.000.00 reenpak Solutions $297,9GO-00 MIVVFJE OFFICE — Ourtc0, tnc. is in cw nptiarice wIlh the C Ity's 6DE Ordinance by dccumeMing goad faith eff Oft. Curtco, Inc. identified several subcontracting and supplier opporlun7ities. However, Lhe firms contacted in the areas identified did not respond of slid not submit the lowest olds. The City's MBE goal on this project Is 5\%, The City reserves the right to Increase or decrease quantities of iridIvidual pay Items within the oontrarrt provided that the total contifact amount remains within plus or minus 25 percent of the contract award. FISCAL INFORMATIONICER III ATION: The Director of Finance certll-nes that upon approval cf the above recommendation, funds wIll be available In the current capital budget as appropriated of titre General capital Projects fund. TO _ Fund ram Activity"] Budget I kefarence #q I Amount — Ifs ID Year. —I jarifield 2) 1 _ ht-tp://apps, c Fw not.org/eouncil--packe11 mc_review,asp?M 7136-&councildaie=6125/2019 71112019 &C Revim Page 2 of � FROM _ Fund Departmant Account Project Program Ac#lvlty[�,Ud;gifl F�[�feer�nce#ID �ID �l �Cherttleid ) Submitted for Q tty„Manaer's 9ffice y: 0ri q ina]in 9 Da partme+rnt Head. - Additional Information �gntaet: ATTACHMENT Susan Ala nis (8180) Start Coolie (5134) Steve Cooke (134) Projectguan(ii 2Ql, , lgjp tplt Crack Bealitlgldggx http:llapps. fwnet.arglcotincil_packetlmc_review. ?B —2713G eouncildnte=612512019 7!] 12019 00 11 13-1 INVITATION TO BIDDERS Page I of 2 1 SECTION 00 1113 2 INVITATION TO BIDDERS 3 RECEIPT OF BIDS 4 Sealed bids for the construction of 2019 Asphalt Pavement Crack Seal CLtE Project Number 102114 will 5 be received by the City of Fort Worth Purchasing Office- 6 7 City of Fort Worth 8 Purchasing Division 9 200 Texas Street 10 Fort Worth, Texas 76102 11 until { 1:30 P.M. CST, Thursday, May 30, 2019), and bids will be opened publicly and read 12 aloud at 2:00 PM CST in the Council Chambers. 13 14 GENERAL DESCRIPTION OF WORK 15 The major work will consist of the (approximate) following: 16 10, 000 GA Hot pour or Cold pour Crack seal 17 18 DOCUMENT EXAMINATION AND PROCUREMENTS 19 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 20 of Fort Worth's Purchasing Division website at http://www.fortworthtexas.gov/purchasing~/ and 21 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The 22 Contract Documents may be downloaded, viewed, and printed by interested contractors and/or 23 suppliers. The contractor is required to fill out and notarize the Certificate of Interested 24 Parties Form 1295 and the form must be submitted to the Project Manager before the 25 contract will be presented to the City Council. The form can be obtained at 26 https://www.ethics.state.tx.us/filinginfo/l295/. 27 28 Copies of the Bidding and Contract Documents may be purchased from 29 Nikki McLeroy, 817-392-8363, City of Fort Worth, Transportation and Public Works, 200 Texas 30 St. Fort Worth, TX 76102 31 32 The cost of Bidding and Contract Documents is: $30.00 33 34 PREBID CONFERENCE 35 A prebid conference may be held as described in Section 00 21 13 - INSTRUCTIONS TO 36 BIDDERS at the following location, date, and time: 37 DATE: Tuesday May 14, 2019 38 TIME: 10.00 AM 39 PLACE: Transportation and Public Works, Street Services, 5001 .lames Avenue, Suite #: 40 201, Fort Worth, Texas 76115 41 LOCATION: Room no. 209 42 43 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 44 City reserves the right to waive irregularities and to accept or reject bids. 45 46 INQUIRIES 47 All inquiries relative to this procurement should be addressed to the following: 48 Attn: Shammi Rahman, City of Fort Worth 49 Email: Shammi.Rahman@fortworthtexas.gov CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised December 22, 2016 Phone: 817-392-6792 ADVERTISEMENT DATES May 02, 2019 May 09, 2019 END OF SECTION 001I I3--2 INVITATION TO BIDDERS Page 2 of 2 CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised December 22, 2016 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 2113 INSTRUCTIONS TO BIDDERS 1. Defined Terms 002113-1 INSTRUCTIONS TO BIDDERS Page 1 of 10 1.1. Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 00 - GENERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3, Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making copies of Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a Iicense or grant for any other use. 3. Prequalification of Bidders (Prime Contractors and Sub ontracators) OMITED CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 21, 2015 2019 Asphalt Pavement Crack Sea] 102114 0021 13-2 INSTRUCTIONS TO BIDDERS Page 2 of 10 35 36 37 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 38 39 4.1. Before submitting a Bid, each Bidder shall: 40 41 4.1.1. Examine and carefully study the Contract Documents and other related data 42 identified in the Bidding Documents (including "technical data" referred to in 43 Paragraph 4.2. below). No information given by City or any representative of the 44 City other than that contained in the Contract Documents and officially 45 promulgated addenda thereto, shall be binding upon the City. 46 47 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and 48 site conditions that may affect cost, progress, performance or furnishing of the 49 Work. 50 CITY OF FORT WORTH 2019 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised August 21, 2015 002113-3 INSTRUCTIONS TO BIDDERS Page 3 of 10 1 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 2 progress, performance or furnishing of the Work. 4 4.1.4.0WITED 5 4.1.5. Study all: (i) reports of explorations and tests of subsurface conditions at or 6 contiguous to the Site and all drawings of physical conditions relating to existing 7 surface or subsurface structures at the Site (except Underground Facilities) that 8 have been identified in the Contract Documents as containing reliable "technical 9 data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, 10 at the Site that have been identified in the Contract Documents as containing 11 reliable "technical data." 12 13 4.1.6. Be advised that the Contract Documents on file with the City shall constitute all of 14 the information which the City will furnish. All additional information and data 15 which the City will supply after promulgation of the formal Contract Documents 16 shall be issued in the form of written addenda and shall become part of the Contract 17 Documents just as though such addenda were actually written into the original 18 Contract Documents. No information given by the City other than that contained in 19 the Contract Documents and officially promulgated addenda thereto, shall be 20 binding upon the City. 21 22 4.1.7. Perform independent research, investigations, tests, borings, and such other means 23 as may be necessary to gain a complete knowledge of the conditions which will be 24 encountered during the construction of the project. On request, City may provide 25 each Bidder access to the site to conduct such examinations, investigations, 26 explorations, tests and studies as each Bidder deems necessary for submission of a 27 Bid. Bidder must fill all holes and clean up and restore the site to its former 28 conditions upon completion of such explorations, investigations, tests and studies. 29 30 4.1.8. Determine the difficulties of the Work and all attending circumstances affecting the 31 cost of doing the Work, time required for its completion, and obtain all information 32 required to make a proposal. Bidders shall rely exclusively and solely upon their 33 own estimates, investigation, research, tests, explorations, and other data which are 34 necessary for full and complete information upon which the proposal is to be based. 35 It is understood that the submission of a proposal is prima -facie evidence that the 36 Bidder has made the investigation, examinations and tests herein required. Claims 37 for additional compensation due to variations between conditions actually 38 encountered in construction and as indicated in the Contract Documents will not be 39 allowed. 40 41 41.9. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or 42 between the Contract Documents and such other related documents. The Contractor 43 shall not take advantage of any gross error or omission in the Contract Documents, 44 and the City shall be permitted to make such corrections or interpretations as may 45 be deemed necessary for fulfillment of the intent of the Contract Documents. 46 47 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of: 48 CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Sea] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1021 t4 Revised August 21, 2015 0021 I3 - 4 INSTRUCTIONS TO BIDDERS Page 4 of 10 1 4.2. L those reports of explorations and tests of subsurface conditions at or contiguous to 2 the site which have been utilized by City in preparation of the Contract Documents. 3 The logs of Soil Borings, if any, on the plans are for general information only. 4 Neither the City nor the Engineer guarantee that the data shown is representative of 5 conditions which actually exist. 6 7 4.2.2. those drawings of physical conditions in or relating to existing surface and 8 subsurface structures (except Underground Facilities) which are at or contiguous to 9 the site that have been utilized by City in preparation of the Contract Documents. 10 11 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 12 on request. Those reports and drawings may not be part of the Contract 13 Documents, but the "technical data" contained therein upon which Bidder is entitled 14 to rely as provided in Paragraph 4.02, of the General Conditions has been identified 15 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 16 responsible for any interpretation or conclusion drawn from any "technical data" or 17 any other data, interpretations, opinions or information. 18 19 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (i) 20 that Bidder has complied with every requirement of this Paragraph 4, (ii) that without 21 exception the Bid is premised upon performing and furnishing the Work required by the 22 Contract Documents and applying the specific means, methods, techniques, sequences or 23 procedures of construction (if any) that may be shown or indicated or expressly required 24 by the Contract Documents, (iii) that Bidder has given City written notice of all 25 conflicts, errors, ambiguities and discrepancies in the Contract Documents and the 26 written resolutions thereof by City are acceptable to Bidder, and when said conflicts, 27 etc., have not been resolved through the interpretations by City as described in 28 Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate 29 and convey understanding of all terms and conditions for performing and furnishing the 30 Work. 31 32 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated 33 biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by 34 Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract 35 Documents. 36 37 5. Availability of Lands for Work, Etc. 38 39 5.1. The lands upon which the Work is to be performed, rights -of -way and easements for 40 access thereto and other lands designated for use by Contractor in performing the Work 41 are identified in the Contract Documents. All additional lands and access thereto 42 required for temporary construction facilities, construction equipment or storage of 43 materials and equipment to be incorporated in the Work are to be obtained and paid for 44 by Contractor. Easements for permanent structures or permanent changes in existing 45 facilities are to be obtained and paid for by City unless otherwise provided in the 46 Contract Documents. 47 CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised August 21, 2015 0021 13 - 5 INSTRUCTIONS TO BIDDERS Page 5 of 10 1 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed 2 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- 3 of -way, easements, and/or permits are not obtained, the City reserves the right to cancel 4 the award of contract at any time before the Bidder begins any construction work on the 5 project. 6 7 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 8 way, easements, and/or permits, and shall submit a schedule to the City of how 9 construction will proceed in the other areas of the project that do not require permits 10 and/or easements. 11 12 6. Interpretations and Addenda 13 14 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to 15 City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions 16 received after this day may not be responded to. Interpretations or clarifications 17 considered necessary by City in response to such questions will be issued by Addenda 18 delivered to all parties recorded by City as having received the Bidding Documents. 19 Only questions answered by formal written Addenda will be binding. Oral and other 20 interpretations or clarifications will be without legal effect. 21 22 Address questions to: 23 24 City of Fort Worth 25 1000 Throckmorton Street 26 Fort Worth, TX 76102 27 Attn: Shammi Rahman 28 Fax: 817-392-7969 29 Email: shammi.rahman@fortworthtexas.gov 30 Phone: 817-392-6792 31 32 33 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by 34 City. 35 36 6.3. Addenda or clarifications may be posted via Buzzsaw at 37 htt sill ro'ect oint.bu xsaw.coinl ortworth o1�lAdvertisedl1021.14%20- 38 01o202019°1o20As halt%201'avement9o24Crackolo20seal? ublic 39 40 41 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or 42 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 43 Project. Bidders are encouraged to attend and participate in the conference. City will 44 transmit to all prospective Bidders of record such Addenda as City considers necessary 45 in response to questions arising at the conference. Oral statements may not be relied 46 upon and will not be binding or legally effective. 47 48 7. Bid Security 49 CrrY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised August 21, 2015 002113-6 INSTRUCTIONS TO BIDDERS Page 6 of 10 1 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 2 (5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 3 the requirements of Paragraphs 5.01 of the General Conditions. 4 5 7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 6 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 7 Agreement within 10 days after the Notice of Award, City may consider Bidder to be in 8 default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. 9 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 10 other Bidders whom City believes to have a reasonable chance of receiving the award 11 will be retained by City until final contract execution. 12 13 S. Contract Times 14 The number of days within which, or the dates by which, Milestones are to be achieved in 15 accordance with the General Requirements and the Work is to be completed and ready for 16 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 17 attached Bid Form. 18 19 9. Liquidated Damages 20 Provisions for liquidated damages are set forth in the Agreement. 21 22 10. Substitute and "Or -Equal" Items 23 The Contract, if awarded, will be on the basis of materials and equipment described in the 24 Bidding Documents without consideration of possible substitute or "or -equal" items. 25 Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or- 26 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 27 City, application for such acceptance will not be considered by City until after the Effective 28 Date of the Agreement. The procedure for submission of any such application by Contractor 29 and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General 30 Conditions and is supplemented in Section 0125 00 of the General Requirements, 31 32 11. Subcontractors, Suppliers and Others 33 34 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 35 12-2011 (as amended), the City has goals for the participation of minority business 36 and/or small business enterprises in City contracts. A copy of the Ordinance can be 37 obtained from the Office of the City Secretary, The Bidder shall submit the MBE and 38 SBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor 39 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 40 Venture Form as appropriate. The Forms including documentation must be received 41 by the City no later than 2:00 P.M. CST, on the second business days after the bid 42 opening date. The Bidder shall obtain a receipt from the City as evidence the 43 documentation was received. Failure to comply shall render the bid as non- 44 responsive. 45 46 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person 47 or organization against whom Contractor has reasonable objection. 48 49 12. Bid Form 50 CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Sea] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS I02114 Revised August 21, 2015 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 002113-7 INSTRUCTIONS TO BIDDERS Page 7 of 10 12.1. The Bid Form is included with the Bidding Documents; additional copies maybe obtained from the City. 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form signed in ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, written in ink in both words and numerals, for which the Bidder proposes to do the work contemplated or furnish materials required. All prices shall be written legibly. In case of discrepancy between price in written words and the price in written numerals, the price in written words shall govern. 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 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 official 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 21, 2015 2019 Asphalt Pavement Crack Seal 102114 002113-8 INSTRUCTIONS TO BIDDERS Page 8 of 10 1 13. Submission of Bids 2 Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, 3 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 4 addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed 5 envelope, marked with the City Project Number, Project title, the name and address of 6 Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent 7 through the mail or other delivery system, the sealed envelope shall be enclosed in a separate 8 envelope with the notation "BID ENCLOSED" on the face of it. 9 10 14. Modification and Withdrawal of Bids 11 12 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office 13 cannot be withdrawn prior to the time set for bid opening. A request for withdrawal 14 must be made in writing by an appropriate document duly executed in the manner 15 that a Bid must be executed and delivered to the place where Bids are to be submitted 16 at any time prior to the opening of Bids. After all Bids not requested for withdrawal 17 are opened and publicly read aloud, the Bids for which a withdrawal request has been 18 properly filed may, at the option of the City, be returned unopened. 19 20 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 21 time set for the closing of Bid receipt. 22 23 15. Opening of Bids 24 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 25 abstract of the amounts of the base Bids and major alternates (if any) will be made available 26 to Bidders after the opening of Bids. 27 28 16. Bids to Remain Subject to Acceptance 29 All Bids will remain subject to acceptance for the time period specified for Notice of Award 30 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 31 City's sole discretion, release any Bid and nullify the Bid security prior to that date. 32 33 17. Evaluation of Bids and Award of Contract 34 35 17.1. City reserves the right to reject any or all Bids, including without limitation the rights 36 to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids 37 and to reject the Bid of any Bidder if City believes that it would not be in the best 38 interest of the Project to make an award to that Bidder, whether because the Bid is 39 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 40 meet any other pertinent standard or criteria established by City. City also reserves 41 the right to waive informalities not involving price, contract time or changes in the 42 Work with the Successful Bidder. Discrepancies between the multiplication of units 43 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 44 between the indicated sum of any column of figures and the correct sum thereof will 45 be resolved in favor of the correct sum. Discrepancies between words and figures 46 wiIl be resolved in favor of the words. 47 CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised August 21, 2015 0021I3-9 INSTRUCTIONS TO BIDDERS Page 9 of 10 1 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 2 among the Bidders, Bidder is an interested party to any litigation against City, 3 City or Bidder may have a claim against the other or be engaged in litigation, 4 Bidder is in arrears on any existing contract or has defaulted on a previous 5 contract, Bidder has performed a prior contract in an unsatisfactory manner, or 6 Bidder has uncompleted work which in the judgment of the City will prevent or 7 hinder the prompt completion of additional work if awarded. 8 9 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and 10 other persons and organizations proposed for those portions of the Work as to which 11 the identity of Subcontractors, Suppliers, and other persons and organizations must 12 be submitted as provided in the Contract Documents or upon the request of the City. 13 City also may consider the operating costs, maintenance requirements, performance 14 data and guarantees of major items of materials and equipment proposed for 15 incorporation in the Work when such data is required to be submitted prior to the 16 Notice of Award. 17 18 17.3. City may conduct such investigations as City deems necessary to assist in the 19 evaluation of any Bid and to establish the responsibility, qualifications, and financial 20 ability of Bidders, proposed Subcontractors, Suppliers and other persons and 21 organizations to perform and furnish the Work in accordance with the Contract 22 Documents to City's satisfaction within the prescribed time. 23 24 17.4. Contractor shall perform with his own organization, work of a value not less than 25 35% of the value embraced on the Contract, unless otherwise approved by the City. 26 27 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 28 responsive Bidder whose evaluation by City indicates that the award will be in the 29 best interests of the City. 30 31 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award 32 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 33 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 34 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 35 comparable contract in the state in which the nonresident's principal place of 36 business is located. 37 38 17.7. A contract is not awarded until formal City Council authorization. If the Contract is 39 to be awarded, City will award the Contract within 90 days after the day of the Bid 40 opening unless extended in writing. No other act of City or others will constitute 41 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by 42 the City. 43 44 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 45 46 18. Signing of Agreement 47 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the 48 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 49 Contractor shall sign and deliver the required number of counterparts of the Agreement to 50 City with the required Bonds, Certificates of Insurance, and all other required documentation. 51 City shall thereafter deliver one fully signed counterpart to Contractor. CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS I02114 Revised August 21, 2015 0021 13-10 INSTRUCTIONS TO BIDDERS Page 10 of 10 4 END OF SECTION CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised August 21, 2015 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 10 1 SECTION 00 3215 2 CONSTRUCTION PROJECT SCHEDULE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General requirements for the preparation, submittal, updating, status reporting and 7 management of the Construction Project Schedule 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 D. Purpose 14 The City of Fort Worth (City) is committed to delivering quality, cost-effective 15 infrastructure to its citizens in a timely manner. A key tool to achieve this purpose is a 16 properly structured schedule with accurate updates. This supports effective monitoring 17 of progress and is input to critical decision making by the project manager throughout 18 the life of the project. Data from the updated project schedule is utilized in status 19 reporting to various levels of the City organization and the citizenry. 20 21 This Document complements the City's Standard Agreement to guide the construction 22 contractor (Contractor) in preparing and submitting acceptable schedules for use by the 23 City in project delivery. The expectation is the performance of the work follows the 24 accepted schedule and adhere to the contractual timeline. 25 26 The Contractor will designate a qualified representative (Project Scheduler) responsible 27 for developing and updating the schedule and preparing status reporting as required by 28 the City. 29 30 1.2 PRICE AND PAYMENT PROCEDURES 31 A. Measurement and Payment 32 1. Work associated with this Item is considered subsidiary to the various items bid. 33 No separate payment will be allowed for this Item. 34 2. Non-compliance with this specification is grounds for City to withhold payment of 35 the Contractor's invoices until Contractor achieves said compliance. 36 1.3 REFERENCES 37 A. Project Schedules 38 Each project is represented by City's master project schedule that encompasses the 39 entire scope of activities envisioned by the City to properly deliver the work. When the 40 City contracts with a Contractor to perform construction of the Work, the Contractor CITY OF FORT WORTH 2O19 Asphalt pavement Crack Seat STANDARD SPECIFICATION 102114 Revised JULY 20, 2018 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 10 1 will develop and maintain a schedule for their scope of work in alignment with the 2 City's standard schedule requirements as defined herein. The data and information of 3 each such schedule will be leveraged and become integral in the master project 4 schedule as deemed appropriate by the City's Project Control Specialist and approved 5 by the City's Project Manager. 6 7 1. Master Project Schedule 8 The master project schedule is a holistic representation of the scheduled activities 9 and milestones for the total project and be Critical Path Method (CPM) based. The 10 City's Project Manager is accountable for oversight of the development and 11 maintaining a master project schedule for each project. When the City contracts for 12 the design and/or construction of the project, the master project schedule will 13 incorporate elements of the Design and Construction schedules as deemed 14 appropriate by the City's Project Control Specialist. The assigned City Project 15 Control Specialist creates and maintains the master project schedule in P6 (City's 16 scheduling software). 17 18 2. Construction Schedule 19 The Contractor is responsible for developing and maintaining a schedule for the 20 scope of the Contractor's contractual requirements. The Contractor will issue an 21 initial schedule for review and acceptance by the City's Project Control Specialist 22 and the City's Project Manager as a baseline schedule for Contractor's scope of 23 work. Contractor will issue current, accurate updates of their schedule (Progress 24 Schedule) to the City at the end of each month throughout the life of their work. 25 26 B. Schedule Tiers 27 The City has a portfolio of projects that vary widely in size, complexity and content 28 requiring different scheduling to effectively deliver each project. The City uses a 29 "tiered" approach to align the proper schedule with the criteria for each project. The 30 City's Project Manager determines the appropriate schedule tier for each project, and 31 includes that designation and the associated requirements in the Contractor's scope of 32 work. The following is a summary of the "tiers". 33 34 1. 'Tier 1: Small Size and Short Duration Project (design not required) 35 The City develops and maintains a Master Project Schedule for the project. No 36 schedule submittal is required from Contractor. City's Project Control Specialist 37 acquires any necessary schedule status data or information through discussions with 38 the respective party on an as -needed basis. 39 40 2. Tier 2: Small Size and Short to Medium Duration Project 41 The City develops and maintains a Master Project Schedule for the project. The 42 Contractor identifies "start" and "finish" milestone dates on key elements of their 43 work as agreed with the City's Project Manager at the ldckoff of their work effort. 44 The Contractor issues to the City, updates to the "start" and "finish" dates for such 45 milestones at the end of each month throughout the life of their work on the project. 46 47 3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration 48 The City develops and maintains a Master Project Schedule for the project. The 49 Contractor develops a Baseline Schedule and maintains the schedule of their 50 respective scope of work on the project at a level of detail (generally Level 3) and in CITY OF FORT WORTH 2O19 Asphaltpavement Crack Seal STANDARD SPECIFICATION 102114 Revised JULY 20, 2018 00 3215 - 0 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 10 1 alignment with the WBS structure in Section 1.4.H as agreed by the Project Manager. 2 The Contractor issues to the City, updates of their respective schedule (Progress 3 Schedule) at the end of each month throughout the life of their work on the project. 4 C. Schedule Types 5 Project delivery for the City utilizes two types of schedules as noted below. The City 6 develops and maintains a Master Project Schedule as a "baseline" schedule and issue 7 monthly updates to the City Project Manager (end of each month) as a "progress" 8 schedule. The Contractor prepares and submits each schedule type to fulfill their 9 contractual requirements. 10 11 1. Baseline Schedule 12 The Contractor develops and submits to the City, an initial schedule for their scope 13 of work in alignment with this specification. Once reviewed and accepted by the 14 City, it becomes the `Baseline" schedule and is the basis against which all progress 15 is measured. The baseline schedule will be updated when there is a change or 16 addition to the scope of work impacting the duration of the work, and only after 17 receipt of a duly authorized change order issued by the City. In the event progress is 18 significantly behind schedule, the City's Project Manager may authorize an update 19 to the baseline schedule to facilitate a more practical evaluation of progress. An 20 example of a Baseline Schedule is provided in Specification 00 32 15.1 21 Construction Project Schedule Baseline Example. 22 23 2. Progress Schedule 24 The Contractor updates their schedule at the end of each month to represent the 25 progress achieved in the work which includes any impact from authorized changes 26 in the work. The updated schedule must accurately reflect the current status of the 27 work at that point in time and is referred to as the "Progress Schedule". The City's 28 Project Manager and Project Control Specialist reviews and accepts each progress 29 schedule. In the event a progress schedule is deemed not acceptable, the 30 unacceptable issues are identified by the City within 5 working days and the 31 Contractor must provide an acceptable progress schedule within 5 working days 32 after receipt of non -acceptance notification. An example of a Progress Schedule is 33 provided in Specification 00 32 15.2 Construction Project Schedule Progress 34 Example. 35 36 1.4 CITY STANDARD SCHEDULE REQUIREMENTS 37 The following is an overview of the methodology for developing and maintaining a 38 schedule for delivery of a project. 39 40 A. Schedule Framework 41 The schedule will be based on the defined scope of work and follow the (Critical Path 42 Methodology) CPM method. The Contractor's schedule will align with the requirements 43 of this specification and will be cost loaded to reflect their plan for execution. Overall 44 schedule duration will align with the contractual requirements for the respective scope of 45 work and be reflected in City's Master Project Schedule. The Project Number and Name 46 of the Project is required on each schedule and must match the City's project data. 47 48 B. Schedule File Name CITY OF FORT WORTH 2O19 Asphalt pavement Crack Seal STANDARD SPECIFICATION 102114 Revised JULY 20, 2018 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 00 3215 - 0 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 10 All schedules submitted to the City for a project will have a file name that begins with the City's project number followed by the name of the project followed by baseline (if a baseline schedule) or the year and month (if a progress schedule), as shown below. • Baseline Schedule File Name Format: City Project Number_Prcject Name —Baseline Example: 101376North Montgomery Street HMAC_Baseline • Progress Schedule File Name Format: City Project Number_Project Name_YYYY-MM Example: fO1376_North Montgomery Street HMAC_2018_01 • Project Schedule Progress Narrative File Name Format: City Project Number —Project Name_PN_YYYY-MM Example: 101376_North Montgomery Street IMAC_PN_2018_01 C. Schedule Templates The Contractor will utilize the relevant sections from the City's templates provided in the City's document management system as the basis for creating their respective project schedule. Specifically, the Contractor's schedule will align with the layout of the Construction section. The templates are identified by type of project as noted below. • Arterials • Aviation • Neighborhood Streets • Sidewalks (later) • Quiet Zones (later) • Street Lights (later) • Intersection Improvements (later) • Parks • Storm water • Street Maintenance • Traffic • Water D. Schedule Calendar The City's standard calendar for schedule development purposes is based on a 5-day workweek and accounts for the City's eight standard holidays (New Years, Martin Luther King, Memorial, Independence, Labor, Thanksgiving, day after Thanksgiving, Christmas). The Contractor will establish a schedule calendar as part of the schedule development process and provide to the Project Control Specialist as part of the basis for their schedule. Variations between the City's calendar and the Contractor's calendar must be resolved prior to the City's acceptance of their Baseline project schedule. E. WBS & Milestone Standards for Schedule Development The scope of work to be accomplished by the Contractor is represented in the schedule in the form of a Work Breakdown Structure (WBS). The WBS is the basis for the development of the schedule activities and shall be imbedded and depicted in the schedule. CITY OF FORT WORTH STANDARD SPECIFICATION Revised JULY 20, 2018 2019 Asphalt pavement Crack Seal 102114 00 3215 - 0 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 10 1 The following is a summary of the standards to be followed in preparing and maintaining 2 a schedule for project delivery. 3 4 1. Contractor is required to utilize the City's WBS structure and respective project type 5 template for "Construction" as shown in Section 1.4.H below. Additional activities 6 may be added to Levels 1 - 4 to accommodate the needs of the organization executing 7 the work. Specifically the Contractor will add activities under WBS XXXXXX.80.83 8 "Construction Execution' that delineates the activities associated with the various 9 components of the work. 10 11 2. Contractor is required to adhere to the City's Standard Milestones as shown in 12 Section 1.4.I below. Contractor will include additional milestones representing 13 intermediate deliverables as required to accurately reflect their scope of work. 14 15 F. Schedule Activities 16 Activities are the discrete elements of work that make up the schedule. They will be 17 organized under the umbrella of the WBS. Activity descriptions should adequately 18 describe the activity, and in some cases the extent of the activity. All activities are 19 logically tied with a predecessor and a successor. The only exception to this rule is for 20 "project start" and "project finish" milestones. 21 22 The activity duration is based on the physical amount of work to be performed for the 23 stated activity, with a maximum duration of 20 working days. If the work for any one 24 activity exceeds 20 days, break that activity down incrementally to achieve this duration 25 constraint. Any exception to this requires review and acceptance by the City's Project 26 Control Specialist. 27 28 G. Change Orders 29 When a Change Order is issued by the City, the impact is incorporated into the previously 30 accepted baseline schedule as an update, to clearly show impact to the project timeline. 31 The Contractor submits this updated baseline schedule to the City for review and 32 acceptance as described in Section 1.5 below. Updated baseline schedules adhere to the 33 following: 34 35 1. Time extensions associated with approved contract modifications are limited to the 36 actual amount of time the project activities are anticipated to be delayed, unless 37 otherwise approved by the Program Manager. 38 39 2. The re-baselined schedule is submitted by the Contractor within ten workdays after 40 the date of receipt of the approved Change Order. 41 42 3. The changes in logic or durations approved by the City are used to analyze the impact 43 of the change and is included in the Change Order. The coding for a new activity(s) 44 added to the schedule for the Change Order includes the Change Order number in the 45 Activity ID. Use as many activities as needed to accurately show the work of the 46 Change Order. Revisions to the baseline schedule are not effective until accepted by 47 the City. 48 49 50 H. City's Work Breakdown Structure CITY OF FORT WORTH 2O19 Asphatt pavement Crack Seat STANDARD SPECIFICATION 102114 Revised JULY 20, 2018 1 2 3 4 5 6 7 8 9 t0 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 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 6 of 10 WBS Code WBS Name XXXXXX Project Name XXXXXX.30 Design XXXXXX.30.10 Design Contractor Agreement XXXXXX.30.20 Conceptual Design (30%) XXXXXX.30.30 Preliminary Design (60%) XXXXXX.30.40 Final Design XXXXXX.30.50 Environmental XXXXXX.30.60 Permits XXXXXX.30.60.10 Permits - Identification XXXXXX.30.60.20 Permits - Review/Approve XXXXXX.40 ROW & Easements XXXXXX.40.10 ROW Negotiations XXXXXX.40.20 Condemnation XXXXXX.70 Utility Relocation XXXXXX.70.10 Utility Relocation Co-ordination XXXXXX.80 Construction XXXXXX.80.81 Bid and Award XXXXXX,80.83 Construction Execution XXXXXX. 80.85 Inspection XXXXXX.80.86 Landscaping XXXXXX.90 Closeout XXXXXX.90.10 Construction Contract Close-out XXXXXX.90.40 Design Contract Closure I. City's Standard Milestones The following milestone activities (i.e., important events on a project that mark critical points in time) are of particular interest to the City and must be reflected in the project schedule for all phases of work. Activity ID Activity Name Design 3020 Award Design Agreement 3040 Issue Notice To Proceed - Design Engineer 3100 Design Kick-off Meeting 3120 Submit Conceptual Plans to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3150 Peer Review Meeting/Design Review meeting (technical) 3160 Conduct Design Public Meeting #1 (required) 3170 Conceptual Design Complete 3220 Submit Preliminary Plans and Specifications to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3250 Conduct Design Public Meeting #2 (required) 3260 Preliminary Design Complete CITY OF FORT WORTH 2O19 Asphalt pavement Crack Seal STANDARD SPECIFICATION 102114 Revised JULY 20, 2018 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 7 of 10 1 3310 Submit Final Design to Utilities, ROW, Traffic, Parks, Storm Water, 2 Water & Sewer 3 3330 Conduct Design Public Meeting #3 (if required) 4 3360 Final Design Complete 5 ROW & Easements 6 4000 Right of Way Start 7 4230 Right of Way Complete 8 Utility Relocation 9 7000 Utilities Start 10 7120 Utilities Cleared/Complete 11 Construction 12 Bid and Award 13 8110 Start Advertisement 14 8150 Conduct Bid Opening 15 8240 Award Construction Contract 16 Construction Execution 17 8330 Conduct Construction Public Meeting #4 Pre -Construction 18 8350 Construction Start 19 9370 Substantial Completion 20 8540 Construction Completion 21 9130 Notice of Completion/Green Sheet 22 9150 Construction Contract Closed 23 9420 Design Contract Closed 24 1.5 SUBMITTALS 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 A. Schedule Submittal & Review The City's Project Manager is responsible for reviews and acceptance of the Contractor's schedule. The City's Project Control Specialist is responsible for ensuring alignment of the Contractor's baseline and progress schedules with the Master Project Schedule as support to the City's Project Manager. The City reviews and accepts or rejects the schedule within ten workdays of Contractor's submittal. 1. Schedule Format The Contractor will submit each schedule in two electronic forms, one in native file format (.xer, .xml, .mpx) and the second in a pdf format, in the City's document management system in the location dedicated for this purpose and identified by the Project Manager. In the event the Contractor does not use Primavera P6 or MS Project for scheduling purposes, the schedule information must be submitted in .x1s or .xlsx format in compliance with the sample layout (See Specification 00 32 115.1 Construction Project Schedule Baseline Example), including activity predecessors, successors and total float. 