Loading...
HomeMy WebLinkAboutContract 54491PORTIVOU PROJECT MANUAL FOR CITY SECRETARY t"";1` RACE NO.-- 2020 On -Call Traffic Management School and Neighborhood Safety Contract Betsy Price David Cooke Mayor City Manager ;0190 \6 William M. Johnson Director, Transportation and Public Works Department Prepared for The City of Fort Worth Transportation and Public Works Department 2020 or 97�1 L RECORD 4/15/2020 CITY SECRETARY WORT H, ORTH, TX 00 00 10- 1 TABLE OF CONTENTS Page 1 of 5 1 SECTION 00 00 10 2 TABLE OF CONTENTS 3 4 Division 00 - General Conditions 5 0005 10 Mayor and Council Communication 6 0005 15 Addenda 7 00 11 13 Invitation to Bidders 8 0021 13 Instructions to Bidders 9 0035 13 Conflict of Interest Affidavit 10 0041 00 Bid Form 11 00 42 43 Proposal Form Unit .Price 12 0043 13 Bid Bond 13 00 43 37 Vendor Compliance to State Law Non -Resident Bidder 14 0045 11 Bidders Prequalification's 15 0045 12 Prequalification Statement 16 0045 13 Bidder Prequalification Application 17 00 45 26 Contractor Compliance with Workers' Compensation Law 18 00 45 40 Minority Business Enterprise Goal 19 00 52 43 Agreement 20 0061 13 Performance Bond 21 0061 14 Payment Bond 22 0061 19 Maintenance Bond 23 00 61 25 Bond Certificate of Insurance 24 00 72 00 General Conditions 25 007300 Supplementary Conditions 26 27 28 Division 01 - General Requirements 29 01 1100 Summary of Work 30 01 2500 Substitution Procedures 31 01 31 19 Preconstruction Meeting 32 01 3120 Project Meetings 33 013216 Construction Progress Schedule 34 01 3233 Preconstruction Video 35 013300 Submittals 36 01 35 13 Special Project Procedures 37 01 45 23 Testing and Inspection Services 38 01 5000 Temporary Facilities and Controls 39 01 5526 Street Use Permit and Modifications to Traffic Control 40 01 5713 Storm Water Pollution Prevention Plan 41 01 58 13 Temporary Project Signage 42 01 6000 Product Requirements 43 01 6600 Product Storage and Handling Requirements 44 01 7000 Mobilization and Remobilization 45 01 7123 Construction Staking 46 47 01 74 23 Cleaning 48 01 77 19 Closeout Requirements 49, 01 7823 Operation and Maintenance Data CITY OF FORT WORTH 2O20 On -Call Traffic Management and School Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2014 00 00 10- 2 TABLE OF CONTENTS Page 2 of 5 1 01 78 39 Project Record Documents 2 3 4 5 Technical Specifications which have been modified by the Engineer specifically for this 6 Project; the following hard copies are located at 7 https:Happs.fortworthtexas.gov/ProjectResources/ 8 9 Division 02 — 10 Existing Conditions 11 0241 13 Selective Site Demolition 13 0241 15 Paving Removal 14 15 Division 03 --- Concrete 16 03 30 00 Cast -In -Place Concrete 17 0334 3 Controlled Low ,, Strength Material rGr cr,r1 19 03 9000 Medifieatiens-teExisting Getier-ete Stfuetwes 20 21 Division 26 - Electrical 22 26 05 00 Common Work Results for Electrical 23 2605 10 Demolition for Electrical Systems 24 26 05 33 Raceway and Boxes for Electrical Systems 25 26 05 43 Underground Ducts and Raceways for Electrical Systems 26 27 Division 31- Earthwork 28 31 4000 Site Cearil+g 29 3123 16 Unclassified Excavation 30 3123 23 B r..ew 31 3124 nn Ea, bffll ,>r._.an+14 32 312500 zreion-and Sediment G, ntr-ol 33 313600 G-ahi-0H s 34 35 36 Division 32 - Exterior Improvements 37 3201 17 Permanent Asphalt Paving Repair 38 3201 18 Temporary Asphalt Paving Repair 39 3201 29 Concrete Paving Repair 40 32 11 23 Flexible Base Courses 41 32 11 29 Lime Treated Base Courses 42 32 1133 Cement Treated Base Courses 43 32 1216 Asphalt Paving 44 32 12 73 Asphalt Paving Crack Sealants 45 32 13 13 Concrete Paving 46 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 47 32 13 73 Concrete Paving .Joint Sealants 48 32 14 16 Brick Unit Paving 49 3216 13 Concrete Curb and Gutters and Valley Gutters 50 32 1723 Pavement Marking CITY OF FORT WORTH 2O20 On -Call Traffic Management and School Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2014 0000 10- 3 TABLE OF CONTENTS Page 3 of 5 1 32 1-:23.13 Painted Pavement t Markings 2 32 4 23.23 Raise, Pavement Mafkif„ s 3 32 N 23.33 Dlastie Pa-yeme t 11 A.,rlr ngs 5 32 31 26 rr-iierenees and gate 6 323129 Wood Fences and Gaten 7 3232 13 Cast -in -Place Concrete Retaining Walls 8 3291 19 Topsoil Placement and Finishing of Parkways 9 3292 13 Hydro -Mulching, Seeding, and Sodding 10 32 93 43 Trees and Shrubs 11 ]Division12 13 33 a S&WOF alld ManhOle Testing 15 33 03 10 Bypass Pumping of -Existing Sewer System .. 18Magnesium Anode Cathodic Protection Syste 19 20 33 04 40 Gleaning and Aoueptance Testing of Water Mains 21 , and Bael-� 22 3305 12 ixr.,tor Line e r 23 33 05 13 Frame, Cover and Grade Rings 24 33 05 14 Adjusting Manholes, Inlets, Valve Boxes Other Stra;✓tufestoGfade and 25 33-05 16 Gene.-ete W teF Vaults 26 33-05 17 C-"0_3F,,t C,.11afS 27 33-05 20 Atiger$enng 28 33 05 21 Tunnel Liner Plate 29 33 05 22 Steel -Gam 30 33 0523 Hard Tunnel 31 33 05-24 installation C.,ffier Pipe in Casing Tunnel Liner Plat of ar r 32 33 0526 Utility Markers/Locators 33 33 0530 Location of Existing Utilities 34 33 11 10 !FOR-PiPO 35 33 11 11 _Duet:la_rran Fittings 36 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 37 33 11 Eone-rete-PT-essurePipe, Baf M4apped, Steel Cylinder Typ TT3 38 33 11 11 B -ied Steel Pipe and Fi4t;ngs 39 33 1210 W to,- Services 1 inch t 2 inc 40 33 1211 1 T . e S1,T.,ter Ti1.,4e 41 33 1220 Resilient Seated gate Valve 42 333 1221 - - A -ix W A n..1 bep Seated Begertly Sr.,lyes c 43 3�1225 � Existing Mains �nnec ., �t� � 44 33 1230 Combination Air Valve Assemblies for Potable Water Syst 45 33 12 40 Pi= Bar- ell ire > r .d,.a is 46 33 1250 Water- Sample Stations 47 33 1260 Blow ffNI,l-,xe 48 3331 12 Cured i nlaee Pipe (Grob) 49 333 31 13 -_ Fiber Deinfi Pipe f ,.!"_,.,,yi:y Canna,. C+.,...,.,... -glass feed 50 3-3 34T5 14DPE Pipe For San tatty Sewers Foree Mains) (Gravity and CITY OF FORT WORTH 2O20 On -Call Traffic Management and School Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2014 0000 10-4 TABLE OF CONTENTS Page 4 of 5 1 33 3i 20 Polyvinyl Chloride Gr-a-vity Sanitary Sewer: 12ipe- 2 33 31 21 (PVC) Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 3 33 31 22 Sanitary Sewer Slip Lining 4 33 3123 Sanitary Sewer Pipe Enlargement 5 33 31 50 Sanitary Sewer Service Connections and Service Line 6 33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 7 33 39 10 Cast -in -Place Concrete Manholes 8 33 39 20 Precast Concrete Manholes 9 33 3930 Fiberglass Manholes 10 33 39 40 Wastewater Access Chamber (WAC) 11 33 39 60 Epoxy Liners for Sanitary Sewer Structures 12 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 13 3341 11 HDPE Storm Sewer Pipe 14 33 46 00 Sub drainage 15 33 46 01 Slotted Storm Drains 16 33 46 02 Trench Drains 17 3349 10 Cast -in -Place Manholes and Junction Boxes 18 33 49 20 Curb and Drop Inlets 19 33 49 40 Storm Drainage Headwalls and Wingwalls 20 21 Division 34 - Transportation 22 3441 10 Traffic Signals 23 3441 10.01 Attachment A - ControlIer Cabinet 24 3441 10.02 Attachment B - Controller Specification 25 3441 10.03 Attachment C - Software Specification 26 3441 11 Temporary Traffic Signals 27 3441 13 Removing Traffic Signals 28 3441 15 Rectangular Rapid Flashing Beacon 29 3441 16 Pedestrian Hybrid Signal 30 34 41 20 Roadway Illumination Assemblies 31 34 41 20.01 Arterial LED Roadway Luminaires 32 34 41 20.02 Freeway LED Roadway Luminaires 33 34 41 20.03 Residential LED Roadway Luminaires 34 34 4130 Altiminufn Signs 35 3441 50 Single -Mode Fiber Optic Cable 36 3471 13 Traffic Control 37 38 Appendix 39 GC 4.01Mailability of Land 40 GG 4.02 Subs l f ee ,.id 12hysioal Conditions 41 GC 4.04 r nde n Faeilitie 42 GG 4.06 Hazafdous Eiivir-onmenfal Condition at Site 43 GC-6.06.D Minority and Women Owned Business Enterprise Compliance 44 GG 6.07 Wage Rates 45 GG 6.09 beFmits and Utilities 46 GG 6.24 ,.r,.*dis,.,.;,..;,,kio 47 F 01 Travis u.,eo A e 48 F 02 Fair r , ber o+,...d,fds Aett 49 F-03 Copeland A e4 50 i 04 Ge tract Work Houfs Safi ty (CWH& M CITY OF FORT WORTH 2O20 On -Cali Traffic Management and School Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2014 0000 10- 5 TABLE OF CONTENTS Page 5 of 5 END OF SECTION CITY OF FORT WORTH 2O20 On -Call Traffic Management and School Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2014 000510-1 MAYOR AND COUNCIL COMMUNICATION (M&C) Page I of 1 1 SECTION 00 0510 2 MAYOR AND COUNCIL COMMUNICATION (M&C) 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 I8 19 20 21 22 END OF SECTION CITY OF FORT WORTH 2O20 On -Call Traffic Management and School Neigbhorhood Saftey Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 M&C Review Page 1 of 2 CITY COUNCIL AGENDA DATE: 8/11/2020 REFERENCE **M&C 20- LOG NAME: NO.: 0529 CODE: G TYPE: CONSENT PUBLICHEARING: Official site of the City of Fort Worth, Texas FORTWORTH r 20ON-CALL TPW & NEIGHBORHOOD SAFETY CONTRACT-EARTC NO SUBJECT: Authorize Execution of a Unit Price Contract with EAR Telecommunications, Inc. dba EARTC in an Amount Not to Exceed $4,500,000.00 for Task Order Construction Services for the Installation of Projects Relating to Traffic Management, Street Light Improvements, Sidewalks and Sidewalk Ramps Along with School Zone Flashing Beacons, with Two Renewal Options (ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the City Council authorize the execution of a unit price contract with EAR Telecommunications, Inc. dba EARTC in an amount not to exceed $4,500,000.00 for task order construction services for the installation of projects relating to traffic management, street light improvements, sidewalks and sidewalk ramps along with school zone flashing beacons, with two options for renewal. DISCUSSION: This contract will provide for construction services on an as -needed (task order) basis for the construction of projects related to traffic management, street light improvements, sidewalks and sidewalk ramps along with school zone flashing beacons within the City limits of Fort Worth. The contract amount is capped at $4,500,000.00. The initial contract term is one year and may be renewed up to two (2) additional terms upon the earlier expiration of contract time or funds under the same terms, conditions, and unit prices. The project was bid in a low bid format to determine unit prices to be paid when task orders are issued. Notice of bids was published in the Fort Worth Star -Telegram on April 23 and April 30, 2020. On June 4, 2020, three companies submitted the following bids: CONTRACTOR BID EARTC $1,586,018.00 Siemens $1,898,281.00 Durable Specialties, Inc. $2,074,040.00 The unit prices were compared to other similar projects and were determined to be fair and competitive. Task orders will be paid at the established unit prices. Projects identified initially include: signal reconstruction at Sycamore School Road at Hawkwood Trail/Wagonwheel Road; 2900 Block Hulen Street; and East Berry Street and Mississippi Avenue. EAR Telecommunications LLC is in compliance with the City's BDE Ordinance by committing to MBE participation on this project. The City's MBE goal on this project is 51%. FISCAL INFO RMATIONICERTIFICATION: The Director of Finance certifies that funds are available in the current operating and capital budgets, as previously appropriated, in the participating departments' Operating and Capital funds to support http://apps.cfwnet.org/eouncit_packetlmc_rcview.asp?]D=28098&councildate=8/11/2020 8/14/2020 M&C Review Page 2 of 2 the approval of the above recommendation and award of the contract. Prior to any expenditure being incurred, the participating departments have the responsibility to validate the availability of funds. ortment Account Project Program Activity Budget Reference # Amount ID I I ID I I I Year I (Chartfield 2) 1 Fund Department I Account I Protect I Program Activity Budget Referents ID IDI Year (Chartfield Submitted for City Manacier`s Office by: Dana Burghdoff (8018) Orminating_Department Head: William Johnson (7801) Additional Information Contact: Tanya Brooks (7861) ATTACHMENTS Map Berry St & Mississippi St. df Map Hulen St & Arlington Heights HS Driveway.Rdf Ma Sycamore School Rd & Hawkwood Trail Rd Mal2.pdf http://apps.efwnet.org/eouncil_packctlme review.asp?ID=28098&councildate=8/11/2020 8/14/2020 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 000515-1 ADDENDA Page 1 of 1 SECTION 00 0515 ADDENDA END OF SECTION CITY Or FORT WORTH 2O20 On -Call Traffic Management School and Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2 3 4 i 7 S 9 10 �r i3 1#I 15 16 17 is 19 2P 21 22 -23 34 25 26 27 26 29 �0 31 32 33 34 3.5 36 37 38 39: 40 41 42 43 44 45 46 4. 48 gw,4 / liw SEG"I'lON 40 (15 15 5J22I2020 ADDENDUM Nn. 2020 On -Call Neighbor'Jroad Safety Cnata'oct city Projeat10 55 Addnadum No. 1 Imuc Dutc. DAay 21. 2020 B[d Ramly Data. JvJmy 28, 2020 This addendum ft}rrru pan oftho CoiitraztDrtaummt:i ref©rtmEed nffiova and rnndlfes the original CorttMOt Dam moidF. Acknowledge. the mceipl of thir, Ad4imdom by aigniiq in the space Wow and atirlcllirig It to die Contract L t,rrmrdlts (inside). Note ra4eipt of this Addendum ift the Bid Pruposal end tin for ati ter envelope afyour bid_ Please note, also, that the.lir<1c for tin: 2020 013-call hivemtrii Marking Contract is located at. 2020 Drr-Coll Neighborbood Services hilps:lldor;s_b3CPO. milodesLcollrlsJrnres/2e77ff%-064103-499�Me] 7Tn7i5;03 ('.ity 5rwrdarcls, 4pecifiefltima, and Delaik can be viewed Fit.- htips=Ngpps,lbri%varthlrxas_goylPr'njceIRcsu lm I. Suinninry ol` Pre -laid Nlertiup uard i`an[rurtal' Qirrstians. Ali opflorrrtl lire -bird alerting vas hw1d onlin£ ern TkurrAlay, tvhr�y 7, 2010 ill 2.30 FNJ. A IRst ache invilces rrrr nCfac11Cd n1ang %V1111 1111 prcatM113lium Thr Cily 4lcsuibed Ihr vvri-all ii low ai'dir• pn joc:i nerd qucstipru were fielded nlong wil€i r•rnai]rd qutsLionfi, A paraphrased summer}' of que3tiuns is providad beleve, Qlresfinrr: U there nn NTBE Gunl ou IIri3 13vajcut :' ThissceflU r tiros left b1nn1i.irl SvCOwl 1 00 45% 4U. An35YC;:. The 30BE. goal for this prgjeo is 5 Plose reftrenee Sprt;ifluaticrn Sretion 94 4540 Que-stiiru, Whtrl barulinc r{quirt meals arc regrrIred For this hid pruppsal? Arrswer, T[le Contnic11m, 11111st 17rr700 a hid booed nt the Iiirnr 4if bi(1, The bit] bond Is vuIiked at 54-4 oft tic hid. The corlipnv c t�lcf-t7iPied to [it the hiv Welder 1% raquu.�ecf to 3CCU1'e ibe appraprjnfti! h-Dridin�', Whirlt 15'Qirtilly 61Clud6S u pa.3111r[enI ltvltd, pert'vribaw-e burin and a OaintenAucir bond 05 pN' Lht COulrktict_ i'Icasr e ermwc Sprei livathim Scoic,rrs 00 43 13 Bird Bowels: 00 6T 13 Pe6uivtin cc HPrid: tilt 51 14 Niyirwm Bunn; 00 G 1 19. iUliiilltenance 3ond. Qllrsllon: F nr this prnjec#, cnu you please aihise it n cou(raetor is nIlowed to had pre only eertriill i(ews? AmwLr. lair a bid 1t+ be eonsirlrred miporrbiv -H11 iicll)5 must br bid uki. Partial bids are considered mm-resporifive. C[TY{1FFMTWORTH 9 al -Cavil Trmi is hdimgwniuntSch4gdl wid Neiglilwrhired fia mCrrflTW STAI'MARD CONSTRUCMN SPEaFICATION DO['ZJMEN78 Roviad July I, 2611 fin 0515-� ADDENDA N-,u 2 tff3 1 2 NI rid 111vok1innkioSlPeciFicittion : 2 3 PLEASE ItEFEkENCEWORKS] IEET` ADDENDUM 1 0042 43" 1N_T1IF 00 42 43 Bf[l. 4 WORKSHEET FOR UPDATED, RFVFSED, AND REMOVED PAl' I'fTAIS FOR 6 7 n, Revise 5'vrior OPP-4i 40,1IfLef-hcd?oe-i17L-i-f 'hiik. molpw-vwf1cf*P. R. b. Drie I ldOPe'no I16 If IMindir.'hid prol7(2.vrr?01) 4243 9 t-, 14v1 t• fain 116-no (1S l-irr.rrlvh-bysirit) {tybrrif neleuliga Cph1g .0 T {.2 jil fhc' 101, 1powpaNd it 0. Aild {iidPoon 84,1 f'A?3e cafi1r 1,F21?0 in dk NJ 42 43 12 e. Add Bis1 flewM] Putu h.lasle dl,Il h-fil-De4ex-linn { uhk 1Y.l 2 #rt flue hid f1rr11rrtsal Oil 13 42 43 14 f. Act11 Bid ffcwi 116,.1 Furrrlsil urr,l AtW1111 bfUCA s1gixdpnle irlely 1-arlrlrwirr 15 curdu US1e1rlrr IK--36i'0-sstrfrhTj- E.'f -1 i1r 1frL' fair?lWiJ2M)Sy Oj 00 '12 J3 16 p-, Add 8rrlPew 116Y Viornish and hislufl ?'oink{- c'or.rr h1vok signepipair! 61-Uhrull f.rrrlfMake 47 4110 lr eev nr•u1 16 --36" i.rssepdi4,1A 4 in fire Ind f-opewal 00 4.243 18 li. Add 80 hem 1 J F.[ I-w-risk andirrsftrlf 1+ W4 .91ghdpulto ii-ilh Lrrrrdneza!re 19 and rrugl uo-op ,M'-48 L1.rxembli1 E.-I 4->'rr. tIze hid {rrrmmil 00 42 42 20 i. Add Bid huni 11713 a .Ow( nstall Ppi r er ccnd frlav k sfpurra+}rtele� i rlflrara 1 unri�hiil�CF 21 cond was; arou 4f)'-48 ' 11Ks� onli.1y L-1 4 rrr ehe, hidprnllriod 00 I: 4j 22 �. Atkt llid ffwwr l l .-I f'�uowisA Clad irrsfcril FMvelrr- cuu)�h�ach S1.9rJrri{rr,fe 114111 1.rlrrr#rrr�l�'r� '23 and rmmI ue:rrr 52--60' assewbil' f•_a 4lu dw Afin'r.plmvdRfJ,+l 4j 24 4. Adel Hid lieu] f 1811 Ftrr'nish cued irlsiall ?'miner rof?l Iddeh figr atPale I1"Mraw J.row urlfrtr 25 oful urrrsl wv) 53 '• lFA • e rr-scrlrrhli 1 E-1 4 11i N1c hider opwal 00 4143 26 1. Arid fief hew 119.4 1,urlFish and ins Icill I'm rdei't•ma bfcu'k 1'erfpa(e S-fejbi .4.v.*rwhlr 27 f-.) d in ifrr. hidlrr-DJ+okil Oil 42 J3 29 m. Add Bit? free 1199 Fur ni-vfr crud hiss rff Po i rrlc+r e-dal black P-ed. ok l J fbol 4ssc++ilih 24 E-14 in flrc hidpj opovat 00 V 43 30 Ti. Add Mid ire w 213 f irr'vish Li 1r1,gall.srA,Rrrrrl)rlrrrr(lrrfioo7 owow w- brlffs—.fset of 4) E.4 svl IiJ. 31 irr dfr bidlrrvp1 val M 42 j3 32 a, Remove Now 1 - Fu1'rrii ION qqr t �nva#fr'rrg rigid Powt,7l c oudrrit. fin, r-r s,*- i4 ,vuh.vidixay I() 33 ilc'11r� �40j.0112. 260S.012 f currl>60j. P122- {u11d-{rt'.7) 3a, 39 4 44 rrr ?bL! bid plvpmu.l 34 0D 42 4- 35 Rem n ve A'aft -2 - h'r+noving J'o'dtid mew? vl rare haft, frir r{lxirr• r,V ,;;rrhfirflrrr;j' or, hejor s .16 605 0111, 260.1.0112 and 24051�112- IhFir Rem I.y ocil sirbsrditrr;i' and ra•f1l #Pe lr�oitl ri.if11 47 iharu 9 in My h0preprAwl WJ -12 43 38 q. Runiuve A'rrlE 3 - ,Sidelr'ufk €d" (lricJfpn,&i.) wilklik thriw rl'u4' h ,vubsifficlo ►' In ifxe ornwrea. 39 srcfc'ri rrl {+�'��' le'1rL ihi fferiu is �tr)i sirht'ir_llul i� rrrir11rf11 be pr11d1i f itcrrl fJ !rf rJ,� ]h#r! 40 llroixrsrjf 00 42 43 41 r. 1C rep Mar 4 - Topsoil. h lr -k-soc -and me iig vre sulks'irlffrr}, fig pe a rferlls. KeL-p 42 5104cidwry In ihr' bid-pr oposai 00 dye (.3 43 .3. l e121) Anfe.L) - Sigllut he I{l crsseffoh jrpgi- PL-w r1w1ndffv-11w i-whicu#coo- howd, avirr� byvrke f, 44 1}rrcis' il arxi.I`rsgr, c pil Alt. gmTSOF frrhe, rrraf al?), nllwr• Ogafer1-rtrl rar• L-quipme"I Irr 45 1,011yVr'ltd Off 11I.Y rlfrr0on of rlrr hmid h'aep .sub.vid1 y in 11r9 hid {rapers fl WJ 4- 43 46 1, F{et;pNoleb-7JruJanpdiFrr_+cIjrmk0o-viss7frtn dfrrr)`rakcrirgdp 1'l1cm.kvcp,3'ub.11rifrrn• 47 -Sit-pave 7- .1-1 41 M l)`rrfjie 'ho (frN hid pripposc f 00 42 43. 48 u. Remove :Yrrfr 7- A- , {xry 1bb PF:f CO rrrrE•Jmr-fnimdwirin pqv h2m 11411 rr1119' 1),• v.W rrr 49 .rrtici a vdv8h- w p2f.v l fli non pcikwo-jew sipful head. t-llra'fcr ,Vi, J rr1 lfia d mSerlrNly 0--21] 5 G .0. pole) In A, hiel piYill mil fkrr 42 43 .51 %.. IltvJse Mole e - I hu pecks1ri rk+a Yigpr[d hood, wdrruir skiicrl head t sembil' i-� "-'11.�f- prllrf 52 1x'?I' iieoue iH1# inefrufcr Av to-fr f.11iji-me), lrerse- aI-S Frr. ,vprrrr trlrimhown jwYuL pfo c' c'f+lku', enyd .53 p le cap. h FN- hh(proposal 0(142 43 {'rrr t?F FORT WORTH 2O20 4n• Cu17 Tiau Ad a4 meat Schaaf and IyvzM mrhow So Coley Coniml &a ANDA RD CONSTkUCTIDN SJ EGrIC ATION t1C ZlM ENIS R"ied Juty 1, 2(311 W ID515 - a ADIDn PAgr3 of3 I 1S, 111ein }w N ah. 0- M- r' rl? f11"Igusk'o' rvide rcenimr bir Me invalltrfimP [l f oof'h 1'4lfrap.,k Is 2 Mthvtdfetrt' f+1 Ilk' r'i1H, jw'flp hid fti'.alr, U 111 ho juld irifr1 lh!oor 62 in 0k. 1t;d lYrJfkwgel (m) 42 3 .1.? ra-jIIv Uf erriuffx-itlry irir-Es shidi he dwo,' iij uccepp eluru'u i1'iff1 I'd 0T S 31Lf+fr&P.L4. 1'ti?JiXJ11s ref 1,4 mood faraxe'.S. .VLJ .x'ifffi'4',, rtie rtffryll-1 ff ill ,5'i,�0red 6 Caldr! velmfrn r...h i+t eft'' hNIm-o rim -al fxlJ 41 .13 7 }'- Remove r' ole 11 • M, oungArle hislaffrllivil rr(urlr..farll h1do.v i.% odi''idirrl-L. lrl tfae.' 8 Jvonufleidw itoaf,Y iaeA. (rxdp'opanal 00'12 43 9 7. KeqL Now 12 - n-egfh-iwwf'O{is v.TrlrvUfcfq IVYp(i- RLIm--h-eefl,sfohsr limy in 11w bid to proposed 141 42' -13 qll. KeC'rl f.' 'I ir)NNri Oun is xub. 11fafy if? pq'E' flems. 'Kimp volb'difiEwl. i)J The h-id 13 lair. Reviw Nofe 14 .'r1r eu1 pt'I-Rflt 1Y sWAYMir IT its /Jr.n #JG'rAV 1WN r1i M 1011[Aafe? 11'lfa Q.' 14 r'OCf_iirl tlrrlfrt' :ihso ,91'reilim'r 4id he'001 ffllllt 64) in d;e fifr 42 J3, 15 ec. Revise ,l ulL 15 - Pfr&iTiug flllltiUoIg uwa'rx err',r xl h.%frliar7'trr pert' ifr." is. f l i.% irilllr 11Wl pedal 16 It'rfft it rx'+.vipl tt idel. ;iA . Sow,'llrtt',R hlll irem (hrm P 6.i. in My 12idprc,pLur1110 4 3 -4f J 7 (1d, 1tvfpgrivv A'rx1i J f♦ - Pellh'd' JI'21n)111-1 i-Y ,SVfhSh ru:L' lei pffi' ilea". Azd ,vilu dims t', irillr In- pu4i 18 trillr Po.! pa )1, 3 iff the bid prupr Nal0D 4' 43 19 ec, Aki, r % vt, 1 - - nt-emj vioig IL'iJ-2" 1'irofrhiel )s ar' M fld' fJ22frf f?J1(.' lime fier fiolreirfiwl 20 Qf [u'1fr01 t'ellHftar.'101' 0 elf bLINf iOl OIL' NdIn-a Arm -al 00 42 43. 21 22 2.3 END OF SECTJON C'r ry OF Fowr NORTH 209 OIL-CMJ1 Truifiti MhlkM"eLii SUIWEIJ MA NciJ;hbWhnod Seiety CnFitreot S'r'11 mDARD { mrjRT CcToN sp) py(cA U WNJ9A FlevJs 1ufy 1, 2011 SECT MN all 43 PAnPWLFOW UNIT MCE 8 aIddiar'S AppiIGadan E)P list lltvi Nu. €kesai4Y[i[ui Spalfcminb timRnp Mo, ITni1 of�.fnaou� QuunNq l;ln�� Pnrc fclul 1 135_1.Q FC2"ud1-7o nseli 41 3918 ivl' t i 1{1,dtoG gnoye�^iewil d241 t8 $F 9U 241 as RrmoveAU4 Ig4i13 EA fa 211.18IX7 R ope CaircJ*m7r 41241 15 sV 5 V1.71100 Remar+eti' urtPvml dial 13 .3Y $ 1 241-1300 FLeI L:bllr, Gwlu R GulWr OF i 1 15 LF 54 7 9-031- o 11 H 34 l 1 FR �G a &44iNwin I jiwm" NO and Flom 14 41 jB FA jo R PRIN1.01M 1RfifltDV41VAndLjlt T]iL]CJTago Lr 30 1tl 9999A}111d evaauiAY. 1 PmMRLm Omm Gff VIOLwrd 4I _ 3L441tI EAm EA r 6 1i 12 910DA14: IIfJ.rHn�uyawll�nCior _ 344111 IA 10 1n B9KOT41 R &DWmGufelLdArdimWGr1Y. P9110.9111i I Rammm onGablaAn■m M441 11 044111 EA LF id 14o to 6GIA 1t7 mcww TmbgrEnlm' 3141 11 EA 2 1E �1i RAlocml4Mwm'SInbLNomO n 24AI30 EA 18 17 ApwGW iiwuvn Mwi sirml. New, R 9d 41 all CA to 19 L1 99Q90003 lino fL& Md P6 Idle crl Es6+ilrei.SIUEI 1l l tWa Fimalka 9']ps.wrid KWWArcUHCSrrjEnd-r�913.Saan fix'i 2LL41 10 2141 li EA EA W 36 ti ♦,:A 2 23 9Q9B.d10 5 Fwmlmhbielrtl peak Entinnr Sit W_Ve 4iW'1 t759S.067e hinlAlOwr♦�na(ar 41'L4 I { II F o _ y;L41 It a4jT f EA EA X i B1N. IeRd L7au,tl End td[ 9i an. a 9'} FLv'rie 3A M1 11 EA 2 A ON,InWll Pend hnd rarOi5 pYdm fmMlbhmQ A 41 it tA¢ a �tnnrelldr,el q11 en Llp�pino F ulr, rm wma,alrn 3S 41 #R �,r I o _ IFA am1,53x1 FlamiifIII e010'4a'WoodLION POW 34#1g0 Eh .4 1eq W ,a32a Fw dsiYlnAwl1 h' Wwd M Pok km 34 41 ICI FA A Ids 3�9Y�397 furMiYluur 354Ywid hXPrl¢ #190 EA 4 1d'!i 349f 3A LI Farnte e8 hlad 881Y. Wadn Ilpllk?ofe M 4t 20 £A. d t68 34dt, �ly.11� nRIR111Jrn C-r34nd IA"t CrRg.G 14 41 ]5 FF�4 rt 2"1 4" FImIY nilullNunR]f r E Prd@Mohuhl 3441]h EA 14 1 .-M41 9 N III Alum.*Ign Moak Aml MormL 3A 41150 M 10 16B 3[41d00611 11ALumSian i3rmmdQpupl , 3[#,�11 EA .34g1Ma f# i1i 16F 31yFfW Ih.LbilMHL5;k111ENPb1bMHLXlt 14 169 9 1_460& AEMP,YR WM 13CME Pala:l 10 1419 3441AIM Y5"Slpnr%AM 3d4120 t:ti 16 iru m4i.rnlli 394t 11 LF 5d} Y7i 3[4;50t2 RMYKAf^e."1 3#. 74 ,1F &!34 `r 81Rrnrl rlRad aawnfhrf pary limn Ildudm Ih+Yr211ollgr I"MI, imslm llquk & him bop ikpeohwl v#mh ou6s'dlunr to sw aut 1lrrjr lbe r }JI�LLY W IIL:IFIY'*f wLaAV/I1�YFi 116L4'IC}✓�r�(KFF W Y�YLh1�11NFSILJi�i{d�� j91rr11Jl.�- h- The prdeeldels PUM-b. &UPOduhl6,1h agRAMMI PAIRIS sdgrhA hE&d EMiCnWy (`. M R. p9e] p*y Aalns wlll Include h'u.RonEit hor heart, 4.1 Ire IPoel Yllumvlunl SL•'lLo-uurL->d�ut�.ar�llevmgoal.rhlq lesG�iletluea(e.leL'Iosprly>tpLeirllmgblhe eFull rmnpb]MYS 1� Lillrclnq M nonglrna[o+wiroa .hwl hn d11np In eerai llel�oa x+Ah v.la4Y nlanAard4 n apPrrnwu pmunG4moRo #9u Rr&m are Rllliwm II elunal cehlunlnlntdcW * i1 Thereon]dele�helFFHeNna-Ada+r'Fe-`r-;=-rl"eMllyhfnn�nnrrdntle��l9rn+ 12:'ri—iLfieo4inlral1eaWlold]eegIn MM-11. 13. Mobifmlluu Ie euLldl5wry qd puy Ildmd. 14. Shaul M1111N I011-yailiM IaclRhi IRn:hr Ihu-18S N4'ac FilrlxAurni 6rd+lwrm IS-flu93Y10pAPiofnfMurnIWDWpnklwillsror4prurv]wImm114MIw.5"nl#b RFl . 17- konloving oianal � ukmnddLvam ara 10 115 poll am Illrm pal ir8al roof d adilsr &mdua r ertniu�eim Neighborhnad Safety PreA8id meeting (Webex) Notebook: work Created: 5f'1512020 4:08 PM Authiar Hoov+!r, OrFL(CITrLt.Hoover`Celfortworthtexas_govI Subject: Neighborhood 5afetyfee-git1 rneetirig t ebex) Lnca ioa: Webex Mart date: Thursday, May 1, 2020 2,30 PhA U n d date: Thuozday, M;} y7. 2020 3,30 ISM Busy Status. Busy All Day Event. Nu Importance: Narmol ttegnh-ed: Hoover, Oritr )ohnson, Qoenell, I1[11, Lawrence; Wilson, Packyen E Opt itwit I- .lin, Yang; Up]n, Adrian; FTr~kel, 1 y W; Gupta, Raj nish; Elkha14, Kassem M, Chip. Bean; aitavaklns@ beanc1ectric.cam; Carlos Reyes; IGlgure, Tasha; HED-MME; kdavid A8 fejst,arilte.comr David Fiary;jefff synergysrgns,[orri, babbottohighwayits.earn; SCFLORE535VYAHOO.0 M; david t±tripe-a-zone.corn; UdsOgeneralstrlpirrg,com; InfaCDprecisiorsstripirig.corn; es#lrnaUrLg@sele[tr4Drnparxyllc.cr}m: "Jose M rjda'; 'EARTC Peter Torres';'Arka Perez'; Patrick@durablespecialties_com; Drew@durablespeciaftEes.cotn; rriichel� flyrrt7 �lsierr�er�s eom; wiillarrr_turkt-rjr sierrlerls_ecsrn; uurnerL Ixear,elELI HCALCOm; ahawklns@beanelwrlca1.cam; Chad Sargent; BIfy Gunter; RaMiap, 5ham rrii; Coal Ip, Marisa, Bobby Webb, keith gene#alstriping.cam; robe tfpconslru&Iongroup.com 7-1 0011 I 3 Invitatlon to... Goad afternoon. Tho InvitaMon to bidders is -attached. A Ifnk to the contract dor-uments are below. - Traffic Engineering (Neighbo;-hood Safety -Signals and Ughts) hid docurOents wE!bsite: :{}rltrc5,U 60-autodc� _coinlsharesUIL1t: 06-adScA1s15-03-9b'2-131P86c7 please Plan to 8ttend this WtuaI pre -bid rrleeting, Please forward to intereAed parties as welt_ Thank you, Clint Hcco er but Hoover, MB.A, P E+ ., S.E. finginetrIng Managa Trancsp >rlutiott and Public Worh Y-acpartnicnt Ti'1fJlipelilation Management Divi son 5001 J#imp-i Avenue, Suite 301 Fort i nrfh, Tcn5, '7f 115 8.17-392-6573 (Off icc) a17 Chy of Tory ftrth -- l yo)-hing, together to belild so Sfr'ong eorrror pity. Foar WORTH, Do not delete Of dF ange any of the following Iixl, Whea it's time, jo1n your Webex ineetirEg here. Meeting number (access code): 621 331 640 Meettrrg password: tAx X hg596 ,lain by phone Tap to zall In frarn a inoblle device (aEtandees only) 1-660-479 208 Call -in fall number (USJCanada) Clfabal call -In I'lUmbers Jain from a video system or apphiladen Dial 62'i33164{1 fartworthtexas.webex.aairl You can also dial 173, 2432-88 and enter Your rneefing nurnber- .lain usFng Microsoft Lync or PAIarosflft Skype far Husiness Dial521331649-fartwarthtexa Ilync.webex.com,m If-Y15U are a 1105t, QQ 11 C LE! tQ vi ew 1110�tt JnfOM12tion. Need 11elp? Go to hUp.1Jhelp. yveh ex,com cvu a I ]L4' I rox m t Lil'tY.F 11 rAu� L`3 f4IECTIM fur I t I] tlq UATON TO RIMERS I1Fcnf' oly III1M. Vh., 44Pk, 1<`t7VM19Ecloplowj-4L%Uo %d by IILw tA$ of F.mi W.)nh ait.-I witlI NwtclpLylNiW.) �S I.Lr.Lr�1;a.LalMe&A6lL�'iluw.sepl+xltdttxNthekisl irm.-iigw,of2wooff-cam Transpwj&I lei PIVOACML At &hear Wd ND ' hbMhnOdAfIC&y M1d1C.YOCkM VRC)M L j will he tecehxd by deCIw ofi=un wmiii. hwL4L,saRomcc en,Ii 136 PAt_ CSC Tmiisaby, MAY29, 2WO py ili 1rhe1 dasoT 1t%4 h*M., CJLyorrull WrlirJi *Pwowainm U:4'rfroll nrx) oxfn Finn Wiptihi,Texo} r(rlM -114r1 will Iv .N%N:1516A i)l; i_ I:S Srsll id 11r..1Jdlc+ss11.r1tit 2. ak revria. FekEn w k,RIL 1 ;3ip,3IS T1LLLt.4*. sulk m 1he (�} IL111 J_rA LOAD a*{' It} I I.LII f.vj IQ1:Ii.�WP Tz%a4 SrL,xi, FN I Wash, T,sas F6IIli- A P,ullaMne Jhymrrlllti11.1 0arl'gw4mtIh wIlI 1- ai.J AL, J%P.nvi.74 Ike h6da19S p,rayf4 ,i Ilnitilarlip'A #x..3pl, or 3_ IFIJbL'bJ.i&•rd,EL,aG,behaLfll25:-hL+W1dLt'iulrin,OIJL,'4j1UJLtllV+.L'.Ijgp Lj1 TRUAdb ', fFe b 46 fc r mL_rr Jlio Pm La; ini L1ilmiridwnl tariag LwEn4d Y.%NL MA 11M6 at KI y-10112riik-9 114 V AO J1i4k*,I1:L171Cr41111MCO a PlevK11IILk tJ<apsrimml t,ImWy,,-iiu[es*dLERii' La"(kr(llyIIall ku1`dxL14X; k'k4Ii41400.I".�nWoM16 Tzu, 76J4; uh,�Irc LhL WIL) MlI J>c Pj&k,�l-srd Ilaflu',iit i + p.kl kisbs»' , 13J,LL1k'111 1M4WIVa p111fli4ly dinlTmcdsiawd a1i 2.)DOVM CST Irt At, {'II} Lim nd I ChadhM-.3jI�: brLii.l":I 111roLSJ='lL DitcMiCA + mut VFW NhIL, Jw1aL k 4%R klIII, hLAIL rk: AkN:N)WLL Al jlae..L;,rtn,i rlJa4.. zti I 1�-LL Tho g,:evr t pu hli'v'lll nol he al 14)k%.0 r hI 1hi.On- C.2=Lt [' `t<1A1rk IL (4 E K11 RA Ir DR44ill I MCW OV WOR ff 'f ie m _jnrywuk%vJA 42.3s-iM aftry {apprdKIrim.-) fal wlpg! Tht C afeuwwthatr rwrkithall mucrialr; MxurcgaipvscJll,lranSrAlMatrm.iniMkWe.J►!Miti2tridierser�Locsneacssffyfar a- enrnpplow Insitllwlen or wMdwtlla T1w Ln4nrtvork W111cc iiislrrflhc(pppTpxlmalc) fadiLnriorgr pnfl1- sJJpL&149 .ea flghl hii1kj4WCMMIL4 zHk wg1k i4nip eitd LeTurnt flalslwa>41 R1'il's, for ilw 1..�4 WmihTLmpar13ilrmsrAPwbecV4a&,st JSonnhmk.71v`wraimjwA6111letnidiscrhleL fhr City trxktweoja AMd I il; W of y4riy pdi 1knil Ljuhud spec rNwiJbns PLrkpYki lme fhf any services dCsizrfbrid heron wl rl M ioilW�cdupon aacepbnce by the Coropwim ot`n wad arcr ILfiulnJ}ilteailiilmizhLffsiR1aiurc ofi2ir Pro,�zt MkMgca Jmi1x 4DCt1 MCRC13tg ihnrk m hhc d1e, (,FgWncnnl "III AM perfnrin Apnlati L111r VLvmsml %idwmi fins rrWInJJ re-rikalrmorrleblCityofRKI1V*n14W51J,e1der.CKiij1111LIMIL: Wl vChM ex4$4lhHndbdowL MYiUYURTun;m W XAQ Lkuj% .C- eu sTv6pAiLnrlCm'1olJrrrrct %PniT TniliglAinIj T1r4 IIfli 1W C i49111du III G"{}WD1 o-1:E4if4ik.i 8/25/202( Pre -Bid Meetln for 2020 On-CaII Traffic Management and Neighborhood Safety Contract Trensporrallm F Riblfl- Warky lmoeppr4nlon Mnrpagorneni [human Flujoct Mrjugor_ Glint HnoVuw, P.E. deeign ❑nrmult nt ?41A "'t. Tun Project Overview, Scope and Schedule Scapa This major v4wk mil Wnsisi of lba'Opprwurriatfi) failowing' T M Conrfaclor shnll lunwsh all 1 nabe� n s, Iebnf, equlprmrtl, tranxpmtAk m, amurArloe, permlf& a-3d-gOeF senrines necessary fpr a�mmpleie irleterfatiarr or fb.nl 13- Tiro rn4cm warn will U Malst of RM (Eippmimata) n lluy4rlQ. irdiflr. sllinfirs, Efli'M Mgflt in Ipmwrin tontr, 91dowaik rpmy gird acilwol fleet wm RRFWs, (or the Furl Vyorih Traci parfaiiari and 1 ubllc Works Oepariment Tne daudractor mhari prvvUe torwtoas r➢r Clly r"dwaps ignfi rfpZ 33f way per the alirrctie4 aP0cImF11lon$. lliz� dale itue la the r-OV110i2 Emargehcy deefamd by the City of r4Ti Wairlh and wed thaamergenty declerabon, .1e arni nd4--il, Is rr vJWad, oubl l 1i1d;1 for J?w uoririn+r,hurl M 2DRI) 0114;41 Tmillc Mmimpenient and NeIghlgQrhaqi�1 W-etyr Cnnlraot { FrojEiu'j will be recalvad by thg City raf Fvri Warih Mmheeing Oriioe: until 1-a4 i?M- CSI, 1'11w9dm. MAY 24 2020 Bids will be accepted by By Caullar, 1=+-df-x of nand dellytry lrOm 5:30.1 �o " ThUNd;iy3 only 1311444 S;Dir1h F-r4 lobby ut tiIty HVI lxc lleii at 21.10 Texas 51mg, raft VJpajh, Texa9 761 U h Pufuha6nt} O9p�rimeril dAFf perarm wire be i1vallsble io artepl ihu bla arld f;rovldd -a Ginarm tf the bldaw de s:-fas to nubmit Iha bld on a apy ur lirri d uthe I trio the deslpai3W 'I'rlurud my, iflb Mot r11u31 wnl.�I the Pwrha5ing QeoiIfi [ dbring nprrmal ww king I Kura al 81 f-292-2462 to make are appolnimBiM to nsaat a Purrlrerfng.Ellipartmantam g.at lht-soulh Ens Luuby or Clly tali rasa o a1,7 o rm( silapm, Pori Ub)mi. 7gx3g 7€ 1ij�. wlrpre ike bid o will he recelved end rimEVdaie stamped ee-above. SJ25f202[ ont'd-Protect Overview, Scope and Schedule �.I�n vrJll tro [Ir>e1n y nr�d r�rf sr�yld a9 n �4 r'M r,; T J[I the Ca}F! [Inrdhtaxa�s Ibaa am 7f 9adai5e4alr 11 wal 13oZ be �o-�t%Lp` C Colm�if G1am6egr 90 ar,CoaSe{J a h 4[ !R' ; r ira ertIlhon, In iu3ra of 0hverl� cTp ruled MOM forrn a ror the prrnec[ to Furchaeirsg Orfioe, hid. a[b snap a= rr►eii Iraq ca�5pfetarf i.18t forrg9 to the Crr Froldd iujan�ger no aal er 1harl_t-0 p m an I*� 6QCS7ndiiy uslne9s da{ alter the bid apcnlrs� date, aaxdusiye of rho ra!d aapenir+g dale :nn[rac Jav,artl R 1=asnuing Tile 1'q {InWtral nn la l#Irid>ara) is f asiebllsh It rJ a rr a wllEpr, E Sk W&I6 Will br, . fli C ' iaSelYa9it �rry,B fa 1tD 9iY2f pfl� Of Ir1UCa9 obi} f2 So lei i 9C2 wills n ite er 1.030d projerii butlgeL iheu� la no gore itao, lli9 ernounia]r.Vaiile of Work io h9 ardored. TJmg Panoij and FienawLaIL- 28 4e m d of il�s �Igra' errr wle 15 fag One.raIe far r it C e I (lar[ �f the fun I19, Msrh�v �F gGau I�sk tie h+ reaeV�e p n�ht reglr �I cantrrr r tlr urue d��nn ± I, e r�lapr a�aan I aen]�i rt] s, nd a a 1 I nrdl amen a + ohaa I Prn a a S st xCy ays nr�irr�+ kilo norfbCt6f 0 1f6e #.71[ 9 tln6nl to renew, Pi>Sgd�lrf tlphc. *;fir i IIgIII pfaquullilad avrliracLor ro{lulmmit tit fart xJmal Ilj�h1s� orfl�n� ��esl tied a s I aLel3+ : 2d 3 t 1 '� aid 11 i urrian� r�dY ha doivreloadetii Bld 4oeurJl B� Sac rlt +n rJtie I'> 5% or r11i� lal:ll bld v x,I4ipI;rtll0 trkWorr Wnd urrd n cutlrot firrandal slahirflenl I�g sir a I�o+i wit I Jr� i l . pir,canxiii &m dduf u6l p,'cl'flded nularIXed Csr€Iffa:Aln oar jntaurgstod P9rllos Ftrm 12M Raid submli tattle Pr �g+c[ %kanagr. Tto r rrh E:an he ott7igino'd at Hps:lfwww Lvfks.sia]eAK. ut?LEid1n5-1nLn.htm rlority Business (MBE) goal ngtfternents 1, Clly's MBE G"Iori 015lomloor Is 544 the wruGl arncrirnj Z_ Celiac[ 118E office prior to hid submittal t,a ohlaln a zurrent Ilst of MIME firms 3, The MI E UtEllza#IIan }orrrr.f w#[actaf-Vfarwer For ,�ulnt Venture #� CffodAllJl Effort FaYTTr moat bo srJbmrttedwrkh e'raoerPt to P ' cf agar no lator Than Zpm' on tha 54 fl11{I d slier kh4 ixld as � I# qvx assf u I headers Are aflaour od to subm 1� arm fin rm5 FM sea n As pnssltalea 3r##gt f e b a nano Err pillow tlrn� fur dh6dep� no1QN t[} be zmuloed 4- Fa IIUFo !u raja ly with !ha'l :Jkj�'s 8IDE ardlrta r[ca wlA Pip Id baing aeon sTdorad ngrl- riosporraha$ to Ppedh wkroPr�, ConT40 VIRF O fIro zit { 7 2-2s 4 5_ PfojecE h1forrfratiar, h1uldpin umnda4 pol"WHV WJ he awtirdad willI rho apowuwkv terta5hvwAh T+Rae of runipitlim will tw ileftrminud arr a YaWh vrdertMila 8f 25f 20A w0i IS- 1 AI7r7F 11MA rIJILM I ! SECT ION Oil 05 15 51-28I2020 ADDENDUM No- 2 4 2# 211 On-Ciall CLINTONL. HGOVER S Uy J?rojec,r 102455 .............4......... .. 