Loading...
HomeMy WebLinkAboutContract 55142��� ��������Y ��1��. ��.�� ��` ��.�°"� �':�.. ---�� �� � �'�` �U�T� PROJECT MANUAL FOR THE CONSTRUCTIOI� QF �0�1 WOODWAY AI�D SAM CALLOWAY RESURFACING PROJECT City Project No. 1U�879 B�tsy Price Mayor David Cooke City Manager William rohnson Trransportation and Public Works Departnnent Prepared for The City of Fori Worth TRAliiSPORTATION AND PUBLIC WORKS 20�0 � ..�t1 � --_ � ,.,. . �� .� _ ��� ���=�°y�„����� ����1��3 ���� ������`��� �'�. �'�k�`��p �"Yp � ��� ������f� �1� �� ���°� ����� � Standard Construetion Specification Documents Adopted 5eptember 2011 00 00 oa STANDARD CONSTRUCTION SPECIFICATI�N DOCUMEN`I'S s�cTion� oa o0 oa TABLE OF CONTENTS Division 00 - General Condi#�ans Page 1 of � Last Revised 00 OS 10 Mayor and Council Communication 07/01/201 I QO OS 15 Addenda Q7/01/2011 00 11 13 Invitation to Bidders 03149/202fl QO 21 13 �structions to Bidders Q3/Q9/2020 nn�ti y� n�»ni�ni4 �� �� 00 32 15 Construction Project Schedule 47/201201$ QO 35 13 Conflict of Interest Statement Q2124/202� 00 41 00 Bid Form 03/091202Q 00 42 43 Pro osal k'orm Unit Price 01120/2012 00 43 13 Bid Bond 09/11/2017 00 43 37 Vendor Coz�r�pliance to.State Law Nonresident Bidder �6/27/2011 00 45 11 Bidders Pre ualifications D7/0 1120 1 1 QO 45 12 Prequalificataon Stat�z�aen.t 0714 1/20 1 1 QO 45 13 Bidder Prequali�cation Application 03/U912020 00 45 26 Contractor Com liance with Workers' Com ensa�ion Law 07/01/2011 00 45 40 Minority Business Enterprise Goa� 06/09/2015 nnQ ��� nti�n�o,00�ox-� QO 52 43 Agreement 09/06/2019 00 61 13 Performance Bond 07/Oi/2011 00 61 14 Payment Band 07/01/2011 00 61 19 Maintenance Bond 0710J/20J 1 00 61 25 Certificate of Insurance 07/D 1/2011 40 72 00 General Conditions 03/09/2024 00 73 00 ,Su lementary Condit�ons 03/09/2020 Division 01 - General Re uirements Last Revised QI 11 fl0 Summary of Work 12/20/2012 4I 25 00 Substitution Procedures 07/01/20l J 01 31 ] 9 Preconstruction Meetin 08/17/2012 OI 31 20 Pro'ect Mee�ings 07/01/20� 1 OI 32 l6 Constr�ction Progress Schedule 07101/20�1 O1 32 33 Preconstruction Videa 07/01/2�11 Q1 33 00 Subznittals i2/2�/2Q12 O1 35 13 Special Pro3ect Procedures 1212D/2Q12 Q1 45 23 Testing and Ins ection Sezvices 03/09/2020 Q1 50 04 Tem orar Facilities and Controls 0710 1/20 1 1 Q1 55 26 Streei Us� Perrn.it and Modifications ta Traffic Control 07/01/2011 01 57 13 Storm Water Pollu�ion Prevention Plan 07101/2(}11 O1 58 13 Temporary Project Signage 07/01/20I ] O1 6� 04 Product Re uirements 03/09/202D Ol 66 00 Froduct Storage and Handling Requiremez�ts 07/01/201 l �1 70 00 Mobilization and Remobilizatian 11/22/20�6 01 71 23 Construction Stakin and Surve 02/14/20I8 Ol 74 23 Cleaning 07/01/2011 C1TY OF FORT W�RTH 2O21 WOODWAY AND SAM CALLOWAY RFSURFACING P120.TECT STANDARD CONST3tUCTiOIV SPECIFICATION DQCUMENTS City Yroject No. 102879 Re�ised March 9, 2020 00 UO 00 STANDAI2D CONSTRUC['iON SPECiFICATIQN DOCUMENTS Page 2 of 4 O1 77 ].9 Closeaut Requirements 07/01/2a11 01 '1S 23 Operation and Maintenance Data 12/20/2012 O1 7$ 39 Project Recozd Documents 07/01/2011 TechnicaX S�ecifications which have been modified by the Engineer speci�cally �or this Project; hard copies are included in the Project's Contract Documents Division 32 - Exterior Improvements Date Modified 32 1 1 23 Fie�rible Base Courses 7/30/2020 32 13 20 Concrete Sidewal�s, Dziveways and Barrier Free Ramps 7/30/2020 32 91 19 To sozl Placement and Finishin of Parkwa s 7/30/2020 Division 34 — Trans ortation 34 71 13 Traffic Cantrol 7/3Q/2020 Tec�anzcal Specifications listed below are included for this Project by refexence and can be viewedldownioaded from the City's website at: http://fortworthtexas. gov/tpw/contractors/ or httus://anns.fortworthtea�as.gov/ProiectResources/ Divisian 0� - E�sti�z� Conditions Last Revised 02 41 13 Selective Site Dezx�olitzon 12/20/2012 Division 03 - Concrete fl3 3Q Ofl Casi-In-Place Concrete 12/20/2012 Diviisioz� 31. - Earthwork 31 23 16 Unclassiiied Excavation O1/28/2413 Division 3� Y Exterior Xnn 32 T2 16 As halt Fav 32 13 13 Concrete Pa 32 16 13 Concrete Curb and Gutters and V 32 17 23 Pavement Markings 32 92 13 Hydro-Mulchin�, Seeding, and Sc Division 33 - Utilities Gutters 12/20/2012 I 2/20/2012 zaiosiaoi� ll/22/2013 12/20/2012 33 OS la Utility Trench Excavation, Embedment, and Backf�ll 12/12/2016 33 OS 13 Fzazne, Cor�er and Grade Rin s— Cast Iron 01/22/20l 6 33 OS 13.10 Frame, Cover and Grade Rin s-- Com osite 01/22/2016 33 OS 1A Adjusting Manholes, Inlets, Valve Boxes, and Other Stn�ctures to 12/20/2012 Gzade 33 05 16 Concrete Water Vaults 12/20/2012 33 OS 17 Concrete Collars 12/20/20i2 C1TY OF FOAT WORTI-i PR07ECT STANDAl217 CONSTRUCTIOIV SPECIFICA'F10N DOCUMENTS Revised Mazch 9, 2020 2021 WOODWAY AND SAM CALLOWAY RESURFACING City Prvjact No. 102879 00 00 00 STANDARA CONSTT2UC'1"IOT�T SP�CiF1CAT10N DOCUMENTS Pagc 3 af 4 33 12 10 Water Sexv�ices J-znch to 2-inch 02/14/2017 33 46 00 Subdrainage 1 2120/20 1 2 Division 34 - Trans ortation 34 41 30 Aluminum Signs ll11212013 Appendix GC-6.06.D Minorit and Women Owned Business Ente rise Com liance GC-6.07 Wage Rates GN-1.00 General Notes SS-99 99 00 Pa�in Construction Allow�ace SP-1.OQ Special Provisions SD�1.00 Standard Construc�ion Speci�ca�ions SD-2.OD Standard Construction Detaiis SL-I.00 Street List SM-I.00 Street Ma END OF SECTION CITY OP FdRT WORTH 2U21 WOgDWAY ANA SAM CA�.�.OWAY S�SIlI2�AC11�1G PRO]ECT S'T'ADTllAl2D CONSTRUCTIOI� SPECLRICATION DOCUMEN7`S City Project No. 1Q2&79 Re�ised March 9, 2D20 12I1512020 M&C Review Offcial 5ite �f tlte City �f Fo�[ �,1��r�h, Texas ��r� ������� �1����� F�r��H Dr4T�: 'I2115I202D REFER�NC� *�`M&C 20- LOG 20202� WOODWAY AND SAM WO.: 0945 NpofViE: CALLOWAY RESURFACING PROJECT CODE: C T'YPE: CONSENT �UBLIC NO H�ARING: SUBJ�C7: {CD 6 and CD 7) Authorize Exec�tion of a Contract with Texas Materials Group, Inc_, dba T�xas Bit in the Amount of $1,351,146.72 for 2021 Woodway Drive and Sam Calloway Road Resu�facing Project RECOMfwE1VDATIOR�: lt is recflmmended that the City Council authorize the execution of a contract with Texas Materials Group, Inc., clba Texas Bit in the amount of $1,351,946.72 for 202'I Woadw�y Drive and Sam Calloway Road ResurF'acing �'roject {City Project No. 102879) on approximately six lane miles of stre�t s�gmen#s. DISCUSSION: In the Fiscal Year 2021 Pay-Go Gontract Stre�t Maintenance Program, various ty�es of street maintenance are grouped into specific contract packages. The recommended cQnstruct�on contract outlined in ti�is Mayor and� Council Communication {M&C) will praWide street rehabilitation for appraximately six lane miles of stre�t segments of Woodway Drive from Trai! �ake Drive ta Altamesa Boulevard and Sam Calloway RoacE frarn River Oaks Boule�ard to Black Oak Lane under the Contract Street Maintenance Program (City Project No. 102879). Construction for t�is projecf is expected fo start in early 2021 and to be compiefed by summer 2021. Upon completion of the project there wifl be no anticipated impaci on th� General Fund operating budget. This p�oj�ct was advertised for bid on October 8, 2020, and October 15, 2020, in the Fort Worth Star- Telegram. On November 5, 2020, tE�e following bids were received: Bidders �►mount Texas Materials Group, Inc. dba Texas Bit $1,351,�46.72 Peachtree Construction, Ltd. $�,A�02,S65.00 Pavecon Public Works, LP $1,430,891.80 Jagoe-Public Company $1,491,9$5.54 FNH Construction LLC $'[,996,Q50.00 M/WB� QFF�CE—Texas Materiafs Group, Enc. is in compliance wit�► the City's BDE Ordinance hy committing to 141% MBE participafion on this project. The City's MBE goal on this project is 131°/fl. This proj�ct is focated in COUNCIL D[STRICTS 6 and 7. FrISCA� IPl�ORhflATIOfi110ERTI�ICATION: Th� Dir�ctor of Finance certifies that funds are a�ailable in the cu�rent capital budget, as previously appropriated, in tF�e General Capifal Projecfs Fund �or 2021 HMAC SurFace Overfay Cantr project to suppork the appraval of the above recommendatior� and �xecution of the contract. Prior to any apps.cfwnet.orglcouncil packetlmc review.asp?lD=285'I4&councildate=1211512020 1!2 12/15/2020 M&C Review expenditure be��g Encurred, the Transporiation and Public Works Department has the responsibility to validate the availabi��ty of fur�ds. Suhmitted for City Manager's Office by_ Originafiing Departrnent Head: Additianal Information Contact: �TTp►CHMENiS Map Woodway and Sam Calloway,pdf Dana Burghdoff (8018) Wiifiam Johnson (78Q9 ) Jeffrey Perrigo (81 � 7) apps.cfwnet.orglcouncil_packetlmc_review.asp?ID=28514&councildate=12/'f 512020 2/2 00 11 13 INVITATION TQ BIDDERS Page 1 of 3 1 SECTION 00 ].l ]3 2 INVITATION TO BIDDERS 3 RECEIPT �OF BIDS 4 Due to the COVID19 Emergency declared by the City of Fort Worth and until the emergency 5 declaration, as amenc�ed, is rescinded, s�aled bids for the canstruction of 2021 WOODWAY 6 AND SAM CALLOWAY RESURk'ACING PROJECT, Ci[y pzoject No. 102879 will be z-eceived 7 by the City of Fort Worth Purck�asiz�g Of�Zce untal 1:30 P.M. CST, Thursday, November 5, 2020 8 as furthex described below: 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 City of Fort Warth Purchasing Division 20Q Texas Street Fort Worth, Texas 76102 Bids will be accepted by: 1. US Mail at the address above, 2. By courier, FedEx or hand delivezy frozr� 8:30� 1:30 on Tk�uzsdays only at the South End Lobby oi City Hall located at 200 Texas Street, Fort Wort�, Te�as 76102. A Puzc�aasiz�g Department staff person will be available to accept the bid and provide a time stamped receipt; or 3. If the bidder desires to submit the bid on a day or time other than the c�esignated Thursday, the bidder must contact the Purchasing Department during normal working hours at 817-392-2462 to make an appointment to meet a Purchasing Department employee at the South End Lobby of City Hall located at 200 Te�as St�eet, Fort Worth, Texas 76102, where t�ie bid(s} will be received and timeldate stamp�d as abov�. 27 Bids will be opened publicly and read aloud at 2:d0 PM CST in the City Council Chambers and 28 braadcast through live s€rearn and CFW public television which can be accessed at 29 http://fortworthtexas.�ov/iwtv/. The general p�blic will not be aIIowed in the City Council 30 Chambers. 31 32 In addition, in lieu of delivering completed MBE forms for the project to the Puzchasing Offzce, 33 bidders shall e-mail the completed MBE forms to the City Project Manager no later than 2:00 34 p.z�. on tk�e second City business day after the bid opening date, exclusive of the bid opening 35 date. 3b 37 38 39 40 41 42 GENERAL DESCR�PTXON OF W�RK The majar work will consist of the (approximate) following: 51,000 SY 2" AsphaIt Paverrient Surface Course, Type D 51,000 SY 2" SurfaceMilling 43 PREQUALIFICATION 44 Tlae iraaproveznents inc�uded in this project must be perfor�ned by a contractor wha is pre- 45 qualified by ihe Czty at the kirrie of bid opening. The procedures for qualification and pre- 46 qnalification are outlined in the Section OQ 21 13 — INSTRUCTIONS TO BIDDERS. 47 48 DOCUMENT EXAMINATION A.ND PROCUREMENTS C1TY OP FORT WORTH 2O21 WOODWAYAND SAM CALLOWAYRESURFACING PR0.7ECT STANI],4RA CONS'1'I2UCT'ION SPECIFICATIQN DOCUMENT City Praject No. I02879 TernporariIy 1Zevised Apri16, 2020 due to CO'VD719 Emergency 00 11 13 INVITATION TO BIDDERS Page 2 of 3 49 The Bidding and Contract Documents may be examined or obtained on-line by visiting the CiCy 50 of Fort Worth's Purchasing Division website at http://www.fortworthtexas.gov/purchasin�/ and S] clicking on the Tink to the ad�ertised project folders on the City's electronic document 52 management and collaboration system site. The Contract Documents may be downloaded, 53 viewed, and printed by interested contractors andlor suppliers. 54 55 56 57 58 59 60 61 62 63 64 65 Copies of the Bidding and Contract Documents may be purchased fram Nikki McLeroy, 817- 392-83C3. Ciry o�ForE Warth, TPW, 20� Texas St., Fort Wort�a, TX 761d2. The cast of Bidding and Contract Documents is: $30.00 PREBID CON�'ERENCE A prebid conference may be held as discussed in Section a0 21 13 - INSTRUCTIONS TO BIDDERS at �he following date, and time via a web conferencing application: DATE: Wednesday, Octaber 21, 2020 TIlViE: 10.00 A.M. 66 If a prebid confezence will be held o�line �ria a web conferencing application, in�vita�ions will be 67 distributed dizectly to those who ha�re submitted �xpressions of Interest in the project to the City 68 Project Manager andlar the Design Engineer. The presentation given at the prebid conference b4 and any questions and answers provided at the prebid conference wiIl be issued as an Addendum 70 to the call for bids. 7I 72 Ti a prebid confez'ence is noi beir�g held, pzospective bidders can e-mail questions or comments in 73 accordance with Sectian b af the Tnstructions to Bidders referenced above to the project 74 manager(s} at Lhe e-mail addresses listed below. Emailed questions will suffice as "questions in 75 writing" and the requirement to farmaliy mail questions is suspended. If necessary, 76 Addenda will be issued pursuant to the Instructions to Bidders. 77 78 74 80 81 82 83 84 85 86 87 88 89 90 9l 92 93 94 CITY'S RIGHT TO ACCEPT OR REJECT BID5 City reserves tlae z�i�ght to waive irzegulazities and to accept ar reject bids. AWARD Ciry will award a contract to the Bidder presenting the Iawest price, qualifications and competencies considered. FUNDING An�y Ca�tract awarded under tF�is iNVITATYON TO �IDDERS is ex�ected to be funded from revenues generated from bonds, grants etc. and reserved by the City for the Project. iNQUIRiES All inquiries relati�e to this procurement should be addressed to the following: Attn: Tariqui Islam, City of Fort Wart�a Ezx�ail: tariqul.islam@fortworthtexas.gov 95 EXPRESSION OF INTERSEST C1TY OF FdRT WORTH 2O21 WOODWAYANI7 SAM CALLOWAY RESURh'ACING PROJECT S"1'ANIaARI� CO�TS'�2UCTIpN SPECiFICATIpN D4CUMENT Caty Project Na. 102879 Temporarily Revised Apri] 6, 2020 due to CQ'V1T]19 Emergency 00 11 13 INVTTATION TO SIDDERS Page 3 of 3 96 To ensure bidders are kept up to date of any new information pertinent to this project or the 97 COVID 19 emergency declaration, as amended, as it may relate Co Chis project, bidders are 98 requested to emrzazl Expzessioz�s of �nterest in thzs procuzeznent ta the City Project Manager and 99 the Design Ezzgineer. Th� cz�r�ail should include ihe bidder's company name, contact person, that IDD individuals email addzess and phane number. All Addenda t�+ill be distributed directly to those 101 who have expressed an interest in the procurement and will also be posted in the Ciry of Fort 102 Warth's purchasing vvebsite at http://fortworthtexas.govlpuz'chas�n.g! 103 l�4 PLAN HOLD�RS 105 To ensure you are kept up to date of any new information pertinent to this project such as when 106 an addenda is issued, download the Plan Holder Registration form to your computer, complete 107 and email ii to ihe Ciry Project Ma�ager. 108 109 110 I11 1l2 113 114 lI5 ll6 ll7 118 The City ProjecC Manager and d�sig� Engineez are responsible ifl upload the �lans Holder R�gistrataon foz� to the �lan Holders folder in BIM360. Mail your completed PIan Hoider Registratian form to those listed in INQUIRIES above. ADVERTXSEMENT DATES October 8, 2020 October IS, 2020 �ND OF SECTION CP1'Y OF FOAT WORTH 2D21 i3�DODWAi'A1V17 SAM CAI.LQ4VAYIZESURPACI'NG 1'ROJEC2' S'I'AIVAARIa CONSTRUCTION SPECIFICATION DOCi7MENT City Project No. ]02879 Temporarily Revised Apri16, 2020 due to COVID19 Emergency oa z113 INSTRUCTIONS TO BIDDERS Page 1 of 10 T 2 3 4 5 6 7 8 9 10 r1 12 13 14 �5 16 17 18 19 za 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 a.a 41 42 43 4� 45 46 SECTION 00 21 13 INSTRUCTIONS TO BIDDERS 1. Defined Terms 1.1. Terms used in these INSTRUCTIONS TO BIDDERS, wl�ich are de�ined in Secrion fl0 72 d0 - GENERAL CONDITIONS. 12. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated b�law which az�� applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duty 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 t�ac Sta%e of Texas. J.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 responszbility foz errors or rnisintergretations resulting fram the Bidders �se of incomplete sets of Bidding Documents. 2.2. City and Engineer in making copies of Bidding Documents available do so only for ihe purpose of obtaining Bids for the Work and do not authorize or confer a]icense or gran� for any o�her use. 3. Prequalification of Bidders {Prime Cantraciors and �ubcanEractors) 3.1. All Bidders and their subcontractors are required to be prequalified for the wark types requiring prequalification at the time of bidding. Bids received from contractors wha are not prequalified (even if inadvertently opened) shall not be considered. Frequalification requirement work types and documentation are as follows: 3.1.1. Paving — Requireznents docuz�aent locaied at; https.I/projectpoint.buzzsaw.com/fortwort�gov/Resources/02�o20- %20Construction%2dDacurnents/Contractor%20Prequaiification/'i'PW °lo20Pavin� �20Contractor%20�requatification%20ProgramlPREQUALIFICATION%20RE UIREMENTS%a20FOR%2�PAVING%2000NTRACTORS PDF�public 3.1:2. Roadway and Pedestrian Lighting — Requirements document located at; Cl'I'it OF FOI2T WOI2"�I 2021 WQODWAY AND SAM CAE.LQWAY RESURRACING YROJECf 3TANDARD CONSTRUCTiON SPEC1FfCATiON DOCl7MEI�'T' Tempoxarily Re�iscd April 24, 2020 due to COVID79 Emergency C1TY PRO.T�:Cl' NO. 102879 00 21 l3 1NSTRUCTIONS 1'O BIDDERS Page 2 of 10 47 3.1.3.httns:/brojectpointbuzzsaw.com/for�warthgov/Resources/02%20- 48 %20Construction%20Documents/Contractor%20Prequalification/TPW%20Roadwa 49 y%20and%20Pedestrian%20Li�g%20Prequalifcatian%20Pro�ram/STREET% 50 20LIGHT%20PREQUAL%20REQMNTS.pdfY?public 51 52 53 54 S5 56 57 58 59 3.2. Each Bidder unless cuz�rently prequali�ied, must be prepared ta submit to City within seven (7) calendar days prior to Bid openir�g, tfie documentation identified in Section 00 45 l l, BIDDERS PREQUAL�'ICATIONS. 3.2.1. Submission of and/or questions related to prequalification shouId be addressed to the City contact as provided in Paragraph 6.1. 60 3.3. The City reserves the right to require any pre-qualified contractor who is the appazent low 51 bidder(s) for a project to submiC such additional information as the City, in its soJ.c 62 discretion may requare, including but not lizxuted to znanpower and equzprnent recards, 63 information about �ey personnel to be assigned to the project, and construction schedule, 64 to assist the City in evaluating and assessing the abiIity of the apparent low bidder{s) to 6S deliver a quality product and successfully compfete projects for the amount bid within 66 the stipulated time frame. Based upon the City's assessment of the submitted 67 information, a recommendation regarding the award of a contract will be made to the 68 City Counci�_ Failure to submit the additional information, if requested, may be grounds 69 for rejecting the apparent �ow bidder as non-responsive. Affected contractors will be 70 notified in wri�ing of a recommendation to the City Council. 71 72 73 74 75 76 77 3.4. In addiiion to prequalafication, additional requ�rements for qnalification may be required within vanious sectaons o� the Contract Documents. 3.5. Special qualifications required for this project include the following: OMITTED 78 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 79 SO 81 82 $3 84 85 86 87 88 84 90 91 92 93 94 95 96 4.I.Before submitting a Bid, oach Biddex sha11: 4.I.1. �xazzaine and carefully study the Contract Dacuments and other related data identified i� the Bidding Documents (including "technical data" referred to in Paragrapfi 4.2, below). No information given by City or any representative of ihe City other than that contained in the Contract Documents and officialIy promulgated addenda thereto, sha�l be binding npan the City. 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may ai%ct cost, progress, performance or furnislaing of ihe Work. 4.1.3. Consider fedezal, state and IocaI Laws and Regulaiions that rnay affect cost, progzess, gerformance or furnishing of the Work. 4.1.4. OMITTED C1TY OP Fd1iT WOR`�'H STANDARD COIVSTRUCTION SPECTFICATTON DOC1J1V1ENT Tempararily Revised Apd[ 24, 2D20 due to CDVIDI9 Emergency 2021 WOODWAY AND 3ANI CALLOWAY RESiJRFACING PKOTSCT C1TY PROJECI' NO. 102879 00 21 13 INS'CRUCTIONS TO BIDDSRS Page 3 oP 10 97 4.1 S. Study all: {i) reports of explozations and iests of subsurface conditians at or 98 contiguous to the Site and alI drawings of physical conditions relating to e�sting 99 surface or subsurface structures at the Site (except Underground Facilifies) that 100 have been identified in the Contract Documents as containing reliable "technical 101 data" and ('ri) reports and drawings af Hazardous Environmental Conditions, if any, 102 at the Site that ha�e been ident�fied in the Contract Documents as containung 103 reliable "technical data." 104 105 4. J.b. Be advised that the Cantract Documents on �le with the City shalF constitute aII of la6 the information which the City will furnish. All addiEional information and data 1q7 which the City will supply after promulgation of the formal Contract Documents 108 shall be issued in the form of written addenda and shall become part ot� the Contract i09 Documents just as though such addenda were actually written into Ehe original i 10 Contract Documents. No information given by the Ciry other than that contained 'az� l ll the Contract Documents and officially promulgated addenda thereto, shall be 112 binding upon the City. 113 114 1 J.5 1 J.6 lI7 11$ 119 120 121 ra2 123 124 125 126 I27 I28 129 130 131 I32 4.1.7. Perforzx� independent zesearch, investigations, tests, borings, and such other means � as may be necessar� to gain a cornplete knowledge of the condit�ans which wil] be encountered during the construetion of the project. On request, City may provide each Bidder access to the site to conduct such examinations, investigations, exploratrons, tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill aii holes and clean up and restore the site to iis formez conditions upon co�npletion of such explazatio�s, inves�igations, tests and studies. 4.1.$, Determine the dif�culties of the Work and all attending circumstances affecting the cost of doing the Work, time required for its campletion, and obtain all infarmation required to make a proposal. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other da[a wk�uch are necessary for full and complete information upon wi�ich ihe proposal is to be based. It is understood tlnat the subzxussion of a proposal is prima-facie evidence that �e Biddez k�as znade the investigation, examinations and tests herein required. Claims for additianal compensa�ion due to variations between conditions actually encountered in canstruction and as indicated in the Contract Documents will not be allowed. I33 A.1.9. Promptly notify City of alI conflicts, errors, ainbiguities or discrepaxzcics in oz 134 between the Contract Documents and such ot�a�z r�lated documents. The Contractor 135 shall not take advanEage of any gross error ar amissian in the Contract Documents, 136 and tk�e City shali be permitted to mal�e such corrections or interpretations as may 137 be deemed necessary for ful�llment of the intent of the Contract Documents. l38 139 4.2. Reference is made to Section 00 73 00 — Supplementary Canditions for identifica�ion of: 14� 141 4.2.1. those reports of exploratians and tests of subsurface conditions at or contiguous io 142 the site which have been utilized by City in pr�paration o� the Cont�act Documents. 143 The logs of Soil Bo�z�gs, if any, on the plans are for general information only. 144 Neither the City nor the Engineer guarantee that the data shown is representative of 145 co�xditions which actually exist. 146 CTl'Y OP PORT WOR'� 2021 WOODWAY ANll SAM CALLOWAY RESURFACING PROJECI' ' STAIVDARD CONSTRUCT10iV SPECTFICATION DOCUMEAIT Temporarily Revised ApriE 24, 2020 due to CQVIDI9 Emergency CITY PROJEC'1' Nd. 102879 00 21 13 INSTRUCTIONS TO BIDDERS Page A of 10 147 4.2.2. those drawings of physical conditions in or reIating to existing surface and 148 subsurface structures (except Underground Facilities) which are at or contiguous ta lA 9 the site that have been utalized by Ciry in preparation o� the Coniract Documents. 150 I51 4.2.3. copies of such zeporis az�d dzawzngs will be made available by City to any Bidder 152 or� zequest. Those zeports and drawings r�nay not be part of the Contract 153 Documents, but the "technical data" contained therein upon vvhich Bidder is entitled lS4 to rely as provided in 1'aragraph 4.02. of the General Co�ditions has been identified 155 and established in Paragraph SC 4.02 af the Supplementary Conditions. Bidder is 156 responsible for any interpretation ar conclusion drawn from any "technical data" ar 157 any other data, interpreta�ions, opinions or information. 158 159 4.3. The submission of a Bid wiIl constitute an incontrovertible representation by Bidder (i) 160 that Bidder has complied with every requiremeni of tY�is Paragraph 4, (u) that without 161 exception the Bid is premised upon per%rnung and furnishing ihe Work required by ihe 162 ContracC Documents and applying the specific means, methods, t�chni�qnes, sequances or 163 procedures of construction (if any) tk�at rnay be shov� oz indicated or expressly required 164 by the Contzact Documents, (iii) that Bidder has given City s�vritten notice of all 16S conflicts, errors, ambiguities and discrepancies in [he Contract Documents and the l66 written resolutians thereaf by City are acceptable to Bidder, and when said conflicts, 167 etc., have not been resolved through the interpretations by City as described in Tb8 1'aragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate 169 and convey understanding of all terms and cor�ditions for performing and furnishing the 170 17I 172 173 174 175 176 Work. 4.4. The provisions of this Paragraph 4, inctusive, da not appiy to Asbesios, Polychlorinated biphenyls (PCBs), P�izoleuz�ri, Hazardous Waste oz Radioactive Material covered by �aragraph 4.06. of the GeneraI Conditions, unless speci�caily identified in the Contract Docaments. 177 S. Ava�Zability of Lands for Work, Etc. 1'78 179 180 181 182 1$3 184 185 186 187 5.1. The lands npon which the Work is to be per%rmed, rights-af-way and easexxienis foz� access Chereto and oth�r lands designated foz use by Car�tzactor in performing the Work are identified in the Contraci Docuzinents. Al1 additional lands and access thereto required foz taznpozary constructian faciIities, constr�ction equi�ment or storage of materials az�d equipzz�ent to be inearparated in the Worl� are to be obtained and paid for by Contractar. Easernents far permanent structures or permanent changes in e�sting facilit�es are to be obtained and paid for by City unless otherwise provided in the Contract Dacuments. 188 5.2. Outstanding right-af-way, easements, and/or permits ta be acquired by the City are listed 189 in Paragraph SC 4.01 of the Supplementary Conditions. In Che eveni the necessary right- I90 af-way, easerrients, and/or pexmits are noC obtained, the CiCy reserves the right to cancel 191 the award of contract at any tam� before the Biddez begins any consiructzon work oz� ihe 192 projecC. 193 CTT'Y OP FOAT"WORTH STANDARD CONSTRLiCTiOIV SPECIFICA'1'ION DOCUMEN'I' Temporarily Revised April 24, 2020 due to COVID19 �mergency 2021 WOODWAY AND SAM CALLOWAY i2ESURFACIl+IG PROJECT CrT'i' P120.TECT NO. 102579 OQ 21 13 INSTRUCTIpNS Tp BIDDERS Page 5 of 10 194 5.3. The Bidder shall be prepared t� commence construction without all executed right-of- 195 way, easements, and/or permits, and shall submit a schedule to the City oF how 196 constructzon will pxoce�d in the other az�eas of t�e project that do z�ot requize permits 197 and/or easements. 198 199 6. �z�ter�xetations and Addenda 200 201 202 203 204 205 20b 207 208 209 27 0 211 212 6.1. All questions about the meaning or intent of ihe Bidding Documents are to be directed to City in writing on or be�ore 2 p.xn., the Manday prior to the B�d opening. Questions received aftez this day z�nay not be zesponded to. Interpzetatzons oz clarifications considered necessary by City in response to sueh questions will be issued by Addenda delivered to alI parties recorded by City as having received the Bidding Documents. Only questions answered by formal wr'rtten Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Address questions to: City of Fort Worth 2DD Texas St�eet 213 Fort Worth, TX 76102 214 Attn: Tariqul IsTam, Transpartation and Pablic Works 215 Fax; 817-392�7969 21fi Email: tariqul.islam@fortworthtexas.go� , Phone: 817-392-2�86 217 218 219 220 221 222 223 224 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3. Addenda or clarifications may be posted via the City's electronic dacument management and collaboration system at https'rldocs.b360..autodesk.comisharesla4676b85-728$- 49fic-98$1-5cf499107b9d 225 6.4. A prebid conference may be held at tE�e time and place indicated in tY�e Advertisement or 22b INVITATION TO BIDDERS. Representatives of City will be present to discuss the 227 Project. Bidders are encouraged to attend and participate in the conference. City will 228 transmit to all pgaspective Bidd�rs of zecozd such Addenda as City co�siders necessary 229 in response to ques�ions azising at iha con�fezence. Oral statements znay not be relied 230 upon and will not be binding or legally effeetive. 231 232 '�. Bid Securiiy 233 234 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of �ve 235 (5} percent of Bidder's maximum Bid price on forrr� attached, issued by a surety meeting 236 the requirements of Faragraphs 5.01 af the General Conditions. 237 CT'TY OF FOIt'T' W012TH STANDARD CONS'F'RUCTION SPECIFICATION DOCUMENT Temporarily Revised Apri124, 2020 due ta COVID19 Emergency 2021 WOOIIWAX AND SAivI CALT.OWA,X RESi]I2FACINCr PROiECI' CI'I'Y PRO]ECT NO. ] 02879 00 21 13 II�T3TRUCTIpNS TO BIDDER$ PageGoF1D 238 7.2. The Bid Bond of all B2dders will i�e retained until the conditions of the Notice of Award 239 have been satisfied. If the Successful Bidder faiIs to execute and deIiver the complete 24d AgreemenC within 10 days afier the Natice of Award, City may consider Bidder Co be in 241 default, rescix�d tlae Notice of Awazd, and ihe Bid Bond of that Bidder will be foz-feited. 242 Such forfeiiuz� shall b� City's e�clusiv� rcm�dy if Bidder defaalis. The Bid Bond of a11 243 othaz Bidders whom City believes to have a zeasonable chance of receiviiz�g the award 244 will be retained by City until �nal contract execn�ion. 245 246 8. 247 248 249 25D 251 Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the GeneraI Requirements and tY�e Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 252 9. Liquidated Damages 253 Provisions %r liquidated dannag�s are set forth in ihe Agreement. 254 255 256 257 258 259 260 26Z 262 2b3 264 265 266 267 268 269 270 271 272 273 274 275 276 277 278 279 28Q 281 10. Substitu�e and "Or-Equal" Items The Contract, if awardec�, will be on the basis of materials and equipment described in the Eidding Documents withoat consideration of possible substitute or "or-equal" items_ Whenever it is indicated or speci�ed in the Bidding Documents that a"substitute" or "or- equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submiss�on of any such application by Contractor and consideration by City is seC forth in Paragraphs 5.05A., 6.OSB. and 6.OSC. of the General Conditaons and is suppieznenied in Section 01 25 00 of tfie Genezal Requiremenis. 11. Subcontractors, Suppliees and Others 11.1. In accordance with the Ciry's Business Diversiry Enterprise Ordinance No. 20020- 12-Za11 (as amended}, the City has goals for the participation of minority business and/or small business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of ihe Ciiy Secretary. The Bidder shall submit the MBE and SBE Utilizaizox� Forz�r�, Subcontractoz�/Suppliez� UtiXizaiion k'oz�nn, Pzime Contractor Wai�er Fonm and/oz Good Faith Effort �'orzn wiih docuzzzentation and/oz Joint Veniure Form as apprppriate. The �'orms including documentation must be received by tk�e City no later than 2:00 P.M. CST, on the secand business day after the bid apening date. The Bidder shaIl obtain a receipt from the City as evidence the docurnentation was received. Failure to comply shall render the bid as non- responsive. 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organiza�ion against whom Contractor has reasonable objection. 282 12. Bid Form 283 284 12.1. The Bzd Form is included witli the Bidding Documents; additional copies may be 285 obtained frorn the City. 286 CI ['X OF FOR'F WOI2TFi 2021 WOODWAY A1�D SAM CALLOWAY 12ESURFACING PROIEC'I' STANDARD CONS"I'RUCTiOI�T 5PECIFTCATTON DOCLIMENT Temporarily Revisecf April 24, 2020 due to COVID19 Emergency C1TY PR07ECT IVO. 102879 oozi i� INSTRUCTIONS TO SIDI?ERS Page 7 of 1 p 287 288 289 290 291 292 293 294 295 296 297 298 299 300 301 302 303 304 305 306 3�7 308 309 310 311 3l2 313 31A 315 316 317 318 319 320 32i 322 323 324 325 326 327 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form signed in ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A Bid price shall be indicaied for �ach Bid zt�z�rz, altezmative, and unit price item listed therein. ��a the case of aptional alternati�ves, the vvords "No Bid,° "No Change," ox "Not Applicable" may be entered. Bidder shall state the prices, written in in� in bath words and numerals, for which the Bidder proposes to do the wark contemplated or furnish materials required. All prices shall be written legibly. In case of discrepancy between price in written wards and the price in written numerals, the price in written words shall govern. 12.3. Bids 6y corporations sha�l ba e�ecuied in the corporate name by the president or a vicc-pzeszdent or other carparate officer accornpanied by evidence of authority to sigzz. Tlae corpozate seal shall be affixed. 'T'he corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the parmership name and signed by a partner, whase title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnersYiip shall be shown below the signature. 12.5. Bids by iimited liability coznpanies shall be executed in tF�e name of the �irm by a member and accompani�d by evidence of authority to sign. The state of formation of the firm and the official address of the firm sl�all be shown. 12.6. 12.7. l2.$. 129. Bids by individuals shall show the Bidder's name and oificial address. Bids by joint ventures shali be executed by eacia joint venture in the manner indicated on the Bid �'ozz�n. `i'be official address of the joint venture shaIl be shown. AIl names shall be typed or printed in ink below the signature. The Bid sha�l contain an aciznowledgement of receipt oi all Addenda, the numb�rs of which shall be f lled in on the Bid Foxm. 12.I0. Postal and e-znail addresses and teiephone number for communications regarding the Bid sI�all be shown_ 12.11. Evidence of authority to conduct b�zsiness as a Nonresident Bidder in the state of Texas shall be provided in accordance wi� Section 00 43 37 — Vendor Compliance to Staie Law Non Resident Bidder. 328 13. Subanission of Bids 329 Bids shall be subnnitied an tlae pxesczibed Bid Farm, pro�+ided wiYh the Bidding Documents, 330 at t�ie time and place indicated in the Advertisement or TNVITA'I"ION TO BIDDERS, 331 addzcssed to �urchasing Manager of the City, and shall be enclosed in an opaque sealed 332 envelope, marked with the City Project Number, Project title, the name and address of 333 Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent 334 through the mail or other delivery system, the seaied envelope shall be enclosed in a separate 335 envelope wifh the notation "BID ENCLOSED" on the face of it. 33b CTTY OF FORT WQRTH STAIVDARD C�NSTRUCTION SPEC3FICATI4N DOCUNiENT Tempoxarily IZer+ised April 24, 2p2D due to CDVIDI9 Emergency 2oz� woonwa� arrn s� cAz.z.owaY �Esu��aczrr� p�zo.rECT CTI'Y PROTECT NO. 102879 0021 13 1NSTRUCTTONS TO BIDDERS Page S of 10 337 338 339 340 341 342 343 344 345 346 347 348 344 14. Modification and Withdrawal of Bids 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office cannot be withdrawn prior to the time set for bid opening. A request for withdrawal must be made in writing by an appropr�ate document duZy executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. After all Bids not reyuested for withdrawal are opened and publicly read alaud, the Bids for which a withdrawal request has been properly fi�ed may, at the option of Che City, be returned unopened. i4.2. Bidders may modify their Bid by electronic communiCatian at any tizrze pzior ta the time set for the closing of Bid receipt. 350 ].S. O�ening o�Bicis 351 Bids will be opened and read aloud publicly at the place where Bids are to be subrnitted. An 352 abstract of the amounts of the base Bids and major alternates (if any) will be made available 353 ta Bidders after the opening of Bids. 354 355 16. Bids to Remain �abject to Acceptance 356 AlI Bids will remain subjecC to acceptance for the time period specified for Notice of Award 357 and execution and delivery of a complete A�re�zz�ent by Successful Bidder. City may, at 358 Ciry's sole discretion, re�ease any Bid and nullify ihe Sid secuziry prior io that date. 359 360 X7. Evaluation oF Bicls and Ar-vard of Contract 361 17.1. City reserves t1�e right to reject any or ai1 Bids, including without limitation the rights 362 to reject any or all nonconforming, nonresponsive, unbalanced or canditionaI Bids 363 and to reject the Bid of any Bidder if City believes that it would not be in the best 364 interest of the Froject to make an award to that Bidder, whether because the Bid is 365 not responsive ar the Biddez is unqualified or of doubtful financial ability or �ails to 366 meet any oiher pertinent standard or criteria established by City. City also reserves 367 t�e z�ght to waive informalities noi invalving price, contract time or changes xn tk�e 368 Work with the Successful Bidder. Discrepancies beiween the multipIication of units 369 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 370 between the indicated sum of any column of figures and the correct sum thereof will 372 be resolved in favor of the correct sum. Discrepancies between words and figures 372 wiIl be resol�ed in favor of the wards. 373 374 375 37G 377 378 379 380 381 171.1. Any or all bids will be rejected if City has reason Co believe Chat collusion e�sts among the Bidders, Bidd�r is an inter�st�d pariy to any Iitigation against City, City oz Biddez raaay have a claim a$ainst the oihez oz be engaged in litzgatio�, Bidder is i� arreats on any e�isting contract or has defaulted on a previnus contract, Bidder has performed a prior contraet in an nnsatisfaceory manner, or Eidder has uncarnpleted work which in the judgment of the City wilI prevent or hinder the prornpt completion of addiE�onaI work if awarded. C1TY OF FORT WOATH 2O21 WQODWAY AAID SAM CALT.OWAl' RESLiRFACING PROJEC'I' STANDARD CONSTRUCTION SPECIFICATION DOCUMSNT Temporarily Revised April 2A, 2Q20 due to COVIDI9 Emergency C1TY PRQ)ECT NQ. 102879 00 21 13 ]NSTiZUC1'TONS TO BTDDERS Page 9 of 10 3$2 3$3 384 385 386 387 388 389 390 39I 392 393 39�[ 395 396 397 398 394 400 401 402 403 I7.2. City may consider t�ie qualifications and experience of Subcontractors, Suppliers, and ott�er persons and organizations proposed for those portions of the Work as to which the iden�ity of Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Docurxien[s ox upon t�ae zequast of the City. City also may consider the operating costs, z�aintenance zequzraznents, pez-foz-zinance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 173. City may conduct such investigations as City deems necessary ta assist in the evaluation of any Bid and to establish the responsibzliry, quali£'icatzons, and financial abiliry of Biddexs, proposed Subcontractars, Supplzers and other persons and organizat�ons to perfoxz�r� and fuz�isk� the Wozk in accordance with the Contzact Docuzinents to Czty's satisfaction within the prescribed time. 17.4. Contractor shall perform �rith his awn organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. 17.5. If Ehe Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 404 17.6. �'uxsuant to Texas Government Code Chapter 2252.001, tfie City wi1T not award 40S contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 406 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 407 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 408 comparable contract in the state in which the nonresident's principal place ot� 4�9 business is located. 410 411 17.7. A conCzaci is not awarded until formal City Cotincil authorization. Tf the Contraet is 412 to be awarded, City will award the ConEract within 90 days after the day of the Bid 413 opening unless extended rn writing. No other act of City or others wiIl constitute 414 acceptance of a Bid. Upon the contractor award a Notice af Award will be issued by 415 the City. 416 4l 7 17.7.1. The con#ractor is required to �ll o�t and sign the Certificate af Interested 418 Parties Form 1�9� and the form must be submitted to the Project Manager 419 before the contract wil[ be pre,sented ta tk�e C�ty Cauncil. The �orra can be 42a obtained at https://www.ethics.state.tx.usldata/forms/1295/1295.pdf 421 422 423 424 425 17.8. FaiIure or refusal to comply with the requirements may result in rejection of Bid. IS. Signing of Agree�ent �426 18.1. When City zssues a Notice of Award to the Successful Bidder, it wiT� be accompanied 427 by t�e required number of unsigned counterparts of the Agreement. Within 14 days 428 thereafter Contractor shall sign and deliver the required number of counterparts of the 429 Agreement to City with the required Bonds, Certificates of Insurance, and all other 43� required documentation. 43i 432 I$2. Failure to execute a duly awarded coniact may subject t�e Contractor to p�naliies. CPI'Y OP PORT WORTH 2O21 WOODWAY AND SAM CALLOWAY RESUItFACING PROJECT STANDARD CONSTRUCTIpN $PECIRICATION DOCUMENT "1'empoiari[y Revised Apxal 24, 2020 due to C�VIDl9 Emergency C1TY PRpJECT NQ. 102874 0021 I3 INSTRi1CTIONS TO Bl[]DERS Page I D of 10 433 A�34 435 436 437 438 439 Q40 441 � CTi"Y OF FORT 1�OR'T'�T STANDARD CONSTRUCTION SPECIFiCATION ]70CC]NiENT' Tempoxarily Revised Apri124, 2020 due to CbVID] 9 Emergency 183 Ciry sha�l ther�aft�r d�liver one fuIly signed count�rpart ta Contxactor. END OF SECTION 2021 WOQDWAY AND SAM CALLOWAY RESURFACING PR07ECT C1TY PAO7ECT NO. 102879 003215-0 CONSTRUCTTOAI PROGRESS SC�T�Di1L.B Page ] of 10 2 3 PARTl- GENERAL sECT�oN oo �� zs CONSTRLTCTION PROJECT SCHEDULE 4 1.1 SUMMARY 5 A. Section Includes: �► 8 9 1. General reqturements for the preparation, submittal, updating, status reparting aud maaagement of the Construction Project Schedule B. Deviations from this City of �'ort Wozih Standard Specification 1, None. 10 C. Related Specificatian Sectians include, bui are not necessaz�ly lzznited to: 11 1. Division d-- Bidding Requirements, Contract Forms and Conditions of ihe Contract 12 2. Di�ision 1— General Requirements 13 14 15 16 J7 1$ 19 20 21 22 23 24 25 26 27 28 29 D. Purpose The City of Fort Worth (City) is committed to delivering qua�ity, cost-effective infrastructure to its ci�izens in a Limely manner. A key tool to achieve this purpose is a properly sl:ructured schedule wilh accurate updates. This supports effective inonitoring of progxess and is i�npnt ta c�tical decision rx�a�aing by ihe project manager throughout the life of the praject. Data from the updated praject schedule is utilizec� in status repariing to varipus levels of the City organizatian and the citizemy. This Document coinplements the City's Standard Agreement to guide the construction contractor {Contractor) in preparing and submitting acceptable schedules for use by the City in project delivery. The expecta�ion is the performance of the work foIlows the accepCed schedule and adhere to the contractual timeline. The Contraetor will designaie a qualified representative (Project Scheduler) responsible for develaping and updaling Che schedule and preparing state�s reporting as required by the City. 30 ].2 PRICE AND PAYMENT PROCEDURES 31 A. Measurement and Payment 32 1. Work associated with this Item is considered subsidiary to the various items bid. 33 No separate payment will be allowed for this Item. 34 2. Non-compliance with this speci�icaCion is grounds %r City to wiChhold payment of 35 ihe Cor�tractor's znvoices u�atil Ca�t�ractox ae�azeves sai.d complia�ce. 36 i.3 REFERENCES 37 A. Project Schedules 38 Each project is represented by City's master project sched�ale thaE encompasses the 39 entire scope of activities envisioned by the City to properly deIiver the work. When the 40 City contracts with a Contractor to perform construction of the Work, the Contractor C1TY OF FORT WORTH 2O21 WOODWAY AND SAM CALLOWAY RESURFACING PROJECT STANDARA SPEC�'ICA'['IO�T Revised 7ULY 20, 2018 CITi' P1�07ECT NO. 102879 D03215-0 COASTRUCT[ON PROGRESS SCHEDULE Page 2 of 10 1 will develop and maintain a schedule far tk�eir scope of work zn alig�znez�t witla tk�e 2 Ciry's standa�•d schedule reqnirements as defined herein. The data and information of 3 each such schedule wrll be leveraged and becorne integral in the master project 4 schedule as deemed appropriate by the City's Project Control Specialist and approved 5 by the City's Project Manager. 6 7 1. Master Project Schedule S The masier project schedule is a holistic representation of the scheduled aclivities 9 and milestones far the tatal project and be Critical Path Method (CPM) based. The l 0 Ciiy's �roject Manager is accountable for oversight of tlae development and 17 maintaining a master project schedule for each project. When the Ciry contracts f�r 12 the design and/or construct�on of the p��oject, the master project schedule will 13 incorporate elements of the Design and Const�uction schedules as deemed 14 appropriate by the City's Project Control Specialist. The assigned City Project ] 5 Control Specialist creates and maintains the master project schedule in P6 (City's 16 scheduling soitware). 17 ]S 19 20 21 22 23 24 25 26 2.7 28 29 3d 31 32 33 34 35 36 37 3$ 39 2. Constzuction Schedule The Coniraetor is responsib�e for develapir�g and maintaining a schedule far the scope oF the ContracCor's contractual requirements. The Contractor will issue an initial schedule for review and acceptance by the City's Project Control Specialist and the City's Project Manager as a baseline schedule for Contt�actor's scope of work. Contractor will issue current, accurate updates of their schedule (Progress Schedule) to the City at the end of each month throughout the life of their work. B. Schedule Ticrs The City has a porifalio o�projects ihat vazy widely i�z size, eoaaaplexity and cantent requiring different sched�tling to effectiveIy deliver each project. The City �ses a "tiered" approach to align the �roper schedule with the criCeria for each projecC. The City's Project Manager determines the appropriate schedule tier for each project, and includes that designation and the associated requirements in the Conuactor's scope of work. The following is a summary of the "tiers". i. Tier 1: Sx�aall Size a�d Short Duration Project (design not z'equired) The City develaps and anaintazns a Maste�r �zoject Schedule foz the project. No schedule submittal is required from Cantractor. City's Project ConYrol Specialist acquires any necessary schedule status data or information through discussions with the respective party on an as-needed basis. 40 2. Tier 2: Small Size and Short to Medium Duration Project 41 Tl�e City develops and maiutains a Master Project Schedule far the project. The 42 Contraceor identifies "start" and "finish" milestone dates on key elements oi their 93 work as agreed witkz the Ciry's Pzoject Managez� at the lciic�a�f of theix work effort. 44 The Cont�actor zssues to the Caty, updates to the "start" a�d "�ZnisIa" dates fox such 45 z�r�ilestones ai the end of each month throtighout tlie life of their worlc nn the project. 46 47 3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration 48 The City deveiops and �naintains a Master Project Schedule for the project. The 49 Contractor develops a Baseline Schedule and maintains ihe schedule of their 50 respective scope of work on the project at a Ievel of detail (gen�ra�ly Leee13) and in C1i�Y OF FOTZT WOIZTH 2D2! WO�DWAY AND SAM CALLQWAY RESURFACIIVG PI20T�CT STANDARD SPECIF7CA'I`ION h'evised JULY 20, 2018 CITY PROJECT NO. 102879 003215-0 COI�TSTRUCTIOIY PROGRESS SCH�DUL� Yage 3 of 10 1 alignment with the WBS structure in Sectzon 1.4.H as agreed by the Pzojeci Manager. 2 The Cont�•actor issues to the City, updates of their respective schedule (Frogress 3 Schedule} at the end af each month throughaut Ehe life of Eheir work on the project. 4 C. Schedu�e Types 5 Project delivery for the City utilizes two types of schedules as noted below. The City 6 cEev�lops and maintains a Master Project Schedule as a"baseline" schedule anc� issue 7 monthly updates to the City Project Manager (end of each month) as a"progress" 8 schedule. The Contractar prepares and subzni.ts each schedule rype to fulfill their 9 contxactual requixezrzex�ts. 10 TI 12 13 14 15 �6 17 l8 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 1.4 37 38 39 40 41 42 43 44 45 46 47 48 1. Baseline ScheduIe The Contractor develops and subrnits to the City, an initial schedule �or tk�eir scape of worl� in alignment with this speciiication. Once reviewed and accepted by the CiEy, it becomes the "Baseline" schedule and is the basis against which all progress is measured. The baseline schedule will be updated when there is a change or addition to the scope of work impacting the duration of the work, and oniy after receipt af a du�y auihorized chang� order issned by the City. In the event progress is sagnifica�ntly b�hind schedul�, the City's Project Manager rnay autharize an update to ihe baseline schedule to facilitate a nr�ore practacal evaluaiion of progress. An example of a Baseline Schedule is provided in Specification 00 32 15.1 Construction Project Schedule Baseline Example. 2. Progress Schedule The Contractor updates their schedule at the end of each month to represent the progress achieved in the work which includes any impact fram authorized changes in the work. The updated schedule must accuraCely reii�et the current status of the work at that point in tanrae a�d is referred to as the "Progress Sched�zi�". The City's 1'rojeet Manager and Prajeet Cont.�'ol SpeciaTzst reviews and accepts each progress schedule. In the event a progress scherlule is deemed not acceptabie, the unacceptable issues are identified by the Ciry within 5 warking days and the Contractor must provide an acceptable progress schedule within 5 working days after receipt af non-acceptance notification. An example of a Progress Schedule is provided in Specification 00 32 15.2 Constructian Froject Schedule Progress Exaznple. CITY STANDARD SCHEDULE REQUIREMENTS The following is an overview of the methodology for deveioping and rnaintaining a schedule for deli�very of a project. A. Schedule Framework The schedule will be based on the defined scope of work and follow the (Cr�tical Path Methodology) CPM method. The Contractar's schedule will align with the requirements of this specification and will be cost loaded to reflect their plan %r execution. Overall schedule duration will align with the cont�'actuai zequirements for t�e respective scope oi wor� and be reflected zn City's Master Fic'oject Schedule. The Project Number and Name of the Praject is reqnired on each schedule and musi match the City's praject data. B. Schedule File Name CITY OR FQRT WORTI�i STANDARD SPECiF1CAT10N Revesed ILTL.Y 2d, 2D18 2D2I WOODWAY AND SAM CALLOWA7i R�SURFACAVG YROJECT CiTY PR07ECT NO. 102879 D03215-b CONSIRUCTION PROGRESS SCHEDULE Pagc 4 of 10 1 2 3 4 5 6 7 S 9 IO 11 12 13 i4 15 I6 17 18 19 20 21 22 23 24 25 z� 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 Q�5 45 47 48 49 All schedules submitted to the City for a project wilI have a fi�e name that begins with the City's praject raurraber followed by the name of the proJect followed by baseline (if a baselzz�e schedule) or tlae year and month (if a progress schedule), as shown below. • Baseline Schedule File Name Format: City Project Number_Project Name Saseline Example: 10137G_North Montgomery Street HMAC_BaseIine � Progress Schedule File Name Format: City Project Number_Project Name_YYYY-MM Example: 1a1376_North Montgomery Street HMAC_2018 01 � Project Sch�dule Progxess Nazxatzve File Na�x�e Foimat: Ciry Project Nuxnber Pzoject Nam� PN_YYYY-MM Exaxnple: 101376�North M�ntgamery Street HMAC�PN_2018_O1 C. Schedule TempIates The Contractor wiIi utilize the relevant sections from the City's ternplates provided in the City's document management system as the basis for creating their respective praject schedule. Specifically, the Contractor's schedule will align with the layout of the Cons�-uction section. The templates are identifed by type of pro�ect as noted below. o Arterials o Aviation a NeighbaxIaood Streets � Sidewalks (later) • Quzet Zones (later) � Streei Lights (later) • Intersection Irnp�•ovements (Iater) � Parks � S torm water � Street Maintenance � Traffic o Water D. Schedule Calendar The City's standard calenda�r for schedule development puzposes is based on a 5-day workweek and accounts �For the City's eight standard holidays (New Years, Martin Luther King, Memorial, Ix�dependence, �,aboz, Tk�a�ksgi�ing, day after Tk�antcsgivirzg, Christmas). The Confractor will estahlish a schedule calendar as parr of tE�e schedule development process and provide to the Project Control Specialist as part of the basis for their schedule. Variations between the City's caIendar and the Contractor�'s calendar must be resolved prior to the City's acceptance of their Baseline project schedule. E. WBS & Milestone Standards for Schedule De�elopment The scope oi work to be accoxx�plished by the Contractor is represented in the schedule in the %rm of a Wor�C Bzeakdawr� Stracture {WBS). The WBS is the basis for the de�elopment of t1�e sck�edule activities and shall be imbedded and depieted in the schedule. CTl'Y OF FORT WORTH 2D2I WOODWAY AND SAM CFILLOWAY RESL3RFACIIVG PROJECT STANDARD SPECIFICATIpN Revised JCTLY 2d, 2018 CITY PRQ7ECT NQ. ] 02&79 003215-0 CONSTRUCTION PROGRESS SCH�DULE Page 5 of l0 I The foIlowing is a summaiy of the standards to be followed in preparing and znazntainzng 2 a sc�edule for project de��vez'y. 3 4 I. Cantractor is required to u�ilize the City's WBS structure and respec�ive praject type 5 template for "Construction" as shown in Section 1.4.H below. Additional acEivities 6 may be added to Levels 1-� to accommodate the needs of the organization executing 7 the work. Specifically the Contractor will add activities under WBS XXXXXX.80.83 8 "Constructian Execution" that de�ineates the activities associated with the various 9 components of the work. 10 11 12 13 14 15 16 17 18 19 20 21 2. Contzactoz is requized to adhere to the City's Standard Milestones as shown in Section l.4.I below. Contractor will include addit-ional milestones representing interrnediate deliverables as required to accurately reflect their scope of work. F. Scheduie Activities Activities are the discrete elements of work that make up the schedule. They will be organized under the umbrella of the WBS. Activity descriptions should adequately describe the activity, and in some cases the ex[enl of the aclivily. All activities are logically tied with a predecessor and a successor. The only excep�on lo this rule is for "project start" and "project finish" �xuIestones. 22 The activity duration is based on the physical arnount of work to be performed for the 23 stated activity, with a nlaximum duration of 20 working days. If the work for any one 24 activity excecds 20 days, break that activity down incrementally to achie�e t�is duration 25 constraint. Any exception to this requires review and acceptance by the City's Praject 2b Control Specialist. 27 28 G. Change Orders 29 When a C�aage Order is issued by the City, the impact is inearporated inta the previously 30 accepted baseline schedule as an update, to clearly show impact to the projeet timeliile. 31 The Contractor s�tbmits this updated baseline schedule to the City for review and 32 acceptance as described in Section 1.5 below. Updated baseIine schedules adhere to the 33 foIlowing: 34 35 36 37 38 39 40 41 1. Time extensions associated with approved contract modificatzons are limited to the actual amount of time tha projecC activities are anticipaCed Co be delayed, unless otherwise approved by the Progranrz Manager. 2. The re-baseli�ned schedule is submitted by the Cantraetor within ten workdays after the date of receipt of rhe approved Change Order. 42 3. The changes in logic or durations approved by the City are used to analyze the impact 43 of the change and is included in the Change Order. The coding for a new activity(s) 44 added to the schedule for the Change Order includes the Change Order number in the 45 Activity ID. Use as many activities as needed to accurately show Che work oi the 46 Change Order. Revisio�s to tt�e baseline sck�edule are �ot effectxve until aceepted by 47 the City. 48 49 SO H. City's Work Breakdown Structure CITY OF FORT WORTH STANDARD SPECIF3CATION Revised JU�Y 2D, 2018 2021 �00174VAY AND 5AM CALLOWA7' I2ESi3RFACTNG PROJECT' CITY PR07ECT IdO. 102879 D03215-0 CONSTRLTCTIOI+I PROGRESS SCHEDi7LE Page 6 of 10 1 2 3 4 S 6 7 S 9 10 il 12 13 14 i5 16 I7 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 3S 36 37 3$ 39 40 41 42 43 44 45 46 WBS Cade WBS Name XXXXXX Project Name XXXXXX.30 Design XXXXXX.3d.10 Design Contractor Agree�nent XXXXXX.30.20 ConceptuaT Design (30%) XXXXXX.30.30 Preliminaz-y Design {60%) XXXXXX.30.40 Final Design XXXXXX.30.Sd Environmental XXXXXX.30.6Q Permits XXXXXX.3d.60.1d Penmits � Tdentification XXXXXX30.60.20 Permits - Review/Approve XXXXXX.4d ROW & Easements XXXXXX.40.10 ROW Negotiations XXXXXX.40.20 Condemnation XXXXXXJO Utility Relocatian XXXXXX.70.10 Utility Relocation Co-ordination XXXXXX.$0 Ca�struction XXXXXX.80.81 Bid and Award XXXXXX.80.83 Constructao�x Execuiion XXXXXX.80.85 Inspection XXXXXX.80.86 Landscaping XXXXXX.90 Closeout XXXXXX90.10 Construction Conlract Close-out XXXXXX.90.40 Design Contract Closure Z. City's Standard Milestones The follovving milestone activi�ies (i.e., important events on a project that mark critical points in time) are of particular interest to the City and must be reflected in the project schedule for all phases of work. Activity ID Design 3020 3040 3100 3120 3150 3160 3170 3220 3250 3260 CTl'Y OP PORT WORTH STANDARD SPECIFICATION Revised J[JZ.i' 20, 201 & Aciivity Name Award Design Agreement Issue Natice Tn Proeeed - Design Engineer Design Kick-ofi Meeting Submit Conceptual Plans to Ulilities, ROW, Traffic, Parks, Storxn Waier, Water & Sewer Peer Review Meeti�g/Design Review meeY�ng (technical) Coz�duct Design Public Meeting #1 {required) Conceptual Design Compl�te Suhmit Prelaminary Flans and Specit�cations to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer Conduct Design Public Meeting #2 (required) Preliminazy Desigr� CoznpleEe 2021 WOOT�WA'Y AN17 SAM CALLOWAX RrSURFACU+IG PROJ�CT CITY PR07ECT NO. 102879 D032 ]5-0 COIYSTRUCTION PROGRE53 SCCi�DC]LE Pagc 7 of 10 1 3310 Subznit Final Design to Utilities, ROW, Traffic, Parks, Storm Water, 2 Water & Sewez- 3 3330 Conduct Design Public Meeting #3 (if required} 4 33b0 Final Design Complete 5 RO W & Easexnents 6 4�00 Right of Way Start 7 4230 Right of Way Complete 8 Utility Relocation 9 '70Q0 Utilities Start 10 7120 Utilitaes Cleared/Complete 1 i Construction 12 Bid and Arvard 13 $110 Start Advertisement 14 8150 Conduct Bid Opening 15 8240 Award Constniction Contract lb Consiruct�on Execution 17 8330 Conduct Construction Public Meeting #4 Pre-Construction 18 8350 Cansiruction Start 19 8370 Substantial Cozx�pJ.etian 20 8540 Construction Completion 21 9130 Notice of CompletionlGreen Sheet 22 915d Construction Contract Closed 23 9420 Design Cantract Closed 24 1.5 SUBMITTALS 2S 26 27 28 29 30 31 32 33 34 35 3f� 37 38 39 40 41 42 43 44 45 46 47 A. Schedule Subrnittal & Review The City's Project Manager is responsible for reviews and acceptance of the Contractor's scl�edule. The City's Project CantroI Specialist is responsible for ensuring alignmenC of the Contractor's base�ine and progress schedules with the Master Proj�cl Schedule as support to the City's Project Manager. The City xeviews and accepts or rejects the schedule within ten workdays of Cantractor's submittal. Schedule Format The Contractor will submit each schedule in two electronic forms, one in native file forrnar (.xer, .xml, .rnpx) and the second in a pdf forrr�at, in the City's document rnanagement system in the location dedicated for this purpose and identified by the Project Manager. In the event the Contractor does not use Primavera P6 or MS Project for scheduling purposes, the schedule infor�nation must b� submitted in .xls or .xlsx format in compliance with th� sample layout (See Specificatian 00 32 115.1 Construction Project Sc�aedule Baseline Example), including activity predecessors, successors and total �aat. 2. Tnitial & Baselil�e Schedu�e The Contractor will develop their schedule for their scope of work and submit their iniEial schedule in electronic farm (in the fiIe formats noted above), in the City's document management system in the location dedicated for tl�is purpose witiain ten workdrrys af the Natice of Award. C1TY OF FORT WORTH 2O21 WOOAWAX AND SAM CALL.pWAY RESLTRFACRVCr PRQJECT STANI]ARD SPECIITCATIOAI Revesed .iULY 20, 201 S CITY PROJECT NO. ] 02879 003215-0 COIVSTRIUCTTOIV PROGR�.S5 SCf3��TT1.� Pagc $ of ] 0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 2r 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 �D �1 42 43 44 45 46 47 The Czty's Project Manager and Pf�oject ControI Specialist review this initial schedule to determine alignrnent r�vith the City's Master Project Schedule, inclucling format & WBS st��ucture. Following the City's review, feedback is provided to the Contractor for their use in finalizrng their initial schedule and issuing (within fave workdays) tl�eir BaseIine Schedule for final review and acceptance by the City. 3. Frogress Schedule The Contractor will update and issu� their project schedule {Progress Scl�eduie) by the iast clay of each m4nth th�•aughout ti�e life of their work on the project. The Progress Schedule is submitted in electronic form as noted above, in the City's doeument management systern in the location dedicated for this purpose. The City's Project Control team reviews each Progress Schedule for data and information that support the assessment of the update to the scheduIe. In the event dat� or information is missing or incomplete, the Project Controls Specialist cominunicates directly with the Contractor's schedu�er for provic�ing same. The Contractor re-submits th� corrected Progress Schedule within 5 workdays, fallowing the suhrx�ittal process noted abo�e. The City's Project Manager and Projeci Cantral Specialist review the Contractor's progress schedule for acceptance and ta monitor performance and progress. The following list of items are required to ensure proper status information is contained in the Progress Schedule. � Baseline Start date � Baseline Finish Date � % Complete � Float o Activiry Logic (depe�denczes} o Criticai Path � Activities added or deleted � Expected Baseline Finish date � Variance to the Baseline Finish Date B. Monthly Construction Status Report The Contractor submits a written status report (refened to as a progress nar��ative) at the end of each month to accompany the Progress Schedule subnnittal, using the standard format p��ovided in Specification 00 32 15.3 Construction Projeci Schedule Progress Narrative. The content of the Construction Project Sck�edule �rogxess Narrative sl�ou�d be concise ancE compl�te to: a Reflect the current stat�s of the waz�k foz the reporting period (inel�ri�ng actual activiti�s started and/or coxnpleted durzng the reporting period) • Explain variances from the baseline on criticai path activities • Explain any potential scheaule conflicts or delays • Describe recovery plans where appropriate • Provide a summary forecast of the wark to be achieved in the next reporting period. C. Submittal Process C1TY OF FORT WORTT� STA1dDARD SP�CIETCA770N Rcvised dULY 20, 2018 2021 WQODWAY AND SAM CALLOWAY RESUI2FACING PAp1ECT CITY PR07ECT A'O. 102879 00 3215 - 0 CONSTRUCTION PROGR�SS SCHEDULE Page 9 of 10 1 � Schedules and Monthly Construction Slatus Reports are submitted in Bnzzsaw 2 follawing the st�ps outlined in Speci�ca�ion 00 32 15.4 Construct�on Project 3 Schedule Submittal Process. 4 o Once the praject has been completed and �'inal Acceptance has been issued by the 5 City, no further progress schedules or consrrucYion status reports are required from 6 the Contractor. 7 1.6 ACTION SUBMZTTALS/INF4RMAT�4NAL SUBM�TTALS [NOT US�D] S Li CLOSEOUT SUSMITTALS [NOT USEDJ 9 l.$ MAINT�NANC� MATERIAL SUBMITTALS [NOT USED] 10 l.9 QUALITY ASSURANCE i I A. The person preparing and revising the Con��actar's Froject Schedule shall be 12 experienced in the preparation oi schedules of simiIar complexity. 13 B. Scheduie and supporting documents addressed in this Specification shall be prep�red, 14 updated and revised to accurateiy ze£�ect the pe�r£orxnance of the Contractor's scope of i5 work. Z6 C. The Coniractor is responsible for the quality of all submittals in this sectian meeYing the ].7 standard of care for the construction inrlustry for similar projects. 1s 1.T0 DELIVERY, STORAGE, AND HANDLTNG [NOT USED� 19 20 21 22 23 24 25 2b 27 z1l FXELD [S�TE] CONDITIONS [N�T LTSED] l .X2 WAARANTY [NOT USED] 1.13 ATTACHMENTS Spec 00 32 I5.1 Construction Project Schedule Baseline E�axnple Spec 00 32 15.2 Construction Project ScheduIe Progress E�a�x�ple Spec 00 32 15.3 Constz-uction Project Schedule Progress Narrative Spec 00 32 15.4 Construction Project Schedule Submittal Process 28 PART � - PRODUCT� [NOT US�DJ 29 PART 3- EXECUTION [NOT LTSED� 30 3I 32 33 34 CTI'Y OF R�RT WORTH STANDARD SPECIFICATION fZevised 7[TLY 2D, 2018 END OF SECTIQN 2021 WOODWAY AND SAM CALI.OWAX I2E3UI2PACl�1G 1'1207ECT CTI'Y PROJECT NO. 102879 d03215-0 CONS'I'RUC`['ION PROGRFrSS SCHEDiJLE Page 10 of 10 Revision Log DATE NAME SUMMAAY OF` CHANGE Jufy 20, 2018 M. 7arre1l Ini�€a[ Issue CTI'Y QF RpRT WORTH 2O21 WOODWAY AND SAM CALLOWAY RESURFACING PR07ECf STAND�112]] SPECTFTCATION Reviscd JULY 2D, 201R CITX PROJECT NO. ld2$79 00 32 15.1 - 0 CON5`f12UCTION 1'I20GI2ESS SCHH17i7LE -� BASELINE EXAMPLE Page 1 of 5 I SECTXON 00 321.5.1. 2 CONSTRUCTION PROJECT SCHEDULE — BASELINE EXAMPLE �_7.:1_�if-�f_�l��►1JD ��L! 4 The following is an example of a Contractor's project schedule that ilhistrates the data and 5 expectation for schedule content depicting the baseline for the project. This version of the b schedule is referred to as a"baseline" scheduIe. This example is intended to provide 7 guidance for the Contractor when deveIoping and submitting a baseline schedule. See CFW 8 Specification DO 32 15 Constructaon Project Schedule for details and rec�uirements rega�rdzng 9 the Contractor's project scheduie. 14 11 l2 13 i4 15 16 17 18 19 20 2I 22 23 24 25 26 27 2S 29 30 31 32 33 34 35 36 37 38 39 40 4X 42 43 44 45 �6 CTI'Y OP F012T WOI2TH 2O21 WQODWAY AND SAM CALLOWAY I2ESUi2FACllVG PROJECT STANDARD CONS'CRUCTION 5PEC1t�ICATTON 170CCIMEN`1'S Revised ]ULY 20, 2D18 CTTY YROJECT NO. 102$79 00 32 151 - d CONSTRUCTION PROGRESS SCHEDULE - BASGLINE EXA�viPLE Pa�e 2 of 5 �l � r N � � � � ,,, d. �---��--• •—•-�---•--y •--..- W ��e-� -V� � � � 4 � .� � � � � � � �H� � � � � � � � � � 0 � I� w 9� a � � ., w a � a� r r, � C � � � � ,� � � � � � � . � ,.. E �■t � �,.i�:.. „ .,i: �i. �. �� �' � „ ri ,�r r.�.y t�' - a! � kd '�: � �i i � L'i 4 �'�;Il�j" ~ �: �: :' ::' ; i " a F !{' i� z ' w � � x � 7i� •� - i � i�j'S� kf :fi�i� .� �f i�.�. �`Y7���? � R; �!?- - -If; �i � - • l i7 I ;�t � �; � � � � � i# � � �.� � .. {;� fi�� � � �, � ������, �`,r.� ._ �, r [;�q 's n ; ` �'�����`�� I n .. FF . ;,t�;i �I:�i,�r ..._._..._. _. ._.� ��M..�. . , _... ._.,,, ,T,,, . ,., ,,. , �,. ., .. „ .. w.'�_ .. , I�.�� �rF� ; � }, ,., .: ,..i.."6, t' I.. E I, I� I, J G ,y 'r F' � F i . . G, r� �� ?� :f �, ., , ��r P �. .� .. � .. G:.:1 f! ;.� ' � �� ;, � �: i' !� � r� �o- � F� �.. 'r� . . W ;�! : s M �i ui � .. `: . � .a rt :. .F :. .y . � .r r I w � :. � � � 4[J u [iI O r3 G O 1■6 G G r` i O 6 j O wi [5 CI �� i v tt L� L� U LY F.F n� •� rs i ri t' t tt'^ i � II w � � � w .� f .. .. � -,.�. M r f , . .. �� W . V ,� �.j.�.�� - �. �R;� �,.�:.wi:s�'�'�.::;�s t��,w' ':���;��+��::'r:�t�� � �� ���6��,���j #;.i�� ;����i;����U`i� ,� y � � � ;� :. .ti , ;3 7 �'�.:;s �� �� � � � � �ti 1�{ � _ � a ;� .ti � 3 . .� .Fi � - - *, 'I+I' YL + �I �Y. {F 1� ii ii i. • � �' ��F�{1 ��� 2�� }j i� i� ii 1� T+ �'� ii V i ii 'p •i ii i'i i. i � , ' ? � � � � � � �,1 { ; '� � �. � � y� � � �� � � ,!� €� E^ � � � �' . ..: o�i �.S �. —.i �+ F� '� ...� ,i ia ii i� �.� ,F r i � � � .o- n � i M. � w �: �y �j ^ ^ � a rF �. ., �. � � w w � � � � � ,s � ' i i:�`� r'k.1-•�'"'"iif��T`j••� Li r'�' �-- � tl� .,y,�S�=�'� i i + I I� � � � � � � 'a � �; � E}�w�� � ' ���� �:. I� �.����►. .�. � � El � :' + .: A � � !i {} � � ,. a�' ; F '� �j � � R :: � � � � �j ,J � ;• � ., � I� � k [ �`i � �a ii '���Y•'+�5� 4`I ki� E�*� �� �I� :��' G ��u�efi� � .'''-, r: F� ' .; � � �., �ti � '� - ': „... i�: �' ,'i, �' �'� I I .' n �}w., r� � Y. � ii •. rl r�� r� ,.i r. .} ♦t I'� � n r. •� n�1 n� � T * � � ' � b� � w �� � Tp3 4� {.� � � � � � � ��+ £��•yr Fy,� v1 � � � �� C/J � �� � � � �F cC � � � � � � � � � � � � � � tl .�e V � ♦ ♦ • ... � � :� ro � � �C � 1� 4� � �I� � CTI'Y OF FdRT WORTH 2D21 WOODWAX ANI] SAM CALLQWAY RESURFACIIVG PRp1ECT STANDA.RD CONS1'RUCTION SPGCIrICATION DOCU11iENTS Revised 7ULY 20, 2018 CITY PROIECT NO. 102R79 00 32 15.1 - 0 CONST'12UC1'iON PROGRESS SCHEDULE - BASELllVE EXAI�PI.G Page 3 of S 1 2 � � � � � � �! � � � R- C Gl� � �, ir� •• � � � � � � � � � � � � � h �f r ._._._.. .��..._.... �- -• �-,u ... ..... �= ak�i � L•.Fi �.... ''-..��.... � .i. ..T... � ,.,,•�; `y,.•,,•,�,,, �,.,,.,.,.,�-.,i, � � � �. � � � • nF 4 aF���';,• �n �� �, .{•,•• � r�:�e� .{ .i .. II �� .' yF ,� �. i��t iF �i fi � Li .� �d ��� :i..�!��: r�� :� °r� .'{�:� � rfi � .. �` :k � � ri �.� �u N� =r :� �n +., I � 4 ii � �S 'ai � �} � I a� r�t �. Im4 ii V.sr'ii � L�y Jlray k/�Y ai ia �i I![ +.r ul 'r ,1 i ,4 �r *i ii ry fl{ ri�� Y� ,�5 ii �+} w� i'I � y * Y� h n r. r. ��i� ii r . i i r s i � W Y at tp W W d u a� �` L�. +��rs kr r.] � iY �'ii.ii i� u,1'� f� {'I �� fl � �� �� �'{ ii i#� '� ' ii t� �'} �i � � � ' h'a5 t e L ,L' � '��S �1 u � �; � � g 1k � � � I��� � f; �� � i� � �� � ,�' � k ti ,� n .i � �. �7 r, � .i,�� � i �f °�� i � �r � � � � � W � r . � '� � �� r'� � . � - + � i: :5 r� ,"i� � r , ., �. - �"r s� • a �, �� ^ - - - � _ r t•� iii �+ •� •i x •. r., w i+ r, iii xi r, .� r � .. `I� .w ir �" ^` i. ih �li i. � � ili r iii � �:ii" � �"� t' {':� :'-;'j::'::' :'.• ii ' .� � u �i � 1'� - "f; Y. t, �, } f: f . }' a ,> 4 �; 1. f p �; g¢ �� . �� . } : � {'} F' 'w n :i � y � � ��[ �, r � � � � •+ 3 �' ��� �T, � � � ��� ;!; Fi � _4.y". r � � S � �i� � ��� �� i. �� '`}n` �'� � � { � n �G '� " - ,M .'•I}; }: :° �. .� � r.;}F..� �� 4 � ��•� �� �t }� ^' . �'i� �� Y '. _ �{ •� ��� �: !� � � � _ , a n, . M -� �-� :! kk ;, •• ,� � ••�}i �, �! : .� � � � ".' kj N � i.!:; =` �i f, . � � .� .� � li I � ; '.' I I I � � �. � �' ' � �' � �; � i � � � � ; #; � �, ' � �� � � 'ti�� � � � � � }h , �L I �, �F 4r b �!. � � I�' � � i� }.* � �.i � ^ F y F .� 9 F �'' '* 4'� : h �� � a �E , +� �. , L ;� � F r � . f��1 in �I i: n�[ i� ��'� � ��#` �i fl u IL il {i � . � � . � ii::�u����:i�ic�'�r�" �''`"'���s�.:���:,.;�:�:tw � � � ���+ � � . � � � ��a ��E ��hF� � � � � ii y t h k. '; �' : c 15 a` �r � � n '�' rF� � � � � � l � � � � � n il 7 M � � XI � ¢ � � : � � .'' � �. � ��' �� � .� � � � � � � � {P��`l V! f;� �q ��.q ! .�s � � 7 �+ f� � C!} ��#f � � � �i ��yIq F+�1 �-0 � ��� � � � � � �� � � � ��r ��� � � � � ,� � '� � .� � � � � � � � � C11'X OF FORT WORTH 2621 WOODWAY A�iD SAM CALLOWAY RESURFACTf+iG PROIECT STt4NDARD CON5TRUCTION SPECIFICA77�N DOCCTMENTS Revesed J[JI.Y 20, 20 [ 8 C1TY PRQIECT NO. 1D2879 00 32 15.1 - 0 CONSTRUCTION PROGRESS SCHEDUL� — BASELINE EXAMPLE Page A of S CTI'Y OF FORT WORTH 2O21 WOODWAY AI�ID SAM CALL.QWA'Y RESUI2FAC17VG PROJECT STANI)AI2D CONSTRUCTION SPECIFICATION DQCUMENTS Revised JC7L.'Y 20, 2018 CITY PR07ECTN0. 1�2879 OD 32 15.1 - 0 COAlSTRUCTIOIV PROGRESS SCHEI7ULE — BA5ELINE EXAMPT,E Page 5 of 5 t END OF SECTION Revision X�og DAxE NAME SUMMARY OF CHANGE ruly 20, 2018 M. Jurell Initiat Issue C1TY OF FORT WORTH 2O21 WOO�WAY AND SAiv1 CALLpWAY RESURFACING PRO]ECT S'I'ANDARD COI+ISTRLTCTION SPECIFICATION DOCUM�'NTS Revised JLJLY 20, 2018 CITY PR07ECT NO. 1fl2879 00 32 15.2 - 0 COAISTRUCTION PROGR�SS SCFIEDC]LE — P120GRESS CXAMPLE Page 1 of 4 1 S�CTION 00 3215.2 2 CONSTRUCTION PRO.TECT SCHEDULE — PROGRESS EXAMPLE 3 PART1- GENERAL 4 The foilowing is a� example of a Contractor's project schedule that illustrates tne data and 5 expectation for scheclule content depicting the pa�ogress for Che project. This version oi the 6 scnedLr�e is referred to as a"progxess" schedule. This example is intended to provide 7 gt�idance for the Cantractor when develaping and s►�bmitting a progress schedule. See 8 CFW Specification 00 32 15 Construction Project Schedule for details and requazeznents 9 regarding the Contracior's project schedule. 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 2S 26 27 C£I'Y OF FORT WORTtT 2D21 WOODWAY AND 5AM CALLOWAY RESURPACING PROIECT STA�NDARD CONS112UCTION SPECIFTCAT"�O1V DQCUMEI�ITS Revised 7CTI Y 2D, 201R CT`T'Y Fd20JECT Np, 162879 D6 32 15.2 - 0 CONSTRiJCTTOAI PROGR�SS SCT�.DTJT.E — PROGR�55 E3CAMPT,E Page 2 of 4 1 N �� �, �, „`,�� r � � � � a � [� � �. �� � � �, /�� ���;' sJ G s_ � � � � :�;: ':; �I.�;;.::::1::.::;::.i:,.; �:'l1;,::..:: ,,,�;;..;;:�:=...::�,�;; ;,;_,_f ,;:�,__;:;—.___ 1:�=��= --;.T_._._ ;�;_;;,;;; �-::�_:�-�;�� �_.:_:�'�__=-'�'�=::.__��_:1"-:,:;:i;_':�;_:� ��� �� ��...�.� zz � �.,�s+.... ��.�.a ��+a....:.....�r�. ��,�„.........�.� _� � � F� +_ :�—.•"ti ,� +_� I � : � Yf . eF� n .�., � .s � n n n {� � � I f�� " �' ^ '} ^ �� 1 � � E' I I i � � r` r` ,h A ni ni . •� •' n� �' .w r N� .t a. .� .� .� ., i, ., . r � .� ., •i r.+ r� t u t �n �. �r �'t � Ih .� .� z� €� .�. f` i,� {� �- ^ ta s� ,� � r �� i i ii � t� 4� :� ` i �.—i �� ' ��� i� t� � � sa �' si ;�i 's� i���� �; ,� � :�i���`� ?:�� �,����:����i�ik�r';'.",�s��������fS�Rr4w����. 1 y K [� K y t ., ,w . F �i x� ' ��, � �� �; s`�#' ;{ ,. �. �: €� x• �] `; ;� �' �, � �� x 11 � � "' ,: � f�T �1 Y ?i �' � ��� F' ;' �������;#� ��������������� ��� ;�'�'�'������� ��'�``h. ;� �t.€t €� � ��.� t� — Y ai .i �� 4: G: = i'i i �� i�. u: i: ;t ;� �}} iW � � � �� C � � � � � k ��`�;;�,H �� kF � � ik �. rl .' � � 4 � �� � � � � � ��� :: El:� :r . ,. �� r��, � � ti � :, �}{ „ ,�, � ��a, �1� y\ � � � � �� 11 1i �' I' `yi � � � � � #�w k, �� 4� � - � � I' � f 1 F� � Fi i+ ' F � + �4 �'f ��'f �. " � � � � � ` �ry i�� � � :� ii � i7 � .� ii r �{ �� - �i �� i � ;� � Il �� � 2 �r' F' " � ^ = � ' r� �� �;o-i��.�fi ��in}i�;�i �i���;���`;Fir"i;ri},x,., .,,� � �� �;������������ ���,����;������� ����: � ���;� ���$�S� ������ i�S�F��d �� . . � ��;�5t��-'7�,��,,,.�Fi�'—'�.����',.,,i.v.Fk�lya�w��1��;,...��� �v . k � u � •� ' .5: �I � � u �� �i.�. � ��� �i I�� �� � f � L� x. ��� w ��� ��� � �i .i }a �a 'n' u 3i :� a .� I �af `� � � �� � Il, �� �;� � s ��� 4 � � � .I� f, Y J� � �' f n � ��� ��'� �� � �'�S �� � ;x .?: � •� � � � � � �� � � t� � � � � � � � �� � � � '� � � � � 14 £: 1 � � � � � �. � � � � � � � � � + � tA � I y �j �q� �k��€1 � y� � «� � {d i+L � � ,� u F °q N �i �j ,� � � �+ � � � � � � �F � � � � � S• � ia � � �1 . } � f� ��,�.� � ?��i }w���`,w�'&�]� � ��3:, �4 � � � � i Y � �� � �I � i� � �r � � � 1 ly � !� � 11� L� 4 � � � � � �� {� f4 � � i � � � * �� y !:� JJ l� 5C � ��YT bt "' y �, � ta � � �� � �� �� EI " y � sf .d oc u �� ��.� ��r ::�.::�� � � I � � � CITI' O�' �'ORT W012TH 2421 WOODWAY AND SAM CALLOWAY RESURFACING PROJEC I' STANDARD CONSTRUCTION SPECIFTCATTON DOCUMEI�iTS Revised 7iILY 2D, 20l S CITX PRO.TECT NO. 102$79 � �a � � � � � � a.. oa 3z is.a - o CONSTRUCTION PROGRESS SCHEDULE-PROGRESS EXAMPLE Page 3 of 4 .� C � . E_ € ' c ' _ ' ' t -1--�--�---7 .. � ..--•-•-• � - _••-•�..,......_�,. ...,...�... ......,...�...........�.,.........�,.....,..,�.,..,.....�.., ,_,. i ,_}_.^ .. �-•-_-•�+_.._�.a.._ �n ��---���t ��---�-- t� �� -i ------.':,,;:'; '�� ti:'_ :.-:�— -�;;. .-• --- --,., �; ..t� -t r '�' l�- 'F' ....�.�:.w.�.:�. ��---I ,'r.,,..,.,.3..�....,i�...,..,,�,,,.,,...a..,,...,E., ...,..,f,,.,,..,,,,1..............�....�1�.......a.�.....ir�'a��� � ..�,-_..'L"'""'"'"I'_—_ '""""""�""""_7'_"_—�___ _ ""y'"" ...,__,_,�-��--��-�{-�-�-----,:- , . .-�- --.�_.__._...-�� ..........:.........� - �-- E-- _..,. _,. ��J��'�� ......... ......... ... � � I.i ��.rr �{ �� 11 rl ii !i r� I f'I �{ �i �� !� �s rl � I i{ i-I �i'�+ �{ �{ �� �� I'I �tY !f !* �� A rl rllrtlr{ ri r� +} F-j y1,F} ! FL i I i! f} fl +"I i! r` ry�f+ FF r� r� r� r� r` r` f.l �fl fl il � n 4T ri � r� r� r` r` N Y W 4�M1 Y 1 2 � r � � � � � ��.y v � �. �, �� �. �. '�:V � � � � '� +i w�. j� w.� � M�.r. n }�'� � a� � if � } � 4 � {' '7 � � � � � � (1 � ry� Y � � i iS � � � r� �� �� � � � i �� � � '� `: ��!I �� �Z [r � �: � � I.� fJ TJ � 4r � y} kl Xi •� y� ... ' i�� ^i iii .^i iRi ����.��i��F ����#�J�,�{i�iiii� j�� 1 %� f5 �# 5' � ,�[, � � " �� 25 . � ,: �" �� .�� • *• �r . I+ . � �' .. ii !l � ;� }• #C :: � f� �� { #�' }� L r� :J l � �' 4 6' kl tl il �f �����;����� �; .�y��'�,��i .�. R :. z'+ ;} a n � T 'F � 7 i '.r :f ri '� �5 +I z - '� w, x`" ' N �n� ���`-� �' ri tr �i � � r: #� �* ;1 �I r f '� N i3 f� i. ., ., ������� ��������:,��������i � �i �i�i�.},�� �.ri:,Fiu.i L�iL�iG ����i ' k � �r Ii �i �� ti�`1r �'4• i� '� �1 �� �' W ��F ��'�I �� ��'r. -�"� ;i;}`;an•� � v� i�•on•_*I�•.� �.'}i}a�' � �I � 4�! ( � �1 . � �! I� � � J J i � �= N � +, � al ri � ����� �� � � a �� � �� � �'i��� , �, �. � '� � '� Gi �. 4 , � � ,�� � Y� G }� ' p4� Lf: L,;�4F }p� S, y x��n:. � * J" �F I �1'1' i��{�7� � �� � � �1 .'�'i.i F� ��;Fi � �� Hr ff � � � � �i � :t �i.� �1 I� � �1 �s � ��� �r R �i rii ���.�� � �i 4 �I yi � � i� rIyj �h .r ir �+�� `F �i � � ��f�� n . k �'�`{ .k :,G �. H �: {: � � i fi � i �p ;! � _, i� y c+ �� ,�; �; � � � �;����; ol,���� �i �+ � F, }� r� � ` � � � � �� � � � �����j' �� �`c+F r; � i: � i �,I w �:dk � m N� �� fl i��ry i � � � s� � Fs��'.F� i �� � � � � � ,���:����.� t rl �`5 NII N�� .� u� �MI' � �i I � %k � �� ��� ��j �� � 'I ' � 4 � �`� �� r� � �. � � '�' Ni M ih i• .w � i. ��� i�� !i '��� �� �� 1'� +� �� ,�;�,,�4 14 4VJ 4. � y�� � '�'S�Si'�5 r� •h iw � i� _h " " � �� � � � � � � �� � �r. a{r [{ ���i�'�I� I �:�..�.��{s;++l.... w Y� ., V. � :� '� "� - t, ` I� RI � � � I „I��� �� � ���'� � 5 ��...,�:�� � � ��.� t� �� ..��a��r� �` � �� �` � � � uR.�.� , F{ � 5 T� �ti .� ii'Yr��!'}i ij ii� wlw�l.nl.n��n I� � � � � � y r� �i� � � � � � � dd � � � �;? :� �� �A �' ..� F��r � F s � � � � � � � � � � � 4J �' �� � � � � � � � � � � ��� � � -�v� �� � � � �.,. ' �I � CTTY O� FO1ZT WOi2'1'�3 2D21 WOODWAY AND SAM CALLOWAY RE5[JR�'ACING PRQJECT STANT]ARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised IUE,Y 20, 2018 CITY PROJECT tYO. 102879 00 32 15.2 - 0 CONSTRUCTIOIv PI20G12�SS SC�I�]�UI.E — PROGRF.SS EXAII�EPLE Page 4 of 4 � �Nn or s�cTroN Revision Log DATE NAME SUMMARY O�' CHANG� 7uly 20, 20I8 M. darrelI Initial Sssue CITY �P CORT WORTH 2O21 WOODWAY AND SAFv1 CALLOWAY RESURFACI[JG PROJECT STANDARD CONSTRLJCTTON SFECIFiCATCQN DpCUMENTS Revised JLTLY 20, 2d18 CITY PRQ3ECT NQ. 102&79 00 32 153-0 — PROCxRESS Nf#RRA�'I'IVE Page 1 of 1 SECTZON 00 3� 15.3 CONSTRUCTlON PR07ECT SCHEDUL� PROGRESS NARRATIVE Reparting Period: Date Issued: Project Name: Campany Name: City Project l�o: Engineer's Project No: City Project Manager: Engineer's project Manager: A. List af acti�ities accomplisheci En the 1. (insert text here] 2. �insert text herej 3. (insert text here) 4. [insert text here) 5. (insert text here) 6. (insert text here) ing B. �ist af acti�ities to be accorr�plished in the ne� reporting period 1. 