2. Initial & Baseline Schedule The Contractor will develop their schedule for their scope of work and submit their initial schedule in electronic form (in the file formats noted above), in the City's document management system in the location dedicated for this purpose within ten workdays of the Notice of Award. CrrY OF FORT WORTH 2O19 Asphalt pavement Crack Seal STANDARD SPECIFICATION 102114 Revised JULY 20, 2018 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 003215 -0 CONSTRUCTION PROGRESS SCHEDULE Page 8 of 10 The City's Project Manager and Project Control Specialist review this initial schedule to determine alignment with the City's Master Project Schedule, including format & WBS structure. Following the City's review, feedback is provided to the Contractor for their use in finalizing their initial schedule and issuing (within five workdays) their Baseline Schedule for final review and acceptance by the City. 3. Progress Schedule The Contractor will update and issue their project schedule (Progress Schedule) by the last clay of each month throughout the life of their work on the project. The Progress Schedule is submitted in electronic form as noted above, in the City's document management system in the location dedicated for this purpose. The City's Project Control team reviews each Progress Schedule for data and information that support the assessment of the update to the schedule. fn the event data or information is missing or incomplete, the Project Controls Specialist communicates directly with the Contractor's scheduler for providing same. The Contractor re -submits the corrected Progress Schedule within 5 workdays, following the submittal process noted above. The City's Project Manager and Project Control Specialist review the Contractor's progress schedule for acceptance and to monitor performance and progress. The following list of items are required to ensure proper status information is contained in the Progress Schedule. 0 Baseline Start date ® Baseline Finish Date 0 % Complete 0 Float ® Activity Logic (dependencies) • Critical Path O Activities added or deleted • Expected Baseline Finish date i Variance to the Baseline Finish Date B. Monthly Construction Status Report The Contractor submits a written status report (referred to as a progress narrative) at the end of each month to accompany the Progress Schedule submittal, using the standard format provided in Specification 00 32 15.3 Construction Project Schedule Progress Narrative. The content of the Construction Project Schedule Progress Narrative should be concise and complete to: ® Reflect the current status of the work for the reporting period (including actual activities started and/or completed during the reporting period) o Explain variances from the baseline on critical path activities • Explain any potential schedule conflicts or delays • Describe recovery plans where appropriate • Provide a summary forecast of the work to be achieved in the next reporting period. C. Submittal Process CITY OF FORT WORTH STANDARD SPECIFICATION Revised JULY 20, 2018 2019 Asphalt pavement Crack Seal 102114 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 9 of 10 1 O Schedules and Monthly Construction Status Reports are submitted in Buzzsaw 2 following the steps outlined in Specification 00 32 15.4 Construction Project 3 Schedule Submittal Process. 4 o Once the project has been completed and Final Acceptance has been issued by the 5 City, no further progress schedules or construction status reports are required from 6 the Contractor. 7 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 8 1.7 CLOSEOUT SUBMITTALS [NOT USED] 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 1.9 QUALITY ASSURANCE 11 A. The person preparing and revising the Contractor's Project Schedule shall be 12 experienced in the preparation of schedules of similar complexity. 13 B. Schedule and supporting documents addressed in this Specification shall be prepared, 14 updated and revised to accurately reflect the performance of the Contractor's scope of 15 work. 16 C. The Contractor is responsible for the quality of all submittals in this section meeting the 17 standard of care for the construction industry for similar projects. 18 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 19 1.11 FIELD [SITE] CONDITIONS [NOT USED] 20 1.12 WARRANTY [NOT USED] 21 1.13 ATTACHMENTS 22 Spec 00 32 15.1 Construction Project Schedule Baseline Example 23 Spec 00 32 15.2 Construction Project Schedule Progress Example 24 Spec 00 32 15.3 Construction Project Schedule Progress Narrative 25 Spec 00 32 15.4 Construction Project Schedule Submittal Process 26 27 28 PART 2 - PRODUCTS [NOT USED] 29 PART 3 - EXECUTION [NOT USED] 30 END OF SECTION 31 32 33 34 CITY OF FORT WORTH 2O19 Asphalt pavement Crack Seal STANDARD SPECIFICATION 102114 Revised DULY 20, 2018 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 10 of 10 Revision Log DATE NAME SUMMARY OF CHANGE July 20, 2019 M. Jarrell Initial Issue CITY OF FORT WORTH 2O19 Asphalt pavement Crack Seal STANDARD SPECIFICATION 102114 Revised JULY 20, 2018 00 32 15. l - 0 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page I of 5 1 SECTION 00 32 15.1 2 CONSTRUCTION PROJECT SCHEDULE -- BASELINE EXAMPLE 3 PART1- GENERAL 4 The following is an example of a Contractor's project schedule that illustrates the data and 5 expectation for schedule content depicting the baseline for the project. This version of the 6 schedule is referred to as a "baseline" schedule. This example is intended to provide 7 guidance for the Contractor when developing and submitting a baseline schedule. See CF W 8 Specification 00 32 15 Construction Project Schedule for details and requirements regarding 9 the Contractor's project schedule. 10 II 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 CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised JULY 20, 2018 00 32 15.1 - 0 CONSTRUCTION PROGRESS SCHEDULE -- BASELINE EXAMPLE Page 2 of 5 ------------ F--------- ¢--------- i'-----------F---------- +---------- i -------------------- E---------- '{---------- ---------- t--------- f----------{--' IX? r m — a; I I I I I I I I I I ---------- - -----'-- - ------- --• ------------4--------4-------' I ------------- h---------i----------{- -- I I dit e, £I i p r 'l fi�rl '�P �F '/4 infP� �l'n 4 'I m it rs non Nx r+x m:fel fi p � M4 r, ' u rpS .d La IJ1I a 2 i 1 [ i { I pO O P. � r6y 1r.�3 w� 4 1n 2 9. kl. 2 . try' ,h 2.2. ' sm _ W m ni 9 m s •p n• '4 �, a. '{.�'}.F ! V,U a fppO pp r. r'T ib ., r 's'i W R'� •fail pwp u F! hi ' �n t. �, •i fl '? N ill S r1 N ri �Yi+� � : �YYYrtµµµ1 O 4i 41i: ti] d T T u u di d Lei 1'y - F'J N .I „y r� •' 8 F- rvi ri ; i] YY V M •� — YF a -1 — A o" � j�fj u"e na i i .4F w ai �I ni #I +0 i •IF n r+ aJ �n1 ai q1 ctt�+ � x oS p� a� {Y C�. da //mayPyy o u u ur fi P rW.] 4F u 4. r fit d — iV 'ir ii n ryj `1 - _ 41� ' nr I ti V1 Vt e� O kid 7 N n i i j to � 1 �1 ,'Sra 'oa. ..._... _. ._ �i� I a � +n 4D E e � a u 6 a' 2 — i E' Lti art * O P i wbrkr '� �IN 01 a n, 3 yR5 I-5 g r s' �i [i. T tFf�7: p m Q� 11� .rea ni u in � a ' y _ {,� �{ r q r� a� rpO !{ iR p9 i ry�� h p ram' 4� tll 0 4' o- h y Ih ? I.b r2d-k � y1 jfr � /1 'n fh ; ,r• ,n=• I] a! M � � w5 ,+� .R Yrl ' ii ' r 1 � .n3 nl f5 ' i'S �•�3 Ifr � Vaj ^� �'`' rr++ ryry I e� 'J�• �. l M M �I M �5 CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised JULY 20, 20 18 0032 15.1 - 0 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 3 of 5 i---------- {--------- i---------- i---------- t--------- .;---------- t--------- .i---------- i_______.___j---------- }----------- i---------- t_____. Q r y 6 r i i r r i r r r Ob 1 i i i i I i I i ---------¢--------i -----"-t'-' '4-"- i"- i'-"-"- i"-" h-"--"---- i"- fi-"-"-" - �^ i AM r " " I i t A-------------------- , "-""---- _________---------- --- ---"---"-- ---------- -------- - -"-- ar�5l H rL [L'J�� ��ryyv ] t' ��igyy u 1 -, It V � fV•Y rui }l r��J u u � q a{ tiJ � 4. a u c�:aiyou a r�r� �m� s`� u 17 d m a �u .� w m w .i� m m:,i �n tahhc r, tir �_ a .n c^ # m 95 Cu c3 .. w g - a r "o fl i'a o �" i . 'i o r: o [� J ; " n :, a • � G i `rr � s ra r•i �r � fl a i a '� .. t,� ; cs ni - i d . 7� - r5 cLi Ql � `[� n'ri cJ o:ii o�n11 .n 4 r� w� .,F1 ,n'IM m 4 0 $1 ., p � '^.^ o ivlw � . i,s CL Qj C a T U ' r' c • � S � 1. o . �, � Ig1 Lip r' TC � • rtt rl q +3 ;WrM1.hd f1 fi r�A . �.�iJ �i Ni rhi �� I .C4 CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seat STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised JULY 20, 2018 I 00 32 15A - 0 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 4 of 5 T- --I ----------- ------ ----- -------- ------ -- ---------- t --- ------------ ------ rn— - ----------- Wp nest pz LE PO 4 0 u d) F Q 03 M CL CITY OF FORT WORTH 2019,4sphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised JULY 20,2018 00 32 15.1 - 0 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 5 of 5 1 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE July 20, 2018 M. Jarrell Initial Issue CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS .102114 Revised RJLY 20, 2018 00 32 15.2 - 0 CONSTRUCTION PROGRESS SCHEDULE — PROGRESS EXAMPLE Page 1 of 4 1 SECTION 00 3215.2 2 CONSTRUCTION PROJECT SCHEDULE — PROGRESS EXAMPLE 3 PART1- GENERAL 4 The following is an example of a Contractor's project schedule that illustrates the data and 5 expectation for schedule content depicting the progress for the project. This version of the 6 schedule is referred to as a "progress" schedule. This example is intended to provide 7 guidance for the Contractor when developing and submitting a progress schedule. See 8 CFW Specification 00 32 15 Construction Project Schedule for details and requirements 9 regarding the Contractor's project schedule. 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 CITY OF FORT WORTH 2019 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised JULY 20, 2018 00 32 15.2 - 0 CONSTRUCTION PROGRESS SCHEDULE — PROGRESS EXAMPLE Page 2 of 4 i I I L i I i I _..._.._..-• —._.._.a_.._..__:.__._._....:.....................r_.._.__.r.-_.._..,..-----"-------------7--------- i i i i i ------------------.._._.._"._."....."_..__,..._..._..i.._.._.. _¢_.._.._.¢.._..- . i i ........... ,......... L :- --•--------------------------;- I L r ¢........... F.......... ;.......... ........... {-.. I I I 1 I 1 1 1 1 s ii---------- °. — i — -1 - ._..._..J.._._....W-... .�...._.. .......... .:.........W-•-••-•--.:_..._.._.:.._..._....•-••-••--.._.. ----------- r 1 * L L -� ------- --------- - -- --- r I�— 1 - - -- ---- - - - -- -- -- -- -- 0•01w1a •M a to• M1.rJ Lii efjn{,fi I4 {g1Ly'7+1 24 I"{ f.Miff n rv,f4 +'d fl,{t i9i eq ry # +4 1: V+`i[Y �L� 9 �_ CL L WI Rim yY :.� �b l0 9P 4_iA R �P �0 t4 IX6 F.l 9�5�R 14 A �1 d'%IIr O 2] E7 L] .O 60ir I jjj .I S� 11 Cf M a.e y7 I M r/1 ON R ��.. .i0 43 r i M_ V W % �Fq 9A Ck 4'. 1.Y} i. V rl q � IYIW W If,1Nl 1 m s a+ b[ LM1 � � �j1x # y �I� � w n � � i � a` �* � � #.+ .�� •' @U � y'{ I hrh h b rlg A h ti I I C3 g a [3 on u� n M .+ to p.im !' to 61 I 11 �j O D I 1 S 1 Ci �� fi I 4d P �' Ci R o c i R ld; � Ipp FS �1 A: A x1:1 S F 2 F?' ER 8 iglal� { ?;; A T 1; X; ;; Wq CITY OF FORT WORTH 2019 Asphalt Pavement Crack Seat STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised JULY 20, 2018 1 2 00 32 15.2 - 0 CONSTRUCTION PROGRESS SCHEDULE — PROGRESS EXAMPLE Page 3 of 4 r i 1 1I I I , r ' F _.F__ _ _� _�._ ' ----------- -r'---- -' ---- — ---- --- ---------.........---- -- - ------- -------- ; ..,..- ------- —ll-�.........:... �y ; -----�--------A--•.......... l_ ._.._..J..._.._..-1- -----� _ -- - --L_.._... .J.. vl-•-------J--- .. __________r _ . _ _ _ _ Si 4-1 N CN 94 N P4 I'i .11i �# 1IN N N 191;i !� 11*f a+l A'iV hill' +'V r''I, CN i`1 ryF'N NI.. ry,r{ i4 CV,[V Vj I(44 N RCc ��� r. o d 61d [I O rsa fS P n e11b ir. rx 41F O 17 1} a I Y� rl �'�>� � �IILi�1� : ml 01"11 w T, Ir. a 1 '4 = ; P lq FJ t! o' ko. N" ! .9 R *+ bIL n ,� RIP C. I n� 0 4' ' +„ ' CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seat STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised JULY 20, 2018 2 4 6 00 32 15.2 - 0 CONSTRUCTION PROGRESS SCHEDULE — PROGRESS EXAMPLE Page 4 of 4 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE July 20, 2018 M. Jarrell IPitial Issue CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECII4ICATION DOCUMENTS 102114 Revised JULY 20, 2018 0032 15.3 - 0 — PROGRESS NARRATIVE Page 1 of 1 SECTION 00 32 15.3 CONSTRUCTION PROJECT SCHEDULE PROGRESS NARRATIVE Reporting Period: Date Issued: Project name: Company blame: City Project No: Engineer's Project No: City Project Manager: Engineer's Project Manager: A. List OT activitieS accompilsnea in ine reporting perioa. 1. (insert text here) 2. (insert text here) 3. (insert text here) 4. (insert text here) 5. (insert text here) 6. (insert text here) ®. I-I.7L VI 42%.AIVILIVO LV LJC CIVUVIII[.JIMIICLa III LIIC IIWAL ICI.JV[ LI119 PWI IVV 1. (insert text here) 2. (insert text here) 3. (insert text here) 4. (insert text here) 5. (insert text here) 6. (insert text here) C. List any potential delays and provide mitigation actions 1. (insert text here) 2. (insert text here) 3. (insert text here) D. List any actual delays and provide recovery actions 1. (insert text here) 2. (insert text here) 3. (insert text here) City of Fort Worth, Texas Construction Project Schedule Narrative Report for CFW Projects TPW Official Release Date: 7.20.2018 Page 1 of 1 2019 Asphalt Pavement Crack Seal 102114 00 32 15.4 - 0 CONSTRUCTION PROGRESS SCHEDULE — SUBMITTAL PROCESS Page 1 of 7 1 SECTION 00 3215.4 2 CONSTRUCTION PROJECT SCHEDULE — SUBMITTAL PROCESS 3 PART1- GENERAL 4 The following information provides the process steps for the Contractor to follow for 5 submitting a project baseline or progress schedule for a capital project to the City of Fort 6 Worth. See CFW Specification 00 32 15 Construction Project Schedule for details and 7 requirements regarding the Contractor's project schedule. 8 9 If you are not a registered CFW Buzzsaw user, please email or contact: 10 11 Fred Griffin, Buzzsaw Administrator 12 City of Fort Worth 13 Fred.Griffin@fortworthgov.org 14 817-392-8868 15 16 Using your registered username and password log into the City's Buzzsaw Site 17 https / r/ ro.ject oint.buzzsaw.com/client/fortworthgov Aw e 18 19 20 21 22 23 24 25 Navigate to your Project Folder. Verify that your Project ID and Project Name are consistent with Project Folder Name. Navigate to the Schedule Directory under your Project Folder. The 0070 1 -Flaxseed Drainage Improvements project is used for illustration. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised JULY 20, 2018 2019 Asphalt Pavement Crack Seat 102114 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 00 32 15.4 - 0 CONSTRUCTION PROGRESS SCHEDULE — SUBMITTAL PROCESS Page 2 of 7 E�l Wa 1511, lash HAP h' ' i ai I ,dl - 43 •±l . .k a 17 f P1 .�? I. I [ilN� 4i� I �.� !.a G8J1J •-: ; {Fj Rd�aaaw s I , nnr•I'�f,a.,`. FrhliiE I E� 00701-flaxseed ornr,age LsPro7r.�lk 11 CJ Lirs3fo r r gd Responses t� Cmstrudtiun e' J Cansultmu I LI £mi,actar I f�l CLxresponderxe I� 6Crleral ignhf 1. DQQAttl.WjJ-4% I�1 f� Fraject�anin� gal tM�h,,g. ROM Pmr-ty 00706-LH Waga W C.kBte pry @ 00706-Uri-n 7rdagea vckxb H �I �� 00730. Su`7'y Sruw R+F+1�CW�6Y4 CUSS - Wn}Anrd 7151if1 [.R Yfa 4 fy 00768- "ammt- ayaat" t@Q C07M -i tm Chza PO r R — ..�...w ad r n. W.wF b�aEmNabDnhM&L-2re A]rx.rrltr hlkhWh:1..,,.di1p Fred Grtffm 16,M1 !�crasnRi.=y 4a... Two files will be uploaded for each submittal. A native schedule file format either Primavera .xer or MS Project .mpp and a PDF version of the schedule will be uploaded Verify that the file name contains the 5-digit Project ID, Project Name, and Submittal Date and follows the standard naming convention. Initial schedule submittal will be labeled as `Baseline' for example: 00701-FlaxseedDrainagelmprovements-Baseline Schedule submittal updates will be labeled with Schedule Submittal Date `YYYY—MM' for example: 00701-FlaxseedDrainagelmprovements-2009_01 Expand or select the Schedules folder and add both the native file and PDF file to the directory. From the Toolbar Select ❑Add Document CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised JULY 20, 2018 2019 Asphalt Pavement Crack Seal 102114 1 2 3 4 5 6 7 8 9 to 003215,4-0 CONSTRUCTION PROGRESS SCHEDULE — SU13MrITAL PROCESS Page 3 of 7 FIE E& VJPW Fads It* fholoe Fat a IFS _FF unk E� EW Forms M frd Responses IR ri conatnxtion F1 C1 Considtants, ContraLba corre-9—Aence A Z.1 GenerA GantractDounents, and Sper. _.!I ; PrQectDraWngs 41 aj PubkKeettngs C1 Real Prop" utuns i;�-n 00)05-UrbanWb9esCenbra1(3us!erRxr 14,n 0070.5 -Urban Wkiges Central Cluster Swi T-L 4if -W706 - Lkban Vdages SE Cluster Near Fm; 00755-Mesqw1eRd2004C1PYear1(De! 00768-MiRoad-fk-yantkldntoGranb. 00719-lebowChannel 9RA 0078&-SLmnerQeek&Sycmwe School 0-. e&GnfFj, 16,384 Mu6sofl Select Browse and go to the location of the files on your desktop. Select Open MEMENEEMMiEbw F ­­­e e 0 WctdD....h b. Uepf.)e l yJ& §0dd. You D6q dJFft add hrAMOMA iqEV1W DDORMA" rddw?.— %6miDw &6,4eLf&WK.ragff Pr. 7 qMyComputu � My rw4wffii P6bs ■ Adobe Acrobat aprofession2d kWSRDVDS #cTe.Typ. T.&V lip jJKUax 2008 VCad Record EditPro QP CFQM HIM VM uossa*sl 41TV Exam Sm 7.1 NrM.0_�L Crystal Reports 2008 r Go4e Earth V.)1)e1QL*kRe1eteaceQide.pdf 'PholasnortEWess VusWeRapmentur tv PhoLosdnartPremler cor"o' Free SmmdAe�der Wrees:Dwickecordu. U*'n i+prcnropta [Efogik JPG Y6dcrnSaI-.Version 2D021nside out eBook I�phldw[4 Fik har. 4 I)�11 'PFAMFI F?" kW WA ---- J C,r " I The file will appear in the Buzzsaw Add to Project — Select Documents window Select Next. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised JULY 20, 2018 2019 Asphalt Pavement Crack Seat 102114 1 Do not select Finish at this time. 2 3 4 5 6 7 8 9 to 11 12 13 14 00 32 15.4 - 0 CONSTRUCTION PROGRESS SCHEDULE — SUBMITTAL PROCESS Page 4 of 7 i 4 J 5dMI d=AW!nw m add m rt,r pr*rt W h dd, xalI can , RM to A Per,. W1t aeiJbi, tLV k wd - ""Mt �rree, j' I,ui�.1. 6UL n tAs A.Vr},C,vnrmr f#ePm111! Flkloohon tf _.. 3x _ �l�7ut�9anrxdGrairr�rllrvwa,nrnd_aoc9�lu,sn� t:;+paarnc��e�,a_,_ ��7f�._. t*}+arl Fe I;kFrain NN pRoRom G •el.11F1i1�4�firtn►Iwp�tirr:.c.,.,ry,,�. r,,lr , • =I F +, -J 65 IJ.r. I a,. Y i I I, Inml 141rai I I r r;,r. -Atl kA,, oyrf., dl, Lir.w You will be placed into the Attach Comment window to enter a record into the Project Schedule Submittal Log. Enter the Project ID -Project Name -Submittal in the Subject Line. Type Submittal and Company Name into the Comment window along with Contact Name and Contact Phone Number. Select Next. {{ GR411tau[Alowlktothaaurnetlt .4&mS hrb. i�and frildauR47,Ion 14r1}4Yhe",IddW. nft VW h upmtm JW Salertou�,N ee s - [OEFcd BMM.fd WkVM 11 AtLadiCALdimrnt S r $ ) Ut LAI F ;d RA —J—.1i1.J30 I M.3d 51ad 5 il Lri, ens iy e.neeIs4tiep•Impravtty�dadrre 'Hot�s6oi, &6r#re5chec4 %"MH3trim lkwq yName' :DDntad Dame i'.Doniad Phone SdedLge Subuittal fmam'Company Nam' %workperfarmed up to 3anuary 31, 2009 15 16 CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised JULY 20, 2018 102114 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 0032 15.4 - 0 CONSTRUCTION PROGRESS SCHEDULE -- SUBMMAL PROCESS Page 5 of 7 You will be placed into the Send Email Notification window. Select To and the Select Recipients window will appear with a Iist of Project Contacts. Select the Project Manager as the To Recipient and the Project Controls Group as the Copy Recipient. J �..�mru,�lo sv�rxa�t n.r�u•r�o•.:�a:u:�.+x�r��-io•i••�e.., Il.n+�4 i,SilYnYw I • F fm,M L�i�ll YI.�YNti�•ui �uxtrr �Y Y �k.etar Seal � t3enY�i- eF r9etr' Edi rcrvxict r.. J ..r LAYI +I.., r:EW.I.WM.�"LI+•4/�"A. �r-. r.-. hfl. Trey St... T... B... 4.... me..,, pro..• -VW.. W... T... W... rn-... U.B. It- V.I. M... ff... 8F3... P-E- 1ltv�dY... L.- lM1VNCi... 11f... LY... .., Y... F... V.- F Pat P3[ 2Ych P... Z-h r 2... F... Na... .".. Itla... CFA... N.... 4+ii7M1 Wapect... �5Zw6Y... 5.•• s... LYL.. iJl..! YRf. _. '• I MY.y/YIIK �...• I H•Y GIIM {,tZ. a__j rY'4MY{�,htlhTwe Select the Paste Comment button to copy the Comment into the body of the email Select Finish. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised JULY 20, 2018 2019 Asphalt Pavement Crack Seal 102114 1 2 3 4 5 6 7 S 9 10 11 12 13 14 00 32 I5.4 - 0 CONSTRUCTION PROGRESS SCHEDULE — SUBMITTAL PROCESS Page 6 of 7 r Etnd nil to oom praip4L mmuhm a nalff4m itinrL pf&-c iwwa I4xrRV`d fk-- nLL;Am kt dut8W ILiele+*iitst'I nm�ats I.,,, FOWWirfin -Pi*ctConb-olsTeam Ekf,, • I — — st�ecl: enmkHaxsKaKbrana3elspuv�nL��EZser,e ' CCssS'�*2 irrn-i�Jr--'.. j-n.[k0� QiYm taYilp3'li kiiif�t' phom 9ANditl from `ComcA v mgie` fbr wak pe fwmd up to ]anuanp 31, wm 1 The schedule file is uploaded to the directory. An email is sent to the City's Project Manager and Project Control Specialist. F.,., 16 futwad — HI I ap7G�Y-Fy�pUrain2ge 0.na.-.nr.�� Ir u; &tlRespa[�ses nl C3 CMkkKt n psi a COn-Atdtm Cwrtradol' Canemc� =� Gercaal CanU—ACe wa.H hVu : Pral #�arn� , '�I � Pu1AicMeeSrgs UJAIi.F�.x.lr�uNi�■ Sdceduies Ir�z.:ds Cj t"�- .OQ7®5-€fdxs,u�jes errri aryl L.I i., o076s-13dx�Y�ujesCmtr�G.� "bcr. NI� Qorai-tldaanti�.,s.�s���i1t.`. .ib 00705-urbanw&wSEC4r 'Kwtn • ( U0730 - Swdt" Zw . r lyb Curb ml ... 00755 -Mesquite Rd 2004CW Yam-1 fiks 1:.1 0076B-Dogs RoadMfnart ire Qi Fffi778-LeFair Cfiannel Upload the PDF file using the same guideline. Fred[.mrt 1a,394 leer wREX:Lq — 1JJ21r1=-. Rt3%cd W -. 74,2EO ARNe VdAuca d.14 END OF SECTION w — Ii CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised JULY 20, 2018 2019 Asphalt Pavement Crack Seal 102114 0032154-0 CONSTRUCTION PROGRESS SCHEDULE -- SUDMTTTAL PROCESS Page 7 of 7 Revision Lag DATE NAME SUMMARY OF CHANGE July 20, 2018 M. Jarrell Initial Issue CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised JULY 20, 2018 102114 003513-1 CONFLICT OF INTEREST AFFIDAVIT Page I of 1 SECTION 00 3513 CONFLICT OF INTEREST AFFIDAVIT Each bidder, offeror or respondent (hereinafter referred to as "You") to a City of Fort Worth procurement may be required to complete a Conflict of Interest Questionnaire (the attached CIQ Form) and/or a Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) pursuant to state law. You are urged to consult with counsel regarding the applicability of these forms to your company. The referenced forms may be downloaded from the links provided below. http://www.ethics.state.tx.us/forms/CIQ.t)df httl2://www.ethics.state.tx.us/forms/CIS.pdf CIQ Form does not apply 0 CIQ Form is on file with City Secretary CIQ Form is being provided to the City Secretaty [] CIQ Form does not apply F� CIS Form is on File with City Secretary CIS Form is being provided to the City Secretary BIDDER: Company (PI , Awua� Address �Mw qmmm City/State/Zip By: Uk,(�Vs V%k(&_KgA. (Please Print) Signature: Title: e 1 (Please Print) END OF SECTION CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised August 21, 2018 SECTION 00 4100 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 1000 Throckmorton Street City of Fort Worth, Texas 76102 FOR: City Project No.: 102114 Units/Sections: Asphalt pavement preservation 1. Enter Into Agreement 2019 Asphalt Pavement Crack Seal 00 41 00 BID FORM Page 1 of 17 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2019 Asphalt Pavement Crack Seal Form Revised 20160821 102114 00 41 00 BID FORM Page 2 of 17 d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 60 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones} within the times specified in the Agreement. S. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3. Evaluation of Alternate Bid Means <use this if applicable, otherwise delete;: Total Base Bid <use this if applicable, otherwise delete $0.00 Alternate Bid <use this if applicable, otherwise delete> $0.00 Deductive Alternate<use this if applicable, otherwise $0.00 Additive Alternate <use this if applicable, otherwise $0.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2019 Asphalt Pavement Crack Seal Form Revised 201,90821 102114 Total Bid $0.00 7. Bid Submittal This Bid is submitted on I{�% �, ,` >19 by the entity names! below. 4 Respectfully submitted, By: (Signature) ,► � t (Printed Name) Title: It,�. Company: i Address: ArirJrtr*s l-We W T3 127T Addran ]Mary cir Spar.D C_tM W1 L Cily. 61tite Tlp C:odn Hert. —+boto State of Incorporation: Slate I-1014; -£ems UO 41 00 BID FORM Page 3 of 17 Receipt is acknowledged of the following Addenda: Initial Addendum No.1: Addendum No. 2: Addendum No. 3: Addendum No. 4: Corporate Sea]: Email: '(cor ErtFaiJ Aij&e9it MMm. C I� �o (W\• yam Phone: '(uvr Pti,*n' Nul>>t ll- I-b;i, B q, 314,2,4,1 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2019 Asphalt Pavement Crack Seal Form Revises! 20160821 102114 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID GO 42 43 BID PROPOSAL Page 6 of 17 Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Specification Unit of Bid Unit Price Bid Value No. Section No. Measure Quantity 1 3212.0900 CRACK SEALING OF EXISTING 132 12 73 GA 10000 $ 30 CITY OF FORT W ORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Fomi Revised 20120120 2019 Asphalt Pavement Crack seal 102114 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID 00 42 43 BID PROPOSAL Page 14 of 17 Biddem's Application Project Item Information Bidder's Proposal Bidlist Item Description Specification Unit of Bid Unit Price Bid Value No. Section No. Measure Quantity Did Summary Base Bid ---- -- ---- Total Base Bid 2 Alternate Bid Total Alternate Did, Deductive Alternate Bid Total Deductive Alternate Bid Additive Alternate Bid Total Additive Alternate BidL-- El I Total Bid I I END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2019 Asphalt Pavement Cmck sea] rom Revised 20120120 102114 im 40 Liberty SURETY f lA�f 11. rJ CONTRACTOR: (Name, legal status and address) Curtco, Inc. 6133 Hwy 27 Center Point, TX 78010 Document A31 OTM - 2010 Conforms with The American Institute of Architects AfA Document 310 SURETY: (Name, legal status and principal place of business) Liberty Mutual Insurance Company 175 Berkeley Street Boston, MA 02116 Mailing Address for Notices OWNER: liberty Mutual Insurance Company (Name, legal status and address) Attention: Surety Claims Department City of Fort Worth - Purchasing Division 1001 4th Avenue, Suite 1700 200 Texas Street Seattle, WA 98154 Fort Worth, TX 76102 BOND AMOUNT: 5% of Bid Amount Five Percent of Bid Amount PROJECT: (Name, location or address, and Project number, if any) 2019 Asphalt Pavement Crack Seal, City Project Number 102114 N/A This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. The Contractor and Surety are bound to the Owner in the amount set fortb above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be, agreed to by the Owner and Contractor, and the Contractor eiihcr (1) enters into a contract with the Owner in accordance with the teens of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof; or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the terra Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefmm and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall he construed as a statutory bond and not as a common law bond. Signed and sealed this 24th day of May , 2019 (Witness) -A l (Witness) Curtco, Inc. (.Principal) (Seal) Liberty Mutual Insurance Company INSU- (Surety) C pRPo/%gr,OJC, 2 e O (Title) David E. Sund d� s4cwo5 as LMS-10054 081t0 Liberty Mutual, SURETY This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except In the manner and to the extent herein stated. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY Certificate No: 8198105 KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the taws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies'), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Kimberly R. Huoni. Lana Sund. David E. Sund all of the city of San Antonio state of TX each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bands, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 4th day of December—, 2018 Liberty Mutual Insurance Company P� INSfj., q �tY INS& 1NSu,p. The Ohio Casualty Insurance Company A& c""PUN. r yn era G°"P�R4T�y �JPG1 PO1�ar yo West American Insurance Company `�ofi v¢2b r1912yo 0 1919 1991 �d�ssacwv5`� L� y�yyAenvs"b�rs �vuraNP da(6 � By: / David M. Carey, Assistant Secretary State of PENNSYLVANIA :3 County of MONTGOMERY ss to On this 4th day of December , 2018 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance � Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes � therein contained by signing on behalf of the corporations by himself as a duly authorized officer. m� �a G'N r6 O 60 O 2 G cc Q1 O7 � to � Cf o ._ E6 `om IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. 0. COMMONWEALTH OFPENNSYLVANIA - Notarial Seat fiF 7cres3 basleE!a,.Nolan/Puhii- uppef Merlon 7Wp., Montgomery Counly By. My Commission Expires March 28,2021 Teresa Pastella, Notary Public Member. PennsAwnla Assoc!allon of NOlaries This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV - OFFICERS: Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attomey, shall have full power to bind the Corporatlon by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE Xlfl - Execution of Contracts: Section 5. Surety Bands and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surely obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in- tact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bends, recognizances and other surety obligations. Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, viherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same farce and effect as though manually affixed. 1, Renee C. Llewellyn, the undersigned, Assfstant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revolted. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 24th day of May , 2019 . Qy 1NSJRP01 INS& 1Ns!!R � � tiJ u°¢POr n hJ c°'po�a Pgy VP °�vonyr 4 Cl r° obfi 1912 0 0 1919 1991 r7 s w o e o By rs�'r010l" as Renee C, Llewellyn, Assistant Secretary d * 1 fir 03 CD �CD � a7 o c1i v� 7 0 lv "� OP E cal co 00 U r oT LMS-12873 LMICOCTC WAIC Multi Co 06201e PARA OBTENER INFORMACION O REALIZAR UNA QUEJA: Usted puede escribir la notificacion y dirigirla a Liberty Mutual Surety en la siguiente direcci6n: Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 Usted puede contactar al Departamento de Seguros de Texas para obtener informacion acerca de las companfas, coberturas, derechos o quejas: 1-800-252-3439 Usted puede escribir al Departamento de Seguros de Texas a la siguiente direcci6n: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: 'Cons umerProtection Qtdi.state, tx.us Disputas acerca de primas o reclamos En caso de que usted quiera elevar una disputa concerniente al tema de primas, por favor contacte en primer lugar a su agente. Si el tema de la disputa es relativo a. un reclamo, por favor contacte a la companfa de seguros en primer termino. Si usted considers que la disputa no es apropiadamente resuelta en estas instancias, entonces usted puede contactar al Departamento de Seguros de Texas.. Adjunte esta notificacion a su p6liza: Esta notificacion es a los solos fines de su informaci6n y la misma no forma parte o condiciona de manera alguna el documento adjunto. LMIC-3500 Page 2 of 2 Rev. 71.Q7 LlAbert MV011 1. SURETY Important Notice TO OBTAIN INFORMATION OR TO MAKE A COMPLAINT: You may write to Liberty Mutual Surety at: Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: Cons umerProtection(a_tdi.state. tx.us Premium or Claim Disputes Should you have a dispute concerning a premium, you should contact the agent first. If you have a dispute concerning a claim, you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Attach This Notice To Your Policy: This notice is for information only and does not become a part or condition of the attached document. LMIC-3500 Page 1 of 2 Rev. 7.1.07 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 15 of 17 SECTION Od 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of - rl ,;,s our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of r9a 1. Lie or E llati . , our principal place of business, are not required to underbid resident bidders- B. The principal place of business of r company or our parent company or majority owner is in the State of Texas. 1 BIDDER: Company Name Here Address Here Address Here or Space City, State Zip Code Here END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 By: Pr' ted !Name Here 1 (Sig ature) Title: Title Here Prcu4 e4l f Date:`�� 2019 Asphalt Pavement Crack Seal 102114 00 45 11 - I BIDDERS PREQUALIFICA TIO NS Page I of3 1 SECTION 00 45 11 2 BIDDERS PREQUALIFICA TIONS 3 4 1. Summary. All contractors are required to be prequalified by the City prior to submitting 5 bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification 6 Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is 7 not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder 8 Prequalification Application in accordance with the requirements below. 9 10 The prequalification process will establish a bid limit based on a technical evaluation and 11 financial analysis of the contractor. The information must be submitted seven (7) days prior 12 to the date of the opening of bids. For example, a contractor wishing to submit bids on 13 projects to be opened on the 7th of April must file the information by the 31st day of March 14 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's 15 Prequalification Application, the following must accompany the submission. 16 a. A complete set of audited or reviewed financial statements. 17 (1) Classified Balance Sheet 18 (2) Income Statement 19 (3) Statement of Cash Flows 20 ( 4) Statement of Retained Earnings 21 (5) Notes to the Financial Statements, if any 22 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles 23 oflncorporation, Articles of Organization, Certificate of Formation, LLC 24 Regulations, Certificate of Limited Partnership Agreement). 25 c. A completed Bidder Prequalification Application. 26 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 27 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 28 number visit the Texas Comptroller of Public Accounts online at the 29 following web address www.window.state.tx.us/taxpermit/ and fill out the 30 application to apply for your Texas tax ID. 31 (2) The firm's e-mail address and fax number. 32 (3) The firm's DUNS number as issued by Dun & Bradstreet. This number 33 is used by the City for required reporting on Federal Aid projects. The DUNS 34 number may be obtained at www.dnb.com. 35 d. Resumes reflecting the construction experience of the principles of the firm for firms 36 submitting their initial prequalification. These resumes should include the size and 37 scope of the work performed. 38 e. Other information as requested by the City. 39 40 2. Prequalification Requirements 41 a. Financial Statements. Financial statement submission must be provided in 42 accordance with the following: 43 (1) The City requires that the original Financial Statement or a certified copy 44 be submitted for consideration. CITY OF FORT WORTH ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 2019 Asphalt Pavement Crack Seal 102114 00 45 11 -2 BIDDERS PRE -QUALIFICATIONS Page 2 of 3 1 (2) To be satisfactory, the financial statements must be audited or reviewed 2 by an independent, certified public accounting firm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly Iicensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual, corporation, or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not, in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting I4 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America. This must be stated in the accounting firm's opinion. 17 It should: (1) express an unqualified opinion, or (2) express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is determined by multiplying the 25 positive net working capital (working capital = current assets — current 26 liabilities) by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared, the previous statement shall be updated with 31 proper verification. 32 b. Bidder Prequalification Application, A Bidder 1requalification Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report, the notation of 37 "None" or "N/A" should be inserted. 38 (2) A minimum of five (5) references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequalification. The schedule must 42 include the manufacturer, model and general common description of 43 each piece of equipment. Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3. Eligibility to Bid 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend, or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH 2019 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised July 1, 2011 0045 11 -3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 d. if a contractor has a valid prequalification letter, the contractor will be eligible to bid 2 the prequalified work types until the expiration date stated in the letter. 3 8 END OF SECTION CITY OF FORT WORTFI 2019 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 IN 13 14 15 16 17 18 19 20 21 22 23 24 25 C 0045 12 - 1 PREQUALIFICATION STATEMENT Page I of 1 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalif3cation Expiration Date Not Applicable The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. 1:.1130 Do t;F _Curcto Inc. Company _6133 Hwy 27 Address _Center pointcity, TX 78010 City/State/Zip By: Curtis Wheateraft (Please Print) Signature: Title: President (Please Print) Date: e4 ;e END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2019 , Psphalt Pai-emenl Crack .Seal 102114 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 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 102114. Contractor further certifies 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: _Curtco Inc Company 6133 Hwy 27 Address _Center point city, TX 78010 City/State/Zip THE STATE OF TEXAS COUNTY OF TARRANT am _Curtis Wheatcraft (Please Print) Signature: Title: _President (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared CCH3 beafi'm l— , 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 (.La +o D I Zi8c for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this q111 day of 20 17 ``ttifYlff��i / r KIMBERI.Y R, HUONI Notary Public, State of Texas Notary Public in and for the State of Texas Comm. Expires 04-13-2022 Notary fD 1118762-7 E ION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2019 Asphalt Pavement Crack Seal 102114 00 dS fit - I J4ilaarity iludiaess JanloMpriu SeciFicniioue9 1Pa�o ! of 2 I SECTION 00 45 40 2 Minoxity .Business Enterprisc Specifications 3 4 AP.PLiCfATION OF POLICY 5 11' [he total dollar value of the contract is greater than $50,OOU. then a MBE subcontracting goaJ is 6 applicable, 7 8 i QLi Y STA'i'ENTEN 9 it is the policy of the City (Yf Fart Worth to enstlre tho ball and equitable participallon by ' inarity ]o Business Enterprises (MBE) in. the procurement of all goods and st:rvit:cv. All requirements iind I I re ulati6m—stated in the C1ity's current Business Diversity Enterprise Ordinance apply to this bid. J a _MBE PROJECT GOAL 14 The City 5 MBE goal on this prixjex:t is 5—% of the total hid value of the contract (Base b d applies rro Parks 15 and C orrrrrumily Sarviceff), 16 17 Note: If both MBE, and SBE suheontracting goals are established for this prujLTt, Ihen an 01terar 19 must submit Imth a MISS. Utiiizatiun Form and a SBE Utilization Form to be deemed responsive. 19 21 On City contracts $50.000 or ruore where a .MBE subcontracting goal is applied, OfferoiN are required to 2t comply with the intent of the City's 13asiness Diversity Entemprise Ordinance by one of the VAiowing; 23 1. Meet or exceed the ahnve stated 11113E goal through MHE saheontractitig participation, or 24 2, Meet or exceed the shrove slated MBE goal through 1191E je>lid Venture parLiripation, or 25 3. Good Faith Effort dneumentation, or; 26 4. Primc Waiver ducLimentation. V i ?2 7.9 30 31 32 33 34 35 L[Bi4 ITTAL OF R IR>E D DOCUMENTATION The applicable docuirlents rims lie received by the Purchasing Diviskin, within the J'rFll;3�k-ing times ;GIJsn ;iteil, ki order for the emiro hid to be r.nrt.4idered 1;P Ilrt• tipcciFicxtion.N_ the Offin tr.sll4 t[e]iver tie NIB disL,><1mmwvion 117 person I thu nplirnt)riite-gnipioyee of the purchii�1ng 4livi*ion wid t)i>Idil11 it dtkICAjI11','- receipt, Such nc_eip 15haIi he ,- v.idenwe dial [Ile C i I Y mceived the dKUm€nfation in tho i�: alln ut d. A.1nxed and/or eanftlect capy will not he amep#ed- 1. Subcontractor Udllmdon Form, if received no later than UK) p_rn,, on the second City h sincss goal is met orexceeded: day after the bid opening date, exclusive of the bid ripening date, 2. Good Faith Effort and received no later thAn 2.00 p.nu, on the second City bt>simr ss Subcontractor UtilUation Form. it day after the bid opeziing date, exclasiva of the bid oprming panic pation is less than stated Epai, date. I Goad F a I I h Effort and received no later than 2:00 p,m., on the second City business Subeontractor Utilization r,Orm. if nu clay after the bid Opening date, vultnive of the bid opening "BE artici lion: elate, 4, Prime [contractor Waiver Form. received nD J.tter than 2.00 p,tn., gn the second City business if you will perfoml a I I day after the bid opining date, exclusive of tho hid opening con trulc:tin s tippiier work, date. MY OF FMT.WDRTH 2019 ftilolt.Pikw-tiai Cr * Seal STANDARD CON -MUCTJON SPECI!'ICATIDN 1X]{'UtwiPWI'S IM1 14 Revd ed Jams Q. 2015 2 3 4 5 tl04540-2 t4iiwd &y Huminm EnlUpFihe 51ucIFcaiiluiks Inge 2 uT2 5. Joint Ventime Form, if gouT is inet received no later than 2:00 p.m.. on the smond City businet3s or exceeded• day sifter the bid opening date, exclusive of the bid opening dale. FAILURE TO COMPLY V"H THE GMIS BUSINESS DIVERSITY ENTERPRISE ORDINANCE I l WILL JRESUL'T` IN TIIM BID BEING CONSDDERED NON -RE ONSI E TO SPEC LFICATION . FAILURE TO SUBMIT THE REQV[RED MHE DOCUMENTATION WILL RESULT IN THE BID BEING CONSTDERED NON -RESPONSIVE. A b"ECOND FAILURE WILL RESULT IN THE OITF-ROR BEING DISQUALTF'I.ED FOR A PER OD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WELL RESULT IN A DISQUA LIFIUATTO.N PERIOD OF THREE YEARS. 7 Amy Questions, Pleam aofset The M! BE Office at (817) 212-2674. END OF SECTION CITY QNR)KTWEIRTH M19,AWmitM ow ntcmp k-zsBW KANLIARD L'ONST#]tUC'[ ON SPOA--j0 ION DOCUMENTS' RevJsed �uae 51, 201 S 00 52 43 - 1 Agreement Page 1 of 5 SECTION 00 52 43 2 THIS AGREEMENT, authorized on _June 25, 2019 is made by and between the City of Forth 3 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, 4 ("City"), and _Curtco Inc , 5 authorized to do business in Texas, acting by and through its duly authorized representative, 6 ("Contractor"). 7 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1. WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 11 Project identified herein. 