6 10�., 117178 7 Addendum Wci, 2 Josue ].)ate; Mav 8. 202i1 # D ;-,,(/Cl 5 •' 13id Receipt Dace: )une 4, 2.020 10 This.tddendtun ibrmr part «f th4l Cuituout Do urnen[s re%xenced sbuvr= wW modilfics.the- original. Coil tPact T l Dm;mmems. Acknowll;dge thc:mccipt of this Addendum by signing in tha spat beiaw iand -atwbi ng into 12 the CcntrfldDcaurnstits (fnsido). Mote reoeipt afthis Addendum intha f#id F'+TrpctsaI avid on the gntur I I envelope afyacrr bid. H 15 F1case goly, also, dint ahe 1 hik -11or the 200 tlrr-c0 k'avemelTt Marking Contra is locamad al- 16 2020 on -Call Ne1ghb4rl'load Service5 17 1Hlps,8dgxs.Jt,3&,_EgUde5 camsh� sl c77f e•97c6-d[513 $tl�I}d7�,' I G3 18 19 C4 SNfidurds, SpaGifi sti�lrs�, and Or -tails can lie viewr.d aF 20 Reaatlrc-W 21 22 1 .4;i„i,iii_a1.5 4,f1'ye-Ritlil-let-fingnudCnilt1-ilctarQueltfons. 2:i 24 flu op11015al pre -bid niccling %vR5:.h&ld of linc an 711ursday, May 7, 021).Ai 2 3U 11M. A 11sr of lie iovilees 25 w 4tttlehedMimg rvrill 1lie jwere'nie ci1f. desrrtbcd the nvenilI intent gfthL: pmj cut aiid quosthm5 26 werc fitl41rtl alnllg 3vhil e-nmIIed qw-slioii-n. A j1AP P11fAW11 $L1111r11Il1y D {�UC4rfE}fF$ If piroVided helo , 27 28 AddepWui1s J ���e�tfoll�.Mnd Rrsac11a3cs 29 Iesfiou: !s tltY11c, rin N111F, bmi all II1xx 17rrr,je401 Tiffs sect i(iPi was ILL t Warrk In 3R Sertian 00 45 40. 31 32 Aiikivev- 7-ho h11:3 F i.,c+al for 1I)Is-pfujeei 15 5d/Lk. Pirxase 1'geriJ11 a SPEE ifiC-Wiarl Sectlu1i 04 3:3 45 40 34 35 Qrsestlose. Whnt bending vgoimien Iq'jir# retiu(red ruj, Ibis Md pr(Iposill? '9G 37 Answer: T'l,e bid lx)rid al 1I1x liisle of bld T'I,c: Hd hrmtC 13 38 vn111ed tH 5°',: n r the [,1d, TJse eumpa+l}' derrrmined to t+e tf;e 1q v bie[der is 39 r,egrlircd cn 3ecn1r tltc Opp rLsprllttc bonding %V11iC11 I.ytsicaI I ir1{11r€Ids 11 vily ncln 40 b0ltrl, Tic rPoi'mailL!e 1mri 4 and a rnaiutrawici band as por rite uffnlmtzI PlUrsr TI rrfci-crwC Spec ItitaIl,llI Sdrli+ins 013 41 1J Bid I1r11ids, Off rot 13 Pr±rfnmunncr 4Dond, 00 61 l a Payment Sand-, OU 61 101v1iintCJW3Lwc Sulid. 3 44 QIIPS[Inn: Fnr this pr€ri€ ci, r2111 ycru pion lvlxe ir a wit rlui- l,* a11r1weii ta, t,id 4M11 45 only crrtaln items? 46 47 A1t5�ver:' For a hid iabe rill heats muse be bid ou. Primal bid.} nr'e 48 considered n0n-r+cSp011.&C. 49 OTY {5r FORT WORTH MD Gn-DII Tfr«ffirr MArrafffiLeM ccl=01 415CI Na€Rirbal rwud S1rfaty.. C)vnuaek BTAKDARv (:oNvr•Rl1t'T!t)N 8.K�C WiLX1Y()N Dc]CUMEHTS: Rnvi&ud July 1. 2011 00051`---2 Nn: OFl J ? N-10d1iwrfl(101fa fit Specificatiaylal: PLEASE FLEFERENCE 33rORXSJIEET •`ADD EN1)1JM I OII4143" 1 N T1TE 00 42 43 BiD 4 WORRS1I F.E.T FOR U I-Q TElD RF-11ISED AND RENIOVED PAY ITUNIS" FOR .S +4 C DIFIC'ATIONS JB- EE friELOW , 6 7 !1 } ltr5 iic .1cclrrarl fNJj f{J . �rrrrelrtef ftJ �YtP1Lac'� cri�l far�1'�'a!rfftki,'ce, 8 h. D rlet r DO flows 1 16 !(a 1 O In tie bld fxrrrlrtasrrl'rM 4-3 4J 9 C. DeJet.e feel flrerat 85 1'110'r .01 Inslalt 14010'101 A'fk%viL1fr f �Fhl,. JM, 1), wf]�ofd ill no .l? 4.f 11 (1, j Add We Ifa errr ,Y kf 1''rrr wish -le nvgrll f . 11 1e-' 4 vdhli' l,f fArJ rrr fl1L' i?lJ {7r'f)f !.Ve f1 t+f+ J. i 12 C. Add WfI heno ,'i_I bier rrlsfr-1n.fluff Ffr'brirl D. eit Virm r'llhIc IS l3 In lltt. Irrr1 f,1 r,f u.krrl i+fr 1:3 4243 14 fr Add 111d beau IM-1 I' furnish and hwall Penl,&r' a aul Nffr'A-,5'f, nal pidu 1 ilh Lrrrrrirrrriv,' 15 v LA 4 iir A- bicirw 1prrsrd IM I } .13 16 g. Add l3rzl A,ur 116h 1,'vo-Ooi.' P rif1d Mvf off 111iivefro' iYkfl hh'191L Nigraarf JUVt' Wilhe101i I.rrwall, do 17 rrlfrf f1leyW elf on1(P-16 , vxIvw01l' 4 In dar Ndpr roposal017 43 43 18 li. Add flrrl Ila'rr1 1171 F' ovutsfl t'rrtff +!!Sidi{ POI 1'CILT L'daur lalrIA Srglrrllptile yiWh L,,urlinejil v J 9 and xlfavi ulaar 40'-48' ay-ycinbliI L- J 4 iif lht- hid pruprmof 00 4?.43 20 1, '11[1fl {3iif f100u 11-13 F011"ralSh4,rrrrlirrilall P(J11'Cler'c'rkrl MOO; sigm01{ ede II'iffirwa.l.trrrrllwfre 21 Craarf amuse LfPJrr 44) 48 ` 1ISL' ably k,'f 4. by the bUjingfarasaf On 4. 43 2 j, Acid ffle1 f(c'rar 1I&I hufall f piI'dw. fwal hltrt k 4gowl rok u'llh 1':frfuf�Tc+fr'te iJ urrrl rrrffst e.er7i1 ,} 7 '-I,i1l {;Li',TE'fRlrh' P'_J 4 by the hfif f7,'ofat+scri 017 42 4.4 24 Ii. Add Yed li rrr I f SH 1' frririsir fwer.I ioKgtfdf Pal 1.4fel. F.-fJai hftrck,vign rl Pole 11.1#r+0tYi I.tu�rPrt�r�x'r 2.5 and rawl 3' .f' V 403,wrrf{;�jrf -f 4-fit A! bWpri)puy'rd00 42 43 26 1. L1 Add Bid Petro 1iQIf'ur'rrl.vlfflrrdrrasfrrll1-FfFii'ikvuauj�+�eWiPt'r.�$+o0J-1bal.��SM,' Pjfrr'1' 27 E-J 4 on Me bidprequiti'r.rl 00 -4� 43 29 ni. Add NO him I1911 F'rrraikhand h?jf.WPvii Wei [vatfi?4;c'kf'crfpa/v J5-finalAS'Sf'ul v �# E4 d lu the Mdjmvgq 4 Awl 90 42 43 30 to. Aild Bid Rem a 13 F'Irr'JTI, h ,C lrivalf slgju;l fcauradallaarr oowhoa' buffs - (�rl of 4) E4 scf 17l 31 in dit' huff p raprlscrl 00 42 43 32 a. RwiloveNOI I - VirrrrmfrMNawl irarallhig fightnweala wflfrf3fi+r-N3eris s}rbs'ldrrrr —fa 33 hems 2605.0112. 26415,01?1 CtrrtU605.fl V. paid!lc'ru 35. 39 c 44-ho The bie1p'jjO.v(d 34 Off V 43 35 P. i eirltivC aetul cal iclviof jfar'r'r` Le, IN suh.srfflrrn- fo ellenq 36- 605.1;11 1, 240S.0I f? feeNf ? Vi 01 -2). This Pre rn Is rrol srrfasidial-1--cond ii'NN be, perld irirlr 37 ilvo r 9 rrr flri• bidpi-o}1rrsrrl ON -12 43 33 Remati'i* r1 We .1- Shlerrcrfk fir" rf1rrhrw411-rlhlrr r.fr'fNVirLe lac ,x'r. bsidluoy kf fire �'enwrefe 39 .Yfirfc'walk frrtJ' Raw f lfi t ur w 4%.loaf -%folk+7dhil.,v aj14 wNf rrr ptkfl lI -I'M flew 50 In 11W fiftf 40 lu'r, flrk, ql WN 42 43 41 i. Keep r1'r.rilr' 4 f Jii11 Sad. hifieA' 1' d elnd.weeil ng in-v vubsidlrrn' ffr Boil' Aims. Keep 42 ,sflfryhliarr;a, ht ehi, bidlrr-ellrfrurl00; 42 43 43 s, Wtep Nfu 3 - Silgircrl heurl ussemblyjj6Y r3i'rrr r'rwlfrc'les flr,! vehi,,rrlur Head axhv lu'irc'J[e!- 44 hrr[•J[ {jlc,r W. f)(10 f"L'lsarr, 011B.410', Jtrfae, 1 019111}OY ?JIIA-r' rN[ MO'itel r)r' Ceq.10ffr0PR?O11 10 45 (Itymfpleer ik! lrrsfcrllafielrl rofllrt, i!tad ftieftp subsidign-1' +rx fix hirl far-++fafwal 00 •f? 43 46 i. Keep rl'm.-- G - Thy' Iricap dem.ad rrr wincf,rmobsrcflafr)' fra ,srfri' a'rrf Ja[r)' 1rt1101. 4�L fr,srfl!s�C��1rf�' 47 Si4o I'v ,' _ - 3.1 �f J-4 YrtFffi"v jvr�;rrfff..IlL'rrr ', ( ill the bid Ixrifrearrf f t.4 r M. 0 Ilr L{cm1 ? vv.. : ' ' Me liglcab f'F'Irf 'I I iwe-1rw-. frrrrrrdrrfleot j?co, 1fj rn 1011 rr+r('r h- rl.sad-lo 44 fwr-rfrer ;' ' -air Puslfhriftrrrafaerly.s�rrrrrrslf�rrrflwarl-lvli�vle�'ieln#frc'rrrfr.oxa'lrrfrfG'{5• 0 50 P. prih.) r ;' f•ropri.val OV 42 43- 51 Y. Rvvi se' 5 ..'. floe' 1wrlc'.tirr ir.fr1.1ig,Phil Fal1 rrff fF.Y.wrrrlr& 0-20A lkr�c'1 52 f fr , 11Lru, 1; ,f 1 .1.1,110f, Mt, tnum.10,'rrrr'r bark 4 3 rod. spwo pzjh-, lirrlt! r'rrlh�r, and 53 pide r-ap. roc flYrr, hid pe rah;epud IM 42 43 MY OF F(Tf T WQltEA '2a?b Uri Cag TruE N: btwzgarnj�lli SahLwf mid Nai Lmiliwd Saraty c'antrmt STANEiARP CS N9TRfJCTIUN MCI.FJC kF 1QK D0C1IM N7 Roalaed hily J, 201 1 ab C515.1 r DMNDA Page 3 of 3 s4. Rt°IIRiwv NWe i1 - Illit 1'110 rfoO gall['+ I-spirfi'L"Jmn0 n, 11W 0+t,5' collaffo}il t1 rmr'h 1'ajW.ht f'i i.ljImitlittl;l' #r) the crrl-h rYUIIP hle1 'I{Pfr 11'j/( bay JJOI+111'f h Pum 45 #1t dit,10-r`11jo -oprrvffl.00 .12 4 1tevixe A -We + : W11 f1 : , ;-callrlru'1 w.v-)I.1ne'► shfil# lie dome in at'i'm-dewc!'L' 1k'1111 7,k:Df77' 7 y Remove 5-reiv 11 77hr mmoijli. r..' hafz'111ttlirul wfrris hoo' hairs 13'.,+1 ibv fflOr.1' 10 do " 8 ,fffrfrleho oll Tl{epoes i1t do,- 004 2 49 9 a, Keep ivive 12 - 7hillic t'oillr'(r1 A-,ubsollal j+ car pe.01' Pons. rCrvg m1b.uflfl4ul' 101 Me Nd 11 am. Kegs .1 im- I f - A lrlbilfacelinot k x1e)hclrlrrr,-i' #r, Ply flol.n...Keel t k,'rrkTA#07y FP-f1w h1r1 12 ierfrfrosrd 00 42 -13 �3 10r. R(';i.rNoirl-4-Vrcrcftr.'rn fir fi,mithVi,liru_I-I*jf;ri1-tfdlrts !'fJAIltrt0I1411pkrofifu'1f1ru 14 0 vg.w rflf cruder :ti11-rL.- Stron .1m v.% hirr'rlrIrt f lfew 0)-l1 Of Mf' Nei finejtthsul 15 PC. 1#r5'i 4 '1're1C' IS - 1lu cur. j.w'Ji1rag 1rrE2iFx 01V srrllsirfhffl ' IrJ IP15_ llerur.s ZYPJ.o il,'f1f LrfJJlurlc 16 Nvilh rr isccif,l 1mg1m. I11`.w R1.0wrlltfxes hifr Own (hem 64) in thi. hid IjovjIfemel de) J? 43. IV dd. R�emove1�`We16-Prrlrt.'f,"191im.1ivs1fA&&rrr;t'12,lie ri ir,'t1e4 hejr)cNrf 19 1ridt lfrwr 1 { in llr,' hia1p1'r17irrso? flfl 42 43- 19 ee, Add Able I - RL luus'ij�g sr,r of xrff-ed. eeplulf+c'lurs ter ! 10 lw pCrid N11e 1ijMr JJ0 lult'r.11 fi1{rf 20 r,rrtulrarrfcvjn u2 -1rlr•.remoi'ed �n1hehitl"propfad004243.. 21 ff. Rovilse bid opening to JUlti-. �, _10211) 22 i2g. Revise Bid hum 85A Qkliw.tity to 4DU EA. 23 ?d a5 END or SE4 MON CITY QI' I: Ulk'I' WORM 20n Uim-Cal I TraiCa Mmagom= School and Hoighboihaad Safety Conuwt STANDARD WNSTKUi n0N 415F[:1k'tCA4fTPN DQr,%1N1R41'S R@YJML1 IUly 1;?Aj I e�sTW N 9P +Fi #! PH17F[7egM f CrIM UNIT PR[CE 8 Bidder's ,Application Hulled #ieacriPSiOn SPodfogdoRSral0r1 P Tfnlrai'r.Somnn i�kr mdpr I?ni[14e. I'ulxl 1 [3Fx0[0� RdMaaW nwr. 01351q � 1 k 2b1.414D Nnlnuratitdk 6�b�1& L$ 3' 741.0.9A4 I YVADATIHmp w41ld Ely 1tl 4 241.1000 Reniouu ❑ mia r 0241 15 9Y 1 10 S 2d1 100 Asmim AA00P dll 0744 id {' 00 9 1.1304 Rgifi mfA10-CUM&GiAer 0241 it t 9&91PAM4 R91[ i Ifrmee 344t itl m f1 -3441.MQ4 Aer19o%m: VkTn PairJmu#+ou !�44180 Eu4- to fr 9LBa.0105 12r 113y*CWOUh 'rXGDTOW v 24 ib 39 a" 344111) E-A 5 1 A�A9A1-02 mavx Gown OI VV74 dW 34 41 1 [ EA 5 _ 171 e99�,014�1 Loq f�.loni �Ild ellh[ �A ii 11 ff14 113 1} 99mmr45 dqwwvm02tt[1 4IvcfmO�vw13 3hdl!� _ E 13 a4 �� 11 ki= 1qp 4 9AAIA f] 1tl n 'CnbfF Aa*m Ek a cNu13m .._NLLm 34J11 rA :2 19 9v94_tluu29 1 RalocalFM#uM6"at hairwSI 14 41 2D EA to 17 fl8L Himnlurl 3441 30 EA 14 [9 19 9969.GOW? Wjuimp 9ock a= oe4 Exl i�sqg$ Yl FVrI 999N.WTd FUmIeMnhiRll Weed Endenr �iLA I n 1�4' 3114110 to 1 D M -41 It €A _ A f2Buaba1e FLL ieleli II I tl Enik 1 93L� 14Yi� N 41 7 €A 2 1 P49416 F�ufl lNl�d r— �pn— 3i 11 11 _ _ Pl1 3 22, 9B99IDf]'Tfs rttuuNed EM facffns al,Wm I IM CI rm*ho 34df fi ' A A4413201 Flyrilef0ftell LEOLfphfirltF#hh.Irollur hrftdWtka 34 41'20 CA 10 , 1l.11ZI FL[I`emnsiull�itrI,Xlood -�' 1441no _ _ EA # 41.a2r rlrn,lvineieuI�y�oou a tp�i P e Mn f'umlohlB,ehAZYY.SodLl itPiAm NdU4t,l31qi 79d1.zr k 4 .89.19 Fumillid m Do' Wand LI I Pnlft r1c Sd d l CA EA 4y4411,FurliflNntlYllfuum 5l GrlNurl Nonni GA Shd 4!1 n4 5 31#Id444Furiz�Yuloi7MlIuIPSiPrx:PbV mN 413a to 4 3A41.464rr In�ERIIA,ImSWn#1aYLAnnt� UMI 3441aF EA In IA4i.41R% hlelrlllNlauSbnCrrwn'lmukila �{},l EA q iii7 3kd1,4tiloT y1uldlNurn I Perekiounl as�lioa pA in 1a6 _UtikAgon P,HMOWand klaua9 PenaE 244i*k a~ J l0 we 3�1lA4u4 Im�ll dpgn 1494 EA ♦! I-M .14dt.5D 9 rkW4i4W;FVJ TA4 1t LF w1i 111 u4i 6012 Yyjue(M 9 j-01��1 ' LP hqp IR 3WI.r 1 nY1 ib J 4111 L= SD7 {i8e1441A�r��41�IfGpdYlk�4�IFYNFlY�14'�i Yl+�-13 �}�il. y91dwu47IF{n�Y,Wlnclra)�vJlilledrlvuw�icwhoillur�Clnlhe-0onouEo-eWe�4�i�4C. 4- Fnlrmill Mask wigynd movillNi We aikftAllyki F41P Ilona. rr AtOnnl Iwa7 aYew ihly PhY Nm incladna "p %�hlclww head. RM brwAm. bark 4- 11m loapporoolrgnx{I� irr,,.drsldty:Y � 7a'A'4u1 P�k1hlr* � 3�PFtiilr(t-FFE+4+P-+N�MI4FfW11WAW4H-•h45WIibM114�yM451W-�li mil"kip•iIuYFF«{I-kuilr4M�r4�A`f*�'h4e"��rxHl�rnii�tr,r�ed�hn4llnerl-�sennL��9-kl'�I�]r n- Tha palmtrirLal puekayYdluia4podeN4ksL".�: ,:.IJ4w484rtlMsru.,b t5phtll htle.d dde ml-y 4&2d & Fc�e� Pb9 Jlmrrh vll Include Vie bMxdorhler baeek 4 t 114 ffprP1 R MgTUM 4 1A.o-�r6and{SrCwFsapkicaasviak7aFtkp d4x:�11oHFo aRau�lar�a7calhddbgko-BWP`$bw, 10r 9pilclna of f.*ndlluocmNreh osll We douo i1 ixzrgOEw,4a wFM TYCGT VnnJVdB Y1 epµnxvgp prfl iWhgeua 4* opfluet Are ab%w 7 lit L'puJ C3y'118h+anQI.1CII�rY- I-'fil x enteM 1rrehdMlaRaFenehabo*bitlbsLl�Tlo-l3re-fehrrd4h7�wi4emr . 17. rru+Ro rnrrlral In ou"-diary io pa} Ihsm 7!. iillbdlri Is aMbidiory Id pal Imriu $4 39leeLxeIrsTlLPbepoldydiltrr`1epktimftj'Non b4finu.6hKElueuWdMni 15- 64JIgA r'RIKIld111OM410 b911rxrJWWirarlepplldffgnmF34Mlgc.9kLe'hun.flldlikii. I& 4mike gu7mm 4r Nhridl",Po-IrrtS`lke ir- HaiMvIN' Ww vA't'emlh.z1am Lim eo be pted am ulrR pw die icai. cd ar—+rd mrid-iuriulmv.tl - 4 .3211[ FiRnIJylhsLv1 riErFlPm,m tnI sill a Si 1_3M. EA iv — 1dD M .3321 FAIriWlNlnikYlt#Il i"iF IIt PEN 3441 as Ed ; 1611 3Rd1.3Sa rwtlFah�l'Ih1819'YJ , ill. Nll� AMI N4120 EA d 4. 4 1.b1 I :Mil-Un FwnlshkalaLl R8 *3cd LI I FLole M L1 -2t LJ4 CA 1w 3441.3230 Flrmlcrylndo 317 Mufr 11 hl P%ln 34 41 Ni Fu MMZia E_A d 184 zw.40o4 l-umhW1nxh*AkanEhOulpMount 3 -09y0 44134 E 1P AS hialwilm ,bum EA ifl _ itG 344 t gpg4 1;uk fiA*n Sl tmuri.l R*uII Ow �j EA Iri W-8014F_AW7 iWOAJumVapt-):PoW MrAirri U.11ad '1 41 3P l°A 10 W MIT i LUT.#Ii E iihlp9!i■ R1111 I09�a Sign PeneJ M11 .344'I 0 1 IIPNII NrW .-5.� 13G J=J4 IQ 170 Odai50t1 1 Saw .md119'F 3 111 LF S70 IT 34#F_9 1t b Rn 114. 1-0d111 F+ SOtl � I�u�MI��Ip,1InaWI�WW4krriwWw+wWHJMIS`L�I��_ •,A=�;-^-*+'-,,.,,J+= a- ilo.w.Wk{4�I�:.R�.x}wI.W1�4H.ww?�I��'�+h+aarwaha.vi+v..11���ll�� 4 Top toll, Cl ckmd"dewriglipp"I in 5- SI)IW 4Wd13B8B1i9 Y psi llSjS NIStWae W UBh'U F�31 1`911d, aeiro USOkEd. !" eU fa- The Ia4p tlIII.MWIL WIN la hubdjdIW!e 40-3.W wI pas ILaun_ 1Apr.Fi&PA „r 1�e'h e- . c wpadrx,ranp�nk�nLtn,y�Fcdncwn-a,�.IJiadd/waatabclgcro4 kxnaxwxN67r#L-�G-F-�slw} e- jho poilai hlun pudq-W,Iu.4.dV.ygllkk Rlg19I lei i Agsa NM 15404 pole] Paj PNpe W191 UIGUGB II66 Lrurr�lull'+[d im-Le; d5 III. iplm alupir uni w {!.ax,_'i-A-,.na _..igA7Hii694l.1}L«,IP-.yk�r+ �Flil �lri�r . ta. �pIlonp or twoud8iiLWfto shall ba I53ae 41 r000fddmce 1111h TYDOT e9enio durds In appiuved 4rndl: Kmo. ft apices um idlnw-0rt In And1 LpcadlulCnnUuMura. � 11, ilplewausta' a.. kartcJqusuLslaav4aWLv}�Sa Yo_.i_i�,.�,.�...R� 17- traMG cqnW IELiuhuM4l4'1DPRY iNm+ 1]- ILzvWola7ialoWilnlru 1A. ShnelPemllWbelimidOlhiesSal4'undmOijrFi4'MIeL;S&LrawmtiLigkghp 1S Btlpplop pmtW4 meters mLo he ye4l wKU recrepL Lyme[ Ileeb B4 MML'E LLLmhuee ba Win #b Polk ---up" eaulwldLerrto-WAY 77-.R*mGwinp l;Ignllr olrurcomwowiii arc 4p he pa-d wm Amw pur Muw MrA or e0al -�ardLxMr Ierhuv". 0011 13 INVITATION TO BIDDERS Page] of 3 SECTION 00 1113 INVITATION TO BIDDERS RECEIPT OF BIDS L)ue to the COVW I.9 V-duargeni^y declarrd by tho City ofT-oft Woilh and. ulttil the en. ierg,Liic: dm,lorutio'rl, os amended.. is rescinded, sealed bids for the construction of 2020 On -Call Transportation Management School and Neighborhood Safety and Contract ("Project") wilI be received by the City of Fort Worth Purchasing Office until 1:30 P.M. CST, Thursday, MAY 28, 2020 as further described below: City of Fort Worth Purchasing Division 200 Texas Street Fort Worth, Texas 76102 I3i6 will lie a{aci ud hy: I. l.tS ivlail at the address. above, 2. By wuriel-, RJEx or hand delivery from 8:30-1;30 on Thursdays only at the South l z1d Lobby of City I1a11 laeated at 200 Texas S(met, Fort Worth, Texai 76102, A Purchasing 'Depilrlment 9141ff ,person witI he available to accept the bid and provide a timu stamped rccx i pt; n r 3. If the bidder desires to fuhmit the bid on aclay Qr tune other ihnrL the desGgllntecl Tbkir day, the bidder must contact the Purd sing Department during norms iI workilicg houm at 817-392-24 2 (6 make m appointment to meet a Purchasing Department ern ployviu at the St)uth Ertl Lubby ofCity Halt Ioeatud at 200 Texas Street, Fort Wortli., l-L-xm 76102, wheep the biW(4-will be received and tirnddsfE stalnlxd as above. Bids will be opened publicly and read aloud at 2:00 PM CST is the City Couacfl Chambers arld broadcast tltrollgh Iive stream and C:FW pubiic television which ban be ak:oessed al! �RP:11{'ortworthtexas.govr FMtye. Tlic genioraI pub] ie will nuL be ai OW&J in the City Council Chambef-s. GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: The Contractor shall furnish all dmaterials, labor, equipment, transportation, insurance, permits and other services necessary for a complete installation or removals. The major work will consist of the (approximate) following: traffic signals, street light improvements, sidewalk ramp and school flashers RRFB's, for the Fort Worth Transportation and Public Works Department. The contractor shall provide services for City roadways and right of way per the attached specifications. Performance for any services described herein will be initiated upon acceptance by the Contractor of a work order having the authorizing signature of the Project Manager prior to commencing work at the site. Contractors will not perform against this agreement without first having received an official City of Fort Worth work order, except in emergency cases as detailed below. CITY OF FORT WORTH 2O20 On -Call Traffic Management and School Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Temporarily Revised April 6, 2020 due to COVIDI9 Emergency 0011 13 INVITATION TO BIDDERS Page 2 of 3 All pavement marking and removal services except detour marking include traffic control devices and related costs. All traffic control methods utilized by the Contractor shall meet the most current requirements as specified by the FHWA in the "Texas Manual on Uniform Traffic Control Devices (TMUTCD) for Streets and Highways" and/or subsequent amendments. CONTRACT AWARD & FUNDING This ITB (Invitation to Bidders) is to establish unit prices upon which task orders will be issued. The City reserves the right to award one or more contracts to qualified bidders within its identified project budget. There is no guarantee of the amount or value of work to be ordered. TIME PERIOD AND RENEWALS The time period of this Agreement will be for one calendar year or the expiration of the funding, whichever occurs last. The City reserves the right to renew the contract for up to three (3) additional time periods under the same terms, conditions and unit prices. The City shall provide at least sixty (60) days' notice to the Contractor of the City's intent to renew. PREQUALIFICATION The improvements included in this project must be performed by a contractor who is pre - qualified by the City at the time of bid opening. The procedures for qualification and pre - qualification are outlined in the Section 00 21 13 — INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained on-line by visiting the City of Fort Worth's Purchasing Division website at hm://www.fortworthtexas.govL/Purchasing/ and clicking on the link to the advertised project folders on the City's electronic document management and collaboration system site. The Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. Copies of the Bidding and Contract Documents may be downloaded from https://docs.b360.autodesk.com/r)roiects/7eOl 98ed-083c-428c-86af- f09dO4b3c54f/folders/urn:adsk.wiggrod:fs.folder:co.00uvciTJNSba7rGken5bZnA The cost of Bidding and Contract Documents is. N/A Set of Bidding and Contract Documents with full size drawings: N/A Set of Bidding and Contract Documents with half size (if available) drawings: N/A PREBID CONFERENCE A prebid conference may be held as discussed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date, and time via a web eoriferendIng appficatian, DATE: Thursday, May 7, 2020 TIME: 2:30 PM Tf a prebid conference wfli Ile held nnitne via a Nvcb coa erencirlg applicatton, invitations will be distribiaed direraly to thus a who hitye-submilted Expresslom or interest in the pmjeet to the City l rpjec:.t Maaixger a linker the T sign Eplgineer. The presonMi0l; given at tho pro bid coafeToncer and any questions lend answers provided at tho prebid oonfel-rice wi II be issued as an Addendum to thu call ror bids. CITY OF FORT WORTH 2O20 On -Call Traffic Management and School Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Temporarily Revised April 6, 2020 due to COVIDI9 Emergency 00 11 13 INVITATION TO BIDDERS Page 3 of 3 If prebid conference is not bVing held, pmxpeGtive bidders can r-mail quostions or comments in accoixi 3iice with Section 6 n rthe TaAructixis tt, Bidde1;s refe.renatd above ro the prrsjccli managers) al the a -mail addresses listed b€`lDw. Emailed questions will suffice as "questions in writing" anti thCc re�llIirerrlcnt W fru7n-Illy mail gowion s is suspended. I f necessary, Addenda will be issued pursuant to the Insn-uctions to Bidders. CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject bids. AWARD City will award a contract to the Bidder presenting the lowest price, qualifications and competencies considered. INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Clint Hoover, P.E., City of Fort Worth Email: Clint.Hoover@fortworlhtexas.gov Phone: 817-392-6573 AND/OR Attn: Lawrence Hill, City of Fort Worth Email: Lawrence.Hil1@fortworthtexas.gov Phone: 817-3 92-263 7 E PRESSIOhi 0F.UVTXFNFS7* kI ensure bidders au kept up to clale ofany rii Ytw ill rbrinat ion pertinent to (hiq project or !lie COVID 19 omergeney tleolaration. as anlclided, :is I may relate to this prnjc:r t, b lddcrs arc, requeste:d to email Expressiens of Intea�est in this procurement to the Laity Project Manager MCI the Dceaign EiLgineor, The eniRiI should ineIkid e the bidder's company name. contact pmon, that individuals email address and phone number_ All Addenda will be distributed directly to those who have expressed an intemgl. in thL! procurement and will-ako bo posteui hi the Lily of F urf Worth's purchasing website at http://fortworthtexas.gov/purchasing/ PLAN HOLDERS To ensure you are kept up to date of any new information pertinent to this project such as when an addenda is issued, download the Plan Holder Registration form to your computer, complete and email it to the City Project Manager. The City Project Manager and design Engineer are responsible to upload the Plans Holder Registration form to the Plan Holders folder in BIM360. Mail your completed Plan Holder Registration form to those Iisted in INQUIRIES above. ADVERTISEMENT DATES April 23, 2020 April 30, 2020 END OF SECTION CITY OF FORT WORTH 2O20 On -Call Traffic Management and School Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Temporarily Revised April 6, 2020 due to COVIDI9 Emergency 1 2 3 4 5 6 7 8 9 1.0 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 0021 13 - 1 INSTRUCTIONS TO BIDDL:RS Page I of 9 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 license or grant for any other use. 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 3.1. A]I Bidders and their subcontractors are required to be prequalified for the work types requiring prequalification at the time of bidding. Bids received from contractors who are not prequalified (even if inadvertently opened) shall not be considered. Prequalification requirement work types and documentation are as follows: 3.1.1. Paving — Requirements document located at; hLtps://apps.fortworthtexas.gov/ProjectResources/ 3.1.2 Roadway and Pedestrian Lighting- Requirements document located at; hns://apps.fortworthtexas.gov/ProjectResources/ 3.2. Each Bidder unless currently prequalified, must be prepared to submit to City within seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 45 11, BIDDERS PREQUALIFICATIONS. CITY OF FORT WORTI-I 2020 On -Call Traffic Management School Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 27, 2016 0021 13 - 2 INSTRUCTIONS TO BIDDERS Page 2 of 9 1 3.2.1. Submission of and/or questions related to prequalification should be addressed to 2 the City contact as provided in Paragraph 6.1. 3 5 3.3. The City reserves the right to require any contractor who is the apparent low bidder(s) for 6 a project to submit such additional infonnation as the City, in its sole discretion may 7 require, including but not limited to manpower and equipment records, information 8 about key personnel to be assigned to the project, and construction schedule, to assist the 9 City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a 10 quality product and successfully complete projects for the amount bid within the 11 stipulated time frame. Based upon the City's assessment of the submitted information, a 12 recommendation regarding the award of a contract will be made to the City Council. 13 Failure to submit the additional information, if requested, may be grounds for rejecting 14 the apparent low bidder as non -responsive. Affected contractor will be notified in 15 writing of a recommendation to the City Council. 16 17 3.4, In addition to prequalification, additional requirements for qualification may be required 18 within various sections of the Contract Documents. 19 20 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 21 22 4.1. Before submitting a Bid, each Bidder shall: 23 24 4.1.1. Examine and carefully study the Contract Documents and other related data 25 identified in the Bidding Documents (including "technical data" referred to in 26 Paragraph 4.2. below). No information given by City or any representative of the 27 City other than that contained in the Contract Documents and officially 28 promulgated addenda thereto, shall be binding upon the City. 29 30 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and 31 site conditions that may affect cost, progress, performance or furnishing of the 32 Work. 33 34 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 35 progress, performance or furnishing of the Work. 36 37 4.1.4. Study all: (i) reports of explorations and tests of subsurface conditions at or 38 contiguous to the Site and all drawings of physical conditions relating to existing 39 surface or subsurface structures at the Site (except Underground Facilities) that 40 have been identified in the Contract Documents as containing reliable "technical 41 data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, 42 at the Site that have been identified in the Contract Documents as containing 43 reliable "technical data." 44 CITY OF FORT WORTH 2O20 On -Call Traffic Management School Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 27, 2016 0021 13 - 3 INSTRUCTIONS TO BIDDERS Page 3 of 9 1 4.1.5. Be advised that the Contract Documents on file with the City shall constitute all of 2 the information which the City will furnish. All additional information and data 3 which the City will supply after promulgation of the formal Contract Documents 4 shall be issued in the form of written addenda and shall become part of the Contract 5 Documents just as though such addenda were actually written into the original 6 Contract Documents. No information given by the City other than that contained in 7 the Contract Documents and officially promulgated addenda thereto, shall be 8 binding upon the City. 9 10 4.1.6. Perform independent research, investigations, tests, borings, and such other means 11 as may be necessary to gain a complete knowledge of the conditions which will be 12 encountered during the construction of the project. On request, City may provide 13 each Bidder access to the site to conduct such examinations, investigations, 14 explorations, tests and studies as each Bidder deem necessary for submission of a 15 Bid. Bidder must fill all holes and clean up and restore the site to its former 16 conditions upon completion of such explorations, investigations, tests and studies. 17 18 4.1.7. Determine the difficulties of the Work and all attending circumstances affecting the 19 cost of doing the Work, time required for its completion, and obtain all information 20 required to make a proposal. Bidders shall rely exclusively and solely upon their 21 own estimates, investigation, research, tests, explorations, and other data which are 22 necessary for full and complete information upon which the proposal is to be based. 23 It is understood that the submission of a proposal is prima -facie evidence that the 24 Bidder has made the investigation, examinations and tests herein required. Claims 25 for additional compensation due to variations between conditions actually 26 encountered in construction and as indicated in the Contract Documents will not be 27 allowed. 28 29 4.1.8.Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or 30 between the Contract Documents and such other related documents. The Contractor 31 shall not take advantage of any gross error or omission in the Contract Documents, 32 and the City shall be permitted to make such corrections or interpretations as may 33 be deemed necessary for fulfillment of the intent of the Contract Documents. 34 35 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of: 36 37 4.2.1.Those reports of explorations and tests of subsurface conditions at or contiguous to 38 the site which have been utilized by City in preparation of the Contract Documents. 39 The logs of Soil Borings, if any, on the plans are for general information only. 40 Neither the City nor the Engineer guarantees that the data shown is representative 41 of conditions which actually exist. 42 43 4.2.2. Those drawings of physical conditions in or relating to existing surface and 44 subsurface structures (except Underground Facilities) which are at or contiguous to 45 the site that have been utilized by City in preparation of the Contract Documents. 46 CITY OF FORT WORTH 2020 On -Call Traffic Management School Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 27, 2016 0021 13 - 4 INSTRUCTIONS TO BIDDERS Page 4 of 9 I 4.2.3.Copies of such reports and drawings will be made available by City to any Bidder 2 on request. Those reports and drawings may not be part of the Contract Documents, 3 but the "technical data" contained therein upon which Bidder is entitled to rely as 4 provided in Paragraph 4.02. of the General Conditions has been identified and 5 established in Paragraph SC 4.02 Supplementary Conditions. Bidder is responsible 6 for any interpretation or conclusion drawn from any "technical data" or any other 7 data, interpretations, opinions or information. 8 9 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (i) I0 that Bidder has complied with every requirement of this Paragraph 4, (ii) that without 1 I exception the Bid is premised upon performing and furnishing the Work required by the 12 Contract Documents and applying the specific means, methods, techniques, sequences or 13 procedures of construction (if any) that may be shown or indicated or expressly required 14 by the Contract Documents, (iii) that Bidder has given Developer written notice of all 15 conflicts, errors, ambiguities and discrepancies in the Contract Documents and the 16 written resolutions thereof by City are acceptable to Bidder, and when said conflicts, 17 etc., have not been resolved through the interpretations by City as described in 18 Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate 19 and convey understanding of all terms and conditions for performing and furnishing the 20 Work. 21 22 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated 23 biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by 24 Paragraph 4.06 of the General Conditions, unless specifically identified in the Contract 25 Documents. 26 27 5. Availability of Lands for Work, Etc. 28 29 5.1. The Iands upon which the Work is to be performed, rights -of -way and easements for 30 access thereto and other lands designated for use by Contractor in performing the Work 31 are identified in the Contract Documents. All additional lands and access thereto 32 required for temporary construction facilities, construction equipment or storage of 33 materials and equipment to be incorporated in the Work are to be obtained and paid for 34 by Contractor. Easements for permanent structures or permanent changes in existing 35 facilities are to be obtained and paid for by City unless otherwise provided in the 36 Contract Documents. 37 38 5.2.Outstanding rigbt-of way, easements, and/or permits to be acquired by the City are listed 39 in Paragraph SC 4.01 of Supplementary Conditions. In the event the necessary right -of — 40 way, easements, and/or permits are not obtained, the City reserves the right to cancel the 41 award of contract at any time before the Bidder begins any construction work on the 42 project 43 44 5.3. The Bidder shall be prepared to commence construction without all executed right -of= 45 way, easements, and/or permits, and shall submit a schedule to the City of bow 46 construction will proceed in the other areas of the project that do not require permits 47 and/ or easements. 48 49 50 51 CITY OF FORT WORTH 2020 On -Call Traffic Management School Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 27, 20I6 0021 13 - 5 INSTRUCTIONS TO BIDDERS Page 5 of 1 6. Interpretations and Addenda 2 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to 3 City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions 4 received after this day may not be responded to. Interpretations or clarifications 5 considered necessary by City in response to such questions will be issued by Addenda 6 delivered to all parties recorded by City as having received the Bidding Documents. 7 Only questions answered by formal written Addenda will be binding Oral and other 8 interpretations or clarifications will be without legal effect. 9 10 Address questions to: 11 12 City of Fort Worth 13 1000 Throckmorton Street 14 Fort Worth, TX 76102 15 Attn: Transportation and Public Works Department 16 Fax:817-392-2533 17 Email: Quenell.Johnson@fortworthtexas.gov 18 Phone:817-392-8618 19 20 21 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by 22 City. 23 24 6.3. Addenda or clarifications may be posted via Buzzsaw at 25 hUs://apps.fortworthtexas.gov/ProjectResources/ 26 27 A prebid conference may be held at the time and place indicated in the Advertisement or 28 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 29 Project. Bidders are encouraged to attend and participate in the conference. City will 30 transmit to all prospective Bidders of record such Addenda as City considers necessary 31 in response to questions arising at the conference. Oral statements may not be relied 32 upon and will not be binding or legally effective. 