2. 3. 4. 5. 6. (insert texY here) (insert Yext herej (insert text here) �insert text here} (insert text hereJ (insert text here) C. l�ist any patential 1. (insert text here) 2. (insert text herej 3. (insert text here] D. I�ist any actual de �.. �insert text here) 2.. (insert text here) 3. (insert text here) and and pro�ide de mi�iqatron actions actians City of Fort Worth, Texas Construction Project Scheduie Narrative Report for CFW Projecis TPW Official Release �ate: 7.20.z018 Pagelofl 00 32 15.4 - 0 CONS'IRUCTTON PROGR�SS SCHF_DULE — SURMPi"i'AL PROCESS Page 1 oP 7 1 2 SECTION 00 3215.4 CONSTRUCTION PR�JECT SCHEDULE — SUBMZTTAL PROCESS 3 PART1- GENERAL 4 5 b 7 8 9 10 1I I2 13 14 15 16 17 The following information provides thc process steps for the Contractor to follow far submitting a project baseline or pzogress schedule for a capital project to the City af Fort Waril�. See CFW Specifica�ian DO 32 15 Construction Project Schedule for details and requirements regarding the Contractor's p��oject schcdule. If you are not a registered CFW Buzzsaw user, please email or contact: Fred Griffin, Buzzsaw Admir�ist��ator City of Fort Warth Fred.Griffi n @fortworthgov. org 817-392-8868 Using your registered usenlame and password log into fihe Ciry's Buzzsaw Site https:/lprojectpoint.buzzsaw.com/client/fortworthgov � I a . . � - - �+ '�' '�• � . .. . � � 18 19 20 21 22 23 24 25 Navigate to your Project FoZc�er. Veiify that your Project ID and Project Name are consistent with Project Folder Name. Navigate to the Schedl�e Directory undex your 1'raject Folder. The 00701-F1aYseed Drainage Irnprovexnents praject is used for illustration. C1TY OF FORT WORTH ?021 WOOI]WAX A�ND 5AM CALLpWAY RESURFACING PROJECT S1'ANDARD CONSTRUCT[QI+I SPECIFICATION DOCUMEiVTS Revised dULY 20, 201$ C£I'Y PR0IECT NO. 102R79 003215.4-0 CONSTRUCTION PROGRESS SCHEdIJLE — SIJBMT'1"TAL PROCES3 Page 2 of 7 1 2 3 4 5 6 7 8 9 IO 11 12 13 14 15 16 17 Fee CisF x•� in•� ��� I � y h.Le. , ' P+�I� I�rc-r.rl�;c, — r"L���__{� +��m � .�' f,� }C .� �5;� �41hr1 sai -r €� �� � � � • �I .I_J _ � f,IN�lil 6^iul-Fr.-=.�ll�.n,p},.:,a;.� iii�-4--_ '�:.ra I s:rl1 tvJ�t'�"'���" J`_,tcs.i-.4a�x.�', �'t]t�'R. ie.]di F [�.cdYG�_ '� �Fl,r�e4�w + � {a�74Xl�i �. J Gncl��,�� ��;,� Co�iUaclor Lj r.�.�,��_ .F �„J r.rqrrd canhaYe;.�..� - �u �.� 3 [F �',j rrM"7hrr,r.+ „_ j 75.6�� Nw �5;. + „JSeilFSa�er�� ' �� � l�iuee+ • � x 7f1� LS�m �la."� Cr+r: �+.��r ; t � 4'�.hlx_�5M1r11}1�44fx'.kAi{�!n � ii �:C �4E � I.SSs i 1As_c� �Qury Er� � � � .C5 �i-4.r.-w�4tl�*3fC�uleFief� � �i+�'y.}.s�vSrn+aRelal.��M� i �r;,�,?;s.il�o-,.r4eAtli0]#�LpYrKlh � �'pGV�S9��.ien0�fi k}+���kr.ii�M� � � 4n779.:rs�,O�rr.l i � UU7dG � a.�er Venai7'.e�r3c� + � %vNl. y,�k++�ia�[.Allon..aln+ , Yr A}�n� r, �..�,.4.1 P�if �r. � ��i� k a an; i�r�rd� fi�+k,�wi: i �mryx`�" .rrN, 1 rtrr.,�; .v.vi a.�.v,�,} �,..axiec. ru. Two files will be uploaded for each sub�x�ittal. A na�ive scheduIe file format either Primavera .xer or MS Project .znipp and a 1'DF version of the schedule will be uploaded Verify that tlie file xza�ne contains Ihe 5-digit Projecf ID, Project Name, and Submittal Daie and follows ihe standaxd naming conventron. Inrtial schedule submittal will be labcled as Baseiine' for example: 00701--�'la.xseedDrainageImprovements-B aseline Schedule submittal updates wiil be labeled with Schedule Sttbrnittal Date `YYYY_MM' for example: 00701-F7axseedDrainageImpravements-2009_O 1 Expand or select the Schedules folder and add both the native file and PDF fiTe to Che directory. From the Toalbar Seiect ❑Add Document CTt'Y QF FQRT WOR'1'H 2O2J WOOAWAY AiJD SAM CALLOWAY 12ESURFACING PR07ECI' STANDATZT7 CONS`I'RUCTION SFECIFICATION AOCUMENTS Revised JULY 2tl, 2018 CIT'Y P120JECT NQ. 1D2879 00 32 15.4 - 0 COIdSTRUCTION PROGRESS SCHEDULE — SUBMTI"I'AL PROCESS Page 3 of 7 X Z 3 4 5 6 7 S 9 10 F.'r ;��il 5•n�. Tnb Hn¢ � � SI � - � I FSclr.1 I� Ip, Q iki+n'L' � �J"s. � +'�Yr� ' ;'$ �r, � ' � F.�.4i _ ,_, �I � , � k =a� � � ;S �.�' � �+ ;�:i � � ' � d� :. . G� . sfT'I�' -.f� - ' aurJl-rla�seo-do-.ru�L.c�a�r.�e�f .. � ���Fpm. I` '� L�IR2�W�rt= + t„tl ear:�r.�� i ;� Lor�AUils y j {c„7�ax ; �j Snrtls,"'�.'�a-�oo- �a ;:J G.�a.al WqiF;�A:.��.r�� aiv ix�i i� �RiayclCrrn'� i.: � j fvb�,c h4rb^P �. �� Ptd?�maa-F: � ���S1ii�rti'I��L'. �� Ur+'-� �+ � �A}�; "L4"M15Y�1j CYhTi �WSS'_' S a % 4 �"J�'3-VlwiYf�;�Ctrn7YCv[IrrSOW `. � +i.;,i,5 � {4hci 4ke�i tE L'Y..n6e• 5K-l�rr� l+ '[� �i4'� � ssi�a�� r.� �l�rxKr[+r�:rF� � � �Nn�i.aN.�b�r�t�.�Lt9I4fAlv.:�i(i [ � [�G7i5 �"e!4x�rhil: y7n:ii`v.r� 1 �!�.i {� {�9 dG7E5-_,FsHorJ�C�r+r`Ir,��n¢r�Y• [ � 69TFF-'_dv.r��a-vad fT � i1LT.i�L..r.w��rr.f;r:mcrn5 :x: ' r i �'r f�u � Auor�� i�r T �rtdi..Mu Fi��]Gi�f�., �e.}3• }}�a;4h � Select I3rawse a��d go to the location of the files oz� your desktop. Select Open [J 5rtr[L ��tr hL�h' C�'e"L StrJ fmF+ ��c�dic.alu'i � _.I �] S=rtoajrti'�Na'Wd1ullfepra�eclrtl�Yuuu,aLaed�loaC�clne�d4CQ�l4e(C�hoSh�� � goe�r. , f- � � �' � ' I Y � n � C:} ��,n *.{ • . I`� �- '� ry�y I �uy[�o�s�� rn.�e�w+oa.:e+R'a! 4,.J I'#flY{'%:..cila ��tiw�tf�SkiPWrn !{Vpreul �4,�xlrl.rinr7�'i'L':: �#�tr.rRnlSrt "-� ��-Is � wo-xfar�arer�r�s��� �'[Wr+k�axi�Yf 1` .:'+� 1.7l� JC+r�+CL4dJ'�� ��W7m4�,�vg 4� �.I�-.Twn �}S y�.�iaWi'rr.r�Fi�Prn C4,H� I [wrr Fet ;^r ;Y]i:,,,� miur�£..�'rn F. I ,��'eLla �1.N1 y"1� U F,L` 71rh�'u �Cd � �c�y� P�,r'e{;2"b�Flar.xxry�k�P�1F N1�4i �FFFxw�n�ra�l[.�r�. �LNYM+hynnl. rPF!orn�wylerer� .b,*;-�Ptr_sxrd!lea�+ �� Y•'3ei�!sr+{n7L frc�'.+uri4e�an�e.r p3i'C4'�:r {BptOp`�L3,+ Flrf'3r��r T�� ��y�.3PG � i'i�.i�o'[ 4'a4'r'R'cQl flii iT.i%e U41 N6r,�+' iI ��'t'"'-Tr'7 � I�'-- �`i'l6�1� fiarrr�; � FAr� r qo� ��I r�e r� }I t � -� �K..r � The file will appear in the Buzzsaw Add to Project — Select Documents vvindo�uv Select Next. CiTI' OF FQRT WORTIi 3021 WOO]JWAY A3�17 SAM CALLOWAX R�SURI^ACING PR03ECT STANDARD CONST12C1C"I'IO�T SPECiFICATION DOCUMEI�lTS Revised 7iTLY 20, 2018 CTTY PROJECT NO. 102879 00 �z i s.a - o CONSTRUCT[OlV PROGRESS SCHEDULE — Sl7BMTTTA�. PCLOCESS Page 4 of 7 1 2 Do not setect Finish at tk�is tizne. « �.�� s'd°rSdasu+md�+aAllaU-�P�ok`stxebHla-Ya�€wF+l�+d�e���4a�rnkr��{oPhrnd}. {Isek�4 � .�orar_.� I #- � � . 6c¢vmxnts Xud�xiLanwer:l fkrls�ce- — — - — — — F#L�[e� . — - Makr'"' Sue— - .�W7511{�ex�ez4trdntrlel�u+eRenb�b3d9,�:h� [�'Lk•aermloeid��_ i17+�.�� 7i,350 Ee�x! BMMI �mhAea�di � �� f �� . .�. , . ,. f� i i�. �II . � �, � � ,I f �� � � � 3 � 5 6 7 & 9 1D 11 12 13 14 �..� k�t> � r.,�, I r.a,ed � You will be placed into the Atiach Comment windaw to enier a record �nto the Project Schedule Sub�ttal Log. �nter the Praject 7D-Project Name-Submittal in the Subject Line. Type SubrnittaI and Company Name into the Comment window a�ong with Contact Name and Contact Phone Number. Select Next. 'I cc ��[rcilramm�7lhelhea�rillr�.^rm�deovp�v�iFxl�me�mlwiilemlmf4il+ynprddrd. 1F`s e1eR K okGUMYI 54kt;`.'�irprs� � �tla-��Ki�llartihr6F9it�+Xi �+�fl#{I�CU�I�i�iAsiQ � � � � � � � � � � � � �I �J 1 Slhll$�41 Scli��hi �4C�1i'�Fa3!*A�ar�:^'tro-i+�+�lu�d5S4-r r,ou�aa., _ . _ _ . . _ . ... . _ ._ __ . �,ma7 rre�rt anbti Fhax Lk �ds1e SrJr_d -d+yli:R N�Y•t C[f��i4: �hmY�' .� �5 �6 SibnlP;a han 'Cb*Y-�V Hr�� fi7. nvk Rr�.�[x1:� N,� 3w�!N 4� 1� 7LK� � _�. tl� : I F,uh � CtKd I Fk4p I C1TY OF FORT W012'1'H 2O21 WppDWAY AND SAM CA.I.1_OWAY RESIlRFACING YROd�C1' STANDARD CONSTRUCTION SPECIFICATION DOCUhhENTS Revised NLY 26, 2D18 C1TY 1'RO]ECT NO. 102879 00 32 15.4 - 0 CON5T12LTC"l ION PROGR�SS SCFIEDULE — SUBMITTAL PROCESS Page 5 of 7 1 2 3 4 5 6 7 $ � 1� 1i 12 13 J.4 15 You will be placed into the Send Email Notification window. Select T'o and the Select Recipients window will appear with a list oi Project Contacts. Select the Pz�oject Manager as the To Recipient and the Project Con�rols Group as the Ca�y Recipient. . ._ _:_: T _ ,- — �� � ��--�s�l __I �a.r p..riW.o�.�i�.�..�L.i�alNvll�.a��i�,r.ru.6`Iv.}i�a..�lu�lwiu�s��� Lwark loc+rn�l� ..I �«,. �„� .v..��.�.._�.� .!. ��,��� ,. j"�, � 1 �� �* � ,..—�.�.. TM. �I { """"'w"" c, 9 I � I� I X���', +iFiFw+` � aY.r , �. i � '"_' � • _ � i w�k ta � �i I�� - I Y, i I � v,t+wii�. � .i � u.�e.ry� � I Y I i i ti. i �.. I {.�%. n.'n 4�'n� � 4.. x i ai{4 ' 1+ I �..r x, . I. . . !�rt _. . + Sin� �'1. 1. 5� � T+i ��'. ' � I 4 �� t f t r — K i� 1� ri YI���4 V {'• . Ylo+,. .. . W � . rw.' ,�. P.c. We�i.. 5': tln... �cMLP��� WdMx � �� . Poa... W=i+- !w � Ter... ..� I at� i � iawi W�i��• W.i• � s� . a ,. Y�a�„ � �!I f;� Lre� i . . _ � !4]G�� •1 'I lu . jj� Auba . - - �� . I : k�clar siw � .`it ' ,�i L . Y r� . If- . � �alcr5n� t �NL + C 6:lrYiu � N�! .. , _ 1h .i�� � .. . .;.. ' fiaeT Ea� j GO�NdC1.L1 I .,..a,R :�r�,,.1 r.nim.m. .� I �..� � iw� � Select the Paste Camment button ta copy the Comment into the bady of the email Select Finish. CI7'Y OF FORT WORTH 2O21 WOODWAY Ai�T� SAM CAT,I.OWAY R�SLJItP'ACING PRp7ECT STANDA1Z17 CONSTRLTCTIDN SPECII'ICAT[OiV DOCiJMENi'S Revised NLY 20, 2018 CITY PROJECT NO. 1 D2879 0032 E5.4-0 CONSTRUCTION PROGRESS SCHEDULE— SUBI�ETTTAL PROCESS Page 6 of 7 — — {,+ df.Etlb+'+tlI00rM�fr%k�lmrnil�rrsnctF�7tj8�rrp�IlrtiNRy�eLr�fi-s ;inslrPa�arl ! s.l..rra..,.«..i. 1 2 3 4 S ,tnrr�s camrr_�� � :se�,arm.A Hakd�llm �� I�sL- a.ncrlienl �L'_I _� � '- + I J 3¢:. I fFs� �fl�,� � ------ �c.�.� Iaa��_SCw=trok7� "��- -- `�61y[k� IE�67L:Fb�sCed'4+�,5e9e:n�'m4[rle±f5lt$alth5! — -Sdmd#�Mntta�kr�n'tc:�neny�leme' �:e7 r{sne F�9 {�I+� �,,cdate ss+Km+Y S��tr r� r�. i ��� nx i�mk yxs lari�+ed k� m l�xi�V 7 L� rLls � �xrw.:� r�� �=c"�i�Rn� { � I = I ,�.. � �°�' � _ !� .l 6 7 8 9 ld 11 ]2 13 14 The schednle file is upioaded to the directory. An email is sent to the City's Project Manager and Project Control Specialist. a a� �n �� � �a � xad= � �.5 �31 �,. .0 +�r' 3c 11 � - tS � _d�o y� � -.i i.�= i�iy,. , *i wi.-.� ,��V 4,; ,'.."'i " FiJ�du� ':I � iti:lu[./W�erdtr+wMVar.ero�..M1Rw, �....-" A.�frs_' � l�I , :� i+flFGTS �Fi�41Mh�-+ iS R+":^N:� II i JP]R'9`aa4 it�4l.r�ui �� • ;J u.a.`�m� ; � [�W�r. • J SrN�ln �� �i�ae. i i��G✓,rXGmxi[nn.nam�rd5oe� i �Rry��}ryx¢ � tj r,a= la,� i y,�a..uMyiei. -;.� `�nik+ �u.aF��...w.17� ric+S.-J: �.� � � k.�,..��.r. �r t'f"*� F � �vTr,-'rra���.G.rr,.���ouir�.r + � m�� .u..� rLq� Lolhi {So11' kWl F� 6J7f� � Jtan Y:.+qe� `-E 4.�IrIo-, n.� �. � Nr'd6-S5La�5v.{.�2iS4�lr��f F.. F �?iFA-f+�T',w�.afl�'c4W}�'I! � � 4i7�s .�c,,��ihlxax�`xre 5,�.� • � W�E#�[xUWM-1rFxii�.nSaGar4 i [,� nrr� � {sp ,. r.w.�l r _ � r� Upload the PDF file using the same guideline. �'I i LSJ. END �F SECTION �n� " rw�a.dYtu�IW... �4'eifLS`f r 74�u7 Y91�'%a 11�1:4i 9:i� rani � Cl�'Y OF FORT WORTH 2O21 '�TOODWAX AI�II� SAM CALLQWAY RESURFACING PR07ECC STANDARD CON51'RiJCTTO�T SPECIFICATION DdCiIMENTS Revised 7iTLY 20, 201 R C1TY PR07ECT NO. 102$79 00 32 15.4 - 0 CONSTRUCTION PROGBE55 SCHEDULE — SUBMII'TAL PROCESS Page 7 of 7 Revisinn Log DAT� NAME SUMMARY �I' CHANGE 7uly 20, 2018 M. ]arreil Initial Issue C1TY OF F012T WORTH 2O21 W0017WAY AND SAM CALLOWAY R�SURFACING PROIECT S'1'ANDARD CONSTRUCTION SPECiFICATION DOCUMENTS Revised JULY 20, 201 S CTI'X PI2�7ECT NO. 102$79 00 35 13 CONFLICT OP 1NTEREST AFFTDAVIT Page 1 of 1 S�CTION 00 3513 CONFLICT OF IlVTEREST STATEMENT Each bidder•, offeror or respondent to a City of ForE Wort� p�•ocurement is required to complete a Conflict of Interest Questionnaire or certify that one is current and on file with the City Secretary's Office pw•suant to state law. If a member of the Fort Woz-th Czty Cou�cil, any one or more of the City Manager ar Assistant City Managers, or an agent of t1�e City who exerczses discretio� in the planning, recommending, selecting or contracting with a bidder, offerqr or respondent is affiliated wir11 youEr company, then a Lacal Gover�ament Of�icer Canflicts Disclasure Statement (CIS) may be requireri. You are urged to consult with counsel regarding the applicability of these forms and Local Government Code Chapter i76 to your company. The referenced forms may be downloaded irom the links provicEecE below. h«ps:llwww.ethics.stdte.tx.us/dat�Jfu, mslconfl ict/CIQ.pdf https://www.ethics. state, tx.us/data/forms/conflictlCl�.pdf � C�Q �'orm is on file with Ciry Secretary � �' � 0 CIQ Form is being provided to the City Secretary CIS Form does not apply CIS Form is on File with City Secretary CIS Form is b�ing provided io the City Secretary BIDDER: !f�',t1"r! >"�'_-i [ -=.i ' ��X-yv -"� Company � T��� ��� �c. � 1% �i � �.�— � +� - .� L� _ Address �, , [ � _, -►� 7�d, c�z� City/State/Zip By. ���---L- �4. „ . �� (Please Pz�int} .Cianatiirp� � � - Title: �,�'� �: �_ . � �. v . — � (Please Print) END OF SECTION CITY OP PdRT WOR'['fI 2D21 WOODWAI' AND SANF CALLOWAY RESURFACING PRQJECT STANDARD CONSTRUCTIpN SPECIFICA7'lON DOCUMENTS Revised Pebruary 24, 2d20 CITY PROTECT NO. 1D2879 oa a� o0 BID FORM Page 1 of 3 S�C�AO� �0 41 �� BID FORM TO: The Purchasing Manager c/o: The �'urchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: City Project Na. Units/Sections: 2021 WOODWAY ANI] 5AM C,4LLOWAY RESUR�ACING PFiOJECT 102879 i. �nfeP [nto Agreemen4 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Cify in the form inciuded in the Sidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time inclicated in this Bid and in accordance with the other ferms and condifipns of t�e Contract Documents. 2. BIDDER �4cknowledgements anc€ Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditians of the INVIi'AilO€V TO BIDDERS and 1NSTRUCTiON5 �f0 BIDD�RS, including without iimitaiion ihose dealing with the disposition af Bid Bor�d. 2.2. Bidder is aware of all costs to provide the required insurance, wil� do so penciing contract award, and will provide a valid insurance certificate meeting all requirements wi#hin 14 days of notification of award. 2.3. Bidder certifies that ihis 8id is genuine and not made in tF�e interest of or an behalf ofi any undisclosed individual or entity and is not submiited in conformity with any coflusive agrearr�en# or rufes of any group, association, organization, or corporation. 2.4. Bidder has nat direcfiy or indirectly inc[uced or solicited any ofher Bidder ta submit a fals� ar sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from i�idding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coerciv� praafices in compefing fior the Contract. For the purposes af this Paragraph: a. "corrupt practice° means the offering, gi�ing, receiving, or solicifing of any thing of �alue likely to influence the action of a public officia! in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facfs made (a) to influence tF�e bidding process fo the cfetriment of City (b) fo establish Bid prices at artificial non-comp�titive levels, ar (c) io deprive City of #he benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between iwo or more Bidrlers, with or without the knowledge of City, a�urpose ofi which is to establish Bid prices at artificial, non-competi#ive [evels. CfTY OF FORT WORTH STAN�AR� CONSTFiUCTIDN SPECIFICATION DOCIJMENTS 2021 UVOO�WAY AN� SAM CALLOWAY AESURFACING PAOJ�CT Form Revised March 9, 2020 CIN PROJECT NO 102879 oa at oa BID FORNE Page 2 of 3 d. "coercive practice" means harming or threatening ta harm, direcfiy or indirectly, persons or their property to influence their partRcipation in the bidding process or affect the execution of the Contract. 3. Prequalification Om€tted 4. Time af Completion A-.1. The Work will be complete for Finaf Acceptance within 210 clays after the date when the the Contract Time commences to run as pro�ided in Paragraph 2.03 of the Generaf Conditions. 4.2. 6idder accepts the provisions of the Agreement as ko liquidated darr�ages in the event of failure to complete the Work tar�d/or achievement of Milestones} within the times specifiad in the Agreement. 5. Attached ta this Bid The folfowing documents are attachec� to and made a part af this Bid: a. This Bid Form, Section 00 41 00 b: Required Bid Bond, Seciion 00 43 13 issued by a surefy meeting the requirements of Paragraph 5.01 of the General Canditions. c. ProposaE Farm, Sectian 00 42 43 cf. V�ndar Campliance to State Law Non Rasident Bidder, Section 00 43 37 e. MWBE Forms {opt�onal at time of bid) €. Prequalification Sta#ement, Section DO 45 i2 g. Con#lict of Interest Statement, Seciion 00 S5 i3 �If necessary, CfQ or CIS forrr�s are to be provideci directly io Ci�y Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total 8id Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bicE arnoun#. In the space pro�ided below, please enter ihe iotal bid amount for this project. Only this figure will be r�ad publicly by the City at the bid open�ng. 6.2. it is understood and agreed by the Bidder in signing this proPosal that the totaf bid arriaunt entered below is subject to �erification 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 exiended amounts. 'Total Bid $i ,35� ,146.i2 7. Bid Submittal This Sid is submitted on November 5, 2020 CITY OF FORT WORTH STAIV�ARD CONSTRIJCTION SPECIFiGA710N DOCUM�NTS Form Revised March 9, 202D by fhe entity named be[ow. 2021 WOODWAY AIVD SAM CALLOWAY Fi�SURFAGlNG PFiQJECi CITY PRO,IECT NO 702879 �Rf,�LS GROU�� �- - - � 00 41 00 81� FORM Page 3 of 3 Respectfulfy submitted, By: (5rgnature} Ronald Stinson (Printed Name) Title: �siimating Manager Company: TexasBit Address: 420 Decker Drive Suite 200 Irving, Texas 5tate of Incorporation: Delaware Email: --�n?�d.�r :sr ��tP�:sb�, �or., Phone: 817-5.38-1635 END O�' SEC�ION . - ..._ T£XAS MATERIALS GRO�JP, Ih ' Receipt is acknowledged of #he Initial foElowin Addenda: Addendum No. 1: Addendum No. 2: Addendum No. 3: Addenduin No. 4: Corporate Seal: �._�" � _� � � . -` ;��;,r_i_.`' ��, � �--� � I ' y�"'('ii ��'R ..+ i � a ��4,i +-"f r �� � �` . �� „�' 1 . ,� - , r � �� �.", '� �_ � � � �. j ,'} `_ �_,., � i ,`, �, . 7e� :i� �, . ``' _.� ,- - • '�r� �F, ,� CITY OF FOAT WpR7H STAN�ARQ CONSTRUCTION SPECIFICATfON DOCUMENTS 2021 WOOdWAY AN� SAM CALLOWAY RESUfiFACING PROJECT Form Revised March 9, 2020 � ClTY PROJECT NO 102879 00a2A3 Bm PROI'c]SAL P�}Infl SECT[ON DO 42 43 PR41PO50.1. FOFiAA UiVI� ��1�� BI� �idder's Applieati�n Projecl Ilero Infarm�lion BiUder's Prnpusal 1�idGs� ���pi�pn Specifica�ion Uni[ af �iJ Quamity iJnie Prnc Bi� value I�em No. Seci[an No. Measure I U135.02U1 REM011[LIZATI�N DA7U011 EA 1 Sl,fl00.0I1 $I,OOQ.60 2 /72JL1300 RGMOVGCONCClIRt3&GU7TGR 024113 LP 300 58.70 b2,610.00 3 3�1G.0102 7" Cp�IC CURH AIYDGU'1'I'BR 32 16 13 LP 31@ 342A11 512,720,U6 A 02d1.DSOt ItEMOVGCONCRE7'LDRIVE 024113 5� 20U 57.09 5218.00 5 3213.Ildtit 6"CONCRETEbRIVELyAY 321320 SF Zqll $12.72 52,5�41.00 6 02d1.0100 REts�EOVESIDGSVAI.K 0241 i3 SP 200 50.98 Sf4fi.00 7 3213.0301 �3" CO]VC SIP£WAI,fS 32 E3 20 SI' 2pp $10.9R $2.196.00 8 3213.0322 CONC CqRH AT BACK OF SI�GWAI.K�(6 to 12 Inch max) 32 13 2R IS 20 528.26 5565.20 9 D2�11.EA00REhiOVECPNCVpL4EYGUlTER 02A113 SY 34 313.IM5 5391.St1 10 32I6.03Dt 7" CONC VALLEY GU7TER 32 1G i3 SY 3U SI59_RIl Sa,794.00 I! [1241.03(I(F RE3�IQVT:APARAMP a2a113 SF 3.000 51.79 S3.N011.011 12 32i3.O5f11 BARRlHREREEitAtvIP,TYPER-1 32132U SC 2,20U �27.R3 $61,226.00 13 3213.OSU3 BALtR[LR FRHE RAMP, TYPE h1-1 32 f3 20 SF SSE1 517.61 �9,E65.50 ? 13.�50d ➢ARRIER FRE� RAMP, 7"YPE M-2 32 13 26 SI !t3.O50d DARRiGRI•REGRAMP,7'YPL+M-3 32132U SI !13.45p�t BAIi$I�R FRCG $AMP, TYPE G2 32 13 20 51 !13.U506 SARRIERFREE�RAMP,7'YPEP-I 32132E1 SI SI2,06U� ASPHALTPpVEMENTL$VEL-UP 321273 Ti 12d.0101 ASPWALTPAVEMENl7'SASL�REPAIR 32121fi Cl !E'1.�900 CRACKSEALIII'GaF6XIS�fIIVGPAVEMENT 321373 Gi 141.[Sfl6 2"SURFACEivFILLI3VG 02-0I IS Sl '.13-07QU CONCRBTEIOIhYi'SEALANI' 321373 LI i99.a00(17'�REMDVECOMCRETEPAVEMEN£ 321616 Sl 39 AO a� az d3 44 45 -04 47 ae d9 SE] 51 52 S3 54 55 �99.Wp07"CAPiC6R�TPAV�MENT 321313 S5 ,12.0302 2" ASPHALT I"AYEA7ENT, TYPE D 32 !2� l6 g} FU.0192 2�1-INCIi AN4 �.P.RQER, TR£E REM6VAL1 3l I6U6 � 14.0102 fi"-12"TRL'ERE610VA1. 31 10f1U EA 23d1IQ1 UNCLASSIFIEDE3:CAVATI9N 312316 C� 92.OI(IUBiOCK50DREPLACEMENT 32�92�l3 SY 17.2102 REFLRAIS�� MARKER TY I-C 32 17 23 EA 1T2103 R6fLRAlSEDMN2KERTYI[-AA 32E723 EA [7.21ad IiEE•LRAISenW[ARKElt7YII-C-R 321723 EA l7.(1601 4" SOLID TF[ERMIOPLASTIC (HAS) LANE LlNC 32 17 23 LF I7.00U2 4" SQW➢ THL'RMOYLASTIC (HA,4y CGNTGR LIiYC 32 17 23 Lp I7.U301 12-{NCH SOL[U PAVGMGNTMARKlAIG (CRO551VAI.K - SVH17'E) 3Z 17 23 LF 17.0501 24" S4L@ 1VHITETI#BRMOPI.,ASTiC (HhG) CR0.SSWAUClSTOY BARS 32 I7 23 LF 17.1�02 LAiJE LCGENII ARitO1Y 32 f723 GA 17.1004 LAN�i LCGEI�!? ONLY 32 l7 23 BA 19.OU0� Rerewve FG 3061nterstale Grade Cier6 SecliorLslFG 335 GEK PUST with �3" y�llow or 1Vhi�c 32 l7 23 L�, a sJF(}306 19.0000 FurnishllnsWlFG-3UO In�ers�ate Grade Ci�� Seetiu��vlFG 33b EF74 POS"f with 2-3' yellow ar 32 17 25 �F i[e Wru sI1�G 17.5�01 CORB ADALSS PAItV7'IPSG 32 t7 25 CA �romo rnrsou. 3a 9f �s cr .1.0122 FLEX BAS�, TYPL• A, GR-2 32 1123 CY 15.4Ia8 MI5CEL[.ANfiOU5 AbN5TML'NT (UTICITI[?S) 00 OS Q8 LS IS.OlaB MISCECLANE'OUS STRUCNRCAD1LiSTMEi�7' OOp508 CS i5.0111 SVATER VALVL DOX AD1U5ThfENT (SV1TH 3TGCL RISER) 33 65 1dl33 OS �J� iS.Oi 12 �VATER VAE.VG BflJC ADNSThlENT [�YTi'H CONCRETE RESF.It) 33 US ta/33 US GA 2.20�3 I- INCii STANDhRP PLASTEC M sl"!'HR� QOX 33 1214 �A 3.2UU3 1-1NCH S'TeWbAR6 CUMCRE'fFs ME'i'L'R BOX 33 12 l0 TiA 9.Ut07 MANHOLGADNSTMENI'(1YCCEES'['GGLRIS6It) 33d910 EA 5,tlf l2 MANHtltE Ab]US'fMGN"C {WI"1'H CiINCREI'E COLLAtt) 33 05 1�1 � 5.0106 MISCGLLANGOLIS SIRUC7URE ADl{JSTMEPTI'(5' STORM PRAIN IIVI.ET TOP) 33 OS ld �A S.Of06 MISC�LLANGtlU55TItUC1YTftEADlUSTMENT(10'STOItMORNNINLETTOP) 33051�{ EA 6AL0! 6" hCR['ORATG� S[fDDRA1N PIPL 33 A6INY LP p.p101 SITLTCLCARIR'G 31 l000 SY LOOU2 PORTABLGMGSSAGESIGN 347113 1YK I�,JLH� MAI�i����� l�F�iJli�, If�E;. _ eivno�sscrcod � - 39Q 3110 I50 1.2�0 450 S1,ODD 100 ma �nn $ I.U00 1 t 56 79U 200 200 20D 690 SOU 4 5 3S 3S 5 �oo E60 0 m m � O � inn IUO b 3326. �15.49 Cf{'Y6P W 7T W(IR'fYl SiAN➢ VtO [ONS7RUCTfONSPEC�7CA7HfN DOCUAI�T IS ��1 � pilPn�p�+! Ww�bu�kfnauo2] H'�x�DwAY A710 SpA1�.�.W WAY RNsuNNhCINU PRW EC7 fqmRt isN 50�70�7p Cfl'Y PHUJF.C"LND.1016I9 aa as � s BID BOND Page 1 of 2 SECTiON 00 4313 BID BOND FfNOW ALL BY TMESE PRE$ENTS: That we, Company Name Here , known as "Bidder" herein and Liberty Mutual Insurance Company a corporate surety duly authorized to do business in the State of Texas, known as "Surety" herein, are held and firmly bound unto ihe City of Fort Worth, a municipal corporation crea#ed pursuant to the laws of 7exas, known as "City" herein, in the penal sum of five percent (5°�) of Bidder's maximum bid price, in lawful money o�F the United States, to be paid in Fort Worth, Tarrant County, iexas for the payment of wh�ch sum well and truly to be made, we l�ind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severaily, firmfy by these �resenfs. WHEREAS, the Principal has submitted a bid or proposal to perForm Work for fhe following project designated as 2021 WOODWAY AfVD SAM CALLOWAY RESURFACING PR'OJECT 0 PJOW, THEREFORE, the candition of this o6ligation is such that if the. City shall award the Contracf for the foregoing praject to the Principal, and the Principal shall satisfy all requirements and condifions required for the execution of the Cont�act and shall er�ter into the Contract in writing with the City in accordance with the terms of such same, then this obligation shall be and become null and void. If, however, the Principal fails to execute such Contracf in accorclance with ihe ferms of same or fails to satisfy ail requirements and conditions required for ti�e execution of the Contract, this bond shall became the property of the City, wiihaut recourse of the Principal andlor Surety, not to exceed the penalty hereof, and shall be used to compensate City for ihe difiference befween Principal's tvtal bid amounf and #he ne�ct selected bidder's total bid amount. PROVIUED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States �istrict Co�rt for the NorEhern District of Texas, Fort Worth Division. iN WI7N�SS WFiEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and vfFicers on this the 3rd day of November , 2020. PRINCIPAL: a � ATTEST: Witness as t ri n BY: '�'� ��� _ Signatur� - � - ��.: /� - ��-,,� , � Name and Title rj, ,�; ,��.�,� � � << < � n � , , - CITY OF FORT WORTH STAN�ARD CONSTRUCTION SPECIFICATION I]OCUMENTS Form Revised 20171109 (ort worth - woodway 2021 WOODWAY AND SAM CALLDWAY RESURFACINCy PROJECT CITY PROJEC7 NUMBEF2 102879 s3���� /�'`�`�'r�, ' � ��G 06 43 13 Blb BOND Page 2 of 2 �/ �'�:���_ _�.: Atfach Power of Attomey (Surety) for Attorney-in-Fact Address: SURETY: �iberty Mufual Insurance Company BY: • ���-- - Signature Sam Davis, Attorney-in-fact Name and Title Address: 42� Decker Rrive, Suiie 200 Ir�ing, Texas 75062 Telephone Number: 214-741-3531 �Nofe: �f signed by an ofFicer of the Surety Company, there must be on file a certified extracf from the by laws showing that this person has authority ta sign such obligation. If Surety's physical address is different from fts mailing address, both must be provided. The date of the band shall not be prior io the date ihe Contract is awarded. END OF SECTION fort worth - woodway 202i WOODWqY AND SAM CAI.I.OWAY RESURFACING PROJECT CITY OF FORT WORTH CITY PROJECT NUMBER 102879 STANDARD CONSTRUCTION SPECEFICATION DOCUMENTS Fvrm f2evised 20171109 �` JL�.��� ��tu�1� SU#t�7Y On this 21st day ot March , 2019 6efore me personally appeared David M. Carey, who acknowledged himself to 6e Ihe Assistant Secretary o( Liberty MuWal Insurance Company, The Ohia Casualty Company, and West American Insurance Company, and thal he, as sudi, being autharized so to do, execule the foregoing inslrument #or the purposes therein contained by signing on behalf of Ihe corporaBons hy himself as a duiy aufhorized oNcer. IN WITNESS WHEREDF, I have hereunfo subscribed my name and a(fixed my notariaf seaf at King of Prussia, Pennsyfvania, on the day and year first a6ove writlen. �O1�V�R O� �►��ORN�Y This Power o# Aftorney limils the acts oi those named herein, and tf�ey have no authorily to bind lhe Company except in ihe manner and to the e�enl i�erein statecl. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company KNOWN ALL P@RSONS BY THESE PRESENTS: i'hat The Ohip Casually Insurance Company is a corporation duly organized under �e laws of the State o( New Hampshire, thaf Liberty Mulua! Insurance Company is a corporation tluly organizetl under ihe laws of the State of Massachusetts, and West American Insurance Company is a oorpora6on duly organized under t�e laws of the Slate of Indiana (herein colleclively called the "Companies"), pursuant to end by authority herein set forth, does hereby name, conslitute and appoint, Sam Davis, Ron Stinso� all of the city of Fort Worth state of Texas each individually if there be more fhan one named, its true and lawful aitorney-m-iact to make, execute, seal, acknowledge and deliver, for and on its behali as surety and as its act and deed, any �nd all bid bonds on behalf of Texas Materials Group, lnc. and the execution of such hid bonds, in pursuance o( fhese presents, shall be as binding upon the Company as if t�ey had been u y sign y e presi ent an aftes#e y I e secretary of the Company in their own proper persons. fN WITNESS WHEREOF, this Power of Atforney has been subscribed by an authorized officer or official of the Companies and the corporate seals of Ehe Companies have been atfixed thereto this 21 st day of March , 2019 . Liber€y Mutual Insurance Company A� ytasU� �zy iHSG � tiNSUR9 The Ohio Casualty Insurxnce Company FJ GORvo�r�y� �o �oRPOR,,T'�yy ��P �oRP°a�r �L� West American Insurance Company �, Ja` Fofi �Q3 b m 4�s' `�ofi [6 �� 19'�2,�m o a� 1919 � o d 1991 0 � N Y�'V1�ssqCHUgE`.aD �O �/lAMY`��,a� '�s, �NAIAN�' .da ��� c �8j� W �,N �Hj *�� �ti1 rt i�� By' 'w � David M. Carey, Assislant Seaelary � � 5tate of PENNSYLVANlA T � County of NtONTGOMERY ss � I� � o@ a`> > w� �U � �m [6 O � _ � qj O O� C (6 � N 01� N � � �� o ._ E �w' O [0 y�, PRST Q1p�o�y�,E Q� COMMONWEAL7H QF PENNSYLVANIA � �o Yy y Noiar€a! Seal oF Teresa Pastella, Notary Public lJpper iVlationlivp., Morttgomeiy County By: � My Commission Expires March 28,202i �NSyGVA��v pAemGOr,PennSyl�aniaRssac�alinno�No�arie5 AFry pU�" Cerlificale No: 8200759-987330 , // /i This Aower of Atforney is made and e�cecuted �ursuant to and by authority af t8e foliowing By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mulual Insarance Company, a�d West American Insurance Company which resolulions are now in (ull force and effect reading as follaws: ARTfC�E IV— OFFICERS: 5ection 12. Power of Attorney. Any oificer or olher officaial of the CorporaGon authorized for thal purposa in writing hy the Chairman or fhe President, and subject to suc�t limita6on as the Chairman or fhe President may prescribe, shall appoint such af#orneys-in-facl, as may be necessary to act in behalf of the Corpora#ion to make, execule, seal, acknow�edge and de�iver as surety any and atl undertakings, bands, recognizances and otf�er surety obligaGons. Such attorneys-in-fact, subjecf #o the limilations sef forth in their respeclive powers o( attorney, shall have full power to bind the Corporation by their signature and execuEion of any such inslruments and to attach iherelo Ihe seal of the Cvrporation. When so executed, such inslrumenfs shall be as binding as if signed by the President and allesled to by the Seorelary. Any power or auEifority granted to any represer�tative or atEorneyan-facl under the prouisions of Ihis article may be revoked at any Gme by fhe Board, the Chairman, the President or by the officer or oificers granting such power or aulhoriiy. ARTlCLE XIII — Execuiion of Contracfs: Section 5. Surety Bonds and UndertaEcings. Any oHicer of the Company authorized for that purpose in wriling by ihe chairman or the president, and suhject to such limitations as tl�e chairman or the president may presca6e, shall appoint such attorneys-in-fact, as may be necessary to act in behalf o( the Company to make, execate, seal, acknowfedge and deliver as surety any and all underlakings, bonds, recognizances and olher surety obligations. 5uch atlomeys-in-fact subject to lhe limita6ons set forth in Iheir respecbve powers of aflorney, shall have full power to bind Ihe Campany by t�eir signaWre and execution of any such instrumenls and fo aitach thereto the seal of the Company. When so executed such instrumenls shall be as binding as if signed 6y the president and a8ested by Ihe secretary. Certiffcale of tiesignation — 7he President of tf�e Company, acting pursuant to the Bylaws of Ihe Company, autf�orizes David iN. Carey, Assisfaol Secrefary to appoint such atlomeys-in- fact as may be nacessary to act an behaEf of the Company to make, execute, seal, acknowiedge and deliver as surety any and all undertakings, bonds, reoognizances and other surety obligafions. Authorizaiion -- By unanimous consent of the Company's Board of �ireclors, the Company consents t�at facsimile or mechanically reproduced signalure of any assistant secxeiary of the Company, wherever appearing upon a certified copy o( any power o( attomey issued hy fhe Company in connection wilh surety bonds, shall be valid and binding upon the Company wilh the same force and ei(ect as though manually affixed. I, Renee C. Llewellyn, t�e undersigned, AssiStanE Secretary, The Qhio Casualty [nsurance Company, Liberty Mutual Insurance Company, and Wesl American Insurance Company do hereby �rtify that the original power of altorney of which the foregoing is a tull, Vue and oorrect oopy of Ihe Power of Attomey execufed by said Companies, is in full force and effect and ha� not bQen:reuokad. IN'f�STIhiGNf �NiiF.FtEI�¢, I have hereuoto set my hand and affixed the seals of said Companies this 3rd day of TIovember , 2020 . � lN5vp�rp"� �tY INgV a 1NSURR �J Gp¢P417q�,'YC� dJJpopAPa�r�yq' `VQ'4QgPoly�T �C� .i = �O t� F= FO C� ir ? �O t� g 1912 � 0 9 919 ,"�, a 1991 n '� � ,t� y �a s o d�s��' ckus�`�a y��y+�arap ��,dL �s��n*,���da Sy� Renee C. Lleweliyn, Assistant 5ecretary * * �� � U W �� a> n c o� M Q '� O� N � � � � O N � �W om �� p N �� 70 � N �� �� �� 00 U � ��I lMS-12Fsi0 L'Ni;;; OCIC W'AIC Multi Co Bid Band 062018 UO 43 37 VENDOR COMPLL4iVC� 70 57A7E LAW Page 1 of 1 �€�TIOh10d 43 37 V�NDQR COMPL.lANCE TO STAT� LAUV NON RESI�ENT BIDDER Texas Government Cade Chapter 2252 was adopted for the award of contracts to nonresident bidders. This iaw provides thai, in arder to be awarded a cantract as low bidder, nanresident bidders (out-of-state contractars whose corporate oi�ices or principal place af business are outside the State of Texas) bid projects for constructian, improvem�nts, supplies or services i� Texas at an amoun# Eower than the lowest Texas resident bidder by the sarr�e amount that a Texas resident bidder wouid be req�ired to underbid a nonresident bidder in order to obtain a comparable contract in the State which tMe nonresident's principal place of business is locatad. The appropriate blanks in Section A must be fifled aut by ail nonresident bidders in arder for your bid Eo meet specifications. The faiiure of nonresident bidders to do so wilf automatically disqualify that bidder. Resident bidders muat check the bax i� Section B. A. Nonresider�t bidders in the State of NA , aur principal Place of business, are required to be NA percent lower than resident bidders �y State Law. A copy of the St�#LitB 15 r'��BCh�C�. Nanresident bidders i� the State of NA , aur princ�pal plaee af busin�ss, are not required to underbid resident bidders. B. �"h� prir�cipaf place af business Qf our compar►y or our parent company or majority ov�ner is in the 5tate of Texas. � BlD��Ft: Company Name Here -� �_ i�r�J .,i �G !' (�'7'�ts� /iJ� 4��i �,'A�' f, }' / Address Were �Z= G�� =`�;� , -syi� .2��� Address Here ar Space � � City, State Zip Code Here � 7✓K ,'�'�� By�ted Narne Hgre �oa9/-i �i`'i °,-� "� (Signatur Title: Titie Here �Jjr�.��..� , : i�.�� Date: %.� .ZD�c• � �� �� �,��., ��_.,_ ..._ � END O� SECTION CI'E'Y OF FORT WORTH 4U 41 00 Bid Proposal Workbaok S7ANDARD CaNSTRUCTION SPECkFICATION DOCUMENi5 2021 WOOnWAYAND 5AM CALLOWAY RESURFAC11dG PROJECT Form Revisecf 2011D627 CETY PROJECt NUMBER 102879 00 45 L2 - 1 PREQUALiFICATIOIV 3T1�TE�VIEP!'F Fage 1 of 1 � 2 3 4 5 6 sECT�oN o0 4� �z PREQUALIFICATION STATEMENT Each Bzdder for a City proct�re.ment is req�rired to connplete t1�e informatian belQw by identiiying the prequalified contractors and/or subcontractars whom they intend to utilize far the major work type(s) listed. Major Work Type Contractor/Subconcractor Prequalificarion Com an Name Ex ira�ion Date A�phalt Paving HMAC Street Rehabilitation Heavy � - � Maintenar3ce and all items /t�-'�-�� �;� �`���3 %�� U j c• directly associated wiCh rhe avin 7 8 9 10 ti IZ 13 14 15 16 17 18 19 20 21 22 23 24 ZS 2S The undersigned hereby certifies that the contractors and/or subcontractors described in tha table above are currently prequalified fnr the wo,rk typcs �isted. BIDDER: � ,, �G �� f /� ��7'�-1 �t4'% � 4%'•t •r�t %I� �L Y� ` �� Cnmpany ��J �/>'� J,.% ��i __._ , Address s/r' 4i� 1 / G L�~ City/Statel2ip . Date: _ r//,.� /�O,�G' ..._ . ,�-- El�TD OF SECTIOIiI T�;CAS MATERIIILS GROUP, INC. C17i'Y qi� FDIt'i WORTH 2O2i WO�DWAY AND SAM EALLOWAY RESURPACING PRQJECr STAI�lI]ARD CONSTRUETION SPECIFICATTpN dOCUMENTS Revised 7uiy I, 2411 CITY PROJECT NO. 102879 1'1�iP,: f%=i ' , (P. ase Print) �� �l� ��J � 1 � sECT�oN fla a� z3 BIDDER PREQUALTF'TCATION APPLICATION Date of Balance Sheet Name under which you wish to quaiify Post Offzca Box Mark only one: Individual Limited Parmership Ganezal Partnership Corporation Limited Liability Company Ciry State Zip Code Street Address (required} City State Zip Code f ) � � Telephone Fax Email Texas Taxpayer ldentificatian No. Federal Employers Identificatian No. DLTNS Na (if applicab�e) MAIL THIS QUESTIONAIlZE ALONG WITH FINANCIAL STATEMENTS TO: CTT'Y OF FORT WORTH TEXAS 1a00 THROCKMORTON STREET �'ORT W4RTH, TEXAS 76102-6311 AND MARK THE ENVEL�PE: "BIDDER PREQUALIFICATION APPLICATION" DO 45 13 - 2 BIDDESd PREQUAL]FTCATION APPL�CATION Page 2 of $ BU�INESS CLA�SIFICATI�N The followin� should be completed in order that we z�ay pzopezJ.y c�assify your finn: (Check the block{s) which are applicable — Block 3 is to be left blanlc if Black 1 and/or Block 2 is checked) � Has fewer than 1a0 empIoyees and/or � Has less than $6,000,000.00 in annaal gross receipts OR � Does not meet the criteria far being designated a small business as provided in Section 2fl05.001 of the Texas Gavernment Code. The classification of your firm as a s�nall or iarge business is not a factor in determining eligibility to become prequalified. MAJOR WORK CATEGORIES Water De�a�rt�rtte�t Augur Boring - 24�inch dzaznetez casz�g and l�ss Augur Boring - Greater than 24-inch diameter casing and greater Tunneling — 36-Inches — 60 —inches, and 350 LF or less Tunneling - 3b-Inches — b0 —inches, and greater than 350 LF Tunneling — 66" and greater, 350 LF and greater Tunneling — 66" and greatez, 350 LF oz Less Cathodic Protection Water Distribution, Development, 8-inch diameter and smaller Water Distribution, Urban and Renewal, 8-inch diameter and smaller Water Distributior�, Development, 12-inch diameter and s�naller Water Distrrbution, Urban and Renewal, 12-inch diameter and smaller Water Transmission, DeveTopment, 24-inches a�d s�mallar Water Tzans�ssion, UrbazllRenewai, 24-inches and smaller Water Transmission, De�elopment, 42-inches and smaller Water Transmission, Urban/Renewal, 42-inches and smaller Water Transrnission, Develapment, Ail Sizes Wat�r Transmission, Urban/Renewal, All Sizes Sewex Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-�nches, — 3b-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and szn�aller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV, 24-inches and smaller CCTV, 42-inches and smaller CCTV, 48-inches and smallez CTfY OF FOR'T WORTH 2Q2.1 WOODWAY AND SAM CALLOWAX I2ESiJI2PACA�IG PI20JECT STA�TAARA CONS'�2UCI'ION SPECIFTCATION 1]OCLJMENT'S City Project No. 102879 Revised T]ecembei 20, 2�12 004513-3 B1DDElZ 1'AEQUALIL�CA,�ON APPLICATION Page 3 of & MAJOR WORK CATEGORIES, CONTXNUED Sewer CTPp, 12-inches and smaller Sewez CI�P, 24-inches and smaller Sewer CIFF, 42-inches and smaller 5ewer CIPP, All Sizes Sewez Coilection System, Development, $-inches and smaller Sewer Collection Syskem, Urban/Renewal, 8-inches and smaIler Sewer Collection Systczx�, Developrnent, 12-inches and smaller Sewer CoIlection System, Urban/Renewal, 12-inches and smaller Sevver Interceptors, Development, 24-inches anc! s�rzaller Sewer Int�rceptors, Urban/Renewal, 24-inches and smaller Sewer Interceptors, Development, 42-inches and smaller Sewer Interceptors, Urban/Renewal, 42-inches az�d smaIler Sewer Interceptors, Development, 48-inches azad szz�allez Sewer Intezcepiors, Urban/Renewal, �8-inches and smalIer Sewer Pipe Enlargem��t l2-inches and smaller Sewer Pipe Enlargement 24-inches and sziriallez Sewer Pipe Enlargement, All Sizes Sewer Cleaz�ing , 24-inches and smaller Sewer Cleaning , 42-inches az�d smaIler Sewer CZeaning , All Sizes Sevver Cleaning, 8-inches and smaller Sewez Cleaaing, 12-rnches and smaller Sewer Siphons 12-inc�es or less Sewer Siphons 24-inches oz less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transgortation PubIic Wor�s Asphalt Paving ConstruciionlReconstruction {LESS THAN 15,000 square yards} Asphalt Paving Construction/Reconstructian {15,000 square yards and GREATER} Asphalt Paving Heavy Maintenance (UNDER $ i,00�,000) Asphalt Paving Hea•vy Maintenance {$1,00�,�0� and OVER) Concrete Paving Construciion/Reconstruction (LESS THAN 15,000 square yards} Concrete Paving Constructaon/Recanstruction (15,000 square yards and GREATER) Raadway and Pedestrian Lighting C1TY OF' FOTt'1' WORTH 2D21 WOOD1rVA'Y AND SAlvi CALLpWAY RESURFACING PR07ECT STANDARD CONSTRiTCTION SP�CTT�ICATION DpCUMENTS City Project ]Vo. 102879 Revised Decemher 20, 2612 oa4s z�-4 B1DDElZ PREQUALIF[CATIOIV APPLICATION Puge 4 of 8 List equipment you do not own but wfzich is availa6le by renting DESCRIPTION 4k' EQUI�MENT NAME A.ND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general cantractor under your present name? List ptevious business names: 3. How many years of experience in construction work has youz organization had: (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 OFFICFAL TO AMOUNT WORK COMPLETED STATE WHOM YOU REFER *If requalzfying only show work performed since last statement. 5. Have you evez failed to coznplete any work awarded to you?_ If so, where and why? 6.Has any of�cer or owner of your organiza�ion e�er been an officer of a�othez� orgaxuzation that Failed Eo complete a contract? If so, state the name of the individual, other organization and reason. 7.Has any of�c�z ox ownex of your organization ever �ailed to complete a contract executed in his/her name? lf so, state the name of the individual, nazne of own�r az�d CTTY OF F017I' VJOI2T�T 2021 WOODWAY AND SAM CALLOWAY RESUAFACING PR47ECT STANDAAD CONSTRUCT'ION SPECIPICATION BOCUFvISNTS City Project No. l02&74 Revised December 2D, 2012 00 45 13 - S BIDDER PREQUAL[FICATION AYPLICA'dTON Page S of 8 S. Tn what ather lines of business are you financialIy 9. Have you ever performed any work for the If so, when and to whom do you refer? 10. State names and detazled addresses af all producers from whom you have purchased principal materials d�ing the last tiu�ee years. NAME OF FIRM OR COMPANY DETAILED ADDRESS 11. Give the names of any af%liates or relatives currently debarred by Che City. Indicate your relaiionship to this person or �rm. 12. What is the construct�on experience of the pr�ncipal individuals in your organizaCion? PRESENT MAGNITUDE FOSITION OR YEARS OF AND TYPE OF IN WHAT NAME OFFICE EX�ERIENCE WORK CAPACITY 13. If any owner, officer, C�]IOC�OI, or stackholder of your firm is an employee of the City, or shares the same househoId with a Ciiy eznployee, please List the narne of the Ciry employee and the relationship. In addition, list any City enr�ployee who is the spouse, child, or parent of an owner, officer, stockholder, or directar who does z�ot live in the same household but who receives care and assistance from that person as a d'zrect zesult of a documented rriedical condition. This incl�zdes faster ch�idzen oz t�aose zeIated by adoption or marriage. C1TY OF FOItT WORTH 2O21 WODDWAY A1�ID SAM CALLOWAY RESURFACING PROJECT STANDA.�2D CONSTRUCTION SPECIF�ICATION DOCUMENT3 City Project No. 102&79 Revised December 20, 2012 004513-6 BIDAER PI2EQUAL�ICATIOI+I APFLICATTON Page 6 of 8 CORPORATION BLOCK PARTNERSHIP BLOCK �£ a corporation: If a parEnership: I]ate of Incorporarian State of Organization Charter/File No. Dat� of organization Fresident Is parmership general, limited, or registered limited liability partnership? Vice Presidents Fiie No. {if Limited Partnership) General Partners/Officers Secxetary Limited Fartners (if applicable) Treasurer LIMITED LIABILITY COMPANY BLQCK If a corporation: State of Incorporation Daie oi organization File No. Indi�viduals autharized to sign for Partnership Officers or Managers (with titles, if any) Except for limited partners, the individuals listed in t1�e blocks above are presumed #o have iull signature authority for your firm unIess otherwise advised. Shouild you wish io grant signatnxe authority for additional indi�idvals, please attaeh a certified copy of the corporate resolution, corporate minutes, partnership agreement, power of attorney or other Iegal documentation vvhich grants this authority. C1TY pF FORT WpRTH 2O21 WOOI3WAY ANTJ SAM CAT.C.01�AY T2ESIUR�'ACING PROJECT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Praject No. 102879 Re�ised December 20, 2012 UO�45]3-7 BIDDER PREQUALIFICATION APPLTCATIOIV Page 7 of 8 14. Equipment � TOTAL � BALANCE SHEET ITEM QUANTITY ITEM DESCRIl'TION VALUE l 2 3 4 5 6 7 8 9 TQ 11 12 13 14 zs 16 17 18 19 20 2l 22 23 24 25 26 27 28 29 30 Various- TOTA�. Similar types oi" equipment may be lumped together. lf your tirm has more than 3U types of equipment, you may show these 30 types and show the remainder as °various". Th� City, by allowing you to show only 30 types of equipment, reserves the right to request a complete, detail�d list of all your equiprnent. The equipment lisC is a repres�ntation of equipment under the control of the firm and which is related to the type of work for which the fi�zzn is seeking quali�icatian. Tn the description include, the manufacturer, mod�l, and general common descrrption of each. C1TY OF FORT WORTH 2O21 WOODWAY AND SAM CAC.LOWA'Y 12ESUAFACING PR07ECT STANDARD C�NSTRUC'I'ION SPECIFICATION DOCUMENTS Cicy Project No. 102879 Revised December 20, 2D12 004513-8 BIT]DEI2 PI2EQUALiFICATION APPLICATION Page 8 oiF 8 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF C�UNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial conditzox� of tbe entity herein first named, as of the date herein first given; that tlus statement is for the expzess purpose pf inducing the party to whom it is submitted to award the subznitier a contzaci; and that the accauntar�t who prepared the balance sheet accompanying tk�is report as well as any depositary, �endor or any other agency herein named is hereby auihorized to supply each party with any inforination, while this statement is in force, necessary to vcrify sazd stateznent. , being duly sworn, deposes and says that he/she is the of , the ent�ry described in and which executed the faregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial siat�znent taken from the books of the said entity as of the date thereof and that the answers to thc questions af the foregaing Bidder Prequalification AppIication ar� coz�rect and true as of ihe date of this affida�it. F'rrm Name: Sign atuze: Sworn to before me this day of , Notary Public Notary Public ztaust not be a� o€%cer, director, or stocl�holdcr or relative thereof. C1TY OF R�RT WORTH 2O21 WOODWAY AND SAM CALLOWAY RESURFACTNG PTtO.TECT ST'ANDA1�l7 CON5TRiICTIO iN SPECiFICATIQN DOCUMENTS City Project No. 102879 Aevised December 20, 2012 00 45 26 - 1 COIVTRACTOR COMPLIANCE WiTH'VV'ORKER'S CQMP�NSATION LAW Page 1 af I 1 2 3 4 5 6 7 8 s �o 11 12 i3 14 15 16 17 18 19 20 zi 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 SECTIORT 40 45 �6 CDNTRACTOR COMPLIANCE WIT'H WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractar certifies that it provides worker's compensation insurance coverage %r a11 of its employees emplayed on City Project No. 102878 Contractor further certifies that, purs�ant to Texas La�or Code, Section 406.096(b}, as amended, it will pravide to City its subcontractor's certificates of complianca with worker's campensation coverage. CONTRACTOR: %ti'y=�.s /�'�lG!'�-�",/,= � st� � � .,� ,'��i:s� � � r/ti 4 - Company �~ � c.X c��� �, _. Address �_ . , , ,� } $y; , <f�,. L�� ¢-,,,.� (Please Print Signature� -- v*�� - � � � Title: - �..�,�, - �r;-,,. . Gity . tatelZip {Ple se Print) � _.. _ _- _ . THE STATE OF TEXAS § CDUNTY OF TARRANT § BEFQ F„ the,,undersigned authority, on this day personally appeared � b' � , laiown to me to be the person whose name is sUbscribed to the foregoing instrument, and ackno�c�vledged to me that he/she executed the same as the act and deed of 1�,�v�� far the purposes and consideration therein expressed and in the capacity therein stated. GNEN i,�NDE� MY HAND AND SEAL OF OFFICE this :� � day of �G`...,� . 20 =� , , � � �' , / _- � � ��eT��;��` Noiary � in for the State of Texas �l C'��O � � � ��� � �o + �� � fa � � i . � � �, 'I Q I � .� .. C)� �,��� � ����� �'-�� � EliiD QF �ECTIOliT � ����yYA��i� �ae��� �os��H n�vis ����,1••••�d9 �i a:°=�;45aNatary PubEtc, State of T�x�s ��., �`� Camm. Expires OZ-14202� ''��;;;;ti;�:�` Notary Iq 13�3BOS95 � r�XAS MATERIALS GRC' CiTY OF FpRT WORTH ST;ANDARD CONSTRUC'CION SPECIFICATION DOCUMEIVT.R Revised July 1, 2011 2021 RIVLRSIDE RESUR�ACiNG PRflJECT CITX PR07ECF NO. 10287$ 004540-1 iMinority Business Hnterprise Specifications Page ] of 2 1 S�CTION 00 45 40 2 'FEMPORARY RCVISION 4/6/�Q�O COVID-19 3 Minority Business Enterprise Specifications 4 APPLIC.ATInN OF' PQ�_ ICY 5 If Lhe Eotal dollar value of the contract is greater than $5�,000, then a MBE subcantracting goal is b applicable. 8 9 10 11 12 13 14 15 i6 17 18 19 20 21 22 23 24 25 2G 27 28 POLICY STATEMENT It is the policy of th� City of Fart Worth to ensure the full and equitable participation by MinoriCy Business Enterprises (MBE) in Che procurement of all goods and services. All requirements and zegu�ations siated in the City's cunrex�t Buszness Diversity Entezpzise Ozdinancs apply to tk�usbid. M , R{). . T {tQA .S The City's MBE goal on this project is 13 % af the totaI bid value of the contract (Base bid applies to Parks and Cammuniry S'ervices). Note: If hoth MBE �n l�SBE subcontracting goals are established for this project, then an Offeror must submit boEh a MBE Utilization Form and a SBE Utilization Form Eo be deemed responsive. COMPLIAI�LCE_T_QS1D �P_ECIFICATIQNS On City c4ntracts $5D,000 or more where a MBE subcontracting goal is applied, Offerors are required to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: L Meet or exceed the abovc stated NIBE goal through MBE subcontracting participation, or �. Meet or exceed t�te above staied MBE goal through MBE Joini Venture participation, or 3. Good Faith Effort documeniation, or; 4. Prime Waiver docu�mentation. 29 SUEMITTAL Ok' REQUIRED DOCUMENTATXON 34 The app�icable documents must be received by the assigned City of Fort Worth Project Manager or 31 Department Designee, within the foIlowing times aIlocated, in order far the enrire bid to be considered 32 responsive to the specifications. The Offeror shalI EMAIL the MBE documentation to the assigned City 33 oi Fart Worth Project Manager or DepartmenC Designee. A faYed copy wilI not be accented. 34 35 I. SubGot�traCtor Utilization Form, if received na later than 2:0� p.m., on the secont� City business gaal is met or exceeded: day after the brd opening date, exclusive of the bid opening date. 2. Good Fai�h Effort and zeceived no lat�z than 2:00 p.m., on ihe second City business 5ubcontractor IIiiIization Form, ii day after the bid opening date, exclusive of the bid opening participation is l�ss tk�an siaied goal: date. 3. Good Faith Effort and received no later than 2:0� p.m., on the second City business Subcontraetor Utilization Forrrt, if no day after the bid opening date, exclusive of the bid opening MBE artici ation: date. 4. P�rirne Contractor Waiver Form, received no later than 2:00 p.m., on the secand City business if you will perform alI day after the bid opening date, exclusive of the bid opening coniracting/supplier work: date. CITY OF FORl' WORTI� 3TANIlARD CONS'I'RiJCTION SPECIFICATION DpCUMENTS Tempo;arily Revised Apri16, 2020 due to COVIDi 9 Emergency 2D2I WOODWAY AIYD SAM CALLOWA'Y RESURFACING PR07ECT C1TY PR07ECT NO. 102879 004540-2 Minozily I3usiness Entcrprise Specifications Page 2 of 2 5. ,�oin# Venture Form, if goaI is met or exceeded. received no later than 2:00 p.m., on the secand City business day after the bid opening date, exclusive of tlae bid openzng date. 2� FAILURE TO COMPLY WxTH THE CITY'S BUS�NESS D�VERSTTY �NTERPRISE ORDINANCE 3 WILL RESULT IN THE BID BEING CONSIDERED NON-RESONSIVE TO SPECIF'ICATIONS. 4 �'AILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON-RE5PONSIVE. A SECOND FAILURE WILL R�SULT IN THE OFFEROR 5 BEING DISQUALIFIED �'OR A PERIOD OF ONE YEAR. THREE FAILUAES IN A FIVE YEAA PERIOD WILL RESULT IN A DISQUAL,IFICAZ�'ON �ER�OD OF THR�E YEARS. 6 7 Any Questions, PIease Cantact The BDE Of�ce at (SAi) 392-267'4. 8 END OF SECTION 9 10 11 ciT�r o� �o�x°r �,+otzTx STANDARD CONSTRUCTIOn' SPECIFICATION DOCUMENTS Temporarily Revised Ap�il 6, 2020 due to COV1D19 Emergency 2az1 woovwA� ANn sa� caz.�.ow�x RE3EJRFACIIVG PRO.lECT' CITY PRO]ECT NO. 102879 005243-1 Agreement Page 1 of 5 Gy �CiJI Y ��7►i1Il�ir_•t�cj AGREEMENT THIS AGREEMENT, authorized on (.�l�a is made by and between the City of Forth Woxth, a Texas home rule municipality, acti�g by az�d through its duly authorized City Manager, ("City"}, and Texas Materials Group, Inc. dba Texas Bif, authorized to do business in Texas, acting by arzd thro�igh its duly authorized representative, ("Contractor"). City and Contractoz', in co�sideration of the mutual covenants her�inafter set forth, agree as follows: • Arkicle 1. WORK Contractor shall complete all Work as speci�ted or indicated in the Contract Documents for ihe Project identified herein. Articfe �. PROJECT The praject for which the Work under the Contract Docu�aaents nnay be the whole or onIy a part is generaily described as follows: 2020 WOODWAY SAM CALLOWAY RE,SURFACING PR03ECT CITY PRO.TECT NUMBER 102879 Article 3. CONTRACT PRICE City agrees to pay Cantractor for performance of the Work in accordance with the Contract Documenis an amount, in current funds, of ONE NIIi,LION TFIl2EE H[TNDRED F�FTY-ONE THOUSAND, ONE HUNDRED FOURTY-SIX AND '��/100 Dollars ($1,3�1,T46.i�}. Article 4. CONTRACT TIME 4.1 4.2 Final Acceptar�ce. The Work will be compiete for Final Acceptance within 2I0 days after the date when the Contract Time comrnences to run, as provided in Paragraph 2.Q3 of the General Conditions, plus any extension thereof aIlowed in accordanee with Artic�e 12 of the General Conditions. Liq�zdated Damages Contractor recognizes that time is of the essence for completion of Milestones, if any, and to achieve Final Accep#ance of the Work and City will suffer financia[ loss if the Work is not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also recagnizes the delays, expense and diffculties invalved in provi�ag in a Iegal proceeding, the actual loss suf%red by the City ii the Work �s not completed on time. According�y, instead of requirir�g any such proof, Contractar agrees that as Iiquidaied damages for delay (but not as a penalty), Contractor shall pay City Six Hundred Fifly Dol7ars ($65D.00) for each day that expires after the time speci�ed in �'aragraph 4.1 for �'inal Acceptance until the City issues the Final Letter of Acceptance. A�icle 5. CONTRACT DQCUMENTS 5.1 CONTENTS: A. The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist oithe %]lowing: CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPECIFICATION I?OCUMENTS lZevised 09/06l2019 2021 WqpDWAY AND SAivf CALLOWA,X RESURFACING PROJECT CIT'Y 1'ROJECT NO. 102579 00 52 43 - 2 Agreement Page 2 of 5 1. This Agreemeni. 2. Attachmenis to this Agreement: _ a. Bid Form 1) Proposal Fo:rzn 2) Vendor Compliance to State Law Non-Resident Bidder 3) Prequalificaiion Statement 4) State at�d Federal documents (project specifac) b. Current Prevailing Wage Rafie Table c. izasurance ACORD For�xz(s) d. Payment Bond e. Performance Bond £ Maintenance Bond g. Power of Attorney far the Bonds h. Worker's Cornpensation A�davit i. MBE andlor SBE Utilization �orm 3. General Conditions. 4. Supple�nnentary Conditions. S. Specifications specifcaIly made a pairt af ihe Contraci Documents by attachment or, if not attached, as incorparated by reference and described in the Table of Contents of the Project's Contract Docu�nnents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior fio Notice of Award. 9. The folIawing which may be delivered or issued after the �ffective Daie of the Agreement and, if issued, become ar� incorporated part of the Contract Doc�aments: a. Notice ta Proceed. � b. FieId Orders. c. Chang� Orders. d. Letter of Final Acceptance. /� �� 1►11� �1►� 1►11 �I C�l:r Y U]►1 6.1. Cantractor cove►�ants and agrees to inde��ify, hold harmless and defend, at its own ex�ense, the city, its officers, setvants and employees, from and against any and al! claims arising out of, or alleged to arise out of, the wor� and services �o be performed by the contractor, i#s afficers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification pravision is specifically intended to operate and be effective even if it_is_ alle�ed a�r proven that al� or sonae of the dama�e,s bein� sou�ht were caused, in whole or in part, by anY �ct, omission or ne�ligence of t�e city. This indemnity provisian i,s intended to include, withou� limitation, indemnity for costs, expenses and legal fees incurred by the ciiy in defend�ng against such c�aims and causes of actions. CITY OP POR'I' WORTI-I 2021 WOODWAY AND SAM CALLOWAY RESURFACI[�IG PROJECT STANDARD COAISTRUCTIOI�i SPECIFICATION DOCUMENTS Revised 09/06/2p19 GITY PROJECT NO. ] 02879 ao sz a3 - 3 Agreement Page 3 of 5 G.2 Contractor covenants and agrees to indemnify and hoId harmless, at its own expense, the city, its offcers, sex�vants a�d employees, fronn and agains� any and all loss, dantage or desfruction of properfy of the city, arising ouf of, or alleged to arise out of, the work and services �o be performed by the contractor, its offcers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification provision is speci�calIy intended to operate and be effective even if it is alleged or proven that all ar soxne a� the dama�e� being sou�b�t were caused, in whole or in Uart, by any act, omission or negli�ence of the city. Article 7. M��CELLANEOiTS 7.1 Terms. 7.2 7.3 7.4 7.5 Terms used in this Agreement which are defined ir� Article 1 of ihe Generai Conditions will have the meanings indicated in the General Conditions. Assignment of Contract. This Agreement, including all of the Contract Docutnents may not be assigned by the Contractor without t�ae adva� ced express vvz�itten conse�ni of the City. Successors and Assigns. City_ and Coniractor each binds itself, its pa�tners, successors, assigns and legaI representatives to the other party hereto, in respec# to all covenants, agreements and obligations contained in the Contracti Documezzts. Severability. Any provision or part of the Cantract unenforceable by a court of competen remaining provision,s shall coniinue CONTRACTOR. Docnments held to be unconst�tufional, vozd or t jurisdiction shall be deemed stricken, and all to be valid and binding upon CITY and Governing Law and Venue. This Ageement, including all of the Contract Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States Disirict Court for the Narthern District of Texas, Fort Worth Division. 7.6 Authority to �ign. Contractor shall attach evidence of authority to sign Agree�nent if signed by someone other than the duly authorized signatory oi the Contractor. 7.7 Prohibition On Contracts With Companies Boycotting Israel. Contractor acknowledges that in accordance with Chapter 22'70 of th� Texas Government Code, the City is prohibited from entering into a contract with a company for goods or services unless tlie contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycatt tsrael during the term of the contract. CITY OF FORT WORTH STANDARD CON3TRUCTION SPECIFICATION DOCLIME�ITS Revised 09/�6/2019 2021 WflODWAY AND SAM CAE.LOWAY RESURPACING PROJECT CITY PROJEGT NQ. 102879 005243-4 Agreement Page 4 of 5 The terms "boycott Israel" and "campany" shalI �Zave the nrzeanings ascribed to those ter:nr�s in Section 808.D01 of the Texas Govemment Code. By signing this cor�tract, Cantractor certifies that Cantrrxctor's signature provides written verificatian to the City thaf Contraeto�: (I) does �oi baycoti Israei; �nd {2) will not boycoft Israel du�ing the term of the confract. 7.8 Immigration Nationafity Act. Contractor shall verify the identity and employment eligability of its employees who perform work under this Agreement, including complefiing the Employment Eligibility Verifcation Form (I-9). Upon request by City, Cantractor shall provzde C�ty with copies of all I-9 forms and supporting eligibiIity documentation for each employee who performs work under t}�is Agreeirineni. Cozztractor shall adhere to alI Federal and State laws as well as estabiish appropriate procedures and controIs so that no services will be performed by any Contracior ernploye� who is not legally eligible to per%rm such services. CONTRA,CTOR SHALL INDEMNI.�'Y CITY AND HOLD CITY H�t1VLT,ESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TQ VIQLATZONS �F THYS PARAGRAPH BY CONTRACTOR, CONTRACTOR'� EMPLOYEES, �iTBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Coniractor, shall have the right to imm�diately t�rminate this Agreement %r violafiions oi this provision by Contractor. 79 No Third-Pariy B�nef ciaries. This Agree�ent gives no rights or benefits to anyone other than ihe City and the Contractor and there are no third-party benefciaries. 7.1 Q No Cause of Action Against Engineer. � Contractor, its subcontractors and equipment and materials sup�iiers on the PROJECT or their sureiies, shall maintain na d'vrect acti�n against the Engineer, its officers, �xnployees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the City will be ihe beneficiary oi any undertaking by the Engineer. The presence ar duties of the Engineer's personnel at a constructian sita, whether as on-site representatives or otherwise, do not make the Engineer or its personnel i�a az�y way responsible for those duties that belo�ng to tlae City and/or t�ae City's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construc�ion work in accordance with the Cozztract Docuz�nents and any health or safety precautions req�rired by such ca��struction work. The Engineer and its personnel have no authority to exercise any control over any construction coniraetor or othez' entity or iheir empIoyees in connection with their work or any health or safety precautions. SIGNATURE PAGE TO FOLLOW C1TX OF FOR"I' WORTH 2O21 WOODWAY AND SAM CALL�WAY RESUItFACING PI20JFCT STAi1DARD COI�lSTRUCTiON SPECIFICATION DOC�IMENTS Revised 09/06/2014 CITY PIZOJECT I�IO. 102879 00 52 43 - 5 AgreemcnC Page 5 of 5 IlV WITNE�S W�REOF, City and Contractor have each executed this Agreement to be effective as of �the date subscribed by the City's designated Assista�t City Manager ("Effective Dat�"). Contractor: Texas Materials Group, I�c. dba Texas Bit By: // � Signature ��.� C�-�-., � � (Printed Name) ✓�- t t _ - � ,_'�4 � , ' Title 42Q Deckar Dr. Suitc 200 Address Irving, Texas 75a62 City/Siaie/Zip �-i�z���. Date C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECfFICATION I?OCIJMEI�ITS Revised 09l06/2019 City of �ort Worth By: Dana BurghdofF Assistant City Max�ager Date Attest: City Secretary (Seal} Nr&c: �� �S Date: �?.� ��f7.b2c3 Form 1295 No.: Contract Compliance Manager: By signing, T acknowledge that I am the person responsible for the monitoring and administration ofthis contract, including ens�ring ail perfo:rmance and reporti�g requ' •ernent�� Tariqul islam �. . "� �."...._,—,,._. Proj ect Manager Approved as to Form and Legality: Douglas W. Black Sr. Assistant City Attorn�y AP RO AI, CO DE : William Johnson, Direct Transportation & Publi oxks Departxnent 202I WOODWAY AND SAivf CALLOWAY RESURFACING PROJECT CI'I'Y PROJECT NO. 102879 005243-5 Agreement Page 5 of 5 IN WITNESS WHEREO�', City and Contractor have each executed this A�-eement to be efFective as of the date subscribed by the Ciiy's designated Assistant City Manager ("Effective Date"). Contractor: Texas Materials �roup; Y�ic. d6a Texas Bii By: O' y J/"I.,.�� r.�-----, ,Signature ��.- � � �_ ,j {Printed Name) V� �_P✓"' � � F�..�r C. Title . 420 D�cker D�•. Suite 200 i . Add�•ess Irvizag, Texas 750&2 City/State/Zip •�.� �—:�Y Date CITY OF FO1tT WORTH STANAA.I�D CONSTRUCTION SPECIFICA'I'ION I7QCilMENTS A�vised 09/06/2019 CI�j/ Of FQI'f �OI'F�i By: _ � �r Dana Burghdoff _ Assistant City Mfinager � `� . . - ' • � �_ Date Attest: ���r� � �ity Secretazy {SeaI} M&C: 2,Q `° � �� Date: � �'orm 1295 0.: �, �'� fi � ��' �` ��>`� � ��, '-���R���3: • �.__: . � ,-��:. � � . . ,� `�� h. �, ��; �. ���, , � , �� �: °s ' �;_ , '`y=.... .� ��' �_ � �'� Aw�� ;,;� _ - ` _ � <. . . -�. Contt•act Compliance Manager: By signing, I acknowledge that I am the person responsib�e fo�� the monitoring and adrninistration af fhis contract, including ensuring all perfaz-mance and repo�ing re ' ment, s�„�,.-� .d —�-��— Taz'iqul Tsiam Prnject Manager Approved as to Forr�r� and Legality: �I � Douglas W. Black Sr, Assistant City AttoY•ney AP RO AL COM D . , Willia�n Johnson, Direct .__ Transportation & Public�Wor�s Depat�tment � 2b21 WOODWAY AN%] 3AM CALLOWAY RES+JRFACIi�Ir� Y���t�f'� '- � �f W. � CTT�I PIi��Co;� 1�Qr-Ut2.879 Lisa Hal! � IV1���� December 7, 202Q City of Fort Worth 2DQ Texas Street Fort Worth, TX 76102 Marsh USA Inc. 15 West South Temple, Suite 700 Salt Lake City, UT 84i09 801 533-3628 Fax 801 533-3690 Lisa.Hall@marsh.com www.marsh.com Subject: �'exas l4�Vateeiafs G�vup, �nc, dba TexasBi� —�ond Number 0'f 42206�8 TO WHOM IT MAY CONCERN: We hereby give aur authorizatian to dafe the abo�e referenced Perfarmance, Payme�t and Maintenance bond for the City of Fort Worth — 2021 Woodway and Sam Calloway Resurfacing Proj�ct, City Project No. �02879, ancf attached Power of Attorney to correspond with the date of the cantract. Since ely, �, � isa Hall � Attorney-In-Fact #or Liberty Mutual lnsurance Company � MARSH & McLENNAIV SOLUTIONS...DEFIfVED, tJESIGNED, AND UELIVERCD. COMPRiVtES r � ����� �u�al� SUR�iY Certifrcale No: 8201331 �O'��� OF ,Aii��tN�Y vi w m c � = � � � cu � L �% U � O � � ; � N � 7 � � �y c4 O � �o �� c � ai � mN c� � � � � .c � � w � � a _� » o� Z U KMOWN ALL PERSONS BY THES� PR�SENTS: That The Ohio Casualiy Insurance Company is a corporation duly organized under the laws of the 5tate o( iVew Hampshire, ihat Liberly Mutua! Insurance Company is a corporation duly arganized under fhe laws of the 5tate of Massachuseits, and West American fnsnrance Company is a corporation duly organized under the laws of ihe 5fate of Indiana (herein collectively called the "Companies"}, pursuant to and by auti�ority herein set forth, daes hareby name, consfitute and appoint, Lisa HaA all o( the city of Salt Lake Cit , state of Utah each individually if there be mare than one named, its irue and lawful atlomey-in-#act, wilh full power and authority hereby oonferred to sign, execute and acknowledge Ihe above-referet�ced surefy bond. IN WITNESS WHEREOF, this Power of Attomey has been subscribed by an authorized officer or official of the Gompanies and the corporate seals af the Companies have been aftixed thereto dhis 36th day of,M�a , 2019. STAT� OF PENNSYLVANIA CpI�NTY OF MONTGOMEF2Y 7his Power of Attorney limits the acts of those named herein, and they have no authority fo bind khe Company except in the manner and to ihe extent herein slated. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company Liberly Mutual Insurance Company The Ohio Casualfy ft�surance Campany West American Insurance Com an y 1NSU,p 4ZY �NSV �NsuR P Y �J3�aao�r�`o,L�� QJQ'� nveRyr�'�qy� `VP2Q�roip,a q�LP r,� � 912 o r � �� � y, g/�/��� rq �n� yy1919��0 � 1991 o B �/ ,� d� S�ACHU5T� aa O�'yAMPaN, D� Y �HDIANP a� ��� *�a �H� *�� S�M * tiN� David M. Carey, Assistant Secretary On fhis 361h day of M�a r, 2019, be(ore me personally appeared David M, Carey, who acknowledged himself to be the Assistani Secretary of Liberty Mvtual Insurance Company, The Dhio Casualfy Company, and WestAmerican Insurance Company, and ihat he, as such, �eing aulhorized so to do, execute Ihe fnregoing insqr�ment for the purposes �herein coniained hy signing on behalf of fhe carporations by himself as a duly auf�orized officer. Ih! WITNESS WHEREOF,1 have hereunin subscribed my name and aNixed my notar�al seal at King of Prussia, Pennsylvania, on the day and year firsf above written. 5�, PA��, q.`��,.anw�� �'� COINMONW�ALTH OF pENNSYLVANIA �.�` c° �''z v Notarlal Seal � /1iQ�, pp Terosa Pastefla, Notsry Pu61ic /� ,, ,,, y .�� y�q LlpperMerianTwp.,MonlgomeryCaunty B �+UL�N�' ��1T I,VP��G AAy Commission Expires March 26, 2621 y' � �'��iY p��� Member, Pennsyivania Association af Nofarigs �eresa Pastella, Notary Public This Power o(Altomey is made and executed pursuanE to and by authority of the foliawing By-laws and Aulhorizafions o( The Ohio Casually fnsurance Company, Li6etty Mulual lnsurance Company, and West Aroerican Ensurance Company which resolutions are now in full force and effecl reading as (ollows: ARTICLE IV - OFFICERS: 5ecfion,l2. Power of Attarney. Any ofGcer or other official of t�e Carporatipn authorized for that purpose in wriGng by fhe Ghairman or the President, and subject to such limitalion as Ihe Chairman or the President may presctibe, shall appoint such aitorneys-in-fact, as may 6e necessary to act in behalf of the Gorporation to malce, execufe, seal, acknowledge and tleliver as surety any and all undertakings, bonds, recognizxnces and other surety obligations. Such attorneys-in-fact, subjeck to the limifations set forth in their respective powers of ariorney, shall have full power fa bind ihe Cvrporation by Iheir signafure and execulion of any such instrumenls and to atiach thereto the seal of the Corporation, When so executed, such instruments sf�all he as binding as iF signed by the Presidenf and attested to by ihe Secretary. Any pawer or authoriiy granted to any representative or altomey-in-tact under the provisions of this article may be revpked at any time by the Baard, the Chairman, the Presidenf or by ihe afficer pr officers granling such power ar auEhority. ARiICLE XIII - Execution of Contracts; Section 5. Surety Bpnds and Undertakings. Any officer of the Company authorized (or thal purpose in wriling by the chairrrtan or the president, and subject to such limitations as the chairman or Ihe presidenl may prescribe, shall appoint such atlorneys-in-fact, as may be necessary lo act in 6ehaif of tite Company io make, execuie, seal, acknowledge and deliver as surety any and all underfakings, bonds, recognizances and otiier surety obligations. Such atfomeys-in-fact, subject to ti�e limitations set forth in their respeciive powers of atlorney, shall have full power to bind the Company by their signature and exec�tion of any such instrumenfs and to attach therato the seal of the Company. When sv execuied such instnaments shall he as binding as if signed hy Ihe president and attested by the secretary. Certificate of Designation - The F'resident of the Compeny, acting pursuant to ihe 8ylaws o(the Company, aulhorizes David M. Carey, AssisfanE Secretary to appaint such attomeys- infact as may 6e necessary to act on behalf of Ehe Company to make, execufe, seal, acknowledge and defiver as surety any and all underlakings, bosQs, recognizances and olher surety obligations. Autitarization - By unanimous cot�sent o( the Company`s Board of Directors, the Company oonsents that facsimi�e or mecf�anically raproduced signaiure o( any assisiani secretary of the Campany, wherever appearing upon a certifed cnpy of any power of atEomey issued by the Company in connection with surety 6onds, shall be valid and hinding upon the Company wilh the same force and effeci as fhough manually affixed. I. Renee G. Llewellyn, ihe undersigned, Assistant Secretary, of Liberty Mutual Insurance Company, The Ohio Casualty lnsurance Company, and West American Insuranca Company do hereby certify that this power of aftorney execufed by said Companies is in (ull force and effect and has not been revoked, IN 7ESTiMONY WH�REaF, I have hereunto set my hand and affixed !he seals of said Companies Ihis ��h day of �ecember 2020 �,, �NS1lR� �tY INSV�p� � 1N5(/R �� GpRPU�T 'yC% 0J G�RPORy�, `9y VQ' �SIPOl� � y ,= Fota Q� Fac� � z° ro� � � � u� •� �-� r�1972ya Q=1919�0 4 1997 a B - r�j19m�4[Hl!°��aa� 60 E}�,kaMvs��� L �l �NOlANP L� y. ` -,..— _, e�y * F� ,�y� * h� s�� *��a Renee C. E.lewe3lyn, Assistant 5ecreta;y (6 ~ U � a N � Q M �' a� L � a� ro o� ao �Q �� � � � � '� � � o a> �' �� � N � m � 00 U � � � Marsh MSurety POA LM1C OCIC WqIC Multi Co 042019 r Bond No. 014220678 aa62 �3-t PBRFORMANCE BOND Page 1 of 2 1 SECTIQN 00 61 13 2 FERFQRMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § Texas Materials Group, fnc. 7 That we, dba TexasBit_ „ 1ci1DW11 a5 "Principal" herein and, g Liberty Mutual Insurance Company , a corporate surety(sureties, if more than 9 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one l0 or more), are held and firmly bound unto the City of Fort Worth, a municipal caiporation created 11 pursuant to the �aws of Texas, known as "City" he�'ein, in the penai sum of, One Million Ti�ree Hundred Fifty One Thousand One Hundred Forty Six 12 and 721100 dollars 1 359 146.72 , lawful money of 13 the United Staies, to be paid in Fort Worth, Tat7•ant County, Texas for the payment of which sum 14 welI and truly to be made, we bind ourselves, our heirs, executot•s, administrators, successors and 1S assigns, jointly and severally, firmly by these presents. 16 WHEREAS, the Piincipal has entered into a certain written contracE with the City 17 awarded the I� day of 0��; 202p, which Contract is hereby refeiYed to and made a part hereof for 18 alI purposes as if iuliy set forth herein, to furnish all materials, equipment labor and other 19 accesso�7es defined by law, in the prosecution af the Work, including any Change Orders, as 20 provided for in said Contract designated as 2021 WOODWAY AND SAM CALLOWAY 21 RESURFACING PR07ECT, City Project No.102879. 22 NOW, THEREFORE, the candition of this obligation is such that if the said Principal 23 shall faithfally perform zt obligations under the Contract and shall in all respects duly and 24 faithfully perform the Work, including CI�ange Orders, under the Contract, accoi•ding to the pIans, 25 specifications, and contract documents therein referred to, and as we1� during any period of 25 extension of the Contract that may be granted on the part of the City, then this obliga�ion shall be 27 and become null and void, otherwise to remain in full force and effect. 28 PROVIDED FURTHER, that if any legal action be filed on this Band, venue shall lie in 29 Ta�•rani County, Texas or the United States District Court for the Northein District of Texas, Fort 30 Worth Division. C1TX OF FORT WORTH 2O21 WOppWAY AND SAM CALLOWAY RESURFACING PROJECT STANDAL2p CdNS'fIZUCTION SPBCIFICATION DOCUMENTS Revised Iuly 1, 2011 Cl'I'Y PROJECT NO. 1U2879 00 61 13 - 2 PERFORMANCE BOND Page 2 of 2 This bond 'zs made and executed in compliance with tl�e pravisions of Chapter 2253 af the 2 3 4 S 6 � 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 4Q 9� 1 42 �43 44 45 Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said stat�e. IN WITNESS WHEREQF, the PrincipaI and the Surety l�ave SIGNED and SEALED this instrument by duly authorized agents and officers an this the "T �'� day of c r , Zo.�. PRINGIPAL: ATTEST: Texas Materials Group, Inc. dba TexasBit BY: 'i-�S�-- �. Signature '�-: _� �;. `� V, _ Name and Title � i,r . _ __� {Principal) Secretaiy i � �� � r. � (/���, ��c� Witness as to Princip Witness as to Surety .lanet rump Address: 420 D�cker [?rive, Suite 200 Irving, TX 75062 SUItETY: l.iberfy Mutual Insurance Company B 1' Sign iu�'e Lisa Hall, Attorney-in-�act Name and Title Address: 15 W. South Tem le Suite 700 Salt Lake Cit UT 84101 Telephone Nurnber: 801-533-3624 *Note: If signed by an officet• of the Surety Company, there mUst be on file a certified extract frara the by-laws showin� that this person has authority to sign such abligation. If Surety's physical address is different frotn its mailing address, both musi be provided. The date of the bond shall not be prior to the date tk�e Contract is awarded. CTI'Y OF FORT WORTH 2Q21 WOODWAY AIYD SAM CALLOWAY RESURFACING PR07ECT STAI�iDARD CONSTRUC`d'ION SPECIhICATIQN DOCUMENTS Revised July !, 2011 C1TY PROJBCT NO. 102879 ' • � Bond No, p14220678 oa6� �a-1 PAYMENT SOND Page I of 2 1 2 3 4 5 6 7 8 9 10 11 I2 13 14 15 SECTION 00 61 14 PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: C4UNTY OF TARRA.NT § Texas Materials Group, Inc That we, dba TexasBii_ _, known as "Principal" herein, and Liberty Mut�al Insurance Company , a corporrate surety (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein {whether one or mo��e), are held and firmly bound unto the City of Fort Worth, a municipal coiporation created pursuant to the laws of the State ai Texas, known as "City" herein, in the peTl�.l SUTI] pf �ne Million Three Hundred Fifty One Thousand One Hundred Forty Six and 721100 DO11aT'S {$1,351,946.72 ), ]awful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truIy be made, we bind ourselves, aur heirs, exec�tors, ac�ministratot's, successors and assigns, jointly and severally, firmly by these presents: 16 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 17 j�„ day of Do�C., 2020, which Cont�act is hereby referred to and mada a part he�•eof for all purposes 18 as if fully set forth herein, to furnish all materials, equipment, labor and other accessories as 19 defined by law, in the prosecution of the Work as provided %r in said Contract and designated as 20 2021 WOODWAY AND SAM CALLQWAY RESURFACING PROJECT, City Project 21 No.102879. 22 NOW, THEREFORE, THE C�NDITION OF THIS OBLIGATION is such that if 23 Principal shail pay all monies awzng to any (and aIl} payment bond i�eneficiary (as de�ned in 24 Chapter 2253 of the Texas Government Code, as amended} in the prosecut�on oi the Work under 25 the Contract, then this obligation shall be and become nulI 1nd void; otherwise to remain in full 26 io�ce and effect. 27 This band is made and executed in compiiance with the provisions of Chapter 2253 of the 28 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 29 accordance with the provisions of said statute. 30 CTI'Y dF FORT WORTH 2O21 WOODWAY AND SE1M CALLpWAY RESLJRFACING PRO)ECT STAIVDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revisad July 1, 2011 CITY PROJECT NO. 102$79 006i 14-2 PAYMENT BOND Page 2 of 2 1 2 3 4 5 6 7 8 9 10 11 12 IN WITNESS WHEREOF, the Principal and Surety have each S�GNED and SEALED this instrument by duly authorized agents and officers on this the � day of ��,c�m�,e�_, 20 ATTEST: {Principal) Secretary PRINCIPAL: Texas Materials Group, Inc. dba 7exasBit � �-x BY: . �� � -�'-- - - Signature . 4� _ � v % 1/� _ ,`,,. - �---- •- : ,.v� Name and Tit�e Address: � f �-%..a ���� p� � z�� ��'j� , , c.4 �.� , �- �.'�. �"x ��o.� � Witness as to Principal ATTEST: IVIA (Surety) Secretary Witt�ess as to Surety Ja t Crump SURETY: Liberty Mutual Insurance Company . W BY: Signataue � Lisa Hall, Attomey-in-Fact Name and Title Address: �� W South Temple, 5uite 700 Salt Lake City, U7' 84'f01 Telephone Number: $01-533-3624 Note: If signed by an officer of the Surety, there must be on file a cei�ified exiract from the bylaws showing that this persan has authority to sign such obligation. If Surety's physical address is diffei•ent from its mailing address, both must be provided. The date af the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY QF RORT WOIZTH 2D21 WpppWAY AND SAM GALLOWAY RESUnFACING PROJECT STANDARA CONSTRUCTION SP�CIFICATION llOCLTMENTS Revised 7uly 1, 2011 CITY PROJECT NQ 102879 ' � Bond No. 014220678 OD 61 I9 - 1 MAINTEIVANCE BOND Page 1 of 3 1 2 3 4 S 6 7 THE STATE OF TEXAS COUNTY OF TARRANT SECTION 00 51 l9 MAINTENANCE BOND § $ KNOW ALL BY THESE PRESENTS: § Texas Materials Group, inc. 8 That we dba T�xaseit known as "Principal" herein and 9 Liberty Mutual Insurance Company , a coiporate su�ety (sureties, if more than l0 one) duly authorized to do businass in the State of Texas, known as "Surety" herein (whether one 11 or mo�•e), are held and firmly bound uneo the City of Foz�t Worth, a municipal corporation created 12 pursuant to the laws of the State of Texas, known as "City" herein, in the sum of 13 Qne Miilion Tl�ree Hundred Fifty One 7housand One Hundred Forly Six and 721100 �oll s (� 1,351,146.72 �_ lawful 14 money of the United States, to be paid in Fort Worth, Tarcant Couniy, Texas, for payment of 15 which sum well and truly b� made unto the City and its successors, we bind ourseives, our heirs, 16 executors, administrators, successars 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 the 19 ,� day of �C• , 2020, which ConCract is hereby referred to and a made part hereof far all 20 puiposes as if fully set fortI� herein, to furnish ail materia�s, equipment labor and other accessories 21 as defined by law, in the prosecution of the Work, includin�; any Work resulting from a duly 22 authorized Change Order (collectively herein, the "Wark") as provided for in said contract and 23 designated as 2021 WOODWAY AND SAM CALLOWAY RESURFACTNG PROJECT, City 24 Project No.102$'78; and 25 26 WHEREAS, Principal binds itself to use such mate�•ials and to so construct the Work in 27 accordatxce with the p�ans, specifications and Contract Documet�ts that the Worlc is and will 28 remain frce from defects in materials or workmanship for and during t�e period of two (�) ycars 29 after the date of FinaI Acceptance of the Work by the City ("Maintenance Period"); and 3Q 31 WHEREAS, Principal binds itself to repair or reconstruct the Work in w1�ole or in part 32 upon receiWing notice from the City of the need therefor at any time within the Maintenance 33 Period. 