Loading...
HomeMy WebLinkAboutContract 55267�- L. � .-, , � i .,� ���"i�.'� ,s ��� �� ��� �+ f `�,� ' �� �Y�r: � ��. ��������� i -- ` .—. .- - M1� �r� �� �� ��1�'�'R �►C'T FfJI� 3�F �"f�]�T�'�'RLI�'�'��l�i (��' ���5 �'[P Y�AR � � ��i�'a'1��4�� 5 C�ty Prnaee# �10. IUI��,� Setsv Price 17avid [:���k� 1�is�vr City '�lanager ��ris f�af��� �irector. ���er ��p�r�nien� VUiliiarn .t�3hnsoG� l�i��c�ar,'�`�a��p�rtati�� an� �'ub�i� 1�1+'�rks Qe�;ir�tiets� Pre��red fvr 'r�� �itv �f �'o�-t 1�4'orl� W�te� D��,art�ne�e� & Tr�r��p�rralin� and Pr�b�ir �Vnrks D��r�r�lrr�c�� 20Z(i : —�+�� � '�C �� 7� ka ���'�� ���`�kl /� •� � f '* 1 � Adl� 5�+�3.��l,IL f1REFlh1 � � ...... . ... ... .. . . �-'i � �3.�$� 7 * #"��. ( r��NS��J : p #{� - ������*0��#� � � �3-� �-�� I`'_��^T��Ki RL�GC���+ i ' �� ������ li , , . '"iih '�� � � ����a� w�a��� �����, iric. �� r���t�,z€�5 a si.r�+�,r.�K��a d i 37 B.r�c�weio+i Sloir P.d.. S+z 23Q �F�f On 1Y4fhl. T*,r7F1 7C` I 17 � P4�fl¢- BCW-4a8.&,]J3 �k �gi.�tral��, tJo F 4Gt5+A9 � __ � �� � � �� � C�i 3 ��� �� ���� ����� � Standard Construction Specification Docum�nts Adopted Septem�er 2011 00 oa o0 3TA3+IDAIiD CONSTRUCTION SPECIFICATIQN DOCUMENTS Page 1 of 6 ��C 1 I�Qd OQ 00 @0 TABLE OF CONTENTS Division OQ - General Canditians Last Revised 40 OS 10 Ma or and Cauncil Communication 07/01/2D l 1 00 OS 15 Adde:nda 07/01/2011 00 I1 13 In�itation to Bidders 03/09/2020 00 21 13 Tnstructions ta Bidders 43/09/2020 nn�� ���n�o OU 32 15 Construction Pro'ect Schedule 07/20/2018 00 35 13 Conflict of Interest Statement Q2124/2020 00 41 00 Bid Form 03/09/2420 00 42 43 Pro osal Form Unit Price 01/20/2012 00 43 13 Bid BoncE 09/11/2417 00 43 37 Vendor Com liance to State �.aw Nonresident Bidder 06/27/2011 00 45 11 Bidders Pre uali�cations 07/0 U2011 OU 45 12 Pre ualification Statement 07/01/24l 1 DO 45 13 Bidder Pre ualificatian A licatian 03/p9/2Q20 00 45 26 Contractor Com liance with Workers' Com ensation Law 07/01/2411 00 45 40 Minari Business Enter rise Goal 46/09/2U15 nn� nti �n�� 00 52 43 A eement �9/06/2019 00 61 13 Perfarmance Bond 07/01/201 i 00 61 14 Pa ment Bond 07/01/2011 flq 61 19 Maintenance Bond 07/01/2011 00 61 25 Certificate of Tnsurance 07/01/2011 00 72 00 General Conditions 03/09/2020 00 73 00 Su lementa Conditions 03/09/2020 Division 01 - General Re uirements Last Revised 41 l 1 00 5umm of Wark 12/20/2012 O1 25 00 Substitutian Procedures 07/01/2011 01 31 19 Preconstruction Meetin 08/17/2012 O1 31 20 Pro'ect Meetin s 07/01/2011 Q1 32 1b Canstruction Pro ess Schedule 07/01/201 l O 1 32 33 Preconstructifln Video 07/0112Q 11 01 33 00 Submitkals 12/20/2012 01 35 13 S ecial Pro'ect Procedures 12/20/2012 O 1 45 23 Testin and Ins