33 34 7. Bid Security 35 36 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 37 (5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 38 the requirements of Paragraph 5.01 of the General Conditions. 39 40 7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 41 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 42 Agreement within 10 days after the Notice of Award, City may consider Bidder to be in 43 default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. 44 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 45 other Bidders whom City believes to have a reasonable chance of receiving the award 46 will be retained by City until final contract execution. 47 CITY OF FORT WORTH 2O20 On -Call Traffic Management School Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 27, 2016 0021 13 - 6 INSTRUCTIONS TO BIDDERS Page 6 of 9 1 8. Contract Times 2 The number of days within which, or the dates by which, Milestones are to be achieved in 3 accordance with the General Requirements and the Work is to be completed and ready for 4 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 5 attached Bid Form. The city may renew this agreement for up to two (2) additional time 6 periods under the same terms, conditions and unit prices. The city shall provide at least sixty 7 (60) days' notice to the contractor of the city's intent to renew. 8 9 9. Liquidated Damages 10 Provisions for liquidated damages are set forth in the Agreement. II 12 10. Substitute and "Or -Equal" Items 13 The Contract, if awarded, will be on the basis of materials and equipment described in the 14 Bidding Documents without consideration of possible substitute or "or -equal" items. 15 Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or- I6 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 17 City, application for such acceptance will not be considered by City until after the Effective 18 Date of the Agreement. The procedure for submission of any such application by Contractor 19 and consideration by City is set forth in Paragraph 6.05A., 6.05B., and 6.05C. of the General 20 Conditions and is supplemented in Section 01 25 00 of the General Requirements. 2I 22 11. Subcontractors, Suppliers and Others 23 24 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 25 12-2011 (as amended), the City has goals for the participation of minority business 26 and/or small business enterprises in City contracts. A copy of the Ordinance can be 27 obtained from the Office of the City Secretary. The Bidder shall submit the MBE and 28 SBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor 29 Waiver Form and/or Good Faith Effort Form including documentation and/or Joint 30 Venture Form as appropriate. The Forms including documentation must be received 31 by the City no later than 2:00 P.M CST, on the second business days after the bid 32 opening date. The Bidder shall obtain a receipt from the City as evidence the 33 documentation was received. Failure to comply shall render the bid as non- 34 responsive. 35 36 12. Bid Form 37 38 12.1. The Bid Form is included with the Bidding Documents; additional copies may be 39 obtained from the City. 40 41 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 42 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 43 the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit 44 price item listed therein. In the case of optional alternatives, the words "No Bid," 45 "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, 46 written in ink in both words and numerals, for which the Bidder proposes to do the 47 work contemplated or furnish materials required. All prices shall be written legibly. 48 In case of discrepancy between price in written words and the price in written 49 numerals, the price in written words shall govern. 50 CITY OF FORT WORTH 2020 On -Call Traf r Management School Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 27, 2016 002113-7 INSTRUCTIONS TO BIDDERS Page 7 of 9 1 12.3. Bids by corporations shall be executed in the corporate name by the president or a 2 vice-president or other corporate officer accompanied by evidence of authority to 3 sign. The corporate seal shall be affixed. The corporate address and state of 4 incorporation shall be shown below the signature. 5 6 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 7 partner, whose title must appear under the signature accompanied by evidence of 8 authority to sign. The official name and address of the partnership shall be shown 9 below the signature. 10 11 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 12 member and accompanied by evidence of authority to sign. The state of formation of 13 the firm and the official address of the firm shall be shown. 14 15 12.6, Bids by individuals shall show the Bidder's name and official address. 16 17 12.7. Bids by joint ventures shall be executed by each joint ventures in the manner 18 indicated on the Bid Form. The official address of the joint venture shall be shown. 19 20 12.8. All names shall be typed or printed in ink below the signature. 21 22 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of 23 which shall be filled in on the Bid Form. 24 25 12.10. Postal and e-mail addresses and telephone number for communications regarding the 26 Bid shall be shown. 27 28 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 29 Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance 30 to State Law Non Resident Bidder. 31 32 13. Submission of Bids 33 Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, 34 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 35 addressed to City Manager of the City, and shall be enclosed in an opaque scaled. envelope, 36 marked with the City Project Number, Project title, the name and address of Bidder, and 37 accompanied by the Bid security, and other required documents. If the Bid is sent through the 38 mail or other delivery system, the scaled envelope shall be enclosed in a separate envelope 39 with the notation "BID ENCLOSED" on the face of it. 40 41 14. Modification and Withdrawal of Bids 42 43 14.1. Bids addressed to the City Manager and filed with the Purchasing Office cannot be 44 withdrawn prior to the time set for bid opening. A request for withdrawal must be 45 made in writing by an appropriate document duly executed in the manner that a Bid 46 must be executed and delivered to the place where Bids are to be submitted at any 47 time prior to the opening of Bids. After all Bids not requested for withdrawal are 48 opened and publicly read aloud, the Bids for which a withdrawal request has been 49 properly filed may, at the option of the City, be returned unopened. 50 CITY OF FORT WORTH 2020 On -Call Traffic Management School Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 27, 2016 0021 13 - 8 INSTRUCTIONS TO BIDDERS Page 8 of 9 1 14.2 Bidders may modify their Bid by electronic communication at any time prior to the 2 time set for the closing of Bid receipt. 3 4 15. Opening of Bids 5 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 6 abstract of the amounts of the base Bids and major alternates (if any) will be made available 7 to Bidders after the opening of Bids. 8 9 16. Bids to Remain Subject to Acceptance 10 All Bids will remain subject to acceptance for the time period specified for Notice of Award 11 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 12 City's sole discretion, release any Bid and nullify the Bid security prior to that date. 13 14 17. Evaluation of Bids and Award of Contract 15 16 17.1. City reserves the right to reject any or all Bids, including without Iimitation the rights 17 to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids 18 and to reject the Bid of any Bidder if City believes that it would not be in the best 19 interest of the Project to make an award to that Bidder, whether because the Bid is 20 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 21 meet any other pertinent standard or criteria established by City. City also reserves 22 the right to waive informalities not involving price, contract time or changes in the 23 Work with the Successful Bidder. Discrepancies between the multiplication of units 24 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 25 between the indicated sum of any column of figures and the correct sum thereof will 26 be resolved in favor of the correct sum. Discrepancies between words and figures 27 will be resolved in the favors of the words. 28 29 17.I.1. Any or all bids will be rejected if City has reason to believe that collusion exists 30 among the Bidders, Bidder is an interested party to any litigation against City, 31 City or Bidder may have a claim against the other or be engaged in litigation, 32 Bidder is in arrears on any existing contract or has defaulted on a previous 33 contract, Bidder has performed a prior contract in an unsatisfactory manner, or 34 Bidder has uncompleted work which in the judgment of the City will prevent or 35 hinder the prompt completion of additional work if awarded. 36 37 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and 38 other persons and organizations proposed for those portions of the Work as to which 39 the identity of Subcontractors, Suppliers, and other persons and organizations must 40 be submitted as provided in the Contract Documents or upon the request of the City. 41 City also may consider the operating costs, maintenance requirements, performance 42 data and guarantees of major items of materials and equipment proposed for 43 incorporation in the Work when such data is required to be submitted prior to the 44 Notice of Award. 45 46 17.3. City may conduct such investigations as City deems necessary to assist in the 47 evaluation of any Bid and to establish the responsibility, qualifications, and financial 48 ability of Bidders, proposed Subcontractors, Suppliers and other persons and 49 organizations to perform and furnish the Work in accordance with the Contract 50 Documents to City's satisfaction within the prescribed time. 51 CITY OF FORT WORTH 2020 On -Call Traffic Management School Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 27, 2016 0021 13 - 9 INSTRUCTIONS TO BIDDERS Page 9 of 9 1 17.4. Contractor shall perform with his own organization, work of a value not less than 2 3 5 % of the value embraced on the Contract, unless otherwise approved by the City. 3 4 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 5 responsive Bidder whose evaluation by City indicates that the award will be in the 6 best interests of the City. 7 8 17.6. Pursuant to Texas Government Code Chapter 2252.001, The City will not award 9 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is Iower than I0 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 11 Texas resident bidder would be required to unbid a Nonresident Bidder to obtain a 12 comparable contract in the state in which the nonresident's principal place of 13 business is located I4 17.7. A contract is not awarded until formal City Council authorization. If the Contract is 15 to be awarded, City will award the Contract within 90 days after the day of the Bid 16 opening unless extended in writing. No other act of City or others will constitute 17 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by 18 the City. 19 20 17.5. Failure or refusal to comply with the requirements may result in rejection of Bid. 21 22 18. ,Signing of Agreement 23 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the 24 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 25 Contractor shall sign and deliver the required number of counterparts of the Agreement to 26 City with the required Bonds, Certificates of Insurance, and all other required documentation. 27 City shall thereafter deliver one fully signed counterpart to Contractor. 28 29 30 31 END OF SECTION CITY OF FORT WORTH 2O20 On -Call Traffic Management School Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 27, 2016 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 2I 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 003513-1 CONFLICT OF INTEREST AFFIDAVIT Page 1 of I SECTION 00 35 13 CONFLICT OF INTEREST AFFIDAVIT Each bidder, offeror, or respondent (hereinafter also referred to as "you") to a City of Fort Worth (also referred to as "City") procurement are required to complete Conflict of Interest Questionnaire (the attached CIQ Form) and Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) below pursuant to state law. This affidavit will certify that the Bidder has on file with the City Secretary the required documentation and is eligible to bid on City Work. The referenced forms may also be downloaded from the website links provided below. http://www.ethics.state.tx.us/fori-ns/CIQ.pdf http://www.ethics.state.tx.ustforms/CIS.pdt [] CIQ Form is on file with City Secretary 0 CIQ Form is being provided to the City Secretary 0 CIS Form is on File with City Secretary V] CIS Form is being provided to the City Secretary BIDDER: EAR Telecommunications, LLC DBA: EARTC Company 16201 Bratton Ln Address Austin, TX 78728 City/State/Zip Carlos Reyes (Please Print) Signature: Title: President END OF SECTION (Please Print) CITY OF FORT WORTH 2O20 On -Call Traffic Management School and Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 27, 2012 SECTION 00 4100 BID FORM TO: The City Manager c/o The Purchasing Department 200 Texas Street City of Fort Worth, Texas 76102 00 41 00 BID FORM Page 1 of 4 FOR: 2020 On -Call Traffic Management School and Neighborhood Safety Contract City Project No.: 2020 On -Call Traffic Management School and Neighbor Safety Contract Units/Sections: Traffic Signals, Street Lighting, Sidewalk, Ramps and School Flashers/RRFB's 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00 4100_00 43 13_00 42 43 00 43 37_00 45 12_00 35 13_8id Proposal Workbook.xls Form Revised 20120327 0041 00 BID FORM Page 2 of 4 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 anything of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Asphalt Paving Construction/Reconstruction (Less than 15,000 square yards) b. Concrete Paving Construction/Reconstruction (Less than 15, 000 square yards) C. Street Lighting 4. Time of Completion 4.1. Time of completion will be determined on a per work order basis. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work (and/or achievement of Milestones) within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.0I of the General Conditions. c. Proposal Form, Section 00 42 43 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00 4100_0043 13 0042 43 00 43 37 004512_0035 13_Bid Proposal Workbook.As Form. Revised 20120327 00 A 1 00 131D FORM Page 2 oF4 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. "(,orrupt practice" means the offering, giving, receiving, or soliciting of anything of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. d. 'coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalif cation The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Asphalt Paving Construction/Reconstruction (Less than 15,000 square yards) b. Concrete Paving Construction/Reconstruction (Less than 15, 000 square yards) c. Street Lighting 4. Time of Completion 4.I . Time of completion will be determined on a per work order basis. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones} within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 aTY of FORT WORTH STANDARD CONSTRUCTION SPECIFICAT10N DOCUMENTS 00 4100004313 004243_004337 004512 003513 Bid Proposal Workbook.xis Form Revised 20120327 00 41 00 BID FORM Page 3 of 4 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. M WBE Forms (optional at time of bid) £ Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 * If necessary, CIQ or CIS forms are to 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. 7. Bid Submittal This Bid is submitted on 6/4/2020 by the entity named below Respectfully submitted, By: (Si ature) (Printed Name) Title: Presidens Company: EA.RTC Address: 16201 Bratton Ln Austin TX 78728 State of Incorporation: Texas Email: carlos.reyes@eartc.com Phone: (512)950-1490 Receipt is acknowledged of the following Addenda: Initial Addendum No. 1 ✓ CR Addendum No. 2 CR Addendum No. 3 Addendum No. 4 Corporate Sea c f CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 004100_004313 004243_004337_i Form Revised 20120327 00 41 00 BID FORM Page 4 of 4 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPFCEFICATION DOCUMENTS 004100_0043 13_0042 43_0043 37_00 45 1200 35 13 Bid Proposal Workbook.als Form Revised 20120327 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application link I.,1 Ircui.4i [7=r,n y�lruq .9VC6.15111nDA SCLA n K3 . UINI cf At dlurc Q unid,ly 11nNflu Ford 1 135-0102 Railroad Flagman 01 35 13 WD 1 $1,200.00 $1 200.00 2 241,0100 Remove Sidewalk 02 41 13 SF 80 $11.50 $920.00 3 241.0300 Remove ADA Ramp 024113 EA 10 $600.00 $6,000.00 4 241.1000 Remove Canc Pvmt 0241 15 SY 30 $41.00 $1,230,00 5 241.1100 Remove As hallPvml 024115 SY 30 $42.00 $1,26D.0D 6 241.1300 Remove Cone Curb & Gutter 0241 15 LF 1 50 $22.00 $1.100.00 7 9999.0034 Remove light fixture 3441 10 EA 20 $120.00 $2.400.00 8 3441.4008 Remove Sign Panel and Post 3441 30 EA 10 $10D.00 $1.000.00 9 9999.0105 Remove Conduit TXDOT 690 LF 20 $6.00 $120.00 10 9999.0106 Remove Ground Boxes 3441 10 EA 5 $300.00 $1,500.00 11 9999.0142 Remove Down Guy W1Guard 3441 11 EA 5 $80.00 $400.00 12 9999.0143 Instl Down Guy and Anchor W/Guy 3441 11 EA 10 $250.00 $2,500.00 13 9999.0145 Remove Down Guy and Anchor W/Guy 3441 11 EA 10 $80.00 $800.00 14 9999.0116 Remove Span Cable Assm 3441 11 LF 10D $1.50 $150.00 15 9999.0117 Remove Timber Poles 3441 11 EA 2 $400.00 $800.00 16 9999.0029 Relocate Metro Street Name Sin 34 41 30 EA 10 $450.00 $4.500.00 17 9999.D030 Remove Metro Street Name Sin 34 41 30 EA 10 $150.00 $1,500.00 18 9999.0083 Install Back Plate on EAsting Signal Head(City Furnished) 34 41 10 EA 10 $50.00 $500.00 19 9999.0073 Furnish/Install Dead End for STL Span Wire 114" 34 41 11 EA 2 $100.00 $200.00 20 9999.0074 Fumishllnstall Dead End for STL5 an Wire 5116" 3441 11 EA 2 $100.00 $200.00 21 9999.0075 Fumishllnstall Dead End for STLS an Wire 318" 3441 11 EA 2 $100.00 $200.00 22 9999.0076 Install Dead End for STLS an Wire 1W') (Cfty Furnished 3441 11 EA 2 $60.00 $100.00 23 9999.0077 Install Dead End for STLS an Wire 5116"(City Furnished 34 41 11 EA 2 $50.00 $100.00 24 9999.0078 Install Dead End for STLS an Wire 318"(City Furnished 34 41 11 EA 2 $50.00 $100.00 25 9999.0063 InstalWeinstall ScrewInFoundation (City Furnished) 344110 EA 1 $400.00 $400.00 26 9999.0064 Furnishllnstall Terminations 3M R1Y Wire Nut 3441 10 EA 1 $50.00 $50.00 27 9999.0050 Fumishllnstall PED Pale Base Only WlGround Lug 3441 10 EA 1 $400.00 $400.00 28 9999.0089 Fumishllnstall LEO Single Indication Color & or Color WlArrow R or Y or G 3441 10 EA 10 $150.00 $1,500.00 29 9999.0051 Install PED Pole Base Only W1Ground Lug (City Fumished 3441 10 EA 5 $250.00 $1.250.00 30 3441,3051 Furnish/Install LED Lighting Fixture 137 watt AT82 Cobra Head 02 41 15 EA 10 $550.00 $5,500.00 31 9999.9999 Proofing of intersection Conduits, cables and ground boxes 3441 10 LS 5 $1,000.00 $5,000.00 32 2605.0111 Fumishllnstall Elec Sery Pedestal 26 05 00 EA 3 $5,000.00 $15,000.00 33 2605.3001 Fumishllnstall 1 114" Condt PVC Schedule 80 T 26 05 33 LF 100 $9.00 $900,00 34 2605.3002 Fumishllnstall 1 114" Condt PVC Schedule 80 B 26 05 33 LF 200 $14.00 $2.800.O0 35 2605.3004 Fumishllnstall 1 114" Condt RM Riser 26 05 33 LF 200 $12.00 $2.400.00 36 2605.3105 Fumishllnstall Conduit -Schedule 60 PVC 1-114 Inch for Riser with Hardware and Conductor 26 05 33 EA 200 $250.00 $50,000.00 37 2605,3109 Furnishllnstall Conduit -Schedule 80 PVC 1-112 Inch O en Cut 26 05 33 LF 200 $10.00 $2,000.00 38 2605.3013 Furnishllnstall 2" Condt RM T 26 05 33 LF 200 $15.00 $3,000.00 39 2606 3014 Furnishllnstall 2" Condt RM Riser 260533 LF 200 $15.00 $3,000.00 40 2605.3015 Fumishllnstall 2" Condt PVC Schedule 80 T 26 05 33 LF 20D $13.00 $2,600.00 41 2605.3016 Fumishllnslall 2" Condl PVC Schedule 80 B 26 05 33 LF 200 $17.00 $3.400.00 42 2605-3023 Fumishllnstall 3" Condl RM 26 05 33 LF 200 $18.00 $3.600.00 43 2605-3117 Fumishllnstall Conduit -Schedule 80 PVC 2 Inch for Riser with Hardware and Conductor 26 05 33 LF 200 $13.00 $2,600.00 44 2605.3024 Furnishllnstall 3" Condt RM Riser 26 05 33 LF 200 $20.00 $4,000.00 45 2605.3025 Furnish/Install 3" Condt PVC Schedule 80 T 26 05 33 LF 200 $14.00 $2,800.00 46 2605.3026 Fumishllnstall 3" Condt PVC Schedule 80 B 26 05 33 LF 200 $19.00 $3,800.00 47 W605.3025 Fumishllnstall 4" Condt PVC Schedule 80 26 05 33 LF 200 $18.00 $3.600.00 48 2605.3026 Fumishllnstall 4" Condt PVC Schedule 80 B 26 05 33 LF 200 $22.00 $4,400.00 49 2605.3127 Fumishllnstall Conduit -Schedule 80 PVC 3 Inch Open Cut 26 05 33 LF 200 $16.00 $3,200.00 50 1 3213.0103 8" Cone Pvmt 32 13 13 SY 4 $85.00 $340.00 51 3213.0301 4" Conc Sidewalk 32 13 20 SF 100 $12.00 $1,200.00 52 3213.0501 Barrier Free Ramp, Type R-1 32 13 20 EA 4 $2,900.00 $11,600.00 53 3213-0502 Barrier Free Ramp, Type U-1 32 13 20 EA 4 $3,300.00 $13,200.00 54 3213-0503 Barrier Free Ramp, Type M-1 32 13 20 EA 4 $2,900.00 $11,600.0D 55 3213.0504 Barrier Free Ramp, Type M-2 32 13 20 EA 4 $2,900.00 $11.600.00 56 3213.0505 Barrier Free Ramp, Type M-3 32 13 20 FA 4 $2,900.00 $11,800.00 57 3213.0506 Barrier Free Ramp, Type P-1 32 13 20 EA 4 $2.900.00 $11,600100 58 3213.0507 Barrier Free Ramp, Type P-2 32 13 20 EA 4 $2,900.00 $11,600.00 59 3213.0508 Barrier Free Ramp, Type C-1 32 13 20 EA 4 $2,90W10 $11,600.00 60 3213.0509 Barrier Free Ramp, Type C-2 32 13 20 EA 4 $2,900.00 $11,600.00 61 3213,0510 Barrier Free Ramp, Type C-3 32 13 20 EA 4 $2,900.00 $11,600.00 62 3216.0101 6" Cone Curb and Gutter 32 16 13 LF 100 $40.00 $4,000.00 63 3305,0103 Fxplaraiory Excavation of Existing Utilities 3305014 EA 20 $300.00 $6,000.00 64 330&0108 Miscellaneous Structure Adjustment 33 05 14 EA 4 $1,500.00 $6,000.00 65 3441A002 Fumishllnslall4-Sect Signal Head Assembl 344110 EA 6 $1,180.00 $7,080.00 66 3441.1002 Fumishllnstall 3 Sect Head wl bimodal lens 3441 10 EA 26 $975.00 $19,500.00 67 3441.1002 Remove LED bimodal lens 3441 10 EA 20 $50.00 $1,000.00 68 3441.1002 Install LED bimodal Lens 3441 10 EA 10 $100.00 $1,000.00 69 3441.1002 Fumishllnstall3 Sect Head Assembly 3441 10 EA 40 $1,000.00 $40,000,00 70 3441.1003 Fumishllnstall5Sect Signal Head Assembly Vertical or Dog -House) 3441 10 EA 4 $1,400.00 $5,600,00 71 3441.1004 Relocate Signal Head 3441 10 EA 4 $350.00 $1,40RO0 72 3441.1011 Furnishllnstall Ped Signal Head Assembly 3441 10 EA 4 $650.00 $2.600.00 73 3441.1012 Furnish/Install Pod Sig Head Retrofit 3441 10 EA 4 $350.00 $1.400.00 74 3441.1021 Furnish/Install 2" Pod Push B1N Station Wl Sin 3441 10 EA 10 $315.00 $3.150.00 75 3441.1031 Furnishllnstall Audible Pod Pushbutton Station 3441 10 EA 10 $1,260.00 $12,600.00 76 3441A209 FumistWastallBBUSystem EXTMounted 344110 EA 4 $7,250.00 $29,000.00 77 3441.1210 Furnish/Install Yinc internal BBU System 34 41 10 EA 4 $7,250.00 $29,000.00 78 3441.1220 Fumishllnstall Model711 Preemption Detector 344110 EA 10 $1,500.00 $15,000.00 79 3441.1221 Fumishllnstall Model Preemption Deteclor 3441 10 FA 10 $1,500.00 $15,000.00 80 3441.1224 Fumishllnstall Preemption Cable 3441 10 LF 200 $1.70 $340.00 PROPOSALFORM UNIT PRICE BID Bidder's Application 13iu till ile:m No. DcEcrfpi- n $,*Ocaliuu ; eoinil No. ljoi ar Mewmir r�iwrdlL)' I II�R i'r¢r: Tuiu3 81 3441.1226 Furnishfinstall Radar Presence Detection Device 3441 10 EA 4 $7,000.00 $28,000.00 82 3441.1227 Fumishflnstall Radar Advance Detection Device 3441 10 EA 4 $7,000.00 $28,000.00 83 3441A227 Fumishllnstall Hybrid Detection System 3441 10 APR 4 $7,500.00 $30,000.00 84 3441A231 Fumishllnstall Radar Cable 3441 10 LF 200 $3.00 $600.00 84A 3441.1231 Furnishfinstall CAT5e cable 3441 10 LF 200 $2-80 $560,00 �5 APR 1 3% $4..49 $0,9w 85A 3441.1231 Fumishllnstall Hybrid Detection Cable 3441 10 LF 400 $4.00 $1,600.00 86 3441.1301 Fumishllnstall Loop Detector Cable Saw cut 3441 10 LF 10 $19.00 $190.00 87 3441.1303 Fumishllnstall RG-11 COAX Detector Cable 3441 10 LF 100 $3.00 $300.00 88 3441.1309 Furnish/Install 2/C 12 AWG Mulli-Conductor Cable 3441 10 LF 500 $1.40 $700.00 89 3441.1310 Fumishllnstall41C 14 AWG Multi -Conductor Cable 3441 10 LF 500 $2.00 $1,000.00 90 3441.1311 Fumishllnstall51C 14 AWG Multi -Conductor Cable 3441 10 LF 600 $2.50 $1,250.00 91 3441A312 Fumishllnstall71C 14 AWG Multi -Conductor Cable 3441 10 LF 500 $2.80 $1,400.00 92 3441.1313 Fumist9install 81C 14 AWG Multi -Conductor Cable 3441 10 LF 500 $2.80 $1,400.00 93 3441.1314 Furnishfinstall 101C 14 AWG Multi -Conductor Cable 3441 10 LF 500 $3.00 $1,500-00 94 3441.1315 Furnishfinstall 201C 14 AWG Multi -Conductor Cable 3441 10 LF 500 $4.00 $2,000.00 95 3441.1316 Furnishllnslall161G14AWG Multi -Conductor Cable 344110 LF 500 $3.80 $1,900.00 96 3441.1317 FurnishlInstal16/C16AWG Mu11i-CunduclorCable 344110 LF 500 $2.20 $1,100.00 97 3441.1318 Furnishfinstall 87G16AWGMulti-Conductor Cable 344110 LF 500 $2.20 $1,100.00 98 3441.1319 Fumishllnstall 121C 14 AWG Multi -Conductor Cable 3441 10 LF 500 $3.00 $1,500.00 99 3441.1320 Fumishflnstall61C 14 AWG Multi -Conductor Cable 3441 10 LF 500 $2.501 $1,250.00 100 3441.1321 Fumishllnstall91C 14 AWG Multi -Conductor Cable 3441 10 LF 600 $2.80 $1,400.00 101 3441A322 Fumistlllnstall31C 14 AWG Multi -Conductor Cable 3441 10 LF 500 $2.00 $1,000.00 102 3441.1323 Fumiswinstalr 4/C 14 AWG Loop Lead In Cable 3441 10 LF 500 $2.50 $1,250-00 103 3441.1331 Furnishflnstall9Conductor #14 344110 LF 500 $3.00 $1,50o.00 104 3441.1332 Furnishflnslall 9 Conductor #20 3441 10 LF 500 $2.00 $1,000.00 105 3441.1401 Fumishllnstall NO 4 Triplex OH insulated Elec Condr 3441 10 LF 500 $1.80 $900.00 106 3441.1402 i Fumishllnstall NO 6 Duplex OH insulated Elec Condr 3441 10 LF 500 $1.50 $750.00 107 3441.1403 Fumishflnstall NO 6 Triplex OH insulated Elec Condr 3441 10 LF 500 $1.90 $950.05 108 3441.1501 Fumishllnstall Ground Box Type B 3441 10 EA 4 $400.00 $1,600.00 109 3441.1502 Fumishllnstall Ground Box Type B. w1 Apron 3441 10 EA 4 $660.00 $2.640.00 110 3441,1503 Fumishllnstall Ground Box, Type D, wlApron 3441 10 EA 4 $750.00 $3,000.00 111 3441A6D1 Fumishllnstall 5' pedestrian Push Button Pole 3441 10 EA 4 $750 00 $3,000-00 112 3441.1603 Furnishfinstall 10'- 14' Ped Pole Assembly 3441 10 EA 4 $1,000.00 $4.000.00 113 3441.1604 Furnish/Install PED Pale Base Only W1Ground Lug 34 41 10 EA 4 $400.00 $1.600.01) 114 3441.1604 Fumishllnstall 1 0'-14" Alum Pale Only 3441 10 EA 4 $300.00 $1,200.OD 115 3441_1606 Fumishllnstall 10'- 14'Pod Pale Assembly 3441 10 1 EA 4 $550.00 $2,200.00 34G U44-10 ZZ 4 $D.-W $0:00 116A 3441.1901 Furnish and install Powder coat black signal pole WITH Luminaire and mast arm 16'-36' assembl 34 41 10 EA 4 $8,500.00 $34,000.00 116B 3441.1901 Furnish and install Powder coat black signal pole WITHOUT Luminaire and mast arm 16'-36' assembly 3441 10 EA 4 $8,200.00 $32,800.00 4-14 2AA�P EA 4 4404 $9.00 117A 3441.1902 Furnish and install Powder coat black signal pole WITH Luminaire and mast arm 40'-48' assembl 3441 10 EA 4 $10,150.00 $40,600.00 1178 3441.1902 Furnish and Install Powder coat black signal pole WITHOUT Luminaire and mast arm 40'-48' assembly 34 41 10 EA 4 $9,650.00 $38.600.00 444 ' n"'�a 94 4 $9.99 So" 118A 3441.1903 Furnish and install Powder coat black signal pole with Luminaire and mast arm 52'-60' assembl 3441 10 FA 4 $15,000.00 $wjw 00 118B 3441.1903 Furnish and install Powder coat black si nal ole without Luminaire and mast arrn ST-60' assembly 34 41 10 EA 4 $15,000.00 $60.000.00 3-19 �4 P 4- 44A444 fA 4 $O:B9 $9--W 119A 3441A904 Fumish and install Powder coat black Pod pole 5-fool Assembly 3441 10 EA 4 $1,200.00 $4,800.00 119E 3441,1904 Furnish and install Powder coat black Ped pole 15-foot Assembly 3441 10 EA 4 $1.400.00 $5,600-00 428 3441,1995 EA 4 $9,04 $04 W 121 3441.1611 Furnishfinstall Type 41 Signal Pale 3441 10 EA 4 $5,500-00 $22,000.00 122 3441.1612 Furnishfinstall Type 42 Signal Pole 3441 10 EA 4 $5,200.00 $20,800.00 123 3441.1613 Furn shllnstall Type 43 Signal Pole 3441 10 EA 4 $6,000.00 $24,000.00 124 3441.1614 Fumishllnstall Type 44 Signal Pole 3441 10 FA 4 $5,500.00 $22,000.00 125 3441.1615 Fumishllnstall Type 45 Signal Pole 3441 10 EA 4 $8,400.00 $33,600.00 126 3441.1616 FumishllnstallType 46Signal Pole 344110 EA 4 $7,900.00 $31,600.00 127 3441.1623 Fumishllnstall Mast Am1 16' - 36' 3441 10 EA 4 $2,000.00 $8,000.00 128 3441.1624 Fumishllnstall Mast Arm 40' - 48' 3441 10 EA 4 $2,800.00 $11,200.00 129 3441.1625 Fumishflnstall Mast Aim 52' - 60' 3441 10 EA 4 $5,000.00 $20,000.00 130 9999.0013 Install 16 R Mast Arm 3441 10 EA 4 $600.00 $2,400.00 131 9999.0014 Install 20 it Mast Arm 3441 10 EA 4 $600.00 $2,400.00 132 9999.0015 Install 24 ft Mast Arm 34 41 10 EA 4 $600.00 $2,400.00 133 9999.0016 Install 28 ft Mast Arm 344110 EA 4 $600.00 $2,400.00 134 9999.0017 Install 32 ft Mast Ann 3441 10 EA 4 $600.00 $2,400.00 135 9999.0018 Install 36 It Mast Arm 3441 10 EA 4 $600.00 $2,400.00 136 9999.0019 Install 40 ft Mast Arm 3441 10 EA 4 $700.01) $2,800.00 137 9999.0020 Install 44 ft Mast Arm 3441 10 EA 4 $700.00 $2,800.00 138 9999.0021 Install 48 R Mast Arm 3441 10 EA 4 $700.00 $2,800.00 139 9999.0022 Install 52 If Mast Arta 3441 10 EA 4 $750.00 $3.000.00 140 9999.0023 Install 56 ft Mast Arm 3441 10 EA 4 $750.00 $3,000.00 141 9999.0024 Install 60 It Mast Arm 34 41 10 EA 4 $750.00 $3,000.00 142 3441A701 Furnish/Install TY I Signal Foundation 3441 10 EA 4 $950.00 $3,900.00 143 3441.1703 Fumishllnstall TY 3 Signal Foundation 3441 10 EA 4 $4,250.00 $17.000.00 144 3441.1702 Fumishllnstall FFBN-81-81-BA TXDOT Non -Fused Breakaway Connectors 3441 10 EA 4 $150.00 $600.00 145 3441.1702 Remove Foundation 2' Below Grade 3441 10 EA 4 $700.00 $2,80M00 146 3441-1704 Furnish/Install TY 4Signal Foundation 3441 10 EA 4 $5,000.00 $20,000.00 147 3441.1705 Furnishflnslall TY 5 Si nal Foundation 34 91 10 EA 4 $5,850.00 $23,400.00 148 3441.1707 Fumishllnstall Signal - Screw in Base Foundation 34 41 16 EA 4 $950ml $3,800,00 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application RiII het J1r'ill Wo Dincriplinn Npec,Llcallun $eLholk f')LI Ilinl ulf mtamuld I jvaWay Um Yrirc Tntal 149 3441.1711 Furnishllnstall Signal Cabinet Foundation 34 41 10 EA 4 $3,450,00 $13,800.00 150 3441.1711 Furnish/Install Signal Cabinet Foundation with pedestal electrical service 3441 10 EA 4 $4,000,00 $16,000.00 151 3441.1712 Fumishllnstall Signal Cabinet f BBII Foundation 3441 10 EA 4 $3.000.00 $12,000.00 152 3441-1723 Fumishllnstall Controller& Cabinet Pole MINT 3441 10 EA 4 $1.200.00 $4,600.00 153 3441.1724 Furnish/Install Controller & Cabinet Ground MINT 3441 10 EA 1 $1,500.00 $1.500.00 154 3441.1770 Fumishllnstall Non -Metered Pale Mounted Contactor 34 41 20 EA 1 $2,500.001 $2.500.00 155 3441,1771 Furnishllnstall 120-240 Volt Single Phase Metered Pedestal 34 41 20 EA 1 $5,000.00 $5,000.00 1% 3441.1172 Fumishllnstall 240-480 Volt Single Phase Tran socket Metered Pedestal 34 41 20 EA 1 $6,500.00 $6,500-00 157 3441.3201 Install LED Lighting Fixture 3441 20 EA 10 $200.00 $2,000.00 158 3441.3201 Fumishllnstall LED Lighting Fixture for luminaire 3441 20 FA 10 $550.00 $5,500.00 159 3441.3321 Furnish/Inslall40'WoodLight Pole 344120 EA 4 $1,100.00 $4,400.00 160 3441.3323 Furnish/Install 8' Wood Light Pole Arm 3441 20 FA 4 $320-00 $1,280.00 161 3441.3337 Furnish/Install 35' Wood Light Pole 34 41 20 EA 4 $1,100.00 $4,400.00 162 1 3441.3338 Fumishllnstall 30' Wood Light Pole 3441 20 FA 4 $1,100.00 $4,400.00 163 3441.4003 Fumishllnstall Alum Sin Ground Mount City Sid 3441 30 EA 6 $550.00 $3,300.00 164 3441.4004 Fumishlinstall Alum Sign Ex. Pole Mount 3441 W E4 10 $250.00 $2,500.00 165 3441.4005 Install Alum Sin Mast Arm Mount 3441 30 E4 10 $300.00 $3,000.00 160 3441.4006 Install Alum Sign Ground Mount 34 41 30 FA 10 $200.00 $2,000.00 167 3441.4007 Install Alum Sin Ex Pole Mount 34 41 30 EA 10 $200.00 $2,000.00 168 3441 A008 Remove and locate Sign Panel 34 41 30 FA 10 $350.00 $3,500.00 169 3441.40D9 Install Sign Panel 3441 30 EA 10 $200.00 $2,000.00 170 3441.5011 San Wire 3116" 344111 LF 500 $2.00 $1,0W00 171 3441.5012 Span Wire 114" 3441 11 LF 500 $2.00 $1,000.00 172 3441.5013 San Wire 5116" 344111 LF 500 $2.00 $1,000.00 173 3441.5D14 San Wire 318" 3441 11 LF 475 $3.00 $1,425.00 174 9999.9999 Fumishllnstall TXDOT Type 3 Curb Ramp 00 00 00 EA 10 $3.250.00 $32,500.00 175 9999.9999 Remove Conductor 3441 10 E4 10 $25.00 $250.00 176 99W9999 Fumish and Install Back Plate on FAsting Signal Head 3441 10 EA 10 $100.00 $1,000.00 177 9999.9999 Remove Luminaire Arm 34 41 20 EA 4 $250.00 $1,000.00 178 9999.9999 Install 8' Wood Light Pole Arm 34 41 20 EA 4 $250.00 $1,000-00 179 9999.9999 Fumishllnstall Breakaway Anchor Su arts 34 4130 EA 6 $200.00 $1,200.00 180 3441,1617 Install Type 41 Signal Pole 3441 10 EA 4 $850.00 $3.400.00 181 3441.1618 Install Type 42 Signal Pole 3441 10 EA 4 $850.00 $3,400.00 182 3441.1619 Install Type 43 Signal Pale 3441 10 EA 4 $850.00 $3,400.00 183 3441.1620 Install Type 44 Signal Pole 34 41 10 EA 4 $850.00 $3,400.00 184 3441 1621 Install Type 45 Signal Pole 3441 10 F-A 4 $850.00 $3,400.00 185 3441.1622 Install TXpe 46 Signal. Pole 3441 10 EA 1 $850.00 $850.00 186 9999.9999 Remove ground mounted cabinet 3441 10 EA 6 $500.00 $3.000.00 187 9999.9999 Remove pole mounted cabinet 3441 30 FA 6 $300.00 $1,800.00 188 3441.4001 Furnish & install traffic related sin other than Metro sin 34 41 30 EA 10 $400.00 $4,600,00 189 3441.4001 Remove traffic related sign other than Metro sin 34 41 30 FA 10 $100.00 $1,00D.00 190 9999-9999 Install 9-inch sidewalk curb 32 16 13 LF 20 $20.00 $40D.00 191 9999.9999 Install Retaining wall j1higher than 9-inch 32 16 13 CY 2 $1,W0.00 $2,000.00 192 9999.9999 Install railroad black out sin 3441 10 EA 4 $600,00 $2,400.00 193 9999.9999 Police sv orf er officer 3 hour 34 41 10 HR 3 $200.00 $600A0 194 9999.9999 Furnish & Install 4-inch Aluminum extension pole for PTZ camera 3441 10 EA 2 $425.00 $850.00 195 9999.9999 Install Fish -Eye Detection System Grid Smart, Milo Vision or similar 3441 10 FA 2 $550-00 $9,100.00 196 9999.9999 Furnish and Install Install Fish -Eye Detection System Grid Smart, Mio Vision or similar 3441 10 EA 1 $30,000.00 $30.000.00 197 9999.9999 Remove detection cable 3441 10 LF 100 $1-50 $150,00 198 9999.9999 Swap communication device Modem, PTZ 3441 10 EA 2 $500.00 $1,000.00 199 3441.2001 Salvage Traffic Signal 3441 20 Ea 2 $2.500-DD $5,000.00 200 3441.2002 Dispose full traffic signal 3441 20 EA 2 $2.500.00 $5.000,00 201 3441.2003 Dis ose artial Traffic signal - percentage to be approved by engineer 34 41 20 EA 2 $1,00o,0o $2,000.00 202 3441.4005 Install metro signs on mast arm or on cantilever (City furnish 3441 10 EA 2 $450.00 $900.00 203 9999.9999 Furnishllnstall cantilever arm 3441 10 EA 2 $1,000.DD $2,000,00 204 3441.1714 Signal Cabinet Foundation-_ 350i 3441 10 EA 2 $3.250.00 $6,500. 