34 CTl'Y OF FORT WO[tTH 2O21 WOODWAY AND SAM CALLOWAY RESi1RFACING PRO]�CT STANDARD CONSTRUCTION SPECTFICATION DOCUiVfENTS Rcvised Jaly �, 2D11 CITX PR07ECT Np. 102879 1 2 3 4 5 6 7 8 4 10 11 12 13 14 i5 16 I7 18 19 0061 14-2 MAIN'I'�NANCE BOND Page 2 of 3 NOW THEREFORE, the condition of this ob�igation is such that if Principal shall remedy any defective Work, for which timely notice was pro�ided by City, to a cornpleiion satisfactory to the City, then this obligation shall become nuil and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, if PrincipaI shail fail so to repair ar reconstruct any timely noticed defective Work, it is agreed thai the City may cause any and all such defective Work to be repaired and/or reconst�ucted with all associated costs thereof being borne by the Principal and the Surety under this Maintenance bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or th� United States Dist�ict Court for the Northern Disirict of'�'exas, Fort Worth Division; and PROVIDED FURTHER, that this abligation shall i�e continuous in nature and successive z•ecoveries may be had hereon for successive breaches. CTl'Y O� FORT WORTH 2O21 WOODWAY AND 3AM CALLpWAY RE5URFACING PROJECT STANDAI2D CONSTRUCTION SPECIFIGATION DOCUMENTS Revised July 1, 20! 1 CTFY Pit07ECT NO. 102879 r 1 2 3 4 5 6 7 8 9 �a 11 12 13 14 ZS 16 17 18 14 Zo 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 OU6! 19-3 MAINTENA�CE $OND Page 3 of 3 IN WITNESS WHEREOF, the Principal and the 5urety have each �IGNED and SEALED this instrument by duly authorized agents and officers on this the ��h day of , 20 ') . PRINCIPAL: ATTEST: (Principa�) Secretary ,� _ — G�3C.4 ' Witness as to Principal Texas Materiafs Grou , Inc. dba TexasBit �,� BY: �/`- - �-� - Signature 0 ,y-t ✓t ; , � - Name and Tit1e . � . � Address: 420 Decker pri�e, 5uite 200 �rving, TX 75062 SURETY: Libertv Mu � ATTE$'1': N!A (Su'ety) Secret• ry Witness as to Surety an�k Crum Lisa F�all, Attarne -in-Fact Narne and Title Address: 15_ W. 5aufh Temple, Suite 700 Salt Laice Cit UT 84101 Telephone Number: $01-533-3624 *Note: If signed by an officet• af the Surety Coznpany, there must be on iile a certified extract fi-om the by-Iaws showin�; 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 shal� not be prior to the date the Contract is awarded. CITY pF PORT WORTH 2421 WOODWAY AND SAM CALLOWAY RESURFACING PApdECT STANDARD CONSTRUCTIOM SPHCIFICATIdN DOCUMENTS Revised Ju1y 1, 20I 1 CITY PRpJECT NO. 102879 � ��.���� ��t�a�.� SUF3ETY Certificate No: 8201339 �Ol�Il��t QF ��'�QFtN�CY � a� a� � � �ro � � � U� o� � � N � "C] C � (D O i� aj O o � �� � �� � � � o .c E� �� o cLa -a �, �� � o� Z U KNOWN ALL AERSONS BY THESE PRESENTS: That The ahio Casualty Insurance Company is a corporation duly organized under Ihe laws of fhe State of New kampshire, that Liberty Mulual Insurance Company is a corporation duiy organized under !he laws of ihe 5tate of Massachuse8s, and Wesf American Insurance Company is a corporaiion duly organized under Ihe laws of the Siate of Indiana (herein collectively called Ihe "Companies"}, pursuant to and by authority herein set forlh, does hereby name, consiitute and appoint, Lisa Hell ali of the city of 5alt Lake Cit , state of Utah each individually i( there be more than one named, iis frue and lawful attorney-in-facf, with full power and authority hereby conferred to sign, execute and acknowiedge the a6ove•referenced surety bond. IN WITN�SS WHEREQF, this Power of Attorney has been subscribed by an authorizatl afficer or official of the Companies and the corporate seals of Ehe Companies have been affixed ihereio this 30th day of �, 2p19, STATE OF P�NNSYLVANIA COUNTY OF i111QNTGOMERY This Power of Aftorney limits the acts oF thase named herein, and they have no authority ta hind the Compar�y except in the manner and to 1he extent herein stated. Liberty Mutual fnsurance Company The Ohio Casualiy insurance Com�any West American Insurance Company Liberty Mutual Insurance Company The O�io Gasuafiy Insurance Company �, tNsu ��Y iN�� ��$U� Wesi American Insurance Company j�GonroFyr�Y�fi yJ�onrort��'Py2 `�P?o�cPo,�r�yn � � o m � 3 o in �' Y� 791a�' � y g 1949�w o� 1991 a By: ���^"L ��1 $s'QCHU6w �a � �yA�145� a� Y �hbIAKA a� � ��� *�'a �yl * ti� s�M *��� David M. Carey, Assistant Secretary On this 30th day of �, 2079, before me personally appeared �avid NE. Carey, who acEcnowledged himself to be ihe Ass9sfant Secretary of Liherty Mutual Insurance Company, The Ohio Casualty Company, and WestAmerican Insurance Company, and that he, as such, being authonzed so to do, execute ihe foregoing insirumenf forthe purposes therein contained by signing on behalf of the corporations by himself as a duly authprized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King a# Prussia, Pennsylvania, on the dey and year first above written. ��, rasr �r�,�o���� F�f COMMONWEALTH OF PENNSYLVANIA ti c� 6s rr Nolarial Seal � ,�.Q� aF Teresa Pastella, Notery?ublic �� �4, �¢ Uppsr MerionTwp., Montgomery County B ��� �,`���.vP ,�, My Commission Expires March 28, 2021 Y' ��T'4� ��0y Member, Aennsylvania AssoclaEion of NoWries 7eresa Paslelia, Notary PubEic This Power af Attomey is made and executed pursuant to and by authority of the following By-laws and Auihorizations of 7he Ohio Casually Ensurance Company, Liberfy Mutual lnsurance Company, and West American Insurance Company which resolutions are now Fn full foroe and effecf reading as follows: AItTlCLE IV— OFFICERS: Secfian 12. Power of Attomey. Any officer or oiher o�icial ot the Corporation authorized tor Ehal purpose in writing by ihe ChairmaR or the President, and subject to such limitalion as the Chairman or the President may prescribe, shall appoint such atlorneys-in-faci, as may be necessary to act in behalf of the Corporalion to make, execuie, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety abligaGons. Such attornays-in-Pact, subject to the limifations sel forth in their respective powers o( att4rney, shall have full power to bind the Corporation by their signaiure and execution ot any such insiruments and to attach thereto the seal of the Corporation. When so execuied, such instruments shall be as binding as if signed by fhe President and atlested fo by the 5ecretary. Any power or authority granted to any representative or aEtomey-in-iact under the provisions of Ihis article may be revoked at any time by the 8oard, tne Chairman, the President or by ihe off[cer or officers granting such power or auEhority. AR7'ICLE Xif! - Execution of Contracts: 5ection 5. Sureiy Bonds and Underlakings. Any officer of the Company authorized for Iha# purpase in wriiing by the chairman or the president, and subjeclto such limifations as Ihe chairman or Ihe president may prescribe, shall appoint such altomeys-in-(act, as may be necessary to act in behalf o( Ehe Company to make, axecute, seal, acknowledge and deliver as surety any and all underta�ings, bonds, recognizances and ott�er surety obligations. Such atEomeys-in-Facl, subject to fhe limilafions set forth in their respective powers of atiorney, shall have full power to bind fhe Company by Iheir signaiure and execution of any sucii insErumenis and b atEach therelo the seal of the Company. When so executed such insfruments shall be as binding as if signed by the presidant and attested by ti�a secretary, Certiflcate of Designation —The Presideni of t�e Company, acting pursuant to ihe By�aws o( the Company, authorizes David M. Carey, Assislant Secre#ary to appoint such atlomeys- infact as may be necessary to act on behalf of Ihe Company !o make, execule, seal, acknowfedge and deliver as surety any and ali undertakings, bonds, recognizances and ather surely obligations. Authorizatian — 8y unanimous consent of the Company's Board of �irectors, the Company consenfs that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appea�ing upon a certified copy of any power of attorney issued by the Company in connecfion wifh sureiy honds, shall be valid and binding upon the Company with the same force and effect as Ihaugh manually a�xed. I, Renee C. Llewellyn, the undersigned, Assistant Secrelary, o( Liber[y Mut�al Insuranca Gompany, The dhio Casualty Insurance Company, and West American Insurance Company do hereby cerlify fhat fhis power a( altorney execulad by said Companies is in fulf force and etfect and has not been revoked, IN TEST1MflNY WHEREOF, ! have hereunlo set my hand and affixed Ihe seals of said Companies this day of , P4 1N$U�p �KY IN3G � 1NSUR �y`) GOaP°�yaT 'y�, yJ �oav°'�aa�y C�P oxvo�}qY J r `�o tn � a' Fo n � 3° �o �'sn � ys'1912� � y Z 1919`�� 0 4 1997 a Qy. � c�i�^ ���;ACHOa��aa °� '�^�45� a� `�s �'�D�AKp da Renee C. Llewellyn, Assistant Sec►etar� 7 * � 'yl ir i-a �ik * tit► ia� U � �. � N � Q m �i' Q� L C � � o� ao v_, a � a' o� �� -a a� �� .o �o a� a' �� � N �� � 00 U� D , H � Marsh MSurety POA Lh/IC OCIC WAIC Mufti Co 642019 ,�, �..����`��' �.�.��.i�.� I�p�����t ���oc� TO OBTAlN INFORMATION OR TO MAKE A COMPLAfNT: You may write to Liberty Mutual Surefy at: Liberty Mutual 5urety 2200 Renaissance Bouievard, Sui#e 400 King of Prussia, PA 194D6-2755 You may contact t�e Texas Department of Insurance to obtain information on companies, co�erages, righfs or complaints at: 1-800-2�2-3439 You may wrife the Texas D�parfinent of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: {512) 475-177'1 Web: http://www.td,i,state.tx. us E-mail: CansumerProtection(a}_tdi .state.tx.us �remium or Claim �ispufies Should you have a dispute concerning a premium, you should contact the agent first. If you have a dispute concerning a claim, you should contact tl�e company f�rst. If the dispufe is not resol�ed, you may con�act t�e Texas Departm�nt of Insurance. Afifia�h ihis R�ofiice To Your �olicy: This notice is for information only and does not become a part or condi#ion of the attached document. WIIC-350D Page 1 of 2 Re�. 7.'E.07 ��i ����#� ��l��l�� ���������h�� Q����.����� PARA OBTENER INFORMAGION O REALIZAR UNA QUEJA: Usted puede escribir la notificacion y dirigirla a Liberty Mutual Surety en [a siguiente direccion: L�berty Mutua! Surety 2200 Renaissance Boulevarci, Suite 400 King of Prussia, PA 19406-275� Usted puede contactar al Departamento de Seguras de Texas para obtener informacion acerca de las companias, coberturas, derechos o c�uejas: 1-800-252-3439 Us#ed puede escribir al Departamenta de Seguros de T�xas a la siguiente direccion: P. 4. Box 'E 49104 Austin, TX 78714�91 �4 �ax: (512) 475-1771 Web: http://www,tdi.state.tx.us E-mail: ConsumerPro�ectian tdi.state.tx.us Dispufias acerca de pr�imas o reclamos En caso de que us#ec! quiera e�e�ar una disputa concerr�ier�te al tema de primas, por favor contacte en primer lugar a su agente. Si e� �ema de la disputa es relati�o a un reclamo, por �avor contacte a la compania de seguros en prEmer termino. Si usted considera que la c�isputa no es apropiadamente resuelta en estas instancias, entonces usted puede contactar al Departamento de Seguros de Texas.. Adjun�e es�� nofii�icacion a su poli�a: Esta notificaci6n es a los solas fines de su informacion y la misma no forma parte o cor�diciona de manera alguna �I documer�to adjunto. LMIG3500 Page 2 of 2 Re�. 7.1.07 �TAl�DAItD GE�TERAI. �OI�DYTI��:S OF '�`HE C�llTST�2UCTI[D�T C�l�TTRACT C1TY QF FpRT WORTH STANDA.RD CONSTRUCTION SPECIPICATION J�OCiJIvZEN'1'S Revision: Mairl� 9, 2020 STANDARD GENERA.L COND�T�ONS OF THE CONSTRUCTTON CONTRACT TABLE OF CO1�TE1�1TS Page Article 1— Definitions and Terminology ..........................................................................................................1 1.01 Defined Terms ............:.................................................................................................................. l 1.D2 Terminology ................................................................�--...............................................................6 Article2— Preliminary Matters ......................................................................................................................... 7 2.01 Copies of Ddcuments .................................................................................................................... 7 2.02 Comizx�encexnent o� Contract Time; Natice ta Proceed ................................................................ 7 2.03 Starting the Work .......................................................................................................................... S 2.04 Be�are Starting Construction ...........................................................................�-•--...---�--...--�----•�---g 2.05 Preconstructaon Coz�fezence ...........................................�----......-�---...---••---....................................8 2.06 Public Meeting .............................................................................................................................. S 2.07 Initial Acceptance of Schedules ......................................................................•-.....------��----...........8 Article 3— Contract Documents: Intent, Amending, Reuse ...................:....... 3 . 01 Inten t . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3.02 Reference Standards ..................................................................... 3.03 Reporting and Resolving Discrepancies ...................................... 3.04 Amending and Suppleznenting Contract Documents .................. 3.OS Reuse of Documents .................................................................... 3.06 Electronic Data ............................................................................. ................................ ................................ .... . . ................... ....... ................................ ...... 8 �----. S ...... 9 ...... 9 ....10 ....14 ....11 Artiele 4— Availability o� Lands; Subsurface and Physical Conditians; Hazardous Environmental Conditaons; Reference Points ........................................................................................................... l l 4.01 A�azlabi�zty o£ Lands ...............�-��-----�---......................................................... ............................. 4.02 Subsuriace and Physical Conditions ..........................................................................................12 4.03 Dif�ering Subsurface or Physical Conditioz�s .............................................................................12 4.04 Underground Faciiities ...............................................................................................................13 4.05 Reference Points ......................................................................... .. ] 4 .............................................. 4.06 Hazardous Enviranmentai Conditian at Site ..............................................................................14 Article 5— Bonds and Insuranc� .....................................................................................................................16 5.01 Licensed Surefies and Insurers ...................................................................................................16 5.02 Performance, Payzx�ent, and Maintenance Bonds .......................................................................16 5.03 Certificates of Insurance .............................................................................................................16 5.04 Contractor's Insurance ................................................................................................................18 5.Q5 Acceptance of Bonds and Insurance; O�tion to Re�lace ...........................................................19 Article 6 — Coniractor's Responsibilities .................................................... 6.Q1 Supervisron and Supe�inte�de�ce ........................................... �9 19 CiTY OP FORT WORTH STAI�iI3ARI� CONSTRUCT[ON SPECTF[CATEON DOC�JMENTS Revision: M<ucki 9, 202fl 6.02 6.03 6.04 6.05 6.06 6.07 6.�8 b.09 �.zo 6.11 6.12 6.13 6.1A� 6.15 6.16 6.17 6.18 f.19 6.20 6.21 6.22 6.23 6.24 Labor; Working Hours ..................................••--�--.............----�---..................................................20 Services, Materials, and Equipment ........................................................................................... 20 ProjectSchedule ..........................................................................................................................21 Substitutes and "Or-Equals" .............................................................................21 Concerning Subcontractors, Suppliers, and Others ....................................................................2A- WageRates ................................................:................................................................................. 25 Patent Fees and Royalties ..................................•----....---�----•-•..........................-----•--................---26 Pertnitsand UYili�ies ....................................................................................................................27 Lawsand Regulatio�s ................................................................................................................. 27 Taxes...........................................................................................................................................28 Useof Site and Other Areas .......................................................................................................28 RecordDocuments ...................................................................................................................... 29 Sa%ty and Protection .................................................................................................................. 29 SafetyRepresentative .................................................................................................................. 30 Hazard Connmunication Progzarns .............................................................................................30 Emergencies and/or Rectification ............................................................................................... 30 Subrnittals........................ ........ ............ ............ ............................................................................ 31 Cor�tinuing the Work .....................•---...........................---.......................................................---.. 32 Contractor's General Warranty and Guarantee ..........................................................................32 Indemnification......................................................................................................................... 33 Delega�ion of Professional Design Services .............................................................................. 34 Righito Auc�it ..............�------�--�---��-----...........--�-----........----..........--��---�----------��---�---...-----.....---.......34 Nandiscrimination....................................................................................................................... 35 Article 7- Otherr Work at the Site ...................................................................................................................35 7.01 Related Work at Site ................................................................................................................... 35 7.02 Coordinatron ................................................................................................................................36 Article S - City's Responsibilities---------------�....-----...---��--•-------....---�--•--•�--•--�-••-----��--------...-------...-�--�----...--------36 S.O1 Communications to Contractor ...................................................................................................36 8.02 Furnish Data ................................................................................................................................ 36 8.03 Pay When Due ......................................�--.....----------........-------... ...........-------36 8.04 Lands and Easernents; Reports and Tests ..................................:................................................36 8.05 Change Orders ............................................................................................................................. 36 8.06 7nspections, Tests, and Approvals .................................................................. ................. 36 8.07 Limitations on City's Res�onsibilities ....................................................................................... 37 8.08 Unc�isclosed Hazardous Envixont�enial Condirion .................................................................... 37 8.09 Compliance with Safety Pro�am ............................................................................................... 37 Article 9- City's Observation Status During Construction ......................................................... 9.01 City's Project Manager .... ....................................................................................... 9.02 Visits to Site .............................................................................................................. 9.03 Authorized Variations in Work ................................................................................ 9.04 Rejecting Defective Woz� ........................................................................................ 9.Q5 Deternlinations for Work Performed ........................................................................ 9.06 Decisians on Requirements of Contract Documents and Acceptability of Work.... ....... 37 ...... 37 ....... 37 ....... 3 S ,......38 ,...... 38 ...... 3 S CTI'Y OF FORT WORTH STANDARD CQNSTRUCTION SPBCIETCAITON DOCiJMeNTS Revision: Nlazch9,2020 Article 10 - Changes in the Work; Claims; Extra Work ......................................................................... 10.01 Authorized Changes in the Work ........................................................................................ 10.02 Unauthorized Changes in tk�e Work .................................................................................... 10.03 Execution of Change Orders ................................................................................................ 10.04 Extra Work ....................................................................................�-�------............................., 10.05 Notification to S�u-etY-• ......................................................................................................... I0.06 Contract Claims Pracess ...................................................................................................... ....38 ---- 38 .... 39 ....39 .... 39 .... 39 .... 40 Artrcle 11- Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement ..................... 41 11.01 Cost of the Work .........................................................................................................................�1 11.02 Allor�ances .........................................................................................�---......-�---..........................43 ll.03 Unit Price Work -----...-� ................................................................................................................44 11.04 Plans Quantity Measurernent ......................................................................................................45 Article 12 - Change of Contract Price; Change o� Contract Time....--•• .........................................................46 l2.O1 Change of Contract Price ............................................................................................................46 12.02 Change of Coniract Time .............................................................................................................47 12.03 Delays .................................................................................................................�•---�------.............47 Article 13 - Tests and Tnspections; Carrection, Removal or Acceptance of Defective Work ...................... 48 13.Oi Notice of Defeets ........................................................................................................................48 13.02 Access ta Wor� .............................................�---....-�---.................................................................48 13.03 Tests and Inspections ..................................................................................................................48 13.04 Uncovering Work ........................................•--�--....---........----•--....................................................49 13.05 City May Stop the Work .............................................................................................................49 13.Q6 Correction or Removal of Defective Wor� ................................................................................5Q 13.07 Correciion Period .............�------....---�----..........---...........................................................................5� 13.08 Acc�ptance of Defective Work ...................................................................................................51 13.09 City May Correct Defective Woxk ............................��---...--------.................................................51 Article 1�- - Payments to Contractor at�d Completion ....................................................................................52 14.01 Schedule nf Values ...............................................................................................................�•---..52 14.D2 Progress Payxnents ........................�---..........................................................................................52 14.03 Contractor's Warraniy of Title ................................................................................................... S4 14.Q4 Partial Utrlization ......................................................................•---..............................................55 14.05 Finallnspection ...........................................................................................................................55 14.06 Final Acceptance .........................................................................................................................55 14.07 Final Payxnent ...................................•---.....--------.......................................................................... S6 14.�8 Final Completion Delayed and Partial Retainage Release ........................................................56 14.09 Waiver of Claims ...........................................................................................�----...-----................ 57 Article l S- Suspension of Work and Termina�ion ............................. 15.01 City May Suspend Work .................................................. 15.02 City May Tez7minate �or Cause ........................................ l 5.03 City May Terminate For Convenience ............................ Articie 16 - Dispute Resolutian ..................................................... 16.01 Methods and Procedures ............................................ .. ........ ......... . .. ...... .......... ...... ... ........ . .......... ......... ......... .... .. . .. ......... ....... 57 ..................... 57 ..................... 58 ..................... 60 ..-•-�---...--�--• ..................................... 61 ....................................................... fi1 CTI'Y OF FURT WORTH S'I'AN7JAI2D CO�TSTRUCT[ON SPECCFICATfON DQCUMENTS Revisian: Mmrli 9, 2D20 Article 17 — MisceIlaneous ................................................................................ .................. 62 ............................ 17.01 Giving Notice .............................................................................................................................. 62 �7.02 Computation of Times ....................��---•....................------�........................................----...............62 17.03 Cumulativ� Remedies ................................................................................................................. 62 17.04 Survival of Obligations ............................................................................................................... 63 17.05 Heaclin�$--�• ................•-----.........................----........-------•--..........................................---................63 c�� oF FoxT wox�rx STAATDARD CONSTR[lCT�ON SPECIFTCATdaN DOCUNfENTS Aevision: Ivlaich 9, 2020 ao�zoa-i G�N�.RAL GONDITIONS Page 1 oF 63 ARTTCLE 1-- DEFTN�TYON,S AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in otYi�r Contract Documents, the terms listed below ha�e the meanings i�dicated vvhich are applicable io both the singular and plural. �ereof, and words denoting gender shall include the masculine, feminine and neut�r. Said terms are �enerally capitaliz�d or writt�n in italics, but nat always. When used in a conte�t consistent vc�ith the definition of a Iisted-de£ined term, the term sha11 have a meaning as defined below whether capitalized or italicized or otherwise. In additian to t�rrns specifically defined, t�rms with initial capital Ietters in fihe ConYxact Documents include re�erences io identified articles and paragraphs, and tk�e titles of a�laear docuznents or �oxms. 1. Addenda—Written or graphic instru��lents issued prior to the opening o� Bids which clarify, correct, or change the Bidding Req�irernents or the proposed Contract Docurnents. 2. Agreement The w�itten instruzz�ent which is evidence of the agreement between City and Contractor co�ering the Wor%. 3. Application for Payment—The form acceptable to City which is to be used by Contractor duzing the cou�rse of the Wox�C in requesting progress or final payments and which is to be accompanied by such supporting documentatian as is required by the Contract Documents. 4. Asbestos----Any material that contains zx�ore than one percent asbestos and is fi�able ar is releasing asbestos fibers into the air above current action levels established by the United Staies Occupational Safety and Health Administration. 5. Award — Authoz�zation by the City Cauncil for the City to enter into an Agreement. 6. Bid—The o�fer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder—The indi�idual or entity who submits a Bid directly to City. $. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements—The advertisement or Invita�on to Bid, Instructions to Bidders, Bid securrty of acceptable �orm, if any, and the Bid Form wiih any supplements. 10. Business Day — A business day zs defined as a day that tk�e City conducts nozxx�al buszness, general�y Monday through Friday, except for federal or state holidays observed by the City. 11. Calendar Day — A day consisting of 24 hours m�asur�d from midnight to the next midnig�t. C1I'Y OF FORT WOR'I`H STANDARD CONSTRUCTION SPECII�"ICATION DOC[IMENTS Re�ision:lV[�ch 9, 7_020 oo �a oo - i GENERAL CONDIifOiVS Page 2 of 63 12. Change Order—A docurnent, whic� is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletian, or revxsion in the Woxk or an adjustment in the Contraci Price or the Contract Time, issued on or after the Effective Date of the Agzeexzaent. 13. City— The City oi Fort Worth, Texas, a hame-rule municipal corpoxation, autho�ized and chartered under the Texas State Statutes, acting by its governing body through its City Maz�ager, his designee, ox agents authorized under his behalf, each o� �which is required by Charter to pet%rm specific duties with responsibility foz' �inal etaforcezx�et�t of the co�txacts invoiving the City of Fort Worth is by Charter vested in the City Manager and is the entity with who�Pn Co�iractar has entexed into the Agreement and for vvhorn the Work is to be perfarmed. 14. City Attorney — The officially appointed City Attorney oi the City oi Fort Worth, Texas, or his duly auYhorized representative. 1S. City Council - The d.uly eXected and quali£'ied gove�ng body of ihe City of Fort Worth, Texas. 16. City Manager -- The off cially appointed and authorized City Manager of the City of Fort Wort�, Texas, or his duly authorized representative. 17. Contract Clairn 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 Cont�act. A dennand for money or services by a third party is not a Contract Claim. 18. Contract—The entire and integrated written doc�ment between the City and Contractor cancern�ng the Work. The Cantract contains the Agreem�nt and aIl Contract Documents and supersedes prior negotzatzons, repxesentations, ox agxeernents, whether wrztten or oral. 19. Contract Documents—Those items so designated in the Agreement. All items listed. iz� the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and ihe xeports and dxawzngs o� sUbsuz�ace and pkzysical cond'zf�ons are not Contract Documents. 20. Contract Price—The moneys payable by City to Contractor for cornpletion of the Wark in accordance with the Contract Docurnents as stated in the Agreerr�ent (subj�ct to th� provisions of Paragraph 11.03 in the case of Unit Price Work). 21. Contract Time—The number oi days or the dates stated in the A�eement to: (i) achieve Milestones, rf any and (ii) complete the Work so that it is ready far Final Acc�ptance. 22. Contractor The individual ox entity with whom City has entered into the Agreement. 23. Cost of the Work�ee Paragraph 11.01 of these General Conditions for definition. CiTY pF FORT WORT�I S`1'AI*IAAADCONSTRUC�`[ON SPEC�CI#'I'I03Y 1�OCiJNfENTS Revision: Ma�ch 9, 2020 QO72OD-1 GENERAL CONDITIONS Page 3 of b3 24. Damage Clairras — A denaazxd �or znoney ox sexvzces arising frozxz the Project ar Site fram a third party, City or Contractor exclusive of a Contract Claim. 25. Day or day — A day, unless aihexwise defined, shall mean a Calendar Day. 26. Director of Aviation — The oFficiaiiy appainted Director oi the Aviatian Department of the City of Fart Wort�, Texas, or his duiy appointed representative, assistant, or agents. 27. Director of Parks and Communiry Services �- The o�zcially appointed Director of tk�e Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed r�pr�sentative, assistant, or agents. 28. Director af Planrcing and Development — The o�f'zcially appointed Directox o� the Planning and Developznent Department of the City of Fort Worth, Texas, or his duly appointed repres�niative, assistant, or agents. 29. Director of Transportation Public Warks — The officially appoinied Director of the Transportation Public Warks Department of the City of Fort Worth, Texas, or his duiy a��ointed representative, assistant, ar agents. 30. Director of Water Department — TY�e officially appointed Directox of the Waterr Departzxae�t o� the City o� Fort Worth, Texas, or his duly appointed repr�sentative, assi�tant, or agents. 31. Drawings—That part of the Contract Documents prepared ar approved by Engineer which graphically shaws the scope, extent, and character of tl�e Work to be perFormed by Contractar. Sub�nittals are not Drawings as so c%efined. 32. Effective Date af the Agreement The date indicated in the Agzeezxaent on whic� 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 tvvo parties to sign and deliver. 33. Engineer The licensed professionai engineer or engineering firm registered in the State af Texas performing professional services for the City. 34. Extra Work — Additional work made necessary by changes or alterations of the Contraet Docuzxaents or a� quantiiies or for other reasans for which no prices are provided in the Contract Documents. Extra wark shall be part of the Work. 35. Field Order-- A written order issued by City w�uch xequ�res changes zn the Wark but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Fi�ld Orders are �aid fram Field Order Allawances incorporated into the Contract by funded wark type at the ti�ne of award. 3�. Final Acceptance — The written notice given by the City to the Contractor that the Work sp�cifi�d in the Contract Documents has been completed to the satisfaction of the City. C1TY OF FORT WOIZTH STANDARD CONSTRUCTION SPECIFICATIflN DOCLiME�ITS 12e�isivn: Ivl�uch 9, 2020 ao�zoo-i C.tiEiVERAL CONDITfONS Page 4 of 63 37. Final Inspection —�nspection carried ont by the City to verify that the Contractor has completed th� Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Coniract Docuzxienis. 38. General Requirements—Sections of Division 1 of the Contract Documents. 39. HaZardous Environmental Condition—The presence at the Site of Asb�stos, PCSs, P�trol�um, Hazardous Waste, Radioactive Material, or oYher materials in such quantities or circumstances that zxaay pz'esent a substantial danger to persons or property exposed thereto. 40. Hazardous Waste---Hazardaus waste is defined as any solid waste listed as hazardous ar possesscs one or mare hazardous characterisYics as defined in the federal �wvaste regulations, as amended frorn time to time. 41. Laws and Regulations—Any and all applicable laws, rules, regula�ions, ordinances, codes, and orders of any and ail gavernm�ntal bodies, agencies, authorities, and courts having jurisdiction. 42. Liens�harges, secnrity interests, or encumbrances upon Projecfi iunds, real property, or personal property. 43. Major �tem — 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 ox $25,000 whichever is less. 44. Milestone A princi�al event speciiied in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 45. Notice of Award—The wxiiten noiice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditians precedent listed therein, City will sign and deliver Y11e Agreement. 46. Notice to Proceed—A w�itten notice g�ven by City to Contractor fixing the date on which the Contract Time will commence io run and on which Coniractor shall start to perForm the Work specified in Contract Documents. 47. PCBs Polyc�Xorinated biphenyls. 48. Petroleum—Petroleum, including cnzde 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, petxoleuzn, fi�el oii, oil sludge, oil refuse, gasoline, kerosene, and oil mixed wz�h other nan-Hazardous Waste and crude oils. 49. Plans — See de�rnition of Drawings. crrx o� �oz��r woz��rr-� STANI7ARD CO1�T5'TTtUCTION SP�G7FICATiON DOCt1MENTS Revision: Ma�h 9, 2Q20 oo�aoo-i G�N�RAL GQf�D17EO�fS Pagc 5 of 63 50. Project Schedule—A sch�dul�, prepared and rnaintained by Contractar, in accardance witl� the Get�eral Requi�ements, describing the sequence and duration of the acti�ities comprising the Contractor's plan to accomplish the Work wiihin the Contract Time. 51. Project—The Work to be performed under the Contract Docuzxzents. 52. Project Manager Tk�e authoz�zed representative of the City wi�o will be assigned to ihe Site. 53. Public Meeting -- An announced mee�ang conducted by the City to facilitate public participation and to asszst tl�e publzc in gaining an informed view oi the Project. 54. Radioactive Material—SoUrce, special n�tclear, or byproduct material as de£'ined by the Atomic Energy Act of 1954 (42 USC Sect�on 2011 et seq..} as aznended from time to time. 55. Regular Wo�king Hout-s -- Hours beginning at 7:0� a.m. and ending at 6:00 p.m., Monday thru Friday (exclu�ng legal holidays}. 56. Sarnples—Physical exarnples of materials, equipment, or wor�anship that are representative af some portion of the Work and which establish the standards by which such portion of the Work will be judged. 57. Schedule of Submittals A scl�eduie, prepared and maintained by Contractor, af required submittals and the time requirements to suppart scl�eduled performance of related construc�on activities. 58. Schedule af Values A schedule, prepared and maintained by Contractor, allocating partions of the Contract Price to earious portions of the Work and used as t�e basis for reviewing Contractor's Applieations for Payment. 59. Site--Lands or areas indicated in the Contract Documents as b�ing furnished by City upon which ih� War� is to be performed, incl�ding righis-of-�vay, perrtuts, and easez�ents fax access Y,hereto, and such other lands �urnished by City which are designated far the use o� Contractor. 6p. Specifications—That part of the Con�ract Documents consisting of written requfrements for rnat�rials, ec�ui�ment, systems, standards and workmanship as applied to tlae Woxk, and certain admunistrative requirements and procedural matters applicable thereto. Specifications may be specifically rnade a part of the Contract Dacuments by attachrnent or, if not attached, may be incorporated by reference as indicated in �lie Table of Coz�tents (Dxvision 00 00 04) of each Project. 61. Subcant�actor—An individual or enrity having a direct contract wifh Contractor or wiih any ather Subcontractor �or the perfor�nance of a part of the Woxk at the Site. CiTY OF FORT WORTH STANDARD CONSTRLTCTIdN SPSCIFICATION DOCUIVIBNTS Revision: Maa;h 9, 2020 oa�aoo-i GENERAL CONDITIONS Page 6 of 63 62. Sub�nittals—All drawings, diagirazxzs, 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 Worl�. 63. Successful Bidder The Bidder submitting the lo�c�vest and most responsive Bid to vsrhom City makes an Award. 64. Superintendent — Th� representative oi the Contractor who is available at all times and able to receive znstzuctions from the City and to act for the Contractor. 65. Supplementary Conditions That parrt of the Contract Documents which arnends or sup�Iements these General Conditions. b6. Supplier A manufacturer, fabricator, supplier, distributor, materialman, or v�ndor having a dzreci con�raci with Contractox or with any Subcontractar to f�rnish materials or equipment io be incoxporated in ih� Work by Contractor or Suhcontractor. 67. Underground Facilities—A�1 underground pipelines, conduits, ducts, cab�es, wires, �aanhoXes, vaults, ian�Cs, tunne�s, ox other such facilities or attachments, and any encasements containing such facilities, including but not li�ited to, those that cozzvey eJ.ectricity, gases, stearn, liq�id petroleum products, telephone or oth�r communications, cable television, wate�, wastewater, stox-irx� water, otixer liquids or chemicals, or traffic or other control systems. 68 Unit Price Work�e� Paragraph 11.03 of these General Conditions for definition. 69. Weekend Working Hours — Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday oz legal holiday, as approved in advance by the City. 70. Work—The entire constn�ct�on or the various separately identifiable parts thereo£ required to be provided under the Contract Documents. Work includes and is th� r�sult of per�ornling or providing all labor, services, and documentatzon necessary to pxoduce s�ch construc�ion including any Change Order or Field Order, and farnishing, insta�ling, and incorpozatzx�g all materials and equipanent into such construcYron, all as required by the Contract Docu�n�nts. 71. Warking Day -- A working day is defined as a day, not incl�tding Saturdays, Sundays, or legal holidays auihorized by the City �or contract p�uposes, in which weather or ather conditions not under the control of the Contracior will �errnit the p�rforrnance of the principal unit oi work underway for a continuous periad of not less than 7 hours betvc�een 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 WOR'I'H STANDARD CONSTRiICTION SPEClFICATIQAI DpGUMENTS Revisian: Mmch 9, 2020 00 �z oo - i GENERAL C�NDITIONS Page 7 of 63 1. The Contract Documents include the tez-rn.s ��i1S �10WeC�," "3S 3�1�]TOVOCl," "a5 OPC��TECI," "&5 dzrected" ar terms of like ei%ct or import to authoriz� an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or irr.�port are used to describe an action or detern�ination of City as to the Wark. It is int�nded that such exercise of professional judgrnent, actzon, or deterrz�znation wili be solely to evaluate, in �eneral, the Work for compliance with the information in i11e Contract Dacuments and with the design concept of ihe Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a speci£ic staiement indicating otherwise}, C. Defective: 1. The word "defective," �;vhen rnodifying the word "Wor�," refers to Work that is unsatisfactory, faulty, ox deficient in that it: a. does not con%rm to th� Contract Documents; or b. does not meet the requirement� of an� applicable inspection, xeference staz�dard, test, or approva� referred to in the Contract Documents; or c, has been damaged prior to City's written acceptance. D. Furnish, Install, Perforjn, Provide: 1. The word "Furnish" ar the word "�stall" or tl�e word "Perform" or the word "Provide" or tbe woxd "Supply," or any combination or similar directiv� or usage thereof, shall mean furnishing and incorparating in the Work including all necessary labor, mate�als, equipment, and everytY�ing necessary to perform the Work indicated, unless specifically limiied in the context used. E. Unless stated otherwise in the Contract Docuzxze�ts, woxds or phrases that have a we�l-known technical or co�nsiruction industry or trade meaning are used in the Contract Documents in accordance wrth such recognized meaning. ARTrCLE 2 — PRELIlVIINARY MATTERS 2.OJ Copies of Documer�ts City shali furnish to Contractor one (1) ariginal executed cop� and one {1) electronic copy of the Contract Documents, anc� four (4} addrtional copies o� the Drawings. Addit�onal copies will be fut•nished upon request at the cast of reproduction. 2.02 Commencement of Contract Tinze; Notice to Proceed The Contract Ti�me wiil cammence to run on the day indicated in the Notice to Proceed. A IVatice to Proceed may be given no earli�r than 14 days after the Effec�ive Date of the Agreement, unless agreed to by both parties in writing. CTI'Y OF FORT WORTH S'PAIVI)ARI}CONSTRUCTION SPECIFTCATION DOCUMENTS Kevision: Ivluch 9, 2f71� 00 72 00 - 1 G�N�RAL COND171QNS 1'age 8 of 63 2.03 Starting the Work Contractor shall start to p�rform the Work on the date when ihe Contract Time commences io run. No Wark shall be done at�the Site prior to the date on which the Contract Tirne commences to run. 2.04 Before Starting Canstruction Baseline Schedules: Submit in accordanc� with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor sk�a1I attend a Preconstnactzon Co�ference as specified in the Contract Documents. 2,06 Public Meeting Contractor may not mobilize any equipment, mate�als or resources to the Site pz�ar to Contractor attending th� Public Meeting as scheduled by ihe City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor untii acceptable schedules are sub�x�itted ta City in accordance with the Schedule S�ecification as provided in the Contract Documents. ARTICLE 3— CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 rntent A. The Contract Docurnents are com�lementary; what is required by one is as binding as if required by all. B. Tt is the intent of the Contract Documents to descz�be a fiznctionai�y conapieie project (or part thereof) to be constructed i� 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 wh�ther or not specificaIly called for, at no additional c.ost to City. C. Clarifications and intezpretations of the Contract Doc�nents shall be issued by City. D. The Specificatxons may vary in form, �oxmat and style. Sozx�e Specification sections may be written in varying degrees oi streamlined or declarative style and some sections may be relativeXy narrative by comparison. Omission of such words and phrases as "Y�ie Contractor shaIl," "in GOXl�Ox1111t� Wlt�l," ��a5 S�OWl7," Ox ���5 5j]eCI�3eCl" �E intentional lIl strearnlined sections. Omitted words and phrases shall be su�plied by inf�rence. Similar types oi provisions may appear in variaus parts of a seciion or articles within a part depending on the forrnat of the G1TY OF FORT WOIZTH STArTDAAD CQ31S'I'RUCTION SYECIFICATION IaOCUME�T'I'3 Revision: Ma�r.h9,2D20 � oo�zao-t CaEf�lERAL CON[]ITIO�IS Page 9 of 63 section. The Contractor shafl not take advantage of any variation of form, format or style in making Contract Claims. E. Tkae cross refexencing of specificat�an sections under the subparagraph heading "Related Sectians include but are not necessarily Iirruted to:" and elsewhere within each Specification sec�ion is prov�ded as an aic� and conveniez�ce to the Contracior. T'he Cantractor shall not rely on the cross referencing provided and shali be responsible to coordinate the entire Wark under the Contract Docurnents and provide a cornplete Project whether or not the cross re£exencing is provided in each section ox whethex or not the cross referencing is complete. 3.02 I2eference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, maz�uals, or codes o£ any technical society, arganization, or association, or to Laws or Regulations, wheth�r such r�ference be s�ecifie or by irnplieation, shall mean the standard, speci�ication, manual, code, ar Laws or Regulations in effect at the �irne of opening of Bids {or on the Effective Date of the Agreement if there were no Bids}, except as rnay be otherwise specifically stated in the Contract DocuFnents. 2. No provision of any such standard, specification, manual, or code, or any instructaon of a Suppiier, shall be e�fective to change the duties or responsibilities of City, Contractor, or any af their subcontractors, consultants, agenis, or employees, from those set �orth in the Contract Dacuments. No such provision ax znstz-uction sha�l be effective to assign to City, or any of its afficers, clirectors, members, partners, �rnplayees, agents, consultants, or subcontractors, any duty or autharity to supervise or direct th.e perfoz-arzaance of �e Woz-k or any d�aty or author�ty to undertake responsibility inconsistent with the provisions oi the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Dncuments Before �Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and coznpare the Contract Documents and check and verify pertinent figiu�es there�n against all applicable field measuremenis and conditions. Contractar shall promptly report in wr�ting to Cit� any conflict, error, ambiguity, or discrepancy which Cont�actor discovexs, ax has acival knowledge of, and shall obtain a wz-�tten interpretation or clari�cation from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contrcact Documents During Performance of Work: If, during t�ie performance af the Work, Contractar discovers any conflict, error, ambiguity, or discrepancy within the Con�ract Documents, or between the Contract Docuzxzents and (a) any applicable Law or Regulation ,(b) any staz�daz�d, specx£ication, rnanual, or code, or (c} any instruc�ion oi any Supplier, then Contractor shall prompfily report it to City in writing. Cantractor shall not proceed with the Work affected thereby (except in an ezxzergency as requiz-ed by Paragraph Cl'I'Y OF FORT WpR7'�I ,STANDARD CONST12LfCTION SPEC]k�CA'I'IO�T DpCT JIVIENTS Revision: Mair.h 9, 2020 00 �z oo - i GENEFtAL CONDITIDNS Puge 10 af 63 b.17.A) untzl a� amendrr�ent 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, azxzbiguity, or discrepancy in the Contract Docuznents urr�ess Contractor had actual knowledge ihexeo�. B. Resvlving Discrepancies: 1. Except as may be otherwise speci�'ically stated in the Contract Documents, Yhe provisions of the Contract Docurnents shali tal�e precedence in resolving any conflict, ezrox, amb�gUzty, orr d�screpancy between the provisions of the Contract Documents and the provisions oi any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference zn ihe Cozztxact Docunaents). 2. In case of discrepancies, �gured dirnensions shall govern over scaied dimensions, Plans shall govern over Specifications, Supplementary Conditions shall gavern �ver GeneraZ Canditions and Specrf cations, and qnantities shown on the Plans shall govern over those shown in the pxoposai. 3.04 Amending and Supplementing Contract L?ocuments A. The Contract Documents may be amended to provide for additions, deletions, and xevisions i�. the Wor� ox to znodz�y the terms and condiiions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and devia�ions in the Work not involving a change in Contract Price or Cantract Tizx�e, may be autho�ized, by one or more of the foilowing ways: � . A Ficld Order; 2. City's review of a Submzttal (subject to the pravzsians a� �aragxaph 6.1$.C); or 3. City's written interpretation ar clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acqnire any t�tle io or ownership rights in any af the Drawings, Specifications, or at�er documents (or copies oi any thereofl prepared by or bearing the seal of Engineer, including electronic media ediYions; or 2, reuse any such Drawings, Specifications, other documents, or copies thereof o�. extensions of the Project or any other project without written consent of City and sp�cific writt�n verification or adaptation by Engineer. crrx o� �o��r woz��rr-z sTarrn�ncorrsrxucrioN sP�c�c�,�orr nocv�rrrs Revision: Maich 9, 202(J 00 72 00 - 1 CEf�ERAL CONDITIONS Yage 11 of G3 B. The prohibitions of t�us Patagraph 3.05 wzll sur�ive final payment, or termination of f:he Contract. Nathing herein shall preclude Contractor from r�taining co�i�s af the Contract Documents for record purposes. 3.06 Electronic Data A. Unl�ss ott�erwise stated in the Supplementar� Conditions, t;he data furnished by City or Engineer to Contractor, or by Co�tractor to City or Engineer, that may be relied upon are limited to the printed copies included in ihe Contract Documents {also known as hard copies) and other S�ecificatians referenced and lacated on Yhe City's on-line elect�onic document management and collaboxatian system site. Fi�es in electronic media fa�nat oi text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any canclusion or information obtained or derived from such electronic files will be at the usex's sole x-i.sk. If �ere is a ci.iscxepancy between the el.ectrozazc £'zles and the hard copies, the hard copies govern. B. When transferring documents in electronic r�edia format, the transferring party makes no repr�sentations as to long term compatibility, usability, or readability of documents resulting frozx� the use of software application packages, operating sysiems, or camputer hardware differing from those used by the data's creator. ARTICLE 4— AVAILASILITY OF LAND�; �USSi]RFACE AND PHYSICAL CONDTTIONS; HAZARDOUS ENVIRONMENTAL CONDITION�; REFERENCE POINTS �.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractox o£ any encumbrances or restrictians not of general application but specifically r�Iat�d to use of the Site with which Contractor muSt cornply in perforrning the Work. City wiIl abtain in a timely manner and pay for easements for permanent stzuctuxes or perrnanent changes in existing facilities. The City has obtained or anticipates acquisition of andlor access to right-of-way, andlor easements. Any outstanding right-of-way az�d/or easernents are an�icipaied to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the C�ntractor in accordance with the Confract Documents must consider any outstanding right-of-way, andlor easenaents. 2. The City has or ant�cipates removing and/or relocating utilities, and obstnictions to the Site. Any outstanding removal or relocation of utilities or obstructions is ant�cipated in accordance with �1ie scheduie set �orth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance wiih the Contract Dacuments must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable w�itten xeq�est, City shall furnish Co�tractor wi#1i a current statement of record legal t�t1e and Iegal descrigiion of the lands upon which ihe Wark is to be �erformed. C1TY OF FORT WORTH STANI�AAD CONSTRUCTION SPECIFTCATIDiY DOCUMENTS Revision: M<uch 4, 2020 007200-1 GEiVERAL CONDITIONS P��e 12 of 63 C. Contractor sk�all pxovide for all additional Xar�ds and access thereto that �nay be required for constr�zction �acilities or storage of rnaterials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions iden�ify: 1, those reports known to City of explorations and tests oi subsurface conditions at or contiguoUs to the Site; and Z. those drawings known to Ciiy of physical conditions rrelating to exisi��g surface ox subsurFace structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may reiy up�n the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contzact Docu�ments. Such "technicai data" is identified in the Supplementary Canditions. Contractor may not make any Contract Claim against City, or any af their officers, directors, members, partners, ernployees, agents, consuttants, or subcontractors with respect to: 1. the coznpleteness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects oi the means, methods, techniques, sequ�nces, and procedur�s of construciion to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpreta�ions, opinions, and information contained in such r�ports or shown or indicated in sucn drawings; or 3. any Ca�ztractar interpretation of or conclusion cirawn from any "techrucal data" or any such other data, interpretations, opinions, or information. 4.03 - Differing Subsurface vr Physical Conditions A. Notice: �£ Co�tractor believes that any subsurface or physical condition that is uncovered or rev�al�d either: 1. is of such a nature as to esfablish that any "technicai data" on which Contractor is ent��led to xely as pzovided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in ihe Contract Documents; or 3. differs materially from that shawn ox zndicated in tk�e Coniract Docu�nez�is; orr 4. is of an unusual nature, and differs materially frozn condations ozdi�a�ly encountexed az�d ge�erally xecognized as inherent in work of the cha.raeter provided %r in the Contract Docurnents; C�'X OP FOI2T WORTH STANI7AC� CONSTI2UCTTON SPEL`ZFTCr1'�'IO1V DOCUMENTS Revision: Macr.h 9, 2D20 00�2oo-i GENERAL CONDITIONS Puge 13 uf 63 then Contractor shall, prompt�y after becoming aware thereo� and befare further cl�sturbing the subsurface or physical condi�ions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writ�ng about such condition. B. Possible Price and Time Adjustments Contractor shail not be entit�ed to any adjustment in the Contract Price or Contract Time if: I. Contractor knew of the existence of such conditions at the time Contractor made a final cammitment to Ciiy vvith respect to Contract Price and Contract Time by the submission o� a Bid or becozx�ing bound under a negot�ated contract; or 2. the existence oi such condit�on could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor faxXed io give tl�e wz�itten notice as �equired by Paragraph 4.03.A. �.04 Underground Facilities A. Shown or Indica�ed: The it�formation and data shovc�n or indicated in the Contract Dacuments with respect to exist�ng U�dexground Facxlities at or contiguaus to the Site is based on i��o�xx�ation and data furnished to City or Engineer by the owners of such Underground Facilities, i�cluding City, or by othexs. Unless it is othe�-wise expressly pxovided in the Supplezxzez�tary Conditions: 1. City and Engineer shall not be responsible for the accuracy or cornpleteness of an� such iz�fo�-naataon or data pxovided by others; and 2. th� cost of alI of the following will b� included in the Contract Price, and Contractor sha11 have full responsibility for: a. reviewing and checking all such information and data; b. lacating all Underground Facilities shawn or indicated in the Contract Docurnents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and pratection of aI� such Underground Facilities and re�airing any damage thereto result�ng from the Work. B. Not Shown or 1'ndicated: 1. If an Underground Faeility whieh conflicts with the Work is uncovered or revealed at or contzguous to the Site which was noi shown or indicated, or not s�own or i�dxcated wit� reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before fi�rther disturbing conditions affected thereby or perfarn�ing any CTI'Y QR FORT WOR'I'f{ S'I'ANT]ARDCONSTRiTCT[0(�T SPECiF[CATCON DOGUMENTS Revision: March9, 2020 00 7z oo - i GENERAL CONDIT]ONS Page 14 of b3 Wox� in con�ectzon therewiih {except zn an ezxzergency as rrequixed by Paragraph 6.17.A), identify the owner of such Undergraund Facility and give notice to that owner and to Ciiy. City will review the discoverea Underground Facility and detertnine the extent, if any, to which a change may be required in the Contract Documents to refleci and docuzxae�t the consequences of the existence or location oi the Underground Facility. Contraciar shall b� res�ansible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is :reqn�red, a Change Ordex zxaay be issued to reflect and document such consequences. 3. Verification of existing uiilities, structures, and s�rvice lines shall incIude notification of all utility companies a rnuumum of 48 hours in advance of const�ruction including exp�oxaioxy 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 Contractax io pxoceed wxth the Work. City will provide construction stakes ar other customary method oi marking to establish line and grades for roadway and utility consYxuc�ion, cenYerlines and benchmarks far bridgework. Contractor snaIl protect and preserve the established reference points az�d pxoperty moz�uznents, and shall make no cl�anges or relocations. Contractor shail report to City whenev�r any reference point or �roperty monument is lost or destroyed or requires relocation because of necessary cY�anges in grades or locaiions. The City shaIl be xespoz�sible £ox tl�e z'eplacement ar relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shali notify City in advar�ce and with suf�cient 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 em�layees, the full cost for replacing such points p�us 25% will be charged agaznsi the Contractox, and the �uli arzaount will be deducted fronn payxxzent due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those xeports a�d drawings known to City relating ta Hazardous Environmenial Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor rnay rely upon the accuraey of the "technical data" contained in such reports and drawings, bui such reports az�d drawings are nat Contxact Documents. Such "technical data" is identifed in the Supplementary Conditions. Contractor rnay noi make any Coniract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractorrs with xespect to: 1. the completeness of such z'eports and drawings for Contractor's purpases, including, but not limited to, any aspects of the trieans, meihods, techniques, sequences and procedures of CT'1`Y OF FOR'T WOR'� 3TANDARD CONSTftTiCi'ION SYLCTAICATION ]�OCUMEN'i5 Revision: MatcU 9,2020 00 72 00 - 1 GENERAL CONDfTIONS Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident th�reto; ar 2. othex daia, interpretatzons, opzn�ons and in�oxmaizon contained in such reports or shown or indicated in such drawings; ar 3. any Contractor interpretation of or conclusion drawn from any "technical data" ar any such ot�er data, intezpretations, opinions ax i�n�oz-mation. C. Contractor sha11 not be res�ansi.hle for any Hazardous Environmental Condition uncavered or re�ealed at the Site which was not shown or indicated in Drawings or Specifications or iden�fied in the Contract Documents to be within the scope of the Wark. Contractor shail be responsible fo�- a Hazardous Environmental Condition created with any materials brougl�t to the Site by Contractor, Subcontractars, Suppliers, or anyone else for whom Contractor is responsible. D. �f Contractor encounters a Hazardous En�ironmentai Condition or if Contractor or anyone %r whom Cantractor is responsible creates a Hazardous Environmental Condition, Contractor shall im�nediately: (i) secure or otherwise isolate such conditran; (ri) stop all Work in connection with such condition and zn azay area affected thereby (except in az� e�mergez�cy as xequzxed by Paragraph 6.17.A); and (iii) notify City {and prornptly th�reaft�r confirm such notice in writing), City may consider the necessity to retain a qualified expert to evaluate such condition or take canrecti�e action, if any. E. Contractor shall not be required to resurne Work in connec�ion wif� such condi�ion or in any affected area Until after City has abtained 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 conditians under which such Work may be resumed. F. If after receipt o� such written notice Contractor does not agree to resume such Work based on a xeasonable belzef zt is unsafe, or does not agree to resume such Work under s�.ch special canditions, then City may order the portion of �e Work that is in tl�e area affected by such candition to be deleted from the Work. City may have such deleted portion of the Work per£ormed by City's ourn forces ar others. G. To the f'ullest e.xtent permitted by Laws arad Regulations, Contractor shall indemnify and hold harmles,s City, from and against all claims, costs, losses, and damages (including but not limited to ald fees and charge,s of engineer,s, architects, attorneys, and other professionals and all court a�' arbitration or other dispute resolution costs) arising out of ar relating to a HaZardous Environmentai Condition created by Contractor or by anyone far wham Contructar 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 ar entity's o�vn negligence. H. Th� provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply ta a Hazardous En�ironrnental Conditron uncovered or reuealed at the Site. c� o� �o��r woz��z STANDAIt17 CO1VS`1'12UCT10N Sl'�Cl�'TCA'T'TON IJOCLJI�?NTS Revision: Ma�h 9, 202[) OD 72 p0 - 1 GENERAL COiVDITIONS Page lb vf63 ARTICLE � �- BONDS AND INSURANCE 5.01 Licensed Sureties and 1"nsurers All bonds and insurance required b� the Contract Documents to be purchased and maintained by Contractox shall be obtained from su�reiy ox insurance companies that a�re duly licensed ox autho�ized in the State oi Texas to issue bonds or insurance policies for the Iimiis and coverages so required. Such s�rety and insurance com�anies shall also meet such additional requirements a�d c�ualifications as may be provided zn the Supplexxaezziary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shali furnish perFormance and payment bonds, in accordance c�viYh Te�as Governmeni Code Chapter 2253 ar successor stat�.ite, each in an amount equal to the Contract Price as security far the faithful performance and payment of all of Contractor's obligations nnder the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Cantract 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 daie of Final Acceptance by the City. C. All bonds shall be in tk�e fox� pxescribed by the Contract Documents except as provided otherwise by Laws or R�gulations, and shail be executed by such sureties as are named in the list af "Companies Holding Certificates of Authority as Acceptable Suret�es on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by . the Financial Managemcnt S�rvice, Svrety Bond Branch, U.S. Department of the Treasury. All bands signed by an agent or attortiey�in-fact must be accompanied by a sealed and dated power of atiozney which shall show that it is eifective on the daie the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bat�krupt or becomes insolvent or its right to do business is terzninated in the Staie o� Te�as ox zt ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly natify City and shall, within 30 days after the event giving rise ta such notification, provide another bond and sureiy, both of vvhich shall comply vvith the requirements of Paragraphs S.Q1 and 5.02.C. 5.03 Certifacrxtes of Insurance Contractor shall deliver to City, with copies to �ach additianal insured and loss payee ideniified in ihe Supplementary Conditions, certificates of insurance (other evidence of insurance xequested by City oz any other additional insured) in at least the minimuzx� amount as speci�ed in the Supplernentary Conditions which Contractor is required to purchase an� maintain. 1. The certificate of insUzance shall docu�ent the City, and� all identified enti�ies named in the Supplex�aeniary Conditians as "Addit�onal �nsured" on all liability policies. crry oF Fo�z� wau�rx STANDARD COIVSTI2UC1'ION SPEC�CAT[ON DOCUMF.NTS Revision: Mairli 9, 2020 OU7200-1 GENERAL CONDITIONS Page 17 of b3 2. The Contractor's general Iiability insurance shall include a, "per project" or "per location", endorseza�ent, which shali be identified in the cerLificate oi insurance provid�d to the City. 3. The certificate shall be signed by an agent authorized to bind cov�rage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as Iisted in the c�urent A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed andlor appro�ed to do business in the Staie of Texas. Except for workers' compensat�on, all insurers must have a minimum rating of A-: VII in the curren� A. M. Best Key Rating Guide or have reasonably equrvalent financial strength and sol�ency to the satisfaction of Risl� Management. If the rating is belaw that required, written approval oi City is required. 5. All applicable policies shall include a Waiver of Subrogatian (Rights of Reco�very) in favor of the Crty. In addition, the Contractor agrees to wazve all r�ghts of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplern�ntary Conditions 6. Failure of the City to demand such cerYificates or other evidence of full co�xaplzance with the ins�urance xequirements or failure of the City to identi�y a deficiency from evidence that is provided shall•not be construed as a waiver of Contractor's obligation to maintarn such li�es of insurance coverage. 7. If insurance policies are not writt�n for s�ecified coverage limits, an Umbrella ar Excess Liability insurance �or any differences is required. Excess Liability sha11 follow form of the primary coverage. 8. Unless otherwise stated, all rec�uired insurance shall be vcrri�ten on the "occurrence basis". I£ coverage is underwritten on a elaims-made basis, the retroactive date shall be coincident with ar prior to the date oi the effective dat� of the agreernent and the certificate o� insurance shall state that the coverage is claims-made and the retzoacti�e date. The xnsurance coverage shall be maintained £oz- the duration of t1�e Contract and for three (3} years following Final Acceptance provided under the Contract Dacuments or for the warrant� period, whichevez is longer. An annual certrficate of insurazace submitted to the City shall evidence such insuraz�ce covexage. 9. Policies shall have no exclusions by endorsements, which, neither nu]Iify ox aznend, the required lines of co�erage, noz decrease the limits of said coverage unless such endorsements ate approved in writ�ng by the City. In the event a Contract has been bid or executed and the exclusions are d�termined to be unacceptable or the City desrres additianal insura�ce covexage, and the City desires �e contractoz/engineer to obtain such coverage, the contract price shall be adjusted by the cost of tl�e premium for such additional coverage plus 10%. 14. Any self-insured retention (SIR), in excess af $25,000.aa, affecting required insurance caverage shall be approved by the Czty in regards io asset value and siockholders' equity. In C1TY OF FORT WOATFI STANllARD COIVSTRUCTION SPFCIFTCATIOiV DOCUMENTS Re�ision: Mazch 4, 2020 DD 72 00 - 1 CENERAL CONDITIONS Page 18 of b3 lieu of traditional insurance, altemative coverage maintained through insurance pools or x-is� retention gzoups, must also be approved by City. 1 L Any deduciible in excess of $5,04a.00, �or a�y policy that does not provide coverage on a first-dollar basis, must be accepiable to and approved by the City. 12. City, at its sole discretion, reserves the right io r�view the insurance requirements and to rx�ake reasonable adjustnnents to insurance coverage's and their Iimits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the indusi:ry as �rell as of the contracting party to the City. The City sha11 be required ta provide pr�oz �oiice o£ 90 days, and the insurance adjustrnents shall be incorporated into the Wark by Chang� Ord�r. 13. Ciiy shall be entit�ed, u�on written request and without expense, ta receive copies o£ policies and end.orse�xaents t�exeto a�rzd zxiay make any reasonable requests for deletion or revision or modifications of particulax policy te�s, conditions, limitations, or e�clusions necessary to conform the policy and endorsernents io the requirements of the Contract. Deie�ions, z'evzsxoz�s, or modificatrons shall not be required wher� policy provisions are established by law or regulations binding upon either party ox the anderwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Cantractor's insura�zce. 5.04 Contractar's rnsurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with lizx�uts consistent with statutory benefits outlinea in the T�xas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and zxzinuzxiu�m limits for Employers' Liability as is appropriate for the Work being performed and as will provide proteciion from claims sei �orth below which may arise out of ar result from CanYractor's performance of the Work and Contractor's other obligaiions under the Contract Dacuments, whether ii �s to be pez�ormed by Contractor, any Subcontractor nr Supplier, or by anyone directly or inciirec�ly employed by any of them to pe�£orm any of the Woz�C, or by anyone for whose acts any of thern rna� be liable: 1. claims under workers' compensation, disabilzty benefits, and other similar employee beneft acts; 2. clairz�s �ox daznages because o� badily injury, occupa�ional sickness or disease, or death of Contractor's employees. B. Cofnmercial General Liability. Coverage shafl include but noi be limited to covex-ing l.iabiliiy (bodily injury or property damage} arising from: premiseslop�rations, independent contractors, products/completed operations, personal injury, and liability unde�r an znswred contract. Ins�yrance shall be provided on an occurrence basis, and as comprehensive as the current �t�suraz�ce Services Ofr�'ice {ISO) policy. This insuxance shall apply as primary insurance with respect to any other crr� o� �o�z�r vvoxmx STANDAILD Cdi+lSTRUCTION SPECIFICATION DQCUML+NTS Revision: Nlaich9,2020 oo�zoo-i G�NERAL CONDITIONS Page 19 of 63 insurance or self insurance programs af%rded to the City. The Comrnercial Genexal Liability policy, sha11 have no exclusions by endarsements that would aJ.ter of nullify premises/operations, products/compiefed operatioz�s, contractual, personal injury, or advertising injvey, which aze normally contaaned with the policy, unless the City approves such exclusions in wx-itang. For construction prajects that present a substantial completed operation exposure, the City may require the contractor ta maintain campleted operations coverag� for a minimum of no less tban three (3) years �ollowing the campletion of the project (if ideniified in the Supplem�ntary Conditions}. C. Autornobile Liability. A comrnercial business auto �olicy shall provide coverage on "any auto", defined as autos owned, hired and non-ow�ed and provide indemnity for clairns for damages because bodily injuxy ox death of any person and or property damage arising out of the work, zxzaxntenance or use of any motor vehicle by the Contractor, any Subcantractor or Supplier, or by anyone directly or indirectly employed by any af them to per%rm any of th� Work, ar by anyone for whose acts any o£ them may be liabie. D. Railroad Protective Liability. If any of the vcrork or any warranty woxk is within the limits of railroad right-of-way, Y.he Contractorr shall comply with the requirements identified in the Supplementary Conditions. E. Notificatian of Policy Cancellation: Contractor shall i�az�nediately notify City upon canc�llation or other loss of insurance coverage. Contractor shall stop work until reglacement insurance has been proeured. There shall be no time credit for days not wox�ed puxsuant ta this section. 5.45 Acceptance of Bonds and Insut-ance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or ins�rance required to be purchas�d and rnaintained by the Contractox in accordance with Article S on the basis af nan-conformance with tYze Contract Documents, the City shall so notify the Contractor in writing within J.0 Business Days after receipt of the certificates (or other evidence requested). Contractor shail provide to the Cit�r sucY� additional zn£oxr�ation in respect of insurance provided as the City may reasonably requesi. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Doc�m�nts, 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 th� required coverage. ARTICLE 6 — CONTRACTOR'S RESPONSIBILITIES 6.41 Supervision and Superintendence A. Contractnr shall supervise, inspect, and direct the Work competently and efficiently, devoting suc� attention thereto and applying such skills and expertrse a,s may be �zecessary to perform t11e Work in accordance with the Coni�'act Documents. Cant�actox sf�a.11 be solely responsible for the means, methods, tecY�niqnes, sequences, and procedures of construc�ion. CPI`Y OF FORT WORTH S'IANI}ARD CONSTRLiCTiON SPECIFiCATi01� DOCCJMENTS Revision: Mazch9,2(J20 00 72 00 - 1 GENERAL CONC1fT]ONS Page 20 af 63 B. At all Y�mes during the progress of th� Work, Contractar shal� assign a competent, English- spea�rng, Superintendent who shall not be replaced without written notice to City. The Superintendent wil� be Contractor's representative at the Szte and. shall have authority to act on behalf of Contractor. All communicat�on given to or received from the Superintendent shall be bindin� on Contractor. . C. Contractor shall noizfy the City 24 hou.rs prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified persoru��l to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and arder at th� Site. B. Except as otherwise required �or Yhe safety or protection of p�rsons or the Work or property at ihe S�te ox adjacent t�erreta, and except as otherwise stated in the Contract Doc�unents, aIl Work at the Site shall be performed d�aring Regular Warl�zng Hours. Contractor wzll �ot pezxxvi the perFormance of Work beyond Regular Working Hours ar for Weekend Working Hours without City's written consent (which will not be unreasonably �rithheld). Written request (by letter or electronic com�nunication) to per�onn Work: 1. for beyond Reguiar Working Hnurs request must b� mad� by noon at least two (2} Business Days pz�ior 2. %r Weekend Working Hours request musi be made by noon af the preceding Thursday 3. for legal holidays request must be made by noon iwo Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Uniess otherwise specified in the Contract Documents, Contractor shall provide and assume iull aresponsibility for all services, niatezials, equipment, labor, transportation, constrac�ion equipment and machinery, tools, appliances, fuel, power, iight, heat, telephone, water, sanitary facilities, te�nporary facilities, and all other faciiities and incic�entals necessary for th� performance, Contractox requixed tesiing, start-up, and corn�le�ion of the Work. B. A11 materials and equipment incorporated into the Work sha�i be as speci£'ied ox, zf not specified, shall be of good qvality and new, excepi as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specificatrons shall expressly run to ihe benefit of City. If required by City, Contractor shail fur�ish satis£actoxy evide�ce (including reports af required tests} as to the sourc�, kind, and qualiiy of materials and equipment. C1TY OF FORT WORTH STANDARD CONSTRUCITON SPECIFTCATION DOCUMENTS Revisivn: Ma�ch 4, 2020 0072OD-1 GE�fERAt CONDITlO�1S Page 21 of b3 C. AlI materials and ec�ui�ment to be incorporated into the Work sY�all be stored, applied, instal�ed, connected, erected, protected, used, cleaned, and canditioned in accordance wi�h instructions of the applicable Supplier, except as oth�rwise may be provided in fhe Contract Docurrients. D. All it�ms of standard equipment to be incorporated into the Work shall be t.