ection Services 03/09/2020 O1 50 00 Tem orar Facilities and Controls 0710 1 /20 1 1 O1 55 26 Street Use Permit and Modifications to Traf�c ControI 07/01/2011 01 57 13 Storm Water Pallution Prevention Plan 07/01/2011 01 58 13 Tem ar Pro'ect Si na e 07/0 1120 1 1 O1 60 00 Product Re uirements 03/09/2020 O1 66 00 Product Stora e and Handlin Re uirements 07/O ll2011 O1 70 00 Mobilization and Remqbilization 11/22120i6 Ul 71 23 Constructaon Stakin and Surve 02/14/2018 01 74 23 Cleanin 07/01/2011 CITY OF FORT WOATH 2O18 CIP Year 3— Contract S STANDARD CONSTRUCTION SPECIFICA7'ION BOCUME1�fTS City Project No.: IO1452 Revised March 9, 202Q l I i i 00 00 QO STANDAC�D COI�ISTRUCTION SPECIFICATION I]OCUMENT3 Page 2 of 6 � O1 77 19 Closeout Re uirements 07/0i12011 O1 78 23 4 eration and Maintenance Data 12/20/2012 O1 78 39 Fro'ect Record Documents Q7/Q1/2011 Teci�nical Specifications which have bcen modified by the Engineer speei�cally for this Projeet; hard copies are included in the Project's Contract Doeuments Division 34 - Trans ortation 34 71 13.Q1 Special Provision to Standard Speciiications 34 7i 12 Traffic X2/13/2Q19 Control Technical Speci�cations listed below are included for this Project 6y referenee and tan be viewed/downloaded fram t�e City's website at: httA://fortwarthte�s.gov/tpw/contractors/ or htt�s:/la pps.fortworthtexa s.�ov/Pro i ectResources/ Division 02 - Exis�in Conditions 02 41 13 Selective Site Demolition 02 41 14 Utili Removal/Abandonment 02 41 15 Pavin Remaval nivicinn 03 - C.'oncrete : i Last Revised 12/20/2012 � 2/20/2012 02/02/201 G 03 30 00 Cast-In-Place Concrete 12/20/2012 03 34 13 Controlled Low Stren th Material CLSM 12/20/2�12 03 34 16 Concrete Base Material for Trench Re air 12/20/2012 03 SO 00 Modifications to Existin Concrete Structures 12/20/2012 Divisian 26 - Electrical Division 31 - Earthwork 31 10 00 Site Clearin 12/20/2012 3l 23 16 Unclassified Excavation 61/28/2013 3l 23 23 Borrow �1/28/2013 7 i� �� n i r��� 31 25 00 Erosion and Sediment Controi 12/20/2012 � ,�� �S , � r��� �� r � rn�� CITY OF F012T WQRTH 2O18 GIP Year 3— Contract 5 STANDAI2D CONSTRUCTIQN SPECIFICATION DOCUMEIVTS City Project No.: 101452 Revised March 9, 2020 ao 0o aa STANDARD CONSTKUCTION SPECIFICATIQN DOCUMENT3 Page 3 of b llivision 3� - Exterior Im rovements 32 O1 17 Permanent As halt Pavtn Re air 1212d/2012 32 01 18 Tetrx or As halt Pavin Re air 1Z/20/2012 32 O1 29 Concrete Pavin Re air 12/20/2012 32 11 23 Flexible Base Courses 1212Q/2012 32 11 29 Lime Treated Base Courses 12/20/2012 32 11 33 Cemen� Trea�ed Base Courses 12/20/2U12 32 11 37 Li uid Treated Soil Siabilizer 08/21/2015 321216 As haltPavin ]212QI2�12 32 12 73 As halt