00 205 9999.9999 Install Traffic signal head 3541 10 EA 5 $400-60 $2,000.00 206 9999.9999 install Ped Push button 3641 10 EA 5 $60.00 $400.00 207 9999.9999 Install signal cable in eAsting conduit 3741 10 LF 100 $3.0o $300,00 208 999A9999 Install microwave radar or video detector 3841 10 EA 4 $900.00 $3,6011.00 209 9999.9999 Install traffic monitoring.camera 39 41 10 EA 3 $900.00 $2,700,00 21D 9999-9999 Install traffic sin on span wire 4041 10 EA 4 $400.00 $1.600,00 211 2999.9999 Install blank -out sign 41 41 10 EA 4 $600.00 $2,400.00 212 9999-9999 Install traffic sin ground mounted on TXDOT breakaway post 4241 10 EA 4 $400.00 $1,600.00 213 9999.9999 Furnish & Install signal foundation anchor bolts set of 4 4241 10 E4 Set 10 $i 500.00 $15,000.00 Subtotal $1,441,835.00 10%Contingency $144,183.50 Total Estimated Cost $1.586.018.50 L 4- Top soil, block sod and seeding are subsidiary to pay items. 5 Signal head assembly pay item includes the vehicular head, aslro bracket, back plate, hoodlvisor, arm kil, gusset tube, and any other material or equipment to complete the installation of the head. 6- The loop detection wire is subsidiary to saw cut pay item. The prefab PULGO anchor foundation pay item will only be used W erect a pedestrian push bumon/pedestrian signall head/vehicle signal head assembly (5 20 % pole)m 8- The pedestrian push butleRlpedeytgaR 6ional headivehicia signal head assembly (5-20 fL pole) pay items will include the transformer base, 4.5 in. spun aluminum pole, 9 10- Splicing of conductoralwires shall be done in accordance with TxDOT standards in approved groundboxes. No splices are allowed in signal cablelconduclors 1} SECTION 00 42 43 PROPOSALFORM UNIT PRICE RID Bidder's Application Etid hi l oeacriplllla4 Kpmificalian I L'ti;l of Ilam Na Ssctlon [tin. h1nmrc Qnnnhly I Untl Pnco TnIpI 12- Traffic control is subsidiary to pay items_ 13- Mohilization is subsidiary to pay items_ 14- Street permit to be paid with reciept under Item 64 Misc. Structures bid item. 15- Bagging parking meters ato he paid with reciept under Item 64 Misc. Structures bid item. I& Palice support is subsidiary to pay items 17- Removing signal wirelconductors are to be paid one time per linear foot of actual conductor removed. SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: 0043 13 810 BOND Page 1 of 1 That we, (Bidder Name) EAR Telecommunications, LLC dba EARTC hereinafter called the Principal, and (Surety Name) United Fire & Casualty Company a corporation or firm duly authorized to transact surety business in the State of Texas, hereinafter called the Surety, are held and firmly bound unto the City, hereinafter called the Obligee, in the sum of Five Percent of Amount Bid ($5% of Amount Bid ), the payment of which sum will be well and truly made and the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firm by these presents. WHEREAS, the Principal has submitted a proposal to perform work for the following project of the Obligee, identified as 2020 On -Call Traffic Management and School Neighborhood Safety Contract NOW, THEREFORE, if the Obligee shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the Obligee in accordance with the terms of such proposal, then this bond shall be null and void. If the Principal fails to execute such Contract in accordance with the terms of such proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal, this bond shall become the property of the Obligee, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate Obligee for the difference between Principal's Total Bid Amount and the next selected Bidder's Total Bid Amount, By: *By: SIGNED this 28th day of May , 2020 EAR Telecommunications, United Fire & Casualty Company (Sign• tuI a of Attorney -of -Fact) David T. Satine 'Attach Power of Attorney (Surely) for Attorney -in -Fact Impressed Surety Seal Only END OF SECTION CITY OF FORT WORTH Form Revised 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS iftffi UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA Inquiries: Surety Department UNITED FIRE & INDEMNITY COMPANY, WEBSTER, TX 118 Second Ave SE FINANCIAL PACIFIC INSURANCE COMPANY, ROCKLIN, CA Cedar Rapids, TA 52401 INSURANCE CERTIFIED COPY OF POWER OF ATTORNEY (original on file at Home Office of Company -- See Certification) KNOW ALL PERSONS BY THESE; PRESENTS, That United Fire & Casualty Company, a corporation duly organized and existing under the laws of tine State of Iowa; United Fire & Indemnity Company, a corporation duly organized and existing tinder the laws of the State of 'Texas; and Financial Pacific Insurance Company, a corporation duly organized and existing tinder the laws of the State of California (herein collectively called the Companies), and having their corporate headquarters it Cedar Rapids, State of Iowa, does make, constitute and appoint DAVID T. SATINE, WARREN ALTER, JONATHAN BURSEVICH, EACH INDIVIDUALLY their true and lawful Attonney(s)-in-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings and other obligatory instruments of similar nature provided that no single obligation shall exceed $ 20, 000 , 000.00 and to bind the Companies thereby as fully and to the same extent as if such instriunents were signed by the duly authorized officers of the Companies and all of [he acts of said Attorney, pursuant to the authority hereby given and hereby ratified and confirmed. The Authority hereby granted is continuous and shall remain fit full force and effect until revoked by United Fine & Casualty Company, United Fire & Indenmity Company, and Financial Pacific Insurance Company. This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted on May 15, 2013, by the Boards of Directors of United Fire & Casualty Company, United Fire & Indemnity Company, and Financial Pacific Insurance Company. "Article VI — Snrety Bonds and IIndertakiugs" Section 2, Appointment of Attorney -in -Fact- "The President or any Vice President, or any other officer of the Companies may, from time to tone, appoint by written certificates attorneys -in -fact to act hi behalf of the Companies in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby, and the Couporate seal, may be affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such signature and seal, when so used, being adopted by the Companies as the original signature of such officer and the original seal of the Companies, to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attomeys-in-fact, subject to the limitations set of Forth in their respective cerliftcates of authority shall have full power to bind the Companies by their signature and execution of any such htstnuments and to attach the seal the Companies thereto. The President or any Vice President, the Board of Directors or any other officer of the Companies may at any time revoke all power and authority previously given to any attorney-ut-fact. IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its ;4%`a`1,, vice president and its corporate seal to be hereto affixed this ti .,, ,.•�� /,F; ��F`.- Rsy 3rd day of December, 2019 l I µ* CORPOATE �� CORPORATE C - '2V Tm YC� R_ svtrzUMTEDFIRE &CASUALTY COMPANY SEAL r s�AL + y._� i966 UNITED FIRE & INDEMNITY COMPANY RAP[9g@�` IABSYiP ..9(fFep,H�4:'= 1j11„ II`�11� //Irll `l�� FINANCIAL. PACIFIC INSURANCE COMPANY �i/Ihr1111111115�iP\}}' V By: State of Iowa, County of Linn, ss: Vice President On 3rd day of December, 2019, before me ersonally came Dennis J. Richmann to me (mown, who being by me duly sworn, did depose and say; that he resides nn Cedar Rapids, State of Iowa; that he is a Vice President of United Fire & Casualty Company, a Vice President of United Fire & hndemnity Company, and a Vice President of Financial Pacific Insurance Company the corporations described fit and which executed the above instrument; that he knows the seal of said corporations, that the seal affixed to the said instrument is such corporate seal-, that it was so affixed pursuant to authority given by the Board of Directors of said corporations and that lie signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. eta+r a I Judith A. Jones � Iowa Notato rial Seal ���s Commission number 173041 Notary Public My Commission Expires 4/23/2021 My commission expires: 4/23/2021 I, Mary A. Bertsch, Assistant Secretary of United Fire & Casualty Company and Assistant Secretary of United Fire & Indemnity Company, and Assistant Secretary of Financial Pacific Insurance Company, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS, and that the same are correct transcripts thereof, and of the wbole of the said originals, and that the said Power of Attoney has not been revoked and is now in. full force and effect. In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations this 28th day of May 2020 `l1t, 1111a ` 4�Illlllllllfl `• `155NNISb 1y c^"s.•,.GF1G IN/�q%. 4 �'1: w` +�� �QP, GpStPORAjcyp�`'s CORPORATE DULY ZZ pp~ y� �= By: A SCAL RRAL 4'� � Z •; O P.� 2 �. arJFOA..•. �,., Assistant Secretary, ////,`IRkMIDS sue•` E'T 1��1�� ,�'��/ 11 1�f7linll,:,`• Ifllll, la,»' �rl4 Ali 1„55,5�•OF&C & OF&I & FPIC BPOAD049 1717 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of %te Here eir 141,rink , our principal place of business, are required to be `?ro Here percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of Stale Hera or B#am , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. BIDDER: EAR Telecommunications, LLC DBA: EARTC 16201 Bratton Ln Austin, TX 78728 END OF SECTION By: Carlos Reyes Slgna ure Title: President Date: 06/04/2020 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2020 On -Call Traffic Management School and Neighborhood Safety Contract Form Revised 20110627 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 004512-1 PREQUALIFICATION STATEMENT Page I of I 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 whole they intend to utilize for the major work type(s) listed. Major Work Prequalification ContractorlSubcontractar Company Name Expiration Date T Type Roadway and Pedestrian EAR Telecommunications, LLC DBA: EARTC 06/09/2021 Lighting spa avmg ons rue oTexas Material Group, Inc. DBA: exas u Reconstruction LESS THAN Peachtree Construction, Ltd I/l/2021 I5 000 squareyards) C.0 Zamora Construction, LLC DBA Zamora 51112022 onerete raving onstruc ess Than(15,000 square o "Texas Material Group, Inc. DBA: Texas Bit 1/l/2021 ards The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types Iisted. BIDDER: EAR Telecommunications, LLC DBA: EARTC By. Carlos Reyes Company (Please Print) 16201 BrattonLn Signature; Address �� Austin, TX 78725 Title: President City/State/Zip (Please Print) Date: s128/2020 END OF SECTION CITY OF FORT WORTH 2O20 On Call Traffic Management School and Neighborhood Safety STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 FoRTWORTH SECTION 00 45 13 BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet EARTC Name under which you wish to qualify 5/28/2020 Mark only one: Individual Limited Partnership General Partnership dCorporation Limited Liability Company Post Office Box City State Zip Code 16201 Bratton Ln Austin TX 78728 Street Address (required) City State Zip Code ( 512 )218-4200 ( 521 ) 218-4201 carlos.reyes@eartc.com Telephone Fax Email 32042066749 Texas Taxpayer Identification No, 27-2880818 Federal Employers Identification No. 03-458-9039 DUNS No. (if applicable) MAIL THIS QUESTIONAIRE ALONG WITH FINANCIAL STATEMENTS TO: CITY OF FORT WORTH TEXAS 200 Texas Street FORT WORTH, TEXAS 76102-6311 AND MARK THE ENVELOPE: "BIDDER PREQUALIFICATION APPLICATION" 004513-2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 7 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s) which are applicable — Block 3 is to be left blank if Block 1 and/or Block 2 is checked) F1Has fewer than 100 employees and/or ❑x Has less than $6,000,000.00 in annual gross receipts OR Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. MAJOR WORK CATEGORIES Transportation Public Works x Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) x Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance (UNDER $1,000,000) Asphalt Paving Heavy Maintenance ($1,000,000 and OVER) Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER) Roadway and Pedestrian Lighting Traffic Signal Pavement Markings/Striping Traffic Signs CITY OF PORT WORTH 2O20 On -Call Traffic Management School Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 0045 13 - 3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 7 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER EARTC has open accounts with all major equipment rental companies. Any equipment 2. How many years has your organization been in business as a general contractor under your present name? 10 List previous business names: Traffic Signal In rastructure 3. How many years of experience in Fiber -Optic Networks construction work has your organization lead: (a) As a General Contractor:. (b) As a Sub -Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CLASS LOCATION NAME AND DETAILED CONTRACT OF DATE CITY -COUNTY- ADDRESS OF OFFICIAL TO AMOUNT WORK COMPLETED STATE WHOM YOU REFER Not to cxc�d: Construction& ongoing Fort Worth, Tarrant, Texas Kassem Elkhalil 5001 James Ave suite 301 $750,000.00 Maintenance Fort Worth TX 76115 ato exceed: $2501000.00 Constmetian & 12/31/2020 Austin, Travis, Texas Jeff Gonzalez UT at Austin Service Bldg Maintenance Not to exceed: Construction & 9/16/2019 Fort Worth, Tarrant, Texas Kassem Elkhalil 5001 James Ave suite 301 $70000000 Maintenance Fort Worth, TX 76115 Not to exceed Construction& ongoing Austin, Travis, Texas Brian Craig 8700 Cameron Rd $1,250,00000 Maintenance Austin, TX 78754 Not to Execed: $250,00000 Construction & 12/31/2019 Austin, Travis, Texas Jeff Gonzalez UT at Austin Service Btdg Maintenance $370,W0.00 Construction 3/5/2014 Austin, Travis, Texas City ofAusanWater➢epartrnent $198,000.00 Construction 1/24/2014 West,Mct. n,Texas WestISP *If requalifying only show work performed since last statement. 5.Have you ever failed to complete any work awarded to you? No If so, where and why? 5. Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? No If so, state the name of the individual, other organization and reason. 7. Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? No CITY OF FORT WORTH 2020 On -Call Traffic Management School Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 004513-4 BIDDER PREQUALIFICATION APPLICATION Page 4 of 7 If so, state the name of the individual, name of owner and S. In what other lines of business are you financially interested? None 9. Have you ever performed any work for the City? Yes If so, when and to whom do you refer? Still under contract. Kassem Elkhalil 5001 lames Ave suite 301, Fort Worth, TX 76115 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS Graybar 1922 Waukesha Dr, Pflugerville, TX 78660 Summit Electric 500 North Beach St, Fort Worth, TX 76111 Arco Contractors Supply 2305 Ludelle ST, Fort Worth, TX 76105 Lone Star Electric 2320 Cullen St, Fort Worth, TX 76107 CowTown Ready Mix 2719 Northridge Dr, Bedford, TX 76021 The Home Depot 7950 South Fwy, Fort Worth, TX 76134 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. N/A 12. What is the construction experience of the principal individuals in your organization? NAME PRESENT POSITION OR OFFICE YEARS OF EXPERIENCE MAGNITUDE AND TYPE OF WORK 1N WHAT CAPACITY Carlos Reyes President 29 Multiple Constructions Predominantly Project Management Jose Merida Vice -President 20 Multiple Constructions Predommantly Project Management Peter Torres Construction Manager 5 Multiple Constructions Predominantly Project Management 13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the same household with a City employee, please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. NIA CITY OF FORT WORTH 2O20 On -Call Traffic Management School Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 004513-5 BIDDER PREQUALIFICATION APPLICATION Page 5 of CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: Date of Incorporation Charter/File No. President Vice Presidents If a partnership: State of Organization Date of organization Is partnership general, limited, or registered limited liability partnership? File No. (if Limited Partnership) General Partners/Officers Secretary Treasurer Limited Partners (if applicable) LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Texas Date of organization 06/1712010 File No. 801282819 Officers or Managers (with titles, if any) Individuals authorized to sign for Partnership Except for limited partners, the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals, please attach a certified copy of the corporate resolution, corporate minutes, partnership agreement, power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTH 2O20 On -Call Traffic Management School Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 14. Equipment 0045 13-7 BIDDER PREQUALIFICATION APPLICATION Pager �—� 0 $ 532,453.00 TOTAL ITEM QUANTITY ITEM DESCRIPTION BALANCE SHEET VALUE 1 1 16' Flat Trailer $2,487.00 2 1 20' Gooseneck Trailer $2,000.00 3 1 2001 International Digger Derrick Truck $16,000.00 4 1 2002 Enclosed Trailer $1,0%00 5 1 2003 Ford Bucket Van $10,992.00 6 1 2004 Honda Element $4,535.00 7 1 2007 Ford F-450 Bucket Truck $29,000.00 8 1 2008 Bucket Truck GMC CC5500 $22,000.00 9 1 2008 Ford F-550 4X4 Bucket Truck3+33+20. $39,900.00 10 1 2010 Dodge Ram 1500 $31,482.00 11 1 2011 Splice Trailer $8,500.00 12 1 2015 Dodge Ram 2500 $36,000.00 13 1 2015 Reel Trailer $8,758.00 14 1 2016 Polaris 450 SUV $5,000.00 15 1 Reel Trailer $2,500.00 16 1 2018 13' Flat Bed Trailer $2,430.00 17 1 2018 Toyota Tacoma $40,390.00 18 1 2018 Toyota Tacoma $40,255.00 19 2 Compressor 175-195 Atlasco $10,600.00 20 1 2019 Kubota Mini Excavator U27-4R1 $36,633,00 21 1 2019 Kubota Skid Steer SSV65PH $39,94L00 22 1 Omega Vac $18,000.00 23 1 Cable Puller $9,000.00 24 1 Cable Puller $11,000.00 25 1 2020 Dodge Ram $50,000.00 26 1 2020 Dodge Ram $54,000.00 27 28 29 30 Various - TOTAL $532,453.00 Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as "various". The City, by allowing you to show only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include, the manufacturer, model, and general common description of each. CITY OF FORT WORTH 2O20 On Call Traffic Management School and Neighborhood Safety STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 0045 13 - 7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 7 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF Texas COUNTY OF —Tlii The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force, necessary to verify said statement. Carlos Reyes being duly sworn, deposes and says that he/she is the President of EARTC , the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: EARTC Signature: before me this 1 _ day of e�" Notary Public 2d, -1-7- YONTAIRICA WRIGHT (SMYCOMM.Expies NOTAftY PUBLIC STATE pF TEXAS ID 4 13224345-5 11-07.2023 Notary Public must not be an officer, director, or stockholder or relative thereof. CITY OF FORT WORTH 2O20 On -Call Traffic Management School Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 004526-1 CONTRACTOR COMPLIANCE wiTH WORKER'S COMPENSATION LAW Page I of I 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it 4 provides worker's compensation insurance coverage for all of its employees employed on City 5 Project No or Name: 20'1 ? Or-' :,// Tra is Manygement and School Neighborhood Safety 6 Contract ; Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as 7 amended, it will provide to City its subcontractor's certificates of compliance with worker's 8 compensation coverage. 9 10 CONTRACTOR: 11 12 EARTC By: Carlos Reyes 13 Company (Please Print) 14 15 16201 Bratton Ln Signature: 16 Address 17 18 Austin, TX 78728 Title: President 19 City/State/Zip (Please Print) 20 21 22 THE STATE OF TEXAS § 23 24 COUNTY OF TARRANT § 25 26 BEFORE ME, the undersigned authority, on this day personally appeared 27 known to me to be the person whose name is 28 subscribed to the fore ' ing instrument, pnd acknowledged to me that he/she executed the same as 29 the act and deed of ° etf i orm(Aemfor the purposes and 30 consideration therein expressed and in 66 capacity therein stated. 31 32 GIVEN LINDER MY HAND AND SEAL OF OFFICE this 03 day of 33 ()j/1 , 2020 34 35 Wory 36 5, FJ YONTAIRICA WRIGHT 37 11 NOTARY PUBLIC blic in Zand for the State of Texas STATE OF TEXAS 38 q�or ��r 10 # 13224345-5 h1y Comm. Expires 11-07-2023 39 END OF SECTION 40 CITY OF FORT WORTH 2O20 On -Call Traffic Management School and Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 FORTWORTHO September 6, 2019 Mr. Carlos Reyes EARTC 16201 Bratton Ln. Austin, TX 78728 Re: City of Fort Worth Street Lighting Pre -Qualification Dear Mr. Reyes: Please accept this letter as EARTC's approval of pre -qualification for the installation of roadway and pedestrian lighting in the City of Fort Worth beginning today, September 6, 2019 through September 6, 2021. If you need additional information or have any questions, please contact the Transportation & Public Works Department at 817-392-5120. Sincerely, Clint Hoover, P.E., S.E., MBA Engineering Manager City of Fort Worth. Transportation and Public Works Department Transportation Management Division Fort Worth TRANSPORTATION AND PUBLIC WORKS DEPARTMENT THE Cin OF FART WORTH * 5001 Aws Avmm * FOkT 817-392-7738 * FAx 817-392-2533 TExns 76115 0 Printed on rccycW p1m, 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 I SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it 4 provides worker's compensation insurance coverage for all of its employees employed on City 5 Project No or Nalne: 2020 On -Call Traffic ,l.fcrno c rliew awl School A i rhhurhootl 6 C onlrw.I ; Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as 7 amended, it will provide to City its subcontractor's certificates of compliance with worker's 8 compensation coverage. 9 10 CONTRACTOR: 11 12 EARTC By: Carlos Reyes 13 Company (Please Print) 14� 15 16201 Bratton Ln Signature: 16 Address 17 18 Austin, TX 78728 Title: President 19 City/State/Zip (Please Print) 20 21 22 THE STATE OF TEXAS § 23 24 COUNTY OF TARRANT § 25 26 BEFORE ME, the undersigned authority, on this day personally appeared 27 V nclos- r- q /,� , known to me to be the person whose name is 28 subscribed to the foregoing instrument, nd acknowledged to lne that he/she executed the salve as 29 the act and deed of ore-A(Y,114for the purposes and 30 consideration therein expressed and in the capacity the, ern stated. 31 32 GIVEN NDER MY HAND AND SEAL OF OFFICE this 03 day of 33 20 34 35 �- 36 gARY pie YONTAIRICA WRIGWT l Public in and for the State of Texas 37 =° 6 NOTARY PUBLIC y * t STATE DF TEXAS 38 glep_ze+r xn ^1fJ # 132243A5 5 39 END OF SECTION 40 CITY OF FORT WORTH 2O20 On -Call Traffic Managennettl School and Neighhorhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 100 45 Aq- I Mirmity %HhiuLm F.nliciprfLu SVcdfiftit]nrt Page J of 2 l SECTION 00 45 40 z TEMPORARY REVISION 416n020 (COVED-I.9� 3 Minority Busfnass Enterprise Specifications 5 ,thy.PPLI[CA'Y']fON.QVPQLLQ 6 If the tolnI dollar value of the contract is greats' than $50.000. then a MBE subcoutmr-ting goal is 7 applicable. 8 9 P01JCY STATEM EI I'f' 1.0 It is the polioy of the City of fort Worth to ensure the full and equitabla participation b -Minority 1 f Businuss- Enturprlses- (MBE) in the pmc:urerrlent of .all goods and serviuue,. Ali requircm:cnts and 12 rcw)Iatioiis ataied In the City's cwrejit Business Diversity Enteaprjs€, Ord 1ritirloe apply+ t€r Ihisbid. 13 14 MB1? PROXEC" 1' GOA L 15 7110 C:ity's NIB goal rrn this praject is 5°fin of#he total .hid vrll;le of tote 16 contract (Ease bid applies to Parks and C'r}niirrirn10: Svi'vices). 17 L8 Nate: E1' ninth NYBE SffE- subicontiading gnats are v_gLablished for this project, then an OtierGr 0 musi submit hoili a NW- Utilizatiun ForTn and a $BE Utilization Farm to he dcenit-1 respaasive. 20 21 C Q=LL46N CL 'r'0 =SPELL 'IC:ATJLUlti��' 22 On City cantracls 50,{ 00 or ninre where a WE. subcontraeting goal i9 applied, Offerors aro roquired to 23 comply with the intent of the Citys Businos Di)versfiy Erftrprise Ordinanva by one of the fuIIowing: 24 1. I ikf or exco: !41 lbe Awye suited ME goal through MBE suhr-ontmOing participation, or 25 2. Neet or exuped the above staled NYSE goal thrnlugli AB Joint Vent kLm IrartiCIpadun, or 24 3. Good Faith Effort or; 27 4. -Prime Waiver dOC111T1611U11iOIL. 28 24 B Bi4 Y17AL OF RE, QUIRFD V0C:IT ENTATICIN 31) The applicable documunt9 TTlllsl he recetired by the Assigned City of Fort Worib Profcct Mwit iger or 31 Department I)esignou, wi bin Ilie fallowing times allocated, in order for the etilire W to be rpnsideri�d . 32 responsive to the spe iflcataons. 'fhe offeror shall E14�1!A IL' the MBE documentation to the assigned City 13 of Nit Wnrtli Pro.jec[ Ma or Dopadment Dc,,dgace. A fa d copy will rioE he uecentOd. 34 35 1. subconlracro>r TAlization Forro, if 1 ri♦ceived tic Jater tlxaip 2.00 p.m., on the seeend City busiliess goal -is met or exceeded: day ai=Ctir the bid opening data. exclusive of the bid opening ;.lute. 2. Gruod Faith Ef orl and received no [ater thf to 2:00 la.rri.. on the seciand City business ubcoaIradoriflidlal>t(ion Fnrm,if day after' the 13 id opining date, c clusivc Qfihe, hit {?paring participation is less than stated goah date. 3. Mood Faith Effort and received na later thiul 2-(M p.mr , on th .second City business: ilheurrtractor Utilization Form, Ifno day ;ifwr Ilse bid opening duty, excIits ive of Elie bid upeiiiag IVIBE paAci p4tiorr. date. 4. Prime Contractor Wn ver.Forni, iveelved no later rfum 2,00 p.m., on the second C4 bushkegs ifyau Will perform all day after the bid opening date, exclosivYo of t e hid opening cuntractin # pplierwork. data. CITYbF FORT WORTI{ STANDARD CONSTRUCnON SPBC3F1•CA7HCN DOCUMENTS NIM L]n-Cali Truire Ma IaWleat nail Schml Nuighhorhwc &alyC011RU Temp mariiy Ravked APE!115.1= Luc to i~QVr]DI2 Hino gpjiuy 5. Joint Ventw•e Forms, if goal is mat or exceed d. lyliwrjf}' �u Jness 1ERtr,�f[se $��aii:#catjp�j6 V PRc'2 Of t received no later than 2.00 p.m., en the secofld City bwiiiiess duty after tbf, bits opening date, exclusive of tho bid opening jars- Pi]RF xO COMPLY Vwrrif TUR C Y°S BUSINESS PrVERSITY ENTERPIRISE ORDINANCE WILL .PY-SULT IN"i`HE = BEING CONSIDE, RED NON-RF, ONSIVE TO SJPPCMCAIIOMS. >F�AICIC E TO SITI3I!+ A- i`� RtliaQUTREI1 MBE DOUn." TTATION WILL R)ESLFZ.J' IN TBE BID BEING C0N,5TDFR�? NO-N-IIESP0I�TSWE. A ;COND FAIJ..�fRRE WI L I [ILT IN 'I�3E+ OF,T EROJI k3EYPNG LSQI�ALIFM7 FOR A PERIOD OIL ONE YEAR. THREE FAILURES M A FIVE YEAR I�ERrOD WILL RMULT Ill A DISQUALIFIC.'Al' ON PFRIOD OF TM- EF. YEARS. 7 Any Q fi<estioas, Mease Contact ThcjBDE Office ut (17) 92-2674. 8 D OF SECTION 4 !0 CIrY �* FORT WORTH STANDA P-D CONSTRUCTION SPSCRWATfON DOCUMENTS 2020 On-PLU 7Yaffic-Maneg=0n1 and Sr,hoal Koighborh(304 Ja*Ey'Caufrmt Tt=p=xJiy Rc► htA Aprl1 6. WO crud [a COVIDN a��r�ancy ATTACHMENT IA Page 1 of 4 FORT WORTH NAME: City of Fort Worth Minority Business Enterprise MBE Subcontractors/Suppliers Utilization Form EAR Telecommunications, LLC DBA: EARTC PKUJEGT NAME: `y (_ tily's VIBE Frojert Gvel: Offeror's 5% 5% Check applicable block to describe MNV/DBE 1 /I NON-MNV/DBE ECT NUMBER Various City Project Numbers Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Purchasing Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non -responsive to bid specifications. MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of bid or the business has a Significant Business Presence in the Marketplace. Marketplace is the geographic area of Tarrant, Dallas, Denton, Johnson, Parker, and Wise counties. Prime contractors must identify by tier level of all subcontractors/suppliers. Tier: means the level of subcontracting below the prime contractor/consultant i.e. a direct payment from the prime contractor to a subcontractor is considered 1 st tier, a payment by a subcontractor to its supplier is considered 2nd tier. The prime contractor is responsible to provide proof of payment of all tiered subcontractors identified as a MBE and counting those dollars towards meeting the contract committed goal. ALL DBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. If hauling services are utilized, the Offeror will be given credit as long as the MBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from another MBE firm, including MBE owner -operated, and receive full MBE credit. The MBE may lease trucks from non -MBEs, including owner -operated, but will only receive credit for the fees and commissions earned by the MBE as outlined in the lease agreement. Rev. 2110/15 FORT WORTH ATTACHMENT 1A Page 2 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i,e., Minority -and non-MBE—s% 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. - SUBCONTRACTOR/SUPPLIER Company Name Address Telephone/Fax Email Contract Person T i r NCTRCA N n B E Detail Subcontracting Work Detail Supplies Purchased Dollar Amount M 13 E W B E Capa Concrete, Inc PO Box 41337 Dallas, TX 75241 � � Ready -Mix Concrete Manufacturing 9 Not to exceed 5% C.C. Zamora Construction, LLC DBA: Zamora ®Commercial oured concrete foundatio and structure contractors, Asphalt Coating and Baling, Residential and Parking Lot and Driveway Not to exceed 50X El U D El 1:1 El Rev. 2/10115 FORT ATTACHMENT 1A Page 3 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., MlnDrRy and non-PABEm 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. SUBCONTRACTOR/SUPPLIER Company Name Address Telephone/Fax Email Contact Person T i r NCTRCA - N ° n B E Detail Subcontracting Work Detail Supplies Purchased Dollar Amount - M B E W B E Rev. 2/10/15 FORT WORTH Ir— Total Dollar Amount of ATE Subcontractors/Suppliers 1 $ Not to exceed 5% Total Dollar Amount of Non -MBE Subcontractors/Suppliers 1 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS 1 $ Not to exceed 5% ATTACHMENT 1A Page 4 of 4 The Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office through the submittal of a Request for Approval o Change/Addition form. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The Offeror shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed MBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. 2K;� Authorized Signature President Title EAR Telecommunications, LLC DBA: EARTC Company Name 16201 Bratton Ln Address Austin, TX 78728 City/State/Zip Printed Signature Carlos Reyes Contact Namefritle (if different) (512) 21 8-4200 I (512) 21 8-4201 Telephone and/or Fax Carlos. reyes@eartc.com E-mail Address 06/04/2020 Date Rev. 2110/15 00 52 43 - 1 Agreement Page I of 6 1 SECTION 00 52 43 2 AGREEMENT 3 4 THIS AGREEMENT, authorized on �s� i I a OA 0 is made by and between the 5 City of Forth Worth, a Texas home rule municipality, acting by and through its duly authorized 6 City Manager, ("City"), and EAR_Telecommunication, L dba EARTC_, authorized to do 7 business in Texas, acting by and through its duly authorized representative, ("Contractor"). 8 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 9 follows: 10 Article 1. WORK 11 Contractor shall complete all Work as specified or indicated in the Contract Documents for the I2 Project identified herein. 13 Article 2. PROJECT 14 The project for which the Work under the Contract Documents may be the whole or only a part is 15 generally described as follows: 16 The project for which the Work under the Contract Documents may be the whole or only a part is 17 generally described as follows: 18 Project Name: 2020 On -Call Traffic Management School and Neighborhood Safety Contract 19 Project Number: N/A 20 Article 3. CONTRACT PRICE 21 City agrees to pay Contractor for performance of the Work in accordance with the Contract 22 Documents an amount not to exceed in current funds of four million five hundred thousand 23 dollars ($4,500,000). This amount remains contingent upon the availability of funds and the 24 availability of the Contractor. 25 Article 4. CONTRACT TIME 26 4.1 Final Acceptance 27 Work will be issued on a task order basis and Final Acceptance of each task order will be 28 determined as that work is completed. Time for the overall contract shall be not more than 5 29 years or until the amount up to $4,500,000, unless amended, has been exhausted. 30 4.2 Liquidated Damages 31 32 33 34 35 36 37 38 39 40 41 Contractor recognizes that time is of the essence of this Agreement and that City will suffer financial loss if the Work is not completed within the times specified in Paragraph 4.1 above, plus any extension thereof allowed in accordance with Article 12 of the General Conditions. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof , Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay according to provided chart per SC- I4.02d each day that expires after the time specified in Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance. 4.3 Renewal CITY OF FORT WORTH 2O20 On -Call Traffic Management School and Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 11.09,1 ,847.1 ,�9 I{,-1:9Fr1 11.I5.17 005243-2 Agreement Page 2 of 6 42 The City may renew this Agreement for up to three (3) additional time periods under the 43 same terms, conditions and unit prices. The city shall provide at least sixty (60) days' notice 44 to the contractor of the city's intent to renew 45 46 Article 5. CONTRACT DOCUMENTS 47 5.1 CONTENTS: 48 A. The Contract Documents which comprise the entire agreement between City and 49 Contractor concerning the Work consist of the following: 50 1. This Agreement. 51 2. Attachments to this Agreement: 52 a. Bid Form 53 1) Proposal Form 54 2) Vendor Compliance to State Law Non -Resident Bidder 55 3) Prequalification Statement 56 4) State and Federal documents (project specific) 57 b. Current Prevailing Wage Rate Table 58 c. Insurance ACORD Forms) 59 d. Payment Bond 60 e. Performance Bond 61 f. Maintenance Bond 62 g. Power of Attorney for the Bonds 63 h. Worker's Compensation Affidavit 64 i. MBE and/or SBE Utilization Form 65 3. General Conditions. 66 4. Supplementary Conditions. 67 5. Specifications specifically made a part of the Contract Documents by attachment 68 or, if not attached, as incorporated by reference and described in the Table of 69 Contents of the Project's Contract Documents. 70 6, Drawings. 71 7. Addenda. 72 8. Documentation submitted by Contractor prior to Notice of Award. 73 9. The following which may be delivered or issued after the Effective Date of the 74 Agreement and, if issued, become an incorporated part of the Contract Documents: 75 a. Notice to Proceed. 76 b. Field Orders. 77 c. Change Orders. 78 d. Letter of Final Acceptance. 79 e. 80 Article 6. INDEMNIFICATION CITY OF FORT WORTH 2O20 On -Call Traffic Management School and Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 11.09. 14,$ 17 1 2,2.0 .16, 1.06.1"1."�.1", 11.I5.17 00 52 43 - 3 Agreement Page 3 of 6 81 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 82 expense, the city, its officers, servants and employees, from and against any and all 83 claims arising out of, or alleged to arise out of, the work and services to be performed 84 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 85 under this contract. This indemnification provision is specifically intended to operate 86 and be effective even if it is alle ed or proven that all or some of the damages bein 87 sought were caused, in whole or in part, by any act, omission or negligence of the city. 88 This indemnity provision is intended to include, without limitation, indemnity for 89 costs, expenses and legal fees incurred by the city in defending against such claims and 90 causes of actions. 91 92 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 93 the city, its officers, servants and employees, from and against any and all loss, damage 94 or destruction of property of the city, arising out of, or alleged to arise out of, the work 95 and services to be performed by the contractor, its officers, agents, employees, 96 subcontractors, licensees or invitees under this contract. This indemnification 97 provision is specifically intended to operate and be effective even if it is alleged or 98 proven that all or some of the damages being sought were caused, in whole or in part, 99 by anv act, omission or neOiaence of the city. 100 101 Article 7. MISCELLANEOUS 102 7.1 Terms. 103 Tenns used in this Agreement which are defined in Article I of the General Conditions will 104 have the meanings indicated in the General Conditions. 105 7.2 Assignment of Contract. 106 This Agreement, including all of the Contract Documents may not be assigned by the 107 Contractor without the advanced express written consent of the City. 108 7.3 Successors and Assigns. 109 City and Contractor each binds itself, its partners, successors, assigns and legal 110 representatives to the other party hereto, in respect to all covenants, agreements and ill obligations contained in the Contract Documents. 112 7.4 Severability. 113 Any provision or part of the Contract Documents held to be unconstitutional, void or 114 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 115 remaining provisions shall continue to be valid and binding upon CITY and 116 CONTRACTOR. 117 7.5 Governing Law and Venue. 118 This Agreement, including all of the Contract Documents is performable in the State of 119 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 120 Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH 2O20 On -Call Traffic Management School and Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised-14,Of) 41, 54�1-2, ; 1 06 7; 11.15.17 005243-4 Agreement Page 4 of 6 I2I 7.6 Authority to Sign. 122 Contractor shall attach evidence of authority to sign Agreement if signed by someone other 123 than the duly authorized signatory of the Contractor. 124 125 7.7 Prohibition On Contracts With Companies Boycotting Israel. 126 Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government 127 Code, the City is prohibited from entering into a contract with a company for goods or 128 services unless the contract contains a written verification from the company that it: (1) 129 does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 130 The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms 131 in Section 808.001 of the Texas Government Code. By signing this contract, Contractor 132 certifies that Contractor's signature provides written verification to the City that 133 Contractor. (1) does not boycott Israel; and (2) will not boycott Israel during the term of 134 the contract. 135 136 7.8 Immigration Nationality Act. 137 Contractor shall verify the identity and employment eligibility of its employees who 138 perform work under this Agreement, including completing the Employment Eligibility 139 Verification Form (I-9). Upon request by City, Contractor shall provide City with copies of 140 all I-9 forins and supporting eligibility documentation for each employee who performs 141 work under this Agreement. Contractor shall adhere to all Federal and State laws as well as 142 establish appropriate procedures and controls so that no services will be performed by any 143 Contractor employee who is not Iegally eligible to perform such services. 144 CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS 145 FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF 146 THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, 147 SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to 148 Contractor, shall have the right to immediately terminate this Agreement for violations of 149 this provision by Contractor. 150 151 7.9 No Third -Party Beneficiaries. 152 This Agreement gives no rights or benefits to anyone other than the City and the Contractor 153 and there are no third -party beneficiaries. 154 155 7.10 No Cause of Action Against Engineer. CITY OF FORT WORTH 2O20 On -Call Traffic Management School and Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 41.09.11, 84474-2, 2:92-16 1-06 17 11.15.17 005243-5 Agreement Page 5 of 6 156 Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their 157 sureties, shall maintain no direct action against the Engineer, its officers, employees, and 158 subcontractors, for any claim arising out of, in connection with, or resulting from the 159 engineering services performed. Only the City will be the beneficiary of any undertaking by 160 the Engineer. The presence or duties of the Engineer's personnel at a construction site, 161 whether as on -site representatives or otherwise, do not make the Engineer or its personnel 162 in any way responsible for those duties that belong to the City and/or the City's construction 163 contractors or other entities, and do not relieve the construction contractors or any other 164 entity of their obligations, duties, and responsibilities, including, but not limited to, all 165 construction methods, means, techniques, sequences, and procedures necessary for 166 coordinating and completing all portions of the construction work in accordance with the 167 Contract Documents and any health or safety precautions required by such construction 168 work. The Engineer and its personnel have no authority to exercise any control over any 169 construction contractor or other entity or their employees in connection with their work or 170 any health or safety precautions. 171 172 SIGNATURE PAGE TO FOLLOW 173 CITY OF FORT WORTH 2O20 On -Cali Traffic Management School and Neighborhood Safely Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised I1.09 11 8.17.12, 2021r i 06 17 11.15.17 0052d3-6 Agwenlent Page 6 of 6 174 175 IN WITNESS WDEREOF, City and Contractor have each executed this Agreement to be 176 effective as of the date subscribed by the City"s designated Assistant City Manager ("Effective 177 Date"). 178 Contractor: City of Fort Worth FAR Telecommunication, LLC dba EARTC By: "BrghdBy: Ager {Signature} Date L(�GfJ S Camas Reyes Attest: (PrintedName) City Se refary Title:President (Seal) d' j Address: p[y 14719 US IIWY 290 d , 4' Suite #106 M&C 20 05 R 9.:, ry~ Date: s 1 ! - a aa,o '� [t :`;• ,:. � �• v Form 1295 No, City/State/Zip: Manor, TX, 78653 Date 09/09/2020 Contract Compliance Manager By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all perfortnanee and reporting requirements, CIWHO we{s2p 3,2010101.2a C011 Clint Ha over Engineering Manager _--z�,+rii i�aa Mack )Sep 15, 2020 19;40 C07) Approved as to Form and Legality: Douglas W. Black Assistant city Attorney 179 180 AP R VA Co 181 182 �'"� 183 ill M. Johnson 184 DIRECTOR, _- 185 _ Transportation an Public Works D partment 186 ()FFICOAL RECOIRDi CjTV SECRETARY CITY OF FORT WORTH 2020 On -Call Traffic Memagement Schnol and igh o ;a � I Ian STANDARD CONSTRICTION SPECIFICATION DOCUMENTS Rev Ised!1.0911;4.4TM,11.15.17 0061 13 - 1 PERFORMANCE BOND Page 1 of2 I SECTION 00 6113 Bond #54229880 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, EAR Telecommunications, LLC dba_EARTC , known as 8 "Principal" herein and. United Fire & Casualty Company , 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 port Worth, a I I municipal corporation created pursuant to the Iaws of Texas, known as "City" herein, in the penal 12 sum of, four million five hundred thousand dollars ($4,500,000) lawful money of the United 13 States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and 14 truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, 15 jointly and severally, firmly by these presents. 16 WHEREAS, the Principal has entered into a certain written contract with the City 17 awarded the It -1k day of _ 20 20, which Contract is hereby referred to and 18 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment 19 labor and other accessories defined by law, in the prosecution of the Work, including any Change 20 Orders, as provided for in said Contract designated as 2020 On -Call Traffic Management School 21 and Neighborhood Safety Contract . TPW Project No.NIA. 22 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 23 shall faithfully perform it obligations under the Contract and shall in all respects duly and 24 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 25 specifications, and contract documents therein referred to, and as well during any period of 26 extension of the Contract that may be granted on the part of the City, then this obligation shall be 27 and become nult and void, otherwise to remain in full force and effect. 28 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 29 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 30 Worth Division. CITY OF FORT WORTH 2O20 On -Call Traffic Management School and Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATIONS DOCUMENTS Revised July 1, 2011 0061 13 •2 PERFORMANCE BOND Page 2 of2 1 This band 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 1st day of September 6 , 2020 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 ATTEST: (Principal) Secretary Witness as to Principal ja,k WitjShearin, s as to ety DorClient Relations Manager PRINCIPAL: EAR Telecommunications, LLC dba EARTC Carlos Reyes - President Name and Title Address: 14719 US Hwy 290 East Suite #106 r Manor. TX. 78653 SURETY: United Fire & Casualty Company t. BY: Si ture ; _ David T. Saline, Attorney-ln-Fact Name and Title Address: P.O. Rnx 719ng Cedar Rapids, ]A. 62407-3909 Physical Ad "ted Fire roup o�..;a� in Attn: Surety Dept. 624t)1 Telephone Number: (319) 399-5700 41 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 42 from the by-laws showing that this person has authority to sign such obligation. if 43 Surety's physical address is different from its mailing address, both must be provided. 44 The date of the bond shall not be prior to the date the Contract is awarded. 45 CITY OF FORT WORTH 2O20 On -Call Traffic Management School and Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATIONS DOCUMENTS Revised July 1, 2011 0061 14- 1 PAYMENTBOND Paget oft Bond #54229880 1 SECTION 00 6114 2 PAYMENT BOND 3 4 THE STATE OF TEXAS 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, EAR Telecommunications, i.LC dba EARTC known as „ , .,__...._ 8 "Principal' herein, and United Fire & Casualt Company , a 9 corporate surety (sureties), 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 municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, 12 in the penal sum of four million five hundred thousand dollars ($4,500,000) lawful money of 13 the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum 14 well and truly be made, we bind ourselves, our heirs, executors, administrators, successors and 15 assigns, jointly and severally, firmly by these presents: 16 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 17 day of a ,,lA'4T_ , 202Q which Contract is hereby referred to and made a 18 part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor 19 and other accessories as defined by law, in the prosecution of the Work as provided for in said 20 Contract and designated as 2020On-Call Traffic Management School and Neighborhood Safety 21 Contract, TPW Project No. N/A NOW, THEREFORE, THE CONDITION OF THIS 22 OBLIGATION is such that if Principal shall pay all monies owing to any (and all) payment bond 23 beneficiary (as defined in Chapter 2253 of the Texas Government Code, as amended) in the 24 prosecution of the Work under the Contract, then this obligation shall be and become null and 25 void; otherwise to remain in full force and effect. 26 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 27 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 28 accordance with the provisions of said statute. 29 CITY OF FORT WORTI3 2020 On -Call Traffic Management School and Neighborl=d Safety Contract STANDARD CONSTRUCTION SPECIFICATIONS DOCUMENTS Revised July 1, 2011 0061 14-2 PAYMENTBOND 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 1st day of 3 September , 2020 4 5 b 7 8 9 10 II 12 ATTEST: (Principal) Secretary Witness as to Principal ATTEST: As Per Attached Power of Attorney (Surety) Secretary PRINCIPAL: EAR Telecommunications, LLC dba EARTC BY: Signature d� Carlos Reves - President Name and Title Address: 14719 US Hwy 290 East Suite #106 Manor. TX. 78653 SURETY: United Fire & Casualty Company BY: SIgnl3re David T. Satin, Attorney -in -Fact Name and Title Address. P.O. Box 73909 Gedar Rapids. ds. IA .137407-19n9 -� Physical Address; United Fire Group Wit . s as Suret 11 econ ve, ear Rapids, y Attn: Surety De_p!. 52401 Doreen Shearin, Client Relations Manager Telephone Number: (319) 399-5700 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 2O20 On -Call Traffic Management School and Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATIONS DOCUMENTS Revised July 1, 2011 0061 19-1 MAINTENANCE BOND Page I of3 1 SECTION 00 6119 2 MAINTENANCE BOND Bond #54229880 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we EAR Telecommunications LLC dba EARTC , known as 9 "Principal" herein and United Fire & Casualty Company a corporate surety to (sureties, if more than one) duly authorized to do business in the State of Texas, known as I t "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 12 municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, 13 in the sum of four million five hundred thousand dollars ($4,500,000) lawful money of the 14 United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well 15 and truly be made unto the City and its successors, we bind ourselves, our heirs, executors, 16 administrators, successors and assigns, jointly and severally, firmly by these presents. 17 18 WHEREAS, the Principal has entered into a certain written contract with the City awarded 19 the day of A.A fic , 20 2d , 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 2020 On -Call Traffic_ Management 24 School and Neighborhood Safety Contract, TPW Proiect No. -NIA 25 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 26 accordance with the plans, specifications and Contract Documents that the Work is and will 27 remain free from defects in materials or workmanship for and during the period of two (2) years 28 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 29 30 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 31 upon receiving notice from the City of the need therefor at any time within the Maintenance 32 Period. 33 CITY OF FORT WORTH 2O20 On -Call Traffic Management School and Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 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 G 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 1 I 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, Fart 13 Worth Division; and 14 15 PROVIDED FURTHER, that this obligation shall be continuous in Mature and 16 successive recoveries may be had hereon for successive breaches. 17 18 I1t' CITY OF FORT WORTH 2O20 On -Call Traffic Management School and Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 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 list day of $eptember 3 12020 5 6 7 8 9 10 11 I2 13 14 15 16 17 18 19 20 2l 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 ATTEST: (Principal) Secretary Witness as to Principal ATTEST: As Per Attached Power of Attorney (Suret Secretary ff6 e n MeS, In, 8reMRelations Manager PRINCIPAL: EAR Telecommunications, LLC dba EARTC BY: Signature Carlos Reyes - President Name and Title Address: 14719 US Hwy 290 East Suile #106 Manor, Texas 78653 SURETY: United Fire & Casualty Company BY: Siqtturc David T. Saline. Attorney -In -Fact . Name and Title Address: p 0 Box 73909 Physical ACedar Rappids, IA. 62407-3909 ddre�: atTlCe�fFlrezi 14�-Sesaad_Aue,��Cedar-Glaplds�-IAA Attn: Surety Dept, 52401 Telephone Number: (319) 399-5700 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH 2O20 On -Call Traffic Management School and Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA Inquiries: Surety Department UNITED FIRE & INDEMNITY COMPANY, WEBSTER, TX 118 Second Ave SE FINANCIAL PACIFIC INSURANCE COMPANY, ROCKLIN, CA Cedar Rapids, IA S2401 yNto CERTIFIED COPY OF POWER OF ATTORNEY (original on file at Home Office of Company — See Certification) KNOW ALL PERSONS BY THESE PRESENTS, That United Fire & Casualty Company, a corporation duly organized and existing under the laws of the State of Iowa; United Fire & Indemnity Company, a corporation duly organized and existing under the laws of the State of Texas; and Financial Pacific Insurance Company, a corporation duly organized and existing under the laws of the State of California (herein collectively caIIed the Companies), and having their corporate headquarters in Cedar Rapids, State of Iowa, does [Hake, constitute and appoint DAVID T. SATINE, WARREN ALTER, JONATHAN BURSEVICH, EACH INDIVIDUALLY their true and lawful Attorney(s)-in-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakingsand other obligatory instruments of similar nature provided that no single obligation shall exceed $20, 000, 000.00 and to bind the Companies thereby as fully and to the saute extent as if such instruments were signed by the duly authorized officers of the Companies and all of the acts of said Attorney, pursuant to the authority hereby given mid hereby ratified and confirmed. The Authority hereby granted is continuous and shall remain in full force and effect until revoked by United Fire & Casualty Company, United Fire & Indemnity Company, and Financial Pacific Insurance Company. This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted on May 15, 2013, by the Boards of Directors of United Fire & Casualty Company, United Fire & Indemnity Company, and Financial Pacific Insurance Company. "Article VI — Surety Bonds and Undertakings" Section 2, Appointment of Attomey-in-Fact. "The President or any Vice President, or any other officer of the Companies may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Companies in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Ile signature of any officer authorized hereby, and the Corporate seal, may be affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such signature and seal, when so used, being adopted by the Companies as the original signature of such officer and the original seal of the Companies, to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attomeys-in-fact, subject to the limitations set of forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such instruments and to attach the seal the Companies thereto. The President or any Vice President, the Board of Directors or any other officer of the Companies may at any time revoke all power and authority previously given to any attorney -in -fact. IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its �,tulilrlxpf +M11WNuhgq ,npn'NfrAy `��`9`yawt,��i�` ; p•�Noc•,N�T!` s+`FCC 1NSVqq,� vice president and its corporate seal to be hereto affixed this a°q4?:•....PO .. 3rd day of December, 2019 COM"ORAlE %1y �O CORPORATE °x =¢rz� +^•, _ _ , e �r ,uLr�t o'g UNITED FIRE & CASUALTY COMPANY SEAL * s,n t9B6 P = UNITED FIRE & INDEMNITY COMPANY FINANCIAL PACIFIC INSURANCE COMPANY ffa RaNr �LI1,4fillll�� By: State of Iowa, County of Linn, ss_ Vice President On 3rd day of December, 2019, before me Personally came Dennis J. Richmann tome known, who being by me duty sworn, did depose and say; that he resides in Cedar Rapids, State of Iowa; that he is a Vice President of United Fire & Casualty Company, a Vice President of United Fire & Indemnity Company, and a Vice President of Financial Pacific Insurance Company the corporations described in and which executed the above instrument; that lie knows the seal of said corporations; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. ��`E •d_ Judith A. Jones s CAS Iowa Notarial Seal • Commission number 173041 Notary Public or My commission Expires 42312021 My commission expires: 4/23/2021 1, Mary A. Bertsch, Assistant Secretary of United Fire & Casualty Company and Assistant Secretary of United Fire & Indemnity Company, and Assistant Secretary of Financial Pacific Insurance Company, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS, and that the some are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations .this Ist day of. September _, 20 20 s lrfr�`+\e�?NoiG\F\C�IINSprgfy:. ORpaR4j_�`W�'tn SEAL SPAL �486 i AlilT14i1P++�+ BP0A004!Y 1217 By: " A B� Q Assistant Secretary, OF&C & OF&i & FDIC 00 61 25 - 1 CERTIFICATE OF INSURANC=. Page i 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 END OF SECTION CITY OF FORT WORTH 2O20 On -Call Traffic Management School Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATIONS DOCUMENTS Revised duly 1, 2011 POLICY NUMBER: 896BW54174 COMMERCIAL GENERAL LIABILITY CG 20 37 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURE® - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location and Description Of Completed Operations Any owner, lessee or contractor with whom you Any and all of your completed operations. have agreed, in a written contract, that such person or organization should be added as an additional insured on your policy, provided such written contract is fully executed prior to an "occurrence" in which coverage is sought under this policy. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "Your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 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. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: I. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. CG 20 37 04 13 © Insurance Services Office, Inc., 2012 Page 1 of 1 POLICY NUMBER: 896BW54174 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Thisendorsementmodifies insurance provided underthefollowing: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization. Any person or organization with whom you have agreed, in a written contract to waive the transfer of rights of recovery against others to us, provided such written waiver is fully executed prior to an 'occurrence" in which coverage is sought under this policy. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to ParagrqDh 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery wemay have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with chat person or organization and included in the "products - completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 0 Insurance Services Office, Inc., 2008 Page 1 of 1 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnimy2,2016 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: Febmary2,2016 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 6.0.8 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 Article 7 --- Other Work at the Site...................................................................................................................35 7.01 Related Work at Site...................................................................................................................35 7.02 Coordination................................................................................................................................36 Article 8 - City's Responsibilities................................................................................................................... 36 8.01 Communications to Contractor................................................................................................... 36 8.02 Furnish Data................................................................................................................................36 8.03 Pay When Due............................................................................................................................ 36 8.04 Lands and Easements; Reports and Tests...................................................................................36 8.05 Change Orders.............................................................................................................................36 8.06 Inspections, Tests, and Approvals............................................................................................. 36 8.07 Limitations on City's Responsibilities....................................................................................... 37 8.08 Undisclosed Hazardous Environmental Condition....................................................................37 8.09 Compliance with Safety Program............................................................................................... 37 Article 9 - City's Observation. Status During Construction........................................................................... 37 9.01 City's Project Manager............................................................................................................ 37 9.02 Visits to Site.......................................................................................................... ................ 37 9.03 Authorized Variations in Work..................................................................................................38 9.04 Rejecting Defective Work..........................................................................................................38 9.05 Determinations for Work Performed..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work.....................38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnimy 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 l - 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 .................................................. Article 16 - Dispute Resolution...................................................................................................................... 61 16,01 Methods and Procedures............................................................................................................. 61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision; Februmy2, 2016 Article17 — Miscellaneous.............................................................................................................................. 62 17.01 Giving Notice.............................................................................................................................. 62 17.02 Computation of Times .............................................................. 62 .................................................. 17.03 Cumulative Remedies................................................................................. ...................... 62 17.04 Survival of Obligations............................................................................................................... 63 17.05 Headings......................................................................................................................................63 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S Revision: Febnkry2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 1 of 63 ARTICLE I — DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed -defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda —Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement —The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment —The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents, 4. Asbestos —Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award Authorization by the City Council for the City to enter into an Agreement. 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. S. Bidding Documents —The Bidding Requirements and the proposed Contract Documents (including all Addenda). 4. 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: Febnoy2, 2016 007200-1 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: Febmary 2, 2016 007200-1 GENERAL CONDITIONS Page 3 of 63 25. Damage Claims A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 26. Day or day — A day, unless otherwise defined, shall mean a Calendar Day. 27. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Planning and Development — The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Director of Water Department --- The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 32. Drawings —That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 33. Effective Date of the Agreement —The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34. Engineer —The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35. Extra Work -- Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 36. Field Order A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 37. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUIv FLATS Revision: February2, 2016 007200-1 GENERAL CONDITIONS Page 4 of 63 38. Final Inspection -- Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 39. General Requirements Sections of Division 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 Iaws, 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 Iisted 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: Febniarcy2,2016 007200-I GENERAL CONDITIONS Page 5 of 63 51. Project Schedule —A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 52. Project —The Work to be performed under the Contract Documents. 53. Project 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: Febnkuy2, 2016 007200-1 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 Iiquids 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 Iegal 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 WORT14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision! Februwy2, 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-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 — PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time; Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febaay2,2016 007200-I 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: Febni&y2, 2016 007200-1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shalt 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: Fe6mary2,2016 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. - 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: Febma y2, 2016 007200-I GENERAL CONDITIONS Page I I 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: Febnkuy2, 2016 007200-1 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 OP FORT WORTH STANDARD CONSTROCrION SPECIFICATION DOCUMENTS Revision: Febmaiy2,2016 007200-1 GENERAL. CONDITIONS Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated.- The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b, locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or .Indicated.