12 Article 2. PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: 15 2019 Asphalt Pavement Crack Seal 16 City Project Number 102114 17 Article 3. CONTRACT PRICE 18 City agrees to pay Contractor for performance of the Work in accordance with the Contract I9 Documents an amount, in current funds, of TWO HUNDRED EIGHTY FIVE THOUSAND and 00/100 Dollars 20 ($_285, 000.00___). 21 Article 4. CONTRACT TIME 22 4.1 Final Acceptance. 23 The Work will be complete for Final Acceptance within { 60) days after the date 24 when the Contract Time commences to run, as provided in Paragraph 2.03 of the General 25 Conditions, plus any extension thereof allowed in accordance with Article 12 of the 26 General Conditions. 27 4.2 Liquidated Damages 28 Contractor recognizes that time is of the essence for completion of Milestones, if any, and 29 to achieve Final Acceptance of the Work and City will suffer financial loss if the Work is 30 not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also 31 recognizes the delays, expense and difficulties involved in proving in a legal proceeding, 32 the actual loss suffered by the City if the Work is not completed on time. Accordingly, 33 instead of requiring any such proof, Contractor agrees that as liquidated damages for 34 delay (but not as a penalty), Contractor shall pay City <six hundred ands tv> Dollars 35 ($650.00) for each day that expires after the time specified in Paragraph 4.1 for Final 36 Acceptance until the City issues the Final Letter of Acceptance. 37 Article 5. CONTRACT DOCUMENTS c ���<�I�P►11Y�1�iIlL�i 39 A. The Contract Documents which comprise the entire agreement between City and 40 Contractor concerning the Work consist of the following: CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised 11.15.17 00 52 43 -2 Agreement Page 2 of 5 41 1. This Agreement. 42 2. Attachments to this Agreement: 43 a. Bid Form 44 1) Proposal Form 45 2) Vendor Compliance to State Law Non -Resident Bidder 46 3) Prequalification Statement 47 4) State and Federal documents (project specific) 48 b. Current Prevailing Wage Rate Table 49 c. Insurance ACORD Form(s) 50 d. Payment Bond 51 e. Performance Bond 52 f. Maintenance Bond 53 g. Power of Attorney for the Bonds 54 h. Worker's Compensation Affidavit 55 i. MBE and/or SBE Utilization Form 56 3. General Conditions. 57 4. Supplementary Conditions. 58 5. Specifications specifically made a part of the Contract Documents by attachment 59 or, if not attached, as incorporated by reference and described in the Table of 60 Contents of the Project's Contract Documents. 61 6. Drawings. 62 7. Addenda. 63 8. Documentation submitted by Contractor prior to Notice of Award. 64 9. The following which may be delivered or issued after the Effective Date of the 65 Agreement and, if issued, become an incorporated part of the Contract Documents: 66 a. Notice to Proceed. 67 b. Field Orders. 68 c. Change Orders. 69 d. Letter of Final Acceptance. 70 71 Article 6. INDEMNIFICATION 72 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 73 expense, the city, its officers, servants and employees, from and against any and all 74 claims arising out of, or alleged to arise out of, the work and services to be performed 75 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 76 under this contract. This indemnification provision is specifically intended to operate 77 and be effective even if it is alleged or proven that all or some of the damages being 78 sought were caused, in whole or in part, by any act, omission or negligence of the city. 79 This indemnity provision is intended to include, without limitation, indemnity for 80 costs, expenses and legal fees incurred by the city in defending against such claims and 81 causes of actions. 82 CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised 11.15.17 00 52 43 - 3 Agreement Page 3 of 5 83 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 84 the city, its officers, servants and employees, from and against any and all loss, damage 85 or destruction of property of the city, arising out of, or alleged to arise out of, the work 86 and services to be performed by the contractor, its officers, agents, employees, 87 subcontractors, licensees or invitees under this contract. This indemnification 88 provision is specifically intended to operate and be effective even if it is alleged or 89 proven that all or some of the damages being sought were caused, -in whole or in part, 90 by any act, omission or negligence_ of the city. 91 92 Article 7. MISCELLANEOUS 93 7.1 Terms. 94 Terms used in this Agreement which are defined in Article I of the General Conditions will 95 have the meanings indicated in the General Conditions. 96 7.2 Assignment of Contract. 97 This Agreement, including all of the Contract Documents may not be assigned by the 98 Contractor without the advanced express written consent of the City. 99 7.3 Successors and Assigns. 100 City and Contractor each binds itself, its partners, successors, assigns and legal 101 representatives to the other party hereto, in respect to all covenants, agreements and 102 obligations contained in the Contract Documents, 103 7.4 Severability. 104 Any provision or part of the Contract Documents held to be unconstitutional, void or 105 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 106 remaining provisions shall continue to be valid and binding upon CITY and 107 CONTRACTOR. 108 7.5 Governing Law and Venue. 109 This Agreement, including all of the Contract Documents is performable in the State of 110 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the I 1 Northern District of Texas, Fort Worth Division. 112 7.6 Authority to Sign. 113 Contractor shall attach evidence of authority to sign Agreement if signed by someone other 114 than the duly authorized signatory of the Contractor. 115 116 7.7 Prohibition On Contracts With Companies Boycotting Israel, 117 Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government 118 Code, the City is prohibited from entering into a contract with a company for goods or 119 services unless the contract contains a written verification from the company that it: (1) 120 does not boycott Israel; and (2) will not boycott Israel during the term of the contract. CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seat STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised 11.15.17 00 52 43 - 4 Agreement Page 4 of 5 121 The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms 122 in Section 808.001 of the Texas Government Code. By signing this contract, Contractor 123 certifies that Contractor's signature provides written verification to the City that 124 Contractor. (I) does not boycott Israel, and (2) will not boycott Israel during the term of 125 the contract. 126 127 7.8 Immigration Nationality Act. 128 Contractor shall verify the identity and employment eligibility of its employees who 129 perform work under this Agreement, including completing the Employment Eligibility 130 Verification Form (1-9). Upon request by City, Contractor shall provide City with copies of 131 all I-9 forms and supporting eligibility documentation for each employee who performs 132 work under this Agreement. Contractor shall adhere to all Federal and State laws as well as 133 establish appropriate procedures and controls so that no services will be performed by any 134 Contractor employee who is not legally eligible to perform such services. 135 CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS 136 FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF 137 THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, 138 SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to 139 Contractor, shall have the right to immediately terminate this Agreement for violations of 140 this provision by Contractor. 141 142 7.9 No Third -Party Beneficiaries, 143 This Agreement gives no rights or benefits to anyone other than the City and the Contractor 144 and there are no third -party beneficiaries. 145 146 7.10 No Cause of Action Against Engineer. 147 Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their 148 sureties, shall maintain no direct action against the Engineer, its officers, employees, and 149 subcontractors, for any claim arising out of, in connection with, or resulting from the 150 engineering services performed. Only the City will be the beneficiary of any undertaking by 151 the Engineer. The presence or duties of the Engineer's personnel at a construction site, 152 whether as on -site representatives or otherwise, do not make the Engineer or its personnel I53 in any way responsible for those duties that belong to the City and/or the City's construction 154 contractors or other entities, and do not relieve the construction contractors or any other 155 entity of their obligations, duties, and responsibilities, including, but not limited to, all 156 construction methods, means, techniques, sequences, and procedures necessary for 157 coordinating and completing all portions of the construction work in accordance with the 158 Contract Documents and any health or safety precautions required by such construction 159 work. The Engineer and its personnel have no authority to exercise any control over any 160 construction contractor or other entity or their employees in connection with their work or 161 any health or safety precautions. 162 163 SIGNATURE PAGE TO FOLLOW 164 CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Sea] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised 11.15.17 005243-5 Agreement Page 5 of 5 165 166 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be 167 effective as of the date subscribed by the City's designated Assistant City Manager ("Effective 168 Date"). 169 Contractor: Curtco Inc By: . 10, (Signature) (Printed Name) Title: President Address: 6133 Hwy 27 City/State/Zip: Center point City, TX 78010 �9 _ Date City of Fort Worth By: Day Burghdoff Acting Assistant City Manager Date Attest: City S (Seal) M&C G- N 50 Date: 06/25/2019 Form 1295 No. 2019 - 495270 Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Shammi Rahman Project Manager ' a UZ and Legality: Douglas W. Black Assistant City Attorney 170 171 APP gookeW REC ME DED: 172 173 174 e 175 INTERIM DIRECTOR, 176 Transportation and Public Work 177 ornCIAL RECORD CITY OF FORT WORTH rVJ%#044DMcflfXC ck Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised 11.15.17 1 2 3 4 5 6 SECTION 00 6113 PERFORMANCE BOND 0061 13 - 1 PERFORMANCE BOND Page 1 of 2 .P1and -,a 022224590 THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § 7 That we, Curtco Inc , known as 8 "Principal" herein and Liberty Mutual X_ s19Yahce_ t%m 099/ a corporate 9 surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a I 1 municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal 12 sum of, TWO HUNDRED EIGHTY FIVE THOUSAND —AND 00/100 Dollars 13 ($_285,000.00� ), lawful money of the United States, to be paid in Fort Worth, 14 Tarrant County, Texas for the payment of which sum well and truly to be made, we bind 15 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, 16 firmly by these presents. 17 WHEREAS, the Principal has entered into a certain written contract with the City 18 awarded the �25 day of _June 2019_, which Contract is hereby referred to and 19 , made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment 20 labor'and other accessories defined by law, in the prosecution of the Work, including any Change 21 Orders, as provided for in said Contract designated as 2019 Asphalt Pavement Crack Seal, City 22 Project Number 102114. 23 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 24 shall faithfully perform it obligations under the Contract and shall in all respects duly and 25 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 26 specifications, and contract documents therein referred to, and as well during any period of 27 extension of the Contract that may be granted on the part of the City, then this obligation shall be 28 and become null and void, otherwise to remain in full force and effect. 29 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 30 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 31 Worth Division. CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised July 1, 2011 0061 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 WHEREOF, the Principal and the Surety have SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the yh day of 61, 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 M1 ATTEST: (Principal) Secretary Witness �asto Principal PRINCIPAL: Curtco Inc President Curtis Wheatcraft, Name and Title Address: 6133Hw 27 Centerpoint ci TX 78010 SURETY: 1- ber jA 1Vlufual - 1soraneez— udvrn +ah y �2 Berke e�5t , o5hgn 9fi a211"G BY: f Signature a r -�yl- Name and Title Address: 1 U WU r &,40h Rd. Sf�•��� zarl arl-fonia, 7X '7�ga.30 Witness as o urety Telephone Number: *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its hailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Sea[ STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 0061 14 - 1 PAYMENT BOND Page I of 2 SECTION 00 6114 PAYMENT BOND t�2222590 THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, Curtco Inc , known as "Principal" herein, and _Liberty MutualIM5ura 1-) e Cam r�cr� h, a corporate surety (sureties), 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, 12 in the penal sum of TWO HUNDRED EIGHTY FIVE THOUSANDand 00/I00 Dollars 13 ($_285,000.00 ), lawful money of the United States, to be paid in Fort Worth, 14 Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, 15 our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these 16 presents: 17 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 18 25 day of _June , 20_19 which Contract is hereby referred to and 19 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, 20 labor -and other accessories as defined by law, in the prosecution of the Work as provided for in 21 said Contract and designated as 2019 Asphalt Pavement Crack Seal City Project Number 22 102114. 23 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 24 Principal shall pay all monies Owing to any (and all) payment bond beneficiary (as defined in 25 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 26 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 27 force and effect. 28 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 29 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 30 accordance with the provisions of said statute. 31 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2019 Asphalt Pavement Crack Seal 102114 0061 14 - 2 PAYMENT BOND Page 2 of 2 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the 9' day of 3 JuItL 520 19 il 5 6 7 8 9 10 11 12 ATTEST: (Principal) Secretary fitness as to Principal ATTEST: (7�� j (Surety) Secretary r Witnes to Surety PRINCIPAL: Curtco Inc B l S2gnatu�re Name and Title Curtis Wheateraft, President Address: _6133Hwy27 Centerpoint city, 78010_ TX SURETY: _ s c` C6mjoanq 115 2re r k e o/!lv Signature l.ia1%/ E. _St,tt2d-, A&QrAe -'�)- FaaV Name and Title `i W WurrzbachRot I � Itniv,.. Telephone Number: 210— &`?l —&q& 7 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH 2019 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised July 1, 2011 SURETY This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY Certificate No: 8198106 KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies'), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Lana Sund, David E. Sund all of the city of San Antonio state of TX each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 4th day of December , 2018 Liberty Mutual Insurance Company P� IH8IJ ,I,( INS&�p � INSugq The Ohio Casualty Insurance Company ,�J �oR4ORap 'f't, yJ �oRPDPrgr "9y `GP�o�OKap do West American Insurance Company J3 `�ofi Q3 `yen �3 Fom m 1912 0 1919 1991 a m o Q o fn Y`yd sskcHUS�fida$~ yo `MgMPa.. rs 'ft P 1 �a By-, David M. Carey, Assistant Secretary ru State of PENNSYLVANIA a 4) Z) County of MONTGOMERY ss L 0 m On this 4th day of December 2018 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance 0 o F Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes m a therein contained by signing on behalf of the corporations by himself as a duly authorized officer. Q uJ IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. O Notarial Seal N�a: COMMONWEALTH OFPENNSYLVANIA Q O Teresa Paslella, Notary Public p y p � Upper Marion Twp., Montgomery County By: s= m ar 8 My Commission Expires March 28, 2021 Teresa Pastella, Notary Public � w Member. Pennsylvania Association of Notaries 0� r0 � cn m This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual o � Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: E m ARTICLE IV — OFFICERS; Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surely M f any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full 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 executed, such � instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE All — Execution of Contracts: Section 5, Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation —The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in - fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 9th day of July , 2019 . INSu Q�11 INS& a tsSLq J Q'GoeaoRq}yrm e ao�rP°r�r�'pyy0 GP2onP°Rq aim 1912 0 1919 n 1991 4 lyw. w m o Q o By dg 1��ScwNs�aaa y°� �AMPSa �a� fs 'mo,ANP dad Renee C. Llewellyn, Assistant Secretary d M V a ca r6 L.L. O .on� � OS 0 W 'Fa -0 ao Eto 4- M c °O 00 0 w- LMS-12873 LM1C OCIC WAIC Multi Co 062018 SURETY Important Notice TO OBTAIN INFORMATION OR TO MAKE A COMPLAINT: You may write to Liberty Mutual Surety at: Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http:llwww.tdi.state. tx.us E-mail: Cons umerProtection tdi.state. tx.us Premium or Claim Disputes Should you have a dispute concerning a premium, you should contact the agent first. If you have a dispute concerning a claim, you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Attach This Notice To Your Policy: This notice is for information only and does not become a part or condition of the attached document. LMIC-3500 Page f of Rev.7.1,07 .i �7f'ir NOTIFICACION IMPORTANTE PARA OBTENER INFORMACION O REALIZAR UNA QUEJA: Usted puede escribir la notificacion y dirigirla a Liberty Mutual Surety en la siguiente direccibn: Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 Usted puede contactar al Departamento de Seguros de Texas para obtener informacion acerca de las companias, coberturas, derechos o quejas: 1-800-252-3439 Usted puede escribir al Departamento de Seguros de Texas a la siguiente direccibn: P. O, Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: Consume rProtection tdi.state.tx.us Disputas acerca de primal o reclamos En caso de que usted quiera elevar una disputa concerniente al terra de primas, por favor contacte en primer lugar a su agente. Si el tema de la disputa es relativo a un reclamo, par favor contacte a la compania de seguros en primer termino. Si usted considers que la disputa no es apropiadamente resuelta en estas instancias, entonces usted puede contactar al Departamento de Seguros de Texas.. Adjunte esta notificacion a su poliza: Esta notificacion es a los solos fines de su informacibn y la misma no forma parte o condiciona de manera alguna el documento adjunto. LMIC-3500 Page 2 of 2 Rev. 7.1.07 l SECTION 00 6119 0061 19 - 1 MAINTENANCE BOND Page I of 3 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we Curtco Inc , known as 8 "Principal" herein and _Liberty Mutual ,T17,5f A �j., a corporate surety 9 (sureties, if more than one) duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 11 municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, 12 in the sum of TWO HUNDRED EIGHTY FIVE THOUSAND AND 00/100 Dollars 13 ($_285,000.00 ), lawful money of the United States, to be paid in Fort Worth, 14 Tarrant County, Texas, for payment of which sum well and truly be made unto the City and its 15 successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly 16 and severally, firmly by these presents. 17 18 WHEREAS, the Principal has entered into a certain written contract with the City awarded 19 the 25_day of June , 2019, which Contract is hereby 20 referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 21 materials, equipment labor and other accessories as defined by law, in the prosecution of the 22 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 23 the "Work") as provided for in said contract and designated as 2019 Asphalt Pavement Crack 24 Seal, City Project Number 102114; and 25 26 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 27 accordance with the plans, specifications and Contract Documents that the Work is and will 28 remain free from defects in materials or workmanship for and during the period of two (2) years 29 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 30 31 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 32 upon receiving notice from the City of the need therefor at any time within the Maintenance 33 Period. 34 CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised July 1, 2011 0061 19 - 2 MAINTENANCE BOND Page 2 of 3 1 NOW THEREFORE, the condition of this obligation is such that if Principal shall 2 remedy any defective Work, for which timely notice was provided by City, to a completion 3 satisfactory to the City, then this obligation shall become null and void; otherwise to remain in 4 full force and effect. 5 6 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 7 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 8 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 9 the Surety under this Maintenance bond; and 10 11 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 12 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 13 Worth Division; and 14 15 PROVIDED FURTHER, that this obligation shall be continuous in nature and 16 successive recoveries may be had hereon for successive breaches. 17 18 19 CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised July 1, 2011 0061 19 - 3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the day of 3 , 20JI. 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 ATTEST: ( rincipal) Secre ary Witness as to Principal ATTEST - (Surety) Secre ry Witness a Surety PRINCIPAL: Curtco Inc BY: Signature �r ° CurtisWheatcraft President Name and Title Address:_ 613314wY27 Centerpoint city , TX 78010 SURETY: ufva " 511 (' MP6?h 175 S1 Fl o2i,o BY: Signature DaVrd E. Sung 4fiva u -fin--fie f Name and Title Address: 1112D wurz&ch j?j S&r.2V1 4 Telephone Number: Rio-k9) —D04,7 37 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 38 from the by-laws showing that this person has authority to sign such obligation. If 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2019 Asphalt Pavement Crack Seal 102114 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. 7 Liberty- Liberty Mutual Insurance Company Mutual The Ohio Casualty Insurance Company Certificate No: 8198106 West American Insurance Company SURETY POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the Stale of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the"Companies"), pursuant to and by aufhority herein set forth, does hereby name, constitute and appoint, Kimberly R. Huoni, Lana Sand, David E. Sand all of the city of San Antonio state of TX each individually if there be more than one named, its true 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 have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 4th day of December , 2018 Liberty Mutual Insurance Company P� 1NSUpR POSY INS& I SU The Ohio Casualty Insurance Company �iJ o°RPoR4fi�2 �PGu�O/�T West American Insurance Company Y 91912c�g0 y 1919 6 1991 p /J/%/�/�/J y dl sBACHUS" -da hrAMP`�b� �' �"DIANt, b dad s''M * d By, / David M. Carey, Assistant Secretary State of PENNSYLVANIA County of MONTGOMERY ss M ID as On this 4th day of December , 2018 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance o o Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes = F- > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. LM CO ) w IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above wdtten. T a O g�Ca=""-"'-i COMMONWEALTH OF PENNSYLVANIA 0 F.4^_ �r Nolarlal Seal LL ' I S3P Teresa Pastella, Notary Pub% ¢� 0 C O Upper Merion Twp., Montgomery County gy: N ro ILO N (i f My Commission Expires March 28, 2021 eres Notary Public �iFa r rvlamber, Pennsylvania Association Notaries m ,q' �, of O C0 CD .c �5 This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual a.5 Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: o m ti ARTICLE IV— OFFICERS: Section 12. Power of Attorney, 3 Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the - a a 0President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety > CZ) M C any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in•fact, subject to the limitations set forth in their respective powers of attorney, shall t N ` have full 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 executed, such " °O 00 instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under the f m provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. o ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings, 0 0 - Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, F0— shall appoint such attorneys -in -fact, as may be necessary Io act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation —The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in - fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deriver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall he valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 9th day of July , 2019 FV INStllz 4411 INS&,Q a 1Nbu tiJ LQgp°l7At�'�[, y�7 GORPOR,4 F�y \GP GOR4OR9} yC, J$ o re t 3 o c� a 3 `Oa fi 1912 oz1919wo Q 1991 0 ��9�j CH°5h aD y4dy "Atap$ aaa �s� BY "°r^HPa.4b Renee C. Llewellyn, Assistant Secretary LMS-12873 LMSC OGIC WAIC Multi Co 062018 10�1.� f-)crt Mu al .........__.___._. SURETY Important Notice TO OBTAIN INFORMATION OR TO MAKE A COMPLAINT: You may write to Liberty Mutual Surety at: Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection(a).tdi.state.tx.us Premium or Claim Disputes Should you have a dispute concerning a premium, you should contact the agent first. If you have a dispute concerning a claim, you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Attach This Notice To Your policy: This notice is for information only and does not become a part or condition of the attached document. LMIC-3500 Page 1 of 2 Rev. 7.1.07 IONA/hAtint H ber NOTIFICACION IMPORTANTE PARA OBTENER INFORMACION O REALIZAR UNA QUEJA: Usted puede escribir la notificacion y dirigirla a Liberty Mutual Surety err la siguiente direction: Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 Usted puede contactar al Departamento de Seguros de Texas para obtener informacion acerca de las companias, coberturas, derechos o quejas: 1-800-252-3439 Usted puede escribir al Departamento de Seguros de Texas a la siguiente direction: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www,tdi.state.tx.us E-mail: ConsumerProtection tdi.state.tx.us Disputas acerca de primas o reclamos En caso de que usted quiera elevar una disputa concerniente al tema de primas, por favor contacte en primer lugar a su agente. Si el tema de la disputa es relativo a un reclamo, par favor contacte a la companfa de seguros en primer termino. Si usted considera que la disputa no es apropiadamente resuelta en estas instancias, entonces usted puede contactar al Departamento de Seguros de Texas.. Adjunte esta notificacion a su pbliza: Esta notificacion es a los solos fines de su informacion y la misma no forma parte o condiciona de manera alguna el documento adjunto. LMIC-3500 Page 2 of 2 Rev. 7.1.07 CG 72 08 07 17 TEXAS - EXTENDER ULTRA LIABILITY PLUS ENDORSEMENT COMMERCIAL GENERAL LIABILITY EXTENSION ENDORSEMENT SUMMARY OF COVERAGES This is a summary of the various additional coverages and coverage modifications provided by this endorsement. No coverage is provided by this summary. * Extended Property Damage * Expanded Fire Legal Liability to include Explosion, Lightning and Sprinkler Leakage x Coverage for non -owned watercraft is extended to 51 feet in length * Property Damage — Borrowed Equipment • Property Damage Liability -- Elevators * Coverage D — Voluntary Property Damage Coverage $5,000 Occurrence with a $10,000 Aggregate W Coverage E — Care, Custody and Control property Damage Coverage $25,000 Occurrence with a $100,000 Aggregate — $500 Deductible * Coverage F — Electronic Data Liability Coverage $50,000 " Coverage G — Product Recall Expense $25,000 Each Recall Limit with a $50,000 Aggregate — $1.000 Deductible * Coverage H -- Water Damage Legal Liability — $25,000 * Coverage I — Designated Operations Covered by a Consolidated (Wrap -Up) Insurance Program Limited Coverage • Increase in Supplementary Payments: Bail Bonds to $1,000 * Increase in Supplementary Payments: Loss of Earnings to $500 * For newly formed or acquired organizations -- extend the reporting requirement to 180 days * Broadened Named Insured • Automatic Additional Insured — Owners, Lessees or Contractors — Automatic Status When Required in Construction Agreement With You — Including Upstream Parties Contractors BlanketAdditional Insured — Products — Completed Operations Coverage — Including Upstream Parties Automatic Additional Insured — Vendors * Automatic Additional Insured — Lessor of Leased Equipment Automatic Status When Required in Lease Agreement With You * Automatic Additional Insured — Managers or Lessor of Premises * Additional Insured — Engineers, Architects or Surveyors Not Engaged by the Named Insured * Additional Insured — State or Governmental Agency or Subdivision or Political Subdivision — Permits or Authorizations " Additional Insured -- Consolidated Insurance Program (Wrap -Up) Off -Premises Operations Only — Owners, Lessees or Contractors Automatic Status When Required in Construction Agreement With You * Additional Insured — Employee Injury to Another Employee * Automatically Included — Aggregate Limits of Insurance (per location) " Automatically included — Aggregate Limits of Insurance (per project) Knowledge of occurrence — Knowledge of an "occurrence", "claim or suit" by your agent, servant or employee shall not in itself constitute knowledge of the named insured unless an officer of the named insured has received such notice from the agent, servant or employee Blanket Waiver of Subrogation " Liberalization Condition " Unintentional failure to disclose all hazards. If you unintentionally fail to disclose any hazards existing at the inception date of your policy, we will not deny coverage under this Coverage Form because of such failure. However, this provision does not affect our right to collect additional premium or exercise our right of cancellation or non -renewal. * "Insured Contract" redefined for Limited Railroad Contractual Liability * Mobile equipment to include snow removal, road maintenance and street cleaning equipment less than 1,000 Ibs GVW * Bodily Injury Redefined REFER TO THE ACTUAL ENDORSEMENT FOLLOWING ON PAGES 2 THROUGH 14 FOR CHANGES AFFECTING YOUR INSURANCE PROTECTION CG 72 08 07 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 14 CG 72 08 07 17 C. SUPPLEMENTARY PAYMENTS — COVERAGES A AND B is amended: 1. To read SUPPLEMENTARY PAYMENTS 2. Bail Bonds Item 1.15. is amended as follows: b. lip to $1,000 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. 3. Loss of Earnings Item 1.d. is amended as follows: d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit", including actual loss of earnings up to $500 a day because of time off from work. 4. The following language is added to Item 1. However, we shall have none of the duties set forth above when this insurance applies only for Voluntary Property Damage Coverage and/or Care, Custody or Control Property Damage Coverage and we have paid the Limit of Liability or the Aggregate Limit for these coverages. SECTION If --- WHO IS AN INSURE® A. The following change is made: Extended Reporting Requirements Item 3.a. is deleted and replaced by the following: a. Coverage under this provision is afforded only until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier. B. The following provisions are added: 4. BROAD FORM NAMED INSURED Item 1.f. is added as follows: f. Any legally incorporated entity of which you own more than 50 percent of the voting stock during the policy period only if there is no other similar insurance available to that entity. However: (1) Coverage A does not apply to "bodily injury" or "property damage" that occurred before you acquired more than 50 percent of the voting stock; and (2) Coverage B does not apply to "personal and advertising injury" arising out of an offense committed before you acquired more than 50 percent of the voting stock. 5. Additional Insured -- Owners, Lessees or Contractors -Automatic Status When Required in Construction or Service Agreement With You — Including Upstream Parties a. Any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy; b. Any other person or organization you are required to add as an additional insured under the contract or agreement described in Paragraph a. above. Such person(s) or organization(s) is an additional insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" which may be imputed to that person or organization directly arising out of: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured. However, the insurance afforded to such additional insured: 1. Only applies to the extent permitted by law; and CG 72 08 07 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 5 of 14 CG 72 08 07 17 2. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. c. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to: 1. "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: a. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional architectural, engineering or surveying services. 2. "Bodily injury" or "property damage" occurring after: a. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed: or b. That portion of "your work" 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 operations for a principal as a part of the same project. 6. Additional Insured — Products Completed Operations Coverage -- Including Upstream Parties a. Any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy; and b. Any other person or organization you are required to add as an additional insured under the contract or agreement described in Paragraph a. above_ Such person(s) or organization(s) is an additional insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" which may be imputed to that person or organization directly arising out of "your work" specified in the "written contract" and included in the "products -completed operations hazard". However: (1) The insurance afforded to such additional insureds only applies to the extent permitted by law; (2) If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. (3) Such coverage will not apply subsequent to the first to occur of the following: i. The expiration of the period of time required by the "written contract"; or ii. The expiration of any applicable statute of limitations or statute of repose with respect to claims arising out of "your work". c. With respect to the insurance afforded to any additional insured under this endorsement, the following additional exclusionary language shall apply: This insurance does not apply to "bodily injury" or "property damage" arising out of the rendering of, or the failure to render, any professional architecture, engineering or surveying services, including: (1) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications, or (2) Supervisory, inspection, architectural or engineering activities. CG 72 08 07 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 6 of 14 CG 72 08 07 17 (b) If a claim is made or "suit" is brought against any insured, you must: 1. Immediately record the specifics of the claim or "suit" and the date received; and ii. Notify us as soon as practicable. You must see to it that we receive written notice of the claim or "suit" as soon as practicable. Knowledge of a claim or "suit" by your agent, servant or employee shall not in itself constitute knowledge of the named insured unless an officer of the named insured has received such notice from the agent, servant or employee. 2. Where Broad Form Named Insured is added in SECTION 11 — WHO IS AN INSURED of this endorsement, Condition 4. Other Insurance b. Excess Insurance (1).(a) is replaced by the following: (a) Any of the 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, and not withstanding any other language in any other policy. This provision does not apply to a policy written to apply specifically in excess of this policy. B. The following are added: 1. Condition (5) of 2.c. (5) Upon our request, replace or repair the property covered under Voluntary Property Damage Coverage at your actual cost, excluding profit or overhead. 10. Blanket Waiver Of Subrogation We waive any right of recovery we may have against any person or organization because of payments we make for injury or damage arising out of: premises owned or occupied by or rented or loaned to you, ongoing operations performed by you or on your behalf, done under a contract with that person or organization, "your work", or "your products". We waive this right where you have agreed to do so as part of a written contract, executed by you before the "bodily injury" or "property damage" occurs or the "personal injury" or "advertising injury" offense is committed. 11. Liberalization If a revision to this Coverage Part, which would provide more coverage with no additional premium becomes effective during the policy period in the state designated for the first famed Insured shown in the Declarations, your policy will automatically provide this additional coverage on the effective date of the revision. 12. unintentional Faifure to Disclose All Hazards Based on our reliance on your representations as to existing hazards, if you unintentionally should fall to disclose all such hazards at the inception date of your policy, we will not deny coverage under this Coverage Part because of such failure. However, this provision does not affect our right to collect additional premium or exercise our right of cancellation or non -renewal. 13. The following conditions are added in regard to Coverage G -- Product Recall Expense In event of a "product recall", you must a. See to it that we are notified as soon as practicable of a "product recall". To the extent possible, notice should include how, when and where the "product recall" took place and estimated "product recall expense". b. Take all reasonable steps 10 minimize "product recall expense". This will not increase the limits of insurance. c. If requested, permit us to question you under oath at such times as may be reasonably required about any matter relating to this insurance or your claim, including your books and records. Your answers must be signed. d. Permit us to inspect and obtain other information proving the loss. You must send us a signed, sworn statement of loss containing the information we request to investigate the claim. You must do this within 60 days after our request. e. Cooperate with us in the investigation or settlement of any claim. f. Assist us upon our request, in the enforcement of any rights against any person or organization which may be liable to you because of loss to which this insurance applies. CG 72 08 07 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 12 of 14 Tlev'dbMutuar WORKERS' COMPENSATION INSURANCE WORKERS' COMPENSATION AND WC 42 03 04 B EMPLOYERS LIABILITY POLICY Agent copy TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. O Specific Waiver Name of person or organization (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS OPERATIONS 3, Premium: The premium charge for this endorsement shall be 2.00 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: Included, see Information Page This endorsement changes the policy to which 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 endorsement, effective on 111119 at 12:01 a.m. standard time, forms a part of: Policy no, 0001152369 of Texas Mutual Insurance Company effective on 111119 Issued to: CURTCO INC This is not a bill NCCI Carrier Code: 29939 Authorized representative 12/31/18 PO Box 12058, Austin, TX 78711-2058 1 of 1 texasmutual.com 1 (800) 859-5995 1 Fax (800) 359-0650 WC 42 03 04 B 006125-1 CERTIFICATE OF INSURANCE Page 1 of 1 1 SECTION 00 6125 2 CERTIFICATE OF INSURANCE 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 END OF SECTION CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Sea[ STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised July 1, 2011 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmvy 2, 2016 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1— Definitions and Terminology..........................................................................................................1 1.01 Defined Terms...............................................................................................................................1 1.02 Terminology..................................................................................................................................6 Article2 — Preliminary Matters......................................................................................................................... 7 2.01 Copies of Documents.................................................................................................................... 7 2.02 Commencement of Contract Time; Notice to Proceed................................................................ 7 2.03 Starting the Work.......................................................................................................................... 8 2.04 Before Starting Construction........................................................................................................ 8 2.05 Preconstruction Conference.......................................................................................................... 8 2.06 Public Meeting.............................................................................................................................. 8 2.07 Initial Acceptance of Schedules.................................................................................................... 8 Article 3 — Contract Documents: Intent, Amending, Reuse............................................................................ 