Pavin Crack Sealants 12/20/2412 32 13 13 Concrete Pavin 12/20/2Q12 32 13 20 Concrete Sidewalks, Dri�ewa s and Barrier Free Ram s 06/05/2Q18 32 13 73 Concrete Pavin Joint Sealants 12/20/2QI2 32 14 16 Brick Unit Pavin 12I20/2Q12 32 16 13 Concrete Curb and GutYers and Valle Gu�ters 10/0512a1b 32 17 23 Pauemeni Markin s 11/22/2Q13 32 %7 25 Curb Address Paintin 11/04/2013 32 31 13 Cl�ain Fences and Ga�es 12/2Q/2a12 32 31 2b Wire Fences and Gates 12/20/2012 32 31 29 Woad Fences and Gates 12/20/2Q12 32 32 13 Cast-in-Place Concrete Retainin Walls 06/05/2018 32 91 19 To soil Flacement and Finishin of Parkwa s 32/20/2012 32 92 l3 H dra-Mulchin , Seedin , and Saddin 12/20/2012 32 93 43 Trees and Shrubs 12/24/2012 Division 33 - Utilities GITY OF FORT WORTH 201 & CIP Year 3— ContracE 5 STANDARD CONSTRUCTION SPECIFICAT[QN DOCUMENTS City Project No.: ]d 1452 Re�ised March 4, 2020 00 oa oa STANDARD CONSTRUCTIO�I SPECIFICAT[ON DOCUMENTS Page 4 of G 33 OS 26 UtiIi MaricerslLocators 12/20/2012 �� os 3a Locaiion of E�stin Utilities 12/20/2012 33 1] OS Bolts, Nuts, and Gaskets 12/20/2012 33 1 l 10 Ductile Iron Pi e 12/20/2012 33 11 11 Ductile Iron Fittin s 12/2U12U12 33 11 12 Pol vin 1 Chlorfde VC Pressure Pi e 11/1b/2UI8 12� 1 ^1/'I�z f e 33 1 l l4 Buried Steel Pi e and Fittin s 12/20/2012 33 12 I O Water Services 1-inch to 2-inch 02/14/2017 33 12 1 l Lar e Water Meters 12/20/2012 33 12 20 Resilient Seated Gate Valve 12/20/2012 33 12 21 AWWA Rubber-Seated Butterfl Valves 12/2fl/2o12 33 12 25 Connection to Existin Water Mains 02/06/20i3 33 12 30 Cornbination Air Valve AssembIies for Fotable Water S stems 12/20/2012 33 12 40 Fire H drants 01/03/2014 33 12 SO Water Sam le Stations 12/2Q/2012 � z�n� nti»oo, r�; Lo �� �� y � i�z�i 33 31 13 Fiber lass Reinforced Pi a for Gravi Sanit Sewers 12I20/2fl12 33 31 I S Hi h Densit Pol eth lene HDPE Pi e for Sani Sewer 12/20/2012 33 31 20 Pol vin 1 Chloridc PVC Gravi Sanit Sewer Pi e 06/19/2013 ���T 7�r��z � ��z y � ���� 33 3� 23 Sanitar Sewer Pi e Enlar ement 12/20/2012 33 31 SO Sanit Sewer Service Connections and Service Line 04/26/2013 �� zi �n ����n��ni� �v r�-tvraoz� 33 39 10 Cast-in-Place Concrete Manholes 12/20/2012 33 39 20 Precast Concrete Manlaales 12/20/2Q12 33 39 30 Fiber lass Manholes 12/20/2012 � ��no , � r��z 33 39 6U E ox Liners for Sanita �ewer Structures 9/23/2020 �� n� rn�T �2 n� �y i�r�nr�n�� �--�r-rr rra-avraazx �� 7 Y /Y�,� 33 4b 00 Subdraina e 12/20/2012 �� n�rn�� 2���z �r,.,,.,,,t, r►,..,:..n n�rn�i� 33 49 10 Cast-in-Place Manholes and Junction Boxes 12/2a/2012 33 49 20 Curb and Dro Inlets 12/20/2012 � ��n� n-r �n�r,-v�;�viT Divlsion 34 - Trans ortaNan �,r �, ,n �-n-�-Q n