- 1. if an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCi JMENTS Revision; Febmmy2,2016 007200-1 GENERAL CONDITIONS Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fehmary2, 2016 007200-1 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: Fcbmmy2,2016 00 72 00 - I GENERAL CONDITIONS Page 16 of63 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 fi,rnish 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 ofInsurance 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: Febmary2, 2016 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 Iisted in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. AlI 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. S. 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; Febnoy2,2016 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 WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February2, 2016 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: Fcbnjay2, 20I6 007200- 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 R-ours 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, Iabor, 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; Febnay2, 2016 007200-1 GENERAL CONDITIONS Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 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 01 32 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or -Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no life, 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: 1f 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: February 2,2016 007200-1 GRNFRAL 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-equaI" 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 dctermine 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 01 25 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febntuy2, 2U 16 00 72 00 - 1 GENERAL CONDITIONS Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, 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-B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary2, 2016 007200-I GENERAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. 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 8f 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 DOCOMENTS Revision: F&mwy2, 2016 007200-1 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. R 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 fi mishing 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 hinds 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. i B. Penalty far Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial 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: February2, 201b 007200-! GENERAL CONDITIONS Page 26 of63 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 11 th 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 from CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnny2,2016 007200-1 GENERAL CONDITIONS Page 27 of 63 the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.B. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Latins 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: F&mmy2, 2016 007200-I 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 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter 1I. 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/taxfonns/93-fornls_.html 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. CITY OF FORT WORTIi STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febwmy2, 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 6.2.1, 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 SPECIFICATION DOCUMENTS Revision: Febmmy2, 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: 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 comfy 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 andlor 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: Febmary2, 2016 007200-1 GENERAL CONDITIONS Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform With the requirements of the Contract Documents, the City shall give the Contractor Written notice that such Work or changes are to be performed. The Written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this Written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the Iimited purposes required by Paragraph 6.1 S.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, Far -Information -Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febru&y2, 2016 007200-1 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 DOCUIV ENTS Revision: February2, 2016 007200-I 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 invitecs under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnjmy2, 2D16 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Feb►uary2,2016 007200-i GENERAL CONDITIONS Page 35 of63 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 handed in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title V1, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7 — OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fehnimy 2, 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: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8 — CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements; Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnkuy 2, 2016 007200-I GENFRAL CONDITIONS Page 37 of63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents, B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is < insert name here >, or his/her successor pursuant to written notification from the Director of < insert managing department here >. 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: Fe6mmy2,20I6 007200-[ GENERAL CONDITIONS Page 38 of63 9.03 Authorized Variations in Work City's Project Manager may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Manager believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations far 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary2,2016 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. CrFY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febniary2,2016 007200-1 GENERAL CONDITIONS Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract 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 CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmry2, 2016 007200-1 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 ll — COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.13, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.B, and shall include but not be limited to the following items: I. 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: Fcbnmry2,2016 007200-1 GENERAL CONDITIONS Page 42 of63 d. 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 11.0L 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: FebmatyZ 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. PayrolI 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 11.0 LAA, 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. S. 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 11.41.A and 11.013, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre -bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnkny2, 20I6 00 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 Iisting 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 WORTH STANDARD CONSTRUCTION SPECIFICATION DOCI NffiNTS Revision: February2, 2016 007200-I GENERAL CONDITIONS Page 45 of63 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnwy 2, 2016 007200-1 GENERAL CONDITIONS Page 46 of 63 E. For callolit work or non -site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.01.13.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.01.A.1, 11.01.A.2. and 11.01.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.01.A.4 and 11.01.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: February2, 2016 007200-1 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 11.01.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 of25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.0 LA.6, and 11.01.B; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors 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 Iimited 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 f n-nished by the City. CITY OF FORT wORTFI STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fcbmaty2,2016 007200-I GENERAL CONDITIONS Page 48 of 63 ARTICLE 13 -- TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part 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: Febmacy2, 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. 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: Febnffy2, 2016 00 72 00 - I GENERAL CONDITIONS Page 50 of63 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 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: Febnoty2, 20I6 007200-1 GENERAL CONDITIONS Page 51 of 63 C. In special circumstances where a particular itch 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: Februmy2,2016 007200-I GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress 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: Febnmy2, 201 G 007200-1 GENERAL CONDITIONS Page 53 of 63 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules, that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors, requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY Of FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary2, 2016 007200-1 GENERAL CONDITIONS Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been 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; Febniary2, 2016 007200-1 GENFRA1. 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: Febnjwy 2, 2016 007200-1 GENERAL CONDITIONS Page 56 of63 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: Febnmy2,2016 007200-1 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 f m-fished 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: Febnimy2,2016 007200-1 GENERAL CONDITIONS Page 58 of 63 15,02 City May 'Terminate far 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 S. 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: Febnoy2, 2016 007200-1 GENERAL CONDITIONS Page 59 of63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.13, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary2, 2016 007200-1 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 quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Februkffy2,2016 007200-1 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 furnishing Iabor, 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: Febmmy2,2016 00 72 00 - I GENERAL CONDITIONS Page 62 of 63 1. elects in writing to invoice any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17 — MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a 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 blown 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: Febmary2, 2016 007200-1 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: Febmary2,2016 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 39 40 41 42 43 44 45 46 47 48 49 50 51 52 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions 00 73 00 - 1 SUPPLEMENTARY CONDITIONS Page i of 7 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-2.02-2.04., "Preliminary Matters" By the 10' of the month, the Engineering Manager of the Traffic Management Division will issue a work order to the Contractor with the quantities. By submission of a bid for this service contract, the contractor recognizes the urgency of the work and agrees to commit to the necessary labor, materials, and equipment necessary to assure completion of up within 50 calendar days of issued. This provides 20 calendar days to procure materials and 30 calendar days to complete the installations. Failure to complete the entire work order in that time period will result in delayed payment and the assessment of liquidated damages. If a work site on the monthly work order calls that change the layout, the work order shall be completed on the same day to prevent driver confusion and potential safety issues. MOBILIZATION FEES: The contractor shall be allowed to charge a mobilization fee (separate bid item) if the monthly work orders value is less than $10,000 per month. No mobilization fee will be paid if no work order is issued during a month. SC-3.014B.I., "Amending and Supplementing Contract Documents" All work orders installed for the City of Fort Worth under this service contract will be authorized and ordered through the Transportation and Public Works Department regardless of the department requesting the work. The work order shall consist of a list of work sites and corresponding line item quantities. The work order will also indicate any restrictions on work hours per work site. The work order will indicate if the quantities are estimated or drawn to scale. CITY OF FORT WORTH 2O20 On -Call Traffic Management School and Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22, 2016 00 73 00 - 2 SUPPLEMENTARY CONDITIONS Page 2 of 7 I I. Estimated Quantities: If a work order is issued using estimated quantities, the contractor shall 2 submit field reported quantities on the invoice. The City Traffic Inspector shall determine if those 3 quantities are valid during a field inspection. The City shall make final decisions on actual 4 quantities and adjust payments accordingly. 5 6 2. Scale Design Drawings: Work orders issued with a scale drawing will be paid using the quantities 7 shown on the drawings. If the contractor finds inaccuracies in the scale drawings, they must 8 submit a letter along with the scale drawing illustrating the measurements that they are contesting. 10 11 SC-3.03B.2, "Resolving Discrepancies" I2 13 Plans govern over Specifications. 14 15 16 SC-4.01A 17 18 Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. 19 Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the 20 Contract Drawings. 21 22 SC-4.01A.L, "Availability of Lands" 23 24 The following is a list of known outstanding right-of-way, and/or casements to be acquired, if any as of 25 26 Outstanding Right -Of -Way, and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION None 27 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 28 and do not bind the City. 29 30 If Contractor considers the final easements provided to differ materially from the representations on the 31 Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, 32 notify City in writing associated with the differing casement line locations. 33 34 SC-4.01A.2, "Availability of Lands" 35 36 Utilities or obstructions to be removed, adjusted, and/or relocated 37 38 The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated 39 as of 40 EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT None 41 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 42 and do not bind the City. CTTY OF FORT WORTH 2O20 On -Call Traffic Management ,School and Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22, 2016 00 73 00 - 3 SUPPLEMENTARY CONDITIONS Page 3 of 7 SC-4.02A., "Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: None 8 The following are drawings of physical conditions in or relating to existing surface and subsurface 9 structures (except Underground Facilities) which are at or contiguous to the site of the Work: 10 11 None 12 13 SC-4.06A., f°Hazardous Environmental Conditions at Site" 14 15 The following are reports and drawings of existing hazardous environmental conditions known to the City: 16 17 None 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 SC-5A3A., "Certificates of Insurance" The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (1) City (2) Consultant: None (3) Other: None SC-5.04A., "Contractor's Insurance" The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A. Workers' Compensation, under Paragraph GC-5.04A. Statutory limits Employer's liability $100,000 each accident/occurrence $100,000 Disease - each employee $500,000 Disease - policy limit SC-5.04B., "Contractor's Insurance" 5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with minimum limits of $1,000,000 each occurrence $2,000,000 aggregate 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. CITY OF FORT WORTH 2O20 On -Call Traffic Management School and Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22, 2016 00 73 00 - 4 SUPPLEMENTARY CONDITIONS Page 4 of 7 1 SC 5.04C., "Contractor's Insurance" 2 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under 3 Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: 4 5 (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", 6 defined as autos owned, hired and non -owned. WA 8 $1,000,000 each accident on a combined. single limit basis. Split limits are acceptable if limits are at 9 least: 10 11 $250,000 Bodily Injury per person / 12 $500,000 Bodily Injury per accident / 13 $100,000 Property Damage 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 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; (2) Each Occurrence. SConlirm Limits With Railroad Corr Irm Limbs wiry Railroad Required for ties Contract Not required for this Comrravc <Provide an " " next ro the appropriare selection above based on the Cortrasr requirwwnmr , With respect to the above outlined insurance requirements, the following shall govern: 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. 2. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights -of -way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. 3. 1f, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at - grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. CITY OF FORT WORTH 2O20 On -Call Traffic Management School and Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22, 2016 1 2 3 4 5 6 7 8 9 10 lI 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 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 7 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- way, all such other work may be. covered in a single policy for that railroad, even though the work may be at two or more separate locations. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. The insurance specified above must be carried until all Work to be perfonned on the railroad right-of-way has been completed and the grade crossing, if any, is no Ionger used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. SC-6.04., "Project Schedule" Project schedule shall be tier 3 for the project. SC-6.07., "Wage Rates" The following is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes: Wage Rates adopted 10/29/2013 by M&C C-26534 SC-6.09., "Permits and Utilities" SC-6.09A., "Contractor obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 1. Street Use permit 2. TXDOT permit SC-6.09B. "City obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the City: SC-6.09C. "Outstanding permits and licenses" The following is a list of known outstanding permits and/or Iicenses to be acquired, if any as of 08/04/216 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None SC-7.02., "Coordination" The individuals or entities listed below have contracts with the City for the performance of other work at the Site: CITY OF FORT WORTH 2O20 On -Call Traffic Management School and Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22, 2016 1 2 3 4 5 6 7 8 9 10 I 12 13 14 15 16 17 18 19 20 2I 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 007300-6 SIIPPLEMENTARY CONDITIONS Page 6 of 7 Vendor Scope of Work Coordination Authority None SC-8.01, "Communications to Contractor" None SC-9.01., "City's Project Manager" The City's Project Manager for this Contract is Lawrence Hill or his/her successor pursuant to written notification from the Director of Transportation and Public Works Department. SC-11.04A-D., "Plans Quantity Measurement" Actual quantities may vary. Contractors are advised that the quantities shown on the work order are estimates. During the course of a job, the City reserves the right to increase or decrease the total estimated quantities of individual line items. Unit costs will not be adjusted to reflect changes in quantity. SC-13.03C., "Tests and Inspections" None SC-14.02D., "Liquidated Damages" If the work order is not completed within the allotted number of working days, liquidated damages will be witbheld in the amounts shown below and described in Section 1.36.1 of the latest edition of the North Central Texas Council of Government's Standard Specifications for Public Works Construction, where the contract amount will be equal to the amount of the work order. Amount of Work Order ($) Amount of Liquidated Damages ($) Less than 5,000.00 60.00 Per Day 5,000.00 to 14,999.99 80.00 Per Day 15,000.00 to 24,999.99 100.00 Per day 25,000.00 to 49,999.99 120.00 Per day 50,000.00 to 99,999.99 160.00 Per Day 100,000.00 to 1,000,000.00 240.00 Per day More than 1,000,000.00 500.00 Per day Additional days will be granted at the discretion of the City due to inclement weather to complete the work order. Time suspension requests for weather delays will not be required. Weather days will be determined by the Engineering Manager or Designee and will be tracked on a monthly calendar. If the Contractor believes circumstances (other than weather) outside his control will delay progress on a particular work order, contractor can initiate a request to suspend time. The Contractor must submit such requests to the City in writing (via e-mail, fax, or letter). Suspensions of time will be granted on an individual work order basis. Calendar days will be counted against each monthly work order until the Contractor makes a time suspension request. If all items for all work sites ordered on the monthly work order are not completed within 50 days of the issuance date, liquidated damages will be withheld from the retainage fee in the amounts described above CITY OF FORT WORTH 2O20 On -Call Traffic Management School and Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 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 00 73 00 - 7 SUPPLEMENTARY CONDITIONS Page 7 of 7 under "Delays, Extension of Time, and Liquidation Damages". Change order shall not affect the obligation of contract time frames for material procurement or work completion. Contract time limits, material procurement time frames, and contract pay items will be adjusted at Engineering Manager's discretion. SC-14.02E., "Payment" On the 251 day of each month, the Contractor shall prepare invoice(s) for payments of work performed. All invoices are to be submitted to the Engineering Manager or Designee, Transportation and Public Works Department, 5001 James Ave, Suite 301, Fort Worth, Texas 76115. The invoice must contain dates of installation, work site locations, and corresponding quantities for line items installed. First Inspection: The Engineering Manager or Designee will conduct a visual inspection of each work site on the monthly work order. No payments will be made for a work site until all items ordered for the site are completed. If all items are completed and meet the specifications, payment will be made with an automatic 10% retainage fee. Second Inspection: Within 30 days of completing the work, the Engineering Manager or Designee will conduct second inspections to field verify actual quantities. The amount of the retainage will be released based on the difference between the invoice quantities and field verified quantities. Work order sites with scale drawings will be paid using quantities shown on the scale design drawing. SC-16.01C.1, "Methods and Procedures" None END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O20 On -Call Traffic Management School and Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22, 2016 SECTION 01 11 00 SUMMARY OF WORK PART1- GENERAL 1.1 SUMMARY A. Section Includes: 011100-1 SUMMARY OF WORK Page I 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 l - 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 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 1, Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises I. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other public places or other rights -of -way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 01 11 00 -2 SUMMARY OF WORK Page 2 of 3 b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. If the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad. 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 apart 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. b. 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 [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 01 I100-3 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] 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 fRevision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 SECTION 0125 00 SUBSTITUTION PROCEDURES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 01 25 00 - 1 SUBSTITUTION PROCEDURES Page 1 of 4 1. The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade narne d. Catalog number 2. Substitutions are not "or -equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Fonns and Conditions of the Contract 2. Division 1 -- 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. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or -equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions. a. Or -equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July I, 2011 01 2s 00 - 2 SUBSTITUTION PROCEDURES Page 2 of 4 b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for ,Substitution Form (attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation I) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's naive b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to. a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) ,Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved, the resulting cost and/or time reduction will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 01 25 00 - 3 SUBSTITUTION PROCEDURES Page 3 of 4 4. No additional contract time will be given for substitution. Substitution will be rejected if: a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the City's opinion, acceptance will require substantial revision of the original design d. In the City's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 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 [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: 01 2500 - 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 Recommended Recommended Not recomnnended _Received late By Date Remarks Date Rejected CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 SECTION 01 3119 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 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. 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 [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised August 17, 2012 01 31 19 - 2 PRECONSTRUCTION MEETTNG Page 2 of 3 c. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 01 32 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule 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 cc. Record Drawings ff. Temporary construction facilities gg. M/WBE or MBE/SBE procedures hh, Final Acceptance ii. Final Payment jj. Questions or Comments CITY OF FORT WORTH [Insert Project Namc] STANDARD CONSTRUCTION SPECIFTCATTON DOCUMENTS [Insert Project Number] Revised August 17, 2012 01 31 19 - 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 [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised August 17, 2012 013120--1 PROJECT MEETINGS Page 1 of 3 SECTION 01 31 20 PROJECT MEETINGS [Specifier: This Specification is intended for use on projects designated as Tier 3 or Tier 4.] PART1- GENERAL 1.1 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 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 l . 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 [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 01 31 20 - 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 I. 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 c. Equipment approval 3. The Project Representative will preside at progress meetings, prepare the notes of the meeting and distribute copies of the same to all participants who so request by fully completing the attendance form to be circulated at the beginning of each meeting. 4. Attendance shall include: a. Contractor's project manager b. Contractor's superintendent c. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request d. Engineer's representatives e. City's representatives f. Others, as requested by the Project Representative 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 -sit(- fabrication, delivery schedules e. Review of construction interfacing and sequencing requirements with other construction contracts f. Corrective measures and procedures to regain projected schedule g. Revisions to construction schedule h. Progress, schedule, during succeeding Work period i. Coordination of schedules j. Review submittal schedules k. Maintenance of quality standards 1. Pending changes and substitutions m. Review proposed changes for: 1) Effect on construction schedule and on completion date 2) Effect on other contracts of the Project n. Review Record Documents o. Review monthly pay request CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [insert Project Number] Revised July 1, 2011 0131 20 - 3 PROJECT MEETINGS Page 3 of 3 p. Review status of Requests for Information 6. 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 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 Lag DATE NAME SUMMARY OF CHANGE CPPY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 013216-1 CONSTRUCTION PROGRESS SC14EDULE Page I of 5 SECTION 013216 CONSTRUCTION PROGRESS SCHEDULE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. General requirements for the preparation, submittal, updating, status reporting and management of the Construction Progress Schedule 2. Specific requirements are presented in the City of Port Worth Schedule Guidance Document B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Definitions 1. Schedule Tiers a. Tier 1 - No schedule submittal required by contract. Small, brief duration projects b. Tier 2 - No schedule submittal required by contract, but will require some milestone dates. Small, brief duration projects c. Tier 3 - Schedule submittal required by contract as described in the Specification and herein. Majority of City projects, including all bond program projects d. Tier 4 - Schedule submittal required by contract as described in the Specification and herein. Large and/or complex projects with long durations 1) Examples: large water pump station project and associated pipeline with interconnection to another governmental entity e. Tier 5 - Schedule submittal required by contract as described in the Specification and herein. Large and/or very complex projects with long durations, high public visibility 1) Examples might include a water or wastewater treatment plant 2. Baseline Schedule - Initial schedule submitted before work begins that will serve as the baseline for measuring progress and departures from the schedule. 3. Progress Schedule Monthly submittal of a progress schedule documenting progress on the project and any changes anticipated. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 013216-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 4. Schedule Narrative - Concise narrative of the schedule including schedule changes, expected delays, key schedule issues, critical path items, etc B. Reference Standards 1. City of Fort Worth Schedule Guidance Document 1.4 ADMINISTRATIVE REQUIREMENTS A. Baseline Schedule General a. Prepare a cost -loaded baseline Schedule using approved software and the Critical Path Method (CPM) as required in the City of Fort Worth Schedule Guidance Document. b. Review the draft cast -loaded baseline Schedule with the City to demonstrate understanding of the work to be performed and known issues and constraints related to the schedule. c. Designate an authorized representative (Project Scheduler) responsible for developing and updating the schedule and preparing reports. B. Progress Schedule 1. Update the progress Schedule monthly as required in the City of Fort Worth Schedule Guidance Document. 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 3. Change Orders a. Incorporate approved change orders, resulting in a change of contract time, in the baseline Schedule in accordance with City of Fort Worth ,Schedule Guidance Document. C. Responsibility for Schedule Compliance 1. Whenever it becomes apparent from the current progress Schedule and CPM Status Report that delays to the critical path have resulted and the Contract completion date will not be met, or when so directed by the City, make some or all of the following actions at no additional cost to the City a. Submit a Recovery Plan to the City for approval revised baseline Schedule outlining. 1) A written statement of the steps intended to take to remove or arrest the delay to the critical path in the approved schedule 2) Increase construction manpower in such quantities and crafts as will substantially eliminate the backlog of work and return current Schedule to meet projected baseline completion dates 3) Increase the number of working hours per shift, shifts per day, working days per week, the amount of construction equipment, or any combination of the foregoing, sufficiently to substantially eliminate the backlog of work 4) Reschedule activities to achieve maximum practical concurrency of accomplishment of activities, and comply with the revised schedule 2. If no written statement of the steps intended to take is submitted when so requested by the City, the City may direct the Contractor to increase the level of effort in manpower (trades), equipment and work schedule (overtime, weekend and holiday work, etc.) to be employed by the Contractor in order to remove or arrest the delay to the critical path in the approved schedule. a. No additional cost for such work will be considered. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [lusert Project Number] Revised July 1, 2011 013216-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 D. The Contract completion time will be adjusted only for causes specified in this Contract. a. Requests for an extension of any Contract completion date must be supplemented with the following: 1) Furnish justification and supporting evidence as the City may deem necessary to determine whether the requested extension of time is entitled under the provisions of this Contract. a) The City will, after receipt of such justification and supporting evidence, make findings of fact and will advise the Contractor, in writing thereof. 2) If the City finds that the requested extension of time is entitled, the City's determination as to the total number of days allowed for the extensions shall be based upon the approved total baseline schedule and on all data relevant to the extension. a) Such data shall be included in the next updating of the Progress schedule. b) Actual delays in activities which, according to the Baseline schedule, do not affect any Contract completion date shown by the critical path in the network will not be the basis for a change therein. 2. Submit each request for change in Contract completion date to the City within 30 days after the beginning of the delay for which a time extension is requested but before the date of final payment under this Contract. a. No time extension will be granted for requests which are not submitted within the foregoing time limit. b. From time to time, it may be necessary for the Contract schedule or completion time to be adjusted by the City to reflect the effects of job conditions, weather, technical difficulties, strikes, unavoidable delays on the part of the City or its representatives, and other unforeseeable conditions which may indicate schedule adjustments or completion time extensions. 1) Under such conditions, the City will direct the Contractor to reschedule the work or Contract completion time to reflect the changed conditions and the Contractor shall revise his schedule accordingly. a) No additional compensation will be made to the Contractor for such schedule changes except for unavoidable overall contract time extensions beyond the actual completion of unaffected work, in which case the Contractor shall take all possible action to minimize any time extension and any additional cost to the City. b) Available float time in the Baseline schedule maybe used by the City as well as by the Contractor. 3. Float or slack time is defined as the amount of time between the earliest start date and the latest start date or between the earliest finish date and the latest finish date of a chain of activities on the Baseline Schedule. a. Float or slack time is not for the exclusive use or benefit of either the Contractor or the City. b. Proceed with work according to early start dates, and the City shall have the right to reserve and apportion float time according to the needs of the project. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 01 32 16 -4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 c. Acknowledge and agree that actual delays, affecting paths of activities containing float time, will not have any effect upon contract completion times, providing that the actual delay does not exceed the float time associated with those activities. E. Coordinating Schedule with Other Contract Schedules 1. Where work is to be performed under this Contract concurrently with or contingent upon work performed on the same facilities or area under other contracts, the Baseline Schedule shall be coordinated with the schedules of the other contracts. a. Obtain the schedules of the other appropriate contracts from the City for the preparation and updating of Baseline schedule and make the required changes in his schedule when indicated by changes in corresponding schedules. 2. In case of interference between the operations of different contractors, the City will determine the work priority of each contractor and the sequence of work necessary to expedite the completion of the entire Project. a. In such cases, the decision of the City shall be accepted as final. b. The temporary delay of any work due to such circumstances shall not be considered as justification for claims for additional compensation. 1.5 SUBMITTALS A. Baseline ,Schedule Submit Schedule in native file forinat and pdf format as required in the City of Fort Worth Schedule Guidance Document. a. Native file format includes: 1) Primavera (P6 or Primavera Contractor) 2. Submit draft baseline Schedule to City prior to the pre -construction meeting and bring in hard copy to the meeting for review and discussion. B. Progress Schedule 1. Submit progress Schedule in native file format and pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit progress Schedule monthly no later than the last day of the month. C. Schedule Narrative 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit schedule narrative monthly no later than the last day of the month. D. Submittal Process 1. The City administers and manages schedules through Buzzsaw. 2. Contractor shall submit documents as required in the City of Fort Worth Schedule Guidance Document. 3. Once the project has been completed and Final Acceptance has been issued by the City, no further progress schedules are required. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 0132 16 - 5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. The person preparing and revising the construction Progress Schedule shall be experienced in the preparation of schedules of similar complexity. B. Schedule and supporting documents addressed in this Specification shall be prepared, updated and revised. to accurately reflect the performance of the construction. C. Contractor is responsible for the quality of all submittals in this section meeting the standard of care for the construction industry for similar projects. 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 [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 01 32 33 -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 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. 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 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] CITY OF )FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 01 32 33 - 2 PRECONSTRUCTION VIDEO Page 2 of 2 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 SECTION 0133 00 SUBMITTALS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 01 3300-1 SUBMITTALS Page I of S 1. General methods and requirements of submissions applicable to the following Work -related submittals: a. ,Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1, None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 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 I . 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 Iimited 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 [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 01 33 00 - 2 SUBMITTALS Page 2 of S 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 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 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and 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 '/2 inches x 1 l inches to 8 % inches x 1 linches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 01 33 00 - 3 SUBMI"I'TALS Page 3 of 8 2. The Project title and number 3. Contractor identification 4. The names of a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal 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 C. Custom templates £ 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 [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 01 33 00 -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 1. As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work L 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. I . 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 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 sball 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 [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 01 33 00 - 5 SUBMITTALS Page 5 of 8 a. Shop Drawings 1) Distributed to the City 2) Copies a) S copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies C. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. 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 [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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) Reuubmittal 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 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 013300-7 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) 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 (RFD 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 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] CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 20I2 013300-8 SUBMITTALS Page 8 of 8 PART 2 - PRODUCTS [NOT USED] PART 3 _ EXECUTION [NOT USED] END Off' 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 [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 013513-1 SPECIAL PROJECT PROCEDURES Page 1 of 8 I SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 c. Use of Explosives, Drop Weight, Etc. 12 £ Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 1. (Coordination with North Central Texas Council of Governments Clean 19 Construction Specification [remove if not required]) 20 B. Deviations from this City of Fort Worth Standard Specification 21 1. None. 22 C. Related Specification Sections include, but are not necessarily limited to: 23 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 24 2. Division 1— General Requirements 25 3. Section 33 12 25 — Connection to Existing Water Mains 26 1.2 PRICE AND PAYMENT PROCEDURES 27 A. Measurement and Payment 28 1. Coordination within Railroad permit areas 29 a. Measurement 30 1) Measurement for this Item will be by lump sum. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 will be paid for at the lump sum price bid for Railroad Coordination. 34 c. The price bid shall include: 35 1) Mobilization 36 2) Inspection 37 3) Safety training 38 4) Additional Insurance 39 5) Insurance Certificates CITY OF FORT WORTH 2O20 On -Call Traffic Management and School Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 0135 13 - 2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 6) Other requirements associated with general coordination with Railroad, 2 including additional employees required to protect the right-of-way and 3 property of the Railroad from damage arising out of and/or from the 4 construction of the Project. 5 2. Railroad Flagmen 6 a. Measurement 7 1) Measurement for this Item will be per working day. 8 b. Payment 9 1) The work performed and materials furnished in accordance with this Item 10 will be paid for each working day that Railroad Flagmen are present at the 11 Site. 12 c. The price bid shall include: 13 1) Coordination for scheduling flagmen 14 2) Flagmen 15 3) Other requirements associated with Railroad 16 3. All other items 17 a. Work associated with these Items is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 1.3 REFERENCES 20 A. Reference Standards 21 1. Reference standards cited in this Specification refer to the current reference 22 standard published at the time of the latest revision date logged at the end of this 23 Specification, unless a date is specifically cited. 24 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 25 High Voltage Overhead Lines. 26 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction 27 Specification 28 1.4 ADMINISTRATIVE REQUIREMENTS 29 A. Coordination with the Texas Department of Transportation 30 1. When work in the right-of-way which is under the jurisdiction of the Texas 31 Department of Transportation (TxDOT): 32 a. Notify the Texas Department of Transportation prior to commencing any work 33 therein in accordance with the provisions of the permit 34 b. All work performed in the TxDOT right-of-way shall be performed in 35 compliance with and subject to approval from the Texas Department of 36 Transportation 37 B. Work near High Voltage Lines 38 1. Regulatory Requirements 39 a. All Work near High Voltage Lines (more than 600 volts measured between 40 conductors or between a conductor and the ground) shall be in accordance with 41 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 42 2. Warning sign 43 a. Provide sign of sufficient size meeting all OSHA requirements. 44 3. Equipment operating within 10 feet of high voltage lines will require the following 45 safety features CITY OF FORT WORTH 2O20 On -Call Traffic Management and School Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 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 38 39 40 41 42 43 44 45 46 01 35 13 - 3 SPECIAL PROJECT PROCEDURES Page 3 of 8 a. Insulating cage -type of guard about the boom or arm b. Insulator links on the lift hook connections for back hoes or dippers c. Equipment must meet the safety requirements as set forth by OSHA and the safety requirements of the owner of the high voltage lines 4. Work within 6 feet of high voltage electric lines a. Notification shall be given to: 1) The power company (example: ONCOR) a) Maintain an accurate log of all such calls to power company and record action taken in each case. b. Coordination with power company 1) After notification coordinate with the power company to: a) Erect temporary mechanical barriers, de -energize the lines, or raise or lower the lines c. No personnel may work within 6 feet of a high voltage line before the above requirements have been met. C. Confined Space Entry Program 1. Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. 2. Confined Spaces include: a. Manholes b. All other confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Air Pollution Watch Days 1. General a. Observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". b. Typical Ozone Season 1) May I through October 31. c. CriticaI Emission Time 1) 6:00 a.m. to 10:00 a.m. 2. Watch Days a. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. b. Requirements 1) Begin work after 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. 2) However, the Contractor may begin work prior to 10:00 a.m. if - a) Use of motorized equipment is less than I hour, or b) If equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. E. TCEQ Air Permit 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. F. Use of Explosives, Drop Weight, Etc. 1. When Contract Documents permit on the project the following will apply: CITY OF FORT WORTH 2O20 On -Call Traffic Management and School Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 01 35 13 - 4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1 a. Public Notification 2 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 3 prior to commencing. 4 2) Minimum 24 hour public notification in accordance with Section 0131 13 5 G. Water Department Coordination 6 1. During the construction of this project, it will be necessary to deactivate, for a 7 period of time, existing lines. The Contractor shall be required to coordinate with 8 the Water Department to determine the best times for deactivating and activating 9 those lines. 10 2. Coordinate any event that will require connecting to or the operation of an existing 11 City water line system with the City's representative. 12 a. Coordination shall be in accordance with Section 33 12 25. 13 b. If needed, obtain a hydrant water meter from the Water Department for use 14 during the life of named project. 15 c. In the event that a water valve on an existing live system be turned off and on 16 to accommodate the construction of the project is required, coordinate this 17 activity through the appropriate City representative. 18 1) Do not operate water line valves of existing water system. 19 a) Failure to comply will render the Contractor in violation of Texas Penal 20 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 21 will be prosecuted to the full extent of the Iaw. 22 b) In addition, the Contractor will assume all liabilities and 23 responsibilities as a result of these actions. 24 H. Public Notification Prior to Beginning Construction 25 1. Prior to beginning construction on any block in the project, on a block by block 26 basis, prepare and deliver a notice or flyer of the pending construction to the front 27 door of each residence or business that will be impacted by construction. The notice 28 shall be prepared as follows: 29 a. Post notice or flyer 7 days prior to beginning any construction activity on each 30 block in the project area. 31 1) Prepare flyer on the Contractor's letterhead and include the following 32 information: 33 a) Name of Project 34 b) City Project No (CPN) 35 c) Scope of Project (i.e. type of construction activity) 36 d) Actual construction duration within the block 37 e) Name of the contractor's foreman and phone number 38 f) Name of the City's inspector and phone number 39 g) City's after-hours phone number 40 2) A sample of the `pre -construction notification' flyer is attached as Exhibit 41 A. 42 3) Submit schedule showing the construction start and finish time for each 43 block of the project to the inspector. 44 4) Deliver flyer to the City Inspector for review prior to distribution. 45 b. No construction will be allowed to begin on any block until the flyer is 46 delivered to all residents of the block. 47 1. Public Notification of Temporary Water Service Interruption during Construction CITY OF FORT WORTH 2O20 On -Call Traffic Management and School Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 0135 13 -5 SPECIAL PROJECT PROCEDURES Page 5 of 8 1 1. In the event it becomes necessary to temporarily shut down water service to 2 residents or businesses during construction, prepare and deliver a notice or flyer of 3 the pending interruption to the front door of each affected resident. 4 2. Prepared notice as follows: 5 a. The notification or flyer shall be posted 24 hours prior to the temporary 6 interruption. 7 b. Prepare flyer on the contractor's letterhead and include the following 8 information: 9 1) Name of the project 10 2) City Project Number 11 3) Date of the interruption of service 12 4) Period the interruption will take place 13 5) Name of the contractor's foreman and phone number 14 6) Name of the City's inspector and phone number 15 c. A sample of the temporary water service interruption notification is attached as 16 Exhibit B. 17 d. Deliver a copy of the temporary interruption notification to the City inspector 18 for review prior to being distributed. 19 e. No interruption of water service can occur until the flyer has been delivered to 20 all affected residents and businesses. 21 f. Electronic versions of the sample flyers can be obtained from the Project 22 Construction Inspector, 23 J. Coordination with United States Army Corps of Engineers (USACE) 24 J. At locations in the Project where construction activities occur in areas where 25 USACE permits are required, meet all requirements set forth in each designated 26 permit. 27 K. Coordination within Railroad Permit Areas 28 1. At locations in the project where construction activities occur in areas where 29 railroad permits are required, meet all requirements set forth in each designated 30 railroad permit. This includes, but is not limited to, provisions for: 31 a. Flagmen 32 b. Inspectors 33 c. Safety training 34 d. Additional insurance 35 e. Insurance certificates 36 f. Other employees required to protect the right-of-way and property of the 37 Railroad Company from damage arising out of and/or from the construction of 38 the project. Proper utility clearance procedures shall be used in accordance 39 with the permit guidelines. 40 2. Obtain any supplemental information needed to comply with the railroad's 41 requirements. 42 3. Railroad Flagmen 43 a. Submit receipts to City for verification of working days that railroad flagmen 44 were present on. Site. 45 L. Dust Control 46 1. Use acceptable measures to control dust at the Site. 47 a. If water is used to control dust, capture and properly dispose of waste water. CITY OF FORT WORTH 2O20 On -Call Traffic Management and School Neighborhood Safely Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 0135 13 - 6 SPECIAL PROJECT PROCEDURES Page 6 of 8 1 b. If wet saw cutting is performed, capture and properly dispose of slung. 2 M. Employee Parking 3 1. Provide parking for employees at locations approved by the City. 4 N. {Coordination with North Central Texas Council of Governments (NCTCOG) Clean 5 Construction Specification [if required for the project — verify with City] 6 1. Comply with equipment, operational, reporting and enforcement requirements set 7 forth in NCTCOG's Clean Construction Specification.} 8 1.5 SUBMITTALS [NOT USED] 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 [NOT USED] 13 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS [NOT USED] 17 PART 3 - EXECUTION [NOT USED] 18 19 IP1 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 2O20 On -Call Traffic Management and School Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 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 FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES 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 <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH 2O20 On -Call Traffic Management and School Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1 74 3 4 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 1*14isIIH10i3 FORT WORTH DOFPm: 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 PORT WORTH 2O20 On -Call Traffic Management and School Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 01 45 23 TESTING AND INSPECTION SERVICES Page 1 of 2 SECTION 0145 23 TESTING AND INSPECTION SERVICES PARTI- GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 -- Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 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 the City's document management system, or another external FTP site approved by the City. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised March 9, 2020 01 45 23 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 3/9/2020 D,V. Magana Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City's document management system. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised March 9, 2020 of 5000-I TEMPORARY FACILITIES AND CONTROLS Page I 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 [NOT 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 1 week before water for construction is desired CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number) 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 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and 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 [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 015000-3 TEMPORARY FACILITIES 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 loR] 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 [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 01 50 00 - 4 TEMPORARY FACILITIES 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 [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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 PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative procedures for: a. Street Use Permit b. Modification of approved traffic control c. RemovaI 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 WORTII [Insert Project Nuns] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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 1. Prior to installation traffic control: a. Submit revised traffic control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 working days for review of revised 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. F. Temporary Signage I. 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 ter-Aporary 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] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.4 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 [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 Of 55 26 - 3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 0157 13- 1 STORM WATER POLLUTION PREVENTION Page 1 of 3 SECTION 01 5713 STORM WATER POLLUTION PREVENTION PARTI- GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I ---- General Requirements 3. Section 3125 00 — Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment Will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance With Section 3125 00. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference 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. Integrated Storm Management (iSWM) Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated With compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 201I 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 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP c) 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 NOT 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. 1.5 SUBMITTALS A. SWPPP Submit in accordance with Section 01 33 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH [h►sert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 O1 57 13 -3 STORM WATER POLLUTION PREVENTION Page 3 of 3 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 0133 00. 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] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July I, 2011 SECTION 01 5813 TEMPORARY PROJECT SIGNAGE PART1- GENERAL 1.1 SUMMARY 01 58 13-1 TEMPORARY PROJECT SIGNAGE Page I of 3 A. Section Includes: 1. Temporary Project Signage Requirements 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 [NOT USED] 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 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Design Criteria 1. Provide free standing Project Designation Sign in accordance with City's Standard Details for project signs. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 015813-2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 B. Materials 1. Sign a. Constructed of 3/4-inch fir plywood, grade A-C (exterior) or better 2.3 ACCESSORIES fNOT 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 INSTALLATION A. General 1. Provide vertical installation at extents of project. 2. Relocate sign as needed, upon request of the City. B. Mounting options a. Skids b. Posts c. Barricade 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [ort] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 311 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION fNOT USED] 3.13 MAINTENANCE A. General 1. Maintenance will include painting and repairs as needed or directed by the City. 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 015813-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTII [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 SECTION 0160 00 PRODUCT REQUIREMENTS PARTI- GENERAL 1.1 SUMMARY A. Section Includes: 01 60 00 PRODUCT REQUIREMENTS Page I 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 available through the City's website at: bttps:Happs.fortworthtexas.gov/ProjectResources/ and following the directory path; 02 - Construction Documents/Standard Products List B. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. C. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List. D. Although a specific product is included on 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 SUBMITTALS/INFORMATIONAL 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 [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised March 9, 2020 01 60 00 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] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/I2 D. Johnson Modified Location of City's Standard Product List 3/9/2020 D.V. Magana Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City's website. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised March 9, 2020 01 66 00 - 1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page I of 4 SECTION 0166 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Dort 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 [NOT USED] LS SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 01 66 00 - 2 PRODUCT STORAGE AND HANDLING~ REQUIREMENTS Page 2 of 4 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer's recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer's recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City's Project Representative. 5. Provide off -site storage and protection when on -site storage is not adequate. a. Provide addresses of and access to off -site storage locations for inspection by City's Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. 7. Store in manufacturers' unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City's Project Representative. a. Total Iength which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City's Project Representative. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENT'S Page 3 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [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 ERECTION [NOT USED] 3.5 REPAIR 1 RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non -Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 39 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 016600-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 017000-1 MOBILIZATION AND REM0131LIZATION Page I of 6 1 SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 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) ReIocation of necessary general facilities for the Contractor's operation from I location to another location on the Site. b. Demobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract 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 CITY OF FORT WORTH 2O20 On -Call Traffic Management and School Neigbhohood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2016 01 70 00 - 2 MOBILIZATION AND REMOBILIZATION Page 2 of 6 1 a. Mobilization and Demobilization 2 1) Mobilization shall consist of the activities and cost on a Work Order basis 3 necessary for: 4 a) Transportation of Contractor's personnel, equipment, and operating 5 supplies to the Site for the issued Work Order. 6 b) Establishment of necessary general facilities for the Contractor's 7 operation at the Site for the issued Work Order 8 2) Demobilization shall consist of the activities and cost necessary for: 9 a) Transportation of Contractor's personnel, equipment, and operating 10 supplies from the Site including disassembly for each issued Work 11 Order 12 b) Site Clean-up for each issued Work Order 13 c) Removal of all buildings or other facilities assembled at the Site for I4 each Work Oder 15 b. Mobilization and Demobilization do not include activities for specific items of 16 work for which payment is provided elsewhere in the contract. 17 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 18 a. A Mobilization for Miscellaneous Projects when directed by the City and the 19 mobilization occurs within 24 hours of the issuance of the Work Order. 20 B. Deviations from this City of Fort Worth Standard Specification 21 1, None. 22 C. Related Specification Sections include, but are not necessarily limited to: 23 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 24 2. Division 1 — General Requirements 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment [Consult City Department/Division for direction on if 27 Mobilization pay item to be included or the item should be subsidiary. Include the 28 appropriate Section 1.2 A. 1.] 29 1. Mobilization and Demobilization [Ifsubsidiary] 30 a. Measure 31 1) This Item is considered subsidiary to the various Items bid. 32 b. Payment 33 1) The work performed and materials furnished in accordance with this Item 34 are subsidiary to the various Items bid and no other compensation will be 35 allowed. 36 [OR] 37 I. Mobilization and Demobilization [If bid item included for Mobilization — 38 Consultant to provide a maximum % of adjusted contract amount based on the 39 anticipated mobilization costs to limit the amount bid for this item] 40 a. Measure 41 1) This Item will be measured by the lump sum or each as the work 42 progresses. Mobilization is calculated on the base bid only and will not be 43 paid for separately on any additive alternate items added to the Contract. 44 2) Demobilization shall be considered subsidiary to the various bid items. 45 b. Payment CITY OF FORT WORTH 2O20 On -Call Traffic Management and School Neigbhohood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2016 017000-3 MOBILIZATION AND RFMOBILIZATION Page 3 of 8 1 1) For this Item, the adjusted Contract amount will be calculated as the total 2 Contract amount less the lump sung for mobilization. Mobilization shall be 3 made in partial payments as follows: 4 a) When 1% of the adjusted Contract amount for construction Items is 5 earned, 50% of the mobilization lump sum bid or [Insert % the maximum 6 , " � ; % of the total Contract amount, whichever is less, will be paid. 7 b) When 5% of the adjusted Contract amount for construction Items is 8 earned, 75% of the mobilization lump sum bid or [Insert the maximum 9 allowed]% of the total Contract amount, whichever is less, will be paid. 10 Previous payments under the Item will be deducted from this amount. 11 c) When 10% of the adjusted Contract amount for construction Items is 12 earned, 100% of the mobilization lump sum bid or [Insert the maximum 13 allowed]% of the total Contract amount, whichever is less, will be paid. 14 Previous payments under the Item will be deducted from this amount. 15 d) A bid containing a total for "Mobilization" in excess of [Insert 16 maximum allowed] % of total contract shall be considered unbalanced 17 and a cause for consideration of rejection. 