8 3.01 Intent.............................................................................................................................................. 8 3.02 Reference Standards...................................................................................................................... 9 3.03 Reporting and Resolving Discrepancies....................................................................................... 9 3.04 Amending and Supplementing Contract Documents.................................................................10 3.05 Reuse of Documents...................................................................................................................10 3.06 Electronic Data............................................................................................................................ I I Article 4 — Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points...........................................................................................................11 4.01 Availability of Lands..................................................................................................................11 4.02 Subsurface and Physical Conditions..........................................................................................12 4.03 Differing Subsurface or Physical Conditions.............................................................................12 4.04 Underground Facilities...............................................................................................................13 4.05 Reference Points.........................................................................................................................14 4.06 Hazardous Environmental Condition at Site..............................................................................14 Article5 -- Bonds and Insurance.....................................................................................................................16 5.01 Licensed Sureties and Insurers...................................................................................................16 5.02 Performance, Payment, and Maintenance Bonds.......................................................................16 5.03 Certificates of Insurance.............................................................................................................16 5.04 Contractor's Insurance................................................................................................................18 5.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................19 Article 6 — Contractor's Responsibilities........................................................................................................19 6.01 Supervision and Superintendence...............................................................................................19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary 2, 2016 6.02 Labor; Working Hours ........................ ........................................................................................ 20 6.03 Services, Materials, and Equipment........................................................................................... 20 6.04 Project Schedule..........................................................................................................................21 6.05 Substitutes and "Or-Equals"....................................................................................................... 21 6.06 Concerning Subcontractors, Suppliers, and Others....................................................................24 6.07 Wage Rates..................................................................................................................................25 6.08 Patent Fees and Royalties........................................................................................................... 26 6.09 Permits and Utilities....................................................................................................................27 6.10 Laws and Regulations................................................................................................................. 27 6.11 Taxes........................................................................................................................................... 28 6.12 Use of Site and Other Areas....................................................................................................... 28 6.13 Record Documents......................................................................................................................29 6.14 Safety and Protection.................................................................................................................. 29 6.15 Safety Representative..................................................................................................................30 6.16 Hazard Communication Programs............................................................................................. 30 6.17 Emergencies and/or Rectification............................................................................................... 30 6.18 Submittals....................................................................................................................................31 6.19 Continuing the Work................................................................................................................... 32 6.20 Contractor's General Warranty and Guarantee..........................................................................32 6.21 Indemnification......................................................................................................................... 33 6.22 Delegation of Professional Design Services..............................................................................34 6.23 Right to Audit.............................................................................................................................. 34 6.24 Nondiscrimination.......................................................................................................................35 Article7 - Other Work at the Site................................................................................................................... 35 7.01 Related Work at Site................................................................................................................... 35 7.02 Coordination................................................................................................................................36 Article8 - City's Responsibilities...................................................................................................................36 8.01 Communications to Contractor...................................................................................................36 8.02 Furnish Data................................................................................................................................ 36 8.03 Pay When Due............................................................................................................................ 36 8.04 Lands and Easements; Reports and Tests................................................................................... 36 8.05 Change Orders............................................................................................................................. 36 8.06 Inspections, Tests, and Approvals ............................................................... 36 8.07 Limitations on City's Responsibilities....................................................................................... 37 8.08 Undisclosed Hazardous Environmental Condition.................................................................... 37 8.09 Compliance with Safety Program...............................................................................................37 Article 9 - City's Observation Status During Construction........................................................................... 37 9.01 City's Project Manager............................................................................................................ 37 9.02 Visits to Site................................................................................................................................ 37 9.03 Authorized Variations in Work.................................................................................................. 38 9.04 Rejecting Defective Work..........................................................................................................38 9.05 Determinations for Work Performed..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work.....................38 C= OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Ftinixy 2, 2016 Article 10 - Changes in the Work; Claims; Extra Work................................................................................ 38 10.01 Authorized Changes in the Work............................................................................................... 38 10.02 Unauthorized Changes in the Work...........................................................................................39 10.03 Execution of Change Orders.......................................................................................................39 10.04 Extra Work.................................................................................................................................. 39 10.05 Notification to Surety.................................................................................................................. 39 10.06 Contract Claims Process.............................................................................................................40 Article i 1 - Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement ...................... 41 11.01 Cost of the Work......................................................................................................................... 41 11.02 Allowances..................................................................................................................................43 11.03 Unit Price Work.......................................................................................................................... 44 11.04 Plans Quantity Measurement......................................................................................................45 Article 12 - Change of Contract Price; Change of Contract Time.................................................................46 12.01 Change of Contract Price............................................................................................................46 12.02 Change of Contract Time............................................................................................................47 12.03 Delays..........................................................................................................................................47 Article 13 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 48 13.01 Notice of Defects........................................................................................................................48 13.02 Access to Work........................................................................................................................... 48 13.03 Tests and Inspections..................................................................................................................48 13.04 Uncovering Work........................................................................................................................49 13.05 City May Stop the Work.............................................................................................................49 13.06 Correction or Removal of Defective Work................................................................................ 50 13.07 Correction Period........................................................................................................................ 50 13.08 Acceptance of Defective Work...................................................................................................51 13.09 City May Correct Defective Work............................................................................................. 51 Article 14 - Payments to Contractor and Completion....................................................................................52 14.01 Schedule of Values......................................................................................................................52 14.02 Progress Payments...................................................................................................................... 52 14.03 Contractor's Warranty of Title................................................................................................... 54 14.04 Partial Utilization........................................................................................................................ 55 14.05 Final Inspection...........................................................................................................................55 14.06 Final Acceptance.........................................................................................................................55 14.07 Final Payment.............................................................................................................................. 56 14.08 Final Completion Delayed and Partial Retainage Release........................................................ 56 14.09 Waiver of Claims........................................................................................................................ 57 Article 15 --- Suspension of Work and Termination........................................................................................ 57 15.01 City May Suspend Work............................................................................................................. 57 15.02 City May Terminate for Cause................................................................................................... 58 15.03 City May Terminate For Convenience....................................................................................... 60 Article 16 - Dispute Resolution......................................................................................................................61 16.01 Methods and Procedures............................................................................................................. 61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmxy 2, 2016 Article 17 — Miscellaneous............................................................................ 17.01 Giving Notice............................................................................ 17.02 Computation of Times.............................................................. 17.03 Cumulative Remedies............................................................... 17.04 Survival of Obligations............................................................. 17.05 Headings.................................................................................... CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmry2, 20I6 ............................................ 62 ............................................ 62 ............................................ 62 ............................................ 62 ............................................ 63 ............................................ 63 00 72 00 - 1 GENERAL CONDITIONS Page 1 of 63 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 definition of a listed -defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda —Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement ---The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment —The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos —Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award — Authorization by the City Council for the City to enter into an Agreement. 6. Bid —The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder —The individual or entity who submits a Bid directly to City. 8. Bidding Documents —The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements —The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. 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 Revision: F-bnk%y 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 2 of 63 13. Change Order —A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. City— The City of Fort Worth, Texas, a home -rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 15. City Attorney -- The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 16. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 17. City Manager — The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 18. Contract Claim —A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 19. Contract —The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements, whether written or oral. 20. Contract Documents —Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 21. Contract Price —The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 22. Contract Time —The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance. 23. Contractor —The individual or entity with whom City has entered into the Agreement. 24. Cost of the Work —See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmmy2, 2016 00 72 ao - 1 GENERAL CONDITIONS Page 3 of 63 25. Damage Claims — A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 26. Day or day -- A day, unless otherwise defined, shall mean a Calendar Day. 27. Director of Aviation -- The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Planning and Development — The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Director of Water Department — The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 32. Drawings —That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 33. Effective Date of the Agreement —The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34. Engineer —The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 36. Field Order — A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 37. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fftiary 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 4 of 63 38. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, .and in conformance with the Contract Documents. 39. General Requirements —Sections of Division 1 of the Contract Documents. 40. Hazardous Environmental Condition —The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 41. Hazardous Waste —Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 42. Laws and Regulations —Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 43. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 44. Major Item — An Item of work included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or $25,000 whichever is less. 45. Milestone —A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46. Notice of Award —The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 47. Notice to Proceed —A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48. PCBs —Polychlorinated biphenyls. 49. Petroleum ---Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non -Hazardous Waste and crude oils. 50. Plans — See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmay2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 5 of 63 51. Project Schedule —A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 52. Project —The Work to be performed under the Contract Documents. 53. Project Manager —The authorized representative of the City who will be assigned to the Site. 54. Public Meeting — An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 55. Radioactive Material —Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 56. Regular Working Hours --- Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 57. Samples —Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 58. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 59. Schedule of Values —A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 60. Site —Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights -of -way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 61. Specifications —That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 62. Subcontractor —An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febntwy 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 6 of 63 63. Submittals —All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Successful Bidder —The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent —The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions —That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities —All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 69. Unit Price Work —See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours -- Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work —The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: I3cbnuy 2, 2016 00 72 00 -1 GENERAL CONDITIONS Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or 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 furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well -blown technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 — PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time; Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary 2, 2016 007200-1 GENERAL. CONDITIONS Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3 — CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to city. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmy2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fein i&y Z 2016 00 "72 00 - 1 GENERAL CONDITIONS Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 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 Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary 2, 20I6 00 72 00 -1 GENERAL CONDITIONS Page 11 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4 — AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Wxuary2,2016 00 72 00 - 1 GENERAL_ CONDITIONS Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary 2, 2016 007200- t GENERAL CONDITIONS Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if: 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d, the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated: 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febwxy 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIIICATION DOCUMENTS Revision: Febmaty 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2, other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: F uumy2,2016 007200- I GENERAL CONDITIONS Page 16 of 63 ARTICLE 5 — BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney -in -fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5,02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as "Additional Insured" on all liability policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmaiy 2, 20I6 00 72 00 - 1 GENERAL CONDITIONS Page 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VH in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febawy Z 2016 00 72 00 - 1 GENERAL CONDITIONS Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 11. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first -dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT' wORTF1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnaary2, 2.016 00 72 00 - 1 GENERAL CONDITIONS Page 19 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto', defined as autos owned, hired and non -owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 — CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2, for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnwy 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 0132 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or -Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. "Or -Equal" Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or -equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fbbmary2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fehnmry 2, 2016 007200-1 GENERAL CONDITIONS Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by there from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.13. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmy Z 2016 00 72 00 -1 GENERAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary 2, 2016 00 72 00 -1 GENERAL CONDITIONS Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fduuary 2, 2016 00 72 00 - ] GENERAL CONDITIONS Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the llth day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting front CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision; FbNtt ry2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 27 of 63 the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.B. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: L Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, 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 Revision. Febmary2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 1 S 1.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. http://www.window.state.tx.us/taxinfo/taxforms/93-forms.htrnl 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. MY OP PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary 2, 20I6 00 72 00 - 1 GENERAL CONDITIONS Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPEGFICATION DOCUMENTS Revision: Febmmy Z 2016 00 72 00 - 1 GENERAL CONDITIONS Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2, all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor, shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 ao 72 00 - 1 GENERAL CONDITIONS Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For -Information -Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. 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 6.1 S.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmry2, 2416 00 72 00 -1 GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. 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 Revision: rvbruary2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 33 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.B. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS MEMNI_FICATION PROVISION IS_SPECMCALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLE ED DR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART. BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and- against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISMO IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fdxuary2, 2016 00 72 00 -1 GENERAL CONDITIONS Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART, BY ANY ACT. OMISSION OR NEgLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit - related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title 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. 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH STANDARD CONSTRUCnON SPECIFICATION DOCUMENTS Revision: Febnwy2,2016 00 72 00 -1 GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 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 Revision: Febmary2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is Sha i ah an , or his/her successor pursuant to written notification from the Director of TP . 9.02 Visits to Site A. City's Project Manager will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Manager will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Manager will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Manager's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Manager's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Rebnaary2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 38 of 63 9.03 Authorized Variations in Work City's Project Manager may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Manager believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Manager will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 — CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. MY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmmy2,2016 007200-1 GENERAL CONDITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. C= OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febiumy2, 2016 00 72 00 -1 GENERAL CONDITIONS Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. 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 CONSTRU(MON SPECIFICATION DOCUMENTS Revision: Febniwy 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE I1— COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLAINS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.13, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.B, and shall include but not be limited to the following items: Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55% markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fdmwy 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and ,fee as provided in this Paragraph 11.01. S. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: F!1 n 2, 2016 007200-1 GENERAL CONDITIONS Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.01.A.1 or specifically covered by Paragraph 11.01.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.13, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre -bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 ao '72 00 -1 GENERAL CONDITIONS Page 44 of 63 a, the pre -bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre -bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. 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 WORTII STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2Q 16 007200- 1 GENERAL CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: F xuary2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 46 of 63 E. For callout work or non -site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT 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: I. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.01.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 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1, a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.01.A.1, 11.01.A.2. and 11.01.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.01.A.4 and 11.01.A.5, the Contractor's fee shall be five percent (5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febbnny2,2016 00 72 00 -1 GENERAL CONDITIONS Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.01.A.1 and 11.0l.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 11.01.A.6, and 11.01.13; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. CTrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fdxumy 2, 2016 00 72 00 -1 GENERAL CONDITIONS Page 48 of 63 ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of 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 Revision: Fein 1my Z 2016 00 72 00 - 1 GENERAL CONDITIONS Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febway 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or 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 in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: FebmaryZ 2016 00 72 00 - 1 GENERAL CONDITIONS Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period: City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fiebnmty 2, 2016 00 72 00 -1 GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmry 2, 2016 00 72 00 -1 GENERAL CONDITIONS Page 53 of 63 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor 'indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules, that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors, requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CH Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: F bwzy 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Feimaiy 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: I"ammy2, 2016 00 72 00 -1 GENERAL CONDITIONS Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision; February 2, 2016 00 72 00 -1 GENERAL. CONDITIONS Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such 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 final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15 -- SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febma y 2, 20I6 00 72 00 -1 GENERAL CONDITIONS Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of 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 Business Diversity Enterprise Ordinance #20020-12-2011established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Frebmaty 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.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 termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnwy 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and duality, 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 Revision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and famishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16 — DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.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 Revision: Fdm y2,2016 00 72 00 - 1 GENERAL CONDITIONS Page fit of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17 — NUSCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnwy 2, 2016 00 72 00 -1 GENERAL CONDITIONS Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: rebruayZ 2016 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 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions 00 73 00 - 1 SUPPLEMENTARY CONDITIONS Page 1 of 6 These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-3.03B.2, "Resolving Discrepancies" Plans govern over Specifications. SC-4.01A 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-4.01A.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 April 10, 2019 Outstanding Right -Of -Way, and/or Easements to Be Acquired PARCEL OWNER NUMBER Done TARGET DATE OF POSSESSION 39 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 40 and do not bind the City. 41 42 If Contractor considers the final easements provided to differ materially from the representations on the 43 Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, 44 notify City in writing associated with the differing easement line locations. 45 46 SC-4.01A.2, "Availability of Lands" 47 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22, 2016 2019 Asphalt Pavement Crack Seal 102114 00 73 00 - 2 SUPPLEMENTARY CONDITIONS Page 2 of 6 1 Utilities or obstructions to be removed, adjusted, and/or relocated 2 3 The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated 4 as of April 10, 2019 5 EXPECTED UTILITY AND LOCATION OWNER None TARGET DATE OF ADJUSTMENT 6 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 7 and do not bind the City. 8 9 SC-4.02A., "Subsurface and Physical Conditions" i0 11 The following are reports of explorations and tests of subsurface conditions at the site of the Work: 12 13 A None Report No. , dated , prepared None a sub -consultant of None a 14 consultant of the City, providing additional information on (None 15 16 The following are drawings of physical conditions in or relating to existing surface and subsurface 17 structures (except Underground Facilities) which are at or contiguous to the site of the Work: 18 None 19 20 SC-4.06A., "Hazardous Environmental Conditions at Site" 21 22 The following are reports and drawings of existing hazardous environmental conditions known to the City: 23 None 24 25 SC-5.03A., "Certificates of Insurance" 26 27 The entities listed below are "additional insureds as their interest may appear" including their respective 28 officers, directors, agents and employees. 29 30 (1) City 31 (2) Consultant: None 32 (3) Other: None 33 34 SC-5.04A., "Contractor's Insurance" 35 36 The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following 37 coverages for not less than the following amounts or greater where required by Iaws and regulations: 38 39 5.04A. Workers' Compensation, under Paragraph GC-5.04A. 40 41 Statutory limits 42 Employer's liability 43 $1.00,000 each accidentloccurrence 44 $100,000 Disease - each employee 45 $500,000 Disease - policy limit 46 47 SC-5.04B., "Contractor's Insurance" 48 CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised January 22, 2016 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 6 5.04B. Commercial General Liability, under Paragraph GC-5.0413. 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 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: $250,000 Bodily Injury per person / $500,000 Bodily Injury per accident I .$100,000 Property Damage SC-5.04D., "Contractor's Insurance" The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks None 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 Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the 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: NIA (2) Each Occurrence: NIA Required for this Contract x Not required for this Contract Provide an "X" next to the appropriate selection above based on the Contract requirements> With respect to the above outlined insurance requirements, the following shall govern: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22, 2016 2019 Asphalt Pavement Crack Sea] 102114 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 6 1 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in 2 the name of the railroad company. However, if more than one grade separation or at -grade 3 crossing is affected by the Project at entirely separate locations on the line or lines of the same 4 railroad company, separate coverage may be required, each in the amount stated above. 5 6 2. Where more than one railroad company is operating on the same right-of-way or where several 7 railroad companies are involved and operated on their own separate rights -of -way, the Contractor 8 may be required to provide separate insurance policies in the name of each railroad company. 9 10 3. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a I railroad company's right-of-way at a location entirely separate from the grade separation or at- 12 grade crossing, insurance coverage for this work must be included in the policy covering the grade 13 separation. 14 15 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- 16 way, all such other work may be covered in a single policy for that railroad, even though the work 17 may be at two or more separate locations. 1s 19 No work or activities on a railroad company's property to be performed by the Contractor shall be 20 commenced until the Contractor has furnished the City with an original policy or policies of the insurance 21 for each railroad company named, as required above. All such insurance must be approved by the City and 22 each affected Railroad Company prior to the Contractor's beginning work. 23 24 The insurance specified above must be carried until all Work to be performed on the railroad right-of-way 25 has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, 26 insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. 27 Such insurance must name the railroad company as the insured, together with any tenant or lessee of the 28 railroad company operating over tracks involved in the Project. 29 30 SC-6.04., "Project Schedule" 31 32 Project schedule shall be tier 3 for the project. 33 34 SC-6.07., "Wage Rates" 35 36 37 38 The following is the prevailing rate table(s) applicable to this project and is provided in thel 39 Appendix: GC— 6.07, "2013 Prevailing Wage Rate (Highway & Heavy Consirarctions Projects) " 40 41 SC-6.09., "Permits and Utilities" 42 43 SC-6.09A., "Contractor obtained permits and licenses" 44 The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 45 None 46 47 SC-6.09B. "City obtained permits and licenses" 48 The following are known permits and/or licenses required by the Contract to be acquired by the City: None 49 50 SC-6.09C. "Outstanding permits and licenses" 51 52 The following is a list of known outstanding permits and/or licenses to be acquired, if any as of June 03, 53 2018 54 55 Outstanding Permits and/or Licenses to Be Acquired CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised January 22, 2016 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 007300-5 SUPPC.EMENTARY CONDITIONS Page 5 o176 OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION "None"> SC-6.24B., "Title VI, Civil Rights Act of 1964 as amended" During the performance of this Contract, the Contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "Contractor") agrees as follows: 1. CompIiance with Regulations: The Contractor shall comply with the Regulation relative to nondiscrimination in Federally -assisted programs of the Department of Transportation (hereinafter, "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2, Nondiscrimination: The Contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, or national origin, in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The Contractor shall not participate either directly or indirectly in the discrimination prohibited by 49 CFR, section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcontractors, Including Procurements of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontactor or supplier shall be notified by the Contractor of the Contractor's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. 