i, +,.,.i� r� �.' + rrt�Gxair�t� rc8nsrvi=e3' cnvi.icc 2 A A��L 2 d_A_�7 Z A�= CITY QF FORT WORTH STANDAAD CONSTRUCTION SPECIFICATION DOCUMENTS Aevised March 9, 2020 �� � � ! A 1 1 � 2018 CIP Year 3— Contract 5 City Project No.: 101�452 0o ao 00 STt1NDARD COI�ISTAUCTION SAECIFICATION DOCUMENTS Page 5 of 6 Appendix GC-4.42 GC-4.44 GC-b.46.D Gc-�.a� Gx-ai 6o ao SubsUrface and Physical Canditions Underground Facilities Minority and Women Owned Business Enterprise Compliance Wage Rates Produci Aequirements END OF SECTION CITY OF FORT WORTH 2O18 CIP Year 3— Conti�act 5 STANBARD CQNSTRUCTION SPECIFICATION DOCUMENTS City ProjectNo.: iQ1452 Revised March 9, 2020 1 11 912 0 2 1 �I71( ���l�1�YL �����,� D,aa►TF: 1/92/2021 R���R�NCF **M&C 2�- �l0.: 0024 CODE: C iYPE: CONS�NT M&C Review LOG NAM,�: PUBLIC HEARING: O�cial site ef the City of Fort 4�1^_rth, i"erYw Fo��r i���.�rr� .��_y 20202018CIPY3C5- MCCLENDON f�L�: SUBJ�G7: (CD 3) Authorize Execution of a Contract with McClandon Construction Co., inc., in the Amount of $4,478,841.30 fior Gombined Street Paving Improvements, and Water and Sanitary Sewer Main Replacements �or 2018 Bond Year Three Street Recor�struction Contract 5 project, Adopt Appropriation Ordinances anc! Update the FY 2021-2025 Gapital Impro�ement Program {20'!8 Bond Program} R�CO�ifl�Vf �N �AiION: If is recorrimended that the City Co�ncil: 1. Authorize execution of a contract with McClendon Co�structior� Co., Inc,, in the amount of $4,478,841.30 for combined s�reet paving improvements, and water and sanitary sewer main replacements for the 20�8 Bond Year Three Street Reconstr�action Contract 5 project; 2. Adopt the attached A�prop�iation Ordinance increasing receipts and aPpr�a�riatians in the Wat�r and Sew�r Capitial Projec�s Fund in �he amoun� of $2,359,547.00, transferred from a�ai[able funds within the Water and 5ewer Fund, for the purpose of funding the 2018 Bond 5treet Reconstruction Contract 5 and 6 project (City Project No. 7.01452}; 3. Adopt the attach�d Appropriation Ordinance adjusting appropriations in the 2018 Bond Program Fund by increasing appropriations in the 2018 Bond Year Three Street Reconstruction Coniract 5 and 6 project, in the amount of $2,9�9,628.00 and reducing appropriations in the Street Constru�tion/Reconstructi�n/Rehaf�ilitation programmable project (City Project No. P80001) by the same amount; and 4. Revise the scope af the streets in this project as described in the 2018 Bond Program from asphalt rehabilitation to concrete reconstruction. DISCUSSlaY�: This Mayor and Council Comm�nication (M&C) �s to authorize a construction cantract for �aving improverr�ents on approxirr�afieiy 2.8� lane rr�iles for �he 2018 Bond