�e Iatest rriodel at the time of bid, unless otherwise specified. 6.04 Project S`chedule A. Contractor shall adhere to the �xoject Schec�ule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to tirne as provided belovv. 1. Cantractor shall submit to City for acceptance {to the e�tent indzcated in Paragraph 2.07 and the General Requiremenis) proposed adjustz�nents in the Project Schedule that wi11 nat result in changing the Contract Time. Such adjust�nents will cornply with any pro�visions of the General Rec�uirements applicable Yhereto. 2. Contractor shall suba�xiut to City a�onthly Project Schedule with a monthly progress payment for the duration of the Contract in accordanc� with the schedule specificatian 01 32 16. 3. Proposed adjustments in the Project Schedule that wi]I change the Contxact Time sha11 be submitted in accordance with the requirements of Article 12. Adjustmenis in Contract Time may only be made by a Change Order. 6.OS Substitutes and "Or-Equals" A. Whenever an item of material or ec�Uipment is specifiec� or described in the Contract Documents by using the naine o� a proprietary item or the nazxze of a particUXar Supplier, the specification or desez-�ptian zs intended to establish the type, function, appearance, and quality rec�uir�d. Unless the specification or descrip�ion contains or is followed by words reading that no Izke, equi�alent, or "or-equa�" item or no substitution is permitted, other items of material or equipment af other Suppliers may be submitted to City for review under the circurnstances described belovv. "Or-Equal" Items: If in City's sole discrretion az� 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 requir�d, it may be considered by City as an "oruequal" item, in which case revieov and approval of �ie proposed item may, in Czty's sole discretion, be accamplished withaut compliance with some or alI of the requirements for approval of proposed substitute items. For the purposes of this Paragra�h 6.OS.A.1, a proposed item o� material or equiprnent r�ill be �onsidered funct�onaliy equai to an ztem so named if: a. the City determines that: 1} it is at least equal in materials of construc�ron, quality, durabiliiy, appearance, strength, and design characteristics; CI'i'Y OF FORT WORTH STANDAI2D CONS`fRUCTIOl�i SPSCIFICATION DOCiiMI:NTS Revision: Mazch 9, 2020 00 �2 oa - � GENERAI. C4ND1TI0�15 Page 22 of 63 2) it will reliably perform at least equally well ihe function and achieve the resuits imposed by t�ie c�esign concept of the completed Project as a functioning whole; and 3) it has a praven recora of perFormar�ce and availability of responsive service; and b. Contractor certifies that, ii 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 d�tailed r�quirements of the item named in the Contract Documents. 2. Substitute Iterns: a. rf in City's sole discretion an item oi material or equipment proposed by Contractor does not qualify as an "ar-equal" item under Paragraph 6.OS.A.1, it may be submitted as a proposed substitute item. b. Co�tractor shall submit sufficient infannation as pravided be�aw to allow City to determine if the iiem of material or equipment proposed is esseniially equivalent to that �amed and an acceptable substitute thexefor. Requests for rreview of pxoposed substitute itenas of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shaIl make wr�tten application to City fnr review of a proposed substitute item of rnaterial or equipment that Contractox seel�s to fi�znish or use. The applica�ion: shall comply wiih Section 01 25 00 and: 1) shali certify that the proposed subs�itute item will: a) perform adequately the functions and achi�ve the rresults cailed fox by the generai design; b) be similar in substance to that specified; c) be suited to the same use as tlaai speci�ied; and 2) will state: a) the extent, if any, to wl�ich the use oi the proposed substitute item witl prejudice Contractor's achieven�ent of �inal cornple�ion on Yame; b) whether use of the pxoposed substituie item in the Wox� wzXl requzre a change zn any of the Contract Documents (or in the provisions oi any otl�er direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CTI'Y OP FORT WdRTH STANDARD CONSTRUC'I'ION SPECIFICATION DOCUMENTS Revision: Much 9, 2020 00 72 00 - 1 GENERAL CONDITIOIJS Yuge 23 of 63 c) whether incorporation or use of tl�e proposed subsiitute item in connection with the Work is subject to payment oi any license f�� or royalty; and 3) will identify: a) all �ariations of the proposed substitute item from that sp�cified; b) available engineering, sales, maintenance, repair, and replacement sezvices; and 4) shall contain an itemized estimate of aIl costs or credits that wzll result directly or zndarectly fram use of such substitute item, including costs of redesign and Damage Claims o� other contractors affected by any resulting change. B. Substitute Construction Methods orProcedures: If a specrfic means, method, techzazqne, sequence, or procedure of constzuctio�n is expressly required by the Cantract Documents, Cantractor may furnish ar utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient infozix�ataon to allow Czty, xn City's sole discreti.on, to detexmzne that the substitute proposed is equi�alent to that expressly called �or by the Contract Documents. Contractor shall make written application to City for re�iew in the same mar�ner as those pro�ided in Paragraph b.O5.A.2. G City's Evaluation: City wi11 be aliowed a reasonable time wi�liin which to evaluate each proposai or submittal made pursuant to Paragraphs 6.OS.A and 6.OS.B. Crty may require Contraciox to furnish additional data about the proposed substituie. City will be the sole judge of acceptability. Na "or-equai" or substitute will be ordered, installed or utilized until City's review is cornplete, 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 wri�ing of its detemlination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special pe�ozxxzance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly ernployed by them from and against any and all claims, damages, losses and expenses (including atiorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in eval�xatir�g a substitute pro�osed or submitted by Contractor �ursuant to Paragraphs b.O5.A.2 and b.OS.B. Whether or not City approves a substitute so proposed or submitted by Contractaz, Contracior may be required to reznaburse City for evaluating each such proposed subs�itute. Contractor may also b� r�quired to reimburs� City for ihe charges for making changes in the Contract Documents (or in the provisions of any other direct cantract with City) resulting frorn the accepta�ce of each proposed substitute. F. Contractor's Ea,pense: Contractor shall provide all data in support of an� proposed substitnte or "or-�ual" at Contractor's expense. Cl'I`Y OF FaAT WORTE-I STANDARD CONSTRUCTIQN SPECCFiCATION DOC[JMEN'I'S Revisian: M�ch9, 2020 00 �2 00 - i GENERAL CONDI�f[ONS Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a subst�tute shal� be incorporated to the Contract by Chang� Order. H. Time Extensions: No additional time will be granted for substitutians. 6.06 Concerning Subcontractors, Supplie�s, and Others A. Contractor shall �erform with his awn organization, work of a value not less than 35% of the value ermbraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any S�bcontraciox, Supplier, ox otk�ez zndividuai or entity, whether initially or as a replac�m�nt, against whom City may have reasonable objection. Contractor shall not be required to ernploy any Subcontractor, Supplier, or other individua� or entity to fiarnish or perForm any o� the Wor� against whozxz Coniractor has reasonable objection {excluding those acceptable to City as indicated in Paragraph 6.06.C}. C. The City rnay from time to time require the use of certain Subcontractors, Suppliers, or other indivxduals or e�tities on tk�e 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 participai�on by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide far a MBE goa.l, Contracior is required io cotnp�y with the inteni af the City's MBE Ordinanc� (as amend�d) by the following: J.. Contractor shall, upon request by City, provide complete and accurate information regarding actual wark gerformec� by a NB;E on t17e Contract and payment therefor. 2. Contrac�or will not make additions, aeletions, or substitutions of accepted MBE wiihout written coz�sent Qf the City. Any unjusiified change ox deietion skzal� be a nc�aterial breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contz�actor shall, upon xequest by City, allow an andit azadlor exazxu natzon of any books, records, or files in tl�e possession of the Contractor that will substantiaie the actual work performed by an MBE. Mater�al misrepresentat�on of any nature will be grounds for termina�ion of the Contract in accordance with Paragraph 15.02.A. Any snch misrepresentat�on may be grounds far disqualification of Contractar to bid on fiiture contracts with the City for a period of not Iess than three years. E. Contractor shall be fully xesponsible to City for aIl acts and omissions of the Subcontractors, Suppliexs, and other individuals ar entiiies pe�£oxrning or fii�zazshing any of the Worlc jnst as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Docuzrzents: CFI'Y OF FORT WORTH STAAiDARD COMSTRUC'I'ION SPECIFICATIOl�i D4CiJMENTS Revision: Mazch 9, 2024 00 72 00 - [ C,ENERAL CONDI�"IONS Page 25 of 53 1. shall create for the benefit o� any such Suhcontractor, Supplier, or oth�r individual or en�ity any contractual relationship between City and any such Subcontractor, S�ppiiex or othez individual or en�ity; nor 2. shall create any obligation on th� part of City to �ay or to see to the payrnent af any moneys due az�y such Subcontractox, Supgiiex, or other individuai or entity except as may othe�-wise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinatzng the Woxk of Subcontxacioxs, SuppIiers, and other individuals ar entities perfornung ar furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such otlier individuals orr entities pez�orming ox furnishing any of the Work shall cozx�uxannicate with City t�rough Contractox. H. Ali Wark performed far Contractor by a Subcontractor or Supplier will be pursuant to an appropriat� agreerrient between Contractar and the Subcontractar or Supplier which specifically binds the Subcontractox or SappIier ta the applicable terms and condi�ions of the Contract Documents for the bene�t of City. 6.07 Wage Rates A. Dr�ty to pay Prevailing Wage Rates. 'I"I�e Contractor shail comply with all requirements of Chapter 2258, Texas Go�vernment Code (as amended), including the payment of not less �an the rates detern�ined by the City Counczl of the City o� Fort Worth ta be the prevailing wage rates in accordance witl� Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violatinn. A Con#ractar or any Subcontractor who does not pay the prevailing wage shall, upon dernand made by the City, pay to the City $6Q for each warker employed for each calendar day or part of the day �at th.e wor�ex �s paid less thaz� �he pxevailing wage rates stipulated in tl�ese contract documents. This penalty shall be retained by the City ta ofFset its admit�istrati�e costs, �ursuant ta Texas Gavernment Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt o� in�ormation, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Go�ernment Code, by a Contractor or Sul�contractor, the City shall �x�a�e an iz�iiial detezxxaination, before the 31 st day after the date the City recei�es the infarmat�on, as to whether good cause exists to believe that ihe violation occurred. The City shall notify in writing fihe Contractor or Subcontractor and any affecied wox�er o� its inztia� detez7mination. IIpon the City's detezx�ainatian t�at there fs good cause to believe the Contractor or Subcontractar has violated Chapter 2258, the City shall retain the full amounts clairned by Y11e claimant or claimants as the difference betvveen vvages paid and wages due under the prevailing wage xates, such azxzou�ts being subtracted from successive progress payments pending a final deternunation of the violation. C1TY pF FORT WQRTH ST,A,Ni�A�t� CQIVS'1'ItUC'�ON SPECiFTCAT[ON DOCUMENTS Revision: Maich 9, 202D 00 72 00 - 1 GEN�RAL CONDITfONS Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issu� relating to an alleged violaiion of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shal� be submitted to binding arbitrat�on in accordance with the Texas General Arbitration Aci (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any aff�cted work�� does not resolve the issue by agreement before the 15th day after the daie the City makes its initial d.eterminaiion piirsuant to Paragraph C above. If the perrsons requixed to arbi�rate under this section do not agree an an arbitrator b�fore the 1 lth day after the date that arbitra�ion is req�ir�d, a distriet court shall appoint an arbitratar on Yhe petiYxon of any o� the persons. The City is not a party in tl�e arbitxation. The decision and award of tk�e arbi�ratox is fi�al and binding on all parties and may b� enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcon�ractor shalI, far a period of three {3} years �aliowxng the date o� acceptance of the wox�C, mazntain xecords that show {x) the name and accupaiion af each worker employed by the Contracior in ihe construction of the Work provided for in this Contract; and (ii} the actual per diem wages paid to each worker. The records shail be open at alt reasonable houzs foz i�speciion by the City. The provisions of Parra�aph 6.23, Rzght to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, vcrhichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the rec�uirements 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. Subcontr�ctor Com�liance. The Cantractor shall include in its subcontracts and/or shall dtherwise require all of its SubconYractors to camply with Paragraphs A through G above. 5.48 Patent Fees and Royalties A. Contractar shall pay all licens� fees and royalties and assume all costs incideni to th� us� in the performance of the Work or the incorporation in the Work of any inven�ion, design, process, prroduct, or device whzch is the subject of patent r�ghts or copyrights held by others. Tf a particular invention, design, process, product, or device is specified in the Contract Documents for use in the perFormance of the Worlc and if, to the actual kno�uvledge of Cit�+, its use is subject to patent rights ox capy�t�ghts callzng for the payment of any license fee ar royalty to athers, the existence of such rights shall be disclosed by City in the Contract Documents. Failure oi the City to disclose such information does not relieve the Contractar from its obligations to pay for the use of said fees or royal�ies to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemni,fy and hold harmless City, from and against all claims, costs, losses, cand 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 inciclent to the use in the performance of the Wor�k or resulting from CI'I`Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFTCATION DOCUMENTS Revisian: N�uch 9, 2iY10 00 72 OD - 1 GENERAL COND]TIQNS Page 27 of 63 the incorporation in the WoYk af any invention, desigrt, p�'ocess, pt'oduci, or device not specified in the Cvntract Documents. 6.09 Pe�rcits and Utilities A. Contractor obtained permits and licenses. Contractar shall obtain and pay �or all construction pertnits and licenses except t�iose provided for in the Supp�eznentary Condi�ions ar Contract Documents. City shali assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all go�ernmental charges and inspection fees necessary for the prosecution of the Work vvhich are appiicable at the tazr�e of openzng of Bids, or, if there are no Bids, an the Effective Date of the Agreement, except for pernuts provided by the Ciiy as specified in 6.09.B. City shall pay all charges of utility owners for connections for providing perrr�anent ser�ice to the Work. B. City obtained permits and licen,ses. City wili obtain and pay for all pernuts and lic�nses as provided �or in the Supplem�ntary Conditions or Cantract Documents. It vvill be the Contractor's responsibility to carry out the provisions of tY�e pex-rxai�t. If the Contractor xnitiates changes to the Contract and the City approves the changes, the Contractar is responsibie for obtaining clearances and coordinating with the appro�riate regulaiory agency. The City will not reimburse the Contractor �or any cost a�sociated with triese requirez�ents of any Czty acquired permit. The following are pern�its the City will obtain if rec�uir�d: 1. Texas Department af Transportation P��its 2. U.S. Army Corps of Engineers Pernlits 3. T�xas Commission on Enviranmental Quality Pertriits 4. Railroad Company �ezxaaits C. Outstanding permits anr.l' licenses. The City an�cipates acquisition of and/or access to permi�s and Iicenses. Any outstanding permits and licenses are anticipated to be acq�rired in accordanc� with tYae sck�eduZe set forth in the ,Supplementary Conditians. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding germits and licenses. 6.10 Laws and Regr�lations A. Contractor shall giv� all notices required by and shall cornply with all Laws and Regulat�ons applicable to the performance of the Work. Except where otherwise �xpressly reqUired by applicable Laws and Regulatians, the City shall not be responsible for monitoring Contractor's compliance with any Laws ar Re�alations. B. If Contractor perfonns any Worr� l�owing ox having reason to know thai it is contrary to Laws or Regulations, Coz�txactor shall bear all claims, costs, losses, and damages (including but not limited to ail fees and charges of engineers, architects, attorneys, and other professionals and all ci�rY o� rox�� wox� STANDARD CONSTRUCFION SPSCIFICATION DOCiIMENTS Revision:lVla�h 9, 2020 oo�2ao-1 GENERA� CONDITIONS Page 28 of 63 court or arbitration or oYher dispute resolurion costs) arising out of or rela�ing to such Work. Hawever, it sha11 not be Contz�aciox's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulat�ons, but this sha11 noi relieve Cantracioz' o� Contractor's obIigations under Paragraph 3.02. C. Changes in Laws orr Regulaiions not known at the time of opening of Bids having an effect on the cast or time of performance of ihe Wozk zxiay be the subject of an acijustment in Contract Price or Cantract Ti�ne. 6. l l Taxes A. On a contract awarded by the City, an organizaiion whzc� quali�es fox exe�nption pursuant to Texas T� Code, Subchapter H, Sectians 151.301-335 (as amended), the Contractor may purchase, rent or lease ali materials, supplies and equiprnent used or consumed in the performance of this contract by issuing to his supplier an exernptio� certificate in lieu of the tax, said exemp�ion certificate to comply with State Comptro�ler's Ruling .00'7. Any such exempt�on certi�icate issued. to the Contractor in �ieu of the tax shall be subject to and shall comply with the provision oi State Co�ptroller's Rulzz�g .011, and any other applicable rulings pertaining to the Texas Ta�c Code, Subcl�apter H. B. Texas Ta� permits and informa�ion may be obtained from: 1. ComptaroIlex o£ Public Accounts Sales Tax Division Capitol Station Austin, TX 787J ] ; ox 2. httg:l/www.w�ndow.state.tx.�a/ta�cinfo/t�forms/93-farms.html 6.12 Use of Site ancl Other Areas A. Limitation on Use of Site and OtherAreas: 1. Conlractor s1�all confine construction equipment, the storage of materiais and eyUxpxnent, ax�d the opera�ions of workers to th� Siie and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas r�vith construct�on equipment or other materials ar equipment. Contractor shall assume �uXX z'esponszbxlity for any damage to any such land or area, or io the owner or occupant ihereoi, or oi any adjacent land or areas resulting from the performance of the Woxk. 2. At any tizx�e when, �n ihe judgme�t o£ �e City, the Contractor has obstructed or closed or is carrying on operations in a�artion of a street, right-of-way, or easement greater tl�an is necessary �or proper e�ecution o� the Work, the City may require the Contractor to finish the sectian an which operation� are in pragress be�oz'e work is coxxutxzenced on any addi�ional area of the Site. CT'1 Y O�' FORT WORTH STANDARD WNSTRUCI`ION SPECIFiCATION DOCUMENT3 12evision: Macc�9, 2020 D0 72 00 -1 GENERAL CONDITIONS Page 29 of 63 3. Shou.Xd any Damage Claim be made by any such owner or occupant because af the performance of ihe Work, Contractar sY�a11 promptly att�rnpt to r�salve the Damag� Claim. 4. Pursuant to Paragraph 6.21, Cantractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damage,s aYising out of ar relating ta any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Remaval of Debris During Performance of the Work: Dtu'ing ihe progress of the Wark Cantractor shall keep the Site and other areas free from accumuiations of waste materials, rubbish, and ofiher debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicab�e Laws and Regulations. C. Site Maintenance Cleaning: 24 houzs aftex wriitez� notice is given to the Contractor that the clean-�xp on the job site is proceeding in a mann�r unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City zx�ay take such direct act�on as the City deezxas appropz�ate to coxz-ect the clean-up de£'tciencies cited io the Contraciox in the written notice {by letier or electronic communication), and the costs of such direct action, plus 25 % af such casts, shall be deducted frorn the monies due or to become due to the Cantractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean t1�e Site and the Work and make it ready �or uiilization by City or ad�acent property owner. At the completion of the Wor� Cont�actor sha11 rermove frona the Site a�l tools, appliarzces, constructzon equipment and machinery, and surplus materials and shall restore to original condition or better all property dist�rbed 3�y the Work. E. L,oading Structures: Contractor sha11 not load nor pennit any part of any strticiure to be loaded in any manner that will �ndanger the structUre, nar shaIl Contractor subject any part of the Work or adjacent property to stress�s or pressures that wz�1 endangex zt. 6.13 12ecord Documents A. Contractor shall maintain in a safe place at The Szte ox in a place designated by �e Ca�tx�actor and appro�ed by the City, ane (1} record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated ta show changes made during construction. These rrecoxd documents toge�lier with aIl approved Samples and a counterpart af all accepted Submitials will be available to Cifiy for re�erence. Upon completion of tt�e Work, these record documents, any operation and maintenance manuals, and Submiitals u�L1 be delivered to City prior to �'i�al �nspection. Contracior shal� zne�ude accurate locations for buried and imbedded it:ems. 6.14 Safety and Protection A. Contractor shall be solely responsible fox init�at�ng, �xaazntaini�g a�d supezvisiz�g all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontraciors of their responsibility for the safety of persons or property in the performance of their woz'k, nar for compliance with applicable safety Laws and Regulations. Cantractor shall Cl"I'Y OF FpRT WORTI�I S'1'ANT7ART]CONSTRUCTTON SPECIFTCATIDFV I�OCiTIvI�Id'I'S Revision: Macch 9, 2020 DO 72 DO - 1 CtiENERAL COND]TIONS Page 30 of 63 take all necessary precauiions for the safety of, and shall provide the necessary protection to prevent darnage, injury or Ioss to: 1. a11 persons on the Site or who may be affected by the Work; 2. a11 the Work and maierials and equipment to be incorporated therein, wheiher in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, �valks, pavements, roadways, structures, utiiit�es, and Underground Facilities not designated for removal, relocation, or replacement in the course of construc�ion. B. Contractor shall comply with all applicable Laws and Regulations reia�ing to the safety of persons or property, or to the pxotec�ion of persons or property from damage, inju�y, or loss; and shall erect and maintain al� necessary safeguards %r such saEety and protection. Contractor shall notify owners of adjacent property ana of Underground Faci�i�es and other utility owners vcrhen prosecu�ion of the Work may affect them, and shall coopexate with them in the protection, removal, relocation, and replacement oi their property. C. Cantractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specz�c xequire�xzents of Contractoz's safety prrogirazrz, zf a�y, with which City's employees and representatives musi camply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A3 caused, c�irect�y or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individua.l or ent�ty direc�ly ar indirectly emp�oyed by any oi them to perform any of tl�e Work, or anyone �or whose acts any of th�m may be liabl�, shall be remedied by Contractor. F. Contractor's duties and responsibilitzes for safety a�nd for protection of ihe Worrk shall contanue until such time as all the Work is complet�d and City lias acc�pted th� Work. 6.15 Safety Representative Contractoz shall i�orrn City in w�itzng o£ Contractor's designated safety represeniaiive at the Site. 6.�6 HaZard Communication Programs Contractor shall b� r�sponsible for coardinating any exchange of material safety data sheets or other hazard co�nmunication information required to be made available to ox exchanged between or among emplayers in accordance with Laws or Regulations. 6.17 Emergencies ancllor Reeti, fication A. Ita emergencies affecting the safeiy or protecrion af persans or the Work or property at the Site or adjacent thereto, Contractor is obiigated to act to prevent threatened damage, injury, or Ioss. Coniractor shall give City prompt vc+ritten na�ice if Contractor believes that any significant CTl'Y OF PORT WORTH STANDARD CONSTRUCTI03�! SPSC�TCA1iON DOCUMENTS Revision: Maich 9,2E)2D 00 �a oo - i G�N�RAL CdNDITIONS Page 3 ] of G3 changes in ihe Work or variations frQm the Contract Docurnents have been caused thereby or are required as a result thereof. If City deiezxnines that a change in the Contract Dacuments is required because of �ie act�an iaken by Contractor in response io such an emergency, a Change Order rnay be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or carrection necessary io conform with the requirements of the Contract Documents, the City shall give the Contracior written notice that such wark ar changes are to be performed. The written not�ce sl�all direct attention to �tie discrepani condition and request the Contractor to tak� remedial acfiion to correct the cont3ition. In Yhe event the Contractor does not take positi�e steps to fi�1�I� this wx-itten xequest, or daes not show just cause for not taking the proper action, within 24 I�aurs, the City may take such remedial action with City forces ar by contract. The City snall deduct an amount equal to Yhe entire casts for such remedial action, plus 25%, from a�rzy �unds due or become due the Contractor on the Praject. 6.1$ Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule o� Submittals (as required by Paragraph 2.07}. Each submittal will be iclentified as City may require. 1. Submit nuzxzber of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete wit1� respect to quantities, dimensions, specified �erformance and design criteria, materials, and sirnilar data to show City �lie sezvices, materials, and equipzxaent Contractor proposes to pra�ide and to enable City to review the infarmat�on ior the limited purposes required by Paragraph 6.1 S.C. 3. Submittals submitted as herein provided by Contractor and zeeiewed by City �or con£orrnance with the design concept shail be executed in conformifiy with the Contract Documents unless otl�erwise r�quired by City. 4. When Submittals are submitted for t1�e puzpose of showing the z�stallation in greater detail, their review shail not excuse Contractor from requirements shown on the Drawings and Specifications. For-Informati.on-Onl.y subzxaittals upon which the City is not expected ta conduct review or take responsive action may be so identi�ied in the Contract Documents. 6. Subanit required nurnber of Samples specified in the Specificaiions. 7. Clearly identify each Sample as to material, Supplier, pertinent data suc� as catalog numbers, the use for which intended and other data as City may require to �nable City to review the submittal for ihe limited p�arposes required by Paragraph 6.18.C. C1TY OFFORT WdR'I'H STANDARDCOI�ISTRUC"T10N SPSCIFICATION DOCUMENTS Re�ision: Ivl�ch 9, 2020 00 �z oo - � GENERAL CONDITIOIVS Pa�e 32 of 63 B. Where a Submittal is required by the Contract Documents ar the Schedule of Submittals, any related Work �erformed prior to City's review and acceptance of ihe pertinent submittal will b� at the sole expense and xesponsibiliiy of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule o� Submittals acceptable to City. City's revievv and acceptance �ill be only to determine if the items covered by the submi�tals wiXX, after installation ox zz�coxporation in ihe Wozk, coz�fozxxz to the informa�ion given in the Contract Documents and be compatible wrth the design concept of tlie completed Project as a fiinctioning whole as indicated by the Contract Documents. 2. City's review and acceptance wxll not extend to mearzs, metIaods, techniques, S�ClU��lC�S, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of constr�rc�ion is specifica�ly and expressly cal�ed for by the Contract Docuzx�ents) or to safety pxecautions or programs incident therreto. 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 xevi�ew a�d accepta�ce shall not relieve Contractorr frorn responsibility for any variatian fram the requiremenis of ihe Contract Documents uniess Contractor has coxr�pl'zed wifih the requirements of Section OI 33 00 and City has given written accepiance of each such variation by specif c wz�tten notation thexeof incaxporated zn or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying witri the requirements of the Contract Documents. 619 Continuing the Work Except as otherwise provid�d, Contractor shall carry on the Work and adhere io the Project Schedule d�rring all disputes or disagreements with City. No Work shall be delayed ar postponed pendir�g resolutioz� o� any disputes or disagreements, except as City and Contractor may otherrw�se agree in writing. . 6.20 Contractor's General Warranty and Guarantee A. Co�iractor warrants and guarantees to City that ali Work wili be in accordance with the Contraci Documents and will not be defective. City and its officcrs, directors, members, partners, employees, agents, consultants, and subcontractors shall be en�it�ed to rely on representa�ion of Contractor's wariranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, rriodification, or irnproper maintenance or opera�ion by persons other than Coniractor, Subcontractars, Suppliers, or any other individual or entity for whorn Contractoz- is respansible; or C1TY OF FORT 4VQRTH STANDARD COIVSTItUCI70N SPEC[F7CAT[ON DOCUMENTS Revision: Mtuch9, 202D oo�zoa-� GENERAL CO[�DITEONS Page 33 pf 63 2, normal wear and tear under noxrz�al Usage. C. Contracior's obligaiion to perform and compl�te th� Work in accordance with the Contract Dacuments shail be absolute. None of the following r�vill constiiute an acceptance of Work that is not in accordance with the Con#ract Documents or a release of Contractor's obligation ta perform the Work in accordance with the Contraci Docurnents: � 1. observations by City; 2. recommenda�ion or paym�nt by City of any progress or final payment; the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy o� the Work or any part thereai by City; 5. any review and acceptance of a Submittal by City; 6. any inspectran, test, or approeal by others; or 7. any correc�on of defect�ve Work by Cifiy. D. The Contractor shail rem�dy any def�cts or darr�ages in the Work and pay for any darnage to other work or pxoperty xesulting thexefrom which sk�a�l appeaz within a peziod of two (2) years from t1�e date of Final Acceptance of the Work ur�less a longer period is specified and shall furnish a good and sufficient maintenance bond, camplying r�ith Yhe requirernents of Article 5.02.B. The City will give notice of observed defects with reasonable promptness. 6.21 Indernnification A. Contractor covenants and agrees t� indemnify, hold harmless and defenti, a� its own expense, the City, its officers, servants and employees, from and again�t any and all clairns arising out of, or alleged to arise ou� of, �he wark and services �o be per�'ormed by �he Con�rac�or, its officers, agents, employees, subcontractors, Iicenses or invitees under this Contract. THIS INDEMNIFICATION PROV�S�ON IS SPECIFICALLY INT'ENDED Tn �PERATE AND SE EFFECT�VE EVEN �k' XT ZS ;A,LLEGED OA PROVEN THAT ALL OR SOME OF THE DAMAGES SEING SOCTGHT WERE CAUSED. IN WH2E QR I_N PART. BY A�V-Y ACT. OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, witihout limitatiion, indernnit� far costs, e�rpenses and legal �e�s inc�nred by the City in defending against such clai�ms and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own earpense, the City, its officers, servants and e�npioyees, from and against any and all loss, darnage or destruction o� propezty o� t�e C�ty, a�-�isxng out o£, ox a�leged to aris� out o�, the work and services ta be performed by the Contractar, its officers, agents, emplayees, subcantractors, licensees or invitees under this Cantract. T�S INDEMNIFI ATION PROVISI�N I,5 C1TY OF FpRT WORTH STA,NAAAD CaIVSTRUC'I�ON SPEC�CA,'i'IOl\T 1�OCUIvIENTS Revision: Maich 9, 2020 OD7200-1 GENERAL CONDITIONS Pagc 34 of fi3 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL nR SOME OF THE DAMAC7ES BEING SOLFGHT WERE CAUSED. _i�I_ '4YkIOLE OR IN PART. BY ANY ACT. OMISS�ON OR l�IEGLI�ENCE OF THE CITY. b.22 Delegation of Professional Design Services A. Contxactor will not be required to provide professzonaZ deszgz� sezvzces ur�less such sezvices are speciiically required by the Cont.�act Documents %r a portion oi the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. IE pro%ssional design services or certifications by a design pro%ssional related to systems, materials or equipment are specificaIly reqnir�d of Contractor by the Contract Docum�nts, City will specify all pe�oz�a�ce and desigc� criteria thai such sezvices must satisfy. Cont�actor shall cause such services or certiiications to be provided by a properly licensed profe�sionai, whose signature and seal shall ap�ear on all drawings, calculations, specifications, certifications, and Submittals prepared by such prafessional. Submittals related to �he Work designed or certifed by such pxofessional, if prepared by others, shall bear such professional's written approval when subrr�tted to City. C. City shall �e entitled to rely upon the adequacy, accuracy and compieteness o� the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor �erfnrmance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calcnlations and design drawings will be only for the limited purpose of checking for conformance with performance and d�sign crit�ria given and the design conce�t ex�ressed in the Contract Documents. City's review and acceptance of Submittals {except design calculations and design drawings} wiIl be only for the purpase stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agxees that the City shall, until i�e expzratzon a£ three (3) years aftex £'inal payrr�ent under this Contract, have access to and the right to examine and photocopy any �irect�y p�rtinent books, c�ocuments, papers, and records of the Contractor involving transactions relating to this Contract. Contractar agrees that the Cxty shall have access du�ing Regular Working Houxs to all necessary Contractor facilities and shall be provided adequate and appropriate wark space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractar reasonable adva�.ce notzce of intended audits. B. Contractor further agrees to include in al� its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration af three (3} years after final payment under this Contract, have access to and the r�ghi to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcantractor, involving transact�ons ta the subcontract, and further, that City shall have acc�ss during Regular Working Hours ta all CITY OP FORT WOAT'H STANDARD CONSTRUCTION SPECIFTCATTOIV IJOCUMEAlTS Revision; Ma�h9, 2020 D07200-I GENERAL CONDITIONS Pagc 35 of 63 Subcontractor facilitzes, and shalt be provided adequate and appropriate work space in order to conduct audits in compliance with tlze provisions of this Paragraph. The City shall give Subcontractor reasanable advance notice of inte�ded audits. G Contractox and Subcontractar agree to photocopy such documents as may be requested by th� City. The City agrees to reimb�arse Contractor for the cost of the copies as follows at the rate pubZxshed in the Texas Administrative Code in e££ect as of t�e tinne copyzng is performed. 6.24 Nondiscrimination A. The City is responsible �or operating Public Transportation Prograrrzs and izxzpleznent�ng transit- reXaied projects, which are funded in part with Federal iinancial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), withont discriminating against any person in the United States on the baszs of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall camply with the requirements of the Act and the Regulations as further defined in the Suppl�mentary Canditions for any project receiving Federal assistanee. ARTICLE 7— OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other worl� related to the Pxoject at the Siie with City's employees, ar otller City contractors, or through aiher direct contracts therefor, or have other work perFormed by utrlity own�rs. If such oiher work is not noted in Yhe Contract Docurnents, then written notice thexeof wi�l be given to Contractor prior to starting any such other wark; and B. Cantractor shall af%rd each otl�er contractor who is a party to such a direct contract, each utility o�vner, and City, if Ciry rs perfoxxn�ing ot�er work with Ciiy's employees or other City cantractors, proper and safe access to the Site, provide a reasonable opportuniiy far the introduction and storage of rnat�riais and equipment and the execuYion of s�ch other work, and properiy coordinate the Wor� with �heirs. Cantractor sha11 do all cutting, fitting, and patching oi t�ie Work that may h� required to properly connect or otherwise make its several parts come together and properly integrate �viYh such other work. Contractor shal.l not endanger az�y work o£ others by cutting, excavating, or otherwise aJte�ing such woxk; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose woric will be affected. C. If �e proper e�ecuYion or resrxlts of any part of Contractar's Work depends upon wax� �er£ormed by otlaers under tk�zs Article 7, Cantractor shall inspect such other work and prompTly repart to City in writing any delays, def�cts, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Cont�actox's faiXure to so repart will constitute an acceptance of such oiller work as fit and �roper for integration with Contractor's Work excegt for lat�nt defeets in the wark provided by othexs. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMEN`PS Re�ision: IvIuch 9, 2020 DO 72 00 - 1 GENERAI. CONDITlOiVS Page 36 of 63 7.02 Coordination A. If City intends to coz�tract wztkz othexs for ihe pez�ormance of othex wor� on tkae Project at the Site, the follawing will be set %rth in Supplementary Conditions: the individual or entiiy who will have autharity and responsibility for coordination of the aciivities among the various contractors will be identified; 2. the speczfic matters to be covered by such aufhority and responsibility will be itemized; and 3. the extent oi such authority and responsibilities will be provided. B. Unless otherwisc provided in the Supplem�ntary Cor�ditions, City shall have authority for such coordination. ARTICLE S — CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Exce�t as oth�rwise provided in the Supplementary Conditions, City shall issue all cotrmmunications to Contractor. 8.02 Furnish Data City shall timely fiu�ish the data required under the Contract Documents. 8.03 Pay When Due City shaIl make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements; Reports and Tests City's duties wzth respect to providing lands and easements and providing engineering surveys to establish re%rence points ar� set forth in Paragraphs 4.Q1 and 4-.05. Paragraph 4.02 refers ta City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings o� physical conditions rela�ing to existing surface or subsurface structures at or contiguaus to the Site that have been utilized by City in preparing the Contract Doc�aments. 8.05 Change Orders City shall execute Change Orders in accordance with Paragrap� 10.03. 8.05 Inspe.ctions, Tests, and Approvals City's responsibility wzth zespect to certai� �nspections, tests, and appxovais is set forth in Paragraph 1.3.Q3. CI'I`Y OF FORT WORTH STANllARD CONSTRUCTION SPSCIFTCATION DOCi1NIENTS Revision: M�h9, 2020 oo�zoo-i ���v�Ra� c�N�iTiaNs Yage 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or a�ihority over, nor be responsible %r, Contractor's means, metY�ods, techniqu�s, saquenc�s, or procedures of constructian, or the �afety precautions and programs incident thereto, or for any farlure of Contractor to comply wit� Laws and Regula�ions applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Cantract Documents. B. City will noti�y the Contractor of applicable safety plans pursuant to Paragraph 6.1�. S.OS Undisclosed HaZardous Environmental Condition City's res�ansibility wiYh respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.D6. 8.09 Compliance with Sufety Program While at the Sit�, City's �m�loyees and representarives shall comply with the specific applicable rec�uirements of Contractor's safety programs of which City has been inforrned pursuant to Paragraph 6.14. ARTiCLE 9-- CYTY'S OBSERVATION STATUS D[TRING CONSTRUCTION 9.01 City's Project Manager City will provide one or more Project Manager{s} during the construcYion period. The duties and responsxbi�ities and the Iimitations 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 identifi�d in the Supplementar� Conditions. 9.02 Visits to Site A. City's Project Manager will zxzake vzsits to the Site at inter�als appropriate to the various stages of constructian as City deems necessary in order to observe the progress that has b��n made and the c�uality af the various aspecYs af Contractor's executed Work. Based on information obtained during such visits and absez�ations, 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 b� required to rnake exhaustive or continuous inspections on the Site to check the quali�ty or quan�ity of the Wark. City's Project Manager's efforts wi�l be dixected toward pxovicling Czty a greater degree oi confidence that th� compl�ted Work will conform generally to the Contract Document5. B. City's Project Manager's visits and abservations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. Cl'£Y OF FORT WOK'TH STANDARD CQNSTRUCTIpN SPECIFICATION D�CUMEI�iTS Re�ision: Mazch9, 20'LO 00 72 00 - 1 C.tiEiVERAL CONDITIOEVS Page 38 of 63 9.03 AuthoriZed Variations in Work City's Project Manager may authorize minor variations in the Work from the requirements of the Contract Dacuments whick� da not invo�ve an adjustrr�ent in the Co�tt'act �rxce or the Cantract Time and are compatible with t.�e design concept oi the completed Projeci as a funciiorung whol� as indicated by the Contract Documents. These may be accomplished by a Field Order and �c�vill be binding on City and also o� Contractor, who shall pez�o� the Work involved prozx�ptly. 9.04 Rejecting Defective Work City will have authority to reject Work �ovhich City's Project Manager believes to be defective, or will not produce a cornpleted Pzoject that co�z£ozms to the Contract Documents ox that will pxejudice the integrity of the design concept oi the completed Project as a functioning whole as indicated by the Contract Documents. City wilI have authority to conduct special inspecrion or testing of the Work as pxovided in Art�icle 13, whethex or not the Wox� xs £ab�icaied, insialled, oar conap�eted. 9.05 Determinations for Wark Performed Contractar wili determine the actual quan�ities and classif ca�ions of Work performed. City's Project Manager will review witr� Contractor the preliminary deterininations on such �natters before rendering a written recommendat�on. City's written decision will be final (except as modiiied to reflect changed factual conditions or more accurat� data). 9.06 Decisions on Requirements of Contract Dacuments and Acceptability of Work A. City will be the initial interpreter oi the requirements oi the Contract Documents and j�adge oi the acceptability of Yhe Work thereunder. B. Czty will rendex a wz-itten decisian on any issue referred. C. City's written decision on the issue r�ferred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.Ob. ARTICLE 10 — CHANGES IN THE WORK; CLAIMS; EXTRA WORK IO.DI AuthoriZed Changes in the Work A. Withoui invalidaring the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notrce of sueh Ex�ra Work, Contractor shall promptly pxoceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (�xce�t as otherwise specifically �rovided). Extra Work shalI be mernorialized by a Change Order which may or may not precede an order af Extra work. B. For minar changes of Work not rec�uiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCiIMENTS Revision: M�ch9,202D OU 72 00 - t GENERAL CONDITIONS Paga 39 of 63 10.02 Unauthorized Changes in the Work Cantractor shall not be entitled to an increase in th� Contract Price or an extension of the Cantract Time wiih res�ect ta any wark perforrr�ed �iat is nat required by the Contract Docuzxze�ts as amended, modzfied, or supplemented as proeided in Paragraph 3.04, except in the case oi an emergency as provided in Paragraph 6.17. 10.03 Execution af Chctnge �rders A. City and Contractar sl�all execute a��ropriate Change Orders cavering: changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ir} required because of acceptance of de£ective Woxk under Paragraph 13.48 or City's correction of defective Work under Para�aph 13.09, ar(iii) agreed �o by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amaunt of time for Work actually pez-�ox�xzed. 14.04 Extra Wark A. Should a di�%rence arise as to what does or does not constitute Extra Work, or as to the payment thereof, and �ie City inszsts upon its perFormance, the Contractor sha11 proceed with the work aft�r making w�iti�n request for written orders and shall keep accurate account of the ach�al reaso�ab�e co�t thereof. Contract Claims regarding Extra Wor� shall be made pursuant to Paragraph 10.06. B. T`he Contractor sl�all fun�ish the City such installation records of alI deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanerzt record a corx�ected set of plans showing the actual installation. C. The compensat�or� agreed upon iar Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractox incurs as a result ar relating to ihe ck�ange or Extra Work, whether said costs are known, unknown, for�seen or unforeseen at that time, including without Iimitation, any costs for delay, extended overhead, ripple ar impact cosi, or any other effect on changed or unchanged work as a result of the change or Extra Work. 14.05 Natification to Surety Ii the proeisions of any bond rec�uire natice to be gi�en to a surety of any change affecting the generaI scope of the Work or t�.e pro�iszans of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such no�ice vvill be Contractar's responsibzlity. The amount of each applicable bond wi11 be adjusted by the Contractor to reflect tk�e effect of any sucl� change. crrY aF Fo�T wou� STANDARDCONSTRUCfION SPSCIHICATION DOCUMENTS Revision: Much9,2020 00 �z oo - � GENEFiAL CONDiTIONS Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required: All Contract Clai�s, 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 Contractar of any rights or rernedies he may otherwise have under the Contract Documenis or by Laws and Regulations i� respeci of such Contract Claims: B. Natice: 1. Wz�tten natice stating the general nature of each Contract Claim shall be deliver�d 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 Cantract Claim. 2. Natice of the amount or extent of the Contract Claim, witii supporting data shall be delivered to the City on or hefore 45 days from the start of the event giving rise thereto (unless ihe City allows additional time for Contractor to submit additiona� or more accurate data in suppart o� such Contract CXai�a). 3. A Contract Claim for an adjustment in Contract Price shal� be prepa�red in accoxdance with the provisions of Paragraph 12.01. 4. A Contract Clairz� for an adjustment in Contract Time shall be prepared in accordance with th� provisions of Paragraph 12.02. 5. Each Contract Claim shall be accom�anied by Contractor's written statement that the adjustment claimed zs the entire adjusirnent to wk�ich the Contractar believes it is en�itied as a result oi said event. 6. The City shall submit any response to Y.he Contra.ctor wiihin 30 days after r�ceipt of the ciaiz�r�ant'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 s�bmittal of the Contractor, if any, talce one of the following actions in writing: 1. deny the Contract Claim in wl�ole or in part; 2. approve tl�e 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 Yhe City to do so. Far pU�pases of further resolution of �he Contract Claim, such notice shall be dee�ned a den�zal. C1TY QF F012T WORTH S'IANDARD CONSTRI[]CFTON SPECIFTCATION IlOCU11�EN'I'S Revision: Mair.l� 9, 202D 00 7z oo - z G�N�RAL CONDITIONS Page A1 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City oz Contractor invoke the dispute resolutaon proceduxe set �orth in Article 16 within 34 days of such act�on or denial. E. No Contract Claim far an adjustrnent in Cantract Price or Contract Tizx�e will be valid if not submitted in accordance with this Paragraph 10.�6. ART�CLE ��— C�ST OF THE W4RK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.D1 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.B, necessarily incurred and paid by Contracior in �e proper pez-£o�ance of the Wark. When t1�e 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 shaIi not include any of the costs itemized in Paragraph 11.O1.B, and shall include but not be limzted to the following items: 1. Payrall costs for employees in the direct etnploy af Contractor in the performance of the Work under schedules of job classifica�.ons agreed upon by City and Contractor. Such emplayees shall include, without limitation, superintendents, forem�n, and other �erso�nel �mp�oyed full time on the Work. Payroll costs for employees not employed fiill tizx�e on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries wzth a 55% markup, ar b. salaz-ies and wages plus the cost of fringe beneiits, which shall include social sccurity contributions, unemployment, excise, and payroll taxes, wozkexs' compez�sation, health arzd retixezxzent bene£'its, bonuses, sick leave, �acation and holiday pay applicable thereto. The expens�s of performing Work outside of Regular Worlring Hours, Weekend Worlring Hours, or legal holidays, shall. be inciuded i� tk�e above to the extent authorized by City. 2.. Cost o� all materials and equipment furnished and incnrporated in the Wark, including costs af transportation and starage thereof, and Suppliers' field sezvices required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether x�nted from Contractar or o�liers in accordance with rental agreements appraved by City, and the costs of transportation, ioading, unloading, assembly, dismantling, and removal thereof. AlI such costs shall be in accordance with the terms of said rental agreements. The renta� of ax►y such equipment, machinery, or parts shall cease when the use tl�ereof is no longer necessary for the Work. CITY OF FORT WORTH STAAIDARD CONSTRUCTIOI�1 SYBCI�"ICATIOIV DOCiJMENTS Revisian: Niarch9,2020 00 �2 00 - � GENERAL COND]TIONS Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work perfarmed by Subcontractors. If rec�uired by City, Contractor sha�l abtain competitive bids from subcontractors acceptable to City and Contractox and shall deliver such bids io City, w�o will then deiexrnine, wk�ich bxds, if any, will be acceptable. Tf any subcontract provides ihat the Subcantractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of tlie Work and fee shall be deter�xuned in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, arclutects, t�sting laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supple�nental costs including the following: a. The proporkion of necessary transportat�on, 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, supp,lies, 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 naa�r�et va�ue, of such zterx�s used but nat consumed which rezxaain ihe p�operty of Contractar. c. Sales, consumer, use, and other similar taxes related to the Work, and fox which Cantractor 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 inclirectly employed by any Qf ihem or �or whose acts any of them may be liable, and royalty payments and fees for permits and Iicenses. e. Losses a�nd dazx�ages (and related expenses) caused by dazx�age to the Woxk, noi compensated by insurance or otherwise, sustained by Contractor in connection with the �erformance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, a�zy Subcontzactox, or anyone directly oz z�ndirectly emplayed by any of them or for whose acts any oi them may be liable. Such �osses shall include settlements made vvith the vvriiten consent and approvai of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the pUrpose of deternuning Contractor's %e. i. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, lang distance telephone calis, telephone and communication sezvices at the Sxte, expxess and cauriex sexvices, and similar petty cash items in connection with the Wark. C1TY OF PORT WORTH STANDARD CONSTRUCCION $PECIFICATION DOCUMENTS Revision: Maich 9, 2020 oo�aoo-i G�N��[AL CO3VDITIONS Pagc 43 oF 53 h. The casts o� prerniums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Casts Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensa�ion of Contractor's off cers, executives, p� inczpals (of partnershrps and sole proprietorships), general managers, safety managers, er�gineers, architects, estimators, attorneys, auditars, accoun�ants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personne� employed by Cantractor, whether ai the Site or in Contractor's principal or branch oifice �or 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 Paragzap� J 1.O1.A.4, ail of which are to be considexed administrative casts co�ered by the Contractor's fee. 2. Expenses of Contractor's pri�cipal and branch o�fces of,her than Contractor's office at tYae Site. 3. Any part of Contractor's capital expenses, inclucl�ng interest on Contractor's ca�ital err�ployed far the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contxactox, any Subcontractor, or anyone directly or indirectly ezxaployed by any of ihem or for whase acts any of them may be liable, including but not limited to, the correction of defec�i�ve Wark, disposal of materials ox equipzxaent wro�g�y supplzed, and naaking good any damage to property. 5. Oiher overhead or general expense costs of any I�ind. C. Contractor's Fee: When all the Work is performed on the basis of cas�-plus, Contractox's fee shalI be detexmined as set forth in the Agreement. When the value oi any Work cov�red by a Change Order for an adjusiTnent in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be detezxxuned as set forth in Paragraph 12A1.C. D. Documentation: Whenever the Cost of the Work for any gurpose is to be detertnined pursuant ta Paragraphs 11.01.A and 11.01.B, Contractor will establish and maintain records tk�exeof in accordance wit� generally accepted accounting practsces and submit in a%rm acceptabl� to City an itemized cost breakdown together with supporting daia. 11 A2 Allowances A. Specified Allowance: Zt is understoad that Contractor has inci�ded in the Contract Price all allowances so named in the Cnntract Documents and shall cause the Work so covered to be performed for such surris and by such persons or entities as may be acceptable ta Czty. B. Pre-bidAllowances: 1. Coni�ractar agrees that: CTCl' QF FURT WORTH S"I'A1VI�ARA CQNSTRUCTTON SPECiFTCATION DOCUMENTS Revision: Much 9, 202Q 00 �2 00 - � GEiVERA� CONDITIONS Page 44 af 63 a. the pre-bid alit�wances include the cost to Contractor of materiais and equipment required by the allowances to be delivered at ihe Site, and all applicable t��s; and b. Contractor's costs for unlaading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre-bxd allowances have been included zn the allowances, and no demand for additional payment on account of any oi the foxegoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, i� any, is for the soie use of City. D. Pzior to final payxnent, an appropriate Change Order wil� be issued to refleci acival arr�ounts due Contractor on account oi Work covered by allowances, and the Contract Pz�ce shali be correspandingly adjusted. 11.03 Unit Price Work A. Where the Contract Dacuments pxovzde that all or part of the Work is to be Unit Price Work, initially th� Contract Price will be deemed to include for aIl Unit 1'rice Work an amount equal io 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 estirnated guantities of items of Unit Price Work are not guaranteed and are solely �or the purpose of comparison of Bids and deternuning an initial ConYract Price. Deierminations of the actuaZ quantities and cXassi£'icat�ons of Unit P�ce Wor1� performed by Contractor will be made by City subject to the pravisions of Paragraph 9.05. C. Each unit price �nrili be deemed to include an amount considered by Contractor to be adeguate to cover Cont.ractor's overhead and profit for each separately identified itezx�. Work described in the Contract Doc�ents, or reasonably inferred as required for a functior�ally complete insiallation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost oi incidental wark included as part of the unit price. D. City rnay make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quan�ity of any item of Urut Price Work performed by Contractor difFers rnaterially and sigzazficani�y frona ihe estz�mated quazatrty of such ztem indicated in the Agreement; and 2. there is no cnrresponding adjustment with res�ect to any other it�rri of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance witkz Paragz�aph l O.QJ . 1. �f fhe changes in quant�tie� or the alterations da not significantly cha�ge the character of work under the Contract Documents, the altered work will be paid for at th� Contract ur�it price. � CPI'Y OF FORT WORTH STANDARD CONSTRUCI'I43�! SPECIFICA3'ION DOCiJMP,NTS Revision: Much9, 2020 OD 72 00 - 1 GENERAL CONDiTIONS Page 45 of 63 2. If tr�e changes zn quantities or alterations significantly change the character of work, the Contract wil� be amend�d by a Change Order. 3. If no unit prices exist, tY�is will be considered E�tra Wark and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of worlc occurs when: a. the character of woz'k for any Item as altered differs materially in kind or nature from that in the Contract ar b. a Major Item of work varies by zxj.ore t�an 25%a frozn the original Cantract quantity. 5. When the quantzty o� work to be done under any Major Item of the Contract is more than J.25% of the ariginal quantity stated in the Contract, then �ither party to the Contract may re.c�uest an adjustment ta the �nit price on tYie portion of the woark that zs above l25%. 6. When the quant�ty of work to be done under any Major Ztem o� the Contract is less than '75% of the original quantity stated in the Contract, th�n eitl�er party to ii�e Contract rnay request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans c�uantities may or may not represent the exact quantity of woxk pez-forxned 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 gavert�ng Section or this Article. B. I�€ the quantity measured as out�ined under "Price and Payment Procedu�-es" varies by mare t.han 2S% (or as st�pulated under "Price and Payrrient Procedures" for speci�c Items) from Y�ie total es�mated quaniity for an indi�idual Item originally shown in the Cont.ract Docnzx�e�ts, an adjustrnent may be znade to the quantity of authorized work done %r payment pu�poses. The �arty to the Contraci requesting the adjustinent will provid� field measuremet�ts and calculations showing the final quantity for which payzx�ez�t wilI. be zxaade. Payment for revised quantity will be made at the unit price bid %r that Item, �xcepi as proeided for i.n Artrcle 10. C. When quantities are revised by a change in design appro�red by the City, by Change Order, ox to carrect an error, ar to corr�ct at� ez-�or on the plans, the plans quantity will be increased ar decreased by the a�xzount involved in the change, and the 25%a variance will apply to the n�w plans c�uantity. D. If the total Contract quantity multiplied by the nnit price bid £ox an individual Item is less than $250 and the Item is noi oz�ginally a plans quaniity Item, then the �tem may be paid as a plans quantity Ttem if the City and Contractor agr�� in writing to fix the final qua�tity as a plans quantity. ci�r�r aF �ox�r woz��z STI�iVDARD CONSTRC]ICTION SYLCTFTCATTDN DOCLJZvIENTS Revision; Ma�h9, 2Q20 OD7200-1 GENERAL COiVDITIONS Page 46 of G3 E. Far callout woxk or non-site specific Contracts, the pXans quantity measurement requirements are not applicable. ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIlVIE 12.01 Change of Contract Price A. The Contract Price may only be changed by a Chang� Ord�r. B. The value of any Work covered by a Change Order will be determined as follovvs: where the Work involved is covered by unit prices contained in the Contract Documents, by applica�ion of suckz urnut pz�ces to t�e quantities of tk�e itezns invaXved (subject to the pravisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contai�ed in the Contract Documents, by a mutualiy agreed lump sum or u�it pz�ce {whzck� znay i�clude an ailowance for averhead and pro£'it nat necessarily in accordance with Paragraph 12.O1.C.2), and sha11 include the cost of any secondary itnpacts that are foreseeable at the time of pricing the cost of Extra Work; or whexe the Work invaived is not covered by unit prices contained in the Contract DocumenEs and agreement to a lum� surr� or unit �rice is not reached under Paragraph 12.01.B.2, on Yhe basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Cont�actar's fee for overhead and profit (deternuned as provided in Paragraph 12.O�.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fxed %e; or 2. if a fix�d fee is not agreed upon, then a fee based on the following percentages of the various portions of Yhe Cost of the Work: a. for costs incurred under Paragraphs 11.O1.A.1, 11.01.A.2. and 11.Ol.A.3, the Contractor's additional fee shalI be IS percent except �or: 1) rental fees for Contractox's own equzpmeni using standard rental rates; 2) bonds az�d znsuzance; b. for costs incurred under Paragraph 11.01.A.4 and i 1.�1.A.5, ihe Contractor's fee shall be iive percent (5%a); 1) where one ox naore tiers of sUbconixacts are on the basis af Cast of the Work plus a fee and no fixed fee is agreed upon, the intent o� Paragraphs 12.01.C.2.a and 12.01.C.2.b is Yhat Y,he Subcontractor who actually performs the Work, at whatever crrY o� �ox�r wo�z�-z STANDA1tD COIVST'12LJCTTON SPPCIPICA'I�ON DQCLTMENTS Revision: Ma�nch 9,202A 00 �z oo - i GENERAL CONDITIONS Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontracior under Paragraphs 11.01.A.1 amd 11.O1..A.2 and that any higher tier Subcontractor and Cantractor will each be paid a fee of five percent (S%) of Yhe amount paid to the next lower tier Subcontractor, however in no case shall the curnulative tatal of fees paid be in excess of 2S%; c. no fee shall be payable on the basis of costs itemized under Paragraphs J.1.Ol .A.6, and 11.01.B; d. tlae azxaount of credit to be allawed 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 deductian in Contractor's fee by an a�nount equal to five percent (5%) of such net decrease. 12.D2 Change of Contract Time A. The Contract Time may only be changed 6y a Change Order. S. No extension of the Contract Time will be allowed �or Extra Work or far claimed delay unless t1�e Extra Work conte�mplaied or claimed delay is sY�awn to be on the critical path of the Projec� Schedule ar Contractor can show by Crit�cal Path Method analysis hovv the Extra Woxk or claizxzed delay adverseiy affects the critical path. 12.03 Delays A. VJhere Contractar is reasonabJ.y deJayed in the performance or completion of any part of the Work within the Cantract Time due to delay beyond the contral of Car�tractar, the Cantract Time may be extended in an amaunt equal to Y,he tirne lost due to such delay if a Contract C�aim is made therefor. Delays beyond the control of Car�tractor shall include, but not be limited to, acts or neglect by City, acts ar neglect o� utility own�rs or other contractors perfornung other �vork as cot�terriplated by Ar�icle 7, fires, floods, epideznics, abnormal weather concl�t�ons, or acts ai God. Such an adjustment shaJ.l be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable ta Cantractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitra�ion ar other dispute resolution costs) sustained by Contractor on or in cannection w�ith any othez- pxoject or an#icipated project. C. Contractox sha11 not be entitled to an adjustrnent in Contract Price or Coniract Time for delays within ti�e confirol of Contractor. Delays attributable to and wi�iin tlie control of a Subcorztxactor ar Supplier shall be deemed to be delays within the control of Contracior. D. The Contractor shall receive no compensation for delays or hindrances to Yhe Work, except when dir�ct and una�oidable e�tra cost to the Contractor is caused by the failure af the City to pro�ide in�ormation or materiaJ, zf any, which is to be fu�nished by the City. C�'X pP FORT WpRTH STAAIDAI2D CONSTRUC'I'IOI�I SPECIFICATION DOCUMENTS Revision: Mair.h9,2020 007200-1 GENERAL CONDITIONS Page 48 of G3 ARTICLE 13 — TE,STS AND INSPECTIONS; CORRECTXON, REMOVAL OR ACCEPTANCE OF DEFECTIVE W4RK 13.O1 Notice of Defects Notice of al� defective Work o� 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 Wark City, independent testing laboratories, and governmental agencxes with juzisd.zctional iz�tez'ests wzll have access to the Site and the Wark at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe condiY�ons for such access and advise them of Cont3ractar's safety pxoceduxes and programs so that they may comply therewiih as applicable. 13.03 Tests and �nspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, iests, or approvals and shall coopexaie with inspeciion and testzng persannel to faciiitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jur�sdiction rec�uire any of the Woxk (or part thexeofl to be inspected, tested, or approved, Contractar shall assume full responsibility %r arranging and obtaining such independent inspections, tests, retests or appravals, pay all casts in connection therewith, and furnish City the required certificates of inspec�ion or appxoval; e�cepting, howevex, those fees specifica�ly identzfied in the Supplementary Conditions or any Texas De�arim�nt of Licensure and Regulation (TDLR) inspections, wl�ich shall be paid as described in the Supplementary Conditions. C. Contractor shali be re�ponsible for arranging and obtaining and shall pay a�l costs in cozazzection with any inspections, t�sts, re-tests, or approvals r�quired for City's acceptance o� materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval priar to Contractor's purchase thereof for incorporation in the Work. Such inspections, iests, re-tests, or approvals shall be performed by organizations acceptable to City. D. City may azxa�ge foz tk�e services of a�rj independent testing laboratory ("Testing Lab") to perforrn any inspections or tests ("Testing") for any part of the Work, as deteimined solely by City. 1. City will coorcl�nate such Testing to the extent passible, with Contractor; 2. Shauld any Testing under this Section 13.a3 D result in a"fail", "did not pass" or othez similar nega�ive result, the Contractor shall be responsible for paying for any and aIl retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative resuit and require a retest. CPI'Y OF FORT WOATH STANDAAD COIVSTRiICTION SPHC�TCATION DOCiIMENTS Revision: N1�cFi9, 2020 oo�aoo-i GEN�FIAL CONDITIONS Page 49 oF63 3. Any amaunts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City wiil foxward all i�voxces fox retests to Contractor. 4. If Contractor faiis to pay �.h� Testing Lab, Ciiy will not issue Final Payment until the Testing Lab is paid. E. If any Work (ar the work af others) that is to be inspected, tested, or approved is covered by Contractor wrthout written concurrenc� of Ciry, Contractor shall, if requested by City, uncaver such Work for obser�ation. F. U�covering Work as provided in Paragraph 13.03.E shall be at Cantractor's expens�. G. Contracior shall have th� right io make a Cantract Claim regarding any rete�f or invoice issued undar Section 13.03 D. 13.04 Uncovering Work A. Yf any Work is co�ered contrary to the Contract Documents or specific instructions by ihe City, it rnust, if requested by City, be uncovered for City's observatzo� az�d rep�aced at Cantractor's expense. B. If Crty considers it necessary or advisable that co�ered Work be o�ser�ved by City or inspected ar tested by a�liers, Contractor, at City's xequest, sha11 uncover, expose, or otherwise make avaiiable for obsetvation, inspection, or testing as City may rec�uire, that partion of the Work in question, furnishing all necessary labar, material, and equipment. _ �� it is �ound that the uncovered Work is defective, Contractor shall pay alI claims, costs, losses, and damages (including bat not lirnited to alI fees and charges of engineers, a�rchziects, attorneys, and other professionals and all court or other dzspute resaln�on costs) arising aut af or relating to such uncovering, expasure, obsereation, inspection, and testing, and of satisfactory replacement ar reconstructron (including but not ]united ta ali costs of zepaxr or replacezxzent of wor�C of others}; or City shall be entitled to accept de�ective Work in accordance with Paragraph 13.0$ in which case Coniractor shall srill be responsible for all costs assaciated with exposing, abserving, and testing the defective Wor�. 2. Yf the unco�ered Wark is not �ound to be defective, Cont�actor shall be allowed an increase in the Contract Price or an extension of tt�e Contract Time, or both, directly attributable to such uncovering, exposure, obsezvation, inspectio�, testing, replace�nent, and reconstruction. � 3.05 City May Stop the Wor-k If th� Work is defeciive, or Cantractor fails to supply su�ficient skilled workers or suitable materials or equipment, or fails to perform t�l�e Woz� iz� such a way tl�at the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereo�, un�il the cause for such order has been eliminated; however, this righi of City to stop the Work shail not give rise to any duty on the part of City to exercise this right for t.�e benefit of Contractor, any C1TY OF FORT WORTH STANDARD CQNSTRUCT[ON SPECIFTCATION DQCUMENTS Revision: M�ch 9, 2020 RO72OD-1 �ENERAL CONDITIONS Page 50 of 63 Subcontractor, any Supplier, any other indivxdual or entity, ar any suxety £or, or employee or agent of any o� th�m. 13.06 Correction or Rernoval of Defective Worlc A. Prrazrzpily after receipt of written notice, Contractor shall cox-rect aXl defectxve Work pursuant to an acceptable schedule, whether ar not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from Yhe Project and replace it vc�ith Work that is not de�ective. Contractoar shall pay all claims, cosis, additzonal testing, losses, and damages (including but not limited to alI fees and charges oi engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs} arising out of or relating to such correctron or rennoval (inciuding but not litz�zted to all costs o� zepairr or zeplaceznent of wozk of others). Failure to require the removal oi any de%ctive Work shail not constitute acceptance oi such Work. S. When correcting defecrive Work under the terms of this Paragraph 13.06 or Paragra�h 13.07, Contractor shall take no ac�on that would void or otherwfse impair Ciiy's specia� warranty and guarantee, if any, on said Work. 13A7 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 tetms of any app�icable special guarantee required by the Contract Documents), any Work is found to be defective, or if the re�air of any damages to the land or areas madc available for Contractor's use by City or permitted by Laws and Regula�ions as contemplated in Paragraph 6.10.A is found to be defective, Contractor sha11 promptly, without cost to City and in accordance wiYh City's r�vritten instructions: 1. repair such defective land or areas; or 2. corr�ct such defective Work; or 3. if tne defectiv� Work has been rejected by Ciiy, remove it from the Project and replace it with Wox� that is not defeciive, axzd 4, satis�actorily correct or repair or remove and replace any damage to other Work, to the wark of athers 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 ennexgency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired ar rnay have the rejeci�d Work r�mov�d and r�p�aced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attaz�neys, and otherr profess�onal� and al1 court or other dispute resolution costs} a�sing out of or relating io 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 pF FORT WORTH STA.N1aAAD CONSTRUC�`ION SPECIF7CAT101� DOCUMENTS Revision: M�irh9, 2020 00 7z aa - � G�N�RAL CONDITIONS Page 5I of 63 C. In special circumstanc�s where a particular item of equipment is placed in continuaus service before Final Acceptance of all tbe Work, the cozxectxon period far that item rr�ay start to run from an earlier date if so provided in th� Coniract Documents. D. Where defective Work (and darnage to other Work resulting tY�erefrorrn.) has been coz-�rected or remo�ed and repiaced under this Paragraph 13.07, tl�e correction period hereunder with respect to such Work may be required to be extended for an addirional period o� one year after the end of the init�al correction pezi�od. City shalJ pxovide 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. Contraetor's obligations under this Paragraph 13.�7 are in addition to any other obligation or warc'anty. The pro�isions of this Paragraph 13.07 shall not be constru�d as a substitute for, ar a waiver of, the pro�isions of any applicable statute of lirnitation or repose. 13.08 Acce�tance of Defective Wo�'k If, instead of req�iring correction ar removal and replacemer�t of def�ctive Work, City �refers to accept ii, City may do so. Contractnr shall pay all claims, costs, losses, and damages (including but not lizx�uted to all. fees and cl�arges of engineers, architects, attorneys, and other pro%ssionals and aIl court or other dispute resolution costs) attributable to City's evaluation of and determinatio� to accept such defec�ive Wark and for the dim�inished value o£ the Work to the extent nat otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Chang� Order will b� issued incoiporating the necessary revisions in the Con�act Docurnents with respect to the Work, aa�d City shail be entrtled to az� apprapri ate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.Q9 City May Correct Defective Work A. Ii Contractar �ails witl�in a reasonable time after written notice from Cit� to correct defecti�ve Work, or to remove and replace rejected Work as requi.�red by City zn accoxdance wiih Paragraph � 3.46.A, ox i� Cantractar faiis to perform the Work in accordance with the Contract Docum�nts, or if Contractor fails ta comply with any other provision of the Confract Documents, City may, after seven (7) days written notice to Contractor, correct, or rezn�dy an.y such deficiency. B. In exexcising the rights and remedies under this Paragraph 13.09, City sha11 praceed expeditiously. In connection with such corrective or rernedial ac�ion, City may e�clude Contractar frorn alI or part of the Site, take possession of a1l or part of the Wor�C and suspend Contractor's ser�ices related thereto, and incorporate in �ie Work all rriat�rials and ec�ui�ment incorparated in the Work, stored at the Site or for which City has paid Cantractar but which are stored elser�vhere. Contractor shall allow City, Ciiy's representaii�es, agents, cansultants, employees, and City's other contractors, access ta the Site to enable City to exercise the rights and remedies und�r this ParagrapY�. C. All claims, casts, losses, and damages (including but not limited to a11 fees and charges oi engineers, architects, attorneys, and other professionals and aIl court or other dispute resolution ciTY o� �ax�r wox�x STANDARD CpNSTRUCTIqI�! $PECCFICATION DOCUMENTS Revisian: Mazth9, 2(i20 00 �z oo - i G�N�RAI� CONDITIONS Page 52 oi 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Car�t7ractor, and a Change Order will be issued incorporating the neeessary revisions in ihe Contract Documents wiih respect to the Work; and City shall be entitied to an appropriate decrease in the Cor�tract Price. D. Contractor shaiX not be allowed an extension of the Contract Time because of any delay in the performarice of the Work att.ributable to ihe exexcise of City's z�ghts and rezxzedies �nder this Paragraph 13.09. ARTICLE I�l — PAYMENTS TO CONTRACTOR AND COMPLETION 14.�1 Schedule of Values The Schedul� of Values for lump sum contracts established as provided in Paragraph 2.Q'7 will serve as the basis for progress payments and �rill be incorporaied into a form of A�plication for Paym�nt acceptable to City. Progress payments or� account of Unzt Pz�ce Work wiil be based an the number of units completed. 14.02 Progress Paynaents A. Applicataons for Payments: 1. Contractor is responsible for providing all information as rec�uired to become a vendor of the City. 2. At least 20 days before the date established in the GeneraI Requzxezxae�ts fox each pxogress payment, Contractor sha11 submit to City for review an Appiication for Payment iiiled out and signed by Co�tractox cove�ng the Woxk completed as of the date of the Application and accompanied by such supparting dacumenta�ion as xs z'equixed by the Contract Docuzxzents. 