4. Information and Reports: The Contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information and its facilities as may be determined by City or the Texas Department of Transportation to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information the contractor shall so certify to the City, or the Texas Department of Transportation, as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of the Contractor's noncompliance with the nondiscrimination provisions of this Contract, City shall impose such contract sanctions as it or the Texas Department of Transportation may determine to be appropriate, including, but not limited to: a. withholding of payments to the Contractor under the Contract until the Contractor complies, and/or b. cancellation, termination or suspension of the Contract, in whole or in part. 6. Incorporation of Provisions: The Contractor shall include the provisions of paragraphs (1) through (6) in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The Contractor shall take such action with respect to any subcontract or procurement as City or the Texas Department of Transportation may direct as a means of enforcing such provisions including sanctions for non-compliance: Provided, however, that, in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request City to enter into CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22, 2016 2019 Asphalt Pavement Crack Seal 102114 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 00 73 00 - 6 SUPPLEMENTARY CONDITIONS Page 6 of 6 such litigation to protect the interests of City, and, in addition, the contractor may request the United States to enter into such litigation to protect the interests of the United States. Additional Title VI requirements can be found in the Appendix. SC-7.02., "Coordination" The individuals or entities listed below have contracts with the City for the performance of other work at the Site: Vendor Scope of Work Coordination Authority none SC-8.01, "Communications to Contractor" All re ove aterial a ris st a ha le o to a s ita le psite ithin the sa e a isting rick pavers a ere se onl i approve the ngineer isting ricks that o not eet the re ire speci ications or re- se shall a elivere to the it Stock pile ar at 33 a Street ontractor shall ack ill chin the c r rive a s si a alks etc ithin ive a s ro the ate o co pletion SC-9.01., "City's Project Manager" The City's Project Manager for this Contract is Shammi Rahman or his/her successor pursuant to written notification from the Director of Transportation and Public work SC-13.03C., "Tests and Inspections" None SC-16.01C.1, "Methods and Procedures" None END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F. Griffin SC-9.01., "City's Project Representative" wording changed to City's Project Manager. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22, 2016 2019 Asphalt Pavement Crack Seal 102114 SECTION 01 11 00 SUMMARY OF WORK PART1- GENERAL 1.1 SUMMARY A. Section Includes: 011100-1 SUMMARY OF WORK Page 1 of 3 1. Summary of Work to be performed in accordance with the Contract Documents B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. Use and occupy only portions of the public streets and alleys, or other public places or other rights -of -way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised December 20, 2012 011100-2 SUMMARY OF WORK Page 2 of 3 b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. If the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad permit. D. Work within Easements 1. Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property. 2. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise, clear all rights -of -way or easements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the project construction operations. 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence work within easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised December 20, 2012 011100-3 SUMMARY OF WORK Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL 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] 111 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised December 20, 2012 Of2500-1 SUBSTITUTION PROCEDURES Page 1 of 4 1 SECTION 0125 00 2 SUBSTITUTION PROCEDURES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for requesting the approval of substitution of a product that is not 7 equivalent to a product which is specified by descriptive or performance criteria or 8 defined by reference to 1 or more of the following: 9 a. Name of manufacturer 10 b. Name of vendor 11 c. Trade name 12 d. Catalog number 13 2. Substitutions are not "or -equals". 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 18 2, Division 1 —General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 2I 1. Work associated with this Item is considered subsidiary to the various items bid. 22 No separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Request for Substitution - General 26 1. Within 30 days after award of Contract (unless noted otherwise), the City will 27 consider formal requests from Contractor for substitution of products in place of 28 those specified. 29 2. Certain types of equipment and kinds of material are described in Specifications by 30 means of references to names of manufacturers and vendors, trade names, or 31 catalog numbers. 32 a. When this method of specifying is used, it is not intended to exclude from 33 consideration other products bearing other manufacturer's or vendor's names, 34 trade names, or catalog numbers, provided said products are "or -equals," as 35 determined by City. 36 3. Other types of equipment and kinds of material may be acceptable substitutions 37 under the following conditions: 38 a. Or -equals are unavailable due to strike, discontinued production of products 39 meeting specified requirements, or other factors beyond control of Contractor; 40 or, CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised July 1, 2011 01 25 00 - 2 SUBSTITUTION PROCEDURES Page 2 of 4 1 b. Contractor proposes a cost and/or time reduction incentive to the City 2 1.5 SUBMITTALS 3 A. See Request for Substitution Form (attached) 4 B. Procedure for Requesting Substitution 5 1. Substitution shall be considered only: 6 a. After award of Contract 7 b. Under the conditions stated herein 8 2. Submit 3 copies of each written request for substitution, including: 9 a. Documentation 10 1) Complete data substantiating compliance of proposed substitution with 11 Contract Documents 12 2) Data relating to changes in construction schedule, when a reduction is 13 proposed 14 3) Data relating to changes in cost 15 b. For products 16 1) Product identification 17 a) Manufacturer's name 18 b) Telepbone number and representative contact name I9 c) Specification Section or Drawing reference of originally specified 20 product, including discrete name or tag number assigned to original 21 product in the Contract Documents 22 2) Manufacturer's literature clearly marked to show compliance of proposed 23 product with Contract Documents 24 3) Itemized comparison of original and proposed product addressing product 25 characteristics including, but not necessarily limited to: 26 a) Size 27 b) Composition or materials of construction 28 c) Weight 29 d) Electrical or mechanical requirements 30 4) Product experience 31 a) Location of past projects utilizing product 32 b) Name and telephone number of persons associated with referenced 33 projects knowledgeable concerning proposed product 34 c) Available field data and reports associated with proposed product 35 5) Samples 36 a) Provide at request of City. 37 b) Samples become the property of the City. 38 c. For construction methods: 39 1) Detailed description of proposed method 40 2) Illustration drawings 41 C. Approval or Rejection 42 1. Written approval or rejection of substitution given by the City 43 2. City reserves the right to require proposed product to comply with color and pattern 44 of specified product if necessary to secure design intent. 45 3. In the event the substitution is approved, the resulting cost and/or time reduction 46 will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Sea] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised July 1, 2011 01 25 00 - 3 SUBSTITUTION PROCEDURES Page 3 of 4 1 4. No additional contract time will be given for substitution. 2 5. Substitution will be rejected if- 3 a. Submittal is not through the Contractor with his stamp of approval 4 b. Request is not made in accordance with this Specification Section 5 c. In the City's opinion, acceptance will require substantial revision of the original 6 design 7 d. In the City's opinion, substitution will not perform adequately the function 8 consistent with the design intent 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE 13 A. In making request for substitution or in using an approved product, the Contractor 14 represents that the Contractor: 15 1. Has investigated proposed product, and has determined that it is adequate or 16 superior in all respects to that specified, and that it will perform function for which 17 it is intended 18 2. Will provide same guarantee for substitute item as for product specified 19 3. Will coordinate installation of accepted substitution into Work, to include building 20 modifications if necessary, making such changes as may be required for Work to be 21 complete in all respects 22 4. Waives all claims for additional costs related to substitution which subsequently 23 arise 24 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 PART 2 - PRODUCTS [NOT USED] 28 PART 3 - EXECUTION [NOT USED] 29 30 31 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 I4 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: TO: 01 25 00 - 4 SUBSTITUTION PROCEDURES Page 4 of 4 PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned 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 CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Recommended _ Recommended _ Not recommended Received late By Date Remarks Date Rejected 2019 Asphalt Pavement Crack Seal 102114 SECTION 013119 PRECONSTRUCTION MEETING PART1- GENERAL 1.1 SUMMARY A. Section Includes: 013119-1 PRECONSTRUCTION MEETING Page 1 of 3 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations fiom this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the execution of the Agreement and before Work is started. a. The meeting will be scheduled and administered by the City. 2, The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Project Representative b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised August 17, 2012 01 31 19 - 2 PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives f Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with ,Section 0132 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule c. 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 in, Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre -Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. MAVBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment jj. Questions or Comments CITY OF FORT WORTH 2019 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised August 17, 2012 013119-3 PRECONSTRUCTION MEETING Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised August 17, 2012 013120-1 PROJECT MEETINGS Page 1 of 3 SECTION 013120 PROJECT MEETINGS [Specifier: This Specification is intended for use on projects designated as Tier 3 or Tier 4.1 PART 1 - GENERAL 11 SUMMARY A. Section Includes: 1. 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 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 -- Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Schedule, attend and administer as specified, 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 Section, may be held when requested by the City, Engineer or Contractor. B. Pre -Construction Neighborhood Meeting I . 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 meeting to be determined by the City. 3. Attendees CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised July 1, 2011 013120-2 PROJECT MEETINGS Page 2 of 3 a. Contractor b. Project Representative c. Other City representatives 4. Meeting Schedule a. In general, the neighborhood meeting will occur within the 2 weeks following the pre -construction conference. b. In no case will construction be allowed to begin until this meeting is held. C. Progress Meetings 1. Formal project coordination meetings will be held periodically. Meetings will be scheduled and administered by Project Representative. 2. Additional progress meetings to discuss specific topics will be conducted on an as - needed basis. Such additional meetings shall include, but not be limited to: a. Coordinating shutdowns b. Installation of piping and equipment c. Coordination between other construction projects d. Resolution of construction issues e. Equipment approval 3. The Project Representative will preside at progress meetings, prepare the notes of the meeting and distribute copies of the same to all participants who so request by frilly 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 £ 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 CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised July 1, 201 t 013120-3 PROJECT MEETINGS Page 3 of 3 p. Review status of Requests for Information b. Meeting Schedule a. Progress meetings will be held periodically as determined by the Project Representative. 1) Additional meetings may be held at the request of the: a) City b) Engineer c) Contractor 7. Meeting Location a. The City will establish a meeting location. 1) To the extent practicable, meetings will be held at the Site. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL 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] PART 3 - EXECUTION [NOT USED] END OF ,SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised July 1, 2011 013233-1 PRECONSTRUCTION VIDEO Page 1 of 2 SECTION 0132 33 PRECONSTRUCTION VIDEO PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD ISITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised July 1, 201I 013233-2 PRECONSTRUCT10N VIDEO Page 2 of 2 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Lag DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised July 1, 2011 SECTION 0133 00 SUBMITTALS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 013300-1 SUBMITTALS Page] of 8 1. General methods and requirements of submissions applicable to the following Work -related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 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. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised December 20, 2012 01 33 00 - 2 SUBMITTALS Page 2 of 8 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the 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: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) `By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 %z inches x 11 inches to 8 % inches x 1 Iinches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised December 20, 2012 013300-3 SUBMITTALS Page 3 of 8 2. The Project title and number 3. Contractor identification 4. The names o£ a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 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 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City's Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City's Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing -in diagrams and templates 5) Catalog cuts 6) Product photographs CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised December 20, 2012 013300-4 SUBMITTALS Page 4 of 8 7) Standard wiring diagrams 8) Printed performance curves and operational -range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare -parts listing and printed product warranties 12) As applicable to the Work H. Samples As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work 1. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on -site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution 1. Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised December 20, 2012 013300-5 SUBMITTALS Page 5 of 8 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City 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 may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN' is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised December 20, 2012 013300-6 SUBMITTALS Page 6 of 8 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non -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. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into 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 I resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. S. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised December 20, 2012 0 t 33 00 - 7 SUBMITTALS Page 7 of 8 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. N. Request for Information (RFI) 1. Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Use the Request for Information (RFI) form provided by the City. 3. Numbering of RFI a. Prefix with "RFI" followed by series number, "-xxx", beginning with "01" and increasing sequentially with each additional transmittal. 4. Sufficient information shall be attached to permit a written response without further information. 5. The City will log each request and will review the request. a. If review of the project information request indicates that a change to the Contract Documents is required, the City will issue a Field Order or Change Order, as appropriate. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSIINFORMATIONAL 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] CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised December 20, 2012 013300-8 SUBMITTALS Page 8 of 8 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised December 20, 2012 013513-1 SPECIAL PROJECT PROCEDURES Page 1 of 8 1 SECTION 013513 2 SPECIAL PROJECT PROCEDURES 3 4 PART1- GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. The procedures for special project circumstances that includes, but is not limited to: 8 a. Coordination with the Texas Department of Transportation 9 b. Work near High Voltage Lines 10 c. Confined Space Entry Program 11 d. Air Pollution Watch Days 12 e. Use of Explosives, Drop Weight, Etc. 13 f. Water Department Notification 14 g. Public Notification Prior to Beginning Construction 15 h. Coordination with United States Arley Corps of Engineers 16 i. Coordination within Railroad permits areas 17 j. Dust Control 18 k. Employee Parking 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include, but are not necessarily limited to: 22 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division 1— General Requirements 24 3. Section 33 12 25 — Connection to Existing Water Mains 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment 27 1. Coordination within Railroad permit areas 28 a. Measurement 29 1) Measurement for this Item will be by lump sum. 30 b. Payment 31 1) The work performed and materials furnished in accordance with this Item 32 will be paid for at the lump sum price bid for Railroad Coordination. 33 c. The price bid shall include: 34 1) Mobilization 35 2) Inspection 36 3) Safety training 37 4) Additional Insurance 38 5) Insurance Certificates 39 6) Other requirements associated with general coordination with Railroad, 40 including additional employees required to protect the right-of-way and 41 property of the Railroad from damage arising out of and/or from the 42 construction of the Project. CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised December 20, 2012 01 35 13 - 2 SPECIAL PROJECT PROCEDURES Page 2of9 1 2. Railroad Flagmen 2 a. Measurement 3 1) Measurement for this Item will be per working day. 4 b. Payment 5 1) The work performed and materials furnished in accordance with this Item 6 will be paid for each working day that Railroad Flagmen are present at the 7 Site. 8 c. The price bid shall include: 9 1) Coordination for scheduling flagmen 10 2) Flagmen 11 3) Other requirements associated with Railroad 12 3. All other items 13 a. Work associated with these Items is considered subsidiary to the various Items 14 bid. No separate payment will be allowed for this Item. 15 1.3 REFERENCES 16 A. Reference Standards 17 1. 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 Specification, unless a date is specifically cited. 20 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752, 21 High Voltage Overhead Lines. 22 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction 23 Specification 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Coordination with the Texas Department of Transportation 26 1. When work in the right-of-way which is under the jurisdiction of the Texas 27 Department of Transportation (TxDOT): 28 a. Notify the Texas Department of Transportation prior to commencing any work 29 therein in accordance with the provisions of the permit 30 b. All work performed in the TxDOT right-of-way shall be performed in 31 compliance with and subject to approval from the Texas Department of 32 Transportation 33 B. Work near High Voltage Lines 34 1. Regulatory Requirements 35 a. All Work near High Voltage Lines (more than 600 volts measured between 36 conductors or between a conductor and the ground) shall be in accordance with 37 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 38 2. Warning sign 39 a. Provide sign of sufficient size meeting all OSHA requirements. 40 3. Equipment operating within 10 feet of high voltage lines will require the following 41 safety features 42 a. Insulating cage -type of guard about the boom or arm 43 b. Insulator links on the lift hook connections for back hoes or dippers 44 c. Equipment must meet the safety requirements as set forth by OSHA and the 45 safety requirements of the owner of the high voltage lines CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised December 20, 2012 013513-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 4. Work within 6 feet of high voltage electric lines 2 a. Notification shall be given to: 3 1) The power company (example: ONCOR) 4 a) Maintain an accurate log of all such calls to power company and record 5 action taken in each case. 6 b. Coordination with power company 7 1) After notification coordinate with the power company to: 8 a) Erect temporary mechanical barriers, de -energize the lines, or raise or 9 lower the lines 10 c. No personnel may work within 6 feet of a high voltage line before the above 11 requirements have been met. 12 C. Confined Space Entry Program 13 1. Provide and follow approved Confined Space Entry Program in accordance with 14 OSHA requirements. 15 2. Confined Spaces include: 16 a. Manholes 17 b. All other confined spaces in accordance with OSHA's Permit Required for 18 Confined Spaces 19 D. Air Pollution Watch Days 20 1. General 21 a. Observe the following guidelines relating to working on City construction sites 22 on days designated as "AIR POLLUTION WATCH DAYS". 23 b. Typical Ozone Season 24 1) May 1 through October 31. 25 c. Critical Emission Time 26 1) 6:00 a.m. to 10:00 a.m. 27 2. Watch Days 28 a. The Texas Commission on Environmental Quality (TCEQ), in coordination 29 with the National Weather Service, will issue the Air Pollution Watch by 3:00 30 p.m. on the afternoon prior to the WATCH day. 31 b. Requirements 32 1) Begin work after 10:00 a.m. whenever construction phasing requires the 33 use of motorized equipment for periods in excess of 1 hour. 34 2) However, the Contractor may begin work prior to 10:00 a.m. if: 35 a) Use of motorized equipment is less than 1 hour, or 36 b) If equipment is new and certified by EPA as "Low Emitting", or 37 equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or 38 alternative fuels such as CNG. 39 E. TCEQ Air Permit 40 1, Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 41 F. Use of Explosives, Drop Weight, Etc. 42 1. When Contract Documents permit on the project the following will apply: 43 a. Public Notification 44 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 45 prior to commencing. 46 2) Minimum 24 hour public notification in accordance with Section 0131 13 CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised December 20, 2012 01 35 13 - 4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1 G. Water Department Coordination 2 1. During the construction of this project, it will be necessary to deactivate, for a 3 period of time, existing lines. The Contractor shall be required to coordinate with 4 the Water Department to determine the best times for deactivating and activating 5 those lines. 6 2. Coordinate any event that will require connecting to or the operation of an existing 7 City water line system with the City's representative. 8 a. Coordination shall be in accordance with Section 33 12 25. 9 b. If needed, obtain a hydrant water meter from the Water Department for use 10 during the life of named project. 11 c. In the event that a water valve on an existing live system be turned off and on 12 to accommodate the construction of the project is required, coordinate this 13 activity through the appropriate City representative. 14 1) Do not operate water line valves of existing water system. 15 a) Failure to comply will render the Contractor in violation of Texas Penal 16 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 17 will be prosecuted to the full extent of the law. 18 b) In addition, the Contractor will assume all liabilities and 19 responsibilities as a result of these actions. 20 H. Public Notification Prior to Beginning Construction 21 1. Prior to beginning construction on any block in the project, on a block by block 22 basis, prepare and deliver a notice or flyer of the pending construction to the front 23 door of each residence or business that will be impacted by construction. The notice 24 shall be prepared as follows: 25 a. Post notice or flyer 7 days prior to beginning any construction activity on each 26 block in the project area. 27 1) Prepare flyer on the Contractor's letterhead and include the following 28 information: 29 a) Name of Project 30 b) City Project No (CPN) 31 c) Scope of Project (i.e. type of construction activity) 32 d) Actual construction duration within the block 33 c) Name of the contractor's foreman and phone number 34 f) Name of the City's inspector and phone number 35 g) City's after-hours phone number 36 2) A sample of the `pre -construction notification' flyer is attached as Exhibit 37 A. 38 3) Submit schedule showing the construction start and finish time for each 39 block of the project to the inspector. 40 4) Deliver flyer to the City Inspector for review prior to distribution. 41 b. No construction will be allowed to begin on any block until the flyer is 42 delivered to all residents of the block. 43 1. Public Notification of Temporary Water Service Interruption during Construction 44 1. In the event it becomes necessary to temporarily shut down water service to 45 residents or businesses during construction, prepare and deliver a notice or flyer of 46 the pending interruption to the front door of each affected resident. 47 2. Prepared notice as follows: CITY OF PORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised December 20, 2012 01 35 13 - 5 SPECIAL PROJECT PROCEDURES Page 5 of 8 1 a. The notification or flyer shall be posted 24 hours prior to the temporary 2 interruption. 3 b. Prepare flyer on the contractor's letterhead and include the following 4 information: 5 1) Name of the project 6 2) City Project Number 7 3) Date of the interruption of service 8 4) Period the interruption will take place 9 5) Name of the contractor's foreman and phone number 10 6) Name of the City's inspector and phone number 11 c. A sample of the temporary water service interruption notification is attached as 12 Exhibit B. 13 d. Deliver a copy of the temporary interruption notification to the City inspector 14 for review prior to being distributed. 15 e. No interruption of water service can occur until the flyer has been delivered to 16 all affected residents and businesses. 17 f. Electronic versions of the sample flyers can be obtained from the Project 18 Construction Inspector. 19 J. Coordination with United States Army Corps of Engineers (USACE) 20 1. At locations in the Project where construction activities occur in areas where 21 USACE permits are required, meet all requirements set forth in each designated 22 permit. 23 K. Coordination within Railroad Permit Areas 24 1. At locations in the project where construction activities occur in areas where 25 railroad permits are required, meet all requirements set forth in each designated 26 railroad permit. This includes, but is not limited to, provisions for: 27 a. Flagmen 28 b. Inspectors 29 c. Safety training 30 d. Additional insurance 31 e. Insurance certificates 32 f. Other employees required to protect the right-of-way and property of the 33 Railroad Company from damage arising out of and/or from the construction of 34 the project. Proper utility clearance procedures shall be used in accordance 35 with the permit guidelines. 36 2. Obtain any supplemental information needed to comply with the railroad's 37 requirements. 38 3. Railroad Flagmen 39 a. Submit receipts to City for verification of working days that railroad flagmen 40 were present on Site. 41 L. Dust Control 42 1. Use acceptable measures to control dust at the Site. 43 a. If water is used to control dust, capture and properly dispose of waste water. 44 b. If wet saw cutting is performed, capture and properly dispose of slurry. 45 M. Employee Parking 46 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised December 20, 2012 013513-6 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 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 12 13 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.4.13 — Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4.E — Added Contractor responsibility for obtaining a TCEQ Air Permit CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRICTION SPECIFICATION DOCUMENTS 102114 Revised December 20, 2012 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 013513-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF PORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINKS ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <rELEPHONE NO.> m Mr. CCITY INSPECTORS AT C TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2019 Asphalt Pavement Crack Seal 102114 1 2 3 4 01 35 13 - 8 SPECIAL PROJECT PROCEDURES Page 8 of 8 EXHIBIT B Lo RT WOIRT DOE No. xalva x �� Imo: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. (CITY INSPECTOR) AT (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE, THANK YOU, ,CONTRACTOR CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised December 20, 2012 014523-1 TESTING AND INSPECTION SERVICES Page 1 of 2 SECTION 0145 23 TESTING AND INSPECTION SERVICES PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 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 Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external F'TP site approved by the City. CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised July 1, 2011 01 45 23 - 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 1. 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 SUBMITTALSANFORMATIONAL 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] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised July 1, 2011 01 50 00 - 1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 SECTION 0150 00 TEMPORARY FACILITIES AND CONTROLS PARTI- GENERAL 1.1 SUMMARY A. Section Includes: 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 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 I — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES INOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS 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 I week before water for construction is desired CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised July 1, 2011 015000-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 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. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off -site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings l . Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Sea] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised July 1, 2011 01 50 00 - 3 TEMPORARY FACII ITIES AND CONTROLS Page 3 of 4 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on -call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT 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] PART 3 - EXECUTION [NOT USED] 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 [REPAIR] / [RESTORATION] 3.6 RE -INSTALLATION 3.7 FIELD [oit] 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 A. Temporary Facilities CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised July 1, 2011 015000-4 TEMPORARY FACILrr1ES AND CONTROLS Page 4 of 4 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised July 1, 2011 01 55 26 - 1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page I of 3 SECTION 0155 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 1.1 SUMMARY A. Section Includes: 1. Administrative procedures for: a. Street Use Permit b. Modification of approved traffic control c. Removal of Street Signs B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2, Division 1— General Requirements 3. Section 34 71 13 — Traffic Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 1.4 ADMINISTRATIVE REQUIREMENTS A. Traffic Control 1. General a. When traffic control plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. b. When traffic control plans are not included in the Drawings, prepare traffic control plans in accordance with Section 34 71 13 and submit to City for review. 1) Allow minimum 10 working days for review of proposed Traffic Control. B. Street Use Permit 1. Prior to installation of Traffic Control, a City Street Use Permit is required. a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and Public Works Department. CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised July 1, 2011 01 55 26 - 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1) Allow a minimum of 5 working days for permit review. 2) Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modification to Approved Traffic Control 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 Traffic 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 determined that a street sign must be removed for construction, then contact City Transportation and Public Works Department, Signs and Markings Division to remove the sign. E. Temporary Signage 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standards 1. Traffic Control Standards can be found on the City's Buzzsaw website. 1.5 SUBMITTALS [NOT USED] LG ACTION SUBMITTALSANFORMATIONAL 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] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised July 1, 2011 015526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised July 1, 2011 01 57 13- 1 STORM WATER POLLUTION PREVENTION Page I of 3 1 SECTION 0157 13 2 STORM WATER POLLUTION PREVENTION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the I I Contract 12 2. Division 1 — General Requirements 13 3. Section 3125 00 — Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Construction Activities resulting in less than 1 acre of disturbance 17 a. Work associated with this Item is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 2. Construction Activities resulting in greater than 1 acre of disturbance 20 a. Measurement and Payment shall be in accordance with Section 3125 00. 21 1.3 REFERENCES 22 A. Abbreviations and Acronyms 23 1. Notice of Intent: NOI 24 2. Notice of Termination: NOT 25 3. Storm Water Pollution Prevention Plan: SWPPP 26 4. Texas Commission on Environmental Quality: TCEQ 27 5. Notice of Change: NOC 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification, unless a date is specifically cited. 32 2. Integrated Storm Management (iSWM) Technical Manual for Construction 33 Controls 34 1.4. ADMINISTRATIVE REQUIREMENTS 35 A. General 36 1. Contractor is responsible for resolution and payment of any fines issued associated 37 with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 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 015713-2 STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 3125 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general 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 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 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 A. SWPPP 42 1. Submit in accordance with Section 01 33 00, except as stated herein. 43 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City 44 as follows: 45 1) 1 copy to the City Project Manager 46 a) City Project Manager will forward to the City Department of 47 Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised July 1, 2011 0157 13 - 3 STORM WATER POLLUTION PREVENTION Page 3 of 1 B. Modified SWPPP 2 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 3 in accordance with Section 01 33 00. 4 1.6 ACTION 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 12 13 I4 15 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised July 1, 2011 015813-1 TEMPORARY PROJECT SIGNAGE Page 1 of 3 1 SECTION 015813 2 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 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS 27 2.1 OWNER -FURNISHED NR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 28 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 29 A. Design Criteria CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102114 Revised July 1, 2011 015813-2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 1 1. Provide free standing Project Designation Sign in accordance with City's Standard 2 Details for project signs. 3 B. Materials 4 1. Sign 5 a. Constructed of 3/-inch fir plywood, grade A-C (exterior) or better 6 2.3 ACCESSORIES [NOT USED] 7 2.4 SOURCE QUALITY CONTROL [NOT USED] 8 PART 3 - EXECUTION 9 3.1 INSTALLERS [NOT USED] 10 3.2 EXANIINATION [NOT USED] 11 3.3 PREPARATION [NOT USED] 12 3.4 INSTALLATION 13 A. General 14 1. Provide vertical installation at extents of project. 15 2. Relocate sign as needed, upon request of the City. 16 B. Mounting options 17 a. Skids 18 b. Posts 19 c. Barricade 20 3.5 REPAIR / RESTORATION [NOT USED] 21 3.6 RE -INSTALLATION [NOT USED] 22 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 23 3.8 SYSTEM STARTUP [NOT USED] 24 3.9 ADJUSTING [NOT USED] 25 3.10 CLEANING [NOT USED] 26 3.11 CLOSEOUT ACTIVITIES [NOT USED] 27 3.12 PROTECTION [NOT USED] 28 3.13 MAINTENANCE 29 A. General 30 1. Maintenance will include painting and repairs as needed or directed by the City. 31 3.14 ATTACHMENTS [NOT USED] 32 END OF SECTION 33 CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seat STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102114 Revised July 1, 2011 0158 13 - 3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seat STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102114 Revised July 1, 2011 SECTION 0160 00 PRODUCT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 016000-1 PRODUCT REQUIREMENTS Page 1 of 2 1. References for Product Requirements and City Standard Products List 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 USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. A list of City approved products for use is located on Buzzsaw as follows: 1. Resourccs102 - Construction DocumcntslStandard Products List B. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. C. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List. D. Although a specific product is included on 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 0133 00 for submittal requirements of Product Data included on City's Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised December 20, 2012 01 60 00 - 2 PRODUCT REQUIREMENTS Page 2 of 2 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] PART 3 - EXECUTION [NOT USED] I DI01 exel OM KOM I M7 I Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised December 20, 2012 01 66 00 - 1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page I of 4 1 SECTION 0166 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage from: 9 a. Handling 10 b. Exposure to elements or harsh environments I 1 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1 — General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 24 1.9 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY AND HANDLING 28 A. Delivery Requirements 29 1. Schedule delivery of products or equipment as required to allow timely installation 30 and to avoid prolonged storage. 31 2. Provide appropriate personnel and equipment to receive deliveries. 32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 33 for personnel or equipment to receive the delivery. CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised July 1, 2011 016600-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 1 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents from physical or 3 environmental damage. 4 5. Clearly and fully mark and identify as to manufacturer, item and installation 5 location. 6 6. Provide manufacturer's instructions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and 9 manufacturer's recommendations and instructions. 10 C. Storage Requirements 11 1. Store materials in accordance with manufacturer's recommendations and 12 requirements of these Specifications. 13 2. Make necessary provisions for safe storage of materials and equipment. 14 a. Place loose soil materials and materials to be incorporated into Work to prevent 15 damage to any part of Work or existing facilities and to maintain free access at 16 all times to all parts of Work and to utility service company installations in 17 vicinity of Work. 18 3. Keep materials and equipment neatly and compactly stored in locations that will 19 cause minimum inconvenience to other contractors, public travel, adjoining owners, 20 tenants and occupants. 21 a. Arrange storage to provide easy access for inspection. 22 4. Restrict storage to areas available on construction site for storage of material and 23 equipment as shown on Drawings, or approved by City's Project Representative. 24 5. Provide off -site storage and protection when on -site storage is not adequate. 25 a. Provide addresses of and access to off -site storage locations for inspection by 26 City's Project Representative. 27 6. Do not use lawns, grass plots or other private property for storage purposes without 28 written permission of owner or other person in possession or control of premises. 29 7. Store in manufacturers' unopened containers. 30 8. Neatly, safely and compactly stack materials delivered and stored along line of 31 Work to avoid inconvenience and damage to property owners and general public 32 and maintain at least 3 feet from fire hydrant. 33 9. Keep public and private driveways and street crossings open. 34 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to 35 satisfaction of City's Project Representative. 36 a. Total length which materials may be distributed along route of construction at 37 one time is 1,000 linear feet, unless otherwise approved in writing by City's 38 Project Representative. CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised July 1, 2011 01 66 00 - 3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 I 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 ERECTION [NOT USED] 9 3.5 REPAIR / RESTORATION [NOT USED] 10 3.6 RE -INSTALLATION [NOT USED] 11 3.7 FIELD [orz] SITE QUALITY CONTROL 12 A. Tests and Inspections 13 1. Inspect all products or equipment delivered to the site prior to unloading. 14 B. Non -Conforming Work 15 1. Reject all products or equipment that are damaged, used or in any other way 16 unsatisfactory for use on the project. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION 22 A. Protect all products or equipment in accordance with manufacturer's written directions. 23 B. Store products or equipment in location to avoid physical damage to items while in 24 storage. 25 C. Protect equipment from exposure to elements and keep thoroughly dry if required by 26 the manufacturer. 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION 30 CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised July 1, 2011 01 66 00 - 4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised July 1, 2011 1 2 PART1- GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 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 017000-1 MOBILIZATION AND REMOBILIZATION Page 1 of 4 SECTION 0170 00 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor's operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor's personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor's operation from 1 location to another location on the Site. b. DemobiIization 1) Transportation of Contractor's personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor's operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised November 22, 2016 017000-2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 1 1) Mobilization shall consist of the activities and cost on a Work Order basis 2 necessary for: 3 a) Transportation of Contractor's personnel, equipment, and operating 4 supplies to the Site for the issued Work Order. 5 b) Establishment of necessary general facilities for the Contractor's 6 operation at the Site for the issued Work Order 7 2) Demobilization shall consist of the activities and cost necessary for: 8 a) Transportation of Contractor's personnel, equipment, and operating 9 supplies from the Site including disassembly for each issued Work 10 Order 11 b) Site Clean-up for each issued Work Order 12 c) Removal of all buildings or other facilities assembled at the Site for 13 each Work Oder 14 b. Mobilization and Demobilization do not include activities for specific items of 15 work for which payment is provided elsewhere in the contract. 16 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 17 a. A Mobilization for Miscellaneous Projects when directed by the City and the 18 mobilization occurs within 24 hours of the issuance of the Work Order. 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include, but are not necessarily limited to: 22 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division 1— General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment [ 26 1. Mobilization and Demobilization 27 a. Measure 28 1) This Item is considered subsidiary to the various Items bid. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 are subsidiary to the various Items bid and no other compensation will be 32 allowed. 33 2. Remobilization for suspension of Work as specifically required in the Contract 34 Documents 35 a. Measurement 36 1) Measurement for this Item shall be per each remobilization performed. 37 b. Payment 38 1) The work performed and materials furnished in accordance with this Item 39 and measured as provided under "Measurement" will be paid for at the unit 40 price per each "Specified Remobilization" in accordance with Contract 41 Documents. 42 c. The price shall include: 43 1) Demobilization as described in Section 1.1.A.2.a.1) 44 2) Remobilization as described in Section 1.1.A.2.a.2) 45 d. No payments will be made for standby, idle time, or lost profits associated this 46 Item. CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Sea] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised November 22, 2016 01 70 00 - 3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 1 3. Remobilization for suspension of Work as required by City 2 a. Measurement and Payment 3 1) This shall be submitted as a Contract Claim in accordance with Article 10 4 of Section 00 72 00. 5 2) No payments will be made for standby, idle time, or lost profits associated 6 with this Item. 7 4. Mobilizations and Demobilizations for Miscellaneous Projects 8 a. Measurement 9 1) Measurement for this Item shall be for each Mobilization and 10 Demobilization required by the Contract Documents ll b. Payment 12 1) The Work performed and materials furnished in accordance with this Item 13 and measured as provided under "Measurement" will be paid for at the unit 14 price per each "Work Order Mobilization" in accordance with Contract 15 Documents. Demobilization shall be considered subsidiary to mobilization 16 and shall not be paid for separately. 17 c. The price shall include: 18 1) Mobilization as described in Section 1.1.A.3.a.1) 19 2) Demobilization as described in Section 1.1.A.3.a.2) 20 d. No payments will be made for standby, idle time, or lost profits associated this 21 Item. 22 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 23 a. Measurement 24 1) Measurement for this Item shall be for each Mobilization and 25 Demobilization required by the Contract Documents 26 b. Payment 27 1) The Work performed and materials furnished in accordance with this Item 28 and measured as provided under "Measurement" will be paid for at the unit 29 price per each "Work Order Emergency Mobilization" in accordance with 30 Contract Documents. Demobilization shall be considered subsidiary to 31 mobilization and shall not be paid for separately. 32 c. The price shall include 33 1) Mobilization as described in Section LLAA.a) 34 2) Demobilization as described in Section 1.1.A.3.a.2) 35 d. No payments will be made for standby, idle time, or lost profits associated this 36 Item. 37 1.3 REFERENCES [NOT USED] 38 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 39 1.5 SUBMITTALS [NOT USED] 40 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 41 1.7 CLOSEOUT SUBMITTALS [NOT USED] 42 1.8 MAINTENANCE MATERIAL ,SUBMITTALS [NOT USED] 43 1.9 QUALITY ASSURANCE [NOT USED] 44 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised November 22, 2016 017000-4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION [NOT USED] 5 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 11/22/16 Michael Owen 1.2 Price and Payment Procedures - Revised specification, including blue text, to make specification flexible for either subsidiary or paid bid item for Mobilization. CITY OF FORT WORTH 2OI9 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised November 22, 2016 017123-1 CONSTRUCTION STAKING AND SURVEY Pagel of 8 SECTION 017123 CONSTRUCTION STAKING AND SURVEY PART1- GENERAL 1.1 SUMMARY A. Section Includes: Requirements for construction staking and construction survey B. Deviations from this City of Fort Worth Standard Specification 1. None, C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Staking a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "Construction Staking". 2) Payment for "Construction Staking" shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c. The price bid shall include, but not be limited to the following: 1) Verification of control data provided by City. 2) Placement, maintenance and replacement of required stakes and markings in the held. 3) Preparation and submittal of construction staking documentation in the form of "cut sheets" using the City's standard template. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 3. As -Built Survey a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "As -Built Survey". CITY OF FORT WORTH 2019 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised February 14, 2018 01 7123 -2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 2) Payment for "Construction Staking" shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c. The price bid shall include, but not be limited to the following:: 1) Field measurements and survey shots to identify location of completed facilities. 2) Documentation and submittal of as -built survey data onto contractor redline plans and digital survey files. 1.3 REFERENCES A. Definitions 1. Construction Survey - The survey measurements made prior to or while construction is in progress to control elevation, horizontal position, dimensions and configuration of structures/improvements included in the Project Drawings. 2. As -built Survey —The measurements made after the construction of the improvement features are complete to provide position coordinates for the features of a project. 3. Construction Staking — The placement of stakes and markings to provide offsets and elevations to cut and fill in order to locate on the ground the designed structures/improvements included in the Project Drawings. Construction staking shall include staking easements and/or right of way if indicated on the plans. 4. Survey "Field Checks" — Measurements made after construction staking is completed and before construction work begins to enure that structures marked on the ground are accurately located per Project Drawings. B. Technical References 1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw website) — 01 71 23.16.01— Attachment A_Survey Staking Standards 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available on City's Buzzsaw website). 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land Surveying in the State of Texas, Category 5 1.4 ADMINISTRATIVE REQUIREMENTS A. The Contractor's selection of a surveyor must comply with Texas Government Code 2254 (qualifications based selection) for this project. 1.5 SUBMITTALS A. Submittals, if required, shall be in accordance with Section 0133 00. B. All submittals shall be received and reviewed by the City prior to delivery of work. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Field Quality Control Submittals CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised February 14, 2018 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 1. Documentation verifying accuracy of field engineering work, including coordinate conversions if plans do not indicate grid or ground coordinates. 2. Submit "Cut -Sheets" conforming to the standard template provided by the City (refer to 01 71 23.16.01— Attachment A — Survey Staking Standards). 1.7 CLOSEOUT SUBMITTALS B. As -built Redline Drawing Submittal 1. Submit As -Built Survey Redline Drawings documenting the locations/elevations of constructed improvements signed and sealed by Registered Professional Land Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01— Attachment A — Survey Staking Standards) . 2. Contractor shall submit the proposed as -built and completed redline drawing submittal one (1) week prior to scheduling the project final inspection for City review and comment. Revisions, if necessary, shall be made to the as -built redline drawings and resubmitted to the City prior to scheduling the construction final inspection. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Construction Staking 1. Construction staking will be performed by the Contractor. 2. Coordination a. Contact City's Project Representative at least one week in advance notifying the City of when Construction Staking is scheduled. b. It is the Contractor's responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. 3. General a. Contractor is responsible for preserving and maintaining stakes. If City surveyors are required to re -stake for any reason, the Contractor will be responsible for costs to perform staking. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed disturbed or omitted that the contracted Work cannot take place then the Contractor will be required to stake or re -stake the deficient areas. B. Construction Survey 1. Construction Survey will be performed by the Contractor. 2. Coordination a. Contractor to verify that horizontal and vertical control data established in the design survey and required for construction survey is available and in place. 3. General a. Construction survey will be performed in order to construct the work shown on the Construction Drawings and specified in the Contract Documents. b. For construction methods other than open cut, the Contractor shall perform construction survey and verify control data including, but not limited to, the following: 1) Verification that established benchmarks and control are accurate. CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Devised February 14, 2018 017123-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 2) Use of Benchmarks to furnish and maintain all reference lines and grades for tunneling. 3) Use of line and grades to establish the location of the pipe. 4) Submit to the City copies of field notesused to establish all lines and grades, if requested, and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City, if requested, to verify the guidance system and the line and grade of the carrier pipe. 6) The Contractor remains fully responsible for the accuracy of the work and correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to the City. 9) If the installation does not meet the specified tolerances (as outlined in Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct the installation in accordance with the Contract Documents. C. As -Built Survey 1. Required As -Built Survey will be performed by the Contractor. 2. Coordination a. Contractor is to coordinate with City to confirm which features require as - built surveying. b. It is the Contractor's responsibility to coordinate the as -built survey and required measurements for items that are to be buried such that construction activities are not delayed or negatively impacted. c. For sewer mains and water mains 12" and under in diameter, it is acceptable to physically measure depth and mark the location during the progress of construction and take as -built survey after the facility has been buried. The Contractor is responsible for the quality control needed to ensure accuracy. 3. General a. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features during the progress of the construction including the following: 1) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Minimum every 250 linear feet, including (2) Horizontal and vertical points of inflection, curvature, etc. (3) Fire line tee (4) Plugs, stub -outs, dead-end lines (5) Casing pipe (each end) and all buried fittings 2) Sanitary Sewer a) Top of pipe elevations and coordinates for force mains and siphon sanitary sewer lines (non -gravity facilities) at the following locations: (1) Minimum every 250 linear feet and any buried fittings (2) Horizontal and vertical points of inflection, curvature, etc. 3) Stormwater — Not Applicable CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Sea] STANDARD CONSTRUCTION SPECIFICATION DOCUM-LNTS 102114 Revised February 14, 2018 01 71 23 - 5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 b. The Contractor shall provide as -built survey including the elevation and. location (and provide written documentation to the City) of construction features after the construction is completed including the following: 1) Manholes a) Rim and flowline elevations and coordinates for each manhole 2) Water Lines a) Cathodic protection test stations b) Sampling stations c) Meter boxes/vaults (All sizes) d) Fire hydrants e) Valves (gate, butterfly, etc.) f) Air Release valves (Manhole rim and vent pipe) g) Blow off valves (Manhole rim and valve lid) h) Pressure plane valves i) Underground Vaults (1) Rim and flowline elevations and coordinates for each Underground Vault. 3) Sanitary Sewer a) Cleanouts (1) Rim and flowline elevations and coordinates for each b) Manholes and Junction Structures (1) Rim and flowline elevations and coordinates for each manhole and junction structure. 4) Stormwater — Not Applicable 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 112 WARRANTY PART 2 - PRODUCTS A. A construction survey will produce, but will not be limited to: 1. Recovery of relevant control points, points of curvature and points of intersection. 2. Establish temporary horizontal and vertical control elevations (benchmarks) sufficiently permanent and located in a manner to be used throughout construction. 3. The location of planned facilities, easements and improvements. a. Establishing final line and grade stakes for piers, floors, grade beams, parking areas, utilities, streets, highways, tunnels, and other construction. b. A record of revisions or corrections noted in an orderly manner for reference. c. A drawing, when required by the client, indicating the horizontal and vertical location of facilities, easements and improvements, as built. 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all construction staking projects. These cut sheets shall be on the standard city template which can be obtained from the Survey Superintendent (817-392-7925). 5. Digital survey files in the following formats shall be acceptable: a. AutoCAD (.dwg) b. ESRI Shapefile (.shp) CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised February 14, 2018 01 71 23 -6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 CSV file (csv), formatted with X and Y coordinates in separate columns (use standard templates, if available) 6. Survey files shall include vertical and horizontal data tied to original project control and benchmarks, and shall include feature descriptions PART 3 - EXECUTION 3.1 INSTALLERS A. Tolerances: The staked location: of any improvement or facility should be as accurate as practical and necessary. The degree of precision required is dependent on many factors all of which must remain judgmental. The tolerances listed hereafter are based on generalities and, under certain circumstances, shall yield to specific requirements. The surveyor shall assess any situation by review of the overall plans and through consultation with responsible parties as to the need for specific tolerances. a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical tolerance. Horizontal alignment for earthwork and rough cut should not exceed 1.0 ft. tolerance. b. Horizontal alignment on a structure shall be within .0.1ft tolerance. c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and walkways shall be located within the confines of the site boundaries and, occasionally, along a boundary or any other restrictive line. Away from any restrictive line, these facilities should be staked with an accuracy producing no more than 0.05ft. tolerance from their specified locations. d. Underground and overhead utilities, such as sewers, gas, water, telephone and electric lines, shall be located horizontally within their prescribed areas or easements. Within assigned areas, these utilities should be staked with an accuracy producing no more than 0.1 ft tolerance from a specified location. e. The accuracy required for the vertical location of utilities varies widely. Many underground utilities require only a minimum cover and a tolerance of 0.1 ft. should be maintained. Underground and overhead utilities on planned profile, but not depending on gravity flow for performance, should not exceed 0.1 ft. tolerance. B. Surveying instruments shall be kept in close adjustment according to manufacturer's specifications or in compliance to standards. The City reserves the right to request a calibration report at any time and recommends regular maintenance schedule be performed by a certified technician every 6 months. 1. Field measurements of angles and distances shall be done in such fashion as to satisfy the closures and tolerances expressed in Part 3.1.A. 2. Vertical locations shall be established from a pre -established benchmark and checked by closing to a different bench mark on the same datum. 3. Construction survey field work shall correspond to the client's plans. Irregularities or conflicts found shall be reported promptly to the City. 4. Revisions, corrections and other pertinent data shall be logged for fixture reference. CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised February 14, 2018 01 71 23 - 7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR 1 RESTORATION A. If the Contractor's work damages or destroys one or more of the control monuments/points set by the City, the monuments shall be adequately referenced for expedient restoration. 1. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. a. Contractor shall perform replacements and/or restorations. b. The City may require at any time a survey "Field Check" of any monument or benchmarks that are set be verified by the City surveyors before fiarther associated work can move forward. 3.6 RE -INSTALLATION [NOT USED] 3.9 FIELD loR] SITE QUALITY CONTROL A. It is the Contractor's responsibility to maintain all stakes and control data placed by the City in accordance with this Specification. This includes easements and right of way, if noted on the plans. B. Do not change or relocate stakes or control data without approval from the City. 3.8 SYSTEM STARTUP A. Survey Checks 1. The City reserves the right to perform a Survey Check at any time deemed necessary. 2. Checks by City personnel or 3'd party contracted surveyor are not intended to relieve the contractor of his/her responsibility for accuracy. 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised February 14, 2018 01 71 23 - 8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson Added instruction and modified measurement & payment under 1.2; added 8/31/2017 M. Owen definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal requirements; modified 1.9 Quality Assurance; added PART 2 — PRODUCTS; Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup. Removed "blue text"; revised measurement and payment sections for Construction Staking and As -Built Survey; added reference to selection compliance with TGC 2/14/2018 M Owen 2254; revised action and Closeout submittal requirements; added acceptable depth measurement criteria; revised last of items requiring as -built survey "during" and "after" construction; and revised acceptable digital survey file format CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised February 14, 2018 FORTWORTH. Section 01 7123.©1- Attachment A Survey Staking Standards February 2017 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A Survey Staking Standards.docx Page 1 of 22 These procedures are intended to provide a standard method for construction staking services associated with the City of Fort Worth projects. These are not to be considered all inclusive, but only as a general guideline. For projects on TXDOTright-of-way or through joint MOT participation, adherence to the TXDOT Survey Manual shall be followed and if a discrepancy arises, the MOT manual shall prevail. (http:ZZonlinemanuals.txdot.gov/txdotmanuals/ess/ess.pdf) If you have a unique circumstance, please consult with the project manager, inspector, or survey department at 817-392-7925. Table of Contents I. City of Fort Worth Contact Information II. Construction Colors III. Standard Staking Supplies IV. Survey Equipment, Control, and Datum Standards V. Water Staking VI. Sanitary Sewer Staking VII. Storm Staking VIII. Curb and Gutter Staking IX. Cut Sheets X. As -built Survey O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 2 of 22 I. SurveV Department Contact Information Physical and mailing address: 8851 Camp Bowie West Boulevard Suite 300 Fort Worth, Texas 76116 Office: (817) 392-7925 Survey Superintendent, direct line: (817) 392-8971 II. Construction Colors The following colors shall be used for staking or identifying features in the field. This includes flagging, paint of laths/stakes, paint of hubs, and any identification such as pin flags if necessary. Utility Color PROPOSED EXCAVATION WHITE ALL ELECTRIC AND CONDUITS POTABLE WATER jr,k4�1� GAS OR OIL YELLOW TELEPHONE/FIBER OPTIC SURVEY CONTROL POINTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-OF-WAYS, AND ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS _ 'ORANGE PINK SANITARY SEWER IRRIGATION AND RECLAIMED WATER III. Standard Staking Supplies Item Minimum size Lath/Stake 36" tall Wooden Hub (2"x2" min. square preferred) 6" tall Pin Flags (2.5" x 3.5" preferred) 21" long Guard Stakes Not required PK or Mag nails 1" long Iron Rods (1/2" or greater diameter) 18" long Survey Marking Paint Water -based Flagging 1" wide Marking Whiskers (feathers) 6" long Tacks (for marking hubs) 3/4" long O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 3 of 22 IV. SurveV Equipment, Control and Datum Standards A. City Benchmarks All city benchmarks can be found here:..http://fortwo_rthtexas.gov/itsolutions/GIS/ Look for `Zoning Maps'. Under 'Layers', expand 'Basemap Layers', and check on 'Benchmarks'. B. Conventional or Robotic Total Station Equipment 1. A minimum of a 10 arc -second instrument is required. II. A copy of the latest calibration report may be requested by the City at any time. It is recommended that an instrument be calibrated by certified technician at least 1 occurrence every 6 months. C. (Network/V.R.S. and static GPS Equipment I. It is critical that the surveyor verify the correct horizontal and vertical datum prior commencing work. A site calibration may be required and shall consist of at least 4 control points spaced evenly apart and in varying quadrants. Additional field checks of the horizontal and vertical accuracies shall be completed and the City may ask for a copy of the calibration report at any time. II. Network GPS such as the Western Data Systems or SmartNet systems may be used for staking of property/R.O.W, forced -main water lines, and rough -grade only. No GPS staking for concrete, sanitary sewer, storm drain, final grade, or anything that needs vertical grading with a tolerance of 0.25' or less is allowed. D. Control Points Set I. All control points set shall be accompanied by a lath with the appropriate Northing, Easting, and Elevation (if applicable) of the point set. Control points can be set rebar, T in concrete, or any other appropriate item with a stable base and of a semi -permanent nature. A rebar cap is optional, but preferred if the cap is marked 'control point' or similar wording. IL Datasheets are required for all control points set. Datasheet should include: A. Horizontal and Vertical Datum used, Example: N.A.D.83, North Central Zone 4202, NAVD 88 Elevations B. Grid or ground distance. -- If ground, provide scale factor used and base point coordinate, Example: C.S.F.=0.999125, Base point=North: 0, East=O C. Geoid model used, Example: GEOID12A O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 4 of 22 E. Preferred Grid Datum Although many plan sets can be in surface coordinates, the City's preferred grid datum is listed below. Careful consideration must be taken to verify what datum each project is in prior to beginning work. It is essential the surveyor be familiar with coordinate transformations and how a grid/surface/assumed coordinate system affect a project. Proiected Coordinate System: IVAD_1983_StatePlane Texas_North_Central_FIPS 4202_Feet Projection: Lambert —Conformal —Conic Fa I se_Ea sti ng: 1968500.00000000 False —Northing: 6561666.66666667 Central Meridian:-98.50000000 Standard Parallel 1: 32.13333333 Standard Parallel 2: 33,96666667 Latitude_Of Origin: 31.66666667 Linear Unit: Foot US Geographic Coordinate System: GCS_North_American_1983 Datum: D North American 1983 Prime Meridian: Greenwich Angular Unit: Degree Note: Regardless of what datum each particular project is in, deliverables to the City must be converted/translated into this preferred grid datum. 1 copy of the deliverable should be in the project datum (whatever it may be) and 1 copy should be in the NAD83, TX North Central 4202 zone. See Prefierred File Naming Convention below F. Preferred Deliverable Format txt csv dwg .job G. Preferred Data Format P,N,E,Z,D,N Point Number, Northing, Easting, Elevation, Description, Notes (if applicable) H. Preferred File Naming Convention This is the preferred format: City Project Number Description_Datum.csv Example for a proiect that has surface coordinates which must be translated: File 1: C1234 As -built of Water on Main Street Grid NAD83 TXSP 4202.csv O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 5 of 22 File 2: C1234_As-built of Water on Main Street —Project Specific Datum.csv Example Control Stakes O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 6 of 22 u m m 1016 CP #1 Y LJJ __j m LLA I m CD r-) LLJ EL.= 100,OD' N=5000M E=5000.00 C) tij 0 C) LJ 0') -F =) L) _j [-- Lj- Ld CC I < X m V. Water Staking Standards OASPecs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01—Attachment A —Survey Staking Standards.docx Page 7 of 22 A. Centerline Staking —Straight Line Tangents I. Offset lath/stakes every 200' on even stations II. Painted blue lath/stake only, no hub is required Ill. Grade is to top of pipe (T/P) for 12" diameter pipes or smaller IV. Grade to flow line (F/L) for 16" and larger diameter pipes V. Grade should be 3.50' below the proposed top of curb line for 10" and smaller diameter pipes VI. Grade should be 4.00' below the proposed top of curb line for 12" and larger diameter pipes VII. Cut Sheets are required on all staking and a copy can be received from the survey superintendent Optional; Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking - Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Same grading guidelines as above III. Staking of radius points of greater than 100' may be omitted C. Water Meter Boxes I. 7.0' perpendicular offset is preferred to the center of the box II. Center of the meter should be 3.0' behind the proposed face of curb III. Meter should be staked a minimum of 4.5' away from the edge of a driveway IV. Grade is to top of box and should be +0.06' higher than the proposed top of curb unless shown otherwise on the plans D. Fire Hydrants 1. Center of Hydrant should be 3.0' behind proposed face of curb 11. Survey offset stake should be 7.0' from the center and perpendicular to the curb line or water main Ill. Grade of hydrants should be +0.30 higher than the adjacent top of curb E. Water Valves & Vaults I. Offsets should be perpendicular to the proposed water main II. RIM grades should only be provided if on plans Example Water Stakes O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 8 of 22 z� a F 7' 0/5 W/L n LL- lal W W I— U LL 7' a/ W/L w sTA= +72_s1c—, LJ U7 C� ..� � a. 1613 .- yoi.�s' CO 2 0 F-- � F � F t Ld dj LJ li i O Law Q i y' p -IA 41 W Z ,T d 0/5 L ST�vA=Ci+a4 F G-3.73 ry LL 0 d n a a z ia- v, m m x VI. Sanitary Sewer Stalin O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01 Attachment A Survey Staking Standards.docx Page 9 of 22 A. Centerline Staking -- Straight Line Tangents 1. Inverts shall be field verified and compared against the plans before staking II. Painted green lath/stake WITH hub and tack or marker dot, no flagging required III. 1 offset stake between manholes if manholes are 400' or less apart IV. Offset stakes should be located at even distances and perpendicular to the centerline V. Grades will be per plan and the date of the plans used should be noted VI. If multiple lines are at one manhole, each line shall have a cut/fill and direction noted Vll. Stakes at every grade break VIII. Cut sheets are required on all staking Optional. Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking — Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should beset at a 25' interval Il. Staking of radius points of greater than 100' may be omitted C. Sanitary Sewer Manholes 1. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted Ill. RIM grade should only be on the stake when provided in the plans O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 10 of 22 Example Sanitary Sewer Stakes Ld ... .... . .. .. . C-4" , < LLJ Ek z w :2 0 AZ "S 62� -< II/E; rL SS I M.11 STA-!j LI'] C-30E ILI— C-322 [3 ("-Oat LL- Ld WVEJ 0 CI) — -.— ... ...... . .. . < 7' 0/3 Ss LL- NU, <=)J z qY Q 0 C) < LL- LL- LLI < 112, O/S SS LLJ ti E! C-6m 11 L 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01—Attachment A —Survey Staking Standards.docx Page 11 of 22 VII. Storm Sewer & Inlet Staking A. Centerline Stating — Straight Line Tangents 1. 1 offset stake every 200' on even stations II. Grades are to flowline of pipe unless otherwise shown on plans III. Stakes at every grade break IV. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking — Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Storm Drain Inlets I. Staking distances should be measured from end of wing 11. Standard 10' Inlet = 16.00' total length Ill. Recessed 10' Inlet = 20,00' total length IV. Standard double 10' inlet = 26.67' total length V. Recessed double 10' inlet= 30.67'total length D. Storm Drain Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans 0:\Specs-Stds Governance Process\Temporary Spec Fifes\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 12 of 22 BACK NNE FACING R.o-W.) POINT 4 I� HIS ELE1'.11M � i Example Storm Inlet Stakes FRONT (SIDE FACING NO FLAGGING FEE LilREQ IN LIEU OF PINK PAINTED L I ' IDENTIFIES MICif MD OF THE WIND SEINP. STAKED li INLET STATION + (IF NOM ON PLANS) IDENTIFIES GRAD£ T4 TOP OF CURB IDENTIFIES GRADE TO FLOMJNE RACK (9DE FPnNG R.6.W_) NT i +Ius I myxYto il. II FRONT (SIDE FACING Q 8 -T1 ITL C? I -U DISTANCES FOR INLETS STANDARD 10' — 18' REiC£SSED 10i m 201' STANDf m DousLE 10' — 26.67 HUB 54tTH TACK 4+ I I j PACE( Or INLET �I .... b I RIAi — _ BACK C]F" CUM _% F — BACK OF CURB- IDENIFIES WICH END CF THE: YANG BEING STAKED - -- FLOVYLINE — — EDGE 6F PAV'EMENT WING" ':q4 .t•;.; y", •. a FACE OF INLET EDGE OF PA#1= ENT ::i FACE IF INLET . WE OF PAVEMENT O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 13 of 22 EOGE CF PAVEMENT— — VIII. Curb and Gutter Staking A. Centerline Staking — Straight Line Tangents V. 1 offset stake every 50' on even stations VI. Grades are to top of curb unless otherwise shown on plans VIL Stakes at every grade break Vill. Cut sheets are required on all staking Optional. Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking —Curries III. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval IV. Staking of radius points of greater than 100' may be omitted O:\Specs-Stds Governance Process\Temporary Spec Piles\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 14 of 22 Example Curb & Gutter Stakes FRONT (SIDE FACING (,) 0 BACK Il�rxnREs OFFSET 19 TO (SIRE FACING R.O,W.) I B 4 CF IWAQ OR F/0 fM FACE OF CUFF FRONT (SIDE FACING q) IWNTIFIE PONT CIF M 1PONT # y b ICgPJiIhiES MADE IS r T w TOP OF RIM HUB ELEMAJ10N i FRONT €e,rannEs Emo {SQE FACIHC lt}CENT FRONT {SIDE FACING o ) o rN "13 o a e/C � III I III I III I Na GRADE ON RADIUS POINTS ! 1 III LIEIf OF FINK PAINTED LATH TOP 4F CURE _�, BACK OF CURB t FACE OF GLfRB /;� ---� FLOLI NE EDGE OF PAVEMENT Example Curls & Gutter Stakes at Intersection O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 15 of 22 P CL LL- LLI C1 OL U- CO wpo b WI earD do Mys WID Aa dove XVV4 .D'A I ZD fl r-!, la -'z k9 X 'OL Ld LL 0 L 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01—Attachment A —Survey Staking Standards.docx Page 16 of 22 U(. Cut Sheets A. Date of field work B. Staking Method (GPS, total station) C. Project Name D. City Project Number (Example: C01234) E. Location (Address, cross streets, GPS coordinate) E. Survey company name G. Crew chief name H. A blank template can be obtained from the survey superinxendent (see item I above) Standard City Cut Sheet Date: ❑ TOTAL Staking Method: ❑ GPS STATION LOCATION: CONSULTANT/CONTRACTOR SURVEY CREW INITIALS City Project Number: Project Name: ❑ OTHER ALL GRADES AnE TO FLOWLINE OR TOP OF CURB UNLESS OTHEnWISE NOTED. PT # STATION OFFSET DESCRIPTION PROP. STAKED _ CUT + FILL -LT/+RT GRADE ELEV. O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01—Attachment A_Survey Staking Standards.docx Page 17 of 22 X. As -built Survey A. Definition and Purpose The purpose of an as -built survey is to verify the asset was installed in the proper location and grade. Furthermore, the information gathered will be used to supplement the City's GIS data and must be in the proper format when submitted. See section IV. As -built survey should include the following (additional items may be requested): Manholes Top of pipe elevations every 250 feet Horizontal and vertical points of inflection, curvature, etc. (All Fittings) Cathodic protection test stations Sampling stations Meter boxes/vaults (All sizes) Fire lines Fire hydrants Gate valves (rim and top of nut) Plugs, stub -outs, dead-end lines Air Release valves (Manhole rim and vent pipe) Blow off valves (Manhole rim and valve lid) Pressure plane valves Cleaning wyes Clean outs Casing pipe (each end) Inverts of pipes Turbo Meters O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 18 of 22 B. Example Deliverable A hand written red line by the field surveyor is acceptable in most cases. This should be a copy of the plans with the point number noted by each asset. If the asset is missing, then the surveyor should write "NOT FOUND" to notify the City. Q:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 19 of 22 O:\Specs-Stds Governance Process�Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23"16.01—Attachment A —Survey Staking Standards.docx Page 20 of 22 t0 t� " } iA�! f1 i,�'16'L Pf°i£iTn Ai STk m =.B VK MIMP tit! f MOW Cr SUAW k T: fx. WE ME e W(M MaW TO VW.&WArM ° )�,WSMV MABra7i 04rfiffxo f A47 2, { tr.rx &,�7 ILW9VXVAW l � V ,5+,tl �taf Ls9.' ff 77W p de+ } _ Lff A fj AkSTJ1G l7 h1�1�34'ElfT �1D{y s;�:a��Aat�a-eiias � 1i�iMc'ars.l�uiarfiafS 0 ;if, A XM O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 21 of 22 23.15.01_Attachment A_Survey Staking Standards.docx Page 22 of 22 Obviously the .csv or .txt file cannot be signed/sealed by a surveyor in the format requested. This is just an example and all this information should be noted when delivered to the City so it is clear to what coordinate system the data is in. POINT NO, NORTHING EAWNG' ELEVi WCRIPT.Iox 1 5946757,126 2296019,16.5 716.49 5.9MH.R$.M ` 2 6,3dcp? .R93 2296062,141 725:668 GV RIM 3 694IM7.359 2296038,306 726,85 GV RIM F- S 4 046720582 2295011,025 723-358 55MMIRIM 5 694&195.23 2296015.116 n'7.323 GVRIM J J 6 6946nO.528- 2296023.721 722325 FH I 7 6W13&012 229599.2,115 719.448IfNMRIM ' g 6945662,267 2295919,133 :a3.3-31 Wli/1'RIM -rx, ti . ep.-'It+4 6946003,056 129593.3.418 713.652CC[ RIM 1e%- 4z 10 6945984477 2295980.52. 711.662=55MH RIM 21 6945986:473_ 2795869.892 710.046 WM RIM iz 6945845.077 2295860.962 707.72 WM RIM 13 G945896.591 7295062.188 708105 WM RIM e" c A- ( 14 6945934, 86 1295841.925 709.40 WM RIM 15 694s9936.727 229$830,441 71:Q.U84 CO RW { C3 Cs 16 6945835:678 2295799.707' 70L774 5SMH RIM i 17 5945817.488 2295827.011 708.392,SSWRIM 18 6945759:776 2215758,643 71L2I8 SSAMH RIM _ 19 . 945768,563 2295778_424 710486 GV RIM 20 69457,43.318 229.5788.392 7 E0:631 GV RIM 2<i 22 6945723.219 6945682,21 2295754,394 2295744.22 7'12.849 GV RIM 716,686 WM RIM 23 6945621.902._ 2295669.471 723.76 WJ0'91M 24 69456-43.407 2,295735.03 719.737 CO RIM -;- I 'rl- 45 6945571,069 22135655,195 727.514 SSMWR)A4R t 4S 6945559408 2295 7..903 7240`'WM:RIM -TV 27 6945519 834 2295619,49 732.689 WM RIM G�- � �- ch {! 28 6945417,879 229$$$6:a7 7+Ip.523 WNW RIM 29 694. 455.557- 229$41145 7S6,A51 cc k � h 1 30 6945387.356 2295591.101 '140.755 GV RIM -17-} PC ,3 31 6945370:6$8 2295606:793 74Q;9715 67V RIM Foro. !; u r I- 32 6945383:53 2295610:559 79W.4rS TIA 33 694532-4:,2 2235551.105 746334 WM RI 34 6945319365 2295539.728 746,777 W RIM 35: 6945242.189 2.295570.715 748.454 WIM Film S6 fi945-233:f1 4 2175544.62& 749.50 553MH RIM 37' 6945206.483 22MS19.30S 7311)58 WRIiRIM ��! ��• � 3& BM142DI5 2295557.666 750253 WMi:RIM 39 6945153.445 2295'5x33s 75i.871 WM:RlM 40 6945 ;02- 2295527.345 752.2 7 SSMH RIM 41 6945047.1024 2295552♦675 751.79 WM.'RIM 7 42 43 694§(i38 87& 6945DO6:397 2145553.147 2245518?1� 5 751.88. WM RW 752:&15 WM'RIM�#'1# (40 44 6944944.782 2295$20.635 752:841 WM RIM 45 69+44943.432 2295556:479 752156 WM RIM 415 6944850,4f6 2295534,397 752-985 SSMH RIM O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 24 of 24 C. Other preferred as -built deliverable Some vendors have indicated that it is easier to deliver this information in a different format. Below is an example spreadsheet that is also acceptable and can be obtained by request from the survey superintendent. O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A —Survey Staking Standards.docx Page 25 of 25 6 __ ___________ _____ _---- _ y I L.._ e�a� � I T LR f0I HL f. r � y M E, O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 26 of 26 SECTION 0174 23 CLEANING PARTIF GENERAL 1.1 SUMMARY 017423-1 CLEANING Page] of 4 A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division i — General Requirements 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 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 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 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised July 1, 2011 017423-2 CLEANING Page 2 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED loR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. 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 I 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 A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised July 1, 2011 01 74 23 - 3 CLEANING Page 3 of 4 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on -site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Interior Final Cleaning 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other foreign materials from sight -exposed surfaces. 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 3. Wash and shine glazing and mirrors. 4. Polish glossy surfaces to a clear shine. 5. Ventilating systems a. Clean permanent filters and replace disposable filters if units were operated during construction. b. Clean ducts, blowers and coils if units were operated without filters during construction. 6. RepIace all burned out lamps. 7. Broom clean process area floors. 8. Mop office and control room floors. D. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re -seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised July 1, 2011 01 74 23 - 4 CLEANING Page 4 of 4 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised July 1, 2011 017719-1 CLOSEOUT REQUIREMENTS Page I of 3 SECTION 01 7719 CLOSEOUT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for closing out a contract B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USEDI 1.4 ADMINISTRATIVE REQUIREMENTS A. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised July 1, 2011 017719-2 CLOSEOUT REQUIREMENTS Page 2 of 3 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section 0178 39 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 017423, C. Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion CrrY OF FORT WORTH 2O19 Asphalt Pavement Crack Sea] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised July I, 2011 017719-3 CLOSEOUT REQUIREMENTS Page 3 of 3 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. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Proj ect 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 loin] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 39 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2019 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised Suly 1, 2011 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 01 7823- 1 OPERATION AND MAINTENANCE DATA Page I of 5 SECTION 0178 23 OPERATION AND MAINTENANCE DATA 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include, but are not limited to: 9 a. Traffic Controllers 10 b. Irrigation Controllers (to be operated by the City) I I c. Butterfly Valves 12 B. Deviations from this City of Fort Worth Standard Specification I3 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 — General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section 0133 00 . All submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 A. Submittal Form 31 1. Prepare data in form of an instructional manual for use by City personnel. 32 2. Format 33 a. Size: 8 %2 inches x 11 inches 34 b. Paper 35 1) 40 pound minimum, white, for typed pages 36 2) Holes reinforced with plastic, cloth or metal 37 c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH 2OI9 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised December 20, 2012 01 78 23 - 2 OPERATION AND MAINTENANCE DATA Page 2 of 5 I d. Drawings 2 1) Provide reinforced punched binder tab, bind in with text 3 2) Reduce larger drawings and fold to size of text pages. 4 e. Provide fly -leaf for each separate product, or each piece of operating 5 equipment. 6 1) Provide typed description of product, and major component parts of 7 equipment. 8 2) Provide indexed tabs. 9 £ Cover 10 1) Identify each volume with typed or printed title "OPERATING AND I MAINTENANCE INSTRUCTIONS". 12 2) List: 13 a) Title of Project 14 b) Identity of separate structure as applicable 15 c) Identity of general subject matter covered in the manual 16 3. Binders 17 a. Commercial quality 3-ring binders with durable and cleanable plastic covers 18 b. When multiple binders are used, correlate the data into related consistent 19 groupings. 20 4. If available, provide an electronic form of the O&M Manual. 21 B. Manual Content 22 1. Neatly typewritten table of contents for each volume, arranged in systematic order 23 a. Contractor, name of responsible principal, address and telephone number 24 b. A list of each product required to be included, indexed to content of the volume 25 c. List, with each product: 26 1) The name, address and telephone number of the subcontractor or installer 27 2) A list of each product required to be included, indexed to content of the 28 volume 29 3) Identify area of responsibility of each 30 4) Local source of supply for parts and replacement 31 d. Identify each product by product name and other identifying symbols as set 32 forth in Contract Documents. 33 2. Product Data 34 a. Include only those sheets which are pertinent to the specific product. 35 b. Annotate each sheet to: 36 1) Clearly identify specific product or part installed 37 2) Clearly identify data applicable to installation 38 3) Delete references to inapplicable information 39 3. Drawings 40 a.Supplement product data with drawings as necessary to clearly illustrate: 41 1) Relations of component parts of equipment and systems 42 2) Control and flow diagrams 43 b. Coordinate drawings with information in Project Record Documents to assure 44 correct illustration of completed installation. 45 c. Do not use Project Record Drawings as maintenance drawings. 46 4. Written text, as required to supplement product data for the particular installation: 47 a. Organize in consistent format under separate headings for different procedures. 48 b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH 2019 Asphalt Pavement Crack Sea] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised December 20, 2012 017823-3 OPERATION AND MAINTENANCE DATA Page 3 of 5 1 5. Copy of each warranty, bond and service contract issued 2 a. Provide information sheet for City personnel giving: 3 1) Proper procedures in event of failure 4 2) Instances which might affect validity of warranties or bonds 5 C. Manual for Materials and Finishes 6 1. Submit 5 copies of complete manual in final form. 7 2. Content, for architectural products, applied materials and finishes: 8 a. Manufacturer's data, giving full information on products 9 1) Catalog number, size, composition 10 2) Color and texture designations 11 3) Information required for reordering special manufactured products 12 b. Instructions for care and maintenance 13 1) Manufacturer's recommendation for types of cleaning agents and methods 14 2) Cautions against cleaning agents and methods which are detrimental to 15 product 16 3) Recommended schedule for cleaning and maintenance 17 3. Content, for moisture protection and weather exposure products: 18 a. Manufacturer's data, giving full information on products 19 1) Applicable standards 20 2) Chemical composition 21 3) Details of installation 22 b. Instructions for inspection, maintenance and repair 23 D. Manual for Equipment and Systems 24 1. Submit 5 copies of complete manual in final form. 25 2. Content, for each unit of equipment and system, as appropriate: 26 a. Description of unit and component parts 27 1) Function, normal operating characteristics and limiting conditions 28 2) Performance curves, engineering data and tests 29 3) Complete nomenclature and commercial number of replaceable parts 30 b. Operating procedures 31 1) Start-up, break-in, routine and normal operating instructions 32 2) Regulation, control, stopping, shut -down and emergency instructions 33 3) Summer and winter operating instructions 34 4) Special operating instructions 35 c. Maintenance procedures 36 1) Routine operations 37 2) Guide to "trouble shooting" 38 3) Disassembly, repair and reassembly 39 4) Alignment, adjusting and checking 40 d. Servicing and lubrication schedule 41 1) List of lubricants required 42 e. Manufacturer's printed operating and maintenance instructions 43 f. Description of sequence of operation by control manufacturer 44 1) Predicted life of parts subject to wear 45 2) Items recommended to be stocked as spare parts 46 g. As installed control diagrams by controls manufacturer 47 h. Each contractor's coordination drawings 48 1) As installed color coded piping diagrams CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised December 20, 2012 017823-4 OPERATION AND MAINTENANCE DATA Page 4 of 5 1 i. Charts of valve tag numbers, with location and function of each valve 2 j. List of original manufacturer's spare parts, manufacturer's current prices, and 3 recommended quantities to be maintained in storage 4 k. Other data as required under pertinent Sections of Specifications 5 3. Content, for each electric and electronic system, as appropriate: 6 a. Description of system and component parts 7 1) Function, normal operating characteristics, and limiting conditions 8 2) Performance curves, engineering data and tests 9 3) Complete nomenclature and commercial number of replaceable parts 10 b. Circuit directories of panelboards 11 1) Electrical service 12 2) Controls 13 3) Communications 14 c. As installed color coded wiring diagrams 15 d. Operating procedures 16 1) Routine and normal operating instructions 17 2) Sequences required 18 3) Special operating instructions 19 e. Maintenance procedures 20 1) Routine operations 21 2) Guide to "trouble shooting" 22 3) Disassembly, repair and reassembly 23 4) Adjustment and checking 24 £ Manufacturer's printed operating and maintenance instructions 25 g. List of original manufacturer's spare parts, manufacturer's current prices, and 26 recommended quantities to be maintained in storage 27 h. Other data as required under pertinent Sections of Specifications 28 4. Prepare and include additional data when the need for such data becomes apparent 29 during instruction of City's personnel. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced in maintenance and operation of described products 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised December 20, 2012 01 7823 -5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D, Johnson 1.5.A.1 —title of section removed CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised December 20, 2012 SECTION 0178 39 PROJECT RECORD DOCUMENTS PART I - . GENERAL 1.1 SUMMARY A. Section Includes: 017839-1 PROTECT RECORD DOCUMENTS Page I of 4 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings -b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I — General Requirements 1.2 PRICE AND PAYMENT PROCEDURE'S A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid- -No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City's Project Representative. 1.6 ACTION SUBMITTALS/IlVFORMATION,*L SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 QUALITY ASSURANCE A. Accuracy of Records . r 1. Thoroughly coordinate changes within. the Record Documents, malting adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents 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. CITY OF FORT WORTH 2019 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised Tuly 1, 2011 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 -FURNISHED [oR] 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 completion 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] PART 3 o EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH 2O19 Aspbalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised July 1, 2011 017839-3 PROJECT RECORD DOCUMENTS Page 3 of 4 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. e. 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 sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. CITY OF FORT WORTH 2O19 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised July 1, 2011 017839-4 PROJECT RECORD DOCUMENTS 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 Documents 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 1 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 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2019 Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised July 1, 2011 32 12 73 - 1 ASPHALT PAVING CRACK SEALANTS Page I of 5 1 SECTION 3212 73 2 ASPHALT PAVING CRACK SEALANTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Sealing transverse and longitudinal cracks no larger than 1-1/2 inches in asphalt 7 paving 8 B. Deviations from this City of Fort Worth Standard Specification 9 1, For this prgiect Col4i path crack sealer, a9phah hjsecl, unc-part fuel resistant scalant 10 tliat taco meets the perfbrtii:+twe charlcteristics of ASTIR D3405 and D6690 can be 11 applied. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 14 2. Division 1 - General Requirements 15 3. Section 32 12 16 - Asphalt Paving 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Measurement 19 a. Measurement for this Item shall by the gallon of Asphalt Crack Sealant placed. 20 2. Payment 21 a. The work performed and materials furnished in accordance with this Item and 22 measured as provided under "Measurement" will be paid for at the unit price 23 bid per gallon of Asphalt Crack Sealant, 24 3. The price bid shall include: 25 1.3 REFERENCES 26 A. Reference Standards 27 1. Reference standards cited in this specification refer to the current reference standard 28 published at the time of the latest revision date logged at the end of this 29 specification, unless a date is specifically cited. 30 2. American Society for Testing and Materials (ASTM): 31 a. D6690-07, Standard Specification for Joint and Crack Sealants, Hot Applied, 32 for Concrete and Asphalt Pavements. 33 b. D5329-09, Standard Test Methods for Sealants and Fillers, Hot -Applied, for 34 Joints and Cracks in Asphaltic and Portland Cement Concrete Pavements. 35 c. D2196-05, Method A, Standard Test Methods for Rheological Properties of 36 Non -Newtonian Materials by Rotational (Brookfield type) Viscomcter. 37 d. D217 - 02, Standard Test Methods for Cone Penetration of Lubricating Grease, 38 3. American Association of State Highway and Transportation Officials 39 a. T 48, Flash and Fire Points by Cleveland Open Cup. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 321273-2 ASPHALT PAVING CRACK SEALANTS Page 2 or 5 1 b. T 49, Standard Method of Test for Penetration of Bituminous Materials. 2 c. T 51, Ductility of Bituminous Materials. 3 d. T 53, Point of Bitumen (Ring -and -Ball Apparatus). 4 e. T 59, Standard Method of Test for Emulsified Asphalt. 5 4. Texas Department of Transportation 6 a. Item 300: "Asphalt, Oils and Emulsions". 7 b. Tex-543-C, Evaporative Recovery of Residue for Emulsified Crack Sealant. 8 c. Tex-544-C, Rubber Content for Rubber -Asphalt Crack Sealant. 9 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 10 1.5 ACTION SUBMITTALS [NOT USED] 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 12 A. Test and Evaluation Reports 13 1. Prior to installation, CONTRACTOR shall furnish the City certification by an 14 independent testing laboratory that the crack sealant from each lot of sealant to be 15 used, meets the requirements of this Section. 16 2. The manufacturer of the crack sealant shall have a minimum two-year 17 demonstrated, documented successful field performance with asphalt and concrete 18 pavement crack sealant systems. Verifiable documentation shall be submitted to 19 the City. 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD CONDITIONS 25 A. Weather Conditions 26 1. Place mixture according to manufacturer specifications. 27 2. Unless otherwise shown on the Drawings, place mixtures only when weather 28 conditions and moisture conditions of the roadway surface are suitable in the 29 opinion of the City. 30 1.12 WARRANTY [NOT USED] 31 PART 2 - PRODUCTS 32 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 33 2.2 MATERIALS & EQUIPMENT 34 A. Materials 35 1. Use materials approved by the City. 36 2. Furnish materials unless otherwise shown on the Drawings in accordance with 37 ASTM D 6690-07 and ASTM D 5329-09 and Tables 1 and 2. CITY OF PORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 321273-3 ASPHALT PAVING CRACK SEALANTS Page 3 of 5 1 a. Polymer modified asphalt -emulsion crack sealer must meet the requirements of 2 Table 1. 3 Table 1 4 Polymer -Modified Asphalt Emulsion Crack Sealer Property Test Min Max Procedure Rotational viscosity, 77 degrees F, cP D 2196, 10,000 25,000 Method A Sieve test, percent T 59 — 0.1 Storage stability, 1 day, percent T 59 — 1 Evaporation Tex-543-C Residue by evaporation, percent 65 — by wt. Tests on residue from evaporation: Penetration, 77 degrees F, 100 g, T 49 35 75 5 sec. Softening point, degrees F T 53 140 — Ductility, 39.2 degrees F, T 51 100 --- 5 cm/min., cm 6 b. Rubber -asphalt crack sealer must meet the requirements of Table 2. Table 2 Rubber -Asphalt Crack Sealer Property Test Class A Class B Min Max Min Max Procedure CRM content, Grade A or B, percent by wt. Tex-544-C 22 26 — — CRM content, Grade B, percent by wt, Tex-544-C — — 13 17 Virgin rubber content', percent by — — wt. 2 — Flash Point , COC, degrees F T48 400 — 400 — Penetration 3, 77 degrees F, 150 g, 5 sec. T 49 30 50 30 50 Penetration3, 32 degrees F, 200 g, 60 sec. T 49 12 — 12 — Softening point, °F T 53 — 170 — Bond D5329 — Pass 1. Provide certification that the min. percent virgin rubber was added. 2. Before passing the test flame over the cup, agitate the sealing compound with a 318- to 1/2-inch (9.5- to 12.7-nun) wide, square -end metal spatula in a manner so as to bring the material on the bottom of the cup to the surface, i.e., turn the material over. Start at one side of the thermometer, move around to the other, and then return to the starting point using 8 to 10 rapid circular strokes. Accomplish agitation in 3 to 4 see. Pass the test flame over the cup immediately after stirring is completed. 3. Exception to T 49: Substitute the cone specified in ASTM D 217 for the penetration needle. 4. No crack in the crack sealing materials or break in the bond between the sealer and the mortar blocks over 1/4 in, deep for any specimen after completion of the test. B. Equipment CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 321273-4 ASPHALT PAVING CRACK SEALANTS Page 4 of 5 1 1. Provide all necessary equipment and keep equipment in a satisfactory working 2 condition. 3 2. The minimum requirements for construction equipment shall be as follows: 4 a. Double-boiler/agitator-type kettle. Used to heat and install the hot -applied crack 5 sealant. 6 b. Hose. Transfer the sealant from the kettle to the crack by means of a direct- 7 connected pressure -type extruding device (hose) with a nozzle that will insert in 8 the crack. 9 1) The equipment should allow recirculation into the inner kettle when sealing 10 is not performed. 11 c. Thermometers. Thermometers should be positioned on the equipment to ensure 12 application temperatures are being met. 13 d. Handtools. Due to the nature of cracks, handtools are required to insert the 14 sealant material in cracks that are deeper than 3/4 inch. 15 1) These tools should not twist, cut, or damage the sealant material. 16 e. Air compressor. Consists of an air compressor, hoses, and a venturi-type 17 nozzle with an opening not exceed 114 inch. 18 1) The air compressor should be equipped with traps that will keep the 19 compressed air free of oil and moisture. 20 2.3 ACCESSORIES [NOT USED] 21 2.4 SOURCE QUALITY CONTROL [NOT USED] 22 PART 3 - EXECUTION 23 3.1 INSTALLERS [NOT USED] 24 3.2 EXANUNATION [NOT USED] 25 3.3 PREPARATION 26 A. Surface Preparation 27 1. Singular cracks will be thoroughly cleaned of all debris and foreign material with 28 an industrial air compressor. 29 2. The pavement shall be free of moisture. 30 3.4 INSTALLATION 31 A. Exercise caution to prevent additional damage to the pavement surface. 32 B. Crack Sealant 33 1. The crack should be sealed from the bottom to the top to minimize bubbling due to 34 entrapped air. 35 2. The sealant should be recessed approximately 118 to 1/4 inch below the pavement 36 surface to prevent tracking. 37 3. A squeegee may be used to remove excess sealant from the pavement surface when 38 a crack is overfilled. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 321273-5 ASPHALT PAVING CRACK SEALANTS Page 5 of 5 1 3.S REPAIR/RESTORATION [NOT USED] 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] S 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] 11 12 13 END OF SECTION Revision Log DATE NAME I SUMMARY OF CHANGE CITY OF FORT WORTH [insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 347113-1 TRAFFIC CONTROL Page 1 of 6 1 SECTION 34 7113 2 TRAFFIC CONTROL 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Installation of Traffic Control Devices and preparation of Traffic Control Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1, FOR THIS PROJECT "TRAFFIC CONTROL SECTION 34 71 13 SHALL EF 9 CONSIDERED S UBSIDIARY WOR , NO SE€*APATE PAY. 10 2. TRAFFIC CONTROL [ PLE ENTA'TION, INSTALLATION, 11 MAINTENANCE, ADJUSTMENTS. REPL CEMENT AND RE OVAL OF 12 TRAFFIC CONTROL DEVICES SHALL 13E CONSIDERED SUBSIDIARY 13 WORD, NO SEPARATE PAY. 14 3- PREPARATION OF 'TRAFFIC CONTROL PLAN DETA-TLS. ADHERENCE TO 15 CITY AND TEXAS MANUAL. ON UNEFORM TRAFFIC CONTROL DEVICES 16 (TMIJTCD), ORTAP41 G SIGNA-11 RE AND SEAL OF A LICENSM TEXAS 17 PREI ESSIONAL ENGINTEER SHALL RE CONSIDERED SUBSIDIARY 18 WORK. NO SEPARATE PAY. 19 C. Related Specification Sections include, but are not necessarily limited to: 20 1. Division 0 - Bidding Requirements, Contract Forms and Conditions of the Contract 21 2. Division 1- General Requirements 22 1.2 PRICE AND PAYMENT PROCEDURES 23 A. Measurement and Payment 24 1. Installation of Traffic Control Devices 25 a. Me o en 27 Elufatien.. 28 . 29 b. Payment 30 31 " sha4l be paid for at the 32 " 33 . 34 1) rr, a ffie Con4mj ; l,to,,< ente ie 35 2) Instaliftfieft 36 -3)- Maii+tenanee 37 4' Adjastments 38 396) « 41 2. Portable Message Signs CITY OF FORT WORTH 2O19Asphalt Pavement Crack Seat STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised November 22, 20I3 3471 13 - 2 TRAFFIC CONTROL Page 2 of 6 1 a. Measurement 2 1) Measurement for this Item shall be per week for the duration of use. 3 b. Payment 4 1) The work performed and materials furnished in accordance to this Item and 5 measured as provided under "Measurement" shall be paid for at the unit 6 price bid per week for "Portable Message Sign" rental. 7 c. The price bid shall include: 8 1) Delivery of Portable Message Sign to Site 9 2) Message updating 10 3) Sign movement throughout construction 11 4) Return of the Portable Message Sign post -construction 12 3. Preparation of Traffic Control Plan Details 13 Me rt e. 14 1) Aleasm.or"rat f,�I;s_Rem be perr each Trnffi^ GoRlr-ol Detail p ^a 15 b. Payfften 16 13—'i ,.«1.��"-£�wm nn�rxz aiccicTi-c'Qo-iimriv iiirsccvvrrniircc�T•;+rrcr�'riiisitcnr 17 cc " 18 prepared 19 20 1) PrepaFing -1 'Ira€€ie-C-A-litnel 121m; Detail,; fsr-cloys of24hs Of 21 lenger 22 2) Adherenee to Gity ander Manual enUn}f _Tiaf�Eerr*�^' aew�e�s 23 qmuw-D) 24 3) Obtaining the s+,,,.e ^.,a Seal f a luesens-e Tov^s; D..eefioss. iO 84 F gineef 25 4) Neefpefafiea of City eemfnents 26 1.3 REFERENCES 27 A. Reference Standards 28 1. Reference standards cited in this Specification refer to the current reference 29 standard published at the time of the latest revision date logged at the end of this 30 Specification, unless a date is specifically cited. 31 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 32 3. . Item 502, Barricades, Signs, and Traffic Handling of the Texas Department of 33 Transportation, Standard Specifications for Construction and Maintenance of 34 Highways, Streets, and Bridges. 35 1.4 ADMINISTRATIVE REQUIREMENTS 36 A. Coordination 37 1. Contact Traffic Services Division (817-392-7738) a minimum of 48 hours prior to 38 implementing Traffic Control within 500 feet of a traffic signal. 39 B. Sequencing 40 1. Any deviations to the Traffic Control Plan included in the Drawings must be first 41 approved by the City and design Engineer before implementation. 42 1.5 SUBMITTALS 43 A. Provide the City with a current list of qualified flaggers before beginning flagging 44 activities. Use only flaggers on the qualified list. CITY OF FORT WORTH 2O19Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised November 22, 2013 347113-3 TRAFFIC CONTROL Page 3 of 6 1 B. Obtain a Street Use Permit from the Street Management Section of the Traffic 2 Engineering Division, 311 W. 10"' Street. The Traffic Control Plan (TCP) for the 3 Project shall be as detailed on the Traffic Control Plan Detail sheets of the Drawing set. 4 A copy of this Traffic Control Plan shall be submitted with the Street Use Permit. 5 C. Traffic Control Plans shall be signed and sealed by a licensed Texas Professional 6 Engineer. 7 D. Contractor shall prepare Traffic Control Plans if required by the Drawings or 8 Specifications. The Contractor will be responsible for having a licensed Texas 9 Professional Engineer sign and seal the Traffic Control Plan sheets. 10 E. Lane closures 24 hours or longer shall require a site -specific traffic control plan. 11 F. Contractor responsible for having a licensed Texas Professional Engineer sign and seal 12 changes to the Traffic Control Plan(s) developed by the Design Engineer. 13 G. Design Engineer will furnish standard details for Traffic Control. 14 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 15 1.7 CLOSEOUT SUBMITTALS [NOT USED] 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE [NOT USED] 18 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 19 1.11 FIELD [SITE] CONDITIONS [NOT USED] 20 1.12 WARRANTY [NOT USED] 21 PART 2 - PRODUCTS 22 2.1 OWNER -FURNISHED [oRJ OWNER -SUPPLIED PRODUCTS [NOT USED] 23 24 25 26 27 28 29 30 31 32 33 2.2 ASSEMBLIES AND MATERIALS A. Description 1. 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. Traffic Control Devices must meet all reflectivity requirements included in the TMUTCD and TxDOT Specifications — Item 502 at all times during construction. b. EIectronic message boards shall be provided in accordance with the TMUTCD. C= OF FORT WORTH 2O19Asphalt Pavement Crack Seal STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised November 22, 2013 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 EXAMINATION [NOT USED] 5 3.2 PREPARATION 6 A. Protection of In -Place Conditions 7 1. Protect existing traffic signal equipment. 8 3.3 INSTALLATION 9 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 3471 13 - 4 TRAFFIC CONTROL Page 4 of 6 A. Follow the Traffic Control Plan (TCP) and install Traffic Control Devices as shown on the Drawings and as directed. B, Install Traffic Control Devices straight and plumb. C. Do not make changes to the location of any device or implement any other changes to the Traffic Control Plan without the approval of the Engineer. 1. Minor adjustments to meet field constructability and visibility are allowed. D. Maintain Traffic Control Devices by taking corrective action as soon as possible. 1. 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 property. 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 Traffic Control Plans. J. If at any time the existing 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 2019Asphall Pavement Crack Seal 102114 347113-5 TRAFFIC CONTROL Page 5 of 6 1 K. Contractor shall make arrangements for police assistance to direct traffic if traffic signal 2 turn-ons, street light pole installation, or other construction will be done during peak traffic 3 times (AM: 7 am — 9 am, PM: 4 pm - 6 pm). 4 L. Flaggers 5 1. Provide a Contractor representative who has been certified as a flagging instructor 6 through courses offered by the Texas Engineering Extension Service, the American 7 Traffic Safety Services Association, the National Safety Council, or other approved 8 organizations. 9 a. Provide the certificate indicating course completion when requested. 10 b. This representative is responsible for training and assuring that all flaggers are ll qualified to perform flagging duties. 12 2. A qualified flagger must be independently certified by I of the organizations listed 13 above or trained by the Contractor's certified flagging instructor. 14 3. Flaggers must be courteous and able to effectively communicate with the public. 15 4. When directing traffic, flaggers must use standard attire, flags, signs, and signals 16 and follow the flagging procedures set forth in the TMUTCD. 17 5. Provide and maintain flaggers at such points and for such periods of time as may be 18 required to provide for the safety and convenience of public travel and Contractor's 19 personnel, and as shown on the Drawings or as directed by the Engineer. 20 a. These flaggers shall be located at each end of the lane closure. 21 M. Removal 22 1. Upon completion of Work, remove from the Site all barricades, signs, cones, lights 23 and other Traffic Control Devices used for work -zone traffic handling in a timely 24 manner, unless otherwise shown on the Drawings. 25 3.4 REPAIR / RESTORATION [NOT USED] 26 3.5 RE -INSTALLATION [NOT USED] 27 3.6 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 28 3.7 SYSTEM STARTUP [NOT USED] 29 3.8 ADJUSTING [NOT USED] 30 3.9 CLEANING [NOT USED] 31 3.10 CLOSEOUT ACTIVITIES [NOT USED] 32 3.11 PROTECTION [NOT USED] 33 3.12 MAINTENANCE [NOT USED] 34 3.13 ATTACHMENTS [NOT USED] 35 END OF SECTION 36 Revision Log CITY OF FORT WORTH 2O19Asphatt Pavement Crack Seat STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised November 22, 2013 3471 13 - 6 TRAFFIC CONTROL Page 6 of 6 DATE NAME SUMMARY OF CHANGE 11/22/13 S. Arnold Added police assistance, requirement for when a site specific TCP is required CITY OF FORT WORTH 2O19Asphalt Pavement Crack Seat STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102114 Revised November 22, 2013 GC-6.06D MINORTITY AND WOMEN OWNED BUSINESS ENTERPRISE COMPLIANCE FORT WORTH City of Fort Worth Minority Business Enterprise MBE Subcontractors/rs Utilization Form o 97r>I C- 2019 Asphalt Pavement Clack seal City's MBE Project Goal I Offeror's MBE Project Commitmen 5 % ATTACHMENT1A Page 1 of 4 Check applicable block to describe Offeror - - - I VI NON-M/W/DBE 102114 BID DA Identify all subcontractors/suppliers you will use on this project Fallure to compaets this form, in its entirety with requested docUmentation, and ri cei►red by the Purchasing Division no later than 2;00 p.m. on the second City business clay after bid opening exclusive of bid opening date, will result in the bid baying considered non -responsive to bid specifications. The undersigned Offeror agrees to eater into a formal agreement with the MSE fkrn(s) listed in this utifiration schedule, conditioned upon execution of a contract with the City of Fort Woaih. The intentional andfor knowing misrepresentation of faits is grounds for consideration of disqualification and will result in the bid being considered non -responsive to did specifications. MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of bid or the business has a Significant Business Presence in the Marketplace. Marketplace is the geographic area of Tarrant, Callas, Denton, Johnson, Parker, and Wise counties. PrIme contractors must Identify by tier level of all subiontract,orstsuppliers. Tier: means the level of suhnontra ng below the prime contractoriconsultlint i.e. a direct {payment from the prime contractor to a subcontractor is considered I"tie;, a payment by as subcontractor to its supplier is considered 2"' tler. The prime contractor is responsible to provide proof of payment of all tie,ed subcontractors identified as a MBE and asountfng those dollars towards meeting the contract committed goal. ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. If hauling services are utilized. the Offeror will be given credit as long as the MSE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from another MBE firm, including MBE owner -operated, and receive full MBE credit. The MBE may lease trucks from non -MBEs, including owner -operated, but will only receive credit for the fees and commissions earned by the MBE as outlined in the lease agreement_ Rev. 2/10/15 FORTWORTH ATTACHMENT IA Page 2 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Knonly and non-MBEa. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. SUDCONTRACTORISUPPLIER Company Name Address TelephonelFax Email Contact Person T i f NCTRCA N ° " E Detail Subcontracting Work Detail Supplies Purchased Dollar Amount M B E W ISM E CAv.nale,r, A2 �m. Carso'Poeirc-'%a.mC,a� � ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ Rev. 2110/15 FORT WnxTH 2.� ATTACHMENT1A Page 3 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and noD-MBEE. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. SUBCONTRACTORISUPPLIER Company Name Address Telephone/Fax Email Contact Person T I e r NCTRCA N " V B Detail Subcontracting Work Detail Supplies Purchased Dollar Amount B E E El Rev. 2110115 ATTACHMENT1A Page 4 of 4 Total Dollar Amount of MBE Subcontractors/Suppliers 1 Total Dollar Amount of Non -MBE SubcontractorslSuppliers �2 0�. p TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORSISUPPLIERS � $ Z12 The Offeror will not make additlons, deletlons, or substitutions to this certlfied list without the prior approval of the Minority and Women Business Enterprise Office through the submittal of a Request for Approval o ChangelAddldan forma_ Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance_ The Offeror shall submit a detailed explanation of how the requested changeladdition or deletion wIll affect the committed MBE goal. If the detail explanation is not submitted, it will affect the final compriance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. -r-fis W de"'L Authorized Signature Printed Signature =I'Aejc� Title 0 , (law :T� Company Name (k i?i3 � Address O-enfe,f- City/State/Zip Contact Name/Title (if different) �a3o) (,93gi :3,_13q Telephone and/or Fax C W Ines o-Y-ok -1 1 �_ C�Uhn E-mail Address 6)3))Iq Hate Rev. 2/10/15 ATTACHMENT 1C Page 1 of 4 FORTWORTH - City of Fort Worth Minority Business Enterprise MBE Good raith Effak i Form OFFEROR COMPANY NAME: Check applicable block to describe Cu Jk o -T� Offeror �('(J ,us�wIDBE PROJECT NAME: NONAWWIDBE 2019 Asphalt Pavement Crack seal 41,9BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER 5 pia I pro 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 I)}`jBE 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 andlor knowing misrepresentation of the facts or intentional discrimination by the Offeror. Failure to complete this -for n, in its entirety with supporting documentation, and received by the Purchasing Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications. 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 MICE or non -MICE. (DO NOT LIST NAMES OF FIRMa) On all projects, the Offeror must list each subcontracting and or supplier opportunity regardless of tier. (use aaamonar sneers, Ir necessary) List of Subcontracting Opportunities I List of Supplier Opportunities %we '3 S Rev, 2I761'15 ATTACHMENT 'IC Page 2 of 4 2.) Obtain a current (not more than two (2) months old from the bid open date) list of MBE subcontractors and/or suppliers from the City's MIWBE Office. Yes No Date of misting aG- 1 (9-8 1Iq 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 malled.) :K::No 4.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? Yes (If yes, attach list to Include name of MBE firm, person contacted, phone number and date and time of contact.) �No v.) 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 data 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 andlor "undeliverable confirmation" documentation may render the GFE non -responsive.) No 6.) Did you solicit bids from BABE 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 us as undeliverable, then that "undeliverable message" receipt mt be printed directly from the email system for proper documentation. Failure to submit confirmation and/or "undeliverable message" documentation may render the GFE non- responsive.) No AIOT'E_ The four methods identified above are acceptable for solicit„o%g bids, and each aejeLtad rrmethpd .must be applied to the applicable contract. The Off aror must document that either at least two attempts were made using two of the four methods or that at least owe successful contact was made using ono cif the four methods In order to be deemed responsive to the Good Faith Effort requirement. NOTE: Tho Offeror must contact the entire MBE list specific to each subcontracting and SLIpplier apportun ity to be in compliance with questions 3 Through S. 7.) Did you provide plans and specifications to potential MBEs? Yes :T—No 8.) Did you provide the information regarding the location of plans and specifications in order to assist the MBEs? Yes T No Rev. 2110115 ATTACHMENT I Page 3 of 4 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.) _74--No 10.) Was the contact information on any of the listings not valid? Yes (If yes, attach the information that was not valid in order for the M1wBE Office to address the corrections needed.) No 11.)Submit documentation if IVIBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, Include a detailed explanation of why the MBE was rejected and any supporting documentation the Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Offeror will provide for confidential in -camera access to an inspection of any relevant documentation by City personnel. (Please use additional sheets, if necessary, and attach.) Company Name Tele hone Contact Person Scope of Work Reason for Rejection ADDITIONAL. INFORMATION; Please provide additional information you feel will further explain your good and honest efforts to obtain MBE participation on this project. eoL_� /oie k Conker was &JabLbmoi Two on 5la-Fltq driVuYv� , qDM 11 /,.jds On 5Z31//9 Am. _RR • . • �.• The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The -Offeror also agrees to ailosw an audit and/oT examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance shall create a material breach of contract and may result in a -determination of an irresponsible Offerer and debarment from participating in City work for a period of time not less than one (1) year. Rev. 2110115 ATTACHMENT 1C Page 4 of 4 The undersigned certifies that the information provided and the HIS listed was/were contacted in good with. It is understood that any MBE(s) listed in Attachment I C will be contacted and the reasons for not using them will be verified by the City's MIWBE Office. �J Authnorized Signature Tit u G Company Name Address � er Po �r � � '7�D t� City/State/Zip &Pdis Printed Signature Contact Name and Title (if different) 6ego) 04 343 � 6613b) Phone Number Fax Number C w here rr -v- 1-� a-ot . 0,DV', Email Address 05131 L7 Date Rev. 2110115 From: Curtis Wheatcraft <cwheatcraft@aol.corn> To: Anthony Anthony@bp,rksholdin&!romoanu_saw,-� Cc: gngsawnseal -EgNsawx,seijH5live.com!- Subject: FTW crack sealing Date: Tue, May 28, 2019 2:33 pm I am Curtis Wheatcraft with Curtco Inc., we are bidding a crack sea[ job for the City of Fort Worth, you are listed as an MBE contractor for them. Are you interested in bidding on any of the sealing work as a sub. The bid is due by Thursday, I need a answer by tomorrow at noon. You can call me at 940-395-1762 GC -6.07 WAGE RATES E O� cii a.. ii m m e o mod, qj E m p Z7 u ll O O C 0 0IMD Cl -0 !A 0 of _ c T m o m N N fC0 X C Q U7 N o Ql N C C c e- d% no —. �q 1 0 m vt raj '= N 7 a m-m o m c Eu m w M `o °� ' in aLn w Cl m i° � c w � m Q E- 5.90 �n em S Z � @.10D Q x m m .a O c o Es U L q g o is Q s,� w o 8r � ,e _y m o m OOD DD 000 3 = a�=�' co 0 ova m r ii-0ci3 m v� m cnt Ma rn o E ocn m p v u ! p NQ•� W o cg iu N n T qy gc j c� ' m a1 C O 'Q7 Q lL t9 E N 0 C C LA.0 b _ O m a p E ar o p E O V N' Q � V � •� 2 U LL Gip � E � a�i~ . ,Z! g E E 4= E ui O W G w ip y � w F w 82.2 j �'8 S �y An (5ig `S S? C� u Ul 2j N } C La N c p 0 m �� o 4 to GJ m � eC O a_ CL- d o E 15 cm Cl)(..Y ❑ - •L Q IQ N m E j W W (a = im L1"i C v^ VI N O LL co v co CD m w 0 'al' C Q L O N O 7 Q m C C N p N O 43 �C Vl m �Q O ocarl�°�"a IDg3 dL 4 o'lcc 9 a d RQI.. ul LL C = n- i3 ui -a �� ca R -0 p 2 T a E S in Q m O CO N 1— m d — t7 U � � U E to o EL ��m y m cam t0 �: am: y C i6 �_j CL= Q = i G pG m C E u d v R u iv V) o O f�- � fo C C m m r -0 = 20 N O N Q ID } C� C y � V a: v � f:7 M&C Review Page 1 of I CITY U I�� END COUNCIL ACTION: Approved on 10/29/2013 Official site of the City of Fort worth, Texas FCRTI1 REFERENCE �� 20PREVAILING WAGE ®ATE: 10129/2013 NO.: C-26534 LOG NAME: RATES 2013 CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Adopt 2013 Prevailing Wage Rates for City Awarded Public Works Projects (ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the City Council adopt the attached 2013 Prevailing Wage Rates for City - awarded Public Works projects. DISCUSSION: Texas Government Code Chapter 2258 requires that a public body awarding a contract for Public Works shall determine the general prevailing rate of per diem wages for each craft or type of worker needed to execute the contract. The public body is required to specify in the bid documents for any Public Works contract, and in the contract itself, the wages as determined and adopted by the public body. The attached 2013 Prevailing Wage Rates data for Heavy and Highway Construction projects identifies the current Davis -Bacon Act prevailing wages for heavy and highway construction projects applicable to the local wage rate zone. The attached 2013 Prevailing Wage Rates data for Commercial Construction projects identifies average wage rates based on a salary survey conducted and published by the North Texas Construction Industry (Fall 2012). The 2013 Prevailing Wage Rates will be included in future City -awarded infrastructure bid documents and contracts once adopted. FISCAL INFORMATIONICERTIFICATION: The Financial Management Services Director certifies that this action will have no material effect on City funds. TO Fund/Account/Centers FROM Fund/AccounVCenters Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: ATTACHMENTS NewCOFW Hor.pdf NewCOFW Vert.pdf Fernando Costa (6122) Douglas W. Wiersig (7801) Roy Teal (7958) http ://apps. cfwnet.org/council_packctlmc_review. asp?ID=1915 5 &councildate=10/29/2013 11 /7/2013 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 Asphalt Raker $ 12.69 Broom or Sweeper Operator $ 11.74 Concrete Finisher, Paving and Structures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.05 Concrete Saw Operator $ 14.48 Crane Operator, Hydraulic 80 tons or less $ 18.12 Crane Operator, Lattice Boom 80 Tons or Less $ 17.27 Crane Operator, Lattice Boom Over 80 Tons $ 20.52 Crawler Tractor Operator $ 14.07 Electrician $ 19.80 Excavator Operator, 50,000 pounds or less $ 17.19 Excavator Operator, Over 50,000 pounds $ 16.99 Flagger $ 10.06 Form Builder/Setter, Structures $ 13.84 Form Setter, Paving & Curb $ 13.16 Foundation Drill Operator, Crawler Mounted $ 17.99 Foundation Drill Operator, Truck Mounted $ 21.07 Front End Loader Operator, 3 CY or Less $ 13.69 Front End Loader Operator, Over 3 CY $ 14.72 Laborer, Common $ 10.72 Laborer, Utility $ 12.32 Loader/Backhoe Operator $ 15.18 Mechanic $ 17.68 Milling Machine Operator $ 14.32 Motor Grader Operator, Fine Grade $ 17.19 Motor Grader Operator, Rough $ 16.02 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13.63 Pipelayer $ 13.24 Reclaimer/Pulverizer Operator $ 11.01 Reinforcing Steel Worker $ 16.18 Roller Operator, Asphalt $ 13.08 Roller Operator, Other $ 11.51 Scraper Operator $ 12.96 Servicer $ 14.58 Small Slipform Machine Operator $ 15.96 Spreader Box Operator $ 14.73 Truck Driver Lowboy -Float $ 16.24 Truck Driver Transit -Mix $ 14.14 Truck Driver, Single Axle $ 12.31 Truck Driver, Single or Tandem Axle Dump Truck $ 12.62 Truck Driver, Tandem Axle Tractor with Semi Trailer $ 12.86 Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 The Davis -Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas' Standard Job Classifications and Descriptions for Highway, Heavy, Utilities, and Industrial Construction in Texas. Page 1 of 1 2013 PREVAILING WAGE RATES (Commercial Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate AC Mechanic $ 25.24 AC Mechanic Helper $ 13.67 Acoustical Ceiling Installer $ 16.83 Acoustical Ceiling Installer Helper $ 12.70 Bricklayer/Stone Mason $ 19.45 Bricklayer/Stone Mason Trainee $ 13.31 Bricklayer/Stone Mason Helper $ 10.91 Carpenter $ 17.75 Carpenter Helper $ 14.32 Concrete Cutter/Sawer $ 17.00 Concrete Cutter/Sawer Helper $ 11.00 Concrete Finisher $ 15.77 Concrete Finisher Helper $ 11.00 Concrete Form Builder $ 15.27 Concrete Form Builder Helper $ 11.00 Drywall Mechanic $ 15.36 Drywall Helper $ 12.54 Drywall Taper $ 15.00 Drywall Taper Helper $ 11.50 Electrician (Journeyman) $ 19.63 Electrician Apprentice (Helper) $ 15.64 Electronic Technician $ 20.00 Floor Layer $ 18.00 Floor Layer Helper $ 10.00 Glazier $ 21.03 Glazier Helper $ 12.81 Insulator $ 16.59 Insulator Helper $ 11.21 Laborer Common $ 10.89 Laborer Skilled $ 14.15 Lather $ 12.99 Metal Building Assembler $ 16.00 Metal Building Assembler Helper $ 12.00 Metal Installer (Miscellaneous) $ 13.00 Metal Installer Helper (Miscellaneous) $ 11.00 Metal Stud Framer $ 16.12 Metal Stud Framer Helper $ 12.54 Painter $ 16.44 Painter Helper $ 9.98 Pipefitter $ 21.22 Pipefitter Helper $ 15.39 Plasterer $ 16.17 Plasterer Helper $ 12.85 Plumber $ 21.98 Plumber Helper $ 15.85 Reinforcing Steel Setter $ 12.87 Page 1 of 2 Reinforcing Steel Setter Helper $ 11.08 Roofer $ 16.90 Roofer Helper $ 11.15 Sheet Metal Worker $ 16.35 Sheet Metal Worker Helper $ 13.11 Sprinkler System Installer $ 19.17 Sprinkler System Installer Helper $ 14.15 Steel Worker Structural $ 17.00 Steel Worker Structural Helper $ 13.74 Waterproofer $ 15.00 Equipment Operators Concrete Pump $ 1850 Crane, Clamsheel, Backhoe, Derrick, D'Line Shovel $ 19.31 Forklift $ 16.45 Foundation Drill Operator $ 22.50 Front End Loader $ 16.97 Truck Driver $ 16.77 Welder $ 19.96 Welder Helper $ 13.00 The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted and published by the North Texas Construction Industry (Fall 2012) Independently compiled by the Lane Gorman Trubitt, PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's (The Construction Association) website. www.texoassociation.org/Chapter/wagerates.asp Page 2 of 2 S® -1.00 STANDARDS DETAILS 4' i 2 441 F0.RTW0RTH. J. n— 4 6„ - C-�'ihLS• r�n 3' �F r�Ct Title 1" 81„ Funding �2„ T Contractor. 