Year Three Street Reconstruciion Contrac# 5, afong with water and sanitary sewer impro�ements on the following s#reets: Tha project was advertised for bid on October 22, 2020, and October 29, 2020 in the Fort iNorfh Star Telegram. On N��ember 19, 2020, the following b�ds were received: apps.ciwnet.org/council_packetlmc_revi�w.asp?I D=28578&counci Idate=lli 212021 'f 13 9/19I2021 Bidder McClendon Construction Co., Inc. Amount Alternate 1 Alternafe 2 {Asphalt + (Concrete Paving) � Paving) M&C Review Time of Completion $4,4�1,98�.00�� $4,4�8,849.30�� 3&0 Calendar Days Stabile & Winn, Inc. Reyes Group, lnc. $5,0'! 2,387 $5,475,538. $4,774,034.7 $6,075,839.50 The 20�8 Bond Program pro�ided for t�e project streets ia be recortstructed with new asphalt and replacement of damaged curb and gutter. In an effort to s�cur� the most value �for the City, staff advertised the praject seeking prices for asphalt and concrete reconstrucfian. Concrete pa�ing typically has a lon�er Iffe s}�an and �ower the main�enance cosf than asphalt, Staff recommends award of the contract for Alternate 2{concrete paving). The Transportafion & Public Works Department's sha�`e on this contract is $2,456,465.30. The paving funds for tf�is project are included in #he 2018 Bonc� Program. Available resources within the Generaf Fund will be used to provide interim financing until debt is issued. Dnce debt associated with the �roject is sold, bond proceeds will reimburse the General Fund in accordance with fhe sta#ement expressing offfcial intent to reimburse that was adopted as part of the ordinance canvassing the bond election (Ordinanc� No. 23209-05-2018) and s��sequent actions taken by ti�e Mayor and Council. The Water Department's share on this contract is $2,022,776.00 wifl be a�ailable in the Water & Sewer Capita! Projects Fund for the project (C�ty Project No. 10'[452). fn addition to the contract amounf, $616,392.00 (Water: $124,192.00, Sewer: $'1�1,440.Q0, Paving: $380,760.00) is required �or project management, material testing and inspection and $223,9�41.70 (Wafer: $52,897.00, Sewer: $48,242.00, Paving: $922,802.70) is provided far }�rQject contingencies. This project will ha�e no im�act an the Transportation & Public Works' or on the Water Department's operating budgets when completed. The sanitary sewer cor�ponent of this project is part of the Water Depar�ment's Sanitary Sewer Overflow lnitiative Pro�ram Appropriations fior the water, sanitary sewer and paving improvemenfs for 20'I $ Bond Year Three Street Reco�tstruction Contract 5 project by F'und will cons�st of th� foilowing: Fund 2018 BoncE Program - Fund 34018 Existing Additional Appropriations Appr�priations $386,'[10.00�� $2,959,62$. Project Total* $3,345,738. Water & Sewer Capital Projects - Fund 56002 ����'�423,00 $2,359,5A�7.OQ $3,143,970.00 Project Total $1,170,533.