3. If payment is requested on the basis of materials and equiprnent not incorporated in the Wark but deiivered and suitably stored at the Site or at another loca�ion agreed to in writing, the Application for Payment shall alsa be accornpanied by a bill of sale, invoice, or othex documentation warranring that City has received the materials and eyuipment free and clear oi alI Liens and evidence that the materials and equipment are covered by apprapriate insurance or other arrangements to protect City's interest therein, ali of which must be satisfactary ta City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that p�revzous pzogzess payzx�en.ts rreceived on account of the Work have been appli�d on account to discha�'g� Contractor's legitimate obligations associated wiih prior Applications for Pay�ment. 5. The a�nount oi retainage with respect to progress payments will be as stipulated in the Contract Documents. crr�r o� �o�x�r �ror�� STANDtULDCON3TRUCT[ON SPECIFTCATION DOCCJMENI'S I2evisian: ]Vlaich9, 2020 007200-1 GENERAL COiVDIT{ONS Page 53 of 63 B. Review ofApplications: 1. City wilJ., after receipt of each Application for Payment, either indicate in w�iting a recommendation of payment or retum the Application to Contractar indicating reasons for refusing payment. In the latter case, Contractor �nay malce the necessary corrections and resub�zt the Application. 2. City's processing of any payment requested in an Application for Pay�ment will be based on City's observations of the executed Woxk, and on City's review oi the Application far Paymeni and the accompanying data and schedules, that to the best of City's knowledge: a. the Work has pro�essed to the poznt irzdicated; b. the q�a3ity 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 u�on Fina1 Acceptance, the results of any subsequent tests called for in the Contract Docu�nents, a final determinat�on of quantities and classi�catioz�s fox Work performed under Para�aph 9.05, and any other qualificatians stated in the recommendation). 3. Processing any such payment will not thereby be deenned to k�ave represented that: a. inspections znade to check the quality or the quantity o� the Work as it has been per%rmed have been exhausfiive, extended to every aspect of the Work in progress, or in�olved detailed inspectrons of the Wor� beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other tnat�ers or issues between the parties t.�at zxa�ig�t entitle Contractar to be paid additionalIy by City or entitle City ia withhold payment to Contractor, or c. Contractar has com�lied with Laws and Regulations applicable to Contractor's pex-fo�xaa�ce a�the Work. 4. City may refuse to process �e whole or any part of any payment because of subsequently discover�cl evadence or the results of subsequent inspections or tests, and rev�se or revoke any sucY� payrtaent pxe�iousiy rnade, ta 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 Co�tractor or his subcontractoxs, �requiring correction or replacemen�; b. discrepancies in quantities contained in previou� applications far payment; c. the Contract Price has been reduced by Change Ordexs; d. City has been required to carrect defect�ve Work or complete Work in accordance with Paragraph 13.09; or cr�� or• Fox�r wox� STANDAR.D CONSTRUCTION SPECIFICATION DOCiIlvIP.NTS Revision: M�h 9, 2020 oa �2 00 - � GENERAL CONDITIOlVS Yage 54 of 63 e. City has actual kno�vledge of ihe occurrence of any of ihe events enumerated in Paragxapk� � 5.02.A. C. Retainage: 1. For contract$ less than $400,000 at the time of execution, retainage shall be ten percent (14%). 2. For contracts greater than $4a0,000 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, Y,he sum per day specified in ihe Agreernent, will be deducted froxira the monzes dUe the Cozztractoz, not as a penalty, but as lic�uidated dazx�ages suffered by the City. E. Payment: Contractor vvill be paid pursuant to the requiremenis o� this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Paysnent: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in con�z�ection 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 entitiing City to a set-off againsi tkze amount recommended; or c. City has actual knowledge of the occurrence oi any oi the events enumerated in Paragraphs 14.Q2.B.4.a through 14.02.B.4.e or Paragra�h 15.02.A. 2. If City refuses to make payment of the amount requesied, City will give Contractor written no�ice stating t11e reasons for such action and pay Contractar any amount remaining after deduction of the amount so vvithheld. City shall pay Coniractor the amount so withheld, ar any adjustrnent thereto agreed to by City and Contractor, when Contractor remeclies the reasons for such action. 14.03 Contractor's Warranty of Ti�le Contractor vvarrants and guarantees �iat title to all Work, materials, and equipment covered by any Application for Payment, whether incorporafied in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. c�TY o� �oxT wo��rx STANDARD WNSTRUCTION SPECIFICATION DOCUMENTS Revision: Macch 9,202D oo�zoo-i GENERAL CONDITIONS Page 55 of 63 14.04 Partial Utilization A. P�ox io Final Acceptance af al1 the Work, City may use or occupy any substantially completed part oi the Work which has specificaIly been ident'rfied in the Contract Documents, or which City, determines constitutes a separately functxoning and usable part of the Work t�at can be used by City for its intended purpose without significant int�rf�rence with Cantractor's performance of ihe r�mainder of the Work. City at any time may notify Cont�actor i� w�tzx�g ta permit City to use ar occupy any snch part o� the Work which City determines to be ready %r its intended use, subject to the �ollowing conditions: 1. Contractor at any time may n.o�afy City iz� w�txng that Contractor considers any such part of the Wor�. ready for its intended use. 2. Within a reasonahle tim� after notificarion as e�urnerated in Paragraph 14.OS.A.1, City and Cont�actor shall make an inspection of that part of the Work to detexmine its status oi completion. T.� City does not consider that part of the Work to be substantial�y complete, City will notify Contractor in writing giving the r�asons therefar. 3. Partial Utilization wili not cons�itute Final. Acceptance by City. 14.�5 Final inspection A. Upon written no�ice from Contractor tbat tkae entixe Work is camplete in accordance with the Contract Documents: 1. within 10 days, City will schedule a Final Inspectian with Contractor. 2. City will noti�y Contractor in writing of aii particulars in which this inspect�on reveals that the Wor� xs ineompiete or defect�ve. Contractar sl�all irnmediately take such measures as are necessary to complete such Work or remed� such def ciencies. B. No time charge will be made agaanst the Contxactor'between said date of not�fication of �e City and the date of Final �nspection. Should ttie City det�rmine tha� the Work is not ready for Frnal Insgectian, City will notify the Contractor in w�tz�ng of the reasons and Contract Time will resume. 14.06 Finai Acceptance Upon complet�on by Contractor to City's sa�isfac�ion, of any additional Work identi�ed in the Final Inspection, City vvill issue to Con�ractor a lettex of k'inal Acceptance. CITY OF FORT WORTH STANDf1RD CQ1+15TRUCTION SPECIFICATION DOCiIMLNTS Revision: Ma�h 9, 2026 00 7z oo - i GEN�RAL CONDITIONS Page 56 of 63 � 4.07 Final Payment A. Application for Payment: Z. Upon Final Acceptance, and in the opinion of City, Contractor may make an applica�ion for finai 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 aiI pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavzts of payments and complete and legally effective releases or vvaivers (satisfactory to City} of aIl Lien righis arising out of or Liens filed in connec�ion with the Work. B. Payment Becornes Due: I. After City's acceptance oi the Application %r Payment and accompanying documentation, requested by Contractor, Iess previous payments made and any sum City is entitled, including but nat limited to liquidated damages, wi11 beconne due and payable. 2. After all Damage Clairns have been resolved: a. directly by the Cox�t�actor ox; b. Cantractor provides evidence that the Damage Claim k�as been reported to Contractor's ins�aranc� provid�r for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees ox othex xequirements o£ the Cor�ixact Documents whi.ch specifically continue thereaiter. 14.08 �'inal Completion Delayed and Pcartial Retainage Release A. �f final cozxzpletio� of the Wox�C is significantly delayed, a�nd 'zf City so confir�ns, City may, upon receipt oi Confiractor's final Application for Payment, and without ternlinating the Contract, make payment of Y.he balance due for that portion af the Work fuliy completed and acce�ted. If the remazning balance to be held by City for Work not fulZy corxzpleted or corrected is less than tlae retainage stipulated in Paragraph I�4.02.C, and if bonds have been furnished as required zn Paragraph 5.02, the �vritten consent of the surety to the payment of the balance dve for that crr-sr o� �oxT woRTx STANDAILD CONSTRUCTION SPECIFiCATIOIV DOCUMENTS Revision; Ma�h9,202L] ao�aoo-i GENERAL CONDITIONS Paga 57 of 63 portion oi the Work fully compi�t�d and acce�ted shall be submitted by Contractor to City with Yhe Applicatian for such payment. Such payment shal.l be made under the terr�ms and condztions gaverning final payment, except that it shall not constitut� a waiver of Contract Claims. B. Partial Retainage Release. Far a Contract that pravides �or a separate vegetative establishment a�rzd mai�te�ance, and test and performance periods following the completion of a11 other construction in the Contract Documents for all Work locations, the City may r�lease a portion of the amount retained provided that ali other work is campleted as detez-zr�i�ed by the City. Befare the release, all submittals and final quantities must be completed and accepted �or all other work. An amount suff'icient to ensure Contract campliance will be retained. J 4.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from a11 claims or liabilities und�r th� Contract for anyihing done or furnished or relating to Yhe �ork under the Contract Documents or any act or neglect of City related ta ar conz�ected with the Co�f�act. ARTICLE 1� — SUSPENSION OF WORK AND TERMINAT�ON 15.01 City May Suspend Work A. At any tzme and without cause, City may suspend the Work or any portion thereof by written natice to Contractor and which may fix t.he date on which Work will b� r�sum�d. Contractor shall resume the Work on �ie date so fixed. During te�xaporary suspension o� ik�e Woxk covered by these Coniract Documents, for any reason, the City will make no extra payment for stand-by time o� construction equipment andlor construction crevvs. B. Should the Contractor not be abie to complete a portion of the Project due to causes beyond t�e control of and without the fault or negligence of th� Contractor, and should it be determined by mutual consent of �lie Cont�actor and City tlaat a so�ution to allow construction to proceed is not avaiJ.able wxthin a reasanable period af time, Contractor may request an extensian in Contract Tim�, directly attributable to any such suspension. C. If it should became necessary to suspend th� Wor� for a� z�definite pe�od, tk�e Contractor shall store all materials in such a inanner that �iey will not obstruct or imp�de �he public unnecessarily nor become damaged in any way, and he shall take e�ery precaution to prevent damage or deterioration of the work pez�oz-imed; he shall provide suitable drainage abaut the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment of� the job and returning the necessary equipnaent to the job wk�ex� it is deiermined by the City that canstruction may be resumed. Such reirnbursement shall be based on acival cost to the Contractor of moving the equiprneni and no profit will be allowed. Reimbursement �nay not be allowed if tl�e equipment is �noved to another construction project for the City. C1TY OF RORT WOR7Ti STA[�IDAR.d CONSTRUCTIOI�! SPECIFICATION DOCUMENTS Revision: Ma�h 9, 2020 00 �a oo -1 G�i�L�RAL CONI]I71pNS Page 58 of 63 15.02 City May Terminate for Cause A. The occuz re�ce o£ any o�e or more of the �ollowxng events by way of exarzaple, but not of Iimitation, rnay justify ternunation for cause: l. Contractor's persistent failure to perform the Work in accordance with the Con�ract Documents (including, �ut not limited to, failure to supply sufficient skilled workers or suitable rr�ate�als or e9uipment, faiiure to adhere to the Praject Scl�edu�e established under Paragraph 2.07 as adjusted from time to tim� pursvant io Paragraph 6.04, or faii�ire ta adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011established under Paragraph 6.05.D); � 2. Contractor's disregard of L.aws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in a�n.y substantial way o� a�ny proviszons o� the Canixact Documents; or - 5. Con�ractor's failure to pram�tIy make good any defect in materials or workmanship, or defects of any nature, the correctian of which has been directed in writing by the City; or 6. Subsiantial indication that the Contractor has made an unauthorized assignrnent of the Contract or any funds due therefrom far the benefit of any creditor or for any other purpose; or 7. Substantia.l evidence that the Contractor has become insolvent or bankr�ipt, or otherwise financially anable to carry on the Work saiisfactorily; or S. Contractox coznm�ences legaJ action in a court of competeni jurisdiction against the City. B. �f one ar more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Sur�ty to arrange a canference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not latex than 15 days, after receipi o� notice. L If the City, th� Contractor, and the Surety do not agree to allovc� the Contractor to proceed to perform the construction Contract, the City may, to the extent perxnitted by Laws and Regulations, decJare a Contractor default and formally temunate the Contractor's right to compiete the Contract. Contractar default shall noi be declared earlier than 20 days after the Contractor and S�arety have received no�ice of conference to address Contractor's failure to perform the Waxk. 2. rf Contractor`s services are temiinated, Sur�ty shail be obligated to take over and perform the Work. If Surety does not comrnence performance thereof within 15 consecutive calendar days after date of an additional wrztten notzce dezxaanding Suxety's pez�ormance o� zts CPI`Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFTCATTON I}OCUMEN`d'S Revi si on:lVl�ch 9, 2(YlD oo��oo-i G�NERAL CONDI�IONS Page 59 of 63 obligatians, then City, wzthout pxocess or actzan at law, may take over any portion of the Wark and complete it as described below. a. If City completes the Wvrlc, City may exclude Contractor and Surety from t1�e site and take possession of ihe Wor�, az�d a�1 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 sha11 not be entitled to receive any further payment unril the Work is finished. I� the unpard balance of the Contract Prrce e�ceeds all clai_ms, costs, Iasses and dazxzages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Coni�actor. �f such claims, costs, losses and daFnages exc�ed such un�aid balance, Contractor shall pay the difference to City. S�ch claims, costs, losses an.d dazxzages incurired by City will be incorporated in a Change Order, proeided that w�en exercising any rights ar remedies under this Paragrapn, City sl�all not be requir�d to obtain the lowest price for the Work per�ormed. 4. Neither City, nor any of its respective consultants, agen.ts, 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, ar any portion thereof, may be accomplished or far the price paid therefor. 5. City, notwithstanding the method used in completing Yhe Contract, shall not forfert the right to recover darnages from Contractor or Surety for Cozatractor's fazlure to tizne�y complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in compl�ting the Contract. 6. Maintenar�ce o£ the Wo�k sha11 continue to be Contractor's and Surety's responsibilities as provided for ir� the bond requirements af the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligaiions ottaezwise prescribed by Iaw. C. Notwithstanding Paragra�hs 15.Q2.B, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent io terminate ta coz�rect xts faiiure to perform and proceeds diliger�tly to cure such fail�.u-e witl�in no more than 30 days of receipt of said notice. D. Where Contractar's services have been so terminaied by City, tlie termination will not affect any rights ar remedies of City against Contractor then existing or which zxaay thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Coniractor frorn liability. E. If and io the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the tezxx�unation procedures of that bond shall not supersede �the pravisions oi this Article. CITY OF PORT WORTH STANDARD CONSTRUCTIOId SPECTFTCAT[ON DOCUMENTS Re�ision: NT�li9, 2020 oo�zao-i GENERAL CONDITIONS Page 60 of 63 15.03 City May Terminate For Convenience A. City may, vvithout cause and without prejudice to any other right or remedy of City, terminate the Contxact. Any te�ination shall be effected by mailing a notice of the terniination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the daie upon which such termination becomes effec�ive. Receipt of the notice shall be deemed conclusively presumed and established when the Ietter is placed in the United States Pastal Service Mail by the City. Further, it shall be deemed conclusively pxesuzzaed and established that sUch termination is made with just cause as therein stated; and no proaf in any claim, demand or suit shall be required of the City regarding such discretionary action. B. Aiter receipt oi a notice oi tern�ination, and except as o�Iierwise directed by the City, the Contractor shall: 1. Stop vvork under Y.he Contract on the date and to the exteni specified in the notice of termination; 2. place no further orders ar 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 Wor� ter�nated by notice of tez-xn�ination; 4�. transfer �itle to the City and d.eliver in the manner, at the tirr�es, and to the exient, 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 acc�uired in connection with the performance of, t�e Work t�rn�inated hy the notice of the ternlination; and b. the corrzpleted, oz partzally cozzapleted plans, dxawin:gs, iz�fozxxzatzon �nd other property which, if the Contract had been completed, woitld have been required to be fu�nished to the City. 5. complete pez-�Formance of such Work as shaiX not have been terminated by tk�e natice of tern�ina�ion; and 6. take such action as may be necessary, or as the City may direct, for the �rotection and preservation of the property related to its contract which is in t�ie possession of Yhe Contractor and in whic�t ihe owner has or may acquire the rest. C. At a�ime not later thar� 30 days after the iernunation date speci�ed in the nofiice of tern3ination, Y,he Contractor may su3�mit to the City a list, certified as to quantity and quality, of'any or all items o� terminatxon inventory not previousiy disposed af, exclusive of items tile disposition o� which has been directed or authoriz�d by City. C1TY OF FORT WORTH STANDARD CONSTRUCTIOIY SPECIFiCATIQN DOCUMENTS Revision: Ma�h9,202D oo �a oo - i GENERAL CONDITIONS Page 61 of 63 D. Not later than 1S days thereafter, the City shall accept title ta such items pravided, that th� list submitted shall be subject to v�rification by th� City upan removal af the items or, i�Y.he items are stored, within 45 days frozxa the date of subxnissxon of the list, and any necessary adjustmenfis io correct the list as submitted, shall be made prior to final settlemenfi. E. Not later ihan fi0 days after the notrce of termination, the Cont�actar shall subzx�ut his terrxzination claim to the City in t�e fozxxa and wzt� the certxficaiion prescribed by the City. Unless an extension is made in wriiing within such 60 day period by the Contractor, and granted by the City, any and aIl such clairns shall be conclusi�ely deemed waived. F. Tn such case, Contractor shall be paid �or (witl�out duplication of any items}: 1. completed ar�d acceptable Work ex�cuted in accordance with the Contract Documents prior to the effective date o� termination, including fair and reasonable sums for overhead and prafit on such Work; 2. expenses sustained prior ta the effective date of temlination in perfoizning services and furtushing labor, materials, or equipment as required by the Contxact Docurnents in connection with uncompleted Work, plus fazr az�d reasanable sums for overhead and prafit on such expenses; and 3. reasonable expenses direct�y attributable to ternainatioz�. G. In the event of the failure oi tl�e Contractor and City to agr�c u�on the whole amount io be paid to the Contractor by reason of the terminatian of the Work, the City shall determine, on the basis of infozxxzation avai�ab�e to it, the amount, if any, due to the Contracto� by reason of tl�e terrrunation and shall pay to the Contractar th� amaunts deterrnined. Contractor snall not be paid on account nf loss of anticipated prof ts ar revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16 — DISPUTE RES�LUTXON 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 fina� and binding. The request for znediation shall be s�bmitted to the othex party to �e Coz�tract. Tiz�aely subz�issxon of the request shall stay the effect of Paragraph 10.06.E. B. City and Con�ractor shall �artici�ate in the mediation pracess in good faith. The process shall be commenced within 60 days of £'iling of the request. C. 7f the Cantract Claim is not resolved by mediafiion, City's action under Paragraph 10.06.0 or a denial pursuant ro Paragraphs 10.4b.C.3 or 10.06.D shall become final and binding 30 days aftex texminat�on of the mecl�ation unless, wi�liin that time period, City or Contractor: crrY oF�ox�-�ox-rH STAIVDARD CQ3�STRUCTIQN SPECIFICA"TTOA1 ]70CUMENTS Revision: Match 9, 2020 00 72 00 - 1 GE�VERAL CONDITfONS Page 62 of 63 1. elects in vvriting to invoke any other dispute reso�ution process provided for in the SuppXernenta�ry Cond'ztions; or 2. agrees with the other party to submit the Contract Claim to another dispute resoluiion �rocess; �r 3. gives wzxtte� notzce to the other party of the intent to subxzait the Contract CXaim to a court o� competent jurisdiction. ARTXCLE �'� — MISCELLANEQUS 17.01 Giving �Votice A. Wbex�evex any provision of the Contract Documents xequires the giving of written noiice, it will be deemed ta have been validly given if: 1. delivered in person to the individual or to a member of Yhe finm or ta an officer o� the co�poration for whom it is iniended; ox 2, delivered at or sent by registered or certified mai�, postage prepaid, to the iast business addr�ss known ta th� giver of the notice. B. Bnsiness address changes xnust be pxonaptly nzade in wz��ing to tk�e other party. C. Wher�ever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient v�on confirmation of recei�t by the receiving party. 17.02 Camputation of Times When any period of time is referred to in the Contract Documents by days, it will be computed io exclude the first and inciude the last day of such period. If the last day of any sucY� period falls on a Saturday or Snnday or on a day made a legal holiday the next Wozking Day shall became the last day oi the periad. 17.d3 Cumuiative Remedies The duties and obligataons imposed by these Genexal Con:diiions and the rights and remedies available hereunder to the patties hereto are in addition io, 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 ar available by Laws or Regulations, by special warran:ty or guarantee, ox by othez provisio�s of the Contract Documents. The provisions of this Paragraph will be as effective as if repeat�d specifically in th� Contract Documents in connection with each particular duty, obligation, rigl�t, and remedy to which they apply. CP3'Y OF FORT WOR1�1 STANDARD CONSTRUCTION SPECIFICATION DOCTJMENTB Revision: M�¢cii9, 2(77Z0 oa �z ao - � GENERAL CONDITIONS Page b3 of b3 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, rec�uired by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Docuzxzents, wiil su�rvzve £'xnai payrr�ent, completion, and acceptance of tl�e Work or teimination or completion oi the Contract or ternunation of the s�rvices of Contractor. 17.D5 Headings Article and paragraph h�adings are inserted for con�enience only and da not constitute parts of these Gen�ral Conditions. C1TY OF FORT WORTH STAI�iDARD CONSTRUCTION SPECIFTCATION DOCL7Iv1E.I�'['S Revision: Muc�i9,2020 00 73 00 SUPPLSMENTARY CUNDTTIONS Page 1 of 6 SECT�ON 00 '�3 04 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITION� Supplementary Conditions These Supp�ernentary Conditions modify and supplement Section OQ 72 00 - General Conditions, and other provisioz�s of the Coz�tract Dacuments as indicated below. All provzsions of the General Conditians that are moclified or supplemented remain in fulf force and effect as so modified or supplemented. AIl provisior�s of the General Conditions which are noY so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditians whieh are definecl in tiie General Conditions have Yhe meaning assigned to tiiem in the GeneraI Conditions, unless specificalIy nated herein. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-3.03B.2, "Resolving Discrepancies" Plans govern over Specifications. SC-�.Ol A Easement limits shown on the Drawing are appraximate and were provided to establish a basis for bidding. Upon receiving the finaI easements descriptions, Contractor shall compare thefn to the lines shown on the Contract D rawings. SC-4.0] A.l.., "Availabiiity of Lands" The folIowing is a list of known outstanding right-of-way, andlor easements to be acquired, if any as oF July 1, 2020: Outstanding Right-Of-Way, antllor Easements to Be Acquired PARCEL OWNER TARGET DATE N UIVIBER OF POSSESSIQN �liC�7►1� The Contractar understands and agrees that the dates listed above are estimates onIy, are not g�aranteed, and do not bind the City. If Cantractor cansiders the iinaZ easezner�ts prov�ded to differ nnaterial�y from the representations on the Contract Drawings, Contractor shall witYtin five (5) Business Days and befare proceeding witI� the Work, notify City in writing associated with the differing easement line locations. SC-4.p1A.2, "Availability of Lands" CTI'Y OF FORT WORTH 2O21 WOODWAY A[YD SAM CALLOWAl' RESURFACING PRO.lECT STAFYDARD CONSTRUCTION SPECIPICATION DOCUMENTS Revised March 9, 2020 CITY PA07ECT NO. 102879 00 73 00 SUPPL�MENT'ATiI' CONfJ�'I'IONS Page 2 of 6 Utilities or obstructions to be removed, adjusted, andlor relocated The following is list of utilities andlor obstructions that have not been removed, adjusted, and/or relocated as of July 1, 2020: EXPECTED UTILITY AND LOCATION 'T'ARGET DATE OF OWNER ADJUSTMENT ►I�[�]►1� The Contracior understands and agrees that Ehe dates listed above are estimates only, are nat guaranteed, and do not bind t1�e City. SC-4.02A., "Snbsurface and Physical Conditions" The following are reports of expIorations and tests of subsurface conditions at the site af the Wark: A"None" Report No. , dated ,�repared by "Nona" a sub-consultant oi "None". a consultant of the City, proeiding additional in%rmation on "None" The following are drawings of physical condiiions in or relating to existing s�uface and subsurFace structures (except Underground Facilities} which are at or contiguous io ti�e site of the Work; "None" SC-4.Q6A., "Hazardons Environmental Conditions at Site" 'I'he failowiz�g are reports and drawings of e�sting hazardous environmentai conditions known to the City: "None" SC-5.03A., "Certiticates of Insnrance" ' The entities listed below are "additional insureds as their interest nn ay appear" including their respective officers, directors, agents and eingloyees. {1) City {2) Consultant: "None" {3) Other: "None" SC-5.Q4A., "Cantractar's Insurance" The limits of liability for the insurance required by Paragraph GC-5.�4 shall provide the fatlowing caverages for noi less than the follawing amounts or greater where reqaired by lavvs and regulatzons: 5.04A. Warkers' Coinpensation, under Paragraph GC-5.04A. Statutary linnits Employer's tia6ility $]00,000 each accident/accurrence $100,000 Disease - each ennployee $500,000 Disease - poliey Iimit SC-5.04B., "Contractor's Insurance" CTFY OF FORT WORTH 2O21 WOODWAY AN� SAM CALLOWAY RFSURFACING PItOJECI' STANDAItD CONSTRUCTION SPECIFICATIQN DOCUMENTS Revised March 9, 2�20 CITY PROTECI' NO. 102879 OD 73 00 SUFPLEMENTATt'Y CONllTT'TONS Page 3 oi 6 S.O�B. Co�xzmercial General LiabiTity, under Paragraph CC-5.04B. Contractor's Liability Insurance under Paragraph GG5.04B., which shall be on a per project basis covering the Contractor with minimum Iimits of: $I,000,000 each occurrence $2,000,600 aggregate limit The policy must ha�e an endorsement (Amendment — Aggregate Li�xziis of Znsurance} making the General Aggregate Z,imits apply sepaz�ately to each job site. The Commercial General Liability Insuranca poIicies shall provide "X", "C", and "U" coverage's. Ver.i�cataon of such coverage must be shown in the Remarks Article of the Certificate of Insurance. SC 5.04C., "Contractor's Insurance" 5.44C. AutannobiTe Liability, under Paragraph GG5.04C. Contractor's Liability Insurance under Paragragh GG5.04C., which shaIl be in an amount not less than the following amounis: (1) Automobile Liability - a commercial business poIicy shall provide covarage on "Any Auto", defined as autos owned, hired and non-owned. $1,000,000 each accident on � combined single limit basis. Split limits are acceptable if limits are at least: $250,000 Bodily injury per person / $500,000 Bodily Injury per accident / $100,000 Property Damage SC-S.4�D., "Contractor's Insurance" The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deli�eries io crass railraad properties and tracks "None". Ti�e Contractor shall conduct its operations on raikoad properties in such a manner as not to interfere with, hinder, or o6struct the railroad company in any manner whatsoever in the use or opera�ion of its/their trains or other property. Such operations on railroad properties may reqnire that Contractor to execute a"Right of Entry Agreement" with the particular railroad company or companies involved, and to tfiis end the Contractor should satasfy itself as to t�ie requirements af each railroad campany and be prepared to execute the right-nf-entry (if �ny) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private andlor const�-uci�on access roads crossing said xail�road connpany's properties. The Contractual Liability coverage required by Paragrapk� 5.04D of the GeneraI Conditions shaTl provide coaerage for not less than the foTlawing amounts, issued 6y companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Cantractor's operations and work crass, occupy, or touch railroad praperty: (1) General Aggregate: N/A (2) Each Occurrence: N/A _ Required for this Con�ract X Not raquired for tI�is Contract With respect to t�e above outIined insurance requirements, the Follo4rring shall govern: C1TY OA FO1Z1" 4�IORT�3 202] WOODWAY AIYD SAM CALLOWAY RFSiIRFACIlVG PR07ECT STA]VIJARD CONSTRUCTION SPECIFICATION DOCUMSAI'TS Revised Iv[arch 9, 2020 C1TY PR07ECT NO. 102879 00 �s o0 SUPPLEMENTARY COIVDITIOI�S Page 4 of 6 1, Where a singfe railroad campany is involved, the Contractar shall pravide ane insurance policy in Yhe naz�r�e of the railroad company. However, if more than one grade separation or at-grade crossing is affected by the Project at entirely separate iocations on the line ar lines of the same railroad company, separate cQverage may be required, each in �e amount ,stated above. 2. Where mare than ane railroad company is oparating on the same right-of-way or where se�veral railroad camganies are involved and operated on their own separate rights-of-way, the Contractor may be required ta pro�ide separate insurance policies in the name af each railroad company. 3. If, in addition to a grade separa�ion or an at-grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely sepaz�ate frotrA the grade separation ar at- grade crossing, insurance coverage for this work must be included in the policy covering the grade separatian. 4. If no grade separation is iz�volved but other work is proposed on a railroad company's right-of- way, all such other work may be covered in a single palicy for that railroad, even though the work may be at twa or more separate Iocations. No wark or activities an a railraad company's groperry to be perFormed by the Contractor shali be commenced until the Contractox has furnished the City with an original policy or poiicies of the insurance for each railroad corr�pany named, as required above. All such insurance must be approved by the City and each affected Railraad Company priar to the Contractor's beginning vvork. The insurance specified above must be carried untzI aIl Work to be performed on the railroad right-of-way has been completed and the �ade crossing, if any, is no ionger used by the Contractor, In addition, insurance must be cazried during all maintenance and/or regair work perfarmed in the rai�road z�ght-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 invol�ed in the Praject. SC-6.04., "Project 5chedule" Project schedu�e shail be tier 3 for the project. SC-6.07., ��Wage Rates" The following is the prevailing wage rate tahle(s) applicable to this project and is pravided in the Appendixes: GC 6,07 2013 Prevailing Wage Rates (Heavy and Highway Construct�on �roject) A copy oi the table is also available by accessing the City's website at: https:I/ap ps.fortwarthtexa,s.�ov/Pro i ectResonrces/ You can access the file by fallowing the directary path: 02-Construction Doc�xments/Specifications/Die00 — General Conditzans SC-b.49., "Permits and Utilities" SC-6.Q9A., "Contractor obtained �ermi�ts and 1'zcenses" The following are known germits and/or licenses required by the Contract to be acquired hy the Contractor: "None" SC-G.09B. "City obtained permits and licenses" C1TY OF FORT W012TH 2O21 WOODWAY ANB SAM CALLOVYA�Y 12ESUi2FACING PR07EC.`T STA1V1]Ai2D CONSTRUCTION ST'ECIRIC ATION DpCUMENTS Revised Maxch 9, 2U20 C�"Y PR07ECI' NO. 102879 OD 73 00 SilPPLBivIEN'1'AIiX CONI��OIVS Page 5 of 6 The following are known pertnits andlor licenses required by the Contract to be acquired by the City: "None" SC-6.09C. "Outstanding pex�vts and 1'acenses" The foIlowing is a list af known outstanding permits andJor Iicenses to be acquired, if any as of October 1, 2020: Outstanding Permits and/or Licenses to Be Acc�uuired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION "None" SC-7.02., "Coordination" The individuals ar entities listed belovv have conYracts with the City for the performance of other work at the 5ite: "None" Vendor Scope of Work Coordination Authorit Noz�e None None SC-S.Ol, "Communica�ions to Contracior" "None" 5C-9.01., "City's Project Manager" The City's Project Manager far this Contract is Tariqul Islairi ar his/her successor pursuant to wriEten noti�cation from the Director oi Transportatioz� and Public Works SC-13.03C, `�ests and Inspections" "None" SC-1b.01C1, "Meihods and Procedures" "None" I�L1Zf1�.��YYU]�l Revision Log �IATE NAME SUMMARY OF CHANGE CITY OF FORT WQRTH 2O21 WOODWAY AND 3AM CALLOWAY RESUI2FACING PKO7ECF STANBARD CONSTRUCTION SPECIFICATI03V DOCUMENTS Aevised March 9, 202D C1TY P1�OlECT 1V0. 102879 ao �3 00 SUPPLEMEI�FTARY CONDI'I'IONS Page 6 of 6 �/22/2015 �. Griffin SC-9.01., "City's Project Representative" wording changed to City's Project Manager. 3/9/2020 D.V. Ma ana SC-6.07, Updated the link such that files can be accessed �ia the Gity's 9 ,...,ti�,+� CI'1'Y O� NDRT W4RTH 2O21 WOODWAY AND SAM CALLOWAY RESURFACING Y1t07BCT STAI+IDAFLD CONSTRUCI'ION SYECIFICATION DOCUMENTS Revised March 9, 2020 CI'I'I' PItOJECT �'O. 102579 OIll00-1 SUMMARY OR WORK Page I af 3 1 2 3 PARTI- GENERAL 4 ]..l SUMMARY 5 6 7 8 9 10 11 12 13 ?4 15 16 17 I8 1.� SECTION 01 1100 SUMMARY �F WORK A. �ection Includes: 1. Summary of Work to be performed in accordance with the Contract Documents B. Deviations from this City of Fort Worth Standazd Specifzcation �7, �vi(]�iLlL1�T�C�N III�]I� L�GMC�BIL�7ATI[��} SIIA[.I_ iil: �UL��I1)1�'412�' �I"f-1 'I-H!� ]'F�C)aF',C"I- !'!lY ]'I-F;MS� C�l�} ��:Pr�Rl�TF� I'!11'. N�� ]�A�'M]=:ti�' 1�+'�I1..1. Ell: �'9+�J��; �'t�f� 1�Ef)R��l�i�A`f7��+ ,aL[�'r� D�h��=MFi�Li��'�Tl[�?�! �Ft�},�� c��JEi 1..��{�•1.E�3(�� I"� ��I�c.)'�-]�F.�2.�.[� [�Df�,1�1�11. �'RC��_���GSS �F'F'TI��Of�h7i[�lC�'7�71�' 1�+�-aE�iti. �{i:?fV1L113C1.E��r�'I"1.�)fV f'�1Y ��I'I'?1��9 ��j,��,C. �#� F',�[I� Fa�ll2 ��4}'liNS�(�� {'�F V4'��1�K _S3']��']E�IC'.41.1.1�' k�::S,�iI�E�f:l� ��l'l'��k: C'rtihl"k'KAC'�[' ]���}CLiNT��'�'ti C}i'� A� �]_C�� Ilkl�.E� 1�Y �I'I �l:i {'1'i'Y, C. Related Specification Sectia�s include, but are z�ot necessarily �imited to: 1. Division 0- Bidding Requirements, Contract Forms, and Conditaons of the Contract 2. Division 1- General Requirements PRICE AND PAYlV�NT PRQCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various items bid. 21 No sepazata paynr�ent will be allowed for this Item. 22 1..3 REFERENCES [NOT LTSED] 23 1..4 ADMINISTRA,TIVE REQUIREMENTS 24 25 26 27 28 29 3D 31 32 33 34 35 36 37 38 39 A. Work Covered by Contract Documents I. Work is to include furnishing all labar, materials, and equipment, and perforzzaing aIl Work necessary for this construc€ion project as detailed in �he Drawings and Specifications. B. Subsidiary Work 1. Any and alI Work specificalIy governed by documentary requirements for the project, such as conditzons imposed by the Drawings or Contract Documents in which no specific item for bid k�as been provided for in the Proposal and the item is not a typical unit bzd xtem ir�cluded on ihe standard bid item list, then the item shall be considered as a subsidiary item of Woz�, the cost of which shall be included in the price bid in the Proposal for various bid items. 2. MOBILIZATION AND DEMOBILIZATT4N SHALL NOT BE �PAID DIRECTLY BUT SHALL BE CONSIDERED SUBSIDIARY TO THE MA]'OR ITEMS OF WORK. NO PAYMENT WILL BE MADE FOR MOBILIZATION AND DEMIBILIZATION FROM ONE LOCATION TO ANOTHER IN N�RMAL PROGRESS OF PERFORMING THE WORK. C1TY OF FORT WORTH 2O21 WOODWAY AND SAM CALLOWAY RESiJRFACING PRpJECT STANDARD COMSTRUC'I'ION SPECIfFICATION DOCUMENTS Revised Decemher 20, 2D12 C1TY PR07ECP NO. 102879 011100-2 SUMMARY OF WORK Page 2 of 3 1 C. Use o� Premises 2 1. Cooxdinate uses of premises under direction of the City. 3 2. Assume full responsibility for protection and safekeepzng o� materials and 4 equipment stored on the Site. 5 3. Use and occupy only portions o� the public streets and alleys, or other public places 6 or other rights-o%way as provided for in the ordinances of the City, as shown in Che 7 Cc�ntract D.ocuments, or as may be specifically authorized in writing by the City. 8 a. A xcasonable amaunt af tools, materials, and equipment for constructian 9 purposes may be stored in such space, but no xxaor� than is necessary to avoid 10 delay in ti�e construction operations. 11 b. Excavated and waste materials shali be stored in such a way as not to interfere 12 with the use of spaces that may be designated to be left free and unobstructed 13 and so as not to inconvenience accupants of adjacent property. 14 c. If the street is occupied by xailroad tracl�s, the Work shall be carried an in such 15 manner as not io intezfere wiYh the operation af the railraad. 15 I) A,11 Wozk shall be in accorc[ance with railroad requirements set fortk� in l7 Division 0 as well as the railroad permit. 18 19 24 21 22 23 24 25 26 D. Wozk within Easements 1, Do not enter upon pri�ate property for any purpose wi�hout havi�g previously obtained permission from the awner of such property. 2. Do not store equipmenC or maierzal on private property unless and untiI the specified approval of the property owner has been secured in writing by the Contractor azad a copy furnished to the City. 3. Unless specifically provided otherwise, clear all rights-of-way oz easements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the projecC construciion operations. 27 �. Preserve and use every pxecaution to prevent damage to, all trees, shrubbery, plants, 28 lawns, fenc�s, culverts, curbing, and all other types of structures ar improvements, 29 to all wai�r, sewer, and gas lines, to atl conduits, overhead pole lines, or 30 appurtenances Yhereof, including the construction of temporary fences and to all 31 ather public or private property adjacen� to the Woz�. 32 5. No�ify t�e proper representati�es of #he owners oz occupants of the public or private 33 lands of interest in lands w�azch might be affected by the Work. 34 a. Such notic� shall be made at least 48 hours in advance of the beginning af th� 35 Work. 36 b. Notices shall be applicable to both public and private utility companies and any 37 corporation, campany, individual, or other, either as owners oz accupants, 38 whose land or interest in land might be affected by the Wor�. 39 c. �e responsible for all damage or injury to progerry of any character resulting 40 from any act, omission, neglect, or zz�asconduct in the manner or methad or 41 executian of the Work, or at any time due to defective work, material, or 42 equipment. 43 6. Fence 44 a. Restore all fences encountered and removed during construcCion af the Project 45 to the original or a better than original condition. CiTY OP �+OT2T WORTkI 2021 WOODWAY A1Vll SAM Cf#LLOWAY RESURRACLNG PROJ�C'1' S'FANDARD CONSPItUCT10N ST'EC�ICATIOIN DOCUMENTS Revised Decem6er 2d, 2012 CITY PROJEC"I' NO. i02879 O11i00-3 STJMMARY OF WORK Pagc 3 of 3 1 b. Erect temporary fencing in place of the fencing remaved vvhenever the Warlc is 2 not in progress and when the site is vacated overnight, and/or at ali times to 3 pxovide site securiry. 4 c. The cost for all fence work within easements, including removal, temporary 5 closuzes and zeplacement, shall be subsidiary to the various items bid in the 6 project pzoposaI, unless a bid item is specifically provided in the proposal. 7 1.� SUBMITTALS [NOT USED] 8 1.6 ACTION SUBMXTTALS/XNFORMATIONAL SUBMITTALS [NOT US�D] 4 1.7 CLQSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANC� MA'1'ERXAL SiTBMITTALS [NOT USED] 11 1.9 QLTALTTY ASSITRANC� [NOT U�ED] 12 1.1U DELNERY, STORAGE, AND HANDLING [NOT USED] 13 1.11 FiELD [SITE] C�NDITIONS �NOT USED] 14 1.12 WARRA.NTY [NOT USED] 15 PART � - PRODUCTS �NOT USEDI 16 PART 3- EX�CUTION [NOT USED] I7 18 END OF SECTION Revision Log DATE NAME STJMMARY O� CIrANG� I9 C1TY OF FQRT WORTH 2O21 WOQDWAX A�IA SAM CALLOWA'Y 12ESCJR�'AC11�7G PRO]ECT STANDARD CONS'T'RTICI'iON 3PECIFTCATION 170CL1hr1E1V'�'S Revised Decemher 20, 2012 CITY PR07ECT NO. 102879 Oi2S00-1 SUBS"['I'L'UTION PROCEDiJRES Page 1 of 5 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 01 �5 00 SUBSTTT'UTION PROCEDi7RES 5 A, Section Includes: 6 1. The procedure far requesting the appraval of substitu�ion oi a product ihat is not 7 equ'rvalent to a product which is specified by descriptive or perfoxznance cziteria or 8 defined by reference to 1 or more of the followzng: 9 a. :�Iame of manufacturer 10 b. Name of vendor 1 I c. Trade nazne 12 d. Catalog nu�nber 13 2. Subs�itutions are not "ar-equals". 14 B. Deviations from this City of Fort Worth Standard 5pecification l5 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0— Bidding Requirements, Contzact Forrris and Conditions af the Contract 18 2. Division i-- General Requirements 19 1.�, PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsicl�ary to t�e various items bid. 22 No separate paymenC will be allowed for this Item. 23 1.3 REFERENCE� [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 26 27 28 29 30 31 32 33 34 35 36 37 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 o� products in place of those specified. 2. Certain rypes of equiprnent and kinds of materiai are described in Specifications by means of re�erences to naxnes of manufacturers and vendors, trade names, or catalog numbers. a. When t�is znethod of specifying is used, it is not intended to exclude fro�n consideration ather products bearing other manufacturer`s or vendar's names, trade names, or catalog numbers, provided said praducts are "or-equals," as deterrnined by City. 3. Other types of equipment and kinds of material may be acceptable subsiitutians under the follawing canditians: crr� o� �oz��r wou� STA]�DARD CQNSTi2UCTiON SPEC1frICA'T'IOI1 DOCUMENTS Revisad July 1, 2011 2021 WOODWAY AND SAM CALLOWAY RESlJ1ZFACTT�TG T'TtQJECT CTI'Y PidOJECT NO. I02879 012500-2 SUSSTITUTION PROCEDURES Page 2 of 5 1 2 3 4 a. Or-equaIs are unavailable due ta strike, discontinued production of products meeting speciFied requirements, or other factors beyond contro� of Cantractor; oz, b. Contractor proposes a cost andlor time reduction incentive to the City. 5 1.5 SUBMITTALS 6 A. See Request for Substituiion Fozzin (attached) 7 8 9 10 11 12 13 14 15 16 17 IS 19 20 2I 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 4p 47 42 43 B. Procedure for Requesting Substitution I. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. �ubmit 3 copies of each written request for substitution, including: a. Documentation 1) CQmplete data substantiating compliance of proposed substitution with Contract Documents 2) Daia zelating io changes in canstruction schedule, when a reducEion is proposed 3) Data relating to changes zn cost b. For products 1) Product identificatian a) Manufacturer's name b) Telephone number and representative contact narne c} Specification Secfion or Drawing reference of originaIly specz�ied product, including discrete name ar tag number assigned to originaI pzoduci zn the Contract Documents 2} Manufacturer's iiteraiure clear�y marked io show compliance of praposed product with Contract Doc�me�is 3) Itemized comparison of original and praposed pzoduct addresszng product characteristics including, but not necessarily limited ta: a) Size • b) Composition or materials of construction c) Weight d} Electrical or mechanical requirements 4) Productexperience a) Location of past projects �tilizing product b) Name and telephone number of persons associated with re%renced projects knowledgeable cancerning prapnsed product c) Available �eld data and reports associated with pzoposed praduci 5) 5amples a) Frovide at request of City. bj Saznples b�come the property of the City. c. For cox�stz�uci�on m�thods: 1) Detailed description of pzoposed method 2) Illustration drawings 44 C. Approval or Rejection 45 1. Written approval or rejection of substitutian given by the City C1TY OF FORT WOR'I`H 2O21 WOODWAY AND SAM CALLOWAY $E3URPACINC� PROJECT STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS Revised July 1, 2011 CITY PR07ECT NO. 102879 012500-3 SL3BSTITUTIDIV P1tOC�T]U£2FS Page 3 of 5 1 2 3 4 5 6 7 8 9 10 11 12, 2. City reserves tl�e right to require proposed product to comply with color and pattern of specifed product if n�cessary to secure design intent. 3. In the event �k�e substitution is approved, tfie resulting cost and/ar time reductian will b� documented by Change Order in accorc�ance with the Generai Conditions. 4. No additional contract t�me will be given for substitution. 5. Substitution will be rejected if: a. Submittal is not through the Contractox with his stamp of approval b. Request is not made in accozdance with this Specifica�ion Section c. In the City's opinion, acceptance wili require substantial revision of the originai desigxz d. In ihe City's o�inion, substitution wiil not perform adequately t�ie functao� consistent with t�ie design inient 13 1.6 ACTION SUBMXTTALS/INFQRMATIONAL SUBMITTALS [NOT IISED] 14 1.'� CLO,SEOUT SUBM�TTAL� [N�T USED] 15 1.S MAINTENANCE MATERIAL SUBMITTALS [NOT U�ED] 15 1.9 QUALITY AS,SURA.NCE 17 18 19 20 21 22 23 24 25 26 27 28 A. In making request for substitution or zn using an appraved product, the Contractor represents that the Contxactor: i. Has investigated proposed product, and has determined that it is adequate or su�erior in all respects to that specified, and that it will perform function for which it is intended - 2. Will pro�ide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modificaizons if necessary, making such changes as may be required for Work ta be cozz�plete in all respects 4. Wai�ves all clai�s for additiona] costs related to s�bsti�ution which subsequently arise 110 DELIVERY, STORAGE, AND HANDLING [NOT ITSED] 29 1.11 FIELD [SITE] CONDITIONS [NOT LTSED] 30 112 WARRANTY [NOT USED] 31 PART 2� PRODIICT5 [NOT USEDj 32 PART 3- EX�CUTION [NOT USED] 33 34 END OF SECTION Revision I,og CT'F'Y OP FDI2`�' WORTH STANDAAD CONST1tUCTTOIV SP�CTFTCA'I'IO�T DOCUMENTS Revised July 1, 2011 202I WOODWAY AND SAM CAT�LOWA'Y RESURFAC7NCs PR07ECT CI'FY PR07ECT NO. 102879 Oi2500-4 STIJ3S'I'�'[J'I'ION PROCEAURES 1'age 4 of 5 DATE J NAIVIE � SUMMARY OF CHANGE CT'T"Y OF POTZT WORTH 3TANDARD CONSTRUCT[OIV SPECiFTCATiON IJOCIIMENI'S Revised July 1, 2Qll 2021 WOODWAY AND SAM CALLOWAY RESURFACING PROTECT C1TY PROJ�CT 1V0. 1 D2$79 o� zsoo-s 5C7BSTTi'UTION PROCEDURES Page 5 of 5 1 2 3 4 5 6 7 8 9 10 �z 12 13 14 l5 16 17 18 19 2Q 21 22 23 24 2S 26 27 28 29 30 3l 32 33 34 35 36 37 38 39 40 41 42 43 44 45 4b 47 48 49 EXHIBIT A REQUEST F�R SUBSTITUTION FORM: �ro: PR07ECT: DATE: We hereby submit for your consideration the following product instead af the specifi�d itezn foz' the above project: SECTION FARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Incinde complete information on changes to Drawings andloz Speczficat�ons which proposed substit�ztian will require for its proper installat�on. FilI in Blanks Below: A. Will the undersigned contzactoz� pay for claang�s io tia� building design, including engineering and detailing costs caused by the requested substrtution? B. What effect does substitution have on other trades? C. Dif�erences between prnposed substitution and specified item? D. Differences in product cost or product delit�ery time? E. Manufacturer's guarantees of the praposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and qualiry are equivalent or superior to the specified rtem. Submitted By: For Use by City Signature as noted Firm Address Date Telephone For Use 6y City: Approved City CITY OF FORT WORTH STA�A1217 CONSTI2LJCTIOF�1 SYECTHICA'1'TOAI llOC�[JMEN3'S Aevised 7uly 1, 2011 Recommended _____ Not recommended By Date Rexx�az�ks Date Rejected � Recomrnended Received late zozi wooDwa� a� s az� cALLowax z��su���cmrc Pxor�cm CTTY PROJ�C'P NO. 102579 013119-1 PRECONSTRUCTIQN MBETING Page 1 of 3 1 2 3 PART l. - G�NERAL SECTION 0131 19 PRECONSTRUCTION MEETING 4 l.i SUMMARY 5 A. Section Includes: 6 1. Provisions for the preconstruction meeiing to be held prior to Lhe start of Work to 7 � clarify construction contract adminisiration pzocedures 8 B. Deviations from tlus City of Fort Worth Standard SpecificaYion 9 1. None. IO C. Related Specification Sectaons include, but are not necessarily limited to: 11 1. Division 0-- Bidding Requireznents, Contract Forms and Conditions of the Contract 12 2. Division 1�- Generai Requirements i3 1.� PRICE AND �AYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiazy to the vazious ziems bid. 16 No separate payment will be allowed far this �tenr�. 1� X.3 xErEUENCEs [NOT USEn� 18 1.4 ADMITTISTRATIVE REQUIREMENTS 19 20 21 22 23 24 25 26 27 28 29 30 3� 32 33 34 35 36 37 38 A. Coordination 1. Attend precox�struction meeting. 2. Repzesentaiives af 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 znix�utes and retained by City far future reference. B. Preconstruction Meeting 1. A preconstruction m�eting will be held witfiin 14 days after the execution of the Agreement and befoze Work is started. a. The meetang will be scheduled and administered by the City. 2. The Project Representative vcrilI preside at the meeting, prepare the notes of the zneeting and distribute copies of same to all participanis who so requesE by fully campleting the attendance form to be circulated at the beginning of the nr�eeting. 3. Attendance shall incluc�e: a. Project Representative b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier repxese�iatives whom the Contractor may desire to inviEe or the City znay zequest CFI'Y OF FORT WOft'TT� 202i WOODWAY AND SAM CALLOWAY W RESURFACING PROJECT STANDARD C4NSTRUCTION SPECIFIC�TION DOCUMEl�IT5 Revised Aug�st 17, 2012 CI'I'Y PRpJECT NO. 1Q2879 O13I 19-2 PRECONSTRUC'I'�ON IvIEETING Yage 2 of 3 1 2 3 4 5 6 7 8 9 10 11 12 I3 14 IS I6 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 34 40 41 42 43 44 45 e. Other City representatives f. �thers as appropriate 4. Canstruction Schedule a. Prepare.baseline construction schedule in accordance with Sectzon 0� 32 16 and provide at Preconstruct�on Meeting. b. City wili notify Contractor of any scl�edule changes upon Notice af Preconstruction Meeting. 5. Preliminary Agenda may include: a. Lntroduction of Project �ersonnel b. General Descript�an of �roject c. Status of right-of-vvay, r�Y�liiy clearances, easements ar ather pertinent pezznits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Fayments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Lettez for Waste Matenial 1. Insuzance Renewals m. 1�a�roll Certification n. Material Certifications and Quality Controi Tesiing o. Public Safety and Convenience p. Documentaiion oiPre-Construction Condi�ions q. Wee��z�d Work Notafication r. r,egal Holidays s. Trench Safety Plans t. Confined Space Entey Standards u. Coordination with the City's representative for operations of existing water systems v. Stoxm Water Pollution Prevention Plan w. Coozd'znation with other Contractors �. Early Warning System y. Contractor Evaluation z. Special Conditions appLicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Corresponde�ce Routin.g ae. Record Dxawzngs ff. Ternporary construction facilities gg. M/WBE or MBEISBE proced.ures hh. Final Acceptance ii. Final Payment jj. Questions or Comments CTI`Y OF FORT WOR'� 202I WOODV�JA'Y A1V�� SAM CALT,O'VJAY W RESURFACING PRO]ECT STANDARfl CO�ISTRUCTION SPECIFICATION DOCUMENTS Revised August 17, 2012 C1TY Pk0]ECT NO. 102$79 013119-3 PRECO�TSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 �.6 ACTION SUSMITTALS/INF'ORMATIONAL SUBM�TTALS INOT iTSED] 3 1.'7 CLOSEOIIT SUBMITTAL� [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSUlZANCE [NOT USED] 6 L10 DELIVERY, STORAGE, AND HANDLING [NOT IISED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.1� WARI�ANTY [NOT USED] 9 PART � - PRODUCTS [NOT USED] l0 PART 3- EXECUTI�N [NOT USED] 11 12 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE I3 C�'X QF FORT WORTH 2O21 �/OODWAX AN]] SAM CALLOWAY W RE$URFACiNG PROJECT STAIVDARD CO1V8�'RiJCTIOIY SPECIFICATION I]OCUME1+iTS Revised Augnst 17, 2012 C1TY PROJECT 1+r0. 102879 013120-1 PROJECT MPETINGS E'age 1 of 3 1 2 3 PARTl- GENERAL 4 11 SUMMARY SECTION 0� 3124 FR07ECT MEETINGS 5 A. Section Includes: 6 1. Frovisions for project meetings throughout the construction period to enabJ.e oxderly 7 review of the progress of the Work and to prorride foz systematic discussion of 8 potential problems 9 B. Deviations this City of Fort Worth Standard Specification 10 1. None. 11 12 13 14 1.2 C. Relat�d Specification Sections include, but are not necessarily limited to: I. Divisian a— Bidding Requizenrzents, Contract Forms and Conditions of the Contract 2. Division 1— General Req�irements PRICE AND 1'AYMENT PROCEDi]1ZES 15 A. Measurement and Payment 1b l. Work associated with this Item is considered subsiciiary to the variaus items bid. 17 No separaie payment wil� be ailowed for this Item. l8 1.3 REFERENCES [NOT U5ED] 14 1.4 ADMII�I,STRATXVE REQLTIREMENTS 20 A. Coordination 21 1. Schedule, attend and administer as speci�ed, periadic progress meetzngs, and 22 specially called meetings fihroughout progress of the Work. 23 2. Representataves of ContracCor, subcontractors and suppliers attending meetings 24 shall be qualified and authorized to act on behalf of the entity each represents. 25 3. MeeEings adrninistered by City may be tape recozded. 26 a. If recarded, tapes will he used to prepare m�nutes and retained by Ci�;y For 27 future reference. 28 4. Meetings, in addition to those specified in ti�is Section, �nay be held when zeqnest�d 29 by the City, Engineer or Contractor. 30 B. Pxe-Construction Neighborhood Meeting 31 1. After the execution of the Agzeeznex�t, but beiore construction is aIlowed to begin, 32 attend 1 Public Meetin� with a��ect�d r�sidents to: 33 a. Present projected schedule, including const�rruction start date 3A b. Answer any construction reiated questions 35 2. Meeting Location 36 a. Location of ineeting to be determined by tE�e City. 37 3. Attendees 3$ a. Coniractor CiTY OF F4RT WQRTH S"I'ANDAI2D Cd1VSTRUCTION SPECIFICATIOiv DOCUMENTS 1Zevised July 1, 2011 2021 WOODWAY AND SAM CALLOWAY RESUitFAC1NG PROdECT C1TY Y1�O.T�CT N�. 102879 D13i20-2 PRO]ECT MEETINGS Page2of3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 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 � 45 46 47 48 b. Proj �ct Representative c. Other City represenfatives 4. Meeii�g Schedule a. In general, the neighborhood meeting will occur within the 2 weeks fpliowing the pre-constr�action conference. b. In no case will construction be allawed to begiz� until this meeting is beid. C. Progress Meetings 1. Formal project coordination meetings will be held periodicaIly. Meetings will be scheduled and administezed by �roject Representative. 2. Additional progress meet�ngs to discuss speci�c topics will be conducted on an as- needed basis. Suck� additional meetings shaIl include, but not be limited io: a. Coozdiz�ating shntdo�snJns b. �nstallation of piping and equipment c. Coor�inatipn between other construction projects d. Resolution of canstruction issues e. Equipment approval 3. The Project Representative will preside ai pzogzess rneetings, prepare the notes of the meeting and distribute copies of ihe same to all participants who so request by fully completing the attendance fonrxa to be circulated at the beginning of each meeting. 4. At�endance shall ix�clude: a. Contractor's pzoject manager b. Cox�izactor'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 t�ae �raject Representative 5. Preliminary Agenda may include: a. Review of Work progress since previaus meeting b. Field observations, problems, conflicts c. Ttems which impede construction schedule d. Review of off-site fabrication, delivery sch�dules e. Review of construction inierfacing ax�d sequencing requirements with other constraction contracts f. Corrective measures and procedures to regain projected schedule g. Revisions to constructzoz� schedule h. Progress, schedule, d�ring succeeding Work period i. Coorclination of schedules j. Review submittal schedules k. Maintenance of q�zality standards 1. �ending changes and substitutions m. Review proposed changes for: 1) Effect on construction schedule arid o� completion date 2) Effect on other contracts of the Project n. Review Record Dacuments o. Review monthly pay request p. Review status of Reqnests for Tnformation CiTX OF FORT WORTH 2Q27 WOODWAY AND SAM CALLOWAY AESURFACING PR07ECT STANDARD COlVSTRUC'1'ION SPEC1FfCA'f'IOI�! DOCUM8NT5 Revised 7uly 1, 20I l CI'1`Y PRQ]ECT NO. 102879 013120-3 PR07ECT MSETFNGS Puge 3 of 3 1 6. Meeting Schedule 2 a. Progress xn�etings wiil be held periodically as determined by the Project 3 Representa�ive. 4 1} Additional meeiin�s may be held at the request af the: 5 a) City 6 b) Engineer 7 c) Contractar 8 7. Meeting Location 4 a. The City will estabJish a meeii�ag Iocation. 10 1) To the extent pzacticable, z�aeetings will be held at the Site. l I 1.5 SUBM�TTALS [NOT i7SED] 12 1.6 ACTION SUBMTTTALS/[N�'ORMATIONAL SUBMITTALS [NOT USED] I3 1.7 CLOSE4UT SUBMITTALS [NOT USEDI 14 1.8 MAINTENANCE MATERXAL SUBM�TTALS [NOT USED] 15 1.9 QUALITY A,S�TTRANCE �NOT USED] 15 1.10 DELIVERY, STORAGE, AND HANDLING [N4T USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WARIZANTY [NOT USED] 19 PART 2- PRODUCTS [NOT USED] 20 PART 3- EXECUTYON [NOT USED] 21 22 END OF SECTXON Re�visian Log DATE NAME SUMMA1tY OR CHANGE 23 CITY OP FORT W�RTH 2O21 WOODWAY AND SAM CALLOWAY RESURFACING PROJECT STANDARll COI�STRUCTION SPECIFICATION DOCUMENTS Revised July 1, 20] 1 CT7'1' PR07ECT 1V0. 102879 D1 32 33 - 1 PRECONSTRUC'I'ION VIDEO Rage I of 2 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION Q13� 33 PRECONSTRUCTION VIDEO 5 A. Section Ynclu�es: 6 1. Administrative and procedural requirements far: 7 a. Preconstruction Videos 8 B. Deviations from this City of Fort Worth Standard Speci�ca€ion 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 i. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1— General Requirements 13 �.�. PRICE AND PAYM�NT PROCEDURES 1� A. Measurement and Payment l5 1. Woz� associated witI� thzs Item is cozasidezed subsidiazy to ihe vari�ous items bid. 16 No separate payment wiIi be allovved for this Item. 17 1.3 REFERENCES [NOT USED] 18 l.4 ADM�N[STRATZVE REQU�REMENTS 19 A. Preconstruction Video 20 1. Produce a preconstruction video of the site/alignment, incIuding all areas in the 21 vicinity of and to be affected by construction. 22 a. Provide dzgital copy of video upon request by the City. 23 2. R�taiz� a copy of the preconstz�uction video untii the ez�d of the zinaintenance surety 24 period. 25 1.� SUBM�TTALS [NOT IISED] 26 1.6 ACTION SUBM�TTALS/INFORMATXONAL SUBMXTTALS [NOT USED] 27 1.'� CLOSEOUT SUBMYTTALS [NOT USED] 28 1..8 MAINTENANCE MATERIAL SUBMITTALS [N�T USED] 29 �..9 QUALXTY ASSURANCE [NOT U��D] 30 1.10 DELTVERY, STORAGE, AND HANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 L12 WARRA.NTY [NOT USED] 33 PART 2- PRODUCTS INOT U�ED] C1TY OF FORT WOR1'H 2O21 WOODWAY AND SAM CALLOWAY AESURFACING PRO7ECi' STA�TAAIZA COIV3TRUCTION SPECiFICATION DpCUMENTS 12evised .Tuly 1, 2011 C17'X PR07EC[' NO. a 02879 013233-2 PRECONSTRUCTION V1DE0 Page 2 of 2 PART 3 - EXECUTION [N�T USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE C1TY OF FORT WORTH 2O21 WOOI]WA7' AI� SAM CA,T.LOWAX RRSUi2FAC]NCr PIt07ECI' STANDARD CONSTRUCTI03V SPECIFICATION �OCUMENTS Re�ised 7uly 1, 2011 C1TY PRO7ECT NO. 102879 O13300-1 SLTBMTT 1'ALS Page 1 of 8 � 2 3 PART1- GENERAL 4 1.1 SUMMARY sECTroN ox 3� oa SUBMITTALS 5 A. Section Includes: 6 1. Genczai methads and reqnire�nenCs of submissions applicable to the following 7 Work-related submittals: 8 a. Shop Dzawir�gs 9 b. Product Daia (incIuding Standard �roduci Lzst submiitals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. Nane. I4 15 16 17 1.� C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Farms and Conditions of the Contract 2. Division 1— General Requirements PRICE AND PAYMENT PROCEDURES I 8 A. Meas�zeznant ar�d Payznent 19 1. Work associated with this rtem is considered subsidiary to tk�e vazious itezns bid. 20 Na separate payment will be aliowed for t�is Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMII�ISTRATIVE REQUIREMENTS 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the subniaittals frozn the r�quirements of the Contraci Documents. 2. Coordinataon of Subrr�ttal Times a. Prepare, pzzozitize and txanszzut each subznattal sufficiently in advance oi paz�az-z�ng the related Wozk or oth�r applicable activities, or wiChin the Cime speeifed in Lhe individual Work Sectzons, o� ilae Speci�ZcaEions. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) DisapprovaI and resubmittal (if required} b) Coordination v�rfth other submittaIs c) Testing d) Purchasing e) Fabrication � Delivezy g) Similaz seqaenced activities c. No extension of time vvill be aatharized because of the Contzacioz's failuze to transmit submittals suf�ciently in advance of the Work. C1TY QF FORT WORTH 2O27 WpQDWAY AND SAM CAI.I.OWAX RESURPACTNG PT20.TECT' STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 2D, 2012 C1TY PRQJECT NO. I02879 O] 33 QO - 2 SiTBMTI'TAI S Page 2 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 d. Make submittals promptly in accordance wit�i approved schedule, and in such sequence as to cause no delay in the Wark or in the work of any other contractor. B. Submittal Numbering 1. Wl�en submitting shop drawings or samples, uta�ize a 9-character submittal cross- reference identi�ication numbering systezx� in tbe foilowing manner: a. Use t�e �irst 6 digits of the applicable Speci�ication Section Nurnber. 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 nu�nber would be as foilows: a3 3a oo-os-B 1) 03 30 00 is the Specification Section for Concrete 2) O8 is Che eighth initial submuittal under this Speci�ication Sec�ian 3) B is the third submission (second zesubzxa�isszon) of that particular shop dzawi�g C. Contractoz C�zti�caiion 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 Cantract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor vvith a Certification Statement affixed including: , a. The Contractor's Company name b. Signature of submittaI reviewer c. Certification Statemen� 1) `By this subz�aiital, Z hezeby zepxesent that I ha�e determined and �erified field rr�easurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item wit� other applicable approved shop drawings." D. Submittal Format 1. FoId shop drawings larger than 8 i/z inches x 11 inches to 8 1/z inches x � linches. 2. Bind shap drawings and product data sheets tagether. 3. Order a. Cover Sheet 1) Descriptian of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop DrawingslSamples /Calcula�ions E. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF 1�OKT WORTH 2O21 WOODWAY AND SAM CALLOWAY RESURFACING PROJSCI S'�'ANDARD C�NS'I'RUCTTON SPECIRICATION DOCUMENTS Revised T7acem6ei 20, 2012 CITY PR07ECT NO. i02879 013300-3 SUI3MPI'iALS Yage 3 vf S I 2 3 4 S 6 2. The Project tit�e and number 3. Cont�ractoz identa�cat�on 4. The names of: a. Contractoz b. Supplier c. Manufaciurer 7 5. Tdentification of the product, with the Specificatian Section number, page and 8 paragraph(s) 9 6. Field dimensions, clearly identified as suci� i0 7. Relation to adjacent or critical features of the Work or materials ll 8. Applicable standards, such as ASTM or Federal Specification numbers 12 9. Identification by highlighting of deviations from ContracC Documents 13 10. Identification by highiighting of revisions on resubmittals 14 11. An $-fnch x 3-inch blank space for Contracior and City stamps 15 16 z7 1$ 19 20 21 22 23 24 25 26 27 zs 29 3d 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 F. Shop Drawings . 1. As specified in individnal Work Seciions includ�s, but is not necessaz�ily liznzted io: a. Custom-prepared data such as fabrication and erect�on/installaiion (working) drawings b. ScheduIed infarmatian c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings � h. Zndividual system or equipment inspection and test reports includ[ng: 1) Pezfazrnance curves and certifications i. As applicable to the Wark Z. Details a. Relation of the various parEs 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 DaCa 1. For submittals of pzoduct data foz- pz-oducis included an the City's Standard Product List, clearly zdentify each item selected far use on the Project. 2. Foz subrnittals of product data foz pzoducts not included on the City's Standard �zoduct List, submittal data may include, but rs 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 instalIation instructions 2) Availability of colors and paiterns 3) Manufactuzez s printed stateznenEs of cozx�plzances and applicability 4) Roughing-in diagzaxns and t�noplaies 5} Catalog cuts 6) Produci pk�otogzaphs CI'I'Y QF FQRT WORTH 2O21 WOQDWAY AND SAM CALLOWAY RESURFACING PRQJECI' STAi�iDARD CONSTRUCTIOTT SPECIFICATIpN DQCIIMENTS Revised Becember 20, 2012 C1TY PROJECT NO. 102579 O] 3300-4 SUBMIITALS Page �E of 8 I 2 3 4 5 6 7 8 9 1Q 11 ]2 i3 14 15 16 17 7) Standard wiring diagrams 8) Printed performance cur�es and aperational-range diagraz�r�s 9) Froduction or quali�y control inspectaon az�d iest reports and certificaTions 10) Mill reporCs 11) Pzoduct operating and rnaintenance instructions and recommended spare�parts listing and printed �ro$uct warranEies 12) As applicable to the Work H. Samples 1. As specified in individual Sections, include, but are not necessazily Izznited to: a. Fhysical examples of the Work sucla as: 1) Sectians of manuFactured ar fabricat�d Work 2) Small cuts oz� containers o� materials 3) Coznplete units af repetiti�rely used products color/texture/pattern swatches az�d razzge sets 4) Specimens for coorrlination of visual effect 5) Graphic symbols and units of Work to be used by the City far independent inspection and testing, as applicable to the Work 18 I. Do not start Work requiring a shop drawing, sample or produci data noz ax�y naaterial to 14 be fabricated or installed priar to the approval or qualifiec€ approvaJ. of such itezn. 20 1. Fabrication performed, materials purchased oz o�-s�te canstruction accorriplished 21 which does not conform to appzoved shop dzawin�s and data is at the Contractor's 22 zz sk. 23 24 25 26 27 28 Z9 30 31 32 33 34 35 36 37 38 39 4D 41 42 43 44 45 46 47 2. The City ovill nat be liable for any expense or deIay due to correctior�s or remedies required to accamplish conformity. 3. Complete project Work, materials, iabrication, and i�staIXat�ans in canforrr�ance with approved shop drawings, applicable sazx�ples, and product data. J. Submittal Distribution 1 2. Elec�ronic Dist�r�butzon a. Canfirm de�elapment of Project directory for electronic submittals to be uplaaded to City's Buzzsaw site, or another external FTP site appraved by the City. b. Shop Drawings 1} Upload subzxaittal to designated project direetory and notify appropriate City xepz�ese�iatzves via email of submittal posting. 2} Hazd Copies a) 3 copies for all submittals b) Tf Contractor rec�uires more than 1 hard copy of Shop Drawings returned, Contractar shaIi submit more than the number of copies listed above. c. Product Data �) Upload subz�ittal to designated praject directory and notify appropriate City represen.tatives via email of submittal posting. 2) Hard Copies � a} 3 copies for all submittals d, Samples i) Distri6uted to the Praject Representative Hard Copy Distribution (if required in lieu of electronic distribution} CTI'Y OF FOAT WORTH 2O21 WOOIJWAit AND SAM CALLQWAY RE$URFACING PROJECT STANDARD CONSTRUCTI0�1 SPECIFICATION DOCUMENTS Revised December 20, 2Q12 CITY PROIECT 1�i0. 102879 OI3300-5 SUBMl'ITAiS Page 5 oF 8 1 2 3 � 5 6 7 8 9 10 11 i2 13 14 15 16 17 18 19 aa 21 22 23 24 25 26 27 28 29 30 3i 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 �7 48 a. Shop Drawings 1) Distributed to the City 2) Copies a) S copies for mechanical submittals b) 7 copies %r all other submittals c) If Contractor requires more than 3 copies of 5hop Drawings returned, Coniractor shall submit more than the number of copies listed above. b. Product Data 1) DiSiributed to khe City 2) Copies a) � copies c. Samples 1) Distributed to the Project Representative 2) Copies a} Submit the number stated in the respective Specification Sections. 3. Distrzbute reproductions of approved shop drawings and copies of approved produci data and samples, where required, ta the job site file and elsewhere as dizected by the City. a. Provzde number of copies as directed by Che City but not exceeding the number previousIy s�ecified. K. 5ubmittal Rev�ew 3 L'� 1. The revievc+ af shop drawings, data and sarnples wiIl be for gen�zal confozzxianc� with the design concept and Contract Documents. This is nat ta be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, climensions, and materials c. Approving departures from details iurnished by the City, except as otherwise pzovided hezezn 2. The revievc� and appraval of sfiop drawings, sampies oz pzoduct data by tk�e Caty does not relieve the Contractar fram his/her responsibility with regard to tk�e fulfillment of the terms of the Contract. a. A�1 risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. The Contractor rernains responsible for details and accuracy, for coordinating the Work with aIl other associated work and trades, for select�ng fabrication processes, for techniques of assembly and for perfornung Work in a sa% manner. If the shop drawings, daia or samples as submitted describe variations and show a depaztuz�e fraz� ihe Contzact requizezn�nts which City finds to be in the inCerest of the City and ta be sa minor as not to involve a c�aaxage zn Contract Price or time for performance, the City �nay return the revievved dravc�ings 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 equipznent and/or maierial for manuiacture. b. Cflde 2 Cl'I'Y OP FOI2T WORTI� 2D2] WOODWAY AND SAM CALC.OVirAI' 12ESURFACING PROdECT STAIVDARD CONSTAUCTION SPECIFICATION DOCUMEI�TS Revised December 20, 2012 CPI'Y PR07ECT NO. 1D2$79 O] 3300-6 SUBMI1"IALS Page 6 of S 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 15 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 �6 47 48 49 1) "EXCEPTIONS NOTED". Tlus code is assigned when a confirmation of the notations and comments IS NOT required by the Contxactor. a) The Contractar may release the equipment ox zinate�al for manufactr�re; however, all notations and comments znust be zncorporated into the iinal product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extenszve enough to z�equize a resubmittal of the package. a} The Contractor may release the equapm�nt oz rnaterial for manufacture; however, all notations and comments must be zncozporated into the final praduct. b) This resubznuttal is ta address all comments, omissions and non-conforming itezzzs that were noted. c} Resubz�ittal zs to be recei�ed by the City within 15 Calendar Days of the date of the City's transmittai requiring the resubmittal. d. Cade 4 1) "N4T APPR�VED" is assigned when the submittal does not meet the intent of the Contract Documents. a} The Contractar must resubmit the entire package zevised to bring tha submittaI into conformance. b) It may be necessary to z�subz�it using a different manufacturer/vendor to meet the Contract Documents. G. Resubmittals a. Handled in the same rnanner as first submittals 1) Corrections other than requested by the City 2) Maxked with re�ision triangle or othex sizx►ilar method a} At Contractor's risk if not maxked b. Submittals for each itezn wilX be reviewed no more than twice at the City's expens�. 1) All sr�bsequent reviews will be perforrned at times convenient to the City and ai the Cantractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to tk�a City within 34 Calendar Days for all such fees invoiced by the City. c. The need ior Fnox� than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractar to an extension of Contract Tinne. 7. Partial Sr�bmittals a. City reserves the right Eo not review submittals deemed pa�rtial., at t�� City's discretion. b. Submittals deemed by the City to be not coznplcte will be returned to the Contractor, and wili be considered "Not Appzoved" until resubmitted. c. The City may ai its option pzo�de a list ar marlc the submittal ciirecting the Contractor to the areas ihat aze incomplete. 8. If ihe Contractor considers any carrection indicated on the shop drawings to canstitute a change to the Contract Documents, then written notice must 6e provided Yhereof to the City at least 7 Calendar Days prior to release for manufacture. CTI'Y OF F`ORT WOKTH 2O21 WOOYJWAY AND SANZ CALLOWAX RESURFACING Pf20JECT S"I'AN17AItI7 CONS'�2UCTION 3PECIFICATIOI�i DOCUMENTS Re�ised December 2Q 2012 CFI'Y PROTECT 3�'O. 102879 0133OD-7 SUBMITTAI S Page 7 of 8 i 4. When Che shop drawings have been completed to the satisfaction of the City, the 2 Cox�tzactoz znay carry out the construction in accordance therewith and no furiher 3 ck�anges therein except upon written instructions from the City. 4 ].0. Eac� subznitial, appzopriataly coded, will be returned within 30 Calendar Days S following receipt of submittai by the City. 6 L. Mock ups 7 1. Mock Up units as specified in individual Sections, include, but are not necessarily 8 limited to, co�nplete units of the standard of acceptance for that type of Work to be 9 used on the Project. Remove at the completion of the Wark or when directed. 10 M. Qualifications 11 I. If specifically required in other Sections of these Specifications, submit a P.E. 12 Certif�cation for each item required. 13 N. Request for Information (RFI) 14 i. Cantractar Request for additionaI information 15 a. Clarification ar interpretation of the contract documents 16 b. When ihe Contractor believes there is a conflici between Con�ract Documents 17 c. Wk�en the Contzactor believes theze is a conflzct between the Drawings and 18 Specificatian5 I9 1} Identify the conflict and request clarification 20 2. Use the Request for Information (RF� form provided 6y the City. 21 3. Numbering of RFI 22 a. Prefix with "RFI" followed by series nurr�ber, "-xxx", �eginning with "al" and 23 increasing sequentially with each additional transmittal. 24 4. ,�uff cient in%rmation shall be attached to pernut a written response without furCher 25 informaiian. 26 5. The City will log eacfi request and will revievv the request. 27 a. If review of the project information request inc[icates that a change to the 28 Contract Documents is required, the City will issue a Field Order or Change 29 Order, as appropriate. 30 1.5 SLTBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED� 32 1.7 CLOSEOUT SUBMITTALS [NOT US�D] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED� 34 1.9 QUALITY ASSURANCE [NOT USED] 35 1.10 DELIVERY, STOIZAGE, AND HANDLING [NOT USED] 36 1.11 FIELD [SITE] CONDITIONS [NOT USED] 37 1.12 WA1ZItANTY [NOT IISED] CTI'Y pF FORT WORTH 2O2I WOODWAY AND SAM CALLOWAY RESURFACiNG PR07ECT STANDAI�D CONSTIZTJCTIDN SPECIPICA'I'ION DOCUMENTS Aevised December 20, 2012 CTfY PROJECT 1+10. 142879 013300-& SUBMITTALS Pagc S of S 1 PART � - PRODIICT5 [NOT USED] 2 PART 3- EXECUTION [NOT USED] 3 END OF SECTION Revisian Log DATE NAM� SUMMARY OF CHANGE 12/20/2012 D. 7ohnson 1.4.K8. Working Days modified to Calendar 17ays CPfY OF FORT WORTH 2O21 WDODWAY AND SAdvI CALLOWAY RESLFRFACING PR07ECT S'�'ANAARI] CONS'CRUCTiON SPECiFICATION DOCUMENTS Re�ised T7ecember 20, 2012 C1TY PRpfECT NO. IQ2879 p73513-1 SPECIAL PR07ECT PROCEDlIRES Page ] of 8 1 2 3 PART1- GENERAL 4 1.1 SLTMMARY 5 6 7 8 9 1p 11 12 13 14 15 16 17 l8 19 Za 2] 22 23 SECTION 0135 13 S�ECTAL PROJECT PAQCEDURES A. Sectioz� Includes: 1. The procedc�res for special project circumstances that includes, but is not limited to: a. Caardination with the Texas Department of Transportation b. Work near High Voltage Lines c. Confined Space Entry Program d. Air Pollution Watch Days e. Use of Explosives, Drop WeighE, Etc. f. Water Department Noiification g. PubLic Notificataon Frioz to Beginning Constructior� h. Coordination with Uz�ited Siates Army Corps of Engineers i. Coozdinatian within Railraad permits areas j. Dust Contral k. Employee Parking B. Deviations from this City of Fort Worth Standard Specification T . None. C. Related Specification Sections inciude, but are noC necessariiy limited ta: 1. Division 0— Bidding Requirenr�enis, Contract �ozrns and Conditions of the Contract 2. Divisio�x 1--- Gex�eral Requirements 3. Section 33 12 25 -- Connection ta Existing Water Mains 24 1.� PRICE AND PAYMENT PROCEDURES 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 4I 42 A. Measurement and Payment 1. Coordination within Railroad permit areas a. Meas�zrement 1) Measurement for this Item will be by lump surn. b. Payment 1) The work perforzned a�d znatazials furnished in accordance with this Itern will be pa�id foz at the lump sum price bid for Railroad Coordination. c. The price bid slaall ir�clude: 1) MobiIization 2) Inspectioza 3) Safety training 4) Adctitionallnsurance S) Insurance Certificates 6) Other requiremenis associated with ge�eral coord�inatio�x wit� Railroad, incIuding additional employees required io protect the right-of-way and property of ihe Railroad from damage az�sir�g aut o� andloz from the construction of the Project. 