18 e) The Lump Sum bid for "Mobilization — Paving/Drainage" shall NOT 19 include any cost or sum for mobilization items associated with 20 water/sewer items. Those costs shall be included in the various 21 water/sewer bid Items. Otherwise the bid Items shall be considered 22 unbalanced and a cause for consideration of rejection. 23 1) The Lump Sum bid for "Mobilization — Paving" shall NOT include 24 any cost or sum for mobilization items associated with drainage items. 25 Those costs shall be included in the "Mobilization — Drainage" Lump 26 Sum bid Item. Otherwise the bid Items shall be considered unbalanced 27 and a cause for consideration of rejection. 28 g) The Lump Sum bid for "Mobilization — Drainage" shall NOT 29 include any cost or sum for mobilization items associated with paving 30 items. Those costs shall be included in the "Mobilization — Paving" 31 Lump Sum bid Item. Otherwise the bid Items shall be considered 32 unbalanced and a cause for consideration of rejection. 33 2) The work performed and materials furnished for demobilization in 34 accordance with this Item are subsidiary to the various Items bid and no other 35 compensation will be allowed. 36 [OR] 37 1. Mobilization and Demobilization [If multiple "Mobilization" bid items are used 38 due to different funding (ex. Water and Sewer and Paving and/or Drainage) — 39 Provide detail of each bid item - Consultant to provide detail for each bid item 40 (typically Water/Sewer will be subsidiary and Paving/Drainage will be LS, with 41 possibly separate bid items for Paving and Drainage due to funding).] 42 a. Measure 43 1) This item for Water/Sewer improvements is considered subsidiary to the 44 various Items bid. 45 2) "Mobilization — Paving," "Mobilization — Drainage," and/or "Mobilization 46 — Paving/Drainage" will be measured by the lump sutra or each as the work 47 progresses. Mobilization is calculated on the base bid only and will not be 48 paid for separately on any additive alternate items added to the Contract. 49 3) Demobilization shall be considered subsidiary to the various bid items. CITY OF FORT WORTH 2O20 On -Call Traffic Management and School Neigbhohood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2016 01 70 00 - 4 MOBILIZATION AND REMOBILIZATION Page 4 of 6 I b. Payment 2 1) The work performed and materials furnished in accordance with this Item 3 for Water/Sewer improvements are subsidiary to the various Items bid and no 4 other compensation will be allowed. 5 2) "Mobilization — Paving," "Mobilization — Drainage," and/or "Mobilization 6 — Paving/Drainage", the adjusted Contract amount will be calculated as the 7 totaI Contract amount for paving, drainage or paving/drainage improvements 8 less the lump sum for mobilization. Mobilization shall be made in partial 9 payments as follows: 10 a) When 1% of the adjusted Contract amount for construction Items is I I earned, 50% of the mobilization lump sum bid or [Insert % the maximum 12 allowed] % of the total paving, drainage, or paving/drainage Contract 13 amount, whichever is less, will be paid. 14 b) When 5% of the adjusted Contract amount for construction Items is 15 earned, 75% of the mobilization lump sum bid or [Insert the maximum 16 allowed]% of the total paving, drainage, or paving/drainage Contract I7 amount, whichever is less, will be paid. Previous payments under the Item 18 will be deducted from this amount. 19 c) When 10% of the adjusted Contract amount for construction Items is 20 earned, 100% of the mobilization lump sum bid or `Insert the maximum 21 allowed]% of the total paving, drainage, or paving/drainage Contract 22 amount, whichever is less, will be paid. Previous payments under the Item 23 will be deducted from this amount. 24 d) A bid containing a total for "Mobilization" in excess of [Insert 25 maximum allowed] % of total paving, drainage or paving/drainage 26 contract shall be considered unbalanced and a cause for consideration 27 of rejection. 28 3) The work performed and materials furnished for demobilization in 29 accordance with this Item are subsidiary to the various Items bid and no other 30 compensation will be allowed. 31 2. Remobilization for suspension of Work as specifically required in the Contract 32 Documents 33 a. Measurement 34 1) Measurement for this Item shall be per each remobilization performed. 35 b. Payment 36 1) The work performed and materials furnished in accordance with this Item 37 and measured as provided under "Measurement" will be paid for at the unit 38 price per each "Specified Remobilization" in accordance with Contract 39 Documents. 40 c. The price shall include: 41 1) Demobilization as described in Section 1.I.A.2.a.1) 42 2) Remobilization as described in Section I.1.A.2.a.2) 43 d. No payments will be made for standby, idle time, or lost profits associated this 44 Item. 45 3. Remobilization for suspension of Work as required by City 46 a. Measurement and Payment 47 1) This shall be submitted as a Contract Claim in accordance with Article 10 48 of Section 00 72 00. CITY OF FORT WORTH 2O20 On -Call Traffic Management and School Neigbhohood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2016 017000-5 MOBILIZATION AND RLMOBILIZATION Page 5 of 6 1 2) No payments will be made for standby, idle time, or lost profits associated 2 with this Item. 3 4. Mobilizations and Demobilizations for Miscellaneous Projects 4 a. Measurement 5 1) Measurement for this Item shall be for each Mobilization and 6 Demobilization required by the Contract Documents 7 b. Payment 8 1) The Work performed and materials furnished in accordance with this Item 9 and measured as provided under "Measurement" will be paid for at the unit 10 price per each "Work Order Mobilization" in accordance with Contract 11 Documents. Demobilization shall be considered subsidiary to mobilization 12 and shall not be paid for separately. 13 c. The price shall include: 14 1) Mobilization as described in Section 1.1.A.3.a.1) 15 2) Demobilization as described in Section 1.1.A.3.a.2) 16 d. No payments will be made for standby, idle time, or lost profits associated this 17 Item. 18 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 19 a. Measurement 20 1) Measurement for this Item shall be for each Mobilization and 21 Demobilization required by the Contract Documents 22 b. Payment 23 1) The Work performed and materials furnished in accordance with this Item 24 and measured as provided under "Measurement" will be paid for at the unit 25 price per each "Work Order Emergency Mobilization" in accordance with 26 Contract Documents. Demobilization shall be considered subsidiary to 27 mobilization and shall not be paid for separately. 28 c. The price shall include 29 1) Mobilization as described in Section 1.1.A.4.a) 30 2) Demobilization as described in Section I.I.A.3.a.2) 31 d. No payments will be made for standby, idle time, or lost profits associated this 32 Item. 33 1.3 REFERENCES f NOT USED] 34 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 35 1.5 SUBMITTALS [NOT USED] 36 1.6 INFORMATIONAL SUBMITTALS fNOT USED] 37 1.7 CLOSEOUT SUBMITTALS [NOT USED] 38 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 39 1.9 QUALITY ASSURANCE [NOT USED] 40 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 41 1.11 FIELD [SITE] CONDITIONS [NOT USED] 42 1.12 WARRANTY [NOT USED] CITY OF FONT WORTH 2O20 On -Call Traffic Management and School Neigbhohood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2016 01 70 00 - 6 MOBILIZATION AND REMOBILIZATION Page 6 of 6 i PART 2 - PRODUCTS [NOT USED] 2 PART 3 - EXECUTION [NOT USED] 3 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1 1/22/16 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 2O20 On -Call Traffic Management and School Neigbhohood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2016 FoRTWORTH, Section 01 7'1 23.01 m Attachment A Survey Staking Standards February 2017 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 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 TXDOT right-of-way or through joint TXDOT participation, adherence to the TXDOT Survey Manual shall be followed and if a discrepancy arises, the TXDOT manual shall prevail. (httoi ioni-ncma;--.uals.txclot.gov/'tA,:-'-. am@.,'s/essfess.: F) If you have a unique circumstance, please consult with the project manager, inspector, or survey department at 817-392-7925. Fable of Contents I. City of Fort Worth Contact Information II. Construction Colors Ill, Standard Staking Supplies IV. Survey Equipment, Control, and Datum Standards V. Water Staking VI. Sanitary Sewer Staking VII. Storm Staking VIII. Curb and Gutter Staking IX. Cut Sheets X. As -built Survey 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 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 y GAS OR OIL YELLOW TELEPHONE/FIBER OPTIC 0RANG E RIND SURVEY CONTROL POINTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-OF-WAYS, AND ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS SANITARY SEWER IRRIGATION AND RECLAIMED WATER Ill. 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 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 3 of 22 IV. Survey Equipment, Control and Datum Standards A. City Benchmarks All city benchmarks can be found here: http://fortworthtexas.gov/itsolutions/­GISI Look for 'Zoning Maps'. Under'Layers', expand'Basemap Layers', and check on 'Benchmarks'. B. Conventional or Robotic Total Station Equipment I. A minimum of a 10 arc -second instrument is required. IL 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. 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 All control points set shall be accompanied by a lath with the appropriate Northing, Easting, and Elevation (if applicable) of the point set. Control points can be set rebar, 'X' in concrete, or any other appropriate item with a stable base and of a semi -permanent nature. A rebar cap is optional, but preferred if the cap is marked 'control point' or similar wording. 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\0171 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. Protected Coordinate System: NAD_1983_State Plane Texas—North_Central_FiPS_4202—Feet Projection: Lambert —Conformal —Conic Fa Ise—Easti 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 Preferred File Naming Convention below F. Preferred Deliverable Format txt csv dwg .job G. Preferred Data Format P,N,E,Z,D,N Point Number, Northing, Easting, Elevation, Description, Notes (if applicable) H. Preferred File Naming Convention This is the preferred format: City Project Number_Description_Datum.csv Example fora 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\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 6 of 22 -r- LI c< LL CL _1 z 0 flDIR :ell W m 7 C i— _ 47 < w r� .J W OTC m 7 � Q U -7-A t EL.= 100.00' W W Z 000 W i— V _ d U W W p < x m � W [If flC O N=5000.00 E =5000.00 =_=_ V. Water Staking Standards 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 7 of 22 A. Centerline Staking— Straight Line Tangents I. Offset lath/stakes every 200' on even stations IL 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 IL Same grading guidelines as above Ill. Staking of radius points of greater than 100' may be omitted C. Water Meter Boxes I. 7.0' perpendicular offset is preferred to the center of the box li. Center of the meter should be 3.0' behind the proposed face of curb Ill. Meter should be staked a minimum of 4.5' away from the edge of a driveway IV. Grade is to top of box and should be +0.06' higher than the proposed top of curb unless shown otherwise on the plans D. Fire Hydrants I. Center of Hydrant should be 3.0' behind proposed face of curb II. Survey offset stake should be 7.0' from the center and perpendicular to the curb line or water main III. Grade of hydrants should be +0.30 higher than the adjacent top of curb E. Water Valves & VauIts I. Offsets should be perpendicular to the proposed water main II. RIM grades should only be provided if on plans €xam le Water Stakes 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 8 of 22 Y Q w � o W 0 F� Z 0 7' a/S W/L ern=z+oo C-3,62 w a c; F r7 W -Co U < 7' O/S WIL =w nSik=1+72.89 F C-3.81 I— - v c7 EL- 101.iG' IsJ m J w a cl�� z L Z C7 C? Q � L, D d �:3 1 1 0 Q j III LLI V Z Q Q LJ W U' O z j LLI �Ww 2� F- 4 in VI. Sanitary Sever Staking d zIota a 194.0 o z � d d � in x r =a �a ac m �m 6 w6 � ta3 i"^ 7 7 r U 7-� d W + IL 2 g Of i0 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 9 of 22 A. Centerline Staking — Straight Line Tangents I. Inverts shall be field verified and compared against the plans before staking II. Painted green lath/stake WITH hub and tack or marker dot, no flagging required 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 Vl. If multiple lines are at one manhole, each line shall have a cut/fill and direction noted VII. Stakes at every grade break Vill. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking -- Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' i nterva I II. Staking of radius points of greater than 100' may be omitted C. Sanitary Sewer Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans 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 10 of 22 Example Sanitary Sewer Stakes �r W A bra to apt v�i s 0 < 7' %S � 58 1,11 STA= 3+ram �w c-aes <w C-411 M C-IDU w A z LL E_ �14 t z yrc! C-J wzs �� o I121 _ .L_ 12` C7f� CL SS 5TA-3+71� ova c-3� 1 _ �zzAl rn Q,4J L mmr� s S O I LLI o/s E ss 1 7' 0/3 q SS II A=i+as I I�- C-- 4°L j W W a W Q 6 a IL 0 W � ' W °9 } N W z �w N d IL N} r. �W y]R a 25LL as + W�L u, N Z 6� J W== I-i iW—i F LL z F� GD �z 9 -infl Elm W je Wry Es.W az m O s Ce 0 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.15.01_Attachment A Survey Staking Standards.docx Page 11 of 22 !!IL Storm Sewer & Inlet Staking A. Centerline Staking -- Straight Line Tangents I. 1 offset stake every 200' on even stations H. 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 50D nail or hub set with a whisker B. Centerline Staking-- Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Storm Drain Inlets I. Staking distances should be measured from end of wing II. Standard 10' Inlet = 16.00' total length III. Recessed 10' Inlet = 20.00' total length IV. Standard double 10' in[et = 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 Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 12 of 22 BACK (3QE FACEND R.ELW.) POINT # E HI.9 ELEVAnE7N wa --L Example Storm Inlet Stakes FRONT (SIDE FACING (L) NO FLAGGING REQUIREL! 11.1 LIEU OF PINK f A1t-,JTFD LATH IDENTIFIES MICH END OF THE WHO BEING STAKED CA 'E II I INLET STATION * s (IF NOTED ON PLANS) IDENTIFIES GRADE %C TO TIOP OF CURE IDENTIFIES GRADE TO FLOYMNE I BACK q�ME FAIM R.6.W_} POINT 13 HUES ElE AMUN n FRONT (SIDE FACING ) -01 wj x r- z: IDENTIFIM V41I0H END OF THE: YANG EEING STAKED rn ITS. � I DISTANCES FOR INLEM STANDARD 10' - 16' RECESSED 1Dr STANDARD DOIJBLE 10' - 26,67' HUB %MTH TACK — -- — F�CES5E6 DdJBLE I0_- 'i} 6Y ....._......_ ._........ — — -- — I DACS€ I3F INLET I L �I y ❑ �l - kiANH01� '•� o bi RIIA •^ bI BACK OF CURB — Fl{1lAi1i£ FACE OF INLET INLET FACE OF EDGE OF PAYEMENT EDGE OF PAVEMENT I I EDOE 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 BAL'.K OF CURB--- - FL.OYMNE --- -EDGE OF PAVEMENT Vill. 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 VII. Stakes at every grade break Vlll. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staining — Curves III. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval IV. Staking of radius points of greater than 100' may be omitted 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 14 of 22 Example Curb & Gutter Stales FRONT (SIDE FACING Q Ks FRONT IDENnFIES OD FRONT(SIDE FACIFlO I@} TDI CENT PC FRONT (SIDE FACING FONT OF OLIRVATURE PC {SIDE FACING f-} 0 o Iu o BACK 4 IDENTIFIEZ OFFSET 13 TO ae (SIDE FACING R4.V1,) ! PACK OF 00AA OR F/D FOR FACE OF CURB 2 ❑ PANT III I -r- IOm-nFIES GRADE IS II j 7 1 TA TJF OF CUF43 MD GRe�E dN HUB ELEVATION o . : I raDlus FaNrs — ,o IN LIES.:! OF PltW SAINTED LATH LIZ r 1 �._ TOP OF CURB ' BACK OF CURB FACE OF CURB FLOKINE EDGE OF PAVEMENT Example Curb & Gutter Stakes at Intersection 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 15 of 22 e n \.'\:._slb�� LLJ \/OL 0! 2 — 6 {33� `` / � 05 § � m ] ) -® LU % ez �) a z ® &.moo 222�� § « 8|muv,».p|o � -#;- __ -do Nov. » �§k) U § 16a)2 ) �»�guno£ mova / s| z� m »n q Ia � \ T FT) x § & f�§B k �.x �tk S ) S \I\ \ it m -a \r /�[ 0: G- 6GovernancePmaelempoawspeegeACapitlDel w\CapDeliveryD»o1o171 2 2EO1 «G+metA survey Staking aandaQsdox Page 1BJ22 IX. 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) F. Survey company name G. Crew chief name H_ A blank template can be obtained from the survey superintendent (see item I above) Date: Standard City Cut Sheet City Project Number; Project Name: ❑ TOTAL Staking Method: ❑ GPS STATION ❑ OTHER LOCATION: CONS ULTANTICONTRACTOR SURVEY CREW INITIALS ALL GRADES ARE TO FLOWLINE OR TOP OF CURB UNLESS OTHERWISE NOTED. OFFSET PROP. STAKED PT # STATION DESCRIPTION - CUT + FILL -LTI+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 Surve 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 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 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. 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 19 of 22 IF 42G2 X 'm! sa%ros+v 9 hd4 -- � e N111 3� 6W IN CA 1414 �I +I i' 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 5TA 1ZW4 MCL97'AV AW STAUlff A9 - IE•WL IFLOYD M STA&4Fm -10WL MOM AM REAWE G Sf,IYAGE EXIST. 1N A FRtJP.mrWATEA BATE Vf4VE Cr W-00,ER CLVNJWT TO EXIST. fflWArFA INSYALL NZSCUD 5LF"E STAO8dOf^ l2FYL r BEND ti 1-1-vx &At:L7UCFJt 1A51R1L 1,1p`CLF1X'iN3Pti? ( Gaff FOOMEVAWE P12%SYzftr.a ND ST&01MT5 ffWL �. N,bgf/lA766Jf �-/' M•G9{I'lH5L79¢U N4wty- 0125 INSTALL E.y�55iE9hJE E•229B737Ji94 E-2296 -wo 1•IeX VANCtm IP&a. TE V,tlYE� I -FIRE RYA4/A7%'w fwr !s ue IILF 81MMAW LM w«r wxvr Ra r ��lA a 4 t 0 ME Vt"& xvsworn d' r 'H �� X-00703O0M � `� '.� .4 8`� CF: •13 srlYcat. ra H,Fvl6�h BLit' 6 * FLty 7PJ3D LOY 2 _47. „oe i rrGFmrotinus 0 4a* • ws6emf !6'YuBrry r"WE EXIST n7F ' fLM: Szonr X WATER EGEI: 73W(,C - v b pAfipOSEL) �y AEC�VE VVACMZ y�2 , SAiffAW 5 EXISKWE Vt&E SSE SUM NsTQbl�, A2JU - !2lYL S NSrNds $„ P1Z4S-V4RT 6i'ND zw AvpBwwlftAfWrum A1494WY.M4 rawI-"uc E-2256315wz W.•p&MaR# SYA 090M - 0WL lFLWD M SfA?5T59 •- le SM OmW9ks6 - to [i INTALL, LL fN57'A'fta ffrVAU. I-]zM.LSwi? SIF.EYE 1IE'4uYEAi:BEHD 1-194xVER7T.&-Mo 571F" Or I2' MER PIPE ! ��SE� N&94fO5T�ki53 IX14haT TO Mr. &WATER �2s��iO3?81S E229b3O1A37O *6947Ff592 S E 22a£TD9Br3& 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 21 of 22 23.16.01—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 EASTING ELEV. DESCRIPTION 1 6946757.189 2296079,165 726.09 SSMH RIM {iD�tZGtirl� L 2 6946260.893 2296062.141 725.668 GV RIM 3 6946307,399 2296038.306 726.85 GV RIM C(i(J�Dl�j �5 4 6946270.582 2296011.025 723.358 SSMH RIM 5 6946195.23 2296015.116 722.123 6V RIM r ✓J 6 6946190,528 2296022.721 722.325 FH A 7 6946136.012 2295992.115 719,448 WM RIM 8 6946002.267 2295919,133 713.331 WM RIM -rx1J cOf-- 9 6946003.0S6 2295933.418 713.652 CO RIM 2 btJE Lt 2-D•Z 10 6945984.677 2295880.52 711.662 SSMH RIM 11 6945986.473 2295869,892 710.046 WM RIM 12 6945895.077 2295860.962 707.72 WM RIM 13 6945896,591 2295862.188 709.205 WM RIM 14 6945934.286 2295841.925 709.467 WM RIM 15 6945936.727 2295830.441 710.084 CO RIM Ccr- j 16 6945835.678 2295799.707 707.774 SSMH RIM 17 6945817.488 2295827.011 708.392 SSMH RIM 18 6945759.776 2295758.643 711.218 SSMH RIM 19 6945768.563 2295778.424 710.086 GV RIM 20 6945743.318 2295788,392 710:631 GV RIM 21 6945723,219 2295754.394 712.849 GV RIM 22 6945682.21 2295744.22 716,686 WM RIM O 23 6945621.902 2295669.471 723.76 WM RIM 24 6945643.407 2295736.03 719.737 CO RIM L h� I �'n �.��� WET 25 6945571,059 2295655.195 727.514 SSMH RIM J1 26 6945539.498 2295667,803 729.128 WM RIM 70 27 6945519.834 2295619.49 732.689 WM RIM c 28 6945417.879 2295580.27 740.521 WM RIM I. ST-f-ib f 0 29 6945456.557 2295643.145 736.451 CO RIM 30 6945387.356 2295597.101 740.756 GV RIM ( f 31 6945370,688 2295606.793 740.976 GV RIM 32 6945383.53 2295610.559 740.408 FH 33 6945321.228 2295551.105 746.34 WM RIM 34 6945319.365 2295539,728 746,777 CO RIM 35 6945242.289 2295570,715 748.454 WM RIM 36 6945233.624 2295544.626 749.59 SSMH RIM 37 6945206.483 2295529.305 751,058 WM RIM 38 6945142.015 2295557.666 750.853 WM RIM SIr 39 6945113.445 2295520,335 751,871 WM RIM 40 6945D49.02 2295527.345 752.257 SSMH RIM 41 6945041,024 2295552.675 751.79 WM RIM G`{ 42 6945039.878 2295552.147 751.88 WM RIM y 5*0Y 43 6945006.397 2295518.135 752.615 WM RIM 44 6944944.792 2295520.635 752.801 WM RIM 45 6944943,432 2295556.479 752.156 WM RIM 46 6944860.416 2295S34.397 752.986 SSMH RIM A,, I s 7��` Iz-Wit, 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 I q r zt ti � 1 � 2 � � a s e a I 8 E ii oS � i I �6 cl ;u I Itll AP i . lid Nil bI .� R` wl 14 Z,{i 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 26 of 26 017i23-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 8 SECTION 01 71 23 CONSTRUCTION STAKING AND SURVEY PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. 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 Construction Staking a. Measurement 1) Measurement for this Item shall be by lump suin. 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 field. 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 [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised February 14, 2018 017123-2 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 proj ect. 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 ensure 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 01 33 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 [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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. Tt 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. 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 [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised February 14, 2018 01 71 23 - 4 CONSTRUCTION STAKING AND SURVEY Page 4 of S 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. Tt 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 Iinear 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 [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised February 14, 201 B 017123-5 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 constructions 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] ].II FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY PART2- 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 WORTIi [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised February 14, 2018 01 71 23 - 6 CONSTRUCTION STAKING AND SURVEY Page 6 of S c. 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 future reference. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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 / 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 further associated work can move forward. 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. It is the Contractor's responsibility to maintain all stakes and control data placed by the City in accordance with this 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' party contracted surveyor are not intended to relieve the contractor of his/her responsibility for accuracy. 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 Lag CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised February 14, 2018 017123-8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 DATE NAME SUMMARY OF CHANGE 9/31/2012 D.Johnson Added instruction and modified measurement & payment under 1.2; added definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal 9/31/20I7 M. Owen 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 list of items requiring as -built survey "during" and "after" construction; and revised acceptable digital survey rile format CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised February 14, 2018 SECTION 0174 23 CLEANING PART1- GENERAL 1.1 SUMMARY 017423-1 CLEANING Page 1 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 1 — General Requirements 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 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 fail 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 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 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 [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 01 74 23 - 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 [OR] 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] 33 REPAIR / RESTORATION [NOT USED] 3.6 REINSTALLATION [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 [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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 binder 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, fabels 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. Ventilating systems a. Clean permanent filters and replace disposable filters if units were operated during construction. b. Clean ducts, blowers and coils if units were operated without filters during construction. 6. Replace all burned out lamps. 7. Broom clean process area floors. 8. Mop office and control room floors. D. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re -seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of 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 [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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 [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 01 77 19-1 CLOSEOUT REQUIREMENTS Page 1 of 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 Forins 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. 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 [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July I, 2011 01 77 19 - 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 01 78 39 2. Operation and Maintenance Data, if required, in accordance with Section 0179 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 74 23. 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 £ Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion CITY OF FORT WORTH [insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 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 Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [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 [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July I, 2011 01 78 23 - 1 OPERATION AND MAINTENANCE DATA Page I of 5 SECTION 0178 23 OPERATION AND MAINTENANCE DATA PART1- GENERAL 1.1 SUMMARY A. Section Includes: I . Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but are not limited to: a. Traffic Controllers b. Irrigation Controllers (to be operated by the City) c. Butterfly Valves B. Deviations from this City of Fort Worth Standard Specification 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] 1A ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: S %2 inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 01 78 23 -2 OPERATION AND MAINTENANCE DATA Page 2 of 5 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly -leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CITY OF PORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 01 78 23 - 3 OPERATION AND MAINTENANCE DATA Page 3 of 5 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes Submit 5 copies of complete manual in final form. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 3. Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut -down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 01 78 23 - 4 OPERATION AND MAINTENANCE DATA Page 4 of 5 i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking f. Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent required to communicate essential data 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 017823-5 OPERATION AND MAINTENANCE DATA Page 5 of 5 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 8/31/2012 D. Johnson 1.5.A.I — title of section removed CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 SECTION 0178 39 PROJECT RECORD DOCUMENTS PART1- GENERAL 1.1 SUMMARY 01 78 39 - 1 PROJECT RECORD DOCUMENTS Page I of A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations frorn this City of Fort Worth Standard Specification I. 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 J. 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 SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS jNOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records I . Thoroughly coordinate changes within the Record Documents, making 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 [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [insert Project Number] Revised July 1, 2011 01 79 39 - 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 - 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 [Insert Project Name] STANDARD CONSTRUCTION SPECfFICArION DOCUMENTS [Insert Project Number] Revised July 1, 2011 01 78 39 - 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. c. Date all entries. d. Call attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. 5. Conversion of schematic layouts a. In sorne 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 1. Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 01 78 39 - 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 careMly transfer the change data to the new copy to the approval of the City. 3.5 REPAIR 1 RESTORATION INOT 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 WORTII [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Numberl Revised July 1, 2011 I APPENDIX i Condition 4 GG 4.04 r nde d Facilitates 6 GC-6.06.D Minority and Women Owned Business Enterprise Compliance 7 GG6.07 Wag&R-a s Permits d Utilities 9 10 11 01 r,ayisia.,eo Ac 12 t0:JFar Labor- Ae 13 F03 Gopeland hct 14 CITY OF FORT WORTH 2O20 On -Call Traffic Management School Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 FORT WORTH City of Fort Worth Minority Business Enterprise MBE Subcontractors/Suppliers Utilization Form OFFEROR COMPANY NAME: EAR Telecommunications, LLC ®BA: EARTG PROJECT NAME' LV 2-0 0r1ia COA 5c In 0 0� "-" _. 5% 1 5% MIVV/DBF ATTACHMENT IA Page 1 of a ble block to Offeror NON-MNVIDBE PROJECT NUMBER Various City Project Numbers Identify all subcontractors/suppliers you will use on this project Failures t�plete this form, in its entirety with requested documentation, and received by the Purchasing Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non -responsive to bid specifications. MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of bid or the business has a Significant Business Presence in the Marketplace. Marketplace is the geographic area of Tarrant Dallas Denton, Johnson, Parker,_ and Wise counties. Prime contractors must identify by tier level of all subcontractors/suppliers. Tier: means the level of subcontracting below the prime contractor/consultant i.e. a direct payment from the prime contractor to a subcontractor is considered 1" tier, a payment by a subcontractor to its supplier is considered 2"0 tier. The prime contractor is responsible to provide proof of payment of all tiered subcontractors identified as a MBE and counting those dollars towards meeting the contract committed goal. ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. If hauling services are utilized, the Offeror will be given credit as long as the MBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from another MBE firm, including MBE owner -operated, and receive full MBE credit. The MBE may lease trucks from non -MBEs, including owner -operated, but will only receive credit for the fees and commissions earned by the MBE as outlined in the lease agreement. Rev. 2110115 FOttT1 ORTH ATTACHMENT 1A Page 2 of 4 Offerors are required to identify ALL subcontractorslsuppliers, regardless of status; i.e., Minority and non•MBEs. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. N SUBCONTRACTOR/SUPPLIER NCTRCA n detail Detail Company Name Address T i Subcontracting Work Supplies Purchased Dollar Amount -- Telephone/Fax e B B M Email r E E Contact Person Ready -Mix Capa Concrete, Inc Concrete PO Box 41387 Manufacturing Not to exceed 5% Dallas, TX 75241 ® Poured concrete ioundatia C,C. Zamora Construction, LLC and structure contractors, Asphalt Coating and I BA: Zamora Baling, Residential and Commercial Parking Lot and Driveway Not to exceed 5o/c El El El 11 Rev. 2/10/15 FoRTMR'm ATTACHMENT to Page 3 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and roan-M>SE-s. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA N ° SUBCONTRACTORISUPPLIER n Detail Detail Company Name T --- Supplies Address i SubcontractingDollar Amount Telephone/Fax e B B M Work Purchased Email r E E E Contact Person El El El El El El El El El EJ El Rev. 2110115 ;;�xTT ATTACHMENT1A FOR Page 4 of k Total Dollar Amount of MBE Subcontractors/Suppliers 1 $ Not to exceed 5% Total Dollar Amount of Non -MBE Subcontractors/Suppliers Is TOTAL, DOLLAR AMOUNT OF ALL SUBCONTRACTORSISUPPLIERS 1 $ Not to exceed 5% The Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office through the submittal of a Request for Approval of ChangelAddition form. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The Offeror shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed MBE goal. If the detail Pxalanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Authorized signature Printed signature President Title EAR Telecommunications, LLC DBA, EARTC Company Name 16201 Bratton Ln Address Austin, TX 78728 citylstatelzip Carlos Reyes Contact NamelTitle (if different) (512) 218-42001(512) 218-4201 Telephone and/or Fax carlos.reyes@eartc.com E-mail Address 06/04/2020 Date Rev. 2f10115