�0 $5,319,175.OQ $6,489,708.00 Numbers rounded for presentation purposes MIWB� OF'�'fC�: McClendon Construction Co., Inc. is in corr�pliance with the City's BDE Ordirtance by committing to 51% MBE participation and documenting good faith effort, McClendon Construction Co., Inc. identified sevaral subcontracting and suppfier apportunities. However, ti�e firms contacted in the areas identified did �at respond or did nat submit the [owest bids_ The City's MBE goal on this �roject is 161%. The 2Q�8 Bond Program funding was �ncl�ded in the 2021-2025 Capital lmpro�ement Program for project PB0001. In order to adminisfrati�eiy track the spending of all funding sources in one praject, appropriation ordfr�ances are needed #o move appropriatior�s from the programmable project to the jointly funded static proj�ct. This action will update the 2021-2025 Capita! [mprovement Program. apps.cfwnet.orglcouncil_packeilmc review.asp?ID=28578&councildate=111212021 2/3 v� s�2a2� This project is located in COUNCl� DISTRiCT 3. FIS��4L 1�lFORi�fATlO�lICERTI�ICATI4N: , M&C Re�iew The Director of Finance certifies that funcEs are available in the current o�erating budget af the Wat�r & Sewer Fund and upon the approval'of the above recommendations and adoption of the attached Appropriation Ordinanees, funds will be availabfe in the current capital hudgets, as appropriafed, in the W&S Capital Projects Func� and 20i8 Band Pragram Fund farthe 20�8 �and Yr 3- Contract 5&6 project. Prior to any expenditure being incurred, ti�e Transportation & Puf�iic Works and Water Departments have the responsibility to validafe the a�ailability of funcls. Submiited #or City ilr7anager's Office by_ Origina�ing Department Head: Additional Information Contact; As iACbM��[ I S Dana Burghdoff (8018) Wiliiam Johnson (7801) Maged Zaki (5�48) 2fl2Q2018CIPY3C5-MCCLENDON 34018 A021{R3).docx 2 2 2018CIPY3C5-MCCLENI]ON 56qQ2 A021{R2).dacx M & C Map - 202018CIPY3C5-MCCLENDON{2),pdf M & C Map - 2D2018CIPY3C5-MCCLENDC�N.pdf apps.cfwnet.orglcouncil_pacEeeflmc_review.asp?1�=28578&councifdate-911212021 3/3 L#7 F ��IL' Y�R�11L�• YY��EcI�� 'Ti•flEis��skrl��tion �w��d i'ublec Vl�ort�� �fF! 8 CIPYEAI� 3 — C'�i�T�tACT � C.'i�,y l�re�.�ect I�rs. I(}l�S� �Uilf?NUi1� �VO. 1 ��n�f �: 1�4fat�r �r�[��x�vert�r�n#� l.��it iI: �����to�t�' ��1V�C �111�1r`[�V�1ik�liFS l���i# 11I: 1'avib�; IE�E�rexvcmenis t1r��lrr��1��� �l�t. �: ��-k�ii?C� ��'�'i��a�y, IVrkvei�tlu�w• «. ��!?.