2. Railroad Flagmen CTI'Y OF FORT WORTH 2O21 WOODWAY AND SAM CAT,�.OWAY 12L�SLJRPACING PiZ07LC1' STl�TDARD COAISTRUC'I'ION SPECIFICATIQN DOCl1MENTS Revised December 20, 2D12 CITY PR07EC'I' NO. 102879 013513-2 SPBCIAL PR07ECT PROCEDURES Yage 2 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 a. Measurement I) Measurement for this Item will be per working day. b. Payment 1} The work performed and ma�erials furnished in accordance with tt�zs Itezn will be pazd for each wozking day that Railroad Flagmen are present at the Site. c. The price bid shall inelude: 1} Coordination for scheduling flagmen 2) Flagmen 3) Other requirements associated with Railroad 3. All other items a. Work associated wiifi these Items is conszdered subsidiary to t�e various Items bid. No separate payz�r�ez�t will be aJlowed for ihis Ttem. 14 1.3 REFERENCES 15 A. Reference Standaxds 16 3. Reference standards cited in this Specification refer to the current �eference 17 standard published at the time of ihe latest re�ision date logged at the end of this 18 Specification, unless a date is specificaily cited. 19 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public SaFety, Chapter 752. 20 High Voitage Overhead Lines. 21 3. North Central Texas Council of Governments {NCTCOG) — Clean Constructian 22 Specificatian - 23 24 ZS 26 27 28 29 30 31 32 33 34 35 36 37 3S 39 40 41 42 43 44 45 1.4 ADM�N�STRAT�VE REQUYREMENTS A. Coordination with the Texas Department of Transportation 1. When work in the right-of-way which is under the jurisdiction of the Texas Departsnent of Tzaz�sportation (TxDQT): a. Notafy the Te�as Department of Transportation prior to cammencing any work therein in accardance �ith tY�e proeisions of the permit b. All work performed in the TxDOT right-of-way shalI be performed in compliance with and subject to approval from the Texas Department of Transportation B. Wark near High Voltage Lines I . Regulatory Reyuirements a. All Wozk near Hi�h Valtage Lines {more than b00 volts measured between conducrors or between a conductor and the ground} shall be in accordance with Health and Safety Code, Title 9, Subtitle A, Chapter 752. 2. Warning sign a. Provide sign of sufficient size meeting all OSHA requirements. 3. Equipment operating within 10 feet of high �oltage lines will require the following safety features a. Insulating cage-type of gaaxd abaut tlae boom or arm b. Insulatoz Iinks on the lift hook connectians 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 af higY� �oltage electric lines CTI'Y OP FORT WORTH 2O21 WOODWAY AND SAM CALLOWAY liESTJRFACTNG P120JECT STANDAAD CpNSTRUCTION SPECIFICATION DQCUMENTS 12e�ised DecembeA• 20, 2012 CITY PR07ECT 1V0. 102579 013513-3 SPECTAI. P120]ECT P1tOCEDIJitES Page 3 of S 1 2 3 4 5 b 7 8 9 l0 11 12 13 14 15 lb 17 18 19 20 21 22 23 24 25 2b 27 28 29 30 31 32 33 3A 35 36 37 38 39 4p 4T 42 43 44 45 ,, a. Noti�cation shalt be given to: 1) The power compariy (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 corripany to: a) Erect temparary mechanical barriers, de-energize the Iines, or raise or 1Qwez tk�e lines c. No personnel m�y work �cnrithin 6 feet af � fiigh voltage line before ihe 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 Perrr�t Required for Confined Spaces D. Air Pollution Watch Days X 2. Genexal a. Obsezve the following guidelines relating to working on City coastruction sites on days designated as "AIlt �'OLLUTION WATCH DAYS". b. Typical Ozone Season 1) May 1 through October 31. c. Critical Emission Time 1) 6:00 a.m. to 10:0a a.m. Watch Days a. Tk�e Texas Caraamassion on Environmental Qualzty (TCE�, in coordiz�ation with Y�e Na�ionaI Weather Service, will issue the Air Pollution Watch by 3:00 p.m, on the afternoon prior to the WATCH day. b. Req�irements 3) Begin work after 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of i ho�ar. 2) However, the ContracCor may begin work priar to lO:Ofl a.m. if: a) Use of moto�zed equipz�r�ez�i is less than 1 houx, oz b) If equipm�ni is new and certified by E�A as "Low Enaitting", oz equipznent burns Ultra Low Sulfur Diesel (ULSD), diesel err�ulsions, oz alterna�ir�e fuels such as CNG. E. TCEQ Air Permit 1. Obtain TCEQ Air Permit for constructian activities per requirements of TCEQ. F. Use of Explosives, Drop Weight, Etc. 1. When Contract Documents permit on the project the following will appIy: a. PubIic Notif catian 1) SubmiC notice to City and pxoof of adequate insurance cov�zage, 2A hours prior to cornmencing. 2) Minimum 24 hour public r�otaficatior� in accoz-dance w�ti� Sectioz� Ol 3l l3 G. Water Dcpartz�rzeni Coazdinatipn C1TY OF FORT WORTH 2O21 WOODWAY AND SAM CALLOWAY RESEJRPACING PT20JECI' STANDARD CONSTRUCTION SPECIPICATION DOCT7MENTS Revised December 20, 2012 CTPY PROJECl' NO. 102879 o� 3s i3 - a SPBCIAL PROJECT PROCEI}URES Page 4 of S 1 1. During the construction of t�is project, it will be necessary to deactivate, for a 2 period of time, existing lines. The Cantractoz sha1T be required ta caordinate with 3 the Water Departnrzent to determine the best times for deacti�vating and activating 4 those lines. 5 2, Coordinate any event that will require connecting to or the operation of an existing fi City water line system with the City's representative. 7 a. Coordination shall be in accordance with Section 33 12 25. 8 b. If needed, obtain a hydzant watex z�netez from the Water Department for use 9 durzng the life of named praject. 10 c. � the ever�t that a water �aTve an an existing live system be turned off and on 11 ta accommodaYe the construction of the project is required, coordinate this 12 activity through the appropriate City representative. 13 1} Do not operate water line valves of existing water system. 14 a) Failure to comply will render the Cantractor in violation of Texas Fenal 15 ' Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 16 will be prosecuted to th� full e�tent of the law. 17 b) In addition, the Contractor will assuzz�e all liabilities and 18 xesponsibilities as a result of these actians. 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 H. �ublic Notificaiion Prior to Beginning Construction 1. Prior to beginning construction on any block in �e project, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construcCion. The notice shall be prepared as follows: a. Post notice or flyez 7 days prior to beginning any construction activity on each block in the project area. 1} Prepare flyer on the Contractor's letterhead and include the following informa�ion: a) Name af Project b) City Project No (CFN) c) Scope of Project (i.e, typ� of con�sCruciian activity} d) Actuat constructian duration within the block e) Name of the contractor's foreman and pl�one number � Name of the City's inspector and phone number g} City's after-hours phone number 2} A sample of the `pre-construction notification' flyer is attached as Exhibzt A. 37 3) Submit sck��dule showiz�g the construction start and finish time for each 38 biock of tlae pzoject to tiae inspectoz. 39 4) Deliver flyer to the City Tnspector for re�view prior to distribution. 4[} b. No construcEion will be allowed to begin an any block until the flyer is 41 delivered to all residents of t�e block. 42 I. Public Notification of Temparary Water Service Interruption during ConsCruction 43 1. In the event it becomes necessary to temporarily shui dowz� watez se�rvzce ta 44 residents or businesses d�aring construction, pxepare an.d deliver a z�otice oz flyar of 45 the pending int�rzuption to the front doar of each affected resident. �6 2. Prepazed noiice as fallows: 47 a. The not�fication or flyer shall be posted 2� hours priar to the temporary 48 interruption. Cli'Y OF FORT WOTt"IT� 2021 WOOI]WAY AND 5AM CALLOWAY RESURFACIl+IG PROJECT STANDAAD CONSTRUCTTON SPECIFICATION DOCUMENTS Revised December 2Q, 2012 CITY PROdEG"I' I�Q I02879 0135I3-5 SYECIAL PR07ECT PROCEDURFS Page 5 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 ]9 20 21 22 23 24 25 26 27 28 29 3a 31 32 33 34 35 36 37 38 39 ao 41 42 43 44 b. Prepare flyer on the contractor's letterhead and incIude the following iz�foznaation: 1} Name of the project 2) City Project Numbez 3) Date af the interruption oF service 4) Period the interruption will talce place 5) Name of the contractor's foreman and phone number 6) Name of the City's inspector and phone number c. A sample of the temporary water service interruption notification is attached as Exhibit B. d. Deliver a copy of the temporary interruption notification to the City inspector for r�view prior to being distributed. e. No intezzuption o� watez service can occur until ihe flyer has beaz� delzvezed ta all af�ected zesidents and buszz�esses. f. Electronic versions of the sample flyers can be abtained from Lhe Project Construction Inspector. J. Coordination with United States Army Corps of Engineers (USACE) 1. At locatians in the Project where construction activities occnr in areas where USACE permits are required, meet aIl requirements set forth in each designated permit. K. Coordination within Railroad Permit Areas l. At locations in the project where construciion activities occur in areas where raz�road permits are required, meet all requirements set fortla in each designated railroad permit. This includes, but is not limited to, pzovisions for: a. Flagmen b. Inspectors c. 5afety training d. Additional ins�arance e. Insurance certificates f. Other employees z�quired to protect the right-of-way and pzop�rty of the Railroad Campany from damage arising out of and/or from the construction of the project. 1'roper utility clearance �rocedures shall be ased in accordance with the permit guidelines. 2. Obtain any supplemental information needed to comply with the railroad's requirements. 3. Railroad Flagmen a. Snbmit receipts to City for verification of working days that railroad flagmen were present on Site. L. Dust Control l. Use acceptabl� zir�easuzes to contzol dust at the Site. a. If water is used io control dust, eapture and praperIy dispose af vvaste waier. b. If wet saw cutting is performed, capture and properly dispose of slurry. M. Empioyee Parking l. Provide parking for employees at locations approved by the City. C1TY OF FORT WORTH 2O21 WOODWAY AND SAM CALLOWAY RESURFACIFYG PROJECT STANDARIa CONS'I'RUC'I'IQIY SPECiFICA,TION DOCIJMENTS Revised December 2D, 20I2 CITY PROJEC'1' NO. 102879 013513-6 SPECIAL PRO]ECT PAOCEDiJRES Page 6 of 8 1 1.5 SUBMITTALS �NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SLTBNIITTALS [NOT USED] 3 I.i CLOSEOUT SUBM�TTALS [NOT USED] 4 1.8 MAINTENANCE MATERTAL SUBMXTTAL� [N�T USED] 5 1.9 QUALITY ASST.TRANCE [NOT USED] 6 l.Ifl DEL�VERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD �SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 3. - PRODUCTS [NOT US�D] 10 PART 3- EXECUTION �NOT USED� 11 12 END OF SECTION Re�ision Log DATE NAME SUMMARY OF CHANGE 1.4.8 — Added requirexinent of corapliance with Health and Safety Code, TiUe 9. 8/31/2012 D. 7ohnson Safety, SubLitic A. Pablic Safety, Chapter 752. HigE� Voltage Overhead Lines. 1.4.E — Added Cantractor responsibility for obtaining a TCEQ Air Peimit 13 ` CI'I`Y pF FpRT WOIZTH 2p21 W40DWAY AND SAM CALLOWAY RESUILRACING PROSECT ST.ANDARD CONSTRUCTiON SPECII�TCA"fTOAT 1�OCT1TvIENTS Revised December 20, 2012 C1TY PRQ7ECT NO. 102579 D1 35 13 - 7 SPECIAL PROJECT PROCEDURSS Page 7 of 8 1 2 3 4 5 6 7 S 9 10 11 12 13 14 ZS 1b 17 18 19 20 21 22 23 24 25 26 27 28 24 3a 31 32 33 34 35 36 37 Date: CPN No.: Praject Name: Mapsca Loca�ion: Limits of Construction: �XH:[I3ZT A (To be printed on Contractor's L.etterhead) � - � - � � � i I' ' '' 1 � � i � ' TFiIS IS i0 lNFORM YOU TFiAi UNb�R A COi��RAG� WI�'b �b� CITY OF �ORT WOf�`iH, OU� COIVIIPANY WI��, WO�K Otd UiILiiY LINES OI� OFt AR4Uf�D YOUR 4�RO��f�TY. COF�S�RUC fION WiL� ��GIiV �PpROXl19lIAT�LY SEVEN DAYS FROflA THF DA7E O�' iblS NO I IC�. IV� YOU HAV� QUES�'IOh�S ABOU�' ACC�SS, S�CURIYY, SA��TY OR ANY OTFiER ISSU�, PL�ASE CALL: fVQC. cCONTRACiOR'S SUPERINTENDENT� AT CTELEPHONE NO.� O� iiNr. �CITY �NSP�CTOR� A� � TEI.EPFIONE NO.� A�'TER 4:30 pfi� 4�i ON WEE�C�f�DS, �L�AS� CA�� (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL C1TY pF FORT WQRTH 2O21 WOODWA�Y AND SAM CAT,LOWAY RESUI2FACING PROJEC"I' STANDAC� CO1VS'T'RTJCTTOIV Sl'ECIFICATTON ]70CCJMEIVTS Revised Decerrtber 20, 2(712 C1TY PRQJ�C'1' NO. 1d2879 013513-8 SPECIAL PROJECT PROCSDi7RE5 Page 8 af S 1 2 EXHIBIT B ��R'T �'OI�T�-I �: �� �s. � � �: �!�'�I�� C��' T������ �11�L�1�� �1�lti�C� ��������� DUE 'I'O U�LITY I1VY�'I2QV�MENTS IPi 'YOUR Pi�IGHB012�TOOD, YOiJR WA.TER SERVICE VVT[�I. BE II�TERRUPTEYl ON BETWEEl� T��: HQUR3 �F AND IFYUU HAV� Ql]ESTI4N8 ABO[JT 1'�iiS SIiUT-pi3'I`, PI.EASE CALL: MR AT {COIVTRACTORS SL7PEItIAiTEN71E1�'1') (TELEPHONE l�i[TMBER) O�i �R. a,�r (CITX I1�3PEC'TOR) (TELEPHONE NiTMSER) TFII$ I�iC�NVENiENCE WILL B� AS BHORT AS POSSIHLE. TiTAlVh� YOiT, CONTRACTOR c3 4 CTC'Y OF FORT WOATH 2O21 WOODWAX AND SAM CALLpWAY RESUlZFACllVG YKOJECl' STANDARD CONSTRUCTI�N SP�CIFICATION DOCUMENTS Revised December 20, 2Q12 C1TY PK03ECT AlO. 102879 OI4523-] TESTING AND INSPECTION SERVICES Page 1 of 2 Z 2 3 PART1- GENERAL SECTION 0145 23 TEST]NG AND INSPECTION SERVICES 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing and inspection services procedures and coordanation 7 B. Deviations frorn this City of Fort Worth Standard Speci£ication 8 1. None. 9 10 11 12 1.� 13 l4 15 16 17 18 19 20 21 22 23 24 2S 1.3 C. Related Specification 5ections include, but are not necessariIy limited to: 1. Division 0— Bidding Requirements, Contract Forms and Co�ditians of the Contract 2. Divfsion 1— General Requirements PRICE AND PAYMENT PROCEDURES A. Measuzezz�eni ax�d Paymex�t J. Wozk associated witk� this Item is considered subsidiary to the various Items bid. No separate payment will be allawed foz- tla�is Item. a. Contractor is responsible for perfarming, coordinating, and payment a� a11 Quality Control testing. b. City is responsible for performing and payment for first set af Quality Assurance testing. 1} If the first Quality Assurance test performed by the Ciry fails, the Contractoz is responsible for payment of subsequent Quality Assurance testing until a passing test accuzs. a) Final acceptance will not be issued by City until alI required payments for testing by Contractor have been paid in full. It�FERENCES [NOT US�D] 26 1.4 ADMYNXSTRATI.VE REQUYREMENTS 27 28 29 30 3l 32 33 34 35 36 37 38 A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required Eo be per%rmed by the City, notify City, sufficiently in advance, when testing is need�d. b. When t�sting is requized to be comp�eted by the Contractor, natiiy City, su�ficiently in advance, that testin� will be performed. 3. Distribution of Testing Reports a. Electronic Distribut�on 1) Confirm deveZopment of Project clirectory for electronic submittals ta be uploaded to City's Buzzsaw site, or another externat �TP site approved by the City. C1TY OF FORT WORTH 2D21 WOODWAY AND SAM CALLOWAY RESURFACING PROlECT STAAfDARD CQNSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 C�I"Y 1'ROIECT NO. 102879 014523-2 TESTING AND 1NSPECTIOIV SEItVIC�S Page 2 of 2 1 2) Upload iest zeports to des�gnated project directory and notify appropriate 2 Czty representatives �via email of submittal posting. 3 3) Hard Copies 4 a} 1 copy for all submittals submitted to the Project Representative 5 b. Hard Copy Distribution (if required in lieu of electronic d'zstribution) 6 1) Tests performed by City 7 a} Distribute 1 hard copy to th� Contxactor 8 2) Tests perforrned by the Contractor 9 a} Distribute 3 hard copies to City's Project Representati�e l0 4. Provicie City's Project Representative with trip tickets for each delivered load of I 1 Concrete or Lime material including the following informa#ion: I2 a. Name of pit I3 � b. Uate of delivery I4 c. Material delivered 15 B. Inspection I6 1. Inspection or iack of ix�spectzon does not relieve the Contraetor from obligation to I7 pexfornrx work in accordance with the Contract Documents. I8 1.5 SUSMITTALS [NOT USED] 19 L6 ACTION SUBMITTALS/�Nk'ORMATY�NAL SLTBMiTTALS [NOT USED] 20 l. J CLOSEOUT SLIBMITTALS [NOT USED] 21 LS MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 19 QiIALITY ASSURANCE [NOT U�ED] 23 110 DELIVERY, �TORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDIT�ONS [N4T USED] 25 1.1� WARRANTY [NOT L]SED] 26 PART 2- PRODUCTS [NOT USED] 27 PART 3- EXECUTI�N [NOT USED] 28 29 END OF SEC'1'ION Revision Log DATE NAME SUMMARY �F CHANGE 30 C�I'X OP POR'�' WORTH 2O21 WOODWAY AND SAivI CALLOWAY RESURFACING PROJECP STAlVDA12D CONSTItC1CT101� SYECT�'ICATION IaOCL]N[ENTS Revised Ju[y 1, 2011 C1TY PROJECT NO. 102879 Ol50OD-1 TEMPORARY FACILTI'IE5 AND CONTRpLS Page 1 of 4 i 2 sECTioN ai sa o0 TEMPORARY FACILITIES AND CONTROLS 3 PART1- GENERAL 4 1.1 �LTMMARY 5 A. Sectian �xcludes: 6 1. Provzde tempozary facilities and contzols needed for the Work including, but not 7 necessarily liznzted to: 8 a. Temporary utilities 9 6. Sanitary facilities IO c. Storage Sheds and Buildings 11 d. Dust control 12 e. Temporary fencing af the construction site 13 B. Deviations from this City of Fort Worth Standard �pecification I� 1. None. 15 16 17 18 1.� 19 zo 21 22 1.3 C. Related Specification Sections include, buC are not necessarily Iimited to: 1. Division 0--- �zdding Requirerx�ents, Coniz�act Forms and Conditions of ihe Contract 2. Division l. -- General Requirezx�ents PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered sabsidiary to the various items bid. No separate payment will be allowed for this Item. REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENT� 24 2S 26 27 28 29 30 31 32 33 34 3� 3b 37 38 39 40 A. Temporary Utzlitaes 1. Obtaining Temporary Service a. Make azrangements vcrith utility service companies for teznpQzary sezvices. b. Abide by rules and regulations of utility service companies or auYllorities having jurisdiction. c. Be responsible for utility service cosEs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utiIity services necessary for execution, comp�e�ion, testing and initial operation of Work. 2. Water a. Contzactor to provide watez- zequired for a�ad zn connection with Work to be perfozxxied and �or specifed tests of pipiz�g, equipzne�t, devices or other use as required far 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 2) Contact City 1 week before water for construction is desired CTTY OF FORT WQRTH 2O21 WOODWAY AND SAM CALLOWAY RESURRACINC`i PIL07ECI' 3TANDARI7 CONS'I'12TJCTION SPECIFICt1'I'IQN DOCUMEN'I'S Revised July 1, 2011 CTTY PROJECT NO. 102$79 oisaao-2 �M�oua.uY �Acz�.rrr�s a,� corr�o�s Yage 2 of 4 1 2 3 4 5 b 7 8 9 10 11 J2 13 l4 15 16 17 18 19 20 2r 22 23 24 25 26 27 28 29 30 3I 32 33 34 35 36 37 38 39 40 41 42 43 44 45 d. Contractor Payment for Construc�ion Water 1) Obtain construction water meter from City %r payment as billed by City's established rates. 3. Electricity and Lighting a. Prav�ide and pay foz �lectzic powered service as req�ired for Work, including testing af Worlc. 1) Pro�ide power for lighting, operation of equipment, or other use. b. �Iectric power service inciudes temporary power service or generator to maintain operations during scheduled shutdowr�. 4. Telephone a. Provide emergency telephon� sezvice at Szte far use by Contractor personnel a�d othexs performing wark or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as �ecessary for pratectron or completion of Work. b. Provide temporary heat and ventilatran to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities far persons on Site. a. Comply with regula�ons of State and local departz�rients of heaJ.th. 2. Enforce use of sani�iary faciliti�s by caz�stzuction personneT at jab site. a. Enclose and anchor sanutary �acilities. b. Na discharge urill be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health ' prablem. d. Haul sewage and waste aff-site at no less than weekly intervals and properly dispose in accardance with applicable regulation. 3. Locate facilities near Wark Site and lceep clean and maintained throughout Project. 4-. Remo�re facili�ies at completion of Project C. Storage Sheds and Buildings 1. Pravide adequateiy ventilated, watertight, weatherproof ,storage faciIities with floor above ground le�+ei for materials and equipment susceptible to weather damage. 2. Storage of maierials noi susceptabl� io weathez damage may be on blocks aff ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. �. Equip building with lockable doors and lighting, and provide eiectrical service for equipment space heaters and heating or ventilation as necessary to provide storag� environments acceptable to specified manufacturers. 5. Fi11 and grade site for tezxapoxazy stxuctures to pravide drainage away from tempozary and existing buildings. 6. Remo�ve 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 2O21 WOOI3WA'Y AND SAM CALLOWAX RFSUI2PACIIVG PI20JECI' S'1'ANDARD CONSTRUCTION SPECIFICATION I]OCUMENTS Revised Suly 1, 2011 CTI'Y PROJECT NO. 102879 015000-3 TEMYORARY FACILITIES AND CON'i`ROLS Page 3 of 4 1 1. Contractor is responsible for maintaining dust cantrol through the duration of the 2 projecC. 3 a. Contractor zez�rzaaz�s o�-call at all tiz�r�es 4 b. Musi respond in a t�z�r�ely zx�anner 5 �'. Teznpozazy Pzotectior� of Construction 6 1. Contractor oz subcontractars are resp�nsible far protecting Work from damage due 7 to weather. 8 l..S SUBMZTTALS [NOT USED] 9 1,6 ACTION SUBMITTAL,�/INFORMATIONAL ,SUBMITTALS �NOT U�ED] 10 1..i CLOSEOUT SUBMITTALS �[N�T USED] 11 1,$ MAINTENANCE MATERiAL SUBMITTALS [NOT USED] 12 1.9 QLTALITY ASSLTRANCE [NOT USED] i3 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED� 14 111 FIELD [SITE] GONDITIONS [NOT USED] 15 112 WARRANTY [NOT USED] 16 PART �, - PRODUCTB [NOT U5ED] 17 PART 3- EXECUTION [NOT II5ED] 18 3.1 INSTALLERS [NOT USED] 19 3.� EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 2i 3.4 XNSTALLAT�ON 22 A. Temporary Facilities 23 1. Maintain alI temporary facilities for duration of construction activities as needed. 24 3.5 [REPAIR] / iRESTQRATION] 25 3.6 RE-IN�TALLATION 26 3.i FIELD [ox] SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP �NOT US�D] 28 3.9 ADJUSTING �NOT USED] 29 3.1Q CLEANING �NOT U5ED] 30 3.11 CL05EOUT ACTIVITIES 31 A. Tez�rxpozary k'acilities CITX OF FORT WpRTH 2D2I WOODWAY ANI] SAM CALLOWAY RESURFACING PAOIECT STANDAI2D CONS'T'1ZiL7CTION SPECIPICA7'IQN AOCUNJENTS Revised 7uly ], 2011 CI'I'X PROJECI' NO. 1�2879 ois000-a TEMPORARY FACILITIES AND C(3NTROLS Page 4 of A 1 1. Remove all temporary facilities and restore area after completion of the Work, to a 2 condi�ion equal to or better than prior to start of Work. 3 3.12 PROTECTIQN [NOT LTSED] 4 3.i3 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE C1TY OP FORT WORTH 2O21 WOODWAY ANT] SAM CAT,�OWAI' RESUIiFAC11�TC� PROIECT 5'I'ANI7ARD CO1VS'I'RUCTiON SPECIFICATIOI� DOCUMENTS Re�ised 7uly 1,2011 CTPY PRO]EC[' NO. ]02879 O] 55 26 - 1 STREET USE PERMTI' AND MODIFICATIONS TO TRAPPIC CONTROL Page 1 of 3 l 2 , S�CTION 0155 26 STR�ET USE �ERM�`J' AND MODIF'ICATIONS TO TRA�C CONTR�L PAKT 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Tncludes: 6 1. Adrninistrative procedures for: 7 a. Street Use Permit S b. Modification of approved Eraffic control 9 c. Rerrioval of Street Signs IO B. Deviations from this City of Fort Worth Standard Speci�cation 11 1. None. 12 C. IZelated Specification Sections include, but are not necessarily Iimited to: 13 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1— General Requirements 15 3. Sectzon 34 7 J J 3— Tzaf�Zc Contzol 16 1.� PRICE AND PAYMENT PR�CEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment wii] be allowed for this Item. 20 1.3 REFERENCES 2I A. Reference Standards 22 1. Refezenc� standards czted 'zn this speczfication refer to tSae cuzxez�t reference starxdard 23 publzshed at t�e tizne o� the latest zevision daie logged at t�Ze e�d of tkus 24 5pecification, unless a date is specifically cited. 25 2. Texas Manual on Unifarm Traf�c Control Devices (TMUTCD). 26 1.4 ADMINISTRA.TIVE REQUZREMENTS 27 28 29 30 31 32 33 34 35 36 37 38 A. Traffic Control . T. General a. When traffic control pIans 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 traf�c control pians in accordaxzce with Section 34 71 13 and submit to City for xevi�w. 1) AlIow minimum 10 working days for revievv af proposed Traf�ic 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. C1TY OF FORT WORTH 2O21 WOODWAY AND SAM CALLOWAY RE�SURFACING PROJECT STANDARD COIYS'�'RUCTION SPECIFICATIOI�i DOCUMENTS Revised ]uIy 1, 20T 1 Cl'I'X PROJECT I�TO. i02879 0� 552b-2 S'PREET USE PERMIT AND MODiFTCATIONS TO TRAFFTC CUNTROL Page 2 af 3 1 1) Ailow a minimum of 5 wozking days for permit review. 2 2) Coniractor's responsibility to coordinate review of Traffic Control plans for 3 Street Use Permit, such that construction is not delayed. ' 4 C. Modification to Appro�ed Traffic Con�rol 5 1. Prior ta installatian traffic control: 6 a. Submit revised traffic control plans to Ciry Depart�nent Transportation and 7 Public Works Department. 8 1) Revise Txaffic ControJ. plaz�s in accordance with Section 34 71 13. 9 2) Allow minirnum 5 working days for review of revised Traffic Control. l0 3) It is the Contractor's responsibility to coordinate review of Traffic Control I 1 plans for Street Use Permit, such that construction is not delayed. 12 D. Removal of Street Sign 13 L If it is determined that a street sign must �e removed �ar construction, then contact 14 City Transportation and Public Works Department, Signs and Markings Division to 15 remo�e the sign. I6 E. Temporary Signage 17 1. In t1�e case of regulatory signs, replace permanent sign with temporary sign meeting 18 requirements of the Iatest editian of the Texas Manual on Uniform Traffic Control I9 Devices (MUTCD). 2[} 2. Instail temporary sign before the removal of permanent sign. 21 3. W�en canst�uction is complete, to the extent that the permanent sign can be 22 reinstalled, contact the City Transportataon and Public Works Department, Signs 23 and Marl�ngs Division, to xeinstall the pezmanent sign. 24 F. Tz�affic Contt�ol Standards 25 1. Tra�fic Control Standards can be found on the City's Buzzsaw website. 2,6 1..� SUBMXTTALS [N�T USED] 27 1.6 ACTIQN SUSMITTAT�S/INFORMATIONAL SUBMITTAL� [NOT USED] 28 1.7 CLOSEOUT SUBMITTAL� [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSi]1ZANCE [NOT LTSED] 31 1.�0 DELIVERY, STORAGE, AND HANDLYNG [NOT USED] 32 1.11 FIELD [,SITE] CONDIT�ONS [NOT USED] 33 1.12 WARRANTY [N4T USED] 34 PART 2- PRODUCTS [NOT LTSED] 35 PART 3- EXECLTTIQN INOT USED] 36 END OF SECTION CTi'Y OP FOI2"�' WOI2'� 2021 WOODWAY AND SAM CALLOWAY RESURFACINC`i PROJEGT STANDARD CONSTRUCTIOIY SPECIFICATIOI� DOCUMENTS Revised July 1, 201 I CTTY' P120.TECT N0. 102879 D15526-3 STR EET TJSE PE[�M1T A1Vll MODIFICATIONS TO TRAFFIC COIVTROL Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CTTY OF F012T UVORT�T 2021 WOODWAY A1V17 SAM CAT.LO'�rVAY AESURFACING PROdECT STANDARD CONS'I`RUCTION SPECIFTCATION DOCUMENTS Revised 7uIy 1, 2011 C1TY PRO]ECT NO. 102879 O1S713-1 STORM WATER POLLUTION PI�V�NTION Page 1 of 3 1 SECTION 015713 2 STORM WATER POLLUTION PREVEN'I'�ON 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 5 1. Procedures for Storm Water Pollut�on Prevention Plans 7 B. Deviations from this City of Fort Wortt� 5tandard Specification S 1. None. 9 C. Related Specification Sections include, buC are not necessarily limited to: 10 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the 11 Contract 12 2. Division 1— General Requirements 13 3. Section 31 25 00 — Erosion and Sediment Cont�ol lA 1.� PRICE AND PAYMENT �ROCEDURES 15 A. Measurement and Payment 16 1. Construction Activities resulting in less tlaan J. acr� of disiurbanc� 17 a. Work associated with this Itezn is considezed subsidiazy io the variaus Items 18 bid. No separate payment wiTl be allovved for this Ttem. 19 2. Construction Activities resulting in greater than 1 acre of disturbance 20 a. Measurement and Payment shall be in accordance with Section 31 25 00. 21 1.3 RETERENCES 22 A. Abbre�iations and Acronyms 23 1. Notice of �ntent: NOI 24 2. Notica of Termination: NOT 25 3. Storm Water Pollution Prevention Plan: SWPPP 26 4. Texas Commission on Environmental Quality: TCEQ 27 5. Notice of CY�ange: NOC 28 A. Reference 5tandards 29 1. Reference standards cited in this Specification refer to the current reference 30 standdrd published at the time of the latest revision date logged at the end of thzs 31 Speci,fication, unless a date is specifieally cited. 32 2. Integzated Stoxm Managernent (iSW1V1) Technical Manual far Construction 33 Controls 34 1.4 ADM�NISTRATYVE REQUYREMENTS 35 A. General 36 1. Contractor is responsible for resolunon and payment of any fines issued assaciated 37 with compliance to Stormwater Foll�tion Prevention Plan. CiTY OF FORT HVOI2T�I 2021 WOODWAY AI+ID 5AM CALLOWAY RESURFACING PROJECT STANDARD CONSTRUCTION SPECIFICATIOI+I DOCUMEriITS Revised Iuly i, 2011 C1TY PR07ECP NO. 102879 015713-2 STORM WATER POLLUTEON PREVENI'ION Page 2 of 3 B. Cansiruction Activities resulting in: 2 3 4 5 6 7 S 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 3Q 31 32 33 39 35 36 37 38 39 l. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 31 25 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Eliminatian System (TPDES) General Construction Permit is required b. Compiete SWPPP in accordance with TCEQ requirements I} TCEQ Szna�l Coz�st�rructaon Site Notice Required under general permiC TXR 150000 a) Sign and post at job szte b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, EnvironmentaI Division, (81'7) 392- 6088. 2) Provide erosion and sediment control in accordance with: a} Section 31 25 00 b) The Drawings c) TXR150000 General Fermit d) SWPPP e) TCEQ r�quuements 3. 5 acres or mare of Disturbance a. 'Texas Pollutant Discharge Eiimination System {TPDES) Genera7 Construction Permit is req�tired b. Complete SWPPP in accordance with TCEQ requirements I} Frepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to Ciry Department of Transportation and Public Works, Environmental Divisioz�, (8l7) 392-6088. 2} TCEQ Noiice of Change z-equzzed i� rzaa�ing chaz�ges or updaies to NOI 3) Provide erosion and sediment cantrol in accordance with: a) Section 31 25 DD b) The Drawings c) TXR15�000 General Permit d) SWPPP e) TCEQ requirements 4} Once tk�e pzoject �aas been conrzpJ.�ted and alI the closeout requirements of TCEQ have been met a TCEQ Notice of Terzraiz�ation caz� be subnaitted. a) Send copy to City Department of Tzansportation and iPublic Works, Environmental Division, {817) 392-6088. 40 ]..S SUBMTTTALS 41 42 43 44 45 46 47 A. SWPPP I. Submit in accordance with Section O1 33 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Projeci Manager will foz�ward to the City Department of Transportat�on and P�blic Works, Environmental Diviszon for zavi�aw CiT'Y OF FORT WORTH 2O21 4VOODWAY AI�D SAM CALLOWAY AESURFACING PR07EC'I' STANDARD CONSTRUCTIQN SPECIFICATIOA! DOCUMENTS Iievised July l, 2011 C1TY PR07ECT NO. 102&79 OI5713-3 STORM WATER POLLL3TION PREVENTION Page 3 of 3 1 B. Modified SWFFF 2 1. If the SWPPP is revzsed duz'iz�g constructian, resubmit modified SWPPP to the City 3 in accardance with Section 01 33 00. 4 L6 ACTION SUSMITTALS/INFORMAT�ONAL SUBMXTTALS [NOT US�D] 5 1.i CLOSEOUT SUBMITTALS [NOT USEDI 6 1.8 MAINTENANCE MATERIAL Si7BMITTALS [NOT USED] 7 19 QUALITY ASSiTRANCE jNOT U�ED] S 1.i0 DELNERY, STORAGE, AND HANDLING [NOT IISED] 9 1.11 FIELD [SITE� CONDITIONS ENOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART �. - PRODUCTS INOT U�ED] I2 PART 3- EXECUTION [NOT IISED] 13 14 END OF SECTION Revision Log DA'I'E NAME 5i]MMARY OF CHANGE 15 CITY OF PORT WQRTH 2O21 WOODWAY ANll SAM CALLOWAY RESURPACII�iG PAOJECT STANDARD COriISTRUCTION SPECTFTCATTON 170CUM�NTS Re�ised July 1, 2011 CTI`Y PROJf?CT NO. 102879 O15813-1 TEMPORARY P1ZOlECT SIGNAG� Page 1 of 3 1 2 3 PART l. - G�N�RAL Cisil�i.�.Yi-.��► [:� �J SECTION Ql SS 13 TEMPORARY PROJECT SIGNAGE 5 A. Section IncIudes: 6 1. Terr�porary Project Signage Requirements 7 B. Deviations from this City of Fart Worth Standard Speci�cation 8 1. None. 9 C. Reiated SpecificaCion Sections include, but are not necessarily limited to: 10 1. Division 0— Bidding Requirements, Contract Forms and Conc�itions of the Contract 11 2. Division 1— General Requirements 12 1.� PRICE AND PAYMENT PROCEDURES 13 A. Measure�nent and Payment 14 1. Wark associated vvith this Item is considered subsidiary to the various Items bid. 15 No separate payment wiIl be allowed for this Item. 16 1.3 REFERENCES [NOT USED� 17 �.4 ADMINISTRATIVE REQUIREMENTS INOT U�SED] 18 1.5 ,SUBMITTALS [NOT USED] i9 1.6 ACTION SUBMITTAL�/INFORMATIONAL SUBMITTALS �NOT USED] 20 21 l.i CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL ST7BMITTAL5 [NOT IISED] 22 1.9 QUALITY ASSUIZANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING �NOT USED] 24 1.11 FXELD [SXTE] C�NDXTXONS [NOT US�D] 25 1.1.2 WARRANTY [NOT IISED] ►�+�'�: `►�IIi!�7Z17�iI�Y: 27 2.1. OWNER-TURNISHED [oR] OWNER-SLTPPLIEDPRODUCTS [NOT i�SED] 28 �.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 29 A. Design Criteria C� OF FOAT WOI2"I� 2021 WOODWAY AND SAM CALLOWAY RESURPACING PRQ7ECT 3TAN�ARD CONSTRUCTiON SPECIFICATTOIV DOCIUMEIVTS Revised 7¢ly 1, 2D11 CITY PR07ECT NO. 102879 r 2 3 4 5 6 N 015813-2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 1. Pro�vide free standing Project Designation Sign in accordance with City's Standaz�d Details for project signs. B. Materials 1. Sign a. Constructed of 3/a-inch fir plywood, grade A-C (exterior) or better �.3 ACCESSORIE� [NOT USED] 2.4 SOURCE QUALITY CONTROL �NOT USED] s PaRT 3 - E�cuT�oN 9 3.1 INSTALLERS [NOT USED] 10 3.� EXAM�NATZ�N [NOT USED] 11 3.3 PREPARATZON [N�T USED] 12 3.4 INSTALLATION l3 A. General 14 1. Frovide vertical installatzon at extents of praject. 15 2. Relocate sign as needed, upon request of the City. 16 B. Mauntin$ apYions 17 a. Skids 18 b. Posts 19 c. Barricade 20 3.5 REPAIR / RESTORATION [NOT USED] 21 3.6 RE-INSTALLATION [NOT iTSED] 22 3.: FIELD [ox] SITE QUAL�TY CONTROL [N�T USED] 23 3.8 �YSTEM STARTUP [NOT USED� 24 3.9 AD,TUSTTNG [N�T USED] 25 310 CLEANING [NOT USED] 26 3.11 CLOSEQUT ACTIVITIES INOT U�ED] 27 312 PROTECTION [NOT USED] 28 313 MAINTENANCE 29 A. General 30 1. Maintenance will include painting and repairs as needed or directed by the City. 3l 3.14 ATTACHMENTS INOT USED] 32 33 �rrn oF sECTION CITY OF FOKT W012TT� 2021 WQODWAY AND SAM CALLOWAY RESURFACING PAOiECT STANDARD CONSTRUCTION SPSCIFICAT10riI I]OCCJMEI�T'1'S Revised 7uly 1, 2011 CT'i"Y PT207BCTNO. 1U2879 Oa5&13-3 TEMPORARY PRD7ECT SIGIVAGE Pagc 3 oF 3 Revision Log DATE NAME Si.JMMARY �F CHANGE CITY OF FORT Vi/ORTi� STANDARD CONSTRIICTION SPECiFICATION DOCUMENTS Revased 7uly l, 2011 2021 WOQDWAX A�Yp SAM CALLOWAY R$SiJI2FACIlVCr PAOJECT CPfY PR07ECT NO. 1 D2879 O16d00-1 PRODUCT REQUIi2EMENTS Page 1 of 2 i 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 ro 11 12 1.2 SECTION 0160 00 PRODUCT REQUIREMENTS A. Section Includes: 1. Refezences for Product Requzzez�r�ents and City Standazd Products List B. l�eviations from thzs City of Foxt Woz�tla Sta�daz�d Speci�Zcation 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Conttact �'orms and Conditions of the Contract 2. Di�vision I-- General Requirements PRICE AND PAYMENT PRQCEDURES [NOT iTSEDI 13 1.3 REI'ERENCES [NOT USED] 14 1.4 ADMINI�TRATIVE REQUIREMENTS 15 16 I7 18 i9 2Q 21 22 23 24 25 26 27 28 29 30 A. A list of City approved prod�cts For use is Iacated on Buzzsaw as follows: 1. Resources102 - Construction DocumentslStandard Products List B. Only products specifically inclnded on City's Standard Prod�ct List in these Contract Documents shalI be aIiowed for use on the Project. 1. Any subsequently appro�ed products will only be allowed for use upon specific appro�al by the City. C. Any speci�c product zequzzements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The Ciry reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Froduct List. D. Although a specifc product is includec! on City's SEandard Px�oduct List, noi all products from that manufacturer are approved for use, including but noi Iimited to, that manufacturer's sta�ridard pxoduct. E. See Section O1 33 00 for suiamittal requirements of Product Data included on City's Standard �zoduct L'zst. 1.5 SiTBMITTALS [1VOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLQSEQUT SUBMITTALS [NOT USED� 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY A�SURANCE [NOT USED] CTTY OF FORT WORTH 2O21 WOODWAY AND SAM CALLdWAY RESURFACING PR07ECP STANDARD CQNS7RUCTiON SPECIFICAT[pN DOCUMENTS [Zevised I)ecember 20, 2012 CITY PR07ECT NO. 102579 oi6oao-a PRODIlCT REQUIltEMENTS Page 2 of 2 1 l..l.D DELXV�RY, STORAGE, AND HANDLING [NOT USED� 2 X.11 FIELD [SITEJ CONDITIONS �NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PAR'�" � - PRODUCTS [NOT USED] S PART 3- EXECiTTION [NOT USED] 6 END OF �ECTION 7 Revision Log DA`FE NAME STTMMARY OF CHANGE 1d/12/12 D. 7ohnson Modified T.ocafiion of City's Standard Product J.,ist CITY OF F'OBT CN012'I�3 2021 WOODWAY AND SAM CALLOWAY RESURFACING PRO7ECI' STANDARD CONSTRUCTION SPECIFICAT101� DOCUMENTS Revised Decemher 20, 2012 CiTX PROJECT NO. ] 02879 0170Ofl-1 MOBILIZATION AND ItEMOB1LIZATION Puga 1 of 4 SECTION 01 i0 00 2 MOBTLIZATTON AND REMOB�LIZATION 3 PART1- G�N�RAL 4 1.1 SUMMARY 5 A. Section IncIudes: 6 7 8 9 10 11 12 13 14 15 16 17 1$ 19 20 21 22 23 24 25 26 27 zs 24 30 3I 32 33 34 35 36 37 38 39 40 4I 42 43 44 45 1. Mobilization and Demobilizaiion a. Mobilizat�on 1) Transportataon of Cotatzactox's personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor's operatian at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractar's personnel, equipment, and operating supplies to another lacation within the designated Site 5) Relocation of necessary general Facili�ies for the Cantxactox's operation from I location to anothez locataon or� the Site. b. D�mobilzzation 1) Transporta�ion of Contractor's personnel, equipment, and operating supplies away fram the Site including disassemhly 2) Site Clean-up 3) Removal of all buildzngs and/ox other facilit�es assembled at the Szte for thzs Contract c. Mobilization and Demabilization do not inclnde acti�vities for speci�c items af work that are for which payment is provided elsewhere in ti�e contract. 2. Remobilization a. Remobiiization for Suspension of Work specificaIly required in the Contract llocuments or as required by City includes: 1) Dernohilization a} Transportation af Contractor's personnel, equipment, and operating suppIies from the Site including disassembly or temporarily securing equipment, s�zpplies, 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 Contractar's p�rsonnel, aquzpz�ae�at, and operatzng supplzes to the Site necessary to resume the Work. b) EsYablishment of necessary general facilities for the Cont�actor's operation at the Site necessary to resume the Work. 3) No Payments will be made for: a} Mobilization and Demobilization from one locat�on to another on the 5ite in the normal progress of performing the Work. b) Stand-by or idle tame c} Lost profits 3. MobiJ.izaiaons and Demobilizaiion for Miscellaneaus Projeets a. Mobiiization and Demobilization CI"TY pF FORT WORTH 2O21 WOODWAY ANI3 SAM CALLOWAY RESURF+ACING PROJECl' STANDARD CONSTRC]CTIOIV SPECS�ICATION I]OCiJNIEN'TS Revised R'avember 22, 201b CiT'Y 1'RO7�CT NO. 102879 oi�000-2 MOBILIZA I'ION AND REMOBILIZATION Page 2 of 4 1 2 3 � 5 6 7 8 9 IO 11 12 13 1� 15 16 17 18 19 2Q 1) MobilFza�ion shalI consist of the activities and cost an a Work Order basis necessary for: a} Tzansportatior� of Contractoz's person�el, equipr�ent, and ogerating supplias to the Sit� for the issued Wozk Order. b) Establishme�t af necessary general facxlities for the Contractor's operation at the Site for the issued Work Order 2) DemobiIization shall consist af the activities and cost necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site CIean-up for each issued Wark Order c) Removal of all buildings or other facilities assembled at the Site foz each Work Odez b. Mobilization and Demobilization do �ot include aciiv�iiies foz speci Fic iterns af woz� foz- whicl� payment is provided elsewfieze in the contract. 4. Emergency Mobilizations and Demobiliza�ion for Miscellaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 2� hours of the issuance of the Work Order. B. Deviations from this City of Fort Worth Standard Specification 1. None. 21 C. Related 5pecification Sections include, but are not necessarily limited to: 22 i. Division 0— Bidding Requiremenis, Contract Forms and Conditions of tla� Conizaci 23 2. Division 1— General Requirements 24 1.� PRIC� AND PAYMENT PROCEDURES 25 26 27 28 24 30 31 32 33 34 3S 36 37 38 39 40 4I 42 43 44 45 A. Measuzement and Payrnent [Consult City Depattment/Division for ciirection on if Mobilization pay item to be inciuded or the item should be subsidiary. Inclu�e the appropriate Section L2 A. 1.] t Mobilization and Demobilization a. Measure 1) This Item is considered subsidiary to the various Items bid. b. Payment I) The work pe3rfazzned and z�natezials Furnislae� in accordance with this Ttem are subsidiary to the various Items bid and no other compensation will be allowed. OMMITTED 2) The work performed and materials furnished for demobilization in accordance with this Iiem are subsidiary to the various Items bid and no other compensation will be allowed. 2. Remobiliaation foz suspension of Work as specifically rec�uired in the Contract Documents a. Measurement 1} Measurement far this Item shall be per each remobilization performed. b. Payment C17'Y OF FQRT WORTH 2O21 WOODWAY AND SAM CALLOWAY RESURFACING PROTECI' STANDARD CONSTI2UCT'ION SPECI�iCATION DOCUME[VTS Revised November 22, 2016 CI'I`iC PROJECT NO. 102879 017000-3 MdBII,IZATION AND R�MOBILIZATION Page 3 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 2$ 29 3Q 3I 32 33 34 35 36 37 3$ 39 40 41 42 43 44 45 c. d, 1) T�ae wor� gez�ozrn.�d and matexials furnush�d in accordance wiih this Itez�r� and measured as provided under "Measurement" will be paid for at the unit price per each "Specified Remobiliza�ion" in accordance with ConEract Docutnents. The price shall include: 1) Demobiiization as described in Section 1.1.A.2.a.1) 2) Remobilization as described in Section 1.1.A.2.a2) No payments r�ill be made for standby, idle time, ar lost profi�s associated this Item. 3. Remobilization for suspension of Work as reqaired by Ciry a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, or Iost profits associated with this Item. 4. Mobilizations and Demobilizatians for Miscelianeous Projects a. Measurement 1) Measurement far this Item shali be for eac� Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work perfarmed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Mobifization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mabi�iza�son and shall not be paid for separately. c. The price shalI include: I} Mobilization as described in Section 1.1.A.3.a.1) 2} Demobilization as described in Section 1.1.A.3.a.2} d. No payments will be made for standby, idle time, or lost pxofits associated tlus Item. 5. Emergency Mobiliza�ions and Demobilizations for Miscellaneous Projects a. Measurement 1} Measurement for this Item shalI be for each Mobilization and DemobiJ.izaiion requixed by the Contract Documents b. Payment 1} The Work performed and materials furnished in accordance with tkais ��ezn and measured as provided under "Measurement" vc�ill be paid for at the �nit price per each "Work Order Emergency Mobiliza�ion" in accardance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid far separately. c. The price shall include 1} Mobilization as described in Section 1.1.A.4.a} 2} Demobilization as desczibed in Seciion 1.l .A.3.a.2) d. No payments will be made for staz�dby, zdle tzz�ae, or lost pzofits associated this rtem. 46 l.3 RE�'ERENCES [NOT USED] 47 1.4 ADM�IISTRATIVE REQUIREMENTS INOT iTSED] C1TY QF FORT WpRTH 2O21 WOODWAY ANB SAM CALLOWAY RESLTRFACING PROJECT 5T'ANT]Al2T7 COI�ISTRiTC1'Td1�I SPECTFTCATTOI,1 DOCCJMEN'TS Revised November 22, 2016 C1TY PRDTECT 1V0. 1fl2879 017000-4 MOB�L,IZATION AND REMOBILIZATION Page 4 of 4 1 1.5 SIIBMITTALS �NOT TJSED] 2 1..6 YNFORMATIQNAL SUBMITTALS [NOT USED] 3 L'7 CLQ,SEOUT �ITEMITTALS [NOT USEDI 4 1..8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED� S 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELNERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 L12 WARRANTY �NOT USED] 9 PART 2- PRODUCTS [NOT U�ED] 1p PART 3- EXECUTION [NOT USED] I1 12 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 11/22/16 Michael Owen 1'2 Pr�ce and Payment Procedures - Revised specif"icat�on, including blue text, to make specification flexible For eithex subsidzary ox paid bid item for Mo6ilization. 13 C1TY OF FORT'1�012TH 2D21 WOODWAY AND SAM CALLOWAY RESURFACING PROTEC[' STANDARD CONSTRUC'FION SPECIFICATION TJOCU1VaEN'I'S Revised November 22, 2016 CTI'Y P1207ECT iVO. ] 02879 017123-1 COIVSTRUCTiON STAKiNG AND S[JRVEI' Page 1 of 8 �i 2 3 PART1- GENERAL SECTION O1 il. 23 CONSTRUCTION STAKING AND SURVEY 4 I1 SUMMARY 5 A. Section Includes: 6 l. Requirements for constrticiian staking and canstrucYion survey 7 B. D�viatzo�s fram this City of Fart Wort1� Standard Specification 8 1. Nane. 9 lQ 11 �2 1.2 13 lA� 15 16 I7 I8 I9 20 21 22 23 24 25 26 27 28 29 3Q 31 32 33 34 35 36 37 38 34 40 4I C. Related Specifica�ion Sections include, but are not necessarily limited to: 1. Division 0--�- Bidding Requirements, Contract Forms and Conditions of the Contract 2. Divrsion 1— General Requirements PRICE AND PAYMENT PROCEDiTRES A. Measurement and Fayment 1. ,Construciion Stal�ing a. Measurement 1) Measurement for this Ttem shall be by lump sum. b. Payment 1) The work perfarmed and the materials furnished in accardance with thi s Item shall be paid far at the lump sum price bid for "Construction Staking". 2) Payment %r "Construction Staking" shall be made in partial paymenis prorated by ,�vork coanpleted com�ared to total vc�ork included in the lump sum item. c. The price bid shall include, 6ut not be limited to the following: 1) Verif'rcation of control data provided by City. 2) Placement, maintenance and replacement of required stakes and markings in the field. 3) Preparat3an and submitial o� construction sta�ing documeniation in the form of "eut sheets" using the City's standard template. 2. Construction Survey a. Measurement 1) This �tem is considered subsidiary to the �rarious Items bid. b. Payment 1) The wori� performed and the materials furnished in accordance with this Item are subsidiary �o the various ICems bid and no other compensation wil� be aliowed. 3. As-�Built Survey a. Measurement 1) Measurement for this Item shall be by lwnp sum. b. Payment 1) The wark performed and the materials furnished in accordance with tY�is Item shall be paid far at the lump sum price bid for "As-Built Survey". C£1'Y OP PORT WORTH STANDARD CpNSTRUCTIpIV $PECIFICATIUN DDCUMENTS Revised Fehruary 14, 2018 2021 WOODWAY AND SAM CALLOWAY RF.SLTRFACING PR07ECI` CITY PROJECT N0.102879 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 1 2 3 4 5 6 7 S 9 2) Payment for "Construction Staking" shall be made in partial payments pzorated by work coznpleied compared to total work included in the lump sum item. c. The price bzd shall include, but z�oi ba Ii�ted to the following:: 1) Field measurements and survey shots to identify Iocation of coznpleted facilities. 2) Documentation at�d submittal af as-built survey data onto contzactor redline plans and digital survey files. 10 1.3 REFERENCES lI I2 13 14 15 16 T7 A. Definitians l. 2. 3. 4. Construction Survev - The survey measurements made prior to or whi2e construction is in progress to control elevaiion, horizontal position, dimensions and coniiguration oi strucCures/improverrients included in the Project Drawings. As-built Survev �-The �rrzeasur�ments made after the construction of the imprQvement �eatwes are complete to pzovide positaon coordinates for ihe features of a project_ Construction Stakin� — The placement of stakes and marl�ings 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 shali include staking easements and/or right of way if indicated on the plans. Survey "Field Checks" — Measurements made after construction staking is completed and before construct�on work begins to ensure that structures marked or� the �ouncE are accurately located per Praject Drawings. 18 19 20 21 22 23 24 25 2b 27 28 29 30 31 32 33 1. City of Fort Warth — Construction SEaking Standards (available on City's Buzzsaw website) — 01 71 23.16.D1_ Attachment A_Survey StaKing Standards 2. City of Fort Worth - Standard Survey Data Collector Library {fxl) files (available on City's Bnzzsaw website). 3. Texas Department of Transportation (TxDOT) Survey Manual, Iatest revision 4. Texas Sociery of Professional Land Surveyors (TSPS), Manual of Fractice for Land Surveying in ihe State of Te�as, Category � 34 1.4 ADMTNXSTRAT�VE REQUZREMENTS 35 A. T�ae ContracYo�r's selection of a surveyo� z�aust camply with Teazas Government 36 Code 2254 (quali�catzons �ased selection) for this project. 37 1.5 SUBMITTAL� 38 A. SubmittaIs, if required, shall be in accordance with Section al 33 Q0. 39 B. All submittals shall be received and reviewed by the City prior to deIivery of work. 40 L6 ACTION SUBMITTALS/INFORMATIDNAL SUBMITTALS 41 A. Fieic� Quality Control �ubmittals B. Technical References CPI'Y dF PORT WORTH 2O21 WOODWAY ATII] SAM CALLOWAY RESURFACING PRQJECT S"['A1VDt112D COIVSTZLUC'I'[OlV SP�CIA7CATIpN DpCUMENTS Revised February 14, 2018 C1I'Y PRO]ECT N0.102$79 017I23-3 CONS'IRiICT[ON STAKING AND SURVEY Page 3 af 8 1 1. Documentation verifying accuracy of �'ield engiz�ee�ng work, including coardinate 2 convexsions if plans do not indicate �rid or ground coordinates. 3 2. Submit "Cut-Sheets" conforrning to the standard template provided by the City 4 (refer ta O1 71 23.1 b.01 — Attachment A— Survey Staking Standards). 5 1,1 CLOSE4UT SUBMITTALS 6 B. As-built Redline Drawing Submittal 7 8 9 10 11 12 13 14 15 1. Submit As-Built Survey Redline Drawings docuzx�enting the locations/elevations of constructed improvements sigza�d a�ad sealed by Registered Prafessional Land S�r�eyor (RPLS) responsible for �[ie work (refer to OI 71 23.16.OI — Attachrr►ent A — SurVey Staking Standards) . 2. Contractor shalt submit the praposed as-built and completed redline drawing submittal one (1) week prior to scheduling the project final inspection for City review and camment. Revisions, if necessary, shall be made to the as-built redline drawings and resubmitted to the City prior to scheduling the construction final inspection. � 1b 1.8 MAINTENANCE MATERIAL SUBMITTALS �NOT USED] 17 1.9 QUALITY ASSIIItANCE 18 A. Constructian Stal�ing 19 1. Co�struction staking will be performed by the Contractor. 20 21 22 23 24 25 2b 27 28 29 30 31 32 33 34 35 36 37 38 39 4a 41 42 43 2. Coordination a. Contact City's Project RepresenCative at l�ast one week zz� advance notifying the City of when Construction Staking is scheduled. b. It is the Coniractor's responsibility to caordinate stalcing such that canstruction 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 r�ason�, th� Contzactor will be responsible foz� costs to perform staking. If in the opinion of the Cit�, a suf�cient nuz�aber o� stakes or markings have been lost, destroyed disturbed or omitted that the contracted Work cannot take place then the Contractor will be required to stai�e or re-stake the deficient�areas. B. Constnic�ion Survey 1. Constnaction Sur�rey wil� be performed by the Contractor. 2. Coordination a. Contractor to verify that hozizontal and vertzcal control data establisi�ed in the design suzvey and zequired for canstruction survey is available and in place. 3. Genexal a. Construction survey will be performed in order to construct the work shown on the Cans�-ucTion Drawings and specified in the Contract Documents. b. For construction methods other than open cut, the Cantractor shall perform construction survey and verify control data including, but not limited Co, the following: 1) Verification that established benck�z�r�arks and control are accurate. CiTY OF FQRT WORTH 2O21 WOODWAY AND SAM CALLOWAY RESURFACING PRO]E.CT STADIDARD COI�STRT7CTION SPECIl�ICATION I70CUIvI�NTS Revised �'eUruary 14, 2018 CI'1'SC PROJECT N0.702$79 O17123-4 CONSTRUCTION STAKINGAND SURVEY Page 4 of 8 1 2) Use af Benchmarks to furnish and maintain a�l reference lines and grades 2 for tunneling. 3 3) Use of line and grades to establish the location of the pipe. 4 4) Suhmit to the City copies of field notesnsed to estab�ish all lines and 5 grades, if requested, and allow the City to check guidance system setup prior 6 to beginning each tunneling drive. 7 5) Provide access far the City, if rec�uested, to verify the guidance system and 8 the lzne and gzade of the carzier pipe. 9 6) Th� Contzaciox zezz�ains fully zesponsible for the accuracy of the work and ip correction of it, �s required. 1 J 7) Monitoz line and grade continuously duriz�g constz�ction. 12 8) Record deviation with respect to design Iine and grade once at each pipe 13 jaint and submit daily records ta the City. 14 9} If the installation does not meet the specified tolerances (as outlined in 15 Sections 33 DS 23 and/or 33 OS 24), immediately notify the Ciry and correct 16 the installation in accordance with the Contract Documents. 17 18 19 20 zi 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 C. As-Built Survey l. Required As-Built Survey wiIl be performed by the Contractor. 2. Coordination a. ContracCor is to coordinate with City to confirm whicb features require as- built surveying. b. ,�t is the Contractoz's respflz�szbility ta coordinate the as-built suzvey and required measurements for items that are ta be buried such that cqnstruction activities are not delayed or negatively rmpacted. 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 ContracCor is responsible iar the quality control needed to ensure accuracy. 3. Ganezal a. The ConEzactoz s�al1 pzavzde as-built suzvay incJ.uding the elevation and iocation {and provide written documentation to the City) of constructian features during thc progress of the construction including the foilowing: 1) Water Lines a) Top of pipe eievations and coardinates for waterlines at the foliowing locations: (1} Minimum every 250 �inear feet, including (2) Horizontal and verticaI points of inflection, curvature, 38 etc. 39 (3) Fize lix�o tee 40 (4) Plugs, stub�puts, dead-end lines 41 {5) Casing pipe (each end) and all buried �ttings 42 2) Sanitary Se'wer 43 a) Top of pipe elevations and coordinates for force mains and siphon 44 sanitary sewer lines (non-gravity facilities) at the following locations: 45 (1) Minimum every 2501inear feet and any buried fittings 46 (2) Horizontal and vertical points oi intlection, curvature, 47 48 etc. 3) Stormwater — Noi Applicabl� C1TY O�' FOKT W012TH 2O21 '4UOODWA'Y ANll SAM CALLOWAY 12ESTlRF'AC1NG PROJECT STANDAKD CONSTRUCTION SPECIPICATION DOCUML+NTS Revised February 14, 2018 CITY PR07ECT 3+l0102879 oi�iz3-s CONS'I'AUC'I'IO1V STA,I�i�T(3 AND SURVEY Yage 5 vf 8 1 2 3 4 5 6 7 8 9 10 iI 12 13 14 15 16 17 18 19 20 21 22 23 24 b. The Contractor shall pro�vide as-built survey including the elevation and location {and provide written documentatian to the City) of construction features after the construction is campleted including the Following: 1) Manhales a) Rim and tlowline elevations and coazdinates for each manhole 2) Water Lines a) CatF�odic protection test stations b} Sampling stations c) Meter boxes/vaults (All sizes) d} �ire hydrants e) VaIves (gate, butterfly, etc.) fl Air Release �alves (Manhole rim and vent pipe) g) Blow off �alves (Manhole rim and valve lid) h} Fressure plane valves i) Underground Vaults (1) Rim and florxr3ine elevations and coordinates far each Underground Vault. 3} Sanitary Sewer a} Cleanouts ( i) Rim and flowline elevations and coordinates �or each b) Manholes and 7unction Structures (I) Ri_m and flawlina �levations and coozdinates for each znanhole and junction skructure. 4) Stormwater -- Not Applicable 25 1..�0 DEL�VERY, STORAGE, AND HANDLING [NOT USED] 26 l.l l k'iELD �SXTE� CONDITIQN,S [N�T USED] 27 1.�2 WARR.ANTY 28 PART 2 - PRODUCTS 29 30 31 32 33 34 35 36 37 38 34 40 41 42 43 44 A. A construction suzvey will produce, but will nat be limited to: J. Recovery af rele�vant control points, points of curvature and points of intersection. 2. Estabiish temporary horizontal and vertical control elevaEions (benchmark,$) suf�ciently permanent and located in a manner to be �sed throughout canstruction. 3. The location of planned facilities, easements and improvements. a. Establishing final Iine and grade stakas for piers, floors, grade beams, parlcing areas, utilities, streeCs, highways, iunnals, and othez construction. b. A recozd of zevzszo�s or cozxections noted in an orderly manner far reference. c. A drawing, when required by the client, indicating the hor�zontal and vertical lacation af fdcilities, easements and improvements, as built. 4, Cut sheets shall be provided to tlie City inspector and Survey Superintendent for all construction staking projects. These cut sheets shall be on the standard ciry template which can be obtained from the 5ur�rey Superintendent {817-392-7925). 5. Digital sur�ey iiles in the following foz�aais slaall be acceptable: a. AutoCAD (.dwg) b. ESRI Shap�fl� (.shp) CITY OF FORT WORTH 2(Y�1 WOODWAY AND SAM CALLOWAY RESLJI2FACTNG PROJECI' STANZ7AI21a CONSTRUCT�ON SPECIFICATIOIV DOCUMENTS lievised February 14, 2018 CPl'Y P$O.TECT N0.102879 Q17123-6 CONSTRUCTION STAKING ANll SURVEY Page 6 of & 1 c. CSV �le (.csv), fprmatied with X and Y coordinates in separate columns (use 2 standard template�, if available) 3 6. Survey �les shall include verticaI and horizontal data iied io ariginal projecE 4 control and benchmarks, and shall inciude feature descziptions 5 PART 3 - EXECUTION 6 3.1 INSTALLERS 7 A. Tolerances: 8 1. The staked location of any improvement or facility shauld be as accurate as 9 practical and necessary. The degree of precision required is dependent on mariy 10 factors all of which must remain judgmentaI. The toIerances listed hereafter are 11 based on genezalities and, under certain circumstances, shall yieId to specific 12 requirements. The surveyor sha11 assess any situation by review of the averall plans 13 and throngh consu�tation with z-�sponsible pariies as Co Che need for specific 14 tolezanc�s. 15 a. Earthwark: Grades for earthwoz� or zough cut should nat exceec! Q.1 ft. vertical 16 tolezance. Honizontal alzgnz�r�ent for earthwork and rough cut should not exceed 17 l.p ft. tolerance. I S b. Horizontal alignment on a structure shall be within .0.1ft toleratice. 19 c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and 20 walkways shall be located within the confines of the site boundaries and, 21 occasionalIy, along a boundary or any other restrictive line. Away from any 22 resCrictive line, these t'acilities should be staked with an accuracy producing no 23 znoze ihan 0.05fi. tolera�ce fronn their specified locations. 24 d. Undezgz-ound and ovezhead utilities, such as sewers, gas, water, telephone and 25 electric Iines, shall be located horizontally within their prescribed areas oz 26 easements. Within assigned areas, these utilities should be stal�ed with an 27 accuracy producing na mare than 0.1 ft tolerance fram a speciiied location. 2S e. The accuracy required for the vertical location of utilities varies widely. Many 29 underground utili�ies require only a minimum cover and a toIerance of fl.1 ft. 30 should be maintained. Underground and overhead utilities on planned profile, 31 but not depending on gravity flaw for performance, shoutd not exceed D.1 ft. 32 tolerance. 33 B. Surveying instruments shall be kept in close adjustrr�ent according io manufacturez's 34 specifications or in compliance to standards. The City resezves the �ght to z-equest a 35 calibration report at any time and recommends reguIar maintenance schedule be 36 performed by a certified technician every 6 months. 37 1. Field measurements of angles and ciistances shall be done in such fashion as to 38 satisfy the closures and tolerances expressed in Part 3.1.A. 39 2. Vertical locations shall be estabIished from a pre-established benchmark and 40 checked by closing to a different bench mark on the same datum. 41 3. Construction survey field work shall correspond to the client's pIans. Irregularities 42 or conflicts found sk�aXl be zeparted proznpiiy to the City. 43 4. Revisions, carrect�ons and othez perCinent data shall be logged for fut�are reference. 44 CTI'Y OF FOAT WORTH 2O21 WOdDWAY AND SAM CALLOWAY RESURFACING PR07ECT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revisec� February 14, 20X8 CiTY FRO.TECT' N0.102879 01 71 23 - 7 CONSTRUCTI�N STAKING AND SURVEY Page 7 of 8 1 3.�, EXAMINATION [NOT USED] 2 3.3 PREPARATION [NOT USED] 3 3.4 AP�L�CATZON 4 3.5 REPAYR / TtCSTQRATION 5 A. If the Cvntractor's work damages or destroys one or zx�oxe of the control 6 monuments/points set by the City, tiie monuments shall be adequately refez�x�ced faz 7 expedient restaration. 8 1. Notify City if any control data needs to be restored or replaced due to damage 9 caused duz�ng constzuction opezations. 10 a. Contractor si�all perform replacements and/or restorations. 11 b. T�ie City may require at any time a survey "Field Chet;k" of any monument 12 or benchmarks that are set be veri�ed by the City surveyors before fUrther 13 associated work can move forward. 14 3.6 RE-INSTALLATION [NOT USED] 15 3.7 FIELD [ox] SITE QUALITY CONTROL 16 A. It is the Cont�actor's responsibility to rxiai�ntai�n all stakes and control data placed by ihe 17 City in accordance with tS�is Speci�'ication. ".i'hzs i�acludes easernents and right af way, if 18 noted on ihe plans. 19 B. Do not change or relocate stakes or controI data without approval from the City. 20 3.8 SYSTEM STARTi7P Z1 A. Sur�ey Checks 22 1. The City reserves the righi to perform a Suzvey Check at any time deerzzed 23 necessary. 24 2. Ck�ecks by City persanneI or 3`� party contracted sur�veyor are not intended to 2S relie�e the contraetor af his/her respansibility for accuracy. 26 27 3.9 ADJUSTING INOT USED] 28 3.10 CLEAIVING [NOT U�ED] 29 3.11 CLOSEOUT ACTIVITIES {NOT U�ED] 30 3.1� PROTECTION [NOT IISED] 31 3.13 MAINTENANCE [NOT IISED] 32 3.14 ATTACHMENTS [NOT USED] 33 34 END OF SECTION � Revision Lvg CITY OF FORT WORTH 2O21 WOODWAY AND SAM CALLOWAY RESURFACING PR07ECT S1'ANDATtD CONSTRUC�ON SPECIRICATION DOCUME[`ITS lte�ised I'ebruary I4, 20I8 CITY PRp7ECT NO.1Q2879 Oi7123-5 CO1VS"I'12UC�'ION STAKING AND SllRVEY Page S of 8 DATE NAML� �UMMARY OF CHANGE 813112p12 D.7ohnson Added ins[zuction and modified measurement & payment under 1.2; added 8/3I/2017 M. Owen definitions and refereuces under i.3; modified 1.6; added 1.7 closeout submittal requirements; modified I.9 Quality Assurance; added PART 2— PItODUCT'S ; Added 3.1 Instalters; added 3.5 Repair/Restoration; and added 3.8 System Startup. Remvved "hlue texY'; revised measurement and payrnent sections for Constntction Staking aud As-Built 5urvey; added reFerence to selection compliance with TGC 2/1.4/2U18 M Owen 2254; revised action and C�oseout submittal requiraments; added acceptable depEh measarement criteria; revised list of items requiring as-built suxvey "duz�ng" and "after" consuuction; and revised acceptable digital survey �le format CTI'Y OP FORT WORTH 2O21 WOODWAY AND 3AM CALLOWAY RESURFACING PROJECT $TANDARD CONSTRUCTION SPECIF�CATION DOCUMENTS Rev�ised Cehruary 14, 2p18 C1T'Y PR07ECT' Ai0.102879 � S�c�io� O1 71 2�3.01- A���chr�ent � Sur�ey S�akin� St��dards Fef�ruary 2017 C:�Users�1slamT�Appl]ata�Local�Temp�01 7123.16.01_Attachment A_Survey 5taking Standards.docx Page 1 of 22 These proced�res are intended to provide a standard method for construcYion staking services associated with the City of Fort Worth projects. These are not to be considered afl inclusive, but only as a general guidefine. Forprojectson TXDOTright-of-wayorthrough jointTXDOTparticipatian, adherence i�o the TXDOT Survey Manua! shal! he followed arnd if a discrepancy arises, the TXDOT manual shall prevail. (http://on�inemanuals.txdot.�ov/txdatmanua(s/essiess.pdf) !f you have a unique circumstance, please consult with the project rr�anager, inspector, or survey department at 817-392-7925. Table of Conients I. City of Fort Worth Cantact fnformatian II_ Cqnstr�ct�on Cofors fll. 5tandard 5taking 5upplies IV. Survey Equipment, Cantral, and Datum Standards V. Water Staking VI. 5anitary Sewer Staking VII. Storm 5taking VIII. Curb and Gutter Staking IX. Cut Sheets X. As-built Sur�ey C:\Users\IslamT�AppData\Local�Temp�O! 7123.16.01_Attachment A SUrvey Staking Standards.docx Page 2 of 22 � � Survey Department Contact Information Physical and mai[ing address: 8851 Camp Bowie West Boule�ard 5uite 300 Fort worth, Texa� 76116 Office: (817) 392-7925 Sur�ey Superintendent, direct line: {817] 392-8971 Construcfiion Cof ors The following colors shall be used for staking or identifying features in the field. T'his includes flagging, paint of laths/stakes, paint of hubs, and any identification such as pin �lags if necessary. Utility PRQP�S�D EXCAVATION ALL �LEC�I'RIC ANf] CONDUI"f'S POTABLE INATER GAS OR OlL TELEPHONE/FIBER QPTIC J SURV�Y CONTROL POlNTS, BENCHMARKS, � P�OPERTY CORfVERS, RIGHT-OF-WAYS, AND ALL PAVfN� INCLUbfNG CURB, S1D�WALK, BUILDIN� C�RNERS SANITARY SEWER � �RRIGATION AND RECLAIMED WATER � [lI� Standard Staking Suppl�es Color W H IT� � Y�_L�V4+ ORANGE �fNl� ..-�" ��i�ll■ Ifiem iViinirr�um size l.ath/Stake 36" tall Wooden Hub (2"x2" min. square preferred) 6" tall Pin Flags (2.5" x 3.5" preferred) 2�" long . Guard Siakes Na� required PK ar Mag nails 1" long Iron Rods {1/2" or greater d�ameter� 18" long Sur�ey Mark�ng Paint Water-based Flagging 1° wide Marking Whiskers {feathers) 6" long Tacks (for mark�ng huf�sj 3/4" ]ong C:�Users�lslam'1"�AppData�Loca1�Temp�01 7123.16.01_AtCachment A_Survey Staking Standards.docx Page 3 of 22 1V. Sur�ey �puipmen�, Con�rol, and Da�um S�andards A. City eenchmarks A�I city benchmarks can be found here: http://fortworthtexas.�ov/itsolutions/GIS/ Look for'zoning Maps'. Under `Layers' , expand `Basemap Layers', and check on `Benchmarks'. B. Conventiona] or Robotic Tota! Station Equipment I. A minimum of a 10 arc-second instrument is required. II. A copy of the latest calihration report rr�ay be reqUested by the City at any time. It is recorrimended that an instrument be calibrated by certified technician at least 1 occurrence every 6 months. C. Network/V.RS. and static GP5 Equipment I. It is critical t�at the sUr�eyor �erify the correct horizontal and �ertica] datum prior commencing work, A site cafibration may be required and shall consist of at least 4 control paints spaced evenfy apart and irt varying quadranis. Aclditional fi�ld cl�ecks of the horizontaf and vertical accuracies shalf be campleted and the City may ask for a capy of ihe calibration repart at any time. I!. Network GPS such as the Western Data Systems ar SmartNet systems may be used for staking of praperty/RA.W, forced-main water lines, and raug�-grade only. Na GPS stakin� for cancrete, sanitarV sewer, storm drain, final �rade, or anvthin� #hat needs vert�ta� �radin� with a talerance af 0.25' or less is allawed. D. Control Points Set A!I contro! paints set sha�l be accompanied by a lath with the appropriate Northing, Easting, and Ele�ation (if appficable] of the point set. Control points can be set rebar, 'X' in concrete, or any other appropriate iterri with a stable f�ase and af a semi-}�ermanent nature. A rebar cap is optional, but preferred if the cap is marked 'control point' or similar wording. Qatasheets are required for al! control �oints set. Datasheet shoulc! include: A. Horizontal and Vertical Datum used, Example: N.A.D,83, North Central Zane 4202, NAVD 88 Ele�ations B. Grid or ground distance. — If ground, pro�ide scale fac�or used and base point Coordinate, Example: C.S.F.=0.999125, Base point=North: fl, East=O C. Geoid model used, Example: GEOIDI2A C:\Users�1slamT�AppData�Local�Tem�\017123.16.Q1WAttachrr�ent A_Survey Staking Standards.docx Page 4 of 22 E. Preferred Grici Dat�m Although rriany plan sets can be in surface coordinates, the City's preferred grid datum is listed below. Carefu] consideration must 6e #aken to �erify what datum each praject is in prior to beginning work. [t is essential the sur�eyor be famif iar with coardinate transformations and how a grid/surface/assumed coordinate system affect a project. Praiected Coordinate 5ystem: NADW1983_StatePlane_Texas_�Vorth_Central_FIPS_4202_Feet Projection: Lambert�Conformal_Conic False_Eas�ing: 19685�0.O�O�a�bO Fa Ise_N o rth in g: 6561666.66666667 Centra[ Meridian: -98.50000000 Standard Paralfel 1: 32.13333333 Standard Paral[el 2: 33.96656667 Latitude_Of_Origin: 31.66666667 Linear Uni�: Faot US Geographic Coordinate 5ystem: GCS_iVorth_American_�.983 Datum: D North American 1983 Prim� M�ridian: Greenwich Angular Unit: Degree No#e:ltegardless of what datum each particuiar project is in, deliverables to the City must be con�erted/translated into this preferred grid datum. i copy ofi �he deli�erable should !�� in the prnJect datum Swhate�er it rnay be) and 1 copy should be in the NA�83, TX North Central 4202 zone. See Preferred File Namin�r Canventi�n below F. Preferred Deli�erable �flrmafi txt .cs� .dwg .jab G. Preferrec! Data Format P,N,�,�,D,N Point Number, NarChing, Easting, Elevation, Description, Notes (�f applicable) H. Pre�erred File Naming Con�ention This is the preferred format: City Project Number�Description�Datum.csv Example for a prolect that has surface caordinates which must be translated: File 1: C1234 As-built of Water on Main Street Grid NAb83 TXSP 420�.cs� File 2: C12.�4_As-built of Wai�r on Main 5treet_Project 5pecific Datum.cs� C:�Users�1slamT�AppData�Loca1�Temp�OZ 71 23.16A1 Attachrnent A_Sur�ey 5taking Standards.docx Page 5 of z2 �xample Confrol S�akes � � � � �-- � � � � � � � � � � w Q f33 J � � � L�i � �— m Z � O � �� � �� � � {Yi� � . . , �� , w f .' � S _? � i`'� , .,.'I � . i��— I � `� j . .r�_ Z � H � t.c.l � ��._ �oo.oa' �_ _- _i � � - -� � � _I I� {-- 7 W �.E� �} ( � � � C? � 3 4 = U j � � � � jl� � — � _ II � Q L�ij � � O , E7.- � � � 2 .� � � � � � � � � W � m OC � X Q � � m c� o a � � �Q _ �_ _ _�' �� -.- _ :_ . - - - � - __ -i CP �1 � ���aoa.00 �=.�000.oa � --�= ��� y r i C:\Users�1slamT�Appbata�Local�Temp�0171 23.16.01_Attachment A Survey 5taking Stancfards.docx Page 6 of 22 V. 114Ja�er S�akin� S�andards A. Centerline Staking — Straight Line Tangents i. Offset lath/stakes every 20Q' on e�en stations �i. Painted blue lat�/stake or�ly, no hub is required I[I. Grade is to top of pipe (T/�) far 12" diarneter pipes or smafler ]V. Grade to flow line (F/Lj for 16" and larger diameter pipes V. Grade shou[d be 3S0' below the proposed top of curb line far 1Q" 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 5heets are required on all staking and a copy can be recei�ed from the survey superintendent Opiional: Actual stakes shall consist of a 6�D nai! ar hub set with a whisker B. Centerline Staking - Cur�es 1. If arc iength is greater than 100', POC (Point of Cur�ature) of#set stakes should be set at a 25' inter�al II. Same grading guidelines as abo�e III. Staking of radius points of greater than 100' may be omitted C. Wa#er Meter Boxes I. 7.0' perpendicu[ar offset is preferred to the center of the box II. Center of the meter shouid be 3.0' E�ehind the proposed face af curb III. Meter sho�ald be staked a minimum of 4.S' away from the edge of a dri�eway IV. Grade is to top of box and sf�ould be +0.06' higher than the proposed top of curb unless shawn otherwise on the plans D. Fire Hydrants I. Center of Hydrant should be 3.0' behind proposed face of curb I!. 5ur�ey offset stake sl�ould be 7.0' from the c�nter ar�d perpendicular to the curb line or water main IlL Grade of hydrants should be +0.30 higher than the adjacent tap af curb E. Water Val�es & Vaults I. Offseis should be perpenditular to the proposed water main II. RIM grades sho�ld only be pra�ided if on plans C:�Users�lslam'C�AppDa�a�Loca1�Temp�0171 23.1b.01_Attachment A_Survey Staking 5tandards.docx �age 7 of 22 Example V�afier Stakes r� � � � � � � � � � �cf �J__. � ui `/ Z k' a, � Z� l � -- - - ��--� - = '--- �--� � i� Q/S � �hJ%L �STA��2+Oo � C-3,S2 -�' .� � � � � �_1__ .-� � � — _ _, � �a'_o/s � �� �;�WF �� W��� ���� � � g �� � �x � a � u� � ,� � 7. dr^ "' �� �� ssA=�+�2.a� � c--.�s� I�� �� W � � � �� � �� � _ �; �o�� Fl,� 1Ul.16� -� r �� a• .y �w � I u •e n• • � m� � � � �u � � I �I �.�.-°�` � � �� � r �� � � � � d � �m �� d � � � �Y � J L_� y,� Q j o W Q d � r-. o zZ � � W+ a� �� � � �� � � t�„ �`'� � z z4 '� so � �o 'c5' � " � a `Y `9 � o i C..l � � ' 0 �;� f sr:a=o+aa � c--a.�s � � � � a �i1� a � � � � .wi -146.0 m w � 3� � � � K o z � �, o � a W m � � � � � � � ��x.�`� ro� �m� W�� J � �aw� ���� � �a��Lil =�a z C:\Users�1slamT�AppData�Local\Temp�017123.16.01_Attachment A Survey Sta�Cing Standarcfs.docx Page 8 of 22 1/1. Sanitary Se�n►er S�rakin� A. Center[ine Staking — Straight Line Tangents L En�erts shalf be field �erified and compared against the plans before staking II. Painted green lath/stake W1TM hub and tack or marker dat, no flagging required III. 1 offset stake between rr-ianholes if manholes are 400' or less apar-t IV. Offset stakes should be located at e�en disiances and perpendicuEar ta the centerline V. Grades wil] f�e per plan and the dat� of the plans used should be nated VI. If mu[tiple lines are at ane manhole, each line shall ha�e a cut/fill and direction noted VlI. Stakes at every grade break Vll1. Cut sheets are required an al[ staking Qptianpl: Aci'ual stakes shal! consist of a&OD nai! ar huh set with a whisker B. Centerline Staking — Curves I. If arc ]ength is greater than 100', POC (Paint of Cur�ature) offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Sanitary Sewer Manholes I. � offset stakes per manhole for the purpos� of providing alignrr�ent to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction nated III. RIM grade should only be on the stake when pro�ided in �he plans C:�llsers�lslarriT�AppData�Loca]�Temp�01 71 23.16.01 Attachment A_Survey Staking Standards.docx Pag� 9 of 22 �xampie Sanitary Sewer Stakes ���. � a �� I �� ��� �it~ ��L�'� . . � y � `�' ��� % � �� � � 'f ��''�y � ~ �' � � �J � .. 7� 10�5 � 5$ �g�S7Ar'�+'li��vr E-��' �w� �-��II � �r_0� �'' � O f k � � � � � q�`�� .--. F � 7� t-: � � � � J � X �/ �i3{ � �r � i� I ��/� ��1� ��--y � -� z - -- � �- -- - - - -� - --- -�-� .s 'f �#��� � � ��$� •j `�--' �- 12' i d�$ � SS � STA�3�7f=� � sn C-3� �� z~L-3�� G-4� � r, � � Y� � -- - � �/ � o � � i ����� �� � � � '-- � .� g � on.�,t- g / � ;? � � . .. -. k l 1� ! W� � - " _ _--_-.' " -" - - -1��, � l � '� %� �%S �', SS �3A�1t88� „�F4� j�� � �y_,�� � _ �__�.__.�-- ,— �.-=_.__.._ .� QV2 � � � � �� � � � � i � � r � � �' � a � � � d a o � � 1 � �� � � �$ i � �� i � $ � �� •�� �� � r� �� � � � �� �"z a�3 r- � v� � t9 �� �� �ye �� � V�'� � - �� � � � �Zq �0. wG� J � �+ W �+Y � � � ��� q � 4 �� <� � F�1� ��f �{xy�a�� �����uY . � �" .-��n - o N �� �P e� Or G o�� � �I "FWY�� (� d ��r 7' /5� � SSy �srax.waa � c-s �<v., c--s� � � . Fto'� e � ���w �- - — ------ "0,�3 � � � � !i� ��� � �� �I ' ��� � ��p%� f � / � � F �f �" �• O � � ' � �� �� _ � � �� � �� srnGo+a`a�� c-s� �� ti �, Fs�� � c-a� � � � � } � � w ��� � i ��o V— � ��Y� �� �� �. � � � k � ����... Fw �r a� �W �_ O �- z# � �� �z � �a x� C:\iJsers�lslamT�AppData\Local\Temp�017123.16.01_Attachment A_5urvey Staking Standards,dacx Page 10 of 22 1/1L Storm Sewer 8� Inle�t Siraking A. Centerline Staking — Straight Line Tangents I. 1 offset stake every Z00' a� even stations II. Grades are to flowline of pipe unless otherwise shown on plans lEl. Stakes at every grade break IV. Cut sheets are required on all staking Qptional: Actual sto�kes shall eonsist of a 60D nai! or hub set with a whisker B. Centerline 5taking — Curves I. If arc length [s greater than 100', POC (Point of Cur�aturej offset stakes shoufd be set at a 25' inter�al ]L 5taking of radius points of greater than �.00' may be omitted C. Storm Drain Inlets L Staking distances should �Oe measur.ed from encf of wing 1{. Standard i0' InEet = 16.00' tatal le�gth lfl. Recessed 10' Inlet = 20.00' tota[ length IV. Standard double 10' inlet w 26.67' total length V. Reeessed double 1Q' irtlet = 30.67' tofal length � D. Storm Drain Manholes I. 2 offset stakes per manhole for the purpose of pro�iding alignment to #he contractor IL Flowlin� grade should be on t�e fath/stake far each flowline and direction nated 111. RIM grade should only be on the stake when provided in the plans C;�Users�IslamT�AppData\Loca1�Temp�01 71 23.16.01 Attachment AWSurvey Staking Standards.docx Page 11 of Z� E�ample Siorm Inlef S�akes FRC�NT ��IaE FACING �) 8��� {gne �zarac A.aw.j Patrr # . � HIB FLE4ATQ1 � '-'�� ' - �� � � �� m a � �� r �. .� � � . �..� ,:i �S io..-a'hi EN' 4F iHE Y4lNG � �F,,,� $Tw�d �' � -r srannN � F WOTEO QN PLANSJ �� �`' *�Ii1FiES GRAC� r�� _ NP- OF CUFt@ * O ��r jj ' "'11FIt: 41G4F:' �Sw 'i c� I � �-" �RC�NT (SiDE FAGfNG �� � }��� {��E F8liNG R.QW_} PdNi i. � �' HUB ELEVA7.:.:� ' � �� �I - ��� � � � � n � � � � � � � .�E7J'iIFlES WH]CH � rND OF THE NAh[G A�NG STAIfED � i L7� .:----..._.a- + O �'L t� I � � �, � ,Y � QISiANCES �Ofi INLETS _ _� STAHbARD 10' 0 16' RE�E,"SSEd 1U" � 2� srnNo�o aaas� ia' — �s.s� MUB VATH TACI€ — — — — — — RECE5SE� 6dJ8EE 10� �36 67' � .W.. .. .. .. .. .,.... ... . ..... .. ... ..... ...... � � � � � 9AC#{ OF 3NLET �� I 'A�• : M''• ' ] • i� •Sa � �� mf y�v R .` *; a� �al ' I.iAH��OEE �r. uT» I .; cai '.Z ;f � — — BAGK t�F' �Jf�3_._. ._.. K'Li71 �LINE EDG£ 4F FAVF�.i€NT •� 1r: - � ti.•, - FACE 4P 3i7LEF k�7Gk 4f PA�IE}AE3+IT �y-t BkCIf DF CURB ,�z �.a = - 1•TT r" • � � �•Y7�NG. _ � = ..».. .w.�. ,...., .....» _ _ _ fACE � INLET FiOYNNE �EOGE 47F PAVEMEhIi C:\Users\IslamT�AppData�Local��"emp�01 7123.16A1_Attaci�ment A_Survey 5taki�g Standards.docx Page 12 of 22 1�111. Curb and Cutter S�ak�ng A. Centerline Staking — Straight Line iangents V. 1 offset stake e�ery 50' on e�en stations VI. Grades are ta tap af curl� unless otherwise shown on pians VII. Stakes at e�ery grade break VIII. Cut sheets are req�aired ar� all s�aking Optional: Actual stakes shall cnnsist of a 60D nail or hub set with a whisker B. Center[ine Staking — Curves lil. If arc length is greater than 100', POC {Paint of Cur�ature) offset stakes should be set at a 25' interval IV. Staking of radius points of greater than 10D' may be omitted �xarnple Curb � Gu��er S�a[ces FRD�1T (SIDE FACIN� �,) O O FR�NT � el� FRDIVT (51DE FttCING �,) •.�r:---s �:;a- Pc i �DE FACING �� PONT OF 4JPVATIIRE � FRONT own�s ao {SDE FACINC ¢� �w7' � r�sa+r a. O � a � W y� c_ F� Q +.I � � ; VY1 �, Ullkrf\ � � � �o�nr�es _---w :� -� b--� o � � (BIDE FACING R.D,W.) �f � � F�� � �Frr. �� � e� � -- - '' � '� '� + � i i � i POINT �! ;§� {.� � ��G �' � � �1 � � 50' u � � � i � �5I ._ r Sn k� � I� I AE717iFl�5 CRADE 18 f '�� � !fr F�� 7D 7VP � CUF� � -- ' sS � i I I HUB ELEVA71flh I� � " �oius� p�rs 1�� — x—� ��i ` i�� � � 1 1 '� hJ� FLA.G:�IhJ{� �.E�3U1�'Et7 �_ . - ti �r�J LIEIJ {,F F�i���: i�h��7�n i �,. ;� � _ --+ ��� + � I ����r�. #�� �{ � t �, �_i�� ... �'b`- i ! I ! — bf.c`� 9 f f j+ I � ���� _ � f� ! P � ,� �,.! I� I� f I ��� � � � �/ �� �/ � � -"' �. �' r �� � / f �-�--�-- - TOP C1F CURB �'rx � �rx� �' �� �r r" �� y..r�_.���'"^'' ��' ��� �'� Y� — � ��= � � fi''P �h ��„.r'� E �„J �• '�'' 'w BA�K (�F CL�F�L '"-'f� � �,' ~ -��_��� ��w- _���..