1„ 21„ -,—Contractor's Name # �„ 2 Questions on this Project Call: � 1„ 12� (817) 392 - XXXX 12" After Hours Call: (817) 392 - XXXX 2 Ri " TYP. 1 " Tl'P. FONTS, (VOTES, FORT WORTH LOGO IN CHELTINGHAM BOLD IF APPLICABLE TO THE PROJECT, ALL OTHER LETTERING IN ARIAL BOLA CONTRACTOR SHALL OBTAIN VINYL STICKER "CITY GAS LEASE REVENUE COLORS: IN ACTION"! LOGO AT CDR SIGN AND FORT WORTH - PMS 288 - BLUE ENGRAVING, 6311 EAST LANCASTER LONGHORN LOGO - PMS 725 - BROWN AVE (817-451-4684), PEEL AND PLACE LETTERING - PMS 288 - BLUE IN FUNDING SECTION. BACKGROUND -WHITE BORDER -BLUE PROJECT DESIGNATION SIGN COLLAR CONFIGURATION COLLAR CONFIGURATION FOR PAVED AREA FOR UNPAVED AREA S'-0.. i MANHOLE FRAME AND ! _ 32" DIA. DUCTILE IRON r COVER. (REFER TO , ' ., , w� �..: • • •• . ; ..• ' �' ~.�' =a,{� •r �•{•�•1 .4� f STD. PRODUCT LIST) •�..'l . rtsr ''.f�!_A. _ ` �: � •L •4 '+• ..�r�. '�� � •.r' �••:_ .fie : •'4�'4. 4000 PSI CONCRETE \ ,y/�� , ;"' .•'� yy onp �' 8—#4 REBARS TYP. .�;= ,:r -'S• ."� •r.. ,. •, ,,. 12" MIN. 32" IMIN. � ` CHAMFER (TYP.) �A�T :•::: ,`.;:.'�' `' +• y. i�.. _ z GROUND ;PMMi. •�f; . •T..r. 4••I]'] {•. � i .: fi ":+ Y' - ¢ •5� aLp _i11 r!j 1 �_11c I _- • :Y4 �30" CLEAR ; i'• OPENING CONCRETE COLLAR 2 ROWS OF RAM—NEK SEAL :?�i HEIGHT VARIES 2" x 8" x 30" I.D. w/STAGGERED JOINTS OR — CONCRETE PRECAST APPROVED EQUAL. GRADE RINGS PER ;►. ASTM C478. : '? •, I+ • a, y SEC11QN A -A REBAR SHALT. BE PLACED 3" O WHERE MANHOLES ARE IN MIN. FROM TOP AND BOTTOM THE STREET, INSTALL 2 OR OF CONCRETE COLLAR. MORE GRADE RINGS. AS NEEDED, BETWEEN CASTING AND TOP OF PAVEMENT. HINGED LIDS INSTALLED IN E1-14, El---20. El-21 MATERIAL STREETS SHALL OPEN E2-14, E2-20, E2-21 CONSTRUCTION AGAINST THE FLOW OF TRAFFIC. DINGED LIDS ARE REQUIRED ON ALL ELEVATED MANHOLES, JUNCTION BOXES AND WHERE SPECIFIED ON PLANS. (REFER TO STD. PRODUCTS LIST) O LOCKS TO BE INSTALLED ON ALL MANHOLE LIDS BELOW THE 100—•YEAR FLOOD ELEV. AND WHERE SPECIFIED ON MR&%� CITY OF PORT WORTH, TEXAS MANHOLE FRAME, COVER, G ®E RINGS AND CONCRETE ;6LLAR DATE: OCT. 2009 SAN-009 Water Valve Riser Cross Section view 12 gage G90 $elvaniaed steel s F new asphalt overlay 310n D.O.M. Tube Item Item Materiel Description Tonsil@' Tensile Number° Description Yield Ultimate I steel skirt 12 gage &I.S.I. 1020 Steel (A-36) 33.006E P.S.I. 60.000 P.1 G-90 Galvanized 2 Weld Lincoln Outushetad 71 Elite .045 75 011 lP-S.l. 85 0061 P. 3 3/9" wide D.O M Tube D. O. 2�1_ Tube A.I.S.I. 1026 (A513 tvoe 5) 77_00o P CS.1 04 Manhok Riser Dia. Hole th 302 SWnless el Roll Pin 2 Chose Section view 10 or 12 gage 090 galvanized steel '--F - Height new asphalt overlay 3/C thick riser bar 2 1 J" 17/64" Diameter holes b •PGPY . t� [ o . � . m �hiV Ntl0 3/4" O.D. Sf8„� a I /4„ 3/8" 1. D. 3f 8" - 16 Thread Item item K11terial Dcwnption Tensile Tettsllo Number i is tion = IIIYield Mi mute € 3/lr' Rail Pins 302 St�rt1€� S�eet 14 000 L8 C3auble Sttarr Sam, 2 Steel Skin 12 or €0 gap A.I. S.I. 1020 Sal (A-36) 33.0mm P.S.J. 6Q.000 P.S. G-90 GaJvsniwd 3 Weld 6S%70°AciMntmwelded 75,000 P.S,I.l 83000 P.S., 4 1 3/4" wide Rim Su I Hot Rolled Steal_ALS.J. 1020 A-38 33,000 P.S.I. 1 60,000 P.S.I 5 Rod Ends Forglns AI.S.1. C-1030 Stee€ Hest TMted i3HN 240 70,000 P.S.I. 92.000 P SJ Zinc NEW with Dic umm Finish 6 rumhwkje ALS.1. 1020 BJ N 149' T0,000 P S.1 80.000 P S ! Linn Maw! digs€ in l.inobL*er nLt irJubitne GN-1.00 GENERAL NOTES General Dotes Division. 01— General Requirements General: 1. The Contractor shall be responsible for locating all utilities, whether public or private, prior to excavation. The information and data shown with respect to existing underground facilities at or contiguous to the site is approximate and based on information furnished by the owners of such underground facilities or on physical appurtenances observed in the field. The City and Engineer shall not be responsible for the accuracy or completeness of any such information or data. The Contractor shall have full responsibility for reviewing and checking all such information or data, for locating all underground facilities, for coordination of the work with the owners of such underground facilities during construction and for the safety and protection thereof and repairing any damage thereto resulting from the Work. This Work shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. The Contractor shall notify any affected owners (utility companies) or agencies in writing at least 48 hours prior to construction. a. Notify TEXAS 811 (1-800-DIG-TESS or www.texas8ll.org) to locate existing utilities prior to construction. b. Caution! Buried electric lines may exist along this project. Contact electrical providers 48 hours prior to excavation : • ONCOR Will Riegler 817-215-6707 Tri County Kevon Mooney 817-752-8160 c. Caution! Buried gas lines may exist along this project. Contact Atmos Energy 48 hours prior to excavation, and within two (2) hours of encountering a gas line (John Crane: 817-207-2845) d. Caution! Buried communication cables may exist along this project. Contact communication companies 48 hours prior to excavation: • Spectrum/Charter Communication Sherri Trahan 817-271-8108 • AT&T Gary Tilory 817-338-6202 • One Source Communications Jeremy Hegwood 817-745-2243 e. Caution! When doing work within 200 feet of any signalized intersection, the Contractor shall notify Traffic Management Division of City of Fort Worth T/PW, 72 hours prior to excavation (Kassem Elkhalil: 817-392-8742). The Contractor shall protect existing signal hardware, ground boxes, detection loops, and underground conduit at signalized intersections. Any damages at signalized intersections shall be replaced at the expense of the Contractor. The Contractor shall contact the City at 817-392-8100 to perform conduit line locates at signalized intersections 72 hours prior to commencing work at the intersection. f. The Contractor shall notify the City of Fort Worth Project Manager 48 hours prior to the start of any excavation (Shammi Rahman: 817-392-6792) 2. Contractor's personnel shall have identifying clothing, hats or badges at all times which identify the Contractor's name, logo or company. 3. Protect concrete curb and gutter, driveways, and sidewalks that are not designated for removal. Removal and replacement of these items shall be as designated in the drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION GENERAL NOTES Version Release December 18, 2017 Division 32 — Exterior Improvements General: 1. At locations where the curb and gutter are to be replaced, the Contractor shall assume all responsibility for the re-establishment of existing street and gutter grades. Establishment of grades shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. 2. All driveways, which are open cut, shall have at least a temporary driving surface at the end of each day. The temporary surface shall be considered as a subsidiary item of Work. The cost of which shall be included in the price bid in the Proposal for various bid items. Bike Lanes and Shared Pavement Markings: 1. Proposed bike lanes should maintain a minimum effective width of 4 feet (measured from edge of gutter to center of stripe), 2. Bicycle pavement markings should be located 20 feet from the curb return, stop bar, or cross walk (whichever is applicable) unless denoted otherwise in the drawings. 3. Combined width of bike lane and on -street parking should not be less than 13 feet. 4. If travel lane is greater than 14 feet wide, shared pavement markings shall be placed 4 feet from face of curb or edge of on -street parking (whichever is applicable). 5. 1f travel Iane is less than or equal to 14 feet wide, shared pavement markings shall be placed in the middle of the travel Iane. 3. Bike lane symbol, arrow, and shared pavement markings should be repeated at the beginning of each intersection. 4. On uninterrupted sections of roadway, bike lane symbol and arrow should not be spaced more than 330 feet apart and shared pavement markings should not be spaced more than 250 feet apart. 5. Bike lane symbol, arrow, and shared pavement markings should not be placed at private driveways or public intersections. 6. Bike lane striping should be 4 inches solid white, hot -applied thermoplastic unless specified otherwise in the drawings. All other bike lane pavement markings shall also be white, hot applied thermoplastic unless otherwise specified in the drawings. 7. All dimensions are from face of curb and are to center of the pavement marking. 8. Shared pavement markings should not be used on facilities with a posted speed greater than 35 mph. Sidewalks and Curb Ramps: 1. The curb ramp standard details are intended to show typical layouts for the construction of the curb ramps. The information shown on the standard details meet the requirements shown in the "2012 Texas Accessibility Standards" (TAS) and the "2010 ADA Standards for Accessible Design" by the Department of Justice. 2. City of Fort Worth Standard Details are only intended to indicate pay limits for each type of ramp, the Engineer is responsible for the development and design of the sidewalk and curb ramp layout, including actual dimensions and slope percentages. 3. The Contractor may not make changes to the sidewalk and curb ramp layout without approval of the City. The Contractor may propose changes to the sidewalk and curb ramp Iayout due to field conditions, but any proposed changes must be approved by the City. 4. Curb ramp running slopes shall not be steeper than 8.3% (12:1). Adjust curb ramp length or grade of approach sidewalks as directed by the City. 5. Curb ramp flare slopes shall not be steeper than 10% (10:1) as measured along back of curb. 6. Maximum allowable cross slope on sidewalk and curb ramp surfaces is 2%. 7. The minimum width of sidewalks and curb ramps shall be 4 feet. CITY OF FORT WORTH STANDARD CONSTRUCTION GENERAL NOTES Version Release December 18, 2017 8. Landings shall be provided at the top of curb ramps. The landing clear length shall be 5 feet minimum from the end of ramp. The landing clear width shall be at least as wide as the curb ramp, excluding flares. The landing shall have a maximum slope of 2% in any direction. 9. In alterations where there is no landing at the top of the curb ramp, curb ramp flares shall be provided and shall not be steeper than 8.3% (12:1). 10. Where turning is required, maneuvering space at the top and bottom of curb ramps shall be 5 feet by 5 feet minimum. The space at the bottom shall be wholly contained within the crosswalk markings and shall not project into vehicular traffic lanes. 11. Curb ramps with returned curbs may be used only where pedestrians would normally walk across the ramp, either because the adjacent surface is planting or other non -walking surface or because the side approach is substantially obstructed. 12. Where curb ramps are provided, crosswalk markings shall be required and ramps shall be aligned with the crosswalk. 13. Counter slopes of adjoining gutters and road surfaces immediately adjacent to the curb ramp shall not be steeper than 5% (20:1) in any direction. CITY OF FORT WORTH STANDARD CONSTRUCTION GENERAL NOTES Version Release December 1 S, 2017 Division 33 - Utilities General: 1. For utility work within utility easements, once pipe or appurtenances have been installed or rehabilitated, immediately commence temporary surface restoration. Complete surface restoration to the owner's satisfaction within seven (7) days of work finishing on -site. Failure to maintain surface restoration, as noted above, may result in suspension of work until restoration is complete. 2. Existing vertical deflections and pipe slopes shown on the drawings are approximate and have not been field verified, unless otherwise noted. Rim elevations, flow lines, and horizontal locations of existing manholes were determined from field survey. If field conditions vary from those shown on drawings Contractor shall notify City. 3. Maintain all existing water and sewer connections to customers in working order at all times, except for brief interruptions in service for water and sewer services to be reinstated. In no case shall services be allowed to remain out of service overnight. 4. Establish and maintain a trench safety system in accordance with the excavation safety plan and Federal, State or local safety requirements. 5. Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. Confined Spaces shall include manholes and all other confined spaces in accordance with OSHA's Permit required for Confined Spaces. 6. Only City prequalified Contractors, by appropriate Water Department work category, shall be allowed to adjust valve boxes, manholes, ring & covers, etc. Water: 1. Provide thrust restraint by means of restraining joints at fittings and concrete blocking. When specifically indicated on the Drawings, provide thrust restraint at designated joints beyond the fittings. Each method shall be capable of thrust restraint independent of the other system. The Contractor shall refer to City Standard Details for area required to install concrete blocking. 2. All ductile iron mechanical joint fittings shall be restrained to pipe using retainer glands. 3. Proposed water mains shall have a minimum cover of 48-inches cover above the top of pipe, unless shown otherwise on the drawings or details. 4. All water services shall be installed above storm sewers, except where shown otherwise in the drawings. 5. Elevation adjustment at connections may be made with bends, offsets, or joint deflections. Joint deflections shall not exceed fifty percent (50%) of manufacturer's recommendations. 6. Temporary pressure plugs required for sequencing of construction and testing of proposed water lines shall be considered subsidiary to the work and shall be included in the price bid in the Proposal for various bid items. Sanitary Sewer: 1. Verify that all connections to the sanitary sewer system are for sanitary sewer only. Notify City of any discovered illicit connections. 2. The Contractor shall be liable for all damages to properties, homes, and basements from backup, which may result during the installation of new pipe and/or abandonment of existing pipe. The Contractor will be allowed to open clean outs where available. The Contractor will be responsible for all clean up associated with opening clean outs. 3. For all sanitary sewer service connections at manholes, provide a hydraulic slide in accordance with the details. CITY OF FORT WORTH STANDARD CONSTRUCTION GENERAL NOTES Version Release December 18, 2017 Storm Drain: 1. Maintain the existing storm drainage system until the proposed system is in service. In no case should the Contractor leave the existing storm drain out of service whereby runoff would cause damage to adjacent property. 2. Construct all drainage improvements from the downstream end to the upstream end to allow continued storm drain service. If the Contractor proposes to construct the system otherwise, the Contractor shall submit a sequencing plan to the City for approval. 3. Take appropriate measures to preserve wildlife in accordance with applicable federal, state and local guidelines. CITY OF FORT WORTH STANDARD CONSTRUCTION GENERAL NOTES Version Release December 18, 2017 Division 34 - Transportation General: 1. Prior to activating traffic signals with new or revised signal timing, the contractor should e-mail Aziz Rahman, Sr. Professional Engineer, atAziz.Ralinian@fortworthtexas.gov (and copy Kassem Elkhalil, Professional Engineer, at Kassem.ElKhalil@fortworthtexas. ov at least three (3) weeks in advance to schedule that. 2. If new cabinets and controllers are being installed and the controllers need to be programmed and tested by City Forces; the contractor should deliver them to the City of Fort Worth, Signal Shop at 5001 James Ave., at least three (3) weeks in advance to schedule that. 3. Unless there is a compelling reason, a new traffic signal will be put on flash on Thursdays and working colors the following Tuesday. 4. Switching from old traffic signal to a new one, this should be done on Tuesdays only. 5. Notify Traffic Management Division (817-392-7738) Project Representative at least 24-hours in advance of all concrete pours. Inspector must be present when concrete is placed on the project site. 6. If applicable, equipment supplied by the City will be available for pick up from the Transportation/Public Works (T/PW) Warehouse at 5001 James Avenue and/or the Village Creek Pole Yard (5000 MLK Freeway). The Project Representative must authorize all equipment pickups. 7. Design consultant shall submit electronic file in CAD format as well as PDF (I I" X 17") of final signed and sealed plans to the City. 8. Contractor shall provide a 5-year manufacturer warranty on APS systems. The warranty documentation shall include the start date (when material is delivered to job site) and the end date of the warranty and the serial number of the equipment. Traffic Signals: 1. The City will not provide traffic signal cabinet or traffic signal controller to the Contractor. The cost for these items must be included in the City project budget, or for all privately funded projects, the cost must be included in the bid package for purchase from the vendor. 2. The Contractor shall provide all materials needed to construct a fully operational traffic signal as called out for in the plans and specifications. 3. All existing signal equipment shall remain in place and operating until new equipment is in place and ready to operate. 4. The Contractor is responsible for hauling and properly disposing of salvaged material from the job site to a disposal site of their choosing. The Contractor will not be allowed to drop off salvaged materials at the City yards. Foundations: CITY OF PORT WORTH STANDARD CONSTRUCTION GENERAL NOTES Version Release December 18, 2017 1. Dimensions shown on plans for locations of signal foundations, conduit, and other items may vary in order to meet local conditions. All locations of foundations, conduit, and ground boxes shall be approved by the Traffic Signal Inspector or the City Engineer. 2. Contractor shall contact the City traffic signal inspector prior to pouring cabinet foundation to be sure that template and bolt patterns are correct for type of cabinet being supplied. Foundation shall be installed per City Specification and City Detail. 3. Pier Foundations shall be poured together in one piece. 4. No signal poles shall be placed on foundations prior to five (5) calendar days following pouring of concrete. 5. Contractor shall clean up and remove all loose material resulting from construction operations each day prior to the work is being suspended. 6. Controller cabinet concrete apron shall be subsidiary to the bid item for the controller cabinet foundation. Cabinet foundation and apron shall be poured together in one piece. Controller and Cabinet: 1. Contractor shall install controller cabinet and connect all associated field wiring. 2. City will install signal tinting and program controller. Conduit: 1. A continuous grounded system shall be provided in PVC conduit by running 148 bare copper wire in conduit between foundations and grounding at each foundation ground rod. 2. All conduits shall be Schedule 80 PVC. 3. Electrical service shall be installed per City Specifications and City Detail in separate 2" conduit from the meter to the signal cabinet. Signal Heads: 1. All signal heads shall be McCainT'", EconoliteTM, or approved equivalent style and dimensions. 2. All signal beads shall be covered with burlap or other approved material from the time of installation until the signal is placed in operation. 3. All signal head attachments shall be designed such that the wiring to each signal head shall pass from the mast arm through a rain tight connector to the signal head bracing or attachment hardware to the signal head. A small amount of exposed signal cable shall form a drip loop. 4. All LED signal indications shall be General Electric (GE) GelcoreTM or equivalent and shall meet the latest ITE standards. 5. Signal heads (all displays) and pedestrian Walk and Don't Walk heads with countdown displays shall have LED inserts. 6. Clam -Shell mounting assemblies shall be used for pedestrian indications. CITY OF FORT WORTH STANDARD CONSTRUCTION GENERAL NOTES Version Release December 18, 2017 7. All LED signals shall be of the incandescent appearance. 8. All signal heads shall have black aluminum, louvered, single piece back plates compatible with McCain", Econolitel, or approved equivalent signal head housings. Traffic Signs and Pavement Markings: 1. All traffic signs and mounting hardware shown on the plans will be furnished and installed by the contractor including the metro street name signs. The contractor shall provide a detail sheet for the metro street name signs with block numbers to the City for approval prior to fabrication and installation. 2. Existing stop signs and posts will be removed by the contractor upon, or before, the signal turn - on. Detection System: 1. The Contractor shall furnish and install the IterisTM Vantage Vector Hybrid Detection System and cable. 2. The Contractor shall install, aim and program all detectors as per City Standard Specifications and City Details. 3. The Contractor shall refer to and City Standard Details and project plans for detection zones placement. Emergency Vehicle Preemption Equipment (EVP): 1. The Contractor shall furnish and install the OpticomT" EVP (detectors, cable, and discriminator units). 2. The Contractor shall install the EVP detectors on the mast arm as shown on the plans and appropriate City Detail, and run one continuous EVP cable from the detector to the cabinet. Installation of the EVP system will be paid for per bid item. Accessible Pedestrian Signal (APS): 1. APS units with audible message shall be installed on all TxDOT locations or at the direction of the City Engineer, 2. APS units shall comply with the latest version of the Texas Manual on Uniform Traffic Control Devices (TMUTCD). 3. APS units shall be installed per City Standard Specification and City Detail. Battery Backup: 1. If called out for in the plans, battery backup units supplied shall comply with the City Standard Specifications. Installation shall be completed per City Standard Specifications and City Detail, Traffic Control: CITY OF FORT WORTH STANDARD CONSTRUCTION GENERAL NOTES Version Release December 18, 2017 1. The Contractor shall submit a Work Schedule, Traffic Control Plan, and acquire a Development Permit from Development Department, at 200 Texas Street. Contact Chuck McLure (817-392- 7219). 2. The Contractor shall be responsible for the safety of pedestrians and motorists in the area of the traffic signal construction site. 3. Roads and streets shall be kept open to traffic at all times. Contractor shall arrange construction so as to close only one lane of a roadway at a time. 4. All construction operations shall be conducted to provide minimal interference to traffic. All traffic signal equipment installations shall be arranged so as to permit continuous movement of traffic in all directions at all times. 5. Contractor shall be responsible for any signage necessary during construction. 6. Unless otherwise noted, it is the contractor's responsibility to ensure that signal indications and timing are adjusted and maintained to ensure safety in work zone at all times. 7. Any traffic signal modifications during construction are subsidiary to traffic control plan (TCP) pay item. 8. Any traffic signal modifications should be in compliance with the latest version of the Texas Manual on Uniform Traffic Control Devices (TMUTCD) and the City of Fort Worth Standards. 9. The contractor shall submit any proposed traffic signal modifications to the Traffic Signal Section for their approval ten (10) days prior to any changes. Electric Service: 1. Install the required electric services and obtain an electrical service permit in each instance, cost of which will be paid by the Contractor. 2. The electrical service shall be 100 amps with 120/240 voltage branch circuit and shall comply with City Standard Specifications and City Details as applicable per plans. Luminaires: 1. The City will not furnish luminaire material to the contractor. The Contractor shall furnish and install LED luminaires for traffic signals in accordance with the latest City Standard Specifications, City Details, and plans. 2. All new streetlight pole types shall match those of the surrounding area of Fort Worth for which they are being installed in. Contact the City Traffic Management, Street Light Section at (817) 392-7738 for direction on Iight pole types allowed areas. The same poles shall be consistently used throughout subdivisions. CITY OF FORT WORTH STANDARD CONSTRUCTION GENERAL NOTES Version Release December 18, 2017 PQ-1.0® Project Quantity Blk Limits Street Name Mapsco Approx LM Approx Gal 3400 - 3599 Acorn Run St 89C 0.43 32.25 100 - 299 Adolph St 62X 0.38 28.5 4850 - 4899 Albermarle Ct 89S 0.09 6.75 4800 - 4849 Albermarle Dr 89S 0.27 20.25 6800 - 6900 Amber Dr 104A 0.19 14.25 2900 - 3200 Amber Dr S 104E 0.33 24.75 5200 - 5499 Anderson St 79T 0.67 50.25 3700 - 3899 Anglin Dr 79W 0.27 20.25 3900 - 3999 Arlan Ln 89G 0.21 15.75 3700 - 3899 Arroyo Rd 89C 1.05 78.75 6900 - 6927 Aspen Wood Trl 88X 0.21 15.75 3400 - 3499 Autumn Ct 89C 0.19 14.25 3400 - 3799 Autumn Dr 89C 1.12 84 3700 - 4099 Ave J 78R 0.84 63 3200 - 3699 Ave K 78Q 1.16 87 3200 - 3599 Ave L 78P 0.89 66.75 1700 - 1799 Azteca Dr 79C 0.4 30 4250-4400 Barcelona Dr 103C 0.73 54.75 4800 - 4999 Barnett St 79A 0.46 34.5 4500 - 4799 Barwick Dr 89K 1.28 96 3400 - 3499 Baylor St 78Y 0.27 20.25 6600 - 6699 Beaty St 80E 0.17 12.75 3900 - 4299 Belden Ave 89P 1.23 92.25 900 - 1149 Belknap St W 62Z 0.62 46.5 2100 - 2299 Bethune St 79P 0.25 18.75 1800 - 2199 Binkley St 78P 0.55 41.25 5000 - 5049 Birch Hollow Lane 88P 0.32 24 4500 -4599 Blue Lake Ct 65S 0.14 10.5 600 - 1199 Blue Lake Dr 65S 1.25 93.75 5400 - 5499 Booker T St 79Q 0.33 24.75 4850 - 4899 Boulder Lake Ct 65S 0.08 6 4600 - 4899 Boulder Run St 89B 0.65 48.75 4900 - 4999 Bradford Ct 88K 0.08 6 800 - 899 Bradley Ave 78M 0.23 17.25 1100 -1299 Bradley Ave 78M 0.25 18.75 6300 - 6499 Bramble Dr 90W 0.46 34.5 6822 - 6849 Brants Ln 74S 0.33 24.75 6300 - 6499 Brookhaven Trl 90W 0.61 45.75 2500 - 2599 Burton Ave 78S 0.35 26.25 4000 - 4199 Burton Ave 78V 0.4 30 4200 - 4300 Cadiz Dr 103C 0.45 33.75 3800 - 3949 Monticello Dr 61Z 0.51 38.25 100 - 499 Virginia PI 61Z 0.94 70.5 3200 - 3299 Calhoun St N 62C 0.36 27 3300 - 3699 Canberra Ct 78W 0.51 38.25 3700 - 3999 Candace Dr 79X 0.46 34.5 1759 -1999 Canterbury Cir 79D 0.53 39.75 4320 - 4399 Cartagena Dr 103E 0.34 25.5 6600 - 6699 Castle Creek Dr 88P 0.21 15.75 3600 - 4099 Castleman St 78Z 0.95 71.25 4700 - 5199 Chapman St 79N 1.28 96 2400 - 2599 Chester Ave 63E 0.3 22.5 4100 - 4199 Chico St 89Q 0.17 12.75 500 - 599 Cholla Ct 65R 0.07 5.25 6000 - 6199 Cholla Dr 65R 0.45 33.75 6900 - 7199 Church Park Dr 103G 1.01 75.75 3600 - 3699 Cibolo Dr 103D 0.3 22.5 2800 - 2899 Clinton Ave 62B 0.38 28.5 4400 - 4699 Cloudview Rd 89F 0.89 66.75 3000 - 3099 Columbus Ave 62A 0.16 12 5500 - 5599 Colusa Dr 90S 0.65 48.75 4700 - 4799 Com ita Ave 89K 0.23 17.25 2800 - 2899 Commerce St N 62C 0.53 39.75 6700 - 6799 Contento St 103C 0.14 10.5 4800 - 4899 Countryside Ct E 895 0.09 6.75 4850 - 4899 Countryside Ct W 89S 0.05 3.75 4800 - 4899 Cowan St 79J 0.18 13.5 6100 - 6599 Craig St 80E 1.26 94.5 3200 - 3399 Crenshaw Ave 78T 0.46 34.5 3624 - 3899 Crenshaw Ave 78U 0.59 44.25 4600 - 4799 Crenshaw Ave 79S 0.43 32.25 6500 - 6999 Dan Danciger Rd 88Z 1.64 123 4800 - 4899 Darla Dr 89S 0.29 21.75 6700 - 6799 Deep Valley Lane 88K 0.21 15.75 6600 - 6699 Del Prado Ave 103B 0.16 12 2500 - 2599 Dewey St 63A 0.55 41.25 5500 - 5599 Diane Dr 90T 0.18 13.5 5300 - 5999 Diaz Ave 75N 0.84 63 3400 - 3699 Dorothy Ln N 61Z 0.89 66.75 3550 - 3599 Dorothy Ln S 61Z 0.25 18.75 1100 -1199 Driftwood Ln 105Z 0.15 11.25 900 - 1099 Duff Ct 79L 0.23 17.25 2600 - 2799 E 12th St 63Y 0.36 27 2300 - 2499 E Berry St S 78W 1.63 122.25 4200 - 4299 Eastover Ave 92D 0.06 4.5 4300 - 4399 Eastover Ave 92D 0.08 6 3700 - 3799 Echo Trl 89C 0.56 42 2000 - 2399 Edgewood Ter S 79N 0.46 34.5 5500 - 5599 Eisenhower Dr 79Q 0.44 33 2800 - 2899 Ellis Ave 62C 0.38 28.5 4900 - 5099 Emerald Lake Dr 65X 0.48 36 3312 - 3399 Emerson St 78T 0.09 6.75 32.00 - 3299 Ennis Ave 63Z 0.13 9.75 7700 - 7799 Evening Star Dr 103L 0.23 17.25 3700 - 3899 Fairhaven Dr 103R 0.51 38.25 3200 - 3299 Fargo Ct 90W 0.24 18 2300 - 2399 Felder Ln 79R 0.4 30 4600 - 4799 Fieldcrest Dr 89F 0.58 43.5 5800 - 6099 Fitzhugh Ave 79V 0.6 45 10500 - 10699 Flamewood Dr 105Z 0.42 31.5 5200 - 5299 Fletcher Ave 75N 0.31 23.25 10500 -10899 Forest Hill Everman Rd 106X 0.67 50.25 6150 - 6199 Foxglove Ct 65R 0.08 6 5600 - 5699 Full Moon Ct 89S 0.07 5.25 5500 - 5611 Full moon Dr 89N 0.44 33 3200 - 4499 S Hulen St 75X 8.7 652.5 6100 - 6799 S Hulen St 89W 4.21 315.75 1000 - 3199 Miller Ave 78M 6.45 483.75 4800 - 5499 Miller Ave 92H 5.29 396.75 4100 - 4199 Galt Ave 89G 4200 - 4299 Galway Av 89L 2600 - 2699 Glen Garden Dr 78W 5700 - 5799 Glen Willow Ct 89S 7000 - 7099 Golden Gate Dr E 88P 5300 - 5599 Goodman Ave 75N 4300 - 4499 Gorman Dr 89P 2000 - 2299 Grandview Dr 79C 200 - 1000 Green River Trl 65S 2100 - 2299 Greenhill Cir 79C 5800 - 5899 Greenlee St 79G 2500 - 2515 Halbert St 80E 4200-4299 Hampshire Blvd 78M 4500 - 4599 Hampshire Blvd 79J 5300 - 5499 Hampshire Blvd N 79L 5000 - 5499 Hampshire Blvd S 79K 3000 - 3299 Hampton St N 62D 300 - 499 Harding St 63W 3600 - 3799 Harwen Ter 90A 5800 - 5821 Havenwood Ct 65R 300 - 699 Havenwood Ln N 65R 3700 - 4299 Hawlet St 78M 4200 - 4250 Heather Trl 78W 7600 - 7699 High Meadow Ct 80D 1800 -1899 High Vista Ct 80D 1800 - 1850 Highland Ave 62N 4000 - 4300 Hilding Dr E 89G 4000 - 4099 Hildring Ct 89G 4000 - 4599 Hildring Dr E 89G 4900 - 4950 Hildring Dr E 89L 5200 - 5299 Hildring Dr E 89Q 4000 - 4299 Hildring Dr W 89G 10600 - 10799 Holly Grove Dr 58X 3700 - 3999 Horizon PI 103M 5400 - 5499 Houghton Ave 75N 3000 - 3299 Houston St N 62B 4606 - 4624 Inverness Ave 89L 4800 - 4999 1 nverness Ave 89Q 3900 - 4299 Inwood Rd 89G 1100 - 1199 Ironwood Ct 105Z 2000 - 2099 Janice Ln 80C 6200 - 6299 Jennie Dr 90W 2332 - 2399 Jenson Cir 79F 2300 - 2399 Jenson Ct 79F 6900 - 7299 Jewell Ave 80G 5200 - 5399 Keswick Dr 89R 3700 - 3750 Key West Ct 103H 7100 - 7150 Kildee Lane 103F 5100 - 5399 Kilpatrick Ave 75N 5500 - 5799 Kilpatrick Ave 75N 5800 - 6000 Kimberly Kay Dr 90T 3600 - 3800 Kimberly Ln 89R 6100 - 6699 Kingswood Dr 103E 5300 - 5399 Kutman Ct 79L 4100 - 4150 Ladera Ct 103C 6600 - 6700 Ladera PI 103C 3800 - 3899 Lambert Ave 89M 5200 - 5399 Lambeth Ln 79C 4100 - 4319 Lanark Ave 89L 3500 - 3800 Land End St 89B 3500 - 3899 Land End St 89B 1300 - 1599 Langston St 79J 4900 - 5750 Ledgestone Dr 89S 2600 - 2699 Ledgeview Ct 89C 5100 - 5599 Libby Ave 75N 2100 - 2199 Liberty St 79P 4200 - 4299 Littlejohn Ave 78V 3700 - 3999 Longmeadow Way 103M 600 - 699 Loraine St NW 62B 3600 - 4000 Lost Creek Blvd 71Q 3000 - 3099 Louise St 79M 2400 - 2550 Lowriemore Ln 78W 3500 -3900 Madrid Dr 103D 500 -1399 Main St N 62Q 2500 - 2599 Malcolm St 79H 2900 - 2999 Malcolm St 79M 2500 - 2599 Malvern Trl 78W 5500 - 6025 Marbury Dr 89V 1000 - 1199 Mayfield St 635 2200 - 2299 McEwen Ct 79R 6600 - 6700 Meadow Haven Dr 88K 6300 - 6500 Meadow West Dr 88K 6800 - 6899 Meadow West Dr S 88P 5400 - 5450 Meadowbrook Dr 79C 7600 - 7700 Meadowlark Dr 103J 5700 - 6035 Meddowbrook Dr 79C 2400 - 2499 Michael St 79F 3700 - 3899 Minot Ave 89Z 5300 - 5399 Morris Ave 79G 7500 - 7599 Morrison Ct 80D 1900 - 2299 Muse St 80B 2400 - 2499 NE 31st St 63A 7200 - 7399 Normandy Rd 80B 100 - 1199 Northside Dr E 62Q 4200 - 4250 Norwich Dr 89L 4200 - 4399 Norwich Dr 89G 4600 - 4699 Norwich Dr 89M 400 - 499 Oak Hollow Ln 65R 5800 - 5803 Oakland Hills Dr 65V 5900 - 6199 Oakland Hills Dr 65V 1000 -1099 Olivewood Ln 105Z 4900 - 5000 Osbun St 87D 3250 - 3399 Oscar Ave 63A 4414 - 4499 Overton Crest St 89B 3700 - 3799 Overton Park Dr W 89C 4800 - 5199 Overton Plaza 89E 2400 - 2599 Oxford Ave 63E 6250 - 6299 Paloverde Ct 65R 300 - 499 Paloverde Ln 65R 3400 - 3599 Park Hollow 89C 3700 - 3799 Park Ridge Blvd 90A 3700 - 3799 Parkcrest Ct 89C 7500 - 7699 Parkwood Ln 103L 7800 - 7850 Pasteur Ct 1031 7500 - 7600 Pear Tree Lane 103K 2600 - 2799 Pearl Ave 62E 3100 - 3299 Pecan St N 62C 6200 - 6250 Peggy Dr 90W 2600 - 2699 Prairie Ave 62E 2300 - 2599 Purselley Dr 79H 1800 - 1999 Queen St 79B 6300 - 6350 Radstock Av 89X 3900 - 4799 Ranch View Rd 89B 4000 - 4300 Ranch View Rd 89C 4200 - 4299 Ranier Ct 89H 3700 - 3999 Raphael Dr 79Y 2400 - 2550 Rattikin Rd 78W 3000 - 3199 Ray Simon Dr 63A 5700 - 6025 Rayburn Dr 89V 7300 - 7399 Redfield DR 103F 5000 - 5200 Reed St 79X 2300 - 2399 Reginald Rd 79R 6050 - 6099 Rich St 79H 2500 - 2599 Richard Legacy Ln 78S 5600 - 5800 Richardson St 79U 5500 - 5599 Rickenbacker Rd 79Q 5800 - 5850 Ridgerock Ct 89S 4800 - 4900 River Veiw Dr 88K 5425 - 5499 Roselane St E 79L 1100 - 1199 Roselane St S 79L 6200 - 6299 Routt St 79M 8800 - 8899 Royal Harbor 31M 3700 - 3799 Sage Lake Rd 89F 4700 - 5099 Saint Lawrence Dr 65R 5800 - 6000 Sandra Dr 90T 6200 - 6499 Sandra Dr 90W 4150 - 4399 Sarita Dr 89G 1900 - 2099 Schmidt St 78R 4300 - 4399 Segura Ct N 89P 4300 - 4399 Selkirk Dr W 89K 10600 -10699 Shadywood Dr 105Z 3800 - 3899 Shellbrook Ave 89M 2000 - 2199 Shelman Trl 80B 2400 - 2550 Shropshire St 78W 4850 - 4899 Silent Ridge Ct W 89S 3700 - 4800 South Dr 89M 4950 - 4999 South Dr W 89N 2700 - 2900 Southgate Dr 90T 4300 - 4350 Sparrow Ct 103G 7000 - 7100 Sparrow Point 103C 2400 - 2550 Spiller St 78W 3800 - 3899 Stalcup Rd 79Y 4800 - 4999 Staples Ave 89R 4800 - 4850 Starcrest Ct 89S 4300 - 4799 Strong Ave 79S 3800 - 3899 Sugar Ridge Rd 103H 4400 - 4499 Summercrest Ct 89F 3700 - 3799 Summercrest Dr 89B 7800 - 7899 Summerglen Rd 103L 3900 - 4400 Sycamore School Rd 103G 4400-4599 Tall Meadow Ln 103F 4200 - 4299 Tanbark Trl 89G 3900 - 3999 Teaberry Lane 103G 300 - 499 Terry St 63W 3900 - 3999 Thistle Ln 89F 2200 - 2499 Thrall Ct 78P 1800 - 2099 Thrall St 78P 2600 - 2699 Thrall St 78T 2300 - 2699 Tierney Rd 79F 400 -705 Tierney Rd 79F 700 - 1299 Tierney Rd 79K 10500 -10699 Towerwood Dr 105Z 5006 - 5099 Trail Lake Dr 89R 6600 - 6607 Trail Lake Dr 103A 7000 - 7400 Trail Lake Dr 103A 3800 - 3899 Trails Edge Rd 89G 800 - 999 Upton Ave 78M 3300 - 3599 Vaughn Blvd 78T 5100 - 6100 Vega Dr 89Z 6000 - 6099 Vel Dr 79R 1700 - 1999 Vincennes St 79P 4600 - 4699 Vinson St 79E 4500 - 4779 Virgil St 79W 10300 - 10399 W. Cleburne Rd 117A 7500 - 7800 W. Cleburne Rd 103G 6100 - 6150 Waco Way 89X 5450 - 5500 Waits Ave 90T 5000 - 5100 Walden Av 89Q 4800 - 5199 Walden Ave 89Q 2600 - 2900 Walton Ave 89V 4650 - 4750 Washer Av 89W 6700 - 6799 Water Mill Dr 88K 5000 - 5099 Watson Ct 79B 4000 - 4199 Wedgway Dr 89Q 4300 - 4399 Wedgworth Ct 89Y 6400 - 6900 Welch Av 103C 5650 - 6300 Westcreek Dr 90S 4600 - 4699 Westlake Dr 89K 4900 - 4999 Westlake Dr 89P 200 - 699 Westview Ave 61Z 100 - 199 Westview Ave N 61Z 3700 - 3800 Wharton Dr 89V 4500 - 4699 Wheellock 103B 4500 - 4650 Wheellock Dr 103A 4700 - 5100 Whistler Dr 103A 3500 - 4099 White Settlement Rd 61Z 4300 - 4399 Whitfield Ave 89K 2400 - 2699 Whitmore St 62X 4000 - 4199 Wilhelm St 79W 3900 - 3999 Wilkie Way 89V 4800 - 5000 Willie St 79N 3700 - 3899 Willomet Ave 89R 4700 - 4717 Windowmere St 79J 6300 - 6599 Winfred Dr 89W 6400 - 6500 Winn St 89W 6000 - 6099 Wiser Av 89Y 2300 - 2900 Woodmont Tr 90W 5850 - 5899 Woodrill Ct 65R 6250 - 6400 Woodstream Tr 104B 4300 - 4329 Woodwick Ct 89C 4300 - 4399 Woodwick Ct 89C 3500 - 3600 Wooten Dr 89R 5650 - 5699 Worrell Dr 89U 2700 - 2799 Yeager St 79G 5800 - 6199 Yolanda Dr 79D 6800 - 6899 Yolanda Dr 80B mp -1.©© PROJECT MAP MAYOR AND COUNCIL COMMUNICATION MAP PROJECT NUMBER 102114 DISTRICT 6 East +�Nfl�f1F M)SLEY DR ` 00� �- s� MIRE AVE' WAL, la! E x Ct] EpG LIB Z WAYL D DRQN n ' W!L!C WAY Nn7AVE ° DGMO { SH Off P R A., i I A IDAI F AVF I O KFLVINAVE., A I, i IC D INRT R S I' R j L qRL District I ARK LA -0R Q� OODMOIAT Jungus MY Lij r Jordan o BA @NA F ALTA . $L �, S,A Vn f A O =lBn Q Y R 4-VID O Q + Mgrt RYDR <� G 0, r r• ��� 07EriFrEtD i.7F7 - O vJ� ' oozy ok I'RE\NP O�yNfAYRn ���P Op Spl1T.1 �14LN �IN0 Q -.1p District 6 Amber Dr Amber Dr S Barcelona Dr Bramble Dr 4 Brookhaven TO Cadiz Dr - Cartagena Dr a r Church Park Dr .= Cibolo Dr z Colusa Dr Contento St u US TRL w l Del Prado Ave Diane Dr Driftwood Ln Evening Star Dr Fairhaven Dr WAY DR Fargo Ct Flamewood Dr L Forest Will Everman Rd k - I� !T10311 .. OWN DR S :R Cr 7 ' F M ca 1S Mp�71RD 13FFALO S?#2Mp1,', ..n V ., ej t4-y r O MC YHER501 ¢ 1> � 1FTw000 ; a � r OAK GROVE RD Eu w Ii19D iz o rl Dislric.t S f„ UCKERT DR I JUngus l Jordan _ 10 R MAYOR AND COUNCIL COMMUNICATION MAP PROJECT NUMBER 102114 DISTRICT 6 WEST mall UY O District 6 �tlnL1s Jordan q ■ ; r 6 ,I Q Ir O C 'd x 3� fff 5�st 0 U x o cc �4F 4'1 � >1R 4^ Q n,NO� WONDER DR J IOUTHpRW F FAWN DR �y ROGWAY ' DARLADR 4 _ , WOq, District 6 Albermarle Ct Albermarle Dr Aspen wood Trl Barwick Dr (' Belden Ave Chico St 4� Comita Ave J E Countryside Ct au W Countryside Ct Dan Danciger Rd Darla Dr Full Moon Ct YM-0- WAY � � Full Moon Dr Q VOND S Hulen St VVRZGIEYWAY 0 � �--��� � WEE-DWUjiTH � WILTON DR o RD Uj �-i Y.-.r' Z Al TAgM115 SALDA111 ANNAMON H111 84S 88 11 9 a 7 AO District 6 Jungus Jordan i MAYOR AND COUNCIL COMMUNICATION MAP MAYOR AND COUNCIL COMMUNICATION MAP PROJECT NUMBER 102114 DISTRICT 2 7- Ili km L F N 62 a o i I NYE F EXQwANG , u€ 7 z r N 7 T ]td AVE }w dp � J � Z 63 R Q VpNq�� 4 a n ` FIC3r�� 'ST e { NW 31 ST ST 6 6 7 '4 Q ev District 2 N Calhoun St Chester Ave Clinton Ave F Columbus Ave i N Commerce St Dewey St i yes Ellis Ave � T7:J- EYI �� •�` r r4 ' 4 MAYOR AND COUNCIL COMMUNICATION MAP PROJECT NUMBER 102114 DISTRICT 3 EAST �+..4Ma+nOn I�ft �q o • �z n s cra � i O o L) F x ry^� OQr- f a CRT 7' or 0 pVERro Op�WICK 0pa p in 55 9 � r5 i � O44 'AX 4. a F- 8. g} O I �nGEVIEW _ [ y � G r L U 7 Ui p P�90� �tk.Q'"D LPv� 0� OJT Y z d z WiWS40W OR P 7 Q- {^-- y F g Rl rg pgl7 $ x � � / F Q- � •v District 3 ;. Brian VRrp G�CR GALTAVE Byrd O y ti �' t�� �uR°' • eT e� 9 FIRST COMM 4R \�G a A hc iVE9:Y M o� District 3 z Acorn Run St 183 = � Arlan Ln - WESTOALE CT, Y WESTDALE DR Arroyo Rd Autumn Ct 1ANARKAV� o nlcT Autumn Dr Boulder Run St Cloudview Rd '^+ Echo TO ►x s r� s Fieldcrest Dr �`' S Hulen St 74 MAYOR AND COUNCIL COMMUNICATION MAP PROJECT NUMBER 102114 DISTRICT 3 WEST . ML ' 4if $91111 ROO �+o r m_ District 8 r „I;Y, A. N ,R N 91 — I Birch Hollow Ln Bradford Ct Brants Ln o is Castle Creek Dr ! i In i Deep Valley Ln o ' CAS:9 1CFlEEK I Cb Diaz Ave r I Fletcher Ave O- r Z f+ viz4- srDR_ MAYOR AND COUNCIL COMMUNICATION MAP k PROJECT NUMBER 102114 DISTRICT 4 MAYOR AND COUNCIL COMMUNICATION MAP PROJECT NUMBER 102114 DISTRICT 5 East LNORMAST Lp�} � -- J 7 y IY s r CD a w 797 ARSHIRE $L 0 W HAMP.I y BLVD District 5 o a 791. Gyna 6.4} w 0z Lf Bivens r w �� Ir RD E �S p,i E Sr AVE G - AYE. - CAI WET ST loom I w B lnn VE _� z � VF L U1 w w m AVE N G AN ELGIN ST�,ss�L 0 m t]OER RIC E F9u �L N FOI HES 3: N RRIS TURNE1 t ST t — Cox S; S Sr Q sT 1 z 2EEo sT V1� I n AST11I D T i cc W 0 . 0E O _ Q "a MA U AR ID H ----- IL I 0 79M �.L " s T n z W m Q4 G )SON ST District 5 Anderson St 3Y Anglin Dr Beaty St Bethune St Booker T St Candace Dr Chapman St Cowan St GRAYS ST Craig St Crenshaw Ave YLOR T Duff Ct S Edgewood Ter Eisenhower Dr sdNt Felder Ln .YAVE I Fitzhugh Ave MAYOR AND COUNCIL COMMUNICATION MAP PROJECT NUMBER 102114 DISTRICT 5 West MAYOR AND COUNCIL COMMUNICATION MAP PROJECT NUMBER 1021114 DISTRICT i Ric / D P4 Elia#r rt , b 0 cqc o _ �OQ x �R W � r O m N � � d Z WHITE SETTLEMENT RD MONTICEUp °z T Y p 3 ORGY ,Y g W Q CT Q {JsTO : w LENDX OR O�O� I �- MAI`J!.LTO�N�AVE W dTH ST District 7 Dennis Shingleton tiQ z � Q W 7TH ST V VQDJ AVE MODLlN AVE w � p U District 7 WArT1 NAVE a C] FL Dorothy Ln N Dorothy Ln S Monticello Dr UINTINOAVE z Virginia Pi MAYOR AND COUNCIL COMMUNICATION MAP PROJECT NUMBER 102114 DISTRICT 8