� � --- � � ���� ��� ��Y� ��F� � ��,cE o� �uR� � ---�r- �� f-����� � �� FLOV4LI NE E€]GE �F P,�VEMENT C:\EJsers�1slamT�AppData\Local\Temp�01 71 23.16.01 Attachment A_Sur�ey Staking 5tandards.docx 1�age 13 of 22 �xample Curb �a Cu��er S�akes af Infersecfion � � �� M' 1 � � � L[ � � � V �� -- — —I � � � 1Q' q{$�m�SfA=zf50� `F�' F+L1�'�`-_I LL � .� v � 4F ! Nw6 _ iQF Qg,� ,Q � � oy� � F N O � � R C�� � � � � n i�c`�. — `-- � S � � fd} ��. � W y � a N m a � a �� � � �� 4 u�' `_' _. � O � w Y4 i � �+ �n t ��� [� �-� Q `� ,O l o ��� �� �p�-te� ���N o� _ �� �� .: � Jf 2i � �$ :� o � ii .. � � �a� �� �.. Fl .� �4E L /� ��� ��� � ,,, a; � � �� o._ 4 ,yo/ a��� �� ��Q �t / �����-q. -q� i� -'-�-' --- .P!� C? ! �. �� / W f °'r�-�r ^� H �~W� ��� u �v� � ��� � �Q \ ^��• � �I �, I�rN�sw xw+ .a� I ca �: I I � ����d� rai \ oai3a �z \ s�2 n��� � o� '� W �����`~ � � � ��i� �o� �� �QG � ��.y — — +<i � � U F � ��� � � $ � � �� � q< G F' ��� }0�b��� � �: C:�Users�1slamT�Appbata�Loca1�Temp�01 71 23.16.01_AttachmenY A_Survey Staking Standards.docx Page 14 of 22 EX. �ut Sheeis A. Date of field work B. Staking Method (GPS, tota[ station) C. Praject Narr�e D. City Project Number �Example: G01234) E. Location {Address, cross streets, GPS coordinatej F. Sur�ey company name G. Crew chief name H. A hlanl� template can be obtained fram the survey superintendent (see item i abo�e) S�andard CiiY Cu�_5heet oate: ❑ TOTAL Staking Niethod: ❑ GPS STATION LOCATION: City Project Number: Project Name: ❑ OTHER CONSULTANTlCONTRACTOR SURVEY CREW INITIALS ALL, GRAD�S AR� TO FLOWLINE OR TOP QF CURB UNLESS OTHERWISE NOTED, PT # STATION OFFSET DESCRIPTION PROP. STAK�D _ CUT + FILL -LTI+RT GRAD� ELEV. C:�Users�[slamT�AppData�Local�Temp�01 7123.16.01_Attachment A_Survey Staking 5tandards.docx Page 15 of 22 X. As-�built Sur�e� A. Definitian and Purpnse The purpose af an as-built sur�ey is to ver'ify the asset was insta!!ed in the �roper location and grade. Furthermore, the intormation gathered wi!] be used to supplement the City's Gi5 data and must be in the praper format when submitted. See section �V. As-built survey should include the following [add�tional items may be requestedj: Manholes Top of pipe elevations every 25Q feet Horizontal and vertical points of tnflection, curvature, etc. (AII FittingsJ Caihodic proiec�ion test s�ations Sampling stations Meier,6oxes/vaults (All sizesJ Fire lines Fire hydrants Gdte valves (rim and top a� nu�) P1ugs, stub-outs, dead-end lines Air Release valves (Manhole rim anc� veni pipej Blow off valves (Manhale rim and valve lid) Pressure plane valves Cleaning wyes Clean o�ts Casing pipe (each end) Inverts of pipes Turbo Meters C:\Users�1slamT\AppQata\Loca1�Temp�01 71 23.1b.01_Attaci�ment A_5urvey Staking 5#andards.docx Page 15 of 22 B. �xample �7eli�erahfe 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 sur�eyor should write "NOT FOUN�7" to notify the C�ty. � . , , � +�i�i � —rI ;I' ,� �• ��. $; YE;+ I' ��� �4! aE �,5��4 ��4•• tl� .,� {��� $ � �� Q� �� u � � �e €� �i � 1 � � � 9 � � � I��� �� �� "�i�� � .���at� � � �` ��d � ,=. _ � � � i' � � �I{�3i��E� �- � ti� ' ;�� �. ��t�� �� � I, �' ;s �'' � � � •� , ij�� s�€!- i . �� � �q� �3�� i'I�II,i �d �+a����.:���_ � a � �k;{4�����i�� �� _ � ai ;, � ��a� �i h� ��I�{��'i� �r1, I �e "__ w _� 9. P ti � ; F. , � .3:-r ��f�, � h� ++7trR �x� :.�.t;�� -'�"'"r���i _ ` -� ��?� - F—���--�r��-� � � - :_�����".: a.:.:.. JjT .. ' ' I ;��i-�,".'.t�.�'.—. �� �{�'--- , � !-- _�-,�-_-.--.:_ T: �..- -� =;-�sti� --�- ���_ ..__— ._t:: : . s � - .. :—. � --- � C ..i. : { : . _ -- - -- . ._-� �-. '�-_ .-�j—�.-_ _- _ -----. � �� �.-- -- - = _{ _ I�,.,.'�. ' � � !' —1 �---.i 'zi'I. � � � �_ �* ; �.. '�� --, � _ � -,I '*�--- . � -1�: =�-y -- �} 4 =-T; __ �� �- — � ��;. .. �'��� : � 4, - _9---yv '�-- �� � '� ����5� "r' __ _ i M1 1. . —. • �r+� �, - . _ . . _ _ . . _ i} r-- - --: ..: ---�- :-�,.M1 +��ra�� f� RI!--_.: ---'-" ._ '- :: _ "��' � rf . j :� _--_ .._ ;T-- ftr f�f�� -'� 'L--.- --- '- - ' _ ) 'I��R '�"' __" i --� ..j .. ��, - -:_--_ _ �j:' '� . � . : -- - . . -- �--�' �-I'�ff �-- �--�--I1x r hv��"—_—;""" y.yL.. —��T -.":j'j�y' � _ frJ� ����T� - a-rwi5r� �'J.._" ���__.. +a. '�/�.�-� �'-�� __ ��f���'S�� _""_I1 .' � �-���� "��R n =+ii} : � y�'�:� _:�_:���k! ;:�, T ��rf . --� .*&��r:'?'--��'--- --�i��$ - --: __ :..�.�.�_ -' :__.._. _ :-- . .. ----- � � .._ �- i� . -=.�-:_.... :I -�-----�--+���� _�;�.__ _....__ _ --_ _...__.,.1 .,�._ '� -j —' i � �--+`•--�--�'�- -'4 � ' - � - - - =�-=ca—i---= . . . , � , �. . � .i+ , , � �i ., C:�Users�1slamT�AppQata�Local�Temp�0171 23.J.�.R1_Attachment A_Survey Sta�Cing Standards.docx Page 17 of 22 � —,� - ,� --1 - t71Yi !N CWiaY Rn! i - �" i'eL lFliA'D LW I�11iQFR E > 3 tM3 � � �! STk D�7'LO - !L�':3. lFID/D CW HEI!?!E � SAlVEd�E' FXISI; BRE YkYE Q Itf.IX,C'Ei! a�'ra�+' m Exfsr.sraen !lia7Azls F�f�ShcD StF.�YE F1E'X RfiEd,LER hA�f.QE V.:CVE - ��1 h6699709SB9A7 � £2�9�7SilY3l n� r4 �' y • Y� �_ � g� � � - �z � ;,� ������� � ru:,n� M,d�, w r�s• A'c�,r�a PFJ.YIYE' F.Xla7. �'YYrE7t � r 4, �' 6t � 6 ��� irJI��D ��' }• � ' :7Ja4p Q ��� Y� �b� � � � , �y - � ��� �� ��tV�a�c4 -•: ,� �b � � �. � � � �$ STk 0�3t�p - �' NlSr�{Lt tlL��YY.71i:8�iD �,�4y ���z � SfA R,GRDO - l� I6'l. fFiffA7� L f'ieSTllli F Lg'Ii.t SdVO SN�EYE E7IF OF LL^YSq"E]4 Fi"P,� flLWME2Y' TO F-Xi?7:1f.'fe/P£R A'�/!#•rmso ae n vmcr' 1r p�, -- .. ! fr # �SCi'Vt7fl:�4b .Sf)60{�73-&'� ! `= �� F JI+6.7f/0W.3Y25 lli�$T.iVa / / Fi � f•�/1'.5i7R • tl3'X fi"A4L71qR 7F1`' - �. .. ' F�P� V.YY� `+ h FNFi� FH11RR wvltiy- . i �`� }rF Stmr�r �.eo ���` ([�'�� +a�ax�as� �43' `+� �r9gG�C,�9�07iAA � �j .rF' CP.�f.3 ���!'+JMS<.ik:rte 2 �� yM�A�p(rpdVhn �� lNlrt w] E�Sl,�I�p F1E14 7�5.50 a �,�., � m�ry �� TBAA -�� a s,uv�^.e EXI67.6.1E VACYE fl77 A �cr a� �a sw:ra� rw�i r� f� "rr SFAR�RF/P-Y.L"ts! :,�6� �� ei44Y.8e'�SD ��_� ' i - —i— _ ' - - Li= - -_-- =-'i'-_ . ." : : -�: -=�i=�=:-- - - .-.,-� �_I= �iI= �? e "._—._�-- _ i... -� 1� �1��$L� � C:\Users\�slamT�AppData�Loca1�Temp�0171 23.].5.01_Attachment A SUrvey Staking Standards.docx Page 18 af 22 t{� � �Ii ��' S" $ �1 'E�E I g �I �° O}l' 'fa ;i�'� I' i� - � g M rp f � � ��r .� ; j_e + r �r� 1 �� V �a 1 �- � i� �Efr�� �� i 13 I�e��4. h�, f4 L� � 5� f' � ��� j�l�`�ril�i��j�i` l �'ll ��� � �!� �& � � '�I � � . J ��.I l� � � � � � �{' �� " �� �sI�E� �� �� '�`°a� _'',��IIl�-M� �� e! -- � �� 1 j � i a � � ''G 5� �f�=�;���'� � -- �+f;�f �� � � -E I �t �� � � � _ �x .j����is�: ;?; S�N isl� }. � {� �� �� � � � y�, � ��{ �� , � � �'R z ' �� F�i;= ' yll �T ryih�� � 1� � � '! � �as � ��R �: p � f�l � �,��� �ar =�' x�� �� x.� it �� r � ; s- i �'_=f �1 � r; ,K z ��! ��9 �� � ��;�� c � _?t� ► � � ��! � ��# tl 3NR SS'dOFli �� � _ .:�� �� i�' �- . --=t'• � �� � �� � � .� , ,. �� -:I � `, I� irs . ; { `� - ,1'� i _ � .`Y� i� �� � �� � 4� E I ..-F - �, IE . I � ��� � �j � �. ��:i ��: . O t, f? �. _ . `�_ _ �it� ; � .� '—' �� "� I�r',1}�lEk+•i.f�S�l� . � �," �''' �' , h � <}�r� � �� c-. � "` � `-� � x r�� � ,� �r�� y� � � i , �;,��?�� r � : ,il. �,�,_�, _„ „ �.�� . ' �4 -� --� � ���� -=-1 �. � . . . .: . . ... . . . .. . : �N77,�1t+W „_ z . _I � � :.� ; ' � OS-0 4!lS.� !nV � rh'J"rrh —"l_;�.y I ' �' � ' :. :^--!L:_I�'.;�� ,i'�i� �i.�=�, a L "� �+I !i__i �:,..-i_- r. 'i��� 4 . � ���� , .TI' k—I 'i i�.� `I �� � .F - � �7r , , _�`'-7 . lr „�", -� �—_ $ `� .a �' C : . ;. — lL_ ��f _ -. � . � �� . ., . . � �t �?, . _;.�__:_.. ... , ...r!� ;_�_ .�.:� . ' , s. .,; � _. ;, .. !. . _ . ��--- ��' .L.':__ ".. � :� .,+_. ..�f : �—:ri ---= � F � �e� ��� .i_. }� ::;. : _ -:' �--� .-: - ��- :: ' �� '� I .:�ky�F��,1;�i4aa ,,,'�-'t���r -�,. ._ �,'i._..:-�-=�����s��.� � ` � � �� -� �:r" .:.. ' �t-.ir�l�r3- . . ' �. � ,: �11 _�: :-�r5�-,+�'li-��� . � t L-i jy �,_.._-I- _-, , a'.--� �� � y � } . �'�I��M'id�l� � . --� f ' i �--. _ _� �: :�:. �=-,f_ � . ' .�51fi -:�".. =��.- . ;,� � �,��:. � -1.. ��s���� �i.�• .;.;:::.:. �,I;�.:'.-'��:.iy_f�:-- : ;� I -' --::T:..__ .r� , �F': � J ' °� ; . h��?�'+ � ��-----! ��, j; .I; y�:. `: ;:���.�:����� . _� . L_1 ' A , � : `.� ;, ' . i� -�I f y�.; . ;II� �-��i�. I �� :_:• _..:� , ;,Tf.--- - �,�i„ , .. ''� ^ � .��..t�-��5�- --..._ � .� . _ .._ _ .. .C? � � �.�:. ���i h�rl'��f --��i � '�'�'fti - �' �.i � _ �'i .I.k'I��„-r-�� — ii' fY �- �t� ' . i � � � I � '= '�� 3� 4 "' =i..��— ' ,'I�; . � i � I ' _ �. - �� wy � ; i �, . ,It _i_. � ' _ . . �: i_�' :� L,� � a" � � � : '�: _ :;�'' � , � �'� � �� — — � e {j'� x� � r - I j�_� ,_ ;:�_. ;: . '„ �j � '��� '� ;`F�i °�w ' �I ..I.�-�-- . . '3t �=iia"� ) ' � 1� ill'-��--_:'li�' �a .j�' r nI ',�I�; � # � �ry' -- _ .�.� �i.,_I� .. ���. ..� �.i_ _. � r � _ _ _ '_ -I" : !:�_ I + �y^.._. . f � � � � � � � �,I �;�,� .. 1 �;?�5; �� , � —,. � - �__ _�:�-r-�i � .. :��, :: : _,�" �� —��-- ..�4: �� �.�C...' . �:ia:.� " �_.�._ , �'s -�Fj��� -= I:,�-�~�'�I�- + . -,�� .� — �� � — „� -�—' -:i:�:��''.: -_ ��-� 1 �i �-' — . ��-= � --,� .�I I - - - � �,,.� ' , . , � �� ^"' .w^Fl.� -f��.-�—�� . .... � � _ .... . _ ... `__.. F' * ' f—I ..,---� ' � � '- � ' -I�`x��rrJ!`"�,��.'--� ������� {_i��_.._. _._ ..ti ,� , F �� LL �T;. r- �': i ; ,.i�l - ,-':° --T-:r" �-�,��' � f �r�; =;;:s- =,� ��.+7�'� .� .._{,y �` --� 'i��-�;� �i� _ -�.:_�, - � , , -:_:-�__ � : �; � �'��L - _ ':I--=--�; - ' � � i, F �� -r - --- tM` E:j ',' . r 'I'___ .._ I � �i�� 9 . . - � ��'"!� ��� -- e �j... .I � � : .. � : :���� �r� -�' -'j�#-' --- ;lY.' ';.1,� . „ . .. ..; _:} �r�,��--.I �� . + �......,:� �� � „ra = :� .=- "r._ .. , � r�n�.4" . _.. . � �,. �rii �r� �r� -� ` �� w � � ,�I_.. .,_� :.J-_ a:�--I_��-'�r�.'i;�E �' . _•_ -�-- ..:... .. � .r.- i _..ii .r� --. _' '�.-' i .--.: .��r.�.�."r-- - -�. r �� � —�.I ` _-- ��_ --F, �T �,_ _� � .._ x_ � � .. x � � �� C:�Users�1slamT�AppData�Loca1�Temp\01 71 23.1b.01_Attachment A Survey Staki�g Standards.docx Page 19 of 22 C:\Users' ds.docx Page 20 of 22 Of��iausly the .cs� or .txt file cannot be signed/sealed by a surveyor in the farmat requested. This is just an example and all this infarma�ion shoufd be noted when delivered to the City so it is clearto what coordinate system the data is in. POINT ND. NOR7H3NG EASTIiSFG ELEll. 1 6946257.189 2296079.165 2 6946266.893 2296062.1A1 3 6946307.399 2296038306 4 6945z20.582 229bO1L025 5 6946195.23 229b015.116 6 6945190.528 ,�29b1'I]� 721 7 fi94S136.012 22252�F.115 8 6946002.267 �!l593.g.133 9 6945003.D56 2295933.418 1p fi94S984,fi77 2295589.5� 11 fi94S9$6.473 2255859.892 12 fi945895.077 22958SD.962 13 6945896.591 2295862.188 14 6445934.286 22958A3..925 15 694593&.727 2295830.A41 1S 6945835.678 2295749.7D7 17 6945817.A88 2295827.Q11 18 6945759.776 229575$.643 19 6945768.563 2295778.424 20 6945743.318 Z29S788.39Z 21 6945723.219 2295754.394 22 6945582.21 2295744,22 23 6945627.,902 2295669.471 24 6945643.407 2295736.03 25 6945571.059 229565'5.195 �6 6945539.498 2295667.803 27 6945519.83Q 2295619.49 28 6945917.879 2295580.27 29 69R5456.557 2295693.145 30 6945387356 2295597.301 31 69Q5370.688 2295606.793 32 69A5383.53 2295610.559 33 6945321.228 2295551.1D5 34 69a5319.365 2295539.77.8 35 5945242_239 7393374 715 36 t;93����].GIS 32935A-0.626 37 e�9957C�G.4S3 2295524.305 38 r9a;1a�.015 xz�3�57.666 39 G?9$it1.�+15 2295520335 40 C'iASi}43.02 t'Ln5527.345 41 G9,q€504I.024 22s15552.675 42 r��345U38.87$ 2L55552.147 43 69450Q6.397 2295515.135 44 6944944.782 2295524,635 45 6944943.432 Li95555.�79 46 6944860.416 2255534.397 DESCRIPTION 726.09 SSMH RfM 725.668 GV RIM 726.85 GV RIM 723358 SS�H �iIM 722.123 GV RINI 722.325 FH 719.448 WM R1M ?!S 33 �. W�.9 �RIM w;3 �57 r.i] RIM x3; 6f� SSMH RIiVI 7;U.64b WM R[M 707.72 WM RfM 708.265 WM RIM 709.467 WM RIM �io.asa cv aiM 7(}7.774 SSMN RIM 7p$.392 SSMH RIM 711.218 SSMhi RIM 710.OSfi GV RIM 710.&31 GV RiM J1� B49 GVR1M 716.686 WM RIM 723.76 WM RIM ',4 737 CO RIM 3,�1 5�14 SSMH R!M 3t;1 a.23 WM RIM 732,569 WM itlM 740.523 WM RIiVI 736.451 CQ RIM 740.756 GV RiM 7�i0.376 GV REM 740.408 FH 746,34 �lVM RIM 746.777 CO REM 3aa_asa WM RiM l,97_59 SSMH REM �s1.i158 WM RIM 15U.653 WM RIM 351.871 WM RIIVI 752.257 SSMH REM 751.79 WM RIM 751.88 WM RIM 752.615 WM RIM 752.SD1 WM RIM 752i56 WM RIM 752.986 55MH RIM � i, i . , . - i� � �. l . .. � � e ., a _i i � � ' �� �_� I �I ; �_ , � ` r . � ; II�,�{ . � r� ; r�. r�5•�, ! �� . _ . � � i , �. 1 ='I-1=-c� � r � I i�9i=. _`{ � r', . �i-x�� r. � � �-- . . - I�fuk�����--. . { � ,' w�;� � t��. ! ��rt�� I ���, : . 's A��#� t ��*�i ��� i � C � �,3�2"'. . ' t ;� C:�Users�1slamT\AppData�Loca1�Temp�0171 23.16.01_Attachment A_S�rvey Staking 5tandards.docx Page 21 of 22 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 acceptalole and can be obtained by request from the survey superintendent. C:\Users�1slamT\AppData\Local\Temp�01 7123.16.Q1_Attachment A_Survey Staking Standards.docx Page 22 of 22 017423-1 CLEANITIG Puge 1 of 4 ] 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION O1 i� �3 CLEANIIVG 5 A. Sectian Includes: 6 1. Intermediate and final cleaning for Wozk not including special cleaniz�g of clased 7 systems specified elsewhere 8 B. Deviations from Ft�is Ciiy of �'ort Wortk� Standard Specifzcation 9 l . None. la C. Related Specification Sections incTude, but are not necessarily limited to: ] I 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Con�ract i2 2. Division I— General Requirements 13 3. Section 32 92 13 — Hydro-Mulching, Seeding and Sodding 14 1.2 PRICE AND PAYMENT PROCEDURES i5 A. Measurement and Paynnent ]6 1. Wark associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINI�TRATIVE REQUIREMENTS 20 A. Scheduling 21 l. Schedule cleaning operaiions so tk�at dust a�d otlaer contaminants disturbed by 22 cleaning pzocess will not fall on newly painted surfaces. 23 2. Sched►�le finai cleaning upon completion of Work and 'rmmediately prior to �nal 24 inspection. 25 1.5 SUBMITTALS [NOT USED] 26 I.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS INOT USED] 27 I.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINT�NANCE MATERIAL SUSMITTALS [NOT USED] 29 1.9 QUALITY A�SLIRANCE [NOT USED� 30 �14 STORAGE, ANI} HANDLING 31 A. Storage and HandLing Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed far 33 those materials. CITY OP FORT WORTH 2O21 WOODWAY AND SAM CALLOWAY RFSiTRFACING PAOJECT STANI�AIiI� CO1VS'1'RUC'I'IOIV SPECIF'IC F�T'ION DOCUIVIENTS Revised 7uly 1, 2011 Ci'['X PI20JECI' NO. 102879 01 74 23 - 2 CLEANING Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS �NOT USED] 2 11Z WARRANTY [NOT USED] 3 PART 2 - PRODIICTS 4 2.1 OWNER-FURNISHED [on] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.� MATERIALS 6 A. Cleaning Agents 7 1. Compatible with suz�ace being cleaned 8 2. New and uncontaminated 9 3. For manufactnred surfaces IO a. Material recommended by manufacturer 11 2.3 ACCES,SORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT LTSED] I3 PART 3 - EXECUTION ]4 3,1 IN�STALLERS [NOT U�ED] 15 3.2 EXAMINATION [NOT USED] I6 3.3 PREPARATION [NOT U�ED] 17 3.4 APPLICATION �NOT U�ED] 18 3.5 REPAIR / RESTORATION [NOT USED] 19 3.6 R�-INSTALLATION [NOT USED] 20 3.'� FIELD [ox� SITE QUALITY CONTROL rNOT USED] 21 3.8 SYSTEM STARTUP �NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 310 CLEANZNG 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and sai'ety orders of 27 governing auEhorities. 28 3. Do not dispose of volaizle wastes such as z�nzz�azal spiz�ts, oil oz paint tk�innez in 29 stozzn or sanitary drains or sewers. . 30 4. Dispos� af deg�-adab�e debzis at an approved salid waste disposal site. 3I 5. Dxspose of nondegradable debris at an approved solid waste disposai siEe or in an 32 altezz�aie manner appzoved by Citq and regulatory agencies. C1TY pF FORT WORTH 2O21 WOODWAY AND SANf CALLOWAY RESUitFACING PROJECT S`T'ANI7ARD CONSTRUC'I'IO1V SPEC�ICA'1'ION A�CUMENTS Revised July i, 2011 CTI'X PROJECI' NO. 102874 017423-3 CT,�ANTAIG Page 3 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 15 17 18 19 20 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 tk�is project. $. Remove all signs of temporary construction and activities incidental to construction oi required permanent Work. 9. If project is not cleaned to the sa�isfaction of the City, the City reserves t.�e right to have the cleaning completed at the expense of the Contzactor. 10. Do not burn on-site. B. In.tezznediate Cleaning during Construetion 1. Keep Wozk azeas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum ,veekly inter�als, dispose of waste materials, debris and rubbish. 3. Confine constructron debris daily in strategicaIly located container(s}: a. Caver to prevent bIowing by wind b. Store debris away fram cor�struction or aperational activities c. Haui fram site at a minimum of once per week 4. Vacuum clean interior areas when zeady to receive finish painTing. a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 5. Prior Co sCorm events, thoroughTy clean site of a111oose or unsecured items, which may become airborne or transported by flowing water during the storm. 21 C. Tnterior Final Cleaning 22 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerpzints, labels and othez 23 foreign materials from sight-exposed surfac�s. 24 2. Wipe all lighting �ixtuze re£lectors, Tenses, lamps and trims clean. 25 3. Wash and shine glazing and nnirzars. 26 4. Polish giossy surfaces to a clear shine. 27 S. Ventilating systems 28 a. Clean permanent filters and replace disposable �ilters if units w�re opezated 29 during construction. 30 b. Ciean ducts, blowers and coils if uz�ts wez�e operated without filters during 31 canstruction. 32 6. R�pJ.ace all burned out lamps. 33 7. Broorr� clean pzocess area floors. 34 $. Mop office and control room floors. 35 3b 37 38 39 40 4I 42 D. �xteriar (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re-seed areas disturbed by location of tras�a and debris cantainers in accardance with Section 32 92 13. 2. Sweep roadway to remov� aIl rocks, pieces of asphalt, conerete or any other object tl�at may hinder or disrupt the flow of traffic along the roadway. 3. Clean any in%erioz areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. CiTY ON �ORT W012"1'H 2O21 WOODWAY AND SAM CALLOWAY AESTIRFACING P3207EC.'T STANI�ARD CONS'IRUCTION SPECIRICATIOI� TJOCC]MEIVTS 1Zevised 7uly 1, 2011 C1TI' PR07ECT NO. 102874 017423-4 CLEANING Page 4 of 4 1 4. Zf no longer required for maintenance of eroszon facilitaes, a�d upon appzoval by 2 City, remove erosian contral from site. 3 5. Clean srgns, lights, signals, etc. 4 3.11 CLOSEOUT ACTZVXTIES [NOT USED] 5 3.12 PROTECTXON [NOT IISED] G 313 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 9 END OF SECTION Revisian Log DATE NAME SUMMARY OF CI-IANGE 10 CTI'Y OF FORT WORTH 2O21 WOODWAY AND SAM CALLOWAY RESURFACING PR07ECT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 7uly 1, 20i 1 C1TY PRpJEGT NO. 102879 o� �� i� - i cr�os�oum x�Q�,r�M�rrrs Page 1 of 3 i 2 3 PART1- GENERAL 4 Ll SUMMARY SECT�ON fll. '�'� l9 CLOSEOUT REQUIREMENTS 5 A. Section �ncludes: 6 ]. Tlae pzocedure for closing out a contract 7 B. D�viations from this City of Fort Worth Standard Speci�cation 8 1, None. 9 C. Refated Specification Sections include, but are not necessarily limited to: 10 1. Di�rision 0-- Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division I— General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES I3 A. Measurement and Payment 14 l. Work associated wzth ihis Itez�r� zs considezed subsidiary to the various Items bid. 15 Na separate payment will be allawed for Yhis Ttem. 16 1..3 REk'ERENCES [NOT USED] 17 1.4 ADMZNTSTRATTVE REQUIltEMENTS 18 A. Guarantees, Bonds and Ai€idavits 19 l. No application for final payment will be accepted untii all guaran.tces, bonds, 20 certificates, licenses and af�daviis requixed for Work ox equipznent as sp�cified axe 21 satasfactorily �aled with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted untiI satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit ali required documentation to City's Project Representatav�. C1TY OF FORT WORTH 2O21 WOODWAY AND SAM CALLOWAY RESURFACIrIG PR07ECT STANDARD CONSTRITCTiON SPECIFICAT[ON DOCLiMSNTS 12evised .Tuly 1, 20i 1 CTI'Y PROJECT AIO. ] 02879 0177I9-2 CLOSSOUT REQUTAEMENTS Page 2 of 3 I 1.6 INFORMATIONAL SUBMITTALS �NOT USED] 2 1.'� CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 31 �NSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT U�ED] 7 8 3.3 PREPARA.T�ON [N�T U�ED] 3.4 CLOSEOUT PROCEDURE 4 A. Prior to requesting Final Inspection, submit: 10 1. Project Record Documents in accardance with Section 01 78 39 11 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 12 B. Prior to requesting Final Inspection, perfarm final cleaning in accordance with Section 13 41 74 23. 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 3� 35 36 37 38 34 C. Finallnspection I. Aftez final cleaning, provide notice ta the City Project R�presentatav� that tla� Work is completed. a. The City will make an initiai F'inal Tnspeciion with the Contractor preseni. b. Upon completion of this inspection, the City will notify the Contractor, in writing within TQ business days, of any particuiars in which this inspection reveals that the Work is defective ar incomplete. 2. Upon receiving written notice from the City, immediateIy undertake the Work required to remedy deficiencies and camplete the Work to the satisfaction oF the Cziy. 3. Upon completion of Wozk associated witla tk�e itenr�s lisied �n the City's writt�n ❑otice, inform the City, that Yhe required Work has bee� cornpleted. Upon receipt of this notice, the Crty, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide ali special accessories required to place each item of equipment in fu11 operation. These special accessory iterns include, but are not lirnited to: a. Specifiec� spare parts b. Adequate oiI and grease as required %r the first lubrication of the equipment c. Initial fill up of aIZ chemical tanks and fuel tanks a. Lignc bulbs e. Fuses f. Vanit keys g. Haz�dwheels h. Other expendable items as required for initial start-up and operation of all equipment D_ Notice of Project Completion C1TY OF FORT WORTI-I 2021 WOODWt1Y AND SAM CALLOWAY RESLTIZFACING PA07ECT STAI�iDARD CONSTRUCTION SPECIPICATION DOCUMENTS Revised 7uly 1, 2p71 CFI'Y PRpJECT 1V0. 102879 017719-3 CLOSEOUT REQURtEMENTS Puga 3 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 1. Once tlae Ciry Pxoject Represe�atative �nds tkze Wozk subsequent to Final Inspectian to be satisfactory, the City will issue a No�ice af Project Comple�ion {Gr.een Sheet). E. Supporting Documentation l. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Reyuest b. Statement oi Contraci Time c. Affzda�it of �'ayment and Re�ease of Liens d. Consent of Surety to �'inal Payment e. Pipe Report (if required} f. Contractor's Evalua�ion of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance l. Upon review and acceptance of Natice of Project Completion and Supporting Documentation, in accardance with General Conditions, Ciry will iss�e Letter of Final Acceptance and release the Final PaymenC Request �or payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE�INSTALLATION [NOT USED] 3.'� FIELD [oxI SITE QUALITY CONTROL [NOT USED] 3.$ SY�TEM STARTUP [N4T IISEB] 3.9 AD�USTING [NOT U�SED] 310 CLEANING [NOT USED] 311 CLOSEOiTT ACTNITIES [NOT USED] 3.1� PROTECTION [NOT USED] 3.13 MAINTENANCE INOT USED� 314 ATTACHMENTS [NOT USED] END OF SECTI4N Revision Lag DATE NAiVIE SUMMARY OF CHANG� 29 CTiY OF FORT WORTH 2O21 WOODWAY AND SAM CALLOWAY RESURFACING PRdJECT STANDARD CONSTRUCTION SP�,CTFICATION I�OCUMENTS Revised July 1, 20I 1 CTT'Y P1t07ECP NO. 102879 017823-1 OPERA'I'iO1V A%TD MAiNTENANCE DATA Page 1 of 5 l 2 3 PART � - GENERA.L 4 1.1 SUIVINIARY 5 A. Section Includes: 6 1. Product data and related infarmation appropriate for City's mainCenance and 7 operation of products furnished under Contract 8 2. Such products may include, but are not limited to: 9 a. Traffic Controllers 10 b. Irrigation Controllers (to be operaied by ihe Ciry) I1 c. Buttexfly Valves 12 B. De�iations froz�rx this City of Fort Worth Standard Specification 13 1. None. 14 zs 16 17 1.� 18 19 20 21 1.3 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Di�ision 1— General Requirements PRICE AND PAYNI�NT PROCEDT.TRES A. Measurement and Payment 1. Work associated with this Item is considered subsicliary to the various �tems bid. No separate payment will be allowed for ik�us Itezza. R�FERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Sclaedule 24 1. Submit manuals in �nal form to the City within 3Q calendar days oi product 25 shipment to the proj ect site. 26 1.� SUBMXTTALS 27 A. Submittals shall be in accordance with Section Oi 33 00 . All subzn�ittals shall be 2& approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 31 32 33 34 35 36 37 A. Submittal Form I. Prepare data in form of an instz-uctzonal manual for use by City personnel. 2. Foxznat a. Size: 8'/z inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cioth or metal c. Text: Manufacturer's printed data, or neatly typewritten SECTXON Ol. '�S 23 OPERATION AND MAINTENANCE DATA Cli'Y OF FOAT WORTH �021 WOODWAX Ai+fD SAM CALLQWAY RFSiTRFACING PR07ECT S'I`ANAARD CpNSTRUCTION SPECIFICATTDIV DOCUMENTS ltevised December 20, 2012 C1TY PRO.T�CT NO. 102879 {l l 78 23 - 2 OPERATIOIY AND MA1N'TSNANCE DATA Page 2 of 5 1 2 3 4 5 6 7 S 9 10 71 12 13 1� 15 Z6 17 18 i9 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 3 4. d. Drawings 1} Provide reinforced punched bindez tab, bind in with text 2} Reduce larger drawings and fold to size of text pages. e. Provide fly-ieaf for each separate product, or each piece of operating equipment. 1) Proaide typed description of product, and major component parts of equiprr�ent. 2) Pra�vide indexed iabs. f. Cover 1) Identify each volume with ryped or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title af Project b} Identity of separate structure as applicable c) Identity of general subject matter covered in the manual Binders a. Caznzn.�xcial quality 3-zing binders with durabl� and cleanable plastic covers b. When mul�iple binders are used, correTate the data into related consistent groupings. If available, provide an elect�onic form of the O&M Manual. B. Manua] Content 1. Neatly typewritten tabie of conCents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and Ceiephone number b. A lisY af each product required to be included, indexed to content of the volume c. I..ist, �svith each product: 1) The name, address and telepi�one number of the subcontractor ar installer 2) A list of each product required to be included, indexed to content of Ehe �rolume 3) Identiiy area of xesponsibility oi each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as s�i forth in Contract Doc�ments. 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 installa�ion 3) Delete r�fezencas to inapplicable infoz�znataon 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 diagra3ns b. Coordinate drawings with in�armation in Project Record Documents to assure correct illustration oi compleCed installation. c. Do no� use Project Record Drawings as maintenance drawings. 4. Wriiten t�xt, as requiz�ed to supplez�nent pzaduct data foz the paxticular installation: �, Organize in consi5ient form�t under separate headings fnr different procedures. b. Provide logical sequence of instructions of each procedure. CTI'Y OF FORT WORTH 2O21 WdODWAY AI�ID SAM CALLOWAY RESURFACING PROJECT STANDARD CONSTRUCI'IO�T SPECIFICATIOI�T AOCLTIVaE;V7'S Revised Decem6ea 20, 2012 C1TY PROJECT 1V0. 102879 017823-3 OPERATION ADID MAiDITENANCE DATA Page 3 of 5 1 2 3 4 5 6 7 S 9 10 11 i2 13 14 I5 16 17 rs 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 �6 47 4$ 5. Copy of each warzanty, band and service contract issued a. Provzde information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manua� for Mater�als and Finishes 1. 5ubrrut 5 co�ies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Mar�ufacturer's data, giving full information on products 1) Catalag number, size, composition 2) Color and texture designations 3) Information required for reordezing special rnanufactuzed pxoducts b. Instructions for caze and zir�aintenance 1} Manufacturer's recammendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods v�rhich are detrimental to pzoduct 3) Recornmended schednle for cleaning and maintenance 3. Content, for maisture protection and weafher exposure products: a. Manufacturer's data, giving full information on products 1} Applicable standards 2) Chemical composition 3) Details of instalIation b. Instructions for inspection, maintenance and repaiz D. Manua� for Equipment and Systems ].. Subz�,it 5 copies of complete manuaI in final form. 2. Cantent, for each unit of equipment and system, as apprapriate: a. Descrip�ion of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and cammercial number oF replaceable parts b. Operating procedures 1} Start-up, break-in, routine and nozm€al op�zating iz�st�ruuctions 2) Regulation, contral, stop�ing, shut-down and emergency instructions 3) Suznnrzer and win�er operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2} Guide ta "trouble sh�oting" 3) Disassembly, repair and reassembly 4) AIignment, ac�jus�ing and checl�ng c�. Servicing arid lubrication schedule 1) List oF lubricants requued e. Manufacturer's pz�nted operating and maintenance instructions i. Descriptaon of sequence of operatian by contral manufacturer 1} Predicted life ofparts subject to wear 2) Itez�r�s recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As instal�ed color coded piping diagrams CPI'Y OF PORT WORTH 2O21 �0017GV'A'Y ANll S.4IvT CALLOWAX RESURFACING FROJECI' S'�'�AI2D CON3TRUCTION SPECIFICATION DOCUMENTS i2evised December 20, 2012 CTI'Y PRO.TSCT NO. I D2879 017823-4 pPERATION AND MAINTENANCE DATA Page 4 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 1$ 19 20 2fl 22 23 24 ZS 26 27 28 29 i. .l• k. 3. Content, foz each electric and electronic system, as appropriate: a. Descz�ption of system and component parts 1} �'unction, normal operating characteristics, and limit�ng conditions 2} Performance curves, engineering data and Cests 3) Complete nomenclature and commercial number oireplacea6le parts b. Circuit directories of panelboards 1) Electrical service 2} Controls 3} Com�zxzunicatioz�s c. As installed coJ.or coded wining diagrams d. Operating pracedures 1) Routine and normal operating instructrans 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) DisassezxibJ.y, zepazr and zeassembiy 4) Adjustment and checiring f. Manufacturer's printed operating and maintenance instructfons g. List af original manufacturer's spare parts, manu�acturer's current prices, and recommended quantities to be maintained in storage h. Other daia as required under pezEanent Sections of Speci�ications 4. Frepare and include additional data wh�n the r�eed fox such data becomes apparent du.ring instzuctio� of City's personnel. Charts of vaive tag numbers, with location and function of each valve List of original manufacturer's spare parts, manufacturer's curren� prices, and recommended quantities Co be maintained in stozag� Other data as required under pertinent Sections of Speci�ications 30 1.'� CLOSEOUT ,SUBMITTALS [NOT U�ED] 31 1.8 MA�NTENANCE MATERIAL SLTBMITTALS �N�T USED] 32 1.9 QLTAL�TY ASSTTRANCE 33 A. Fro�ide operation and maintenance data by p�zsox�ne� with the following criteria: 34 1. Trained and experienced in maint�nance and opezation of described products 35 2. Sl�lled as technical wz-i�ter to the extent required to commr�nicate essential ctata 36 3. Slfllled as draftsmax� coz�npetent to pzepare required drawings CTTY OF FORT WORTH 2O21 WOOD'WAY AN17 SAIvT CALLOWA'Y RESURFACING PR03EC[' STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2D12 C1PY PAOJECT NO. 102879 0178 23 - 5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1 1.14 DELNERY, STORAGE, AND HANDLING [NOT USED] 2 111 FIELD [SITE] CONDITIONS [N�T USED] 3 1.12 WARRANTY [N�T USED] 4 PART Z- PRODUCTS [NOT USED] 5 PART 3 - �XECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SiTMMARY OF CHANGE S/31/20I2 D. Johnson 1.5.A.1 — titTe of section removed CITY OF FORT WORTH 2O21 WOODWAY AND SAM CALLOWAY RESURFACl7�'G PROJECP STANDARD CONSTRUCTION SPECIF7CATION DOCLJMENTS Revised December 2p, 2012 C]'I'Y PR�JECT NO. 102879 017839-1 PROIECT RECORD DOCUM�N1'S Page 1 of 4 1 2 3 PARTl- GENERAL 4 5 6 7 8 4 10 11 12 13 14 1S 16 17 1.1 SUMMARY SECTION 01 '�S 39 PROTECT RECORD DOCUMENTS A. Section Includes: I. Wozk associated witia tlae documentzng the �roject and recoxdzng changes to project docunn�nts, includ'zng: a, Record Drawing5 b. Water Meter Service Reports c. Sanit�-y Sewer Service Reparts d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification l. None. C. Related Specification Sectians include, but are not necessarily limited to: 1. Division 0— Bidding R�quzr�znenis, Contz�act Fozzx�s and Conditions of the Contract 2. Di�vision 1-- General Requcirements 1,2, PRYCE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associaEed with this Item is considered se�bsidiary to the �arious Items bid. 20 No separate payment will be allowed far this Item. 21 1.3 REFERENCES [NOT USED] 22 23 1.4 ADMINrSTRATYVE REQUXREMENTS [NOT USED] 1.5 SUBMITTALS 24 A. Frior to submitting a request for Final Inspection, deliver Project Record Documents to 25 Ciry's Project Representati�e. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED� 27 28 29 30 31 32 33 34 35 3b L'� CLOSEOUT SUBMITTALS [NOT USED] 1.$ MAINTENANCE MATERIAL SUSMITTAL5 �NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. TI�oro�ghly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other pocuments where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Docum�nts z�r�ay z�ly zeasonably an information obtained from the appro�ed Froject Record Docurnents. CTiY OF FORT WOA"I`H 2O21 WOODWAY AND SAM CALLOWAY RES URFAC3NG PROJECT STANI}AR.d CONSTRUCT14N SPECIEICATIQN DOCUMENTS Revised July 1, 2017 C1TY PROJECT NO. 102879 D17839-2 PROJEC"I` 12ECQRD DQCUMENTS Page 2 of 4 ] 3. To facilitate aecuracy of records, make entries within 24 hours after receipt of 2 inforrnation that the change has occurred. 3 A. Provide factual information regarding all aspects of the Work, both concealed and 4 visible, to enable future modi�cation of the Work to proceed without lengthy and 5 expensive site measurement, investigation and examination. 6 1.10 �TORAGE AND IIANDLING 7 A. StQrage and Handling Requirernents 8 I. Maintain the job set of Record Documents coz�r�pletaly pzoiected fram deterioration 9 and fzom loss and dazxaage ur�til coznpletion of the WarI� and transfer of all recorded la data to the final Project Reeord Documents. J.1 2. In the er�ent of Iass of recorded data, use means necessary to again secure the data 12 to the City's appraval. 13 a. In such case, provide replacements to the standards originally reqaired by tlae 14 Contract Documents. 15 111 FIELD [SXTE] CONDXTXONS [NOT USED] 16 112 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1. OWNER-FURNISHED [oR] QWNER-�UPPLIED PRODUCTS [NOT USED] 19 2.2 RECORD DOCUMENTS 20 A. 7ob set 21 1. Proniaptly following receipt af the Notice to Praceed, secure from the Ciry, at no 22 chazg� to the Contractor, 1 camplere set of ali Dacuments comprising the Contract. 23 B. Final Record Doeuments 24 J. At a t�rne nearing the completion of the Work and priar to Final Ir�spection, provide 25 the City 1 complete set of all Final RecQrd Drawings in the Contract. 26 2.3 ACCESSORiES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USEDJ 28 PART 3 - EXECLTTIQN 29 3.1. INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT iTSED] 32 3.4 MAINTENANCE DOCUMENTS 33 A. Maintenance of 7ob Set 34 1. Immediately upon receipt of the job set, identify each of the Documents with the 35 title, "RECORD DOCUMENTS - JOB SET". C1TY OF FOI2T W012T1� 2p21 WOODWAY AND SANi CALLOWAY RESURFACING PROJECT STANDARD CONSTRUCITON SPECIFICATIOdY DOCUMENTS Iievised Je�ly 1, 2Di 1 C1TY PROJECT NO. 102879 O17839-3 PROlECT RECORD DOCUMEIVTS Page 3 of 4 1 2. Preservatian 2 a. Considering the Contract comp�etion time, the probable number of occasions 3 upon wlazch th� job set zrzust b� tak�n oui for new entries and for examination, 4 and th� ca�ditaons under whick� thesa actzvitzes will be perfQrmed, devise a 5 suitable method for proYecYing the job set. 6 b. Do not use the job set far any purpose except ent�y of new data and for review 7 by the City, until start of transfer of data to final Project Record Documents. 8 c. Maintain the job set at the siCe oi work. 9 3. Coordination with Construction Survey 10 a. At a nninizx�.uzin, in accoxdanc� with t�a� intezvals set forth in Section 01 71 23, 11 clearly mark any deviations from Coz�tract Docuz�r�ents associated with J.2 installation of the infrastructure. 13 14 15 16 17 18 19 20 4. Making entries on Dra�rings a. Recard any deviations fram Cantract Documents. b. Use an erasable colored pencil (not ink ar indelible pencil), clearly describe the change by graphic line and nate as required. c. Date all entries. d. Cali attention to the entry by a"cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use difFerent colors far the overlapping changes. 21 S. Conversion of schezxaatic ]ayouis 22 a. In some cases o� the Drawi�gs, arrangements of conduits, circuits, piping, 23 ducts, and similar items, are shown schema�ically and are not intended to 24 portray precise pi�ysical layout. 25 1) Final physical arrangement is detern7ined by the Coniractor, subject to the 26 27 28 29 30 3i 32 33 34 35 36 37 38 39 40 4l City's approval. 2} However, deszgr► of future modifications af the facility may require accurate i�forznation as to the final physical layout of items which are sho�rn anly schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline a� each run of items. 1} Final physical arrangement is deternuned by the Contractor, subject to the Ci�y's approval. 2} S�aow, by sy.mboI or note, t�e vertical lacation of the Iterri ("under slab", "in ceiling plenum", "exposed", and the like}. 3} Mdlce aII identification sufficiently descriptive that it may be relaEed reliably to the Specifications. c. The City may waive the requirements for con�rersion of schematic Iayouts where, in the City's judgment, con�ersion ser�es no �seful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. 42 B. Final Project R�cozd Docuz�aents �3 l. Transfer of data to Dzawa�gs 44 a. Carefully transfer change data shnwn on the job set of Reeord Dravc+ings to the 45 corresponding final documents, coordinating the changes as required. 46 b. Clear�y indicate at each affecEed detail and other Drawing a full description of 47 changes made during construction, and the actual Iocation of items. CPi'Y OF FORT WORTH 2O21 WOODWAY ANI7 SAM C.4T�..OWAY �SURPA,CI[VG PROTECI' STANDARI} CONSTRUC"I'ION SPECIFICATION DOCUMENTS Revised 7uly 1, 20] 1 CITY PRO.TECT NO. 102879 017839-4 PR07ECT RECORD DOCUMENTS Pa$e �} of 4 � 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 Za 21 22 23 24 25 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 rr�edia to assure longevity and clear repraduction. 2. Transfer of data to otb�z Documents a. Ii Che Documents, other than Drawings, have been k�pt cican duzzng pzogress of the Wozk, azid if entries tk�ez-eoz� have bean orderly to ihe 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 handIing, and carefully transfer the change data to the new copy to the approval of the City. 3.S REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [ox] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT U5ED] 3.9 ADJUSTING �NOT USED] 3.i0 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.1� PROTECTION [NOT USED] 313 MAINTENANCE [NOT U�ED] 3.1�4 ATTACHMENTS [NOT USED] END OF SECTIQN Revisian I,og DATE NAME SUMMARY �F CHANGB 26 C1TY OF FORT WOIZ"� 2021 WOODWAY ATID SAM CAL.LOWAY RESi3RFACING PROJECI' STANDAAD CONSTRUCTION SPECiFICATION DOCUMEN'I'S Revised Juiy 1, 201I CTTY PROJECI' NO. i02879 321123-1 FLE?�1BLE BASE COURSES Page 1 of 7 1 2 3 PART l. - GENERAL 4 11 SUMMARY 5 6 7 $ 9 10 11 12 13 14 15 16 17 18 1.� 19 20 21 22 23 2� 25 26 27 28 29 30 31 32 33 34 35 36 37 38 SECTION 32 i1 �3 FLEXIBLE BASE COURSES A. Section Includes: 1. Foundation course for surface caurse ar for other base course composed of fle�ble base constructed in one or mare coarses in conformity with the typicai section. B. Deviations from �Iiis Ciry o� Fort Worth Standard Specifrcation I. }�i�}!�'I-�i.l� f E�i�.fi:{"i'F��.�;?�IEi�,F', F�+1�,�:�'�]1����N� S.r;�"f'�[_}h� �� ] I i"�';H�11.1., k��:=, M.�.:11ti1 fl2.H:Ex k�1'"�'f.{I: (.'iJ�3��' 1���Ftf� ()f.= {:�.1h�1:1'1.�:'E'k?I:] �J1,�,��°'['I'a'`�. �}, l If�C'C.{�;��.E��:C7] fs,`��AVA'�'1{-�N A�IE] I��A��i.C�(.T i��:xt�lllFtki'l'(�� I'�_A('E� �1�t=,���E+1_F_ i3A51= C�7UI�SG �I-IAl.I� 1�� CC]N�IU�'ltf.�].SiJ�3SLL��lAl��, I�[� Sf.ik'A1�A'�'�-: i'AY, C. Related Specificat�on Sections include, but are not necessarily Iimited to: 1. Division 0— Bidciing Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements PRICE AND PAYMENT PROCEDURE� A. Measureznent and Payrreent 1. Measurernent a. Measurement for this Item will be by the s�e CUBIC yard of Flexible Base Course for various: 1) Depths 2) Types 3) Gradations 2, Paynrzent a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be pa'rd for at the unit price bid per �e CUBIC yard of Flexible Base Course. 3. The p"rice bid shall include: a. Freparation and correction of subgrade b. Furnishing of material c. Hauling d. Blading � e. Sprinkling f. Compacting g. UNCLASSFFIED EXCAVATION AND HAULING REQUIRE TO PLACE FLEXIBLE BASE COURSE 39 1.3 REFERENCES 40 A. Definitions �+1 1. RAP — Recycled Asphalt Pavement. CITY OF FORT WQRTH 2O21 WQODWAY AND SAM CA,T.LOWAit I2ESURFACING PROJEC'I' STANDARD CONSTRUCTION SPECLFiCATiON DOCUMENTS Re�ised December 20, 2012 C1TY PROTECT NO. 102879 3zrzz3-a PLEXIBLE BASE CO[JRSES Page 2 of 7 1 B. Reference Standards 2 1. Reference standards cited in this specification ref�z to the cuz�rent reference standard 3 published at the tizne of the latest revision date logged at the end of this 4 specification, uniess a date is speci�Zcally ciied. 5 2. ASTM Int�rnational {ASTM}: 6 a. D698, Standazd Test Methods for Labozatory Cornpaction Characteristics of 7 Soil Usin� Standard Effart (12 400 ft-lbf/ft3 (600 kN-m/m3)) 8 3. Texas Deparrment of Transportation (TXDOT}: 9 a. Tex-104-E, Determining Liquid Limits of Soils 10 b. Tex-106-E, Calculating the Plasticity Index of Soils 11 c. Tex-107-E, Determining the Bar Linear Shrinkage of Soils 12 d. Tex-11Q-E, Particle Size AnaIysis of Soils 13 e. Tex-116-E, BalI Mill Method far Determining the Disintegration of Fl�xzbl� 14 Base Material 15 f. Tex-117-E, Tria�iai Compression for Dzstuzbed Soils and Base Materials 16 g. Tex-411-A, Soundness of A�gregate Using Sodium Sulfate or Magnesium 17 Sulfate 18 h. Tex-413-A, Detezmining Deleterior�s Material in Mineral Aggregate 19 1.4 ADMINISTRATIVE REQUIREMENTS �NOT USED] 20 1.5 ACTION SUENIITTALS [NOT USED] 21 1.5 ACTION �UBMITTALS/4NFORMATIONAL SUBMITTALS [NOT USED] 22 1.i CLOSEOUT SUBMYTTAL� [NOT USED� 23 1.8 MAINTENANCE MATERIAL SUSMITTALS [NOT USED� 24 1..9 Q�7ALZTY ASSiTR.ANCE [NOT USED] 25 1.10 DELIVERY, STORAGE, AND HANDLING [NOT iISED] 26 L11 FIELD [SITE] CONDITION5 [NOT USED] 27 1.12 WARRANTY [NOT USED] 28 PART 2- PRODUCT5 [NOT USED] 29 �.1 OWNER-FURNISHED PRODUCTS [NOT US�D] 30 2.� MATERIALS 31 A. Gez�ezal 32 1. Furnish uncontaminated materials of uniform quality that meet the requiremenCs of 33 ihe Dravvings and specifications. 34 2. Obtain materials from approved sources. 35 3. Notify City of changes to material sources. 36 4. The City may sample and test project materials at a�ny time before compaction 37 throughout the duratzon of the project ta assure speci�caEion compliance. 38 B. Aggregate 39 l. Furnish aggregate of the type and grade shown on the Drawings and conforming ta 40 the requirements of Table 1. CTTY OP PORT WORTI� 2021 WOODWAY AND SAM CALLOWAY RESURFACII�IG PRO]ECT S'FANI]ARD CONS`I`12UCTIOI� SPL�C�TCATION DOCiJ�E1�TS Revised December 2D, 2012 CTTY PRQISCT NO. 102879 32 11 23 - 3 FLEXIBLE BASE COURSES Pagc 3 of 7 2 4 5 6 7 2. Each source tnust meet Table 1 requirements for Liquid limit, plastiCity mdex, and wet ball mill for the grade specified. 3. Do not use additives such as but not limited to lime, cement, or fly ash to modify aggregates to meet the requirements of Table I, unless shown on the Drawings. Table 1 Material Re uirerrients Pro er Test Methad Grade 1 Grade 2 Master gradation sieve size (% retained) 2-112 in. - 0 �-3/Ain. 0 4�1p 718 in. Tex-1l0-E 1�35 - 318 in. 30-50 - . No.4 45�5 45-75 No.40 7�85 5(�$5 Liquid liznit, % max.� 'Tex-104-E 35 40 PlastiCit index, max.' 'I'ax-1Qb-E 10 12 Wet bal] mill, � max? 40 45 VVet bal] mill, % max. Tex-116 E increase passing the 20 20 No. 40 sieva Classificatian3 1.0 11-23 Min. compressive strength', psi Tex-117-E lateral pressure 0 psi 45 35 lateral pressure 15 psi T 75 175 1. Determine plasuc index in accordance with Tex-107-E (linear shnnKage} when l�qu�d l�mit �s unattainable as Uerinetl in Tex-104-E. 2. When a soundness value is required by the ]7rawings, test material in accordance with Tex-411-A. 3. Meet both the classi�cation and the minimum compxessive strength, unless athercvise shown on the Drawings. 10 11 12 13 14 75 16 17 18 19 20 21 22 23 24 25 26 27 28 4. Material Tolerances a. The City may accept material if no mare than 1 of the S most recent gradation iests has an� indivzdual sieve outside the specified lizzaits of th� gzadation. b. When target grading is required by fihe Drawings, no single failing test may exceed the master grading by more than � percentage points on sie�res No. 4 and larger ar 3 percentage points on sieves smaller than No. 4. c. The City may accept material if no more than 1 of the 5 most recent �lasticity index tests is outside the specified limit. No single failing test may exceed the allowable limit by mare than 2 poin�s. 5. Material Types a. Do not use fillers oz binders unless appzoved. b. �'uznzsh the type sp�ci�ed on the Drawi�gs i� accordance wztk� i�ae followzng: 1) Type A a) Crushed stane produeed and graded from o�versize quarried aggregate that originates from a single, naturally occurring saurce. b} Do not use gravel or multiple sources. 2) Type B a) Only for use as base material %r temporary pavement repairs. b} Do not exceed 20 percent RAP by weight unless shown on Drawings. 3) Type D C1TY OF FORT WOR'FH 2O21 WOODWAY AND SAM CALLOWAY RPSURFACING PROTF.CT STANDARD CONSTRUCTIQN SPEC�FICATION DOCUMEdVTS Re�+ised Dccembcr 20, 2012 CTi'Y PROJECT NO. 102874 3zi�zs-a FT,EXIBI.E BASE CO[]K5E5 Page 4 of 7 1 a) Type A material or cru�shed concrete. 2 b} Crushed concrete containing gravel will be considered Type D 3 material. 4 c) The City may require separate dedicated stockpiles in order to verify 5 compIiance. 5 d) Crushed concrete must meet the following requirements: 7 (1) Table 1 for the grade specified. 8 (2) Recycled zn�atez�ials nzust be free from reinfozcing st�el and oth�z 9 obj�ctzoz�able znat�rial az�d have ai most 1.5 percent deleterious 10 materia� when iested in accordance with TEX-4l 3-A. � 1 C. Water 12 X. Furnish water free of industrial vvastes and other objeetionable matter. 13 �.3 ACCESSORIES [NOT USED] 14 �.� SOURCE QUALITY CONTROL [NOT USED] 15 PART 3 - EXECUTION 16 3.1 INSTALLERS [NOT USED] 17 3.2 EXAMINATION [NOT USED] 1 S 3.3 PREPARATION 19 A. Generai 20 1. Shape the subgrade or exisiing base to conform to the rypical sections shown on the 21 Drawings or as directed. 22 2. When new base is requized to be zni�ed with exzsting base: 23 a. Deliver, place, and spzead the new flexible base in tlae zequized azrzount. 24 b. Manipulate and thoroughly mi� Y1�e new base �rith exist�ng material to provide 25 a uniform mixture to the speciiied depth before shaping. 2b B. Subgrade Compaction 27 1. Proof roll the roadbed befare pulverizing or scarifying in accordance with the 28 following: 29 a. Fraof Rolling 30 1) City Project Repzesentativ� musi be on-site duzing pzoof rolling opezataozzs. 31 2) Use equipment that will apply safficieni load to identify sofi spots that rut 32 ox puznp. 33 a) Acceptable equip�ez�t includes fully loaded single-axle water truc� 34 with a 15Q0 gallon capacity. 3S 3) Make at least 2 passes with the proof roller (down and back = 1 pass). 36 4) Offset each trip by at most 1 tire width. 37 5) If an unstable or non-uniform area is found, correct the area. 38 b. Correct 39 1) Soft spots that rut or pump greater than 3/4 inch 40 2) Areas that are unstable or non-uniform 41 2. Installation of base maCerial cannot proceed until compacted subgrade approved by 42 the City. C�I'Y OF FORT WORTf3 2021 WOOT7'UVAY ANl7 SAM CALLOWAY RESURFACTNG T'Tt07BCT' STANDARD CONSTRUCI'ION SPECIFICATIOIV DOCUMENTS Revised December 20, 2012 CITY PROJECT NO. 102879 321123-5 FLEXIBLE BASE COI�RSP,5 Page 5 of 7 3.4 INSTALLATION 2 3 4 5 6 7 A. General l. Construct each layer uniformly, free of loose or segregated areas, and with the required density and moisture content. 2. Provide a smaoth surface that conforms to the typical sections, lines, and grad�s shown on the Drawings or as directed. 3. Haul approved flexible basa in c�ean, cavezed trucks. 8 B. Equipment 9 1. General Ia a. Provide machinery, tools, and equipment necessary for proper execution of the 11 . work. 12 I3 14 IS I6 17 18 I9 za 21 22 23 24 25 26 27 28 2. Rollers a. The Contractor may use any type of roiier to meet the production rates and quality requirements of the Contract uniess otherwise shown on the Drawings or directed. b. When specific types of equipment are required, us� �quipxnent thai z�n�ets the specified zequirements. c. Alternate Equipment. 1} Tnstead of the specified equipment, the Contractor may, as approved, operate other compaction equipment that produces equivalent results. 2) Discontinue the use of the alternate equipment and furnish the specified equipment if the desired results aze noi achieved. d. City may require Contractor to substitute equipz�ent if production rate and quality requirernents of the Contract are not met. C. Placing 1. Spread a�d s�ape flexibie base into a uniform layer by approved means the same day as deiivered unless otherwise approved. 2. Place materiai such that it is mixed to minimize segregatian. 29 3. Construct iayers to the thicl�.ess show� on the Dzawings, while maintaining the 30 slaape of the caurse. 31 4. Where subbase or base course exceeds C inehes in thickness, construct in 2 or more 32 courses of equal thickness. 33 5. Minimum lift depth: 3 inches 34 6. Contro] dust by sprinkIing. 35 7. Correct or replace segregated areas as directed. 36 37 38 39 40 41 42 43 44 45 S. Place successive base courses and finish courses using t�ie same construction methods required for the fizst course. D. Compaction 1. Genezal a. Compact using density control �nless otherwise shown on the Drawings. b. Multiple lifts are permitted when shown on the Drawings or approved. c. Bring each layer to the moisture content directed. When necessary, sprinkle the material to the extent necessary to pro�ide not Iess than the required densiCy. d. Compact the full depth oF t11e subbase or base ta the extent nec�ssary to rernain firm and stable under construction equipment. CPl'Y OF FORT WORTH 2O21 WflODWAY AND SAM CALLOWAY RESURFACING PROJECT S`I'AN�AI2Ia CO iNSTRUCTiON SPECIFICATION DOCUMENTS Revised T]ecember 20, 2012 C1TY PR07ECT NO. 102879 321123-6 FLEXBLE BA$E COURS85 Page 6 0� 7 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 14 24 21 22 23 24 25 2b 27 28 29 30 3T 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 3 C�A 2. RoIling a. Begin rotling longitudinaIly at the sides and proceed towards the center, overlapping on successive trips by at leasC 1/2 the width of the roller unit. b. On supereIevated curves, begin roIling at the low side and progress toward the high side. c. Offset alternate trips oi the roller. d. Operate rolters at a speed between 2 az�d 6 n�ph as di�z-ected. e. Rewark, recompact, and re�nish material that fails to meet or that loses required moisture, density, stability, or frnish before the next course is placed or the project is accepted. f. Continue work unt�l specification requirements are met. g. Proof roIl the compacted flexible base in accordance with the following: 1) Proof Rolling a) City Project Representative must be on-site during proof rolling operations. b) Use equipment that will apply sufFicienC load to identify soft spots that rui or pump. (1) Acceptable equipment includes fully load�d single-aRcle watez tzuc� witk� a 1500 gallon capacity. c) Make at least 2 passes vvitfi the proof roller (down and back = 1 pass). d) Offset each trip by at mast 1 tire vs+idth. e) Tf an unstable ar non-uniform area is found, correct the area. 2) Correct a) Soft spots that rut ar pump greater than 3/4 inch. b) Areas that are unsCable or non-uni%rm. Tolerances a. MainCain the shape of tk�� couzse by blading. b. Compleied surface sk�all be sznooila and in co�fozznity with ihe typical sections shown on ihe Drawings ta ihe established lines and grades_ c. Far subgrade beneath paving surfaces, correct any deviation in excess of 1/4 inch in cross section in length greater than 15 feet measured longitudinally by loosening, adding or removing material. Reshape and recompact by sprinkling and rolling. d. Correct all fractures, settlement or segregation immediately by scarifying ihe areas affected, adding suitable material as required. Reshape and recompact by sprinkling and rolling. e. Should t�e subbase oz- base couz�se, due to any reasan, lase the required stability, density and finish before the surfacing is co�npiete, it shall be recornpacted at the sole expense of the Contractor. Density C�ntrol a. Minimum Density: 95 percent compaction as determined by ASTM D698. b. Maisture content: minus 2 to plus 4 of optimum. E. Finishing 1. After completing compaction, clip, skin, or tight-blade the sUriace wiih a maintainer or subgrade trimmer to a depth of approximately 1/4 inch. 2. Remove loosened material and dispos� of it at az� appzoved locaixon. 3. Seal the clipped suz�ace zmmediateIy by zollin$ with an appropriate size pneumatic tire roller until a snrzooth surface is attained. C1f�Y OF FORT'4�70T2TH 2O21 WOODWAY AND SAM CALLOWAY RESURFACING PHO.fECT STANDARD CO3+ISTRiJCTION SPECIFICATTOl� 170C17MENTS Revised December 2D, 2D12 CITY PRO]ECT NO. 102879 321123-7 FLEXIBi.E BASS COURSES Page 7 of 7 � 4. Add six�all increz�aents of watez as �eeded during ralling. 2 5. Shape and maintain the course and surface in conformiry with the typicai sections, 3 lines, and grades as shown on Ehe Drawings or as directed. 4 6. In areas where surfacing is to b� placed, correct grade deviations greater than 114 5 inch in 16 feet measured longitudinally or greater than 1l4 inch over the entire 6 width of the cross-section. 7 7. Correct by loosening, adding, or removing z�nate�al. 8 8. Reslaape and zecoz�npact in accozdance with 3,4.C. 9 3.5 REPAIR/RE�TORATION [NOT USED] IO 3.G RE-INSTALLAT�ON [NOT USED] I1 3.i QUALITY CONTR�L 12 A. Density Test 13 1. City to measure densiry of fle�ble base course. 14 a. Notify City Project Representative when flexible base ready for density tes�ing. 15 b. Spacing directed by City (1 per biocl� rr�inimum). 16 c. City Project Representative determines locatian of density testing. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 AD,TUSTING (NOT USED] 19 3.10 CLEAlVING [NOT USED] 20 3.1.1 CLQSEQUT ACTIVITIES �NOT USED] 21 3.12 1'ROT�CTIQN [NOT II�SED] 22 3.13 MAINTENANCE [NOT U�ED] 23 314 ATTACHMENTS [NOT USED] 24 25 END OF 5ECTION Revision Log DATE NAME SUMMARY OF CHAIVGE �� CTI'X OF F0�2T W4RTH 2O21 WOODWAY AND SAM CALLOWAY RESURFACING PAOTECT STANDAF{D COIVSTRUCTTOIV SYLCIPICATIOI�i DOCUNIEN`I'S Revised December 20, 2012 Cl'I'X PI207EC'I' NO. 102879 32132Q-1 CONCRETE SIDEWALKS, DRNEWAYS AND BARAIER FREE RAMPS Page 1 oi fi z 2 SECTION 3213 20 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE R.AMPS 3 PART1- GENERAL 4 1.1 SiTMMARY 5 A. Section Includes: 6 1. Concrete sidewalks 7 2. Driveways S 3. Barrier fre� zaznps 9 B. Deviations from this City of Fort Worth Standard Speci�cation 1D I, F�CII� `��'�-�I� �'1t��11��"I' n��arr�rr�r.r���r� o�= ��e�c:-r���_�-_ �r�.�ui�v� I1 E7C��ili-`L'1.�..E: ��tR i'.AI�f�R 1��.EF F{�1f4'[�' 1��5 BFsl�hl I�:b'3tiF,E� !1S r�l)A 12 �OL�lTil�1�5 L�lC. �1� ���C�E}�r�l� E,iti1L'�11, BY']'N�: {_'a'I'Y, 13 C. Related Specification Sections include, but are not necessarily limited to: X4 1. Division 0- Bidding Requirements, Contract Forms, and Condiiians of the Contraci 15 2. Division 1- General Requirements 16 3. Section 02 �1 13 - Selective Site DemoIition 17 4. Section 32 13 13 - Concrete Paving 18 5. Section 32 13 73 - Concrete Paving Joint Sealants 19 1.2 PRiCE AND PAYMENT PROCEDURES 20 21 22 23 24 25 26 27 28 29 30 3� 32 33 34 35 36 37 38 39 40 41 42 A. Measuzezinent and Payment 1. Co�czete Sidewalk a. Measurement 1) Measurement for this Item shall be by the square foot of completed and accepted Concrete Sidewalk in its final position for vaz�ious: a) ThEcknesses b) Types b. Payment 1) The work pez-�ormed and materials furnished in accordance with this Item and measnred as provided under "Measurement" will be paid for at the unit price bid �er square foot of Concrete Sidewalk. c. T�ae pzice bid shall include: 1) Excavating and preparing the subgrade 2) �'nrnishing and placing ali materials 2. Concrete Driveway a. Measurement 1) Measurement for this Itenrz shall be by tk�e square foot of completed and accepted Conczete Driveway in its final position for various: a) Tiuckn�ssas b) Types 2) Dimensions will be taken frorn the back of the projected curb, including the area of the curb radii and will extend to the limits specified in the Dzawings. C1TY OF FORT WORTH 2O21 WOODWAY AI+iD SAM CALLOWAY' 12ESiJRFAC�lG P1207ECT' STANDARD CONSTRUCTION SPEC71xTCATIO�T AOCUMENTS Revised Apri130, 2013 C1TY PR07ECT NO. 102879 32 13 20 - 2 CONCRETE SIDEWALKS, T�AIVEWAYS AND T3ARRIER FREP. RAMPS Page 2 of 6 1 2 3 4 5 6 7 8 9 1p 11 12 13 14 ]5 16 17 18 19 20 21 22 23 24 3} Sidewalk partion of drive will be included i� driveway measureme�t. 4) Curb on drive will be included in the drivevvay measurement. b. Payment 1) The work perfarmed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square foot of Concrete Dri�eway. c. The price bid s�all include: 1) Excavating and preparing the subgrade 2) Furnishing and placing all rnaterial5 3. Barrier Free Ramps a. Measurement 1) Measurement for ti�is Item shall be per each Barrier Free Ramp completed and accepted for various: a} Types b. Payment � 1} The work per�ormed and materials furnished in accordance with tYais Item and measured as provided under "Measuzez►aent" will be paid for at the unit pxice bzd per each "Barzier Free Razaap" iz�stalled. c. The price bid shall include: I} Excavating and preparing the subgrade 2} Furnishing and placing atl materials 3} Curb Ramp 4} Landing and detectable warning surface as shown on the Drawings 5} Adjacez�t flares or sid� cuzb 25 1.3 REFERENCES 26 A. Abbreviations and Acronyms 27 1. TAS — Texas Accessibility Standards 28 29 30 3I 32 33 34 35 36 37 2. TDLR — Texas Department of Licensing and Regulation B. Reference Standards 1. 2. Reference standards cited in this Specification refex to th� cuzzent r�ference standard pubLished ai the time of the latest r�vision dai� logged at ih� �nd of this Speci�ication, unless a date is speci�cally cited. American Society for Testing and Materials {ASTM) a. D5�5, Test Methods for Preformed Expansion Joint Fillers for Concrete Constructian (Non-ext�zding and Resilient Types} b. D698, Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,4Q0 ft-lbflft3} 38 1.4 ADMIIVISTRATIVE REQUIREMENTS [NOT USED] 39 1.5 SUBMITTALS [NOT USED] 40 1.6 ACTION SLTBNIITTALS/INFORMATIONAL SUBMITTALS 41 42 43 A, Mix Design: subrtrit for appro�val. Section 32 13 13. B. Product Data: submit product data and sample for pre-cast detectable warning for barrier free ramp. 44 1.7 CLQSEQUT SUBMITTALS INOT IISED] CTTY pR FORT WORTH 2O21 WOODWAY AND SAM CALLOWAY RESURPACING PROJECP ST'AN17ATt17 CONSTlt[JCTIOIV SP�CIk�CATI01�' I�OCUMEIV'I'S Revised Apri130, 2013 CTT'Y 1'120.TEC1' NO. 102879 321320-3 CONCRETE SIDSWALKS, DRNEWAYS ANI� BAARIER FREE RAMPS Page 3 af 6 1 ]..$ MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 2 1.9 QUALITY ASSURANCE [NOT USED] 3 1.10 DELNERY, STORAGE, AND HANDLING [NOT IISED] 4 I.11 FIELD CONDITIONS 5 A. Weather Conditions: Plac�zx�ent of conczete slaall be as specified in Section 32 13 13. 6 1.12 WARRANTY [NOT USED] 7 PART 2 - PRODUCT� 8 2,.1 OWNER-FURNISHED PRODUCTS [NOT USED] 9 2.2 EQUIPMENT AND MATERIALS 10 . A. Forms: wood oz znetaI straight, free from warp and of a depth equal to the thickness of 11 the fizaished work. 12 B. Concrete: see Section 32 13 13. 13 1. Unless othervvise shown on the Drawings ar detailed specifications, the standard 14 class for concrete sidewaIks, driveways and barrier free ramps is shawn in ihe 15 following table: 16 Standard Classes of Favement Concrete Class of Minimum 28 Day Min. M�imum Course Concrete' Cementitious, Compressive Water/ Aggregate LbJCY Strength2 Cementitious Maximum psi Ratio Size, inck� A 470 3000 Q.58 1-1/2 l7 �8 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 C. Reinforcernent: see Section 32 13 13. 1. Sidewalk, drzveway and barrier free ramp reinforcing sCeel shall be #3 d�forz�aed bars at 18 inches on-center-boCh-ways at the cenier plane of all slabs, unless otherwise shown on ihe Dzawix�gs oz detaiXed specifications_ D. 7oint FilIer 1. Wood Filler: see Section 32 13 13. 2. Pre-Molded Asphalt Board Filler a. Use only zn areas where not practical for wood boards. b. Pre-rnolded asphalt board fi�ler: ASTM D5�5. c. TnstalI rhe required size and uniform thickness and as specified in Drawings. d. Include 2liners of O.d16 asphalt impregnated kraft paper filled wiih a mastic mixture of asphalt and vegetable fiber and/ar mineral filler. E. Expansion Joint Sealant: see Section 32 13 73 where shown on the Drawzngs. 2.3 ACCESSORIE,S [NOT USED] 2.4 S�URCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3,1. XNSTALLERS [N�T USED] C1T'Y OF 1�d12T' iri�ORTH 2O21 WOODWAY AND SAM CALLOWAY f2ESURFt1CING P120JSC."I` STANDARD CQNSTRilCT[ON 3PEC1F'TCATIOIV DOCTJiVaEIVTS Revised April 30, 2013 C1TY PROJECT NO. 102879 321320-4 CONCRETE SiDEVUAT,KS, DRIVEWAYS AND BARRTER NR�E TtAMYS Page 4 of 6 1 3.2 EXAMINATI�N [NOT USED� 2 3.3 PREPARATION 3 4 5 6 7 S 9 10 11 l2 13 14 A. 5urface Preparation 1. Excavation: Exca�ation required for the constr�ction of sidewalks, driveways and barrier free ramps shall be to th� lixz�s a�d gzad�s as sk�own on th� Dzawings or as estabSzsh�d by tk�e City. 2. �'ine Grading a. The Contractar shall do all necessary filling, Ieveling and fine grading required to bring the subgrade to the exact grades specified and compacted to at least 90 percent of maximum density as determined by ASTM D698. b. Moisture content shall be within minus 2 to plus 4 of optimum. c. Any over-excavation shall be repaired to the satisfaction of the City. B. Demolition 1 Removal l. Sidewalk, Driveway and/ or Barrier Free Ramp Rernoval: see Section 02 41 13. 15 3.4 INSTALLATION 16 l.7 18 i4 20 21 zz 23 24 25 26 27 28 29 3Q 31 32 33 34 35 36 37 38 39 40 41 A. General 1. Concrete sidewalks shall have a minimum thickness of 4 inches. 2. Sidewalks constructed in driveway approach sections shall have a minimum thickness equal to t�at of driveway approach or as called far by Drawings and specificatians within the iimits of the driveway appraach. 3. Driveways sY�all haye a minimum �hicla�ess of 6 inches. Standard cross-slopes ior wal�s shall b� 2 p�zcent z�rza� in accordance with current TAS/TDLR guidelines. `I'he constzuctian of t�ae dziveway approach sha1T znclude the variable height radius curb in accordance vviTh the Drawings. 4. All pedestrian facilities shall comply with pravisions of TAS including location, slape, width, shapes, texture and coloring. Pedestrian facilities installed by the Contractor and nat meeting TAS must be removed and replaced to meet TAS (no separate pay). B. Forrns: Fozzns shaJl be s�cuxely stal�ed to line and grade and maintained 'zr� a tz-ue pasition during the deposi�ing af concrete. C. Reinforcement: see Sectian 32 13 13. D. Concrete Placement: see Section 32 13 13. E. F'ir�ishing 1. Concrete sidewalks, driveways and barrier free ramps shall be finished to a true, even surface. 2. Trowel and then brush transversely to obtain a smooth uni�orm brush finish. 3. Pz-ovide exposed agg�regate finzsh zf specified. 4. Edge joints azad sides shalJ. with suitable tools. F. Joints 1. Expansion joints for sideWalks, drivewa�s and barrier free ramps sha11 be formed using redwood. CiTY OF PORT WORTH 2O27 WOODWAY AND SAM CALLOWAY RESURFACING PROTECT STANDARD CONSTRUCTION SPECIFICATIUI�i DOCUMENTS Revised Apri130, 2013 Cl'I'I' PROJECT NO. 102879 1 2. 2 3 3. 4 5 6 7 4. 8 5. 9 10 6. 11 12 7. 13 I4 15 16 17 18 19 20 21 22 23 24 25 3.S 32132D-5 CONCRETE $JDEWALKS, DRNEWAYS AND BARRIER FREE RAMPS Page 5 of 6 Expansion joints shall be placed at 40 foot intervals for 4 foot wide sidewalk and 50 foot intervals for 5 foot wide and greater sidewalk. Expansion joints shall also be p�aced at all intersections, sidewalks with concret� �driveways, curbs, formations, other sidewalks and other adjacent old concrete work. Similar maCerial shall be placed araund all obsmactions protruding into oz tla3rougk� sidewalks or driveways. All expansion joints sha11 be l/z inc�a iz� ttuickness. Edges of all construction and expansion jaints and ouier edges af aII side�raiks shall be finished to appro�imately a 1/2 inch radius with a suitable �nishing tool. Sidewalks shall be marked at intervals equal to the width of the walk with a marking tool. When sidewalk is against the curb, expansion joints shaIl match those in the curb. G. Barrier Free Ramp 1. Furnish and install brick red color �e cast in pIace detectable warning Dome-Tile, manufactured by ADA SOLUTION, INC. or approved equal by the City. 2. Detectable warning surface shall be a minimum of 24-znch in depth iz� the direction of pedestrian travel, and extend ta a minimum of 4$-znch along the cu�rb raz�r�p or landing where the pedestzian access route eniers the street. 3. Locate detectabTe warning surface so that the edge nearest the curb line is a zx��i�um of 6-incfi and maximum of $-inch from the extension of the face of the curb. 4. Detectable warning Dome-Tile surface may be curved along the. corner radius. 5. Install detectable warning surface according to manufacturer's instructions. REPAIR/RESTORATION [NOT USED] 26 3.6 RE-INSTALLATION [NOT USED] 27 3.i FIELD QUALITY CONTROL [NOT U5ED]. 28 3.8 SYSTEM STARTUP [NOT U�ED] 29 3.9 AD,TUSTING [NOT USED] 30 3.10 CLEANING [N4T USED] 31 3.11 CLOSEOUT ACTIVITIE� [NOT USED] 32 33 3�4 35 3.Z� PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.1� ATTACHIV�NTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMA.RY OF CHANG� 12/20/2012 D. 7ohnsvn Y•2•A3 — Measurement and Paynient Eox Bazxier Fzee Rarnps modified to match updaled Cily Aetails CT'T"Y OF FO1ZT"WORTH 2O21 WOODWAY AND SAM CALLOWAY RFSURFACING PROJECT STANDARD CONSTAUCT[ON SPECIFICATIOIV DOCCIMENTS Revised Apri130, 2013 CrI'Y PR07�CI' NO. 102879 3z132o-6 CONCRETE SIdEWALKS, DRNEWAYS AI�iD BAR.RIER FREE RAMPS Page 6 nf 6 4/30/2013 F. Griffm Corrected Part 1, 1.2, A, 3, b, 1 to read; from ... square foot of Conerete Sidewalk. to . . .each `Barrier Free Ramp" installed. CTI`Y pF FpRT WdRTH 2Q21 WQ4DWAY A1+ID SAM CALLOWAY RE3URFAC�IC� PROJECI' STANDARD CONSTRUCTTON SPEC1FiCAT10I1� DOCTJMEI�TS Revised April 30, 2013 CITY PR07ECT NQ. 102879 329� IR-1 TOPSOIi, PLA,CENiENT AN]] FINT5HING �F PARKWAYS Page 1 of 3 1 2 S�CTXON 32 9l. 1.9 TOPSOIL, PLACEMENT AND FINISHING OF PARKWAYS 3 PART1- GENERAL 4 1.1. SUMMARY 5 A. Section Inclndes: 6 1. Furnish and place topsoil to the depths and on the areas shown on the Drawings. 7 B. Deviations from this City of Fort Worth Standard Speciiication S i, �r'{l� ��'�I_l:i I'I�{��.f�i['I' i=1��t�I�F���T�l(i. Hr1111,�T�l�i, t,��,2i1)I�(���1CV�E?I'l,r�l{'C,�(� 9 'I'c_1P 4{311. RE{HRf�I.� ('E1}2�i 4f�1�1i,1, i���=:('(�li�Jti�.l�l�•,I�I:i� ��l��II}iAhY'i"�) �0 1+i{�.as�l� f',+�Y I"��iif1�l�.1a11�2�11��f�ihi�-TAl�li.? �}E,;�CIi`*sLi�C'{-11'��i{-}f]_�I'�i'I'���F_ 11 1)�.:I'I'!ES Jhl I'kl]: AC;[�it� ��'l'1�1�:�� ����C:��l Li}lC'�� ���'�]T�fi �S !':��'Af�1�F 12 �JlJ1?l:_l�'i�l�l�� t'l'1�,�1. 13 14 TS 16 1.� 17 18 19 20 21 22 23 24 25 26 27 28 29 3D 31 32 33 34 1.3 C. Related Specification Sections incIude bui are not necessarily Iimited to 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1- General Requirements PR.ICE AND PAYMENT PROCEDURES A. Measurement and Payment TOP SOIL BEHIND CURB I5 SUBSIDIARY TO MAJOR PAY ITEMS. 1. Measurement a. Measurezr��ni for tiais itezn shall be by cubic yard af Topsoil i� place. 2. Payment a. The work performed and �naterials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per cubic yard af Topsoil. 6. All excavation required by this Item in cut sections shall be measurec� in accordance with provisions for the variaus excavation items involved with the provisian that excavation will be measured and pai�d for once, zegazdless of the manipuIations involved. 3. The price bid shall include: a. Fu�nnishing Topsoil b. Loading c. Hauling d. Placin� REFERENCES [NOT USED] 35 1.4 A.DMII�TISTRA.T�VE REQU�REMENTS [NOT USED] 36 l..S ACTX�N SUBMITTALS [NOT USED] 37 1.6 ACTION SiTBMITTALS/INTORMATIONAL SUBMITTALS �NOT USED] 38 1.7 CLOSEOUT SUSMITTALS [NOT USED] 39 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] C1TY OF F'012T W012T�T 2021 WOODWAY AND $AM CALLQWAY RE$URFACING PRpSECT STANDARD CONSTRUCTION SPECIFiCATION DOCUMENTS Revised December 20, 2012 CPPY PROJECT NO. 102879 32 91 19 - 2 TOPSOIL PLACEMENT AND FiNISH1I+IG OF PAFLKWAYS Page 2 of 3 1 Z.9 QUALITY ASSURANCE [NOT USED] 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 3 I..l.l. k'IELD �S�TE] CONDITIONS [NOT USED] 4 I.1.2 WARAANTY [NOT USED] 5 PART 2 - PRQDUCTS 6 21 OWNER-FLTRNISHED [oR] 4WNER-SUPPLIEDPRODUCTS [NOT USED] 7 2,2 MATERIALS 8 A. Topsoil 9 1. Use easily cul�ivated, fertile topsoil that: 10 a. Is free from objectionable maCerial including subsoil, weeds, clay lumps, non- 11 soil matezials, zoots, stuznps oz stones Jazgaz thax� J.5 inches 12 b. Has a high resista�ce to erasion 13 c. Is able ta support plant growth 14 2. Secure topsoil from approved sources. 15 3. TopsoiI is subject to testing by the City. 1 b 4, pH: 5.5 to 8.5. 17 5. Liquid Limit: 50 or less 18 6. Plasticiry Index: 2Q or less 19 7. Gradation: ma;�imum of 10 percent passing Na. 200 sieve 20 B. Water: Clean and free of industrial wastes and other substances harmful to the growth 21 of vegetation 22 2.3 ACCESSORIE� [NOT USED] 23 2.4 SOURCE QUALITY CONTROL [NOT USED] 24 PART 3 - EXECUTION 25 3.1 INSTALLERS �NOT USED] 26 3.� EXAMINATION [NOT USED] 27 3.3 PRE�'ARATiON [N�T USED] 28 3.4 �NSTALLATI�N 29 A. Finishing of Parkways 30 1. Smoothly shape parkways, shoulders, slopes, and ditches. 31 2. Cui parkways to finish grade priar to the placing of any improvements in or 32 adjace�t to the roadway. 33 3. Tzi the event thai unsuitable materiai for parkways is encountered, extend the depth 34 af excavation in the parkways b inches and backfill witk� top soil. 35 4. Make standard parkway grad� pezpendiculaz to and drai�zng to the curb �ine. 36 a. Minirnum: 1/4 inch �er foot 37 b. Maximum:4:1 38 c. City may approve variations from these requirements in special cases. CITY pF FQRT WQRTH 2O21 WOODWAX ANI� SAM CAI.LOWAX RESUIiFACAVG PI207ECT STANDARD CONSTRUCTION SPECiF1CATiON DOCUMENTS Re�ised December 20, 2012 CITY PR07ECT NO. 102879 32 91 19 - 3 TOPSOIL PLAC�MEiVT AND FINISHING OP PARKWAYS Page 3 of 3 1 S. Whenever the adjacent properry is Iower ihan th� desig-� cu�rb grade and runoff 2 dra�ns away from tlae stzeet, th� parkway gzade must be set level wzih the top of the 3 curb. 4 6. The design g,zade from the pazkway extends to the back af the wallc line. 5 7. Frprn that paint (behind the vvalk), the grade may sZope up or down at rnaximum 6 slope of 4:1. 7 B. Placing of Topsoil 8 1. Spread the topsoil to a uniform �oose cover at the thickness specified. 9 2. Place and shape the topsoii as directed. ] 0 3. Hand rake finish a minimum af 5 feet from all flatwork. ll 4. Tamp the topsoil with a Iight roller or other suitable equipment. 12 3.� REPAIR/RESTORATION� [NOT USED] 13 3.6 RE-INSTALLATION IN�T USED] 14 3.7 FIELD QUALITY CONTROL �NOT USED] 15 3.8 �YSTEM STARTUP [NOT USED] 16 3.9 ADJ[TSTING [NOT USED] 17 3.i0 CLEANING [NOT USED] 18 3.11 CL05EOUT ACTIVITIES [NOT USED] 19 3.1� PROTECTION [NOT USED] 20 3.13 MAXNTENANCE [NOT USED] 21 3.1.4 ATTACHMENTS [NOT USED] 22 23 END OF SECTION Revision Log DA`I'E NAME SUMMARY �F CHANGE 24 C1TY OF FORT WdRTH 2O21 WOODWAY AND SAM CALLOWAY RESLTRFACIn'G PR07ECT STANDAT2D CONSTRUCTIOIY SPSCIFICATION DOCiJMENT$ Revised December 20, 20I2 G1TY PR07ECT NO. 102879 33OS14-1 ADTEJSTING MANHOLES, INLETS, VALVE BOXES, t1ND OTHER STR[]CfT1R�.S 1'O G12A1�E Page 1 of 7 1 2 3 SECTION 33 4514 ADIUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTLTRES TO GRADE 4 PART1- GENERAL 5 1.1 SiTMMARY 6 A. Section Ii�cludes: 7 1. Vertica� adjusim�nts to zr�anholes, dzop inlets, valve boxes, cathodic protection test S statzons and other miscellaneous str�ctures to a nevc7 grade 9 B. Deviations from this City of �'ort Worth Standard Speci�cation 10 S. A1���lJS�'�r11�_,�`I'fltC:,4l'f�� c7f� C�{�S`�Ci ��i��.7'4�i L3:[VE ANC} 11 Af}�'IJ�C���NA�10E�5 L3Y A 1���.�T���1 T�l�_i� f�f_f�rT.Fil?�� ,5�-U1�_.�. i3�_�Pr�« 12 I'i=�a� rl�-1'1_�r��_, ('�74"1- CIN� ��.i),Ill�'.I��ri.F�'�'i' i°�,i.��'1'I;��! f'ka;l��'Fa,f�'I' t_kVl�?�2.Fi1-.;�I�. 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 1.2 28 29 30 31 32 33 34 35 36 37 38 39 40 C. Related Specification Sec�ions include, but are not necessazily liz�r�uted to: I. Division 0— Bidding Requirements, Contract Forms, and Conci�tions of the Contract 2. Division 1— Generai Requirements 3. Section 32 01 17 — Pertnanent Asphalt paving Repair 4. Section 32 01 29 — Concrete Paving Repair 5. Section 33 OS 10 — Utility Trench Excavation, Embedment and Bac�c£ill 6. Section 33 OS 13 —Frame, Cover and Grade Rings 7. Section 33 39 10 — Cast-in-Place Cancrete Manholes 8. Section 33 39 20 — Precast Concrete Manholes 9. Section 33 12 20 — Resilient Seated (Wedge) Gate Valve 10. Section 33 12 21 — AV+TWA Rubber-Seated Butterfly Val�e 11. Section 33 04 11 — Corrosion Co�trol Test Station 12. Section 33 04 12 — Magnesium Anode Cathodic Frot�ctzon Sysiezni PRICE AND PAYMENT PROCEDIIRES A. Measurement and Payzn�nt I. Manhole — Minoz Adjustment: a. Measurement 1) Measurement for this Item shalI be per each adjustment using only grade rings or other minor adjustment de�ices to raise or lower a manhale to a grade as specified on Che Drawings. b. Payment 1) The work perfonnned and the materials fuznished in accardance vvith this Jtem will be paid for at the unit price bid per each "Manhole Adjustment, Minor" completed. c. The price bid shall include: 1) Pa�ement removal 2) Excavation C1TY OF FORT WOR'fH 2O21 WOOI}WAY AND SAM CALLOWAY RESURFACTNG PR�JECl' STANZ]ARIJ CO�TS'I'[tUCT10N SPECiFICATIQN D4Ci1MENTS Revised llecember 20, 2012 CITY PROIECT NO. 102879 33DS14-2 AD7USTING MANHOLES, TiNLSTS, VAGVE BOXES, A�TD pTHER STRUC"I`CTRES TO GRADE Page 2 of 7 1 2 3 4 5 6 7 S 9 10 11 12 13 14 15 l6 17 T$ 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 �2 43 44 4S 46 47 48 49 2 3. 3) Hauling 4} Disposal of excess material 5) Grade rings or other adjustment device 6) Reuse of the e�sting manhole frame and cover 7) Furnishing, placing and compacGion of embedment and bacl�'iIl 8) Concrete base mateziaJ 9) Pezzzzaner�i asph.alt patch or concrete paving repair, as zcquired 10) Clean-up Manhole - Major Adjustment a. Measurement 1) Measurement for this Item shall be per each adjustment requiring structural modifications to raise or lawer a manho�e to a grade as specified on the Drawings. b. Payment 1} The work performed and the materials iurnished in accordance with this ltem t�viIl be paid for at the unit price bid per each "Manhole Adjustment, Major" campleted. c. The price bid shall inciude: 1) Pavement removal 2} Excavation 3} Hauling 4) Dispasal of excess material 5) 5tructural modificatians, grade rings or other adjustment device 6) R�use of ihe existing zr�anhol� frazxae and covex 7) Furnishing, pIacing �nd comp�ctian of embeciment and backfilI 8) Concrete b�se material 9} Permanent asphalt patch or concrete paving repair, as required 10) Clean-up Manhole - Major Adjustment with Frame and Cover a. Measurement 1) Measurement for tfus Item shall be per each adjustment requiring structural modifications to raise oz lowez a naax�hol� io a gzade specified on the Drawings ar structuraI modific�tions for a ma�ha�e requiring a netr,� frame and cover, often for changes to cover diameter. b. Payment 1) The wark performed and the materials furnished in accordance with this Item wiil be paid for at the unit price bid per each "Manhole Adjustment, Major w/ Cover" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Struciural modifications, grade rings or o[her adjustment device b) Frame and cover 7) Furnishing, placing and compaction of embedment and baci�li 8) Concrete base material 9) Permanent asphalt patch or concrete paving repair, as required 1Q) Clean-up CTI'X OF PORT WOIiTH 2O21 WppDWAY AND SAM CALLOWAY RESURFACING PRQ7ECT STANDAI2D CONSTRUCTIOi1z SPECIE'ICATTON TJOCiJMEIdTS Revised December 20, 2012 C1TY PROdEL"'�' NO. 102879 3305i4-3 ADIUSTING MANHOLES, INLETS, VALVE B�XE$, AND OTHER STRUCTURES TO GRADE Page 3 of 7 1 2 3 4 5 6 7 8 9 10 11 12 13 I4 IS I6 17 zs 19 2D 21 22 23 24 25 26 27 28 29 30 3l 32 33 34 35 36 37 38 39 40 41 42 43 A4 45 46 47 48 49 4. Inlet a. Measuxement 1) Measurement for this Item shall be per each adjustmenE requirin� str�ctural madifications ta inlet io a grade specified on the Drawings. b. Payment 1) The work performed and the materials furnished 2n accordance with this Item will be paid for at the unit price bid per each "InIet Adjustment" coznpl�ted. c. The price bid sI�all include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material S) Structural modifications 6) Furnishing, placing and compactian of embedment and backfiIl 7) Concrete base material, as required $) Sux�face xestoratzon, permanent asphalt patch or conc�ete paving repair, as zequzred 9) Clean�up 5. Val�e Box: a. Measurement i) Measurement for this Item shall be per each a�justment to a grade specified on the Drawings. b. Payme�t 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Valve Box Adjustment" completed. c. The price bid shall include: I) Favement remo�al 2} Excavation 3) HauTing 4} Disposal of excess rnaterial 5} Adjustment device b} Furnishing, placing and compaction of embedment and backfill 7} Concrete base material, as required 8) Surface restoration, pezmanent asphalt patch or concrete paving repair, as zequized 9) Clean-up 6. Cathodic Protectian Test Statron a. Measure�nent 1) Measurement for this Item shall be per each adjustment to a grade speci�ed on the Drawings. b. Payment 1) The work perFormed and �he materials iUrnished in accordance witYi this It�z�r� will b� paid for at the uz�it pzice bzd per each "Caihodic Protectzon Test Station AdjuStment" eompleted. c. The price bid shail include: 1) Pavement removal 2) Excavation CITY OP PORT WOIiTH 2O21 WpOL3WAY A�TI7 SA� CALLOWf�X R�SU�tFAC]NG P120J�CI' STANDAAD CONSTAUC'TION SPECIFICATIOIV DQCUMENTS Re�ised December 20, 2012 CTI'Y PROTECT NO. ] 02879 330514-4 AD7USTING MANT-TOLES, INLETS, VALVE BOXES, AND OTHER STRUCTCIRES TO GRATlE Page 4 of 7 1 2 3 4 5 6 7 S 4 IO 11 12 13 14 I5 16 17 18 19 2a 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A2 43 44 45 46 47 48 49 3} Hauling 4) DisposaI of excess material 5) Adjustment device 6) Furciishing, placing and compaction of embedment and backfill 7) Concrete base material, as required 8) Suriace restoration, permanent asphalt patch or concrete pavrng repair, as required 9) Clean-up '7. Fire Hydrant a. Measureme�t 1) Measurement for this Ttem sha�l be p�r �ach adjustment reyuuing stem extensions to meet a grade specified by the Drawzngs. b. Payment 1) The work performed and the rnaterials f�rnished in accardance wzth Ehzs Item will be paid for at the unit price bid per each "Fire Hydrant Stem Extension" completed. c. The price bid shall include: 1) Paveznent reznoval 2) Excavation 3) Hauli�g 4) Disposal af excess material S) Adjustment materi�s 6) Furnishing, placing and com�actian oF embedment and backfill 7) Concrete base material, as required 8) Suriace restoration, permanent asphalt patch or concrete paving repair, as required 9) CXean�up $. Miscellaneous r�� UTILITY ADJUSTMENT a. Measuremeni �} Measurement for tf�is Itern shall be per each adjustmeni zequ�iz�in.g stzuctural modifications to UTII.,TTY/IRRIGATON LINE AND APPURTENANCES WHERE SUCH UTII.ITYIIRRIGATION LINE ARE THE PROPERTY OWNER'S RESPONSIBILITY TO MAINTAIN ���a �*�,�*„r� *� ����'� ,,;�;a,� �r t�.o r,,.,,.�.;r..� b. Paynrz�nt 1) The work perfarmed an� the zz�ateziaJ.s furnished in accordance with this Item will be paid PER ACTUAL COST OF THE ADJUSTMENTS PLUS TEN PERCENT TO COVER THE COST OF BOND AND OVERHEAD INCURRED BY THE CONTRACTOR IN I-TANDLYNG THE UTTLTTY ADJUSTMNETS f r ^* .''o , ^,+ .. � �.s,a „ ,.�, �rn,r;�,.�n.,..,,,,.,., co-,.,,,..,,,.a na;,,.,+..,o„f» „ ,.�orea c. The price bid shalI include: 2) Excavation 3) Haulin� 4) Disposal of excess material 5) � UTILITY modi�cations 5) Furnishing, placing and compaction af embedment and backfill 7} Concrete base material C1T'Y OF 1�O12T W012TI� 2021 'WOODWAY AND SAM CALLQWAY RESURFACING PROJECT STANDARD CONSTRUCTION SPECIFICATiON DbCUMENTS Revised December 20, 2012 CITX PROJECT' NO. 1D2879 330514-5 ADSUSTING MANHOLES, INLETS, VAf,VE BOXES, ANB OTHER STRUCTURES TO GRADE Page 5 of 7 1 S) Permanent asphalt patch or concrete �a�grepaix, as rec�uixed 2 9} Clean-up 3 1.3 REFERENCES 4 A. Definitions 5 1. Minor Adjustment 6 a. Refers to a small elevation change performed on an existing manhole where the 7 existing frame and cnver are reused. 8 2. Major Adjustment 9 a. Refers to a significant eleva�ion change perfarmed an an e�sting manhole 10 which requires str�ct�ral modi�cation or when a 24-inch ring is changed to a 11 3a-inch ring. 12 B_ Reference Standards 13 1. Reference standards cited in this Specification refer to the current reference 14 standard published at the time of the latest revision date Iagged at the end of this 15 Specification, unless a date is specifically cited. 16 2. Texas Corr�riission on Environmental Quality (TCEQ): . 17 a. Title 30, Fart I, Chapter 217, Subchaptex C, Rule 217.55 �- Manhol�s and 18 Related Structures. 19 1.4 ADMINISTRA.TIVE REQUYREMENTS [NOT USED] 20 ].5 SUBMXTTALS [N�T USED] 21 1.6 ACTION SUBMITTALS/INTORMATIONAL SUBMITTALS [NOT USED] 22 1.'7 CLOSEOUT SUBMITTALS [NOT II�ED] 23 1.$ MAINTENANCE MATERIAL SLTBMITTALS [NOT iTSED] 24 1.9 QUALITY ASSURANCE [NOT USED] 25 1.1.0 DEL�VERY, ST�RAGE, AND HANDLING [NOT USED] 26 1.11 FIELD [SXTE] CONDYTYONS [N�T USED] 27 1.12� WARRANTY [NOT USED] 28 PART 2 - PRODUCTS 29 21 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED] 30 2.2, MATERIALS 3l. A. Cast-in-�lace Concrete 32 1. See SecTion 03 30 00. 33 B. Modifications to Existing Concrete Structures 34 1. See Section 03 80 OQ. 35 C. Grade Rings Cl'I'iC OF FOItT WORTH 2O21 WOODWAY AND SAM CALLOWAY RESURFACII�IG PROJECT STANDARD C�NSTRLJCTION SPECIFICATION llOCiJ1VIEN"rS Revised December 20, 2012 CTTY PR07ECI' I�iO. 102879 330514-6 AD,TCTSTING MANHpLE3, iIVLETS, V ALVE �OXES, t1NLl O'I`�A S'�2UC'a'UZ2�S TO GBADE Yage 6 vf 7 1 1. See Section 33 OS 13. 2 D. Frame and Cover 3 1. See 5ection 33 QS 13. 4 E. Bac�Cfill material 5 1. See Section 33 OS 10. 6 7 8 9 1p 11 12 13 14 2.3 F. Water valve box extension 1. See Section 33 12 20. G. Corrosion Protectioz� Test Statian. 1. See Section 33 fl4 ].1. H. Cast-in�Place Concrete Manholes 1. See Section 33 39 10. I. �'recast Concrete Manholes 1. See Section 33 39 20. ACCESSORLES [NOT USED] 1 S 2.4 SOURCE QUALITY CONTROL [NOT USED) iC����lYc��*���li� 1�CiLl 17 3.1 INSTALLERS [NOT USED] 18 3.2 EXAMINATION 19 A. Verification of Conditions 20 1. Examine existing stxuctwre to be adjusted, foz danr�age or defects that may affect 21 grade adjustment. 22 a. Report issue to City for consideration before beginning adjustment. 23 3.3 �RE�ARATXON 24 A. Grade Verification 25 1. On major adjustments confirm any grade change noted on Drawings is consistent 26 with field measurements. 27 a. If not, coordinate with City to verify final grade before beginning adjustment. 28 3.4 ADJUSTMENT 29 30 31 32 33 34 35 36 37 A. Manholes, Inlets, and MiscelIaneous c�UTII.ITY ADJUSTMENT 1. On any sanitary sewer adjustment replace 24-inch frame and cover assembly with 30-inch frame and cover assezr�bly pez TCEQ requirez�r�ent. 2. On z�aax�hole major adjustments, inlets and miscellaneous structuzes protect t�e bottozxa using wood fozms shaped ta fit sa that no debris blacks the invert or the inlet or outlet piping in during adjustments. a. Do not use any more than a 2-piece bottom. 3. Do not extend chimney portion of the manhole beyond 2A� inches. 4. Use the least number of grade rings necassary to meet required grade. CTl`Y OF FORT WORTH 2O2t WOODWAY AND SAM CALLpWAY RESURFA,CING PIt07ECT STANDARD COIVSTRUCTIQ3�' SPECIFICAT�ON DOCiLIMENTS Revised December 2D, 2012 C1TY PAOTECT NO. 102879 33051A-7 ADJUSTING MANHOLES, INLP.TS, VALVE BOXES, AI�D OTHER STRUCTURES '�'O GRADE Page 7 of 7 1 a. For example, iF a 1-foot adjustment is required, use 2 6-inch rings, not 6 2-inch 2 xings. 3 �. A LTCENSED TEXUS PLUMBER SHALL BE RESPONSIBLE FOR 4 REPATR/AD.TUSTMENT OF UTILTTY/IRRIGATION LINE AND 5 APPURTENANCES 6 B. Vaive Boxes 7 1. Utilize typical 3 piece adjustable valve box foz adjusting to final grade as shown an 8 the Drawings. 9 C. Back�ll and Gzading 10 1. Back�ll area of excavation surrounding each adjustment in accordance to 5ection zx 3� os �a. 12 D. PavemenY Repair 13 l. if required pavement repair is to be performed in accarc�ance with Section 32 01 17 14 or Seciion 32 01 29. 15 3.S REPAXR / RESTORATIQN [NOT USED] 16 3.6 RE-YNSTALLATION [N�T USED] 17 3.7 FIELD [ox] SITE QUALITY C�NTROL [NOT USED] 18 3.8 �YSTEM STARTLTP [NOT USED] 19 3.9 ADJUSTING [NOT USED] 20 3.14 CLEANING [NOT USED] 21 31l CL4SEOUT ACTNITIES [N�T USED] 22 3.12 PRQTECTIQN [NOT U,SED] 23 3.13 MAINTENANCE �NOT USED] 24 314 ATTACHMENTS [NOT U�ED] 25 END OF SECTXON Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A — Pay item added for a major manhole adjustrnent which reuses the existing frame and cover and a major adjustznent zequiring a new frame and cover, Added 12/20/2012 D. 7ohnson items to be included in price bids; Blue text added for clarification €or miscellaneo�s structure adjusfznents 3.4 — Pavement repair r�quirements were added 26 CTT'Y OP POI2T WOI2'� 2021 WdObWAY AI+�D SAM CALLOWAY RESURFACING PROJECT STANDARD CON5TRUCTION SPECIFICATION llOCiJMENTS Revised December 20, 2012 Cl'I'X PI20JECI' N�. 102879 347113-1 TRAPPIC CON'a'ROL Page 1 of 6 1 2 3 PART1- GENERAL 4. 1.1 SUIVIMARY S A. Section Includes: SECTION 34'�1 13 TR.AFFIC CONTROL 6 1. Installation of Traf�c Control Devices and preparation of Traffic ControI FIans 7 B. Deviations fram this City of ForE Worth Standard Specification 8 !_ FCI� THI� PI�O,1 �,CE"1-T{+� F�'E�� C'C},ti�TRC)i _,��:�'�'f�)P! � 7�1 1�� kiJ11,I. r� F 9 �C3f�S�.R�F,�E:I� Slf}�t�l.l�l�1RY v�[��[�, fV+� �F.1}Ai�,�'I-f: I���', 10 �. -I'l�17�'-r'IC: ('�}�'['RC)I. i��['1,J;1�1F�N-I'r�'�'G{)fV, 1lV��1�1�I,1,�1'I-I(lhi. 11 1�9hlhl-�'Fi�]��_�l(::��� ?li�,fl I�;'['h��F��l�l�k'�. 121',�'�.��1�'.f.�1+I�E�tifV`C'�� r�i���) f2fsf4���1VAl_.{�F 12 'i"k�ll�l�lf' C-_C�):�V']72(�}l 3�f�;1��C.'Ei� �Il=�1._I.. EiT ��[���3.1]F�f�r�L] SL��35[�)LA�� I3 1�1+� ) €t K _ � �� S ���_]'.� ��i �!' � F°.� Y , 14 3_ P.kLi�'��l��'l'IC��V C7P'���f�Arl�f�; t:.C)�TR�7L �'LAN L}�Tf1II.5. �LD�itIiNC:E T� 15 ('F]'`�.'1�1-)'ffi�C.�� l�r�i�TL'r�i_�1� U�IE�'[�i�,1�f �'R+��'F�(= C'{lNE'I��}I_ 1)€��VI��� i6 �TS1��JTC'�3i, �����C�FL�� 51(��fra������r�, ,��vG� ��.,il.����' A �.,it�'f:�V��,�'i`�„Cr1� 17 �`�20i��SS�[3�:�LLM1�G1?�EEii� SI1A].:�.. �#��,�_+-r�':�f.l:���t��_�] 5llf#4�.f�I�RY 18 �Vf.i�K, f�[} Sr;Pr�R:"ti'i�l�. �'r1Y 19 C. Related Specification Sections include, but are not necessazily li�rzii�d to: 20 1. Division 0— Bidding Requ�zezxzents, Cvntraci Forms and Canditions of the Contract 21 2. Division I— Genezal Requiremenis 22 1.� PRICE AND PAYIV�NT PROCEDURES 23 24 25 26 27 28 29 30 31 32 33 34 3S 36 37 38 39 �D 41 A. Measurement and payment I. Tnstallation of Traffic Control Devices: 5UB5IDIARY NO SEPARATE PAY T,f., „r a, .,+; � � unsrixcaSLaEE�-a�-p=vviQ2��aaa� ��r�i�SHicrii2��� 5�3e �rci-a" ",•,,'c�aia vr-cr+cino « „ • �l Tw.,fF,.. /-'..,�rr.,l ; ,.lo,Y,e„r.,+;.,,, '�l T„ ��vn n� na;,,�+.,-.orr� �� va..r„ o er*� �--�e�e�a� � � D,.r;,,,, „ :.,..,..,,,, ,�,,..,,,.. ,.,,.,�. �,,,,..., 2. Portable Message Signs CITY OF RORT WORTH 2O21 WOODWAY ANI� 3A11a CALLOWAX RESURFACING PRQJEGT STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS Revised November 22, 2D13 CFI'Y PRO]ECT NO. 102879 347113-2 'I`RAFFIC CONTROL Page 2 of 6 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 ]7 18 19 20 Zr 22 23 2� 25 � a. Measurement 1) Measurement for this Item shall be per week for the duration of use. 6. Payment 1) The work performed az�d nrzat�rials fuz�rxislaed in accordance to tk�is Zte� az�d measured as provided under "Measurement" shall be paid for at Y�e unit price bid per week for "Portable Message Sign" rental. c. The price bid shall include: 1) Delivery of Fortable Message Sign �o Site 2) Message updating 3) Sign movement throughout constxuctaon 4) Return of the Portable Message Sign post-canstruction Preparation afTraffic Control Plan Details: SUBSIDrARY NO SEPAR.AT'E PAY a. T�., .,r 1\ Trf,,.,.,,,w,..-.,,...r f.,r rl,.,, Tr,.,., L,., .-. ..t, T�.,ff;.. !'�.,,,t«.�1 Tl.,r.,,l ,. w.,.d � . �.—�� � E-r�,o ., o �,;,� �r��n < „7,,,�0: �� 'l\ A �]h.,,-�,-....., r.� !";r�. .,,,.d T..,,,.,� Aff�,,,,,.,1 ..,, TT,-.,f..r,v, 'T�`r.,�F;.. !'..,-.r,-.�1 .Tl..,�.,..�.,� �� 26 1.3 REFERENCES 27 A_ Reference Standards 28 24 30 31 32 33 34 1. Reference standards cited in this Specification refer to the current reference standard publist�ed 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 U�ni�forzn Traffic Contxol D�vzces (`I'MU`I'CD). 3. It�zn 502, Barricades, Signs, and Traffic Har�dling of the `i'exas Department of Transpartation, Standard Specifications for Constnzction and Maintenance of Highways, Streets, and Bridges. 35 1.4 ADMINISTRATIVE REQUIREMENT,S 36 37 38 39 40 41 A. Coordination 1. Contact Traffic Services Division (817-392-7738) a minimum of 48 hours prior Co impiementing Traffic Cantrol within 500 feeC of a traffic signa�. B. Sequencing 1, Any deviations to the Traffic ControI Plan inciuded in the Drawings must be first approved by the City and design Engineer before impTementatian. 42 �..5 SU�MTTTALS 43 A. Provide the City with a current list of qualified flaggers before beginning flagging 44 activines. Use only f�aggers on the qualified 1ist. Cli'Y OP FORT WORTH 2O2I V�/OODWA Y' AND SAM CALLO'WAY 12ESU12k�AC71VG P1207�Ct S 1'ANDARD CdNST12UCTSON SPECIFICATIOI�i DOCUFvIBNTS Revised November 22, 2013 Cl'TY PROJ�CI' NO. 102879 34 7I 13 - 3 TRAFFIC CONTROL Page 3 of 6 I 2 3 4 5 6 7 8 9 10 11 12 13 14 1.6 B. 4btain a Street Use Perrnit from the Street Managert�ent Section of the Traffic Engineering Division, 311 W. 1fl`�' Street. The Traffic Control Plan (TCP) for the Project shalI be as detailed on the Traffic Control Plan Detail sheets of the Drawing set. A copy of this Traffic ConErol Plan shall be submitted with the Street Use Permit. C. Traffic Control Plans sha�I be signed and sealed by a�censed Texas Professional Engineer. D. Contractor shalI prepare Traffic Control Flans ii required by the Drawings oz Specifications. The Contractor wiIl be responsible for having a licensed Texas Professional Engineaz sign and seal the Traf�c Control Plan sheets. E. Lane closures 24 hou3rs oz langez sk�all require a site-specific traffic control plan. F. Contractoz zesponsible �or having a licensed Texas Professionat Engineer sign and seal c�aanges to the Traffic Contral PIan(s} developed by the Design Engineer. G. Design Engineer will furnish standard details for Traffic Control. ACTION SLTBMITTALS/[NFORMAT�ONAL SUBMITTALS [NOT USED] 15 1.'� CLOSEOUT SUBMZTTALS [NOT USED] 16 1.8 MA�NTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE [NOT USEDJ 18 1.1.0 DELIVERY, STORAGE, A.ND HANDLING [NOT USED] 19 1,11 FIELD [SITE] CONDITIONS [NOT USED] 20 Z.12 WARRANTY [NOT USED] 21 PART 2 - PRODUCTS 22 �.1 OWNEA-FURNISHED [ox] OWNER-SUPPLIED PRQDIICTS [NOT USED] 23 24 25 26 27 28 24 34 31 32 33 3�.� A55EMBLIES AND MATERXALS A. Descript�an 1. Regulatory Requirements a. Provic�e Traffic Control Devices that conform to details shown on tbe Drawings, ti�e TMUTCD, and T�OT's Corripliant Woz� Zor�e Tzaffic Control Device List (CWZTCDL). 2. Materials a. Traffic Control Devices must meeE alI reflectavity zequzreznents included in the TMUTCD and TxDOT Speci�catians -- Item 502 at ali times during constructian. b. Electzonic message boards shall be provrded in accordance with the TMUTCD. CPfY OF FORT WORTH 2O21 WOODWAY ANA SAIVi CALLQWAY RESURFACING PROJECI' S'i'ANAARD CONSTRUCTION SPECIFICATION DOCUMEN`I`S ltevised Novemher 22, 2013 CPPY PRO]ECT NO. 102879 3471 i3-4 1RAFFIC CONTKOL Page A pf 6 1 �.3 ACCE�50RIES [NOT USED] 2 �.4 SOi.TRCE QUALITY CONTROL [NOT U5ED] 3 PART 3 - EXECUTXON 4 3.1 �XAMTNATYON [N4T USED] 5 3.2 PREPARATION 6 A. Protection of In-Place Conditions 7 1. Frotect existing traffic signal equipment. 8 3.3 INSTALLATION 9 A. Follow the Traffic Control Flan (TCF) and install Traffic Control Devices as shown on 10 the Drawings and as rlirected. 11 B. Install TraF�ic Control Devices siraight and plumb. 12 C. Do not znake ctaa�ges to the locaiion of any device oz iz�r�plezaae�t any othez cha�ges to 13 the Traffic Control Plan without the approval of the Engineer. 14 1. M'rnor adjustments to meet field constructability and visibility are allowed. ]5 D. Maintain Traffic Control Devices by taking corrective action as soon as possible. 16 �. Correcti�e action includes b�t is not limited to cleaning, repiacing, straightening, 17 covering, or removing Devzces. 18 2. Maintain the Devices such that they are properly positioned, spaced, and legible, l 9 and Lhat retrorefIeciive characteristics meet requirements during darkness and rain, 20 E. If the Inspector discovers that the Contractor has failed to comply with applicable ferleral 21 and state laws {by failing to furnish the necessary flagmen, warning devices, barricades, 22 lights, signs, ar other precautionary measures for the protection of persans or property), the 23 Inspector may order such additional precautionary measures be Caken to protect persons 24 and properiy. 2S F. Subjeci to the approvaT of the Inspector, portions af this Project, which are nat affected by 26 or in conflict with the proposed method of handling traffic or utiliiy adjustments, can be 27 constructed during any phase. 28 G. Barricades and signs shall be placed in such a manner as to not interfere with the sight 29 distance of drivers entering the highway from driveways or side streets. 30 H. To facilitate shif�ing, barricades and signs used in lane closures or traffic staging may 31 be erected and mounted on portable supports. 32 1. The support design is subject to the approval of tt�e Engineer. 33 I. Lane closures shall be in accordance wzth tlae appzaved Txaf�c Contxol Plans. 34 7. If at any lime the exisling traffic signals become inaperable as a�esult of construction 35 operations, the Cantractor shall provide portable stop signs with 2 orange flags, as 36 appro�ved by the Engineer, to be used for Traffic Control. CTI'Y OF FQRT WORTI-I 202] WOODWAY AND SAM CALLOWAY RESURFACII�G PROJECT STANDARD CONSTRUCTION SPECiF1CATT01� DOCIUM�NTS Re�ised November 22, 2013 CPPY PROTECT NO. ] 02879 347] 13-5 TRt1FFIC CONTROL Page 5 of 6 1 2 3 4 5 6 7 8 9 10 11 12 13 i4 15 I5 17 18 19 20 21 22 23 24 K. Contractor shalI make arrangements for police assistance to direct traffic if traffic signal turn-ons, street light pole installation, or other conshvction will be done during peak trafiic times (AM: 7 am — 9 am, PM: 4 pm - 6 pm). L. FIaggers 1. Provide a Coniractor representative who has been certified as a tlagging instructor tI�rougi� courses oF%red by the Texas Engineering Extension Service, the Amezican Traffic Safety Sezvic�s Association, ihe Natianal Saf�ty Couz�czl, or oiher approved ozganizatzons. a. Prq�ride the certificate indicating course completian when requested. b. This representative is responsible for training and assuring that all flaggers are quaii�ed to perform flagging duties. 2. A quali�ed flagger must be independently certified by 1 of the organizations listed above or trained hy the Contractor's certified flagging instructor. 3. Flaggers must be courteous and able to effectively communicate with the public. A. When directing traffic, flaggers must use standard attire, flags, signs, and signals and folIow the flagging procedures seE forth in the TMUTCD. 5. Frovide and maintain tlaggers at such points and for such peziods of tizx�e as �nay be required to provide %r Che safeiy and convenience oi public travel az�d Contracioz's personnel, and as showz� on the Drawings or as dzzected by the Engineer. a. These flaggers shall be located at each end of the lane clos�re. M. Rez�r�oval 1. Upon completion of Work, remove from the Site all barricades, signs, cones, lights and other Traf�c Control Devices used far work-zone traffic handling in a timely manner, unless atherwise shown on the Drawings. 25 3.4 REPAIR 1 RESTORATION [NOT USED] 2b 3.5 RE-INSTALLATION [NOT USED] 27 3.6 FIELD [oa] SITE QUALITY CONTROL [NOT USED� 28 3.7 SYSTEM STARTUP [NOT USED] 29 3.8 AD,TUSTING �NOT USED] 30 3.9 CLEANING [NOT USED] 31 310 CLOSEOUT ACTIVITIES [NOT USED] 32 3.11 PROTECTION [NOT USED] 33 3.12 MAINTENANCE [NOT USED] 34 3.13 ATTACHMENTS [NOT U�ED] 35 36 END OF SECTION Revision L,og CiTY OF F012T'VVOR"I'H 2D21 WOODWAY AND SAM CALLOWAY RESURFACING PRO]ECI' STANDARD CONSTRUCiTON SPECIFICATTOIV ]70CLJMEN'T'S Revised November 22, 2013 C1TY P1ZOlECT 1V0. 102879 34 71 13 - 6 TRAFFIC CONTROL Page 6 vf 6 DATE NAME I 1/22113 5. Arnold SUMMARY OF CHANGE Added police assistance, requirement for when a site spec9fic 'i'CP is xequired CTfY OF FORT WORTH S1'AATY]Al2T7 COT�TSTTtCJCTT03�1 SP�CT�TCATTON DOCi7MENTS Revised No�ember 22, 2fl13 2D21 WO�BWAY AND SAM CALLOWAY RESURPACING PROJECT Cl'TX PROJECT NO. 102879 G�n�o��oI� M[��orllty �nd[ �l��n.em ��ned� :�a�s�mess lEm�er�rIlse ����1����e T�I�S P�1GE IfEF� �I�d�]EN�'IO�TA��Y �LA�� 2027. W��DWAY AND SAM CALLQWAY RESURFACING PRDJ�CT City Praject No. 1Q2$79 �"� �� �"� R� a� T��[i�YO12ARY REVISIOI�T 4/b1'�420 (COVID�19) Cifiy of �ort �orth Il�inorii� �usiness En�erp�ise Speci�ica�ions S��C1r4L INSiRU�T[�NS �O� OFF'��ORS. APPLICAT'IOt� OF POLICY If t�2 to�l d�llar valua aF khe e�.^.t:a�t I� ��O,C�0.01 �r m��e, kl�er� a I�lB� st��c�nk.*��!ir�g oal iz app�ir.al�fg, � PO�ICY STAiEflf�EMT ft is the poiicy of the City of F'ort Worth to �nsure the full and equ�iable participation by Minority Business Enterprises (MBE) in the procurement of all goads and ser�ices. A[I requirements and reguiatians stated in the City's current Business Diversity Enterprise Ordinance applies t� this bid. nn�� ��o��c� �oa�� The City's MBE goal on this project is � 3 % ofi the base bid �alue of tne contract fVote: If both MBE and SBE subcontracting goals are established for this proje�t, then an Offeror must submit both a MB� Utilization F'orm and a S8E Utilization Form to be deemed responsive. COIVi�LIAiVCE TO �ID SPECIFICATIOMS On Cify contracts $50,000.01 or mor� where a MBE s�bcontracting gaal is applied, Offerors are required to comply with the intent of the City's Business Di�ersity Enterprise Ordinance by one of fhe following: �I. Meet or exceed the abo�e stated N1BE goal through �fi�E subco�tracting participation, or 2. Meet or exceed the abor+e stated MBE goal through MB� Joint Venture participation, or; 3. Good Faith Effort dacumentation, ar; 4. Prime Wai�er documentation. SU��i11�iAL OF R�QUIR�D DOCUiVIENTATiOM The applicable documents must be recei�ed by the by the assigned Cify of Fart Worth Profect Manaqer or Departmenk Qesianee, within the followin� times allocated; in orde� f�r Ifre entire bid to be car�s�cie�efJ res�a�s��+e la �he speC�fIC811oRs. 7h� i?#fgi�r 5��11 �MAI� ihu MBE d�]cur��Fn;�C,�r� l€� t11� 3551}�neU Clly f��; a oKi tiNortk� ?fU;�(:l h.f311�y��� C�; U�p��#m�l�k L']�Slg►ta�. JEI faxed CQ�y wY�l Ro� be a�tfij]ttld 9. Subcontractor UtElization Form, if goa! is received no later than 2:00 p.m., on the second Cify business day met or exceeded: after the t�id o�ening date, exclusive of fhe bid opening date. 2. Gaod Faith Effort and Suhcontractor received no laier than 2:�� p.m., on the secand City business day Utiiization Forr�, if participation is less than after the bid opening date, exclusive of fhe bid opening date. stated gaal: 3. Good Faith Effort and 5ubcontractor received no later than 2:0� p.m., pn the secand City b�siness day Utilization Form, if no MBE �articipation: after the bid opening date, exclusi�e of the bid opening date. 4. Prirr�e Contractor Wai�er �orm, if you wilf recei�ed no later than 2:Q0 p.m., on the second City business c[ay pertarm all subcantractinglsupplier work: after the bid opening date, exclusi�e of the bid opening date. 5, Joint Venture Form, if goal is met or recei�ed no later than 2:00 p.m., on the second City business day exceeded: affer the bid opening dafe, exclusi�e of the bid opening date. FAI�.�1RE TO �O�l��JP�Y 1fV17H �H� {:li �f'S �l1S�t�l�$$ DIV�RS�TY �.hFT�RRRlSE O�t�}I�ANCE, 1�'��I�L RE.''aULT I�l THE ��D B�1NG ��IWSID�F?�D N�1�-[�F�P�N511l� T4 �I��CIC=,�A71ON�_ F,�ILURE T�l �IJ�MI� THE R��UIF��� ME3E aQCUi11E�NTATI�iN WI�L R�9�1 L� IN THE BiD �EIi+1C �OP}SI�EF2�D I�O�+t-E�ESPO�a�IV�. A��G�F#� ��11�lJRE WI�� F�E�lJL7' �hi THE OFF�ROR B�1N� Dl�QUA�IF��D FOR �1 RER��D O� ONE YEAR. ��iFi�� �J�lll_U��� IRI A��V� Y�AFt P�RIO[3 V4fI�L R�SULT IN A DISQ�IALIFI�r4�I�N PER�OD O� T�iR�E Y�AFiS. Any questions, please contact the 4ffice of Business qi�ersity at (8'17) 392-2&7A�, Office of Business Di�ersity Email: mwf�eoffice@fortwarfhtexas.go� Temporarily Revised Aprit 6, 202D due to COVID19 Emergency Phone: (817) 392-2674 ATTAGHMENT1A Page 1 of 4 Fo�.T �"oRTx Cifiy of �o�t �or�h �ffice of �us�nes� �i�e�si�y 1�+II�E �ubconfr�cto�sl�upplier�s Ufiili�afiion �'o�m OFFERQR COMPANY NAME: Check applica6le box to describe Texas Materia�s Group lnc. dba TexasBi# Offeror's Certification PROJECT NAME: .ANVIDBE � IVC'fV-M/W1DBE 2021 WOO�WAY AND SAM CALLOWAY RESURF'ACING PROJECT B�D DATE 11-4b-2020 City's MBE ProjeCt Gaal: pfferDr'S MBE Project Commitment: PRQJECT NUMBER �3 0�0 1�.z4 ��0 102579 Identify �II subconfir�actor�slsuppliefs you �ill use an this projecfi Fa114iF� tq c�r�plete tMis farm, ir� ifs �t�#irety v+�itl� reqklest�d d�c�meflt�#ian, ��c# fec�ivsd by khe Purr��sir�c� i�wvisi�r� r�� lat�r kMan �_0� p,m, a� #�e seco�d �ity b�wsin��s d.�y afker bi�1 r�per�i�r�. exclu�iv� �t ��d ��er�ir�� da#e, wilk �ws�Jt tr� t�� bi�! #��ir�g c�rrs�d�r�� rr�n-r�sponsi�r� #o txiri spac;ifE�ati�r�s. The ur�J�rsEgf���i �ii�rcrr agr��s t�a �r�E�r irrto �[t�rm�l agr��rnenl wi#� �I�� MB� fir�r�{s} I�st�d ir7 t��is t�tl�€z�#I�n scf��dul�. c��nciEtir�n�td up�t� �.+x�cu€iot� of � c�arr[rac� wil�r #!�� C;��y �f F��t INorth_ 'rE�� �r�t�rriicr��R rtr��lar kr�r�wing r��is�epr�senEa��or� of �acis is r�rour�d� f�r cor�sider�#�or� of c��squali#�catiorG anc� w�ll resul� ir� l#�� �i�l b��ny cans€r�er�c! rrokr-ees�aa�sive to bid s�r��ifica�ior�s. MB�s 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 geogra�hic area of Yar�r�ant,_�allas,_nenta__n_, Johnson, F�arker�, ar�c! 11Vise_counties, F'rirM�� co��tractors �nus� ici��ti�y �5y tier I�ve� af all �uk�cor�tra�tors����{�pli�rs_ rie�� rt��ar,� th� I�v�l ar �u�contraciii�g k�e�ow �i-re �S�irr�e contra�tar�cor�sultar�t i,�. a�ire�E �ayrnen� f�om the �f�rrre cont�actor to a subcontractof is cansi�i��ed 961 tier. � pa�rrrzent k��r a siG��antr�cEor #o its s���li�r �s cor�sidefed 2�'tfer 1'he �rirne cc�ntrac#of is r�s��r�sEbE� tn ��fovid� �r��f of �ra�rme�# af aEi t�eee� subco�t�actors i�fer�#ifi�d as a Mi�� a�d coun�ing ihose dall�rs #owar�s r��eetinc� �F�e cantract ca��r�if��d goa1. ALL MB�s lV1US7 �� C�f�TI�'I�l� ���'OR� COMTRACT AliilAFtD. Certification m�ans thase firms, located within the Markefplace, fhat have been determ�ned to be a bonafirie minority business enterprise by the North Central 7exas Regional Certi�cafion Ager�cy (NC7RCA) and the Dallasl�ort Worth Minority Supplier De�efopment Councii (DIFW MSE]C). iT naulina� servir.es are utili��d, th� Df#�ror will be �ive� c�edFt �s Pong as tt�e �+1�� li�#�d owns and op���#e� a4 le�s: r�r�e �uf�y licensed �nd �pera�ior�a! kr�ck t� be �se� on tl�e �an�r�ct. 7'he [V1B� ma� Cease I��jr.ks frnm �e�ntf�er MB� frrni, in�Euding h1i[3E �vt+r��r-a��ra#ed. and t�f�iv� fufl N1�E cr�dit, The ��� m�y I�a�e trueks fram ��r�-h���s, i��:ludl�c� c�wnef-op�ra#��1, hut will or�ly r�c,eiv� �redit for #h� ���s ar�d �arnr�i�si�ris ear��d by ihe �llE3� as o�fl,kr��ci In �1�� Me�s� a�r�en7��#. _ _ _`_. - .— - — - Rev. 2113119 �{i�'�P WOliTii ATTACHM�N7 1A � Page 2 of a OfFerors are required to identify ALL subcontractorsls�ppliers, regardless of staius; i.e., f4+pinority and e�on��M��s. MBE firms are ta b� listed first, use additional sheets if necessary. Please nate that only certified MBEs wi[I be counted to meet an MBE goal. N SUBCONTRACTORISUP�LIER ° Company Name T � W " Detail Detail Address i e B Subcontracting Supplies Dollar Amour�t TelephonelFax e E E ui Wor[� Purchased �mail r m Contact Person � Greenscaping 1 Landscaping $7,320.00 2409 Handley Ederville Sub Rd, Fort Warth, TX 76118 817-577-9299 ❑� ❑ Kfutz Constructior� � Fiatwork and $185,130.OQ PO Box 185 Util�ties Sub Kennedale, Texas 7fi060 � ❑ 817--561 �5591 Cross Raads LP 1 Traffic Markings $38,398.00 5023 Da�id Strick[and Sub Fort Worth, Texas 76� 19 ❑ ❑ $17-634�0044 ✓ $17-634-0048 Dustrol Incorparated � Milling Su� $���,���-a� 2925 Hwy 1 � 4 Roanok�, T�xas 76262 817-491-3603 ❑ ❑ � 817-�91-235� Sunset Carriers 1 $�44,652 7200 Midway Rd, Fort Raw & Job Haul Warth, TX 76118 ❑ ❑ � 8 � 7-589-�551 Ergon Asphalt & � Liquid Aspf�a[t $183,376 Emufs�ons Supplie�' 901 Bur[ington Rd, ❑ ❑ ✓ Saginaw, TX 76179 817-232-3658 - Rev. 5115119 ��R--.�,�a�T� A77ACHM�NT 1A '� Page 3 af 4 Offerors are required to identify AI,L subcan#ractors/suppliers, re.gardless of status; i.e., M+Flority �nd n❑n-M��,4. MBE firms are to be listed first, use addifional sheets if necessary. Please note that o�fy certified MBEs wilf be counted to meet an MBE goai. _ _--- - - - _ _ _ _ N SUBCONTRACTORISUPPLIER ° Company Name T M w �� p���f Detail Address i B g Subcontracting Supplies TelephonelFax e � � M Work Purchased pollar Amount �mail � � Contact �erson � V�fcan Materials � Aggregate $80,141 6100 Western Place Ste Supplier 40Q ❑ ❑ ✓ Fort Worth, Texas 76107 817-594-4524 ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ � Rev. 5!'l5I19 E'O:�T�Ip[�TH _�....- ATTACHMENT 1A Page 4 of 4 Total Dollar Amount ofi IV�BE Subcantractors/Supp[iers �'� 75,65Q.00 To#al Dollar Amount of Non-flII�E 5ubconiractorsl5uppliers $ 5��° �� 70a TOTAL DOLLAR AIV�OUNT OF ALL SU�CONTRACTORSISUPPLI�RS � 75Q�767'fl0 The L�fferc�f wial no� rr�ak� ,�d�ttinn�, d�i�ti��s, or suhstitu#�an� �c� this c�r��f�d I�st w�th�ut 1�3� pri�� �pp���r�J �f tF7�: �ffice o� E�usin�ss €�iue�sity t�eauc�h tF�� s��mtltal 4# a R�c�u�sf for �Q��rou�� o� �h�r�g�lAdrirtrorr ��rr�� Any un���stifie� r,i��r�c�� or de���ic�n s�all be a rr�rat�ri�l k�rea�:F� of ��ntra�t �nel may r�sul# Ir� de�arrr�or�t +n ���pr�i wi#h th� proced�.ires outli��� in khe v�dln�n�:e. �fi�e ���ar sha�l s��r���t a�e��i��d expla�aCi�� af haw t�e r�s��+�s#�� �hang��ad�t#ian or �I�ietio� w��l �1Y��t th� c�rr�mt�tc;r� il+1BE g��� Ifi �h� d��ai� �xplena�ion is nn� sub�nik�ed, �i L�+111 ��f�G� #hP. ��al �arf1�111anC� [E��Cn�ii7�ttor7_ By affixing a signature ta this form, the OfFeror furfher agrees to pro�ide, direcfily ta fihe City upon request, camplete and accurate information regarding actual work performed by all subcon#ractors, including MBE(s) and any special arrangements with MB�s. 7he Offeror a[sa agrees to allow an audit and/or examination of any books, records and files held by their company, The OfFeror agrees ta allow the transmission of irtterviews witf� owners, principals, offcers, empioyees and applicable subcontractars/suppliers participating on the confract #hat will substantiate the actual work performed by the MBE(s) an this contrac�, by an autharized ofFicer or employee of the City. Any intentionai andlor knowing m�srepresentation of facts will be grounds �or terminating fhe corttract or debarment fror� City work for a period of not less than three {3} y�ars and for inifiiating action uncier Federal, 5tafe or Local laws concerning false s#atements. Any failure fia comply with this ordinance creates a material breach af the cantract and may result in a determination af an irrespons�ble Offeror and debarment fror� parEicipating in City work for a period af time not less than one (� ) year. � � �� �� � � � � Authorized Signature . Ronald D. Stinsan, Jr. Printed Signafure Es�ima�ing N��n�ge�� TexasBi� Campany Tiarne 420 Decker Dr, suiie 200 Address Irving, Texas CitylStatelZfp Office of Business Di�ersiiy Email: mwbEaffice@fortwor[htexas.gov Phone: (817) 392-2674 same Contact NamelTitle (if difFerent) 81 �-�38-163� %lephone andlar Fax rondald.s��nson a�fiexasbi�.com �-mail /lddress 11/09/�0�0 I:�s1i6'ii�] �� ��0�7 ��.g� R.�.tes �'l[�IS P�GE �L]ElF'lC Il�iTEN�'][��TAI1L� �LA�I� 2021 WOODWAY AND SAM CALLOWAY RESURFACiNG PRQJECT City Prajec� No. 1p2879 2013 PREVAILlNG WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATIQIII DESCRIPTION Asphalt Distrihutor dperator Asphalt Paving Machine Operator Asphalt Raker Broom or Sweeper Operator Concrete Finisher, Pa�ing and Structures Cancrete Pavement Finishing Machine Operatar Concrete Saw Operator Crane Qperator, Hydraulic 80 tons ar less Crane Operator, Lattice Boom 80 Tons ar Less Crane Operator, Lattice Boom Dver 80 Tons Crawler 7ractnr Opera�or Electrician Exca�ator Operator, 50,000 pounds ar less Exca�ator Operator, O�er 50,d00 pounds Flagger Form 8uilder/Setter, Structures Form Setter, Pa�ing & Curb FoundaTion Drill Operator, Crawler Mounted Foundation Drill Operator, Trucic Maunted Front End Loader OperaCor, 3 CY or Less Frvnt End Loader Operator, Over 3 CY Laborer, Common Laborer, Utility � Loader/eackhoe Operator Mechanic Milling Machine Operator Motor Grader Operator, Fine Grade Mator Grader Operator, Rough Off Road Hauier Pavement Mar[cing Machine Operator Pipelayer RecEaimer/Pul�erizer Operator Reinforcing 5teel Worker Roller Operator, Asphalt Roller �perator, Other Scraper Operator Ser�icer Small S[ipform Machine Operator Spreader Box Operator Truck Dri�er Lawboy-Float Truck Dri�er Transit-Mix �ruck Driver, Single Axle �ruck Dri�er, Single ar Tandem Axle Dump Truck i�ruck Driver, Tandern Axle Tractor with 5emi Trailer Welder Work Zone Barricade Servicer Wage Rate $ $ $ $ $ $ $ $ � $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 15.32 13.99 12.69 11.74 14.12 15.05 14.48 18.12 17.27 2Q.52 14.a7 19.80 17.19 16.99 10.a6 13.84 13.16 17.99 21.07 13.69 14.72 10.72 12.32 15.18 17.68 14.32 17.19 16.02 �2.25 13.63 13.24 11.01 16.15 13.08 11.51 12.9b 14.58 15.96 14.73 16.24 14.14 12.31 12.52 12.86 � �4.8�} 11.6$ Tha Davis-Bacon Act prevail9ng wage rates shown for Heavy and Highway construction projects were determined hy the United States Department of E.abor and current as of 5eptember 2013. The titles and descriptions for the classifications ]isted are detailed in the AGC ofTexas' Standard Job Classifications and Descriptions for Highway, Heavy, Utilities, and Industrial Construction in Texas. Pagelofl 2013 PREVAILING WAGE RATES (Neavy and Highway Construction Projects) GLASSIFICATION DESCRIPTION As�haft Distributor Operator Asphalt Paving Machine Operator Asphalt Raker Broom or Sweeper Operator Concrete Finisher, Pa�ing ancE 5trucYures Concrete Pa�emen� Finishing Machine OperaYor Concrete 5aw Operator Crane Operator, Hydraulic 80 tons or less Crane Operator, Lattice Boom $D Tons or Less Crane Operator, Lattice Boom Over SO Tons CrawlerTractor Operator Efectrician Excavator Operator, 50,OQ0 pounds or less Excavator Operator, Over 50,OOQ pounds Flagger Form Builder/Setter, 5tructures Form 5e#ter, Paving & Curb Foundatian Drill Operator, Crawler Mounted Foundaiion Drill Operator, Truck Mounted Front End Loader Operator, 3 CY or Less Front End Loader Operator, O�er 3 CY Laborer, Common Laborer, Utility Loader/8ackhoe Operator MecF�anic Miiling iViachine Operator Motar Grader Operatar, Fine Grade Motor Grader Operator, Rough Off Road Hauler �a�ernent Marking Machine Operator Pipelayer Reclaimer/Pu�verizer Operator Reintorcing 5teef Worker Roller Operator, Aspf�alt Roller Operator, Other Scraper Operator 5ervicer 5mall 5lipform Machine Operator 5preader Box Operator Trucic Dri�er Lawboy-FEoat Truck briver Transit-Mix Truck Dri�er, Sir�gle Axle Truck Driver, Single orTandem Axle aump Truck Truck Driver, Tandem Axle Tractor with Semi Trailer Welder Worlc �one Barricade Servicer Wage Rate $ $ $ $ $ � $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ � $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 15.32 13.99 1Z.69 11.74 14.12 16.05 14.48 18.12 17.27 20.52 14.07 19.$0 17.19 16.99 10.06 13.84 13.16 17.99 21.p7 13.69 14.72 io.�z 12.32 15.18 17.68 14.32 17.19 16.02 12.25 3.3.63 13.24 3.1.01 !6.l8 13.08 11.51 12.96 14.58 I5.95 14.73 16.24 14.14 12.31 12.62 12.86 14.84 11.68 The �avis-Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2D13. Tf�e titles and descriptions forthe classifications lisfed are detailed in the AGC of Texas' Standard Job Classifcations a�d Descriptions for Highway, Heavy, Utilities, and Industrial Construction in Texas. Page 1 of 1 �I�T� 1 �0 G����a� ��tes ��IS PAGE lL��"� �l�T'�'E1����l�AL]L� ��Ai�TI� 2021 WOODWAY AND 5AM CALLOWAY RESURFACING PROJ�CT City Project No. 1D2879 Generall�Totes Divisian� Ol. — General Requirements General: 1. The Contractor shall be responsible for locating all utilities, whether public or private, prior to excavation. The information and data shown with respect to existing underground facilities at or contiguaus to the site is approximate and based on information furnished by the owners of such underground facilities or on physicai appurtenances observed in the field. The City and Engineer shall not be responszbla foz the accuz�acy oz coznpleteness of any such infornaation ar data. TIae Coz�tzactor shall have fiill responsibility for reviewing and checking a11 such informaiion or data, for lacating all u�derground faciiities, foz coozdination of the woz� wzth the owz�ers of suck� undergraund facilities duzing construciion and foz the safety ax�d protection thexeof and repairing any damage thereto resulting From the Work. This Wozk shall be considered as a sabsidzary item of Work, the cost of which shail be included in fihe price bid in the 1'raposal for various bid items. The Contractor shall notify any affected owners (utility companies) or agencies in writing at Ieast 48 hours priar to construction. a. Notify TEXAS 811 (1-800-DIG-TESS or www.texas811.org) to Iocate existing utilities prior to construction. b. Caution! Buried electric lines may e�st along this project. Contact electrical providers 48 hours prior to excavation : � 4NC4R Wall Riegler 817'-215-670� � Tri County Kevon Moaney $17-752-8.160 c. Caution! Buried gas lines may exist along this project. Contaci Atmos Energy 4$ houzs prior to excavation, and within two (2) hauzs of encountezing a gas line (,Iohn Crarae: 517--207-2S4S) d. Caution! Buried comrnunicatian cables may e�st along this project. Contact communication companies 48 hours prior to excavation: � Specti-um/Charter Cornmunication Sherri Trahan 8I7-271-8105 @ AT�zT Gary Tilory 517-338-6202 o One S`ource Communications Jeremy Hegivood 8I7-745-2243 e. Caution! When doing work within 200 feet of any signalized intersection, the Contractor shall notify Traffic Managennent Division of Ciiy of Fort Worth T/PW, 72 hours prior to excavation (Kassem Elkhalil: 817-392-8742). Tk�e Contzacior shall proteci e�isti�g sigc�al hardware, gxound baxes, detection loops, and undergzound co�duii at signalized intersectians. Any damages at signalized intersections shall be replaced at ihe expe�se of the Conkractor. The Contractor shall contact the City at 817-392-8100 to perfarm conduit �ine locates at signalized intersections 72 hours prior to commencing work at the intersection. f. The Contractor shail notify the City of Fort Worth Project Manager �8 hours prior to the start of any excavation (Tariqul Isla�n: 817-392-24&c� 2. Contractor's personnel shall have identifying cloChing, hats or badges at all times which identify the Contractor's name, Iogo or company. 3. �rotect concrete curb and gutter, driveways, and sidewalks that are not designated for zeznovaJ. Removal az�d replaceznent of these items shaII be as desi�nated in the drawzngs. C1TY OF FORT WORTH STt1NDARD CQNSTRUCTION GENERAL IVOTES Version ltelease December 18, 20I7 Division 3� — Extcrior Improvements General: 1. At locations where the curb and gutter are to be replaced, the Contractor shall assume all responsibility for the re-establishment of existing street and gutier grades. Establishment of grades shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Propasal for various bid items. 2. All driveways, which are open cut, shall ha�e at least a temporary driving surface at the end of each day. The temporary surface shall be considered as a subsidiary item of Woz�k. T�a� cost of wlaich shall be i�cluded in the price bid in the Proposa� foz various bid iiems. Bike Lanes and Shared Pavement Markings: 1. Proposed bike lanes should maintain a minimum effective width of 4 feet {measured from edge of gutter to center of st�ipe). 2. Bicycle pa�ement markings shauld be located 20 feet from the curb return, stop bar, or cross walk (whichever is applicable) unless denoted otherwise in the drawings. 3. Combined width af bike lane and on-street parking should nat be less than 13 feet. 4. I� travel lane is greater than 14 %et wide, shared pavement markings shall be placed 4 feet from Face of curb or edge of on-street paxki�g (wk�icSaevez is applicable). 5. Ii travel lane is less than or equal to 14 f�et wide, st�axed paveznent �arki�gs shall be placed in the zn�iddle of the traveT Iane. 3. Bike lane syrnbol, arrow, and shared pavement markings should be repeated aY the beginning of each intersectron. �4. On uninterrupted sections of roadway, bike lane symbol and arrow should not be spaced more than 330 feet apart and shared pavement markings should not be spaced more than 250 feet apaz�t. 5. Bike lan� sy�bol, arrow, and shaxed pavement markings should not be placed at private d�riveways oz public intersections. 6. Bike lane striping sho�rld be 4 inches solid white, hot-applied thermoplastic unless specified otherwise in the drawings. All other bike lane pavement markings shall also be white, hoi applied thermoplastrc unless otherwise speci%ed in the drawings. 7. All dimensions are from face of curb and are to center of the pa�ement marking. 8. Shared pavement markings should not be �sed on �aci�iiies with a posted speed greater than 35 nnph. Sidewalks and Curb Ramps: I. The curb ramp standard details are intended to show typical layouEs for the construction of the curb ramps. The information shown on the standard details meet the requirements shown in the "2012 Texas Accessibility Standards" (TAS) and the "2010 ADA Standards for Accessible Design" by the Departxnent of 7ustice. 2. City of Fort Worth Standard Details axe only intended to indacat� pay lirruis for each type of xamp, the Engin�ez is responsible �ox the develogment and design of the sidewalk and curb ramp layout, including actual dinrza�sions and slape percentages. 3. The Contracior may not mal�e changes to the sidewaIk and curb ramp layout vvithout approval of the City. T�e Con�-actor may propase changes to the sidewalk and curb ramp layout due to field conclitions, but any propased changes must be approved by the Cify. 4. Curb ramp running slopes shall not be steeper than 83% (12: i}. Adjust curb ramp length or grade of appraach sidewalks as directed by the City. 5. Curb ramp flare slopes shall not be steeper than 10% (10:1) as zx��asured along back of curb. 6. Ma�cimum allowable cross slope on sidewalk and curb xamp surfaces is 2%. 7. The minimum width of szdewalks and curb rar�rzps shall be 4 feet. CI'I'X OF FOAT WORTH STANDASZD CON5TRUCTiON GENERAT,IVOT�S Version Release Decembei i8, 2017 8. Landings shall be provided at the top of c2arb ramps. The Ianding clear IengCh shall be 5 feet minimum from the end of ra�rrzp. Tla� lancling clear width shall be at least as wide as tk�e curb rarnp, excluding flares. The landing s�all have a znaxznaurza sXope o,f 2% in any directian. 9. �n alierations where there is na ianding at the top of the curb ramp, curb ramp flares shall be provided and shall not be steeper than 8.3°Io (12:1). l 0. Where turning is reqnired, maneuvering space at the top and bottom of curb ramps shall be S feet by 5 feet minimum. The space at the bottom shall be wholly contained within the crosswalk markings and sha11 not project into vehicular traf�c lanes. 11. Curb ramps with returned curbs may be used only where pedestrians wonld norrnally walk across the ramp, either because the adjacent surface is pIanting or other non-walking surface or because the side approach is substantially obstructed. 12. Where curb ramps are provided, crosswalk markings shall be reyuired and ranrzps shall be aligzaed with ihe crosswalk. 13. Counter slopes of adjoinzng guttazs az�d zoad suzfaces izxunr�ediately adjacez�t to the cuzb ramp shall not be steeper than 5% (20: I) in a�ay direction. CTI'Y OF FORT WORTH STANDARD CpNSTRUCT[ON GENERAL NOTES Version Release 17ecember 18, 2017 Division 33 - Utilities General: 1. For u�ility work witlun utility easemenCs, once pipe or appurtenances have been instalied ar rehabilitated, immediately commence temporary surface resioration. Complete surface restoxation to the ownex's satisfaction within se�en (7} days of work finishzng on�szte. Failure to maintain surface restora�ion, as noted above, may result in suspension of work un�il restoration is complete. 2. Existing vertical deflections and pipe slopes shown on the drawings are approximate and have not been field verified, unless otherwis.e noted. Rim elevations, flow lines, and horizontal Iocations of existing manholes were deteriruned irom field survey. Ii field conc�itions vary from those shown on drawings Contxactax shall notify City. 3. Maintain all e�stzng water and sewer connectiaz�s to customers in woxl�ng order at alI tzzn�s, except for brief iz�tezzuptions in service for water and sewer services to be reinstated. In no case sk�aXl s�zvices be allowed to reznain out of service overnzgtat. 4. Establish and maintain a trench safety 5ystem in accordance wiY1� the excavation safety plan and Federal, State or local safety requirements. 5. Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. Confined Spaces shall include manholes and all ather confrned spaces in accordance with OSHA's Perrr�it required for Confined Spaces. 6. Only City prequalified Contractors, by appropriate Water Department work category, shall be allowed to adjust vai�e boxes, manholes, ring & covers, eCc. Water: 2. 3. � Provide thrust restraint by means of restraining jaints at fittings and concrete blocking. When specifically indicated on the Drawings, provide thrust restraint at designated joints beyond the fittings. Each method shall be capable of thrust restraint independent of the other system. The Contractor sha11 re%r to City Standard Details for azea requized to install concrete blocking. Al1 ductile iron z�aechanical joint fittings shall be restrained to pipe using retainez glands. Proposed water mains shall have a minimum cover of 48-inches cover above t�e tap of pipe, unless shovvn otherwise on the drawings or details. All water services shall be installed above storm sewers, except where shown otherwise in the drawings. Elevation adjustment at connections may be made wiih bends, offsets, or joint detlections. Joint deflec�ions shall noi exceed fifry percent (50%) of manufactuzer's recommendations. Temporazy pressuze plugs zequired for sequencing of construction and tesiing of pxoposed water Tines shall be considered subsidiary to the work and shall be inciuded in the pzice bid in the Proposal for variaus bid items. Sanitary Sewer: 1. Verify that all connections to the sanitary sewer system are far sanitary sewer only. Notify City of any discavered iilicit connections. 2. The Contractor shall be iiable �or all damages Co properties, homes, and basements from backup, which may result d�aring the installation of new pipe andlor abandonment oi eacisting pipe. The Co�t�ractox wzll be alJowed to ogen clean auts where availabTe. The Contractoz� will be z�espo�asible for all clean up assaciated with opening elean or�ts. 3. For all sanitary sewer service connec�ions at man�oles, provide a hydraulic slide in accordance with the details. ciT�r o� �oxT wox��x STANDARD CONSTRUCTION GENERAL NOTES Version Release December 18, 2017 Storm Drain: 1. Maintain the existing storm drainage system until the proposed systezn is in service. In no case should the Contractor leave the existing storm drain out af service whezeby runoff wouJ.d cause damage ta adjacent property. 2. Construct all drainage improvements from the downstream end to the upstream end to allow continued storm drain service. If the Contractor proposes to construct the system otherwise, the Contractor shall submit a sequencing plan to the City for approval. 3. Tai�e appropriate measures to preserve wildlife in accordance with applicable federal, state and local guidelines. CTI'Y OF FORT WOR'� STANDARD CONSTRUCTI�N GENERAL NOTE5 Version Release December 1 S, 2D17 Division 34 - Transgortatian General: �. Prior to activating traffic signals with new or re�ised signal tzming, the contractor should e-mail Aziz Ral�man, Sr. Professional Engineer, a� Aziz.Rahman@fort�uvorthtexas.go� {and copy Kassem Elkhalil, Professional Engineer, at Kassem.ElK�ali1@fortworthtexas.�ov) at least three (3} weeks in advance to schcdule that. 2. If new cabinets and controIlers are being installed and the controllers need to be progzammed and tested by City Forces; the contractor should deliver them to the City o� Fort Worth, Signal Shop at 5001 James Ave., at least three (3) weeks in advance io schedule that. 3. Unless there is a compelling reason, a new traffic szgnal will be put on flasf� on Thursdays and working colors the following Tuesday. 4. Switching from old traff�c signal to a new one, this should be done on Tuesdays anly. 5. Notify Tzaffic Manageinent Di�ision (817-392-7738) Project Representative ai least 24-�ouzs in advance of all conerete pours. Inspector must be present when concrete is placed on the proj ect site. 6. If applicabie, equipment supplied by the Ciry will be available fnr pick up from the Transportation/Public Works (TIPW} Warehouse at 5001 7aznes Avenue and/or the Village Creek Pole Yard (5fl00 MLK Freeway). Tk�e Project Representative must authorize alI equipment pickups. '�. Design consultant shall submit electronic fiie in CAD �or�nat as weXl as PDF (11" X 17"} af final signed and sealed plans to the City. 8. Contractor shall pravide a 5-yeax nrianufacturer vvarranty on AP� systems. The warranty dacumentation shall include the start date (when material is delivered to job site) and the end date oi the warranty and the serial number o� the equipment. Tr�c Signals: 1. The City will not provide traffc signal cabinet oz traffic signal controller to the Contractor. The cost for these items must be included in th� City pzoject budget, or for all privateiy funded projects, the cost must be included in the bzd package for p�rchase from the vendor. 2. The Contz�actor shall pravide all materials needed to construct a fully operational tr�c signal as called out for m the plans and specifications. 3. All exis�ing signal equipment shall remain in place and opera�ar�g until new equiprnent is in place and ready to operate. �. The Contractor is responsible for hauling and properly disposing of salvaged material from the job site to a disposal site oi their choosix�g. The Contractor will not be allowed to drop off salvaged materials at the City yards. Foundations: C1TY ON FORT WORTH STEi1VI�ARD CONSTRUCTIDN GENSRAL 1�I0'FES Version Release December 18, 2017 �. Dimensions shown on pZans for locations of signal foundations, conduit, and other items may vary in order to meet Iocal conditions. All locations of foundations, conduit, and ground boxes shall be approved by the Traff c Signal Inspector or the City Engineer. 2. Contractor shall cantact the CiCy traffic signal inspector prior to pouring cabinet foundation to be sure that template and bolt paiterns are correcC %r type of cabinet being supplied. Foundation shall be anstalled per Czty Speci�Zcation and City Deiaii. 3. Pier Faundaiions shall be ppured tagether in one piece. 4. No signai poles shall be placed on foundations prior to five (5) calendar days faIlowing pouring of concrete. 5. Contractor shall clean up and remove all loose material resulting from construction operations each day prior to the work is being suspended. 6. Controller cabinet concreCe apran shall be subsidiary to tY�e bid item for the controller cabinet foundataon. Cabinei foundataon and apron shall be poured together in one piece. Controller and Cabinet: 1. Contractor shaIl insiall cantroller cabinet and cannect aIl associated field wiring. 2. City wil� install signal timing and program controller. Canduit: 1. A continuous grounded system shall be provided in PVC conduit by running 1-#8 bare copper wire in conduit between foundations ancE grounding at each foundation ground rod. 2. All conduits shall be Schedule $0 PVC. 3. Electrical service shall be installed per City Speci�cations and City Detail in separate 2" conduit from the meter to the signal cabinet. Signal Heads: l. All signal heads shall be McCainTM, EconaliteTn'', or approved equivalent style and dimensions. 2. All signal heads shall be covered with burlap or other approved material frorn ihe time of znstallaiion untal the signal is placed in operatian. 3. All signal head attachrnents shall be designed such that the wiring to each signal head shall pass from the mast arm through a rain tight connector to the signal head bracing or attachment hardware to the signal head. A small amount af exposed srgnal cable shall form a drip loop. �. All LED signai indications shall be General Electric (GE) GelcoreTM or equivalent and shail meet the latest ITE standards. 5. Signal heads (all displays) and pedest�nian Wa�k az�d Don't Wa1� heads with countdown displays shall have LED iz�sezts. 6. Clam-Shell mounting assennblzes shall be used foz pedestrian indicatians. CITY QF RQRT WORTH S`I'r1riDART� CONS'1'12TJC'FTON GEIVERAL. NOTES Version Release Decemher 18, 2017 '7_ A11 LED signa�s shall be of the incandescent appearance. 8. AlI signal heads shail have black alu�ninum, louvered, singl� pzece back plates compatible with McCainTM, Econo�iieTM, or appzoved equivaXent si�nal head housings. Traffic Signs and Pavement Markings: 1. All traffic signs and mounting hardware shown on the plans wili be furnished and installed by the contractor incJ.uding the znetro sfx�et nanrze szgn s. The contractor shall pro�ide a detail sheet for the metro street name signs with block numbers to the City For approval priar to fabrication and znstallation. 2. Existing stop signs and posts will be removed by the contractor upan, or before, the signal turn-on. Detect�on System: 1. The Contractor shall furnish and install the IterisiM Vantage Vector Hybrid Detec�ion System and cable. 2. The Contractor shall install, aim and prograzx� all detactoxs as per City Standard Spec�fications and City Detai�Js. 3. The Cantractor shall refer to and City Standard Details and project plans for detection zones placement. Emergency Vehicle Preemption Equipment (EVP): l. The Contractor shall fuz�nish and 'znstall the �ptzcomTM EVP {detectors, eable, and diseriminator units). The Contractor shall install the EVP detectars on the mast arm as shown on the plans and appropriate City Detail, and run one continuaus EVP cabie from ihe detector to the cabinet. Installation of the EVP system will be paid for per bid item. Accessible Pedestrian Signal (APS): ]. APS units with audible message shall be inscailed on all T�OT Iocations or at the directian of the City Engineer. 2. APS units shall comply with the latest version of the Texas Manual an Uniform Traific Control Devices (TMUTCD). 3. APS units shall be instal led pex City Standaxd Specification and City Detail. BatEery Backup: 1. Tf called out for in the plans, battery backup units supplied shali comply with the City Standard Speci�ications. Installation shall be campleted per City Standard Specifications and City Detail. Traffic Control: 1. The Contractor shall submit a Work Schedule, Txaffzc Contxol Plan, a�d acquiz�e a Development Permit from Development Departzx�ent, at 20Q Texas ,Street. Contact Chuck McLure (.S1`7-392- 7219}. C1TY OF FORT WORTH STANDARD CONSTRUCTIOI� GENERAL NOTES Versiqn Release Decemher 18, 2017 2. The Contractor shall be responsible for the safety of pedest,rians and zxiato,rists irz thc area of the traffic signal construckion site. 3. Roads and streets shail be kept open to traf�c at all times. Contractor shall arrange construction so as to close only one lane of a roadway at a time. 4. All construction operations shall be conducted to prov�de minimai interference to traffic. All traf�c signal equipmeni installations shall be arranged so as to permit continuous movement af traffic in all directions at all times. 5. Contractor sha� be respansible for any sig�age necessary during construction. b. Unless otherwise noted, it is the contractor's responsibility to ensure ihai signal zndications and timing are adjusted and maintained to ensure safety iz� work zone at al1 tiz�aes. 7. Any traffic signal modifications during construction are subsidiary to traffic coniral plan (TCP) pay item. S. Any traffic signal mod�fications should be in compliance with the latest version of the Texas Manual on Uniform Traft�c Control Devices (TMUTCD) and the City of Fart Worth Standards. 9. The contxactor shall subznit any pz-oposed iraf�'ic signal modif cations Co the Traffic Signal Section for their ap�ro�ral te� (10) days prior to any changes. Electric Ser�ice: i. Install the required electric services and obtain an electrical service permit in each instance, cost of which wiIl be paid by the Contractor. ' 2. Ti�e electrical service shall be lOQ amps with 12�/240 voltage branch circuit and shall comply witi� City Standard Specifications and City Details as applicable per plans. Luminaires: 1. The City will not furnish luminaire material to ti�e contractor. The Contractor shall furnish and install LED lurninaires for traffic signals in accordance with the latest City Standard Specifica�ions, City Detai�s, and plans. 2. All new streetlight pole types shall rriatch those of the surraunding area of Fort Worth for which they are being insialled i�. Contact the City Traffic Management, Street Light Section at (817) 392- 7738 for direction on light pole types allowed areas. The same poles shall be consistently used tlaroughout subdivisions. C1TY OP POR1' WOR'1�I 3TAIYDARD CONSTRUCTIOI+I GENERAL NOTES Version Release December 1$, 2017 SI�����0 S��ncla�d Co�si�e������ ���aIlls �'I��S �A�� �L]E�'T' I�T7C'IEi�TTI�l\TAI�I�Y ]���l�I� 2021 WOODWAY AND SAM CALLOWAY RESUftFACING PROJECT City Project No. 1a2879 4' 41 �� � � �- ` 4 ��� ����� 1„ f ��� � f 4 � ���� �� 1 3" 3" ���°��t ����� � � �� � $2.. �' � r�� Q r� � � � 3,� 12" 2�� 11„ 2 � 2,� 12�� f�1" TYP. Contractor: T���tract��'� �a�n�� �. Questions on this �rojecf Call: � (� 17) �9� � XXXX /lfter Hours Call: ��1 i) 392 - XXXX FONTS: FORZ WORTH LOGO !N CHELTIfVGHAM BOLD ALL OTHER LETTERfNG fN ARfAL SOLD COLORS: FORT WORTH - PM5 288 - BLUE LONGHpRN LOGO - PMS 725 - gROWN � LETTERING - PNiS 288 - BLUE BACKGROUf�lU - WHITE BpRDER-SLUE 1 " TYP. 1„ 2 1 z" i" 1" �„ 2 NOTES: 1F APPLICABLE TO THE PROJECT, CONTRACTOR SHALL QBTAIA! VINYL STICFLER "CI7"Y GAS L�ASE R�VENUE IAi ACTION" 1 LQGO AT GpR SIGN AN� ENGRAVING, 6371 EAST LANGASTER AVE (8'[7-451.4fi84), PEEL AND PLAC� IN FUNDING SEGTION. F'ROJECT� D�SIGNA�ION SIGN � � � �������� � � �� � ��������� � @ E� � f ��'�� �� I ��, � �� �g� � � �� "�� k � ��a � 9��� �Y�s�� � � � �'�s s�s��� �.b@� � �� $'? : � r�� ������� ������ ��� � �i ��•������ �� `� s � � � �� �� � ��� ����•�y �� � � � y +' � 6� O �$y 14• '''S}'� 9x� 7 ���` : {�. r � �e p°e I � .I�.'r... �cx� m ��Yf�y �Y'�y: � O �g�`_ � -�' � � � � � � ��_ �. � i�� � � �,. � . �$ ��_ , L` . .� �f,� � 9 p ��p a � : rc p �� �. �� � � ��� ��� �r ��if �I'a5:� V ��� A;i � �,�a{�� � � L w-- �. p] -�:r n e ��' IiY.� I, ag ��1 h �. z i� a 4-i _E ;� z �4� iS �; ' W 5 a ��� . }� J i �' . � .� :I�� � � �g � � ��� a �$ . �� $ 1 � 0�� �: a3 � � � :�� � ± - - q�; � � � � � � � r r+� ` � � � �� ��t ^�� � `, �Y �k � p �4 6 � �x 0 � w � z 7� Oa. R J � � : � � �2�-� .� �4?' L�+ � ��'' i � �,��'ry�4 ��F�i+ � � � � �,.F l� ; � � f�:��'��:� �: �� o � � �� ' a . ��►-1 - s�� �' �' � a� .•' �- o ��� " f� � r� �� �� 4i ' � �y a� ' i � ;; ' .7' � ��� � �aF��: �� O 8 ����. z $ �: o � ��� �� `� � � L- 4 � �'. - � � ''`� 5� � I °�,�a �x � ; �.�.. � � �,��.-' � a �� �F" _ * `� ��f .� �9 a�� - -� �� o ��� .; ` . : -� � �� �:� � � sf � f �� U �� ,# � 6 � �� � � �� � U � �� dF w a � �� �� � � � a� VO a ��h �Q� v� a ���� �� a � d, � �j Y �a � �� � � �� � ��� ��� � � �$ � r = � t-`'� ~ � � �- f �'��; ���� =�'�.�,_� v;.�;;:t�r.;, � . � . ;;>�:}5�;� o � � _, -��,� , ^_� o �� � � •� z �a '� �� � R�# ; � i � ��� .5� a� � _ �'i � � �� r ' �i �� � � � i; R� � � �� � �. �x � � � ;;`., r� :�. � o ��:����,� y _ �a`. s �� � � . '�� i� � � , .� �,1�� � ���—� ��� p �j`�^� . 'J �. x� '- ��� � o �� : � � �� '`` �� �i��� 4�,'I ��� Z e r`� '� " S � ��r ;_` � ��� � ��� � # �� � ;;� Z �� e� :��;. � � � � � � � 8 R ����� ���� � � �� � �!l; '� �� � j�F � I�I ��� ��� � i' �;�.,,:�� � ~� 7 T r�'} � " U r " �. U � �� � � F � � �� ��� o �� � § �`��'�� � � 2k � � 4� � s5� � �� �� �� _� �� R � �} W6g ���� ���� �� �a� ��$�� ��a��� �� ��_ ����� .� s . � � � a��� 3 ��3� ������ g $� g����� ������ �_����� ������ ������� > a.�a a � a>.H: • b F ti � L h 1� h f * e 2 e =�R N� .��,, � � s 5 � �� � � � �� LFY 6 � � � � ��� �� a @ ��sui i� 3 � a U �i �� ��� �� �d Oin �W � �g � '` � om � g Z�� (% .i� . ' L Q� � ��_,� v- �� .,�. � r � L �t � � � x Vq O � , � � �� � � O IIi � �• � � � � � �b � �� � ;� �4 ry ap �q,7., �� �ip � 3 6 ] U� 3 a � � � pH�� ���� �W � o a� � � �� � r � YV O J m � h z o� � R kg � a � z U a � � O � � �� w O � a a oN�� � ����� "� 6 �'zy� � I U ���M � �w��� 9M � 4&�VO I Rau�aa 1 �� I � � 0 q3 m� a�.O � � � � � � � � ' �� � ' a � � � � �] � � � c � �a ��e �w NLLN 6' ��m � � 4�� � � �r .� _r �a � la� � H$� � ��� i- 8 i���N � 4M ��� I at9F �� gNN �m � �� �a �� Z� OZ� <� �� � GMWI1�0'L (wrvJ xso i I / �� a n �� � � --- ' ��� I m�m--�--- 'ib ��o� i og' � �� ���m ; M � ' �-mo i ��' �$ i �� M � � (xv�v} xoz �5'�° \ a � (wrv) zs'o k� --�� - 0 � �� m� _ _� �_ �� � _--� - • � � g —� I � i � ' � � ' � < ` � � i � � I Q � �W 1 0) �} � Sk 2 � g � i i ri � Z O z O m z a x �u a � 7 � � � m o � � I" �� �� o � �o � 0� �0� �� I sori �Nm �� � �� 'd�g 'tU � '.Y,e �—_—_ �f _�� go� � `��F � �aw� K��� �� �o=_a �� �o ��� oV4 in _ ��3 0 ��o � � Q �� �o } �� �L! w f o 7 ii =z � �s s� b� ��, a �;�� ��� � 1 �z � �� o� ury �� w� :� �m � � � ��w D ��w z � S�� o � U� � �a ,� � � z � � m p� � �z a� �� X � �' W w i = } � �. � � .%� 6 llf ,� ^ � � <�o �' - �m� i ��� i �: ��� ���� � � Q � ��� �aa � � � B ��s ���j � � � ' �a� ��� v � � �� �� � �it � _� - � q�� � .f�= �y, n ��k� •��z �'�� � �s � �. �� c m !9 N779 .. `: -� ++ �0 JI3V9 � 2 ti � �.. � z �e ��� _; r_R` 4� o� gW � _ � � �� ieA 4'I . �' o����j ' � � � � �, � � �g ��o � � 1 � ��` -'�; a � r� � � � ' �I � I ��� O � � � �� ;� ��� � . � � � < , I..� o �4ji '; ��' �s � oN{� � ���: � � � � � �� � �� m �--- il--- 'M'O'il o� N a � � '"� ��� �����"��� zgi B�� g ��i �S o �a �G g zo�S6[] 5�q� F��� F €j Q� i�LT �^'�O s�a a cv��i•�t i� �', �F' ��C Kf�FU�p� D6V Fq� �� F�i g P� ��� pvgi�j�fl'�i= dN� ��9 ���i �rc ` Q� �o� ���:so� �z=- ��i "�� �� � b� ��� ���o$"� `�� �r�� �,��' �o m �a ����8�� " ��� ��r� �s� �' 4 � 3 U p mM �j� �V Y�� ��iSYabn �Ji ���� s���r� �� W �zp W V1 M1 a ,A x�i1�G �V1S �Oo 4K =yi y �S rK �Q�� r Z{i WG����j�'S �Y N}� W �mF�j PF�1 V �� �K6Y � ZOG YC4 �=i< NZ�el�i ��EI � ��� ���� ���m��� ��� ���� ����g �a� <r ��� � N ri } m d NOTES TO �ESIGNER: 1. ^ETAI+ pFFINES PAY l3�AfT5 OF :iMaC TRANSITIO�v SUBSIDiaRY 70 iNE C4NCRt E VALLEY GUTTER CONSTRUCTION. —EXPAPlSION— JOINTS PER 32 i3 13—D513 �/ — / / / �24" HMAC TRANSITION� /PER SEC110N 32 72 16 / ia --y i � A � ,� 4'� HMAC / TRANSI710N PER SEC710N 32 72 76 � / — � � ��ary viFw 9,� SEE #4 BARS � NOiE 4 i8" O.C.B.W. k'. .d, _*, - � °M• a ._ . . r... ..-- . . , / •— SEE NOTE 4 VALLEY 9.. SEE 1" MAX OR AS DIRECTED BY NOTE 4 7HE ENGINEER � . . - _ COMPACTED J I B'-0' MIN. SUBGRA�E (RESI�ENiIAL STREETS) (SEE NOTE 2) SEGTlON A-A �o�s: 1. 7HE 7" f2EWF012CEn CONCRE7� VALLEY SHALL REPLACE THE TOP 7�� OF THE PAVEAAENT WITH THE REMAINHJG PORTION OF PAVEMEiJT TD BE CONSTAUC7ED INCLUDING SUBGRA�E iREAiMENT, IN ACCOfiDAAICE WIiH 7H� 7YPICAL PAVi1JG SECTION, 2. 6" FLEX BASE, TYPE A, GR-1 6R MATCH 7H� PREPARED Sl3BGRA�E REQUIREMENTS FOR THE PAVEMENT SECTION. 7YPE Q OR "fYPE B ASPHALT OR PREPARED SUSGRA�E MAY BE USE�. 3. PAY LJMITS FRQM EXPANSION JOINT TO EXPANSION J61NT. 4. 9" AND 24" HMAC TRAN51170N SUBSIDIARY T� CONCRE7E VALLEY GU7TER. CI7Y MAY APPROVE A�DI770NAL HMAC TRANSiT16N BEYOi�fD iiiESE LIMTS i1NDER SEPARATE PAY ITEM FOR HMAC TftAl�lSIT10N PER SECTION 32 12 16. 5. GUTTER TO BE SHAPED TQ CONFOR�1 WITH COhlCRETE VALLEY (QR PAVEMENT). A� � � . y ESCPANSIOH � ; JOINTS P�R U�4' \ 32 13 13--U573 o� U -- \ � ���� ��yA�� C1TY OF FORT WORTH, TEXAS REVISED: 08-31-2012 a� CONCREiE 1/�4LLEY C�Ti�R 32 �S 13oD�30 e a •�� a� rvo �� C �x a�� � �� � � p � `� K � C< W �l C � d ° m n� � X # K F � � � � � � re g ; � � � S � � � � � � � � � � ? � � � � � � a S � �� �� i � d K i ��� �'�si % � J � � Z 0 � 0 z � �� ��P f�� �a <� �a os� aa� Yf <� ��a 7z� ��m s�8 � sao �� ��p 4� � �my�� ��V R?� 3wy ��� ��� �'--� � �`,�y `� , a' b. ��; -E� I .. I ````t`\ \]_I' E1� ,E"`- I i ``�`t`` �Q -� � 11 E- � :�` � . I. WI I I.:,�:,•: ° ! I I ��': i- ti���.� b Q: 3 ,.. -.. t , a I- <f .. d- � �� . 1� � 9 � i�� � I'_ IlIf15 � � I f- a .�"E 9 �I�_I K � � � �_..... a � ' I YF 1 .� ':�.'. 'c ,�_�.IE�� �' .. - ° ' � �� � � cd Ii �. . � j' �� ��� � w w � � c� z � X W � p ��X"K ��z �N�F �i�� .��� ��W~ Ui��� z ��� 3 ��a� � o � � � O �O � z 0 � U � K F N � O V W Z � � � ���a OW�OG af��ns�i � a �� �� :� �o °'� 6 �� �� �� 00 � .-< � Z 0 Z � � Z a a x w � w M � � Z a m � U � � Q � � � � C� Z Y Q � I Z 4 z � Z O � Z O � z .r Q � d w W � � � 'I � � � � X SIlVN13a15 N � Z � Q � a = � Li � �(�j� Z Q � � � m � d � � � � � w � (,mL'��m Ud�p O~Zi.~� O � O�¢W Q. � Q � Z �i�.i� ¢ ��ra �z� = O¢ cti. °'at'z SF�� o¢�� z °-ao� m � � U li O U l�� � K ID Q � W U � N ia `. � i � � � � � I � X NIW l �OZ � N� •xvw E:z� � dwva � W � � � tp.i 7 � U � t0 v � H �Z Y- Q `� Q 0. ? a v� � o� z� �a zX � �O Hv J l� F- Z O � Z O � Z r� ¢a a?- w~ � � Q � � � � d � �� Z Q M � � JW d m � C V U a �� w� o� � � �` .,. +*.°.*+°.c'�i �� \� �`�~ pA�}�;* `� / h*a;i;+¢4+! � � a.... a � l "�'Ft+�i'3�� ` # ? 3 ! 4+ � ` �{,+,� 3 , *a...> T Y �} a �F Y ? ? R + i i 3 + - \ � d + 4 � � e + + � e�ta++¢s r + i 3 `�_ ! ++�ai/ X aa� � � Q � � � o N � ; 'X7W a %Z Xd� �Z J 3 w 0 � � � � � � � � d � ! f � f � 7 � � � � � d a Q' � W K � d' W � � U � t0 v � Z J ¢w � U � k O � Z N m a � U 0 w U � � Z � �� � U I� z� o� z in � � � � � 0 U ¢ � e � � 4 � m a � U � Z 0 Z Q J z � in � �� � � � -� � -� -3�\ � � � � � � '� , , >f1bM301S N � � � w U �w aa �� c� �' Z = N U � x � 6� iz.l \ U \ � a 0 J aN � X �' a � m �� � U r � a N � S µ \ �+�s ' �+* `` �: , • . , � �� ;.�* �* :_ .• � * /�'� M � Y' o *s � * y s .•,. -� �Q ��� �r\ � 1 ry {1r - / z / � � z / o ;� z / J X � � v Z ` � `1 � � Z � Z � ` � N � Q � `�\ z ., aa a a `� z w � � � �' � , Z � � �� W� , gx in fn v ; v ; /� H I W r � >- Q � � � Da � � � � Z �p ~ � J li � a a o � � z.. � � a °- J 1' a a w `- a �� Uf . _. N W � c� a a ¢� " a I � K � Q �m � � U � ao O � � �� � �w � �a (n z � o0 a U Z a a�. �W � Z t�i ��¢d p ¢+tZZ � ��Z� mUO� � � U � � U2�� a � �yrd � ���W� w Z�O�cv ? � i�J C� O cn r ���1}Y.10 �� � m �¢CaiJJ� d = �' � � � V � � j � ? � z¢a,�a fi/ o �F^iiZ o �' a'��-z0 � Lu��p�" o Z ❑�y�¢�� � ��QW�(nLl. 0 o`�aQ��� z � �y?u��-a � � o�� ; \ ,'*�t \ ay ' ; a � r� � �� �� • x�= � y w k#+'� t I xr'k;` F�P�'M�, ' N* ,", „ s. �2��� �,�N• � Y. na'. k r,f� � ` O `6 -T `� \ `�. � _a �. ] � � � � � 'XVW � �Z � � � J � � W � � � � ^^7 � Z z � �~ J � m� ¢ U UW¢ h- � W � � � a 3 � N � � L � N � O � h � ¢�o 0 ~ � � � Z Z d p� � � � 6 ��0. Z Q � Z � Z�4o a �, w �mv} 6 H..jz i �-�a � �O~ D � H Q � �}� �az a V O � c�n O�Z � � � � Z�%� � dQm � � QN� r �Zpi � ��� � � �ao� � o ��-N � w � w=�� o � ���`�' z � r � pw�� n a � ¢ � � U Z r CVd¢.ifA H z z 0 � O � z Z � a � N �� � aa � x� �,� w.. w a I 0 \Ul ._ . 'XV YV �Z � � I � I � � Z � ' 0 in I Z J x I � ' v � � / � Z 0 z a � z .� a� a w� �xvw �z Y Q � Q N �n � � 0 I N �� � r � N Q M 3� w � J a � � ¢ � U a W � o� �Niw � �oz 'XtlW 4�Zi dwda ` �U Z � � J � Q � �� H Z W � r a a �a O � Q �� H � � O `J [4 m � � U Li O w [� ¢ � � � o f � �~ � � ' Z p Q � U � g � � � 4+f{i+; ! � + + f i i + I + f + i a'+r++i � ..�+ «.,. � ;�� '{� I, .. �+4��};� � i + i i I + 1 +.. 1 ��X oa �� � � � 1 m � I U I � � � � � z � fl Z 7 a a Z � fl Y � 4 �^ 3� 0. � p� t,xi .._. U7 ._ . � ...� � Q W = Z n' Q Z ¢�fl U ?�W �d t~❑ a ��� d � Ll.. a �¢� � ��� � ���. � ��� _ � � U H � � Q � j}g � - � U¢� � ��O � O�� � � Z m F � Q � 3 Z¢�� } aZ� � � C �W $� ¢�� Z N � V Z ^ Da = ¢ p co r g �_- Q w� p� z c� � �~ �W�z y� O � � � aa 0. � � V i .., ni�.a.�t�r� F � Z I � 4 � i a �a � � � � �� I �� � J Q � w 0 N xdi� �z X a�� � a�.- � d � N � � � � � 3 � 7 � � � � �I -% � I � � � a � i3 � � � � �� � � 7 l � ����� � i t r + � - ++.�++. I + f + + Z' i i f I { � } + Z� �l+i+f+4 I Z � !O� +���+hi I � i i } I �! a Jx ;+•hg�4; I � +�ii+�+ I i i # + �Y + 4 I I I I I O X � � ag� � � �� I �T`� � � I NN �� � � I � ��o �o��o r Z 0 z O Z r. a � a x w .� �xvry � �z Y � w 0 � � f � � � � � � � � � � _\ � ..� 7 � 7 � 3 3 � � � � 7 � z � J � 3 U � � za o� zm m � � U O c�.� a � � W � m Q �W U � � �a c� � z �. � p � J r�7 m QW (,�j�M ��� ��� acna z � O 4 F 1- � z � z o 0 a � In � z� Y � 'XbW J z .� a ¢ %Z �� a� � � �� �� r � i � � i � � i N � J M I wT (~jQM � �a� i W��, � o�a m " N I � iQ S I � Z � � � i a z 'n � z �x i a z- � � J v Q. I �u1ZUZ � �O�O o � �.�a ��=�n � � � ��z� �w �. p m F � H � � U � Ug�Q �� � �_�_ a Q~Z- � w zW��'`r � � �jazr Nz°¢-�w`" � � amo J ~ � m � U � i ¢2��� w c�i �aV �� � � ����0. � Z. Q � �F-}�Q t � ����� '� °'�o�na � Q aom¢❑ o �a�Q z -+ c�i?t4rd m � � U h O � w � c� a � a J �� o� a �� �� � =o xZ � �a- � ¢�� I o ��� � � � `v � U Z � � r � i ��,w ,S i i .,.,.,. � . ., � . � .�� 3�.+�*t � .t+3 �.� � Z ,�t. XYII i}i}�*4 i � � °�Z +*+*+�+ � +++Fi++ ' k i ! + � i xz � °_a� i � �� ar� i � � N Q I U � N ' � I o����rr+i -I � 'XVW o �Z � O Y � J Z.. a a} � 0 w � in [7 z Y J � a U 3Q � � o� � ` � { � � � - - � I Z � N�tlM341S N a � � � � I I z y O � �- ��r �,, a � o r ��� � W Z U Z a F=Oad � ��T� � ¢ Z 2 � ��Q� y � � � � U � {)��Q F � � � a � � Z ' f � W Q � � F ��U Z a-�- 'F-. � ¢¢Q � w � (Y.�Z 30 � m � >-� �H00pF- � o� � 2 V � � z � a 2 ua] C='J � � 4 �++ ¢ O W w in ~a Q'(���� � �o � Z � �a'�}�QO x¢ � cn w¢ ��.�1��d � caa a Q m� d M z .., N?u,rd m � U 'N�5 I \ � � � � ��� � �� Z c� � z � ;a a x � H Z w � L� � Q 4 W m � a� o� L�U �� l �� � J O Z O F Q U � O z� z¢ �z a ��� War J d � �U� O UQZ � � � W L1 7 � � ❑ In v � � a � �� � � -- — — � � .��� � A ♦ i ` ` ?i♦ � � ` • • � *�13'� �i �. •� \ ` 'NIW I�OZ '+'.' . w . �� \ 'XtlW L=Z4 +;�* .�.�a �� \ � dWVa ',•� '.'.' . � ,a�. . � 3 k \ � � , ♦ h*+ i _ _ _ ,. � � w � w ¢ o � �� m � � o � � z.-. `_' � z � aa �a z�n w� a� � N w J m � U � W W W � � 4 �.LON 33S 0 �' .1 l''1 W W WW Wf7 �U�Tm z w � �- =~vy�zm�mz�r F-O-�� �O ~� ¢JW2�=WaJ � on-�a�c��a�oa �a��Wu=izqa�vJizrn � m o � —z cW.�wowFUdz�wzXF Q�YQUlaiUOU�Z�U I IU w�� Q Z H W W tiQ � W� JQL� Zd� � pOm(90i��JOW0�1� W � L.I � O z� z a� � �o ;n tt � m Q' U 0 V Q � z X � ��vr��ais N � in � 0 Q � a�g� �u�=rh a Z � a�0� U¢�V � � IK = � _ H � a z =. Z�oo�� o� n�, �jazr (nQ��M �a��0 V¢��w �� av��n � o,¢a�a � z o��oo ��¢—� � ��a`iz°- F- 0 �z��a � Z W � a a �a O � a �� �� �O � � ���w .� P ����� � ' Z � L7 � I Z I Z i° � �x i v 1 � �r����� Noi�isNval ean� a r ♦ — — O�i+T i ♦ RH a s t s ♦ + + �]��� � ��Z a • + t _ 'XF/VV L�ZL at;ria� dwda yir't't r i t 1 W � p U Z W � O � � � � � Z m a �n p aw � U � Z � Z � V7 � Z N X � �Ov a� W.~i }i0 WN J M m� U M � � W W o� l 3LON 335 � � o�w �mo W�E�jUO�=cV lc] Y� I,¢i J U Lry W =¢I[')2` W L�Zm ��Q��YJ�Z OW=C.��U4i O ��r-zOa�aF L� � Z � 00 1-= O W V��aUTWUI� ZaQ�Q�W 0 la—ad'LJ+.dI--�.ZJ ���mwa zQ Qw�►a-°�Z�a� � c� �o ����¢zow>i W� W= Q Z T a �a�J�'-OUQf/VJ4H� O Z � Z �� � �4 ;a, � � Z D F- 4 U � D Z � � ¢ ¢O �H� w Q '� J D � � U O ��z �a W w 7 �y � VY ._. m � � U � O L�7 U Q L� c� � z d. z �n a � ¢^ I 3�a Lil � J �-'Trl mW� U Q r'1 H� �� ��0. �ilVM550�� � IX � i� 1 Fy}}4;+ ' ' ` �Niw s �oa �°4`.` •xdw ��aG P. dYVVa ♦!a§s{ + a . r . � . .+ ob.a+d ��?C aa �� H Z W � a a � a- o� a �� �� J � j �x ; O � /' �� >+a¢e;o �T b F i T h ♦ z �Niv� � �oz � . � , z � •xvw ��z� �«'<"4' yt.� z� d i�1� r e Q X 4F;f4�3 _„3 T�+*+*a � a a s u �«¢ e a�'a° 'NI4N��� �\ �S `� - o�� ♦ m � � U � � W U Q L� Z O ai � � � � Z U Q � �IZ � � � i m M- � � I � Z a I � m a � U C7 �` Z � O 7 Z � w � 0 ¢ a�� � 3 a_ o r ni I �vh L a W ` HUN U Q r'+ � � � W � W a v� a NItlMSS021� � � �^ �a �� �� Q � 0 Z � r �a � Q U Z� a ¢ z� �a � � H � � J O 7 � � � � � 7 � � / � ) � i � �i � � � � � 7 � � f � � � � ��% � ��% � � fo0 000 000 0 00 0 0000 0000000000 � ��� � � . '.'+': �k ♦ f � w*,','„ 'NIYV 6�(3Z Z �NIW 4�OZ �*+*+*� co - r a+ .XVYV L�ZL Z� 'XtlW l�Zl *}*�+°t I ': +' , - � + n r 1 'i"ro�w�f � diNVa z� dV'itla ++ r+ i . . . : ¢ x .'+'.'+ � �t �*�s3 J y i F IY�i�fTd `� *+T£;** ' T -0 3 }l+3�i; ! ? �} Y .� o�r�a�oo�oo� o �oo�oo � � � 7 'NIW 7 � � � � �� � � � � � � � � � � � � �OQO a��� ��n=sn ¢z z � � � O � �a�� � a ���� Qv� _ �z� zw�°'m O� qN �j�zr za��� �a �mo V���U a2=�fWlJ ����� �¢��a C9 � ���0� ��¢—� H a��nza Om a r?ai�a z a�� �. ¢ mw� �J(/] Ud'O io a U m � U D U Q � ��z � ['1 � Z � z �n d' O a^ i � a} o W F N Jv� m � � (~j � M W �� W � W o v� a �nvr�ssoa� � Z U Z � Q d Q i1.h-�H ��z� ¢z z �¢Z¢ a��� U U � � ¢ �=�g o�zz x Z W � Q� �p � � ❑ N �jazr O� za��Z m� V Qj�L�1J �aU�� �Q��d � Z � H � � � J�Q—[Y H au��cna aOm�❑ r?t�i��a m � � U � O J W J Q � a a� z� c� a �� m � � � � v U � �D � 'NIW ,9 'NIYV Z la � 'i 4 + ♦ ' t x�4g? » i 9 I a + rtr .t. t#a'o w � ¢ � 4p}fM�� � h P 3 9 4 # T � }+;�{�Y � z w � � Q 0. �a o� ¢ �� �� �o .� � m � � c� 0 W U a � F s ♦ i P * �1 9 4 i � { } p ##r3i I �� s e rr�i�+ � Z .'..' � �' � T P 4 T Y P I vt#�dµ I 4 ? } ' J � d N a � Q � [9 z 0 Z � 000a 0000 aooa 000a 000a OOOO 13Atl2iL ooaa NtlRI1S3a3d O°°° nooa Q NOU.�3?JI aoao oaoo a � ¢ � 'N!N! .bZ Y J Q � W � � U a a J [!] H Z U Z �� d3 m � U � U L¢i U la� � J U7 a Z U Z w� 03 H U � � L` H W 0 U a ¢ Q r m � 7 [? L� O W U Q � J N U 00000 oopao � 00000 0000a l3AVa.L oaaaa � a0000 Nb'IZLL5303d dwaa a��a� a LL �O NOLL�3aia °oa000 ~ OOOPO a OoaoD J d 'NlIH a ��t�Z a � W lY 4 �� W d} � v � zti w � � � �W�¢� o r�W� �? �� o a �� �Q� Q z�� W �'- F�� F a Z � � �Q Z N r 1/i d O U' - U[�] Z J � N ¢ Z N � Q (!1 Z C) � f/] Od JZa [71J S� �JIaJm r Q li �� O y' U p � �d ��VIZQJ!- ~ W��WU �O C'J�UQ. Cll Q Z Z dQ' ��7a�wZ ~ ��Y�Ww �� fFi7�nJ.� v a � � a� "'o¢"'��z ¢" oz��?o''' �z``i� � w � W ac�.� a'n �� a � c�.i�Wa�o�a az�� o w � � x �p��zz� c�i ����a a c�� [� w z m r ro fA� ON� W� � � W��Q�a a Z�p � J w a N OV ZUN� 3uE � gW�dY�z� �mZ� I �- z ��,1 J€� Z��� m�� d� Z� W�-Q Q W�,~j K� W � Z � Z Q K' � �`aw w�o�ca.�mC��r�n �w=w � a a W[n �,�ua..re"nk'o� mu~ia�¢�w��°a° ooW� u N°r° a�z J � W!i d W XZ W�Z�F. U p}_. O J Z 00 � C'f p - Q?v�Z �,�jm ufr�o��da>> mUO� aui0 � a Z3 �>- �oaH � �z � � � a W Wa=��v�� �oa¢�azoWo o dW ��� a � �� r��,.-I � Oz2 020 7 lsll^��.zJ�+� a v a�� p��Z�Wlli �¢ ViWa�Z�d� ��¢ fnFQ~� r K WI-a-¢ ¢ V1 Q�41 wj WQLL1w�UU, m J� ¢¢�¢� � w �UI- [nQf!]�ZU F U U OJUI,J � n] W W vW � Q Q� Q K Q W Z Li J� J D�'- O [.? Q Q� 0 z� cace � c�a� �� mz� �a ¢ac��- a r-w �oo�aN� ���zW�=�aY �aw¢�a¢� � c� ��a op��3�`n'�'��"�a"'��¢�Qa��og�a�� � z Wwa ���N�zz���zW�z¢��ZZ�'�awwaw�zul a ��Z �aar_'mOz�oMzoc�z E.,mr—z u�20. �s � g oar ��ai��oa��Waai''oawac�.��w����ac�Aw�� '''�t-o�n ��rr-3a��¢��Woaw��WrfOim��o���a��a azJ�� �OJI-O�Jp��i'"i�=COz f70m��� Ju'7� O�JJQQJ U��WZ �'�UVW7�H~~mH�pH7Z�UWjN¢V7a04�JU H�fYlm m�WU�ZUQ"'ZX�VdUUZ- U�F-[7��W��' 4UwO¢.J Q � W Q W lil Z� (n Q� I-Z OS J� � ��a ��c�w�w���,,a���raz�"z�.,'��' �,aa �c�.�oaaa�o�amoo�o���ao���a��� - �i �i �v�ir�i� o m m m z f �i �'i d iri �o r ro oi � C: �+-� Q o m �o r� x � a Z � Q U � H Z[lI �� W�Zfn �� ¢� =wJ UwvJ a Z Wd a m L`A6l''� ��F J p m � Q � Q = p Q rQ � Q � �J � � v0 L� UU �� I[=7^�^�' ��z Fo� �� is�� �Jz lilM� ��y EII Z X � U� �_' p �.W..� O�Q a� UZ H � O U QF� K �W (nW � mZ �Uf � wd V�00 a � � - w — — — — z 0 � U W � � � w� � W ¢� °- o ca � z n � � 4 � a U � � up Q �� � 0] 1'-- p � s Q W p W a I- �� K U� �m � ¢ ¢ U' � � � �� �¢ � � � �� ?� rr�..g�� � & �� 0 �d 3 �i s6� o o� �� � F3 � i n�� o �� �$ � �� �� � ra�tii� � �� � � M, �� \vI �� # � L:_� � .� �_! o Q � ' ` � � � — e o �° � �W 1--� �xvy� .� a� •Nip .� .a� � �� � 0 ���i � �8zrc FLiUO -11,'� 11i���� I'il II-�.� .!i:-�,{�'_1 =�11_, i�=:� {}^{7"+,��`x,ti'yir�• .':�511f.:1r�l,�i}Y 4.i1'� � � a I � � � � Z U V ¢� � do � Yd .s a o x H� o g�� c� � o a k =$� .4 � n M m � ��a � � � � ��fi � o �� � �<aa �� Z � a p� p(� � � m �� �' � �U u� �� $-� "Zd u w �o� � � �� �r kNA � UQ W �l� �F� � O ��� As� ��_ �- -- 0 � � m g �y x� 3� �o U ¢ � Q a � aS � � �� � $� � o� a � .� � � w ¢ � `��� � f � �m7� � � p . 'Z u � a{ V O ; � � �� ' w � Z ! � �° z ts � o z � =e oa in � U _�� �d � ¢ 'S� mm �U ¢ w � � � NJ 3 � 0 � 1 � +� �_ � m �I I m � Vj`�— � � .Y � g �U �Q �� i`I 0 li r.i��� M d� � f �a� x � o � Y� � � _�� Z¢ x � Y i� �d O Q � w � � � � 0 e Z 3 ��a.I 7 �a �a o¢ F ? �� F � a � a r— �� .f �� � � m 'NI .e �o �� �� �� � � s [=7���til �].►:��F LOCAiIOi�! LIS� A�� �II.A� � V W � � � � � Z � a � � � � u � � � � n � N � p � � � � � 4J a � a z a � a � c 0 0 � � N � N N�N r r N N O O�O � N�O Of0 � N M 0��IO O O� b�0 O�IN N � � � � � � � � � � � � � � � � � � � �� F� � ��•` � -,��- �'# � ��� ��� ��� c� : C� � � � � ��+�.f � � I�I � � � � � ~ � �r��� �d � � � C� � Fj � � � � � � `~�I� � � � � � -OA�85�Itl0�{�Ala��� �� �0��oao aoalo�p ocoa� „��N�o 0 0��0 oloa o o � tlA'18111S3Wtlt�tl� oom�00000�00000�000mo o a�000a oa -!fQ 3�tl1 "!I'db.L � c� c� r r N N �n r c� ,- Y r cv � � r 0 .0 F- �r 0. � � �U O � � � � n j-� �/ +?� Ps ,� � N M N� Y'� � Cy, H �} �L�] � W Si7 y,� fx ��� CJ [i, �..] �� z �p� w z U a F� W �. � W W W W W W� W�7 F� �+ �7 O F s� ���� w�� �������a� �� �"� ¢w�ti ��Aa o�� �H�HH���a� a � ,� W z ��,q � � � � � C7 � .. � _ � � W b � W W� � � W y V Uq � a��y� p U Q � � � � H V ?+ � � � � � � � ' � C7 �' � rx o�. Q �� � Q " � � � U � U ��y � � a V � � � � � � � � p" � W U O � E�-� F `" �w � q W W � u] W n" W � � W fi: a: !�' f�' V: F E" rn d�W ial � � W r�i� O C4 fx W O O � O � O � U p Z O� �� v� U p Z u: U F,� � �[�j�[[]��[�jU��x]�o�Q'��j¢�a�������¢d�'o� �Q��UsL�7]F��C1 G: R i l� L Y i � D 0.� V U�� P i ll l W C Q I� i� 7 P J Q� U f V C 1 �� c` V N� n �� P i C G o N o N o o m��- � 50 0 0 0�n p o N N N N O N M O 4 4 O 4 O Q N Q O 4 O O 4 O 4 O O O O O O O O O O O O O O O N� �� M fil � M M�/l V] V'] �!1 V'1 Vl � O 41 V'Y h O M � o a o 0 o a o� o 0 0 0 0 � o-i o 0 0 0 0 o N ry �n ��O � rri ri ni � �O W r�i ri m ri ri cV ai cV ri r+i c�i C o ri c� �� M ci' �--� d� �--i d' �--i r+ � d- H H H O� � <f' .r ,--i � Oi N N i3 N N N� N N N N N N N N N N T N N N N cV N�-+ r+ N N N O O M O[il O M M O M O M M M M M M M O� M O M O M M M M M M M M �rail�������?->-�LL�uu_u�.u_z�¢�r.i.} }�Q¢>-}¢ Q UJ (A ln Ul J Cq (/� CI) (� CI) lI) lA (I) lA I- U(!5 1n ...1 C/3 U] V] W CIJ U CA W W W,� N m 7�n �o t� oa rn����� �+� �,°�o � O N N cMv N N N N N N� cn N O Q1 � � ❑. N! O O���� (��j M O � O O O O w�I � r� O O O O M h c0 I —f-� .� I I a a o o I O � 0�`O N N O � 0�� C O O tt �L'f �L1 O r O O O O O I O a 0 O O N CV M M� IL� �f7 O O C� V1 �S] ��.�, O C O Q O r^ W �[?! iS7 Cp, � � � � 3 °= o � o a � o s � O 3 m F � � � N ry a-I a >, � Q cn 3 � � � N F `_, � � r� �i 3 0.Qy�i rx r�i� �x.; �y Q A��-+y � W � LY� �+ FG � � nl � E � Q � c� d F �/1 i4 � � � � O `o � rj U O �� M p z�'o r��HH �� u t7 �� �Wu'v ���ww a W � � � � � x x � � � � � � � W �� � � ���'�`�W���'� " � � � � � p " ] � z z N � � � ¢ � �a U � � � � � 5 � � � � � � F � � � � o � U.� a � Y � � � � ��] ��j a F-� F" F � � H N v� U�� vi �� E-� U U q C7 z s� ��'` �' � a; � �y n' �q� f� �� p� w �� rx � O �"' �/-� `�" O a y o � y�' ¢' � SC P4 p" U�., �", r�n r�ir � � V �-. [� � � � � � � C.7 � W � � � °� � � � � � � `� � .'�- � � .7wC � � � z c w v`�'i F�"-� � � � � p Q � � � O � � � � � F F !Ss � � � � � � � �¢ � � � � � � � � � ¢ � O � � � � .� � � � � � k� � .�-1 a rx rx � � O O .a .a � � � C�.7 O O O !s] W� cq Q FG [c� W �,'�, .`� 7C � W W� U�� �W, � `n u� � zQ � � � w W `n � � � �7 �7 � � � � F'' � O ¢ s�' "v � N c� � 1 t�' w U O � � � 7r '�r' ,� ,� � � � � �o � o, a tl' .--� N.--� .--i N tl' O O .--� O N o0 00 .--� � tn M l� � W oO O c-I �O O O O O O O O O O� O O N O O�--� O O C7 C� U C7 O O.O� O O M�n O 4 O O�T+ O Q 4 0 0 0 N O O O O O O u, �n O O O O O O N N O O O O O O O O . . . . . . . . . . . . . . . . . . . . . . . . . . ��� e-Ti .l�- .[�- .-l�. O� Q� l� .-� V'1 Vl �+1 V1 ��I G� �'1 Vl �/i t0 6� 6� T O O� � O� O O O O d' � O O� 6� i� O� N N N N N N N Q� O Q� N N N M[�l M M M M fh M(�l M Cl O� V d� c�l [+l (+1 .+� t+� c�1 N1 Qi t+i Q� � M M M M M M- M M M M M (+1 M M 65 M 6\ Q CL. LL I.L.. ld.. Q Q LL IL Q� i(IJ i Q Q Q Q Q Q Q Q L� }`-� Q �J,J J J J_] W LJ.I J J �[J [] L} J(/7 W LJ..I LEJ W liJ W W W J(/J `C� W c� m� v, �� r oo rn o ,� r-i m��n �n � ca rn a� c� m��n �n � C1 Cl M C1 M M M N1 d' �'d' d' d' V' i'- 7 V' V vl �/1 ul v1 ul V1 V5 �n N O N � � d ������� ❑� Capyrighf2071CityotFortWorth.UnauFharizedrepiaducfiarsisavivlaffonofapph'ca6lalarvs.ThfsproducNs/orinMrme6onparpaaesemlmeynafhevebeenpreparedlorar8esuita8felarfegal,engineering,arsurveyrngpurposes. j]atg:�T�/Q/Q�'1� lfdoesnatrepresentanmdhegroundsurveyandrepresantsantyfheapptoximaferelalivefocatianolpropeRyboundades.7hoGityotPortWoRhassumasnoresponsibNirytarthe eccuracya/salddata. ��� �������� �� Copynghf2017C�TyofFORWwth.Unauthanzadmprodudrarkariofa�lonufappl�cablelaws_Thuprodudlsforintorma6anpwposesandmaynofha�ebsenpreparadlororbesuitablefwlegal,enginsering,orsurvayingA++�Poses, DatB:SI3O�ZOZO !1 does nof represenl en an�lhegmund survey and represants only fhe approximate relafi✓e location otprvperly 8avndasles, 7he Cily alFo�f WONh essumes no responsiOd�Ty for Fhe accuracy of said data.