�I ���vis�c� �;�c� ��a�n �l�#�: T���i���i�� l�lo����e�• ��, ���� Tl1a� �'1�Id�.a��[sG��i, fifrR�s G}zirl c}3'�IYir�'I,�n�, C`cse�l,•�octJ�}�tc�Gn�i71�� Spec;E�it��isa�i� k�sr tl3� it;,�,v� rc����e�:r��:c�! Prc+�?r� �'t�tici rnca+� i� ie� [If+� c�ei�,i�iti€ `�pec�itic��iic+n� �i��d C.'bl1L�3i;t IJ�C EE17�CZ115_ �l�t�L'J' S�it�i! ��c�lc���3�v ��:d�� r�ce��[ of'�E�is iit�€S�ll{flltll 131 tE�e s��r�ce �,rr�vicle{t J�t��nw, i�Y �f�e �r��{+o�a1(Sl?�'�'f�J1� �1� � I�ik} a��c� �«tc.now�c��;4' �'4;c;e���t t>�ti tE�e c��te�' e�tv�lc���e ol vcr4�r I�ic�_ ��:a11<<E•�: i[� :�s:[,�rnwicci��. �•e�.uip� {�f El�i� }�cf{l�«tlu�� �:cst�l�! s��lx���:� lia+� E�icls��r �c} cj isc� s��LiFic.rMt ic�� �, -l�he p�aT�s si�d spec�EicatK�r� t�nc�3tnr��ts fc�r 2i� I R L`tP YEAR 3—Ci��i'�'I�AGT' S, C�!}� P�`nj��.[ �n. lfl I�a�? �tr�: Il�P��1� ��VkS�d �}}� Ad�e��clum �r�, k �s f�fls��vs: �pc�s'i�'i�:�#��>rt►� ��e.zior� i}[I I� 13 � f IVV�'I'��.'i.yt}l�l �N�r� �.rN�.r.��?�i� �u �re I��:k'L��.���`i1 iei its ei�tii�r.iy ws�#t#� If�c A�i��c1�c�E rc��ise�[ loi[i�fiur� to�3i��rs. C:ti.��ges to t�eori�in�i u��l�vc: + ���vi�in� lE�e L�i;l [��x�n 1���.e. �. ��JL'4'C�J�iL�iU�1`i �KC�ll�ll ��� �� =C.� Y����I�C�SA�., F�I�N1 tli �7� �;I�rfA�l?ll ir� it� c�l��i�ty�vi�h f�IL' 1�Et#i4'flL'Ct 11f"Y19CL� I�iil J'r�r�����1. ���i1111�E'ti tl1 t��i' ITI1�Tifl�f IfICE11i��`: a [111it -� 1�I�Crlk�t�. �1 fFcri� ?t� '`31? 7,{71{�i U��c��s�iE��d [:x�c�nvat�rst� by i'��x��" ���a��ity €���.� �7��ki I�:VC�t,C� t{M ��{�c� r��fi� C,�r. «�_Fnit 3.2�llii,r.nu1� �i ���e�n �I� "i �1.:3.(11�)I l.�nc�assii�€;d E�cr�v�tii�� l�}' I'CanL4 ��u�r�tily. h�s la��n r�vis�cf E4� ee��cf _i,7.�[1 [�'�r_ 3, C'��ns�M'���5ii+��� �kla�t�� M�:wve hc���� �l���n��c� ��� F{�II„�+�iug: � ��4��[ {itJ: ��i1L'lJlo 1�}-��i�sl S�li4�ns far �ls�+�a�� Stfe�ls k�� laecn r�vi�ed. C'k�rk� �t�i�ili�:�l�s�r� {�ri L�b�c�y lkvc ��i��i i�lurrr��r:r� A��� sfrc�.t iypieal s�:cLic;ns lyuve be��� r���o�cE� it� rc�d "5=' {'-iR (��Ft �,�1 F'�.A�'�: �;F�_Mf���' �'���Ak'�I,C�.A'I'I{��i �lz��fiLF3��fi�' FT'f� �? K 1 3�'°. • �I�cex �i�A: �'�v�si�'f�}'��lCflR�ttifli3]}S f{q'{`ilI]�1�Si, S�1'tC:�5I11kYC'-�FE."C:il �3{�L�C.if CLl llic �,ro�ec� ���a�s �s siie�:� 6��1., 'i'llrt; �w�pica� ��.t;i�orYs u�cE�ide i�uCct4xr �l�`iv+�, f_�cfce �lvei7�ie, I.�f�ev Avent�e, 1iui��f�ert �lvenue und l�ier��ic �t3�eet_ ■ Sl��e# 7��i: ['a��i.rtg C��snstru�.���an Dci�ils hflve �ieen a�derf ic� �i3e R��`c�,j�:cl [��t�i7k ;�x �€t�}��t 71kI1, 1�i�e clet�ils i��c��i�i� P:�v�.rGo�,��� itc�:IT�ef��fi��•c;ui� �;e���,rR] !_,syc��Gt ci�ts�i� 3� i� 13�L}�s�8, [:'4anslru�ii�+n ,I��i�i� tiL,��ii :�:� � 3 I}-L)5 � k an{� C's}r��ira�ctic,M� .C�i�at (�3e,1��+:ai Exi�#.�r�� ai�d �'��apcsse€J F':�v�E���.i7i) �.�c.���il _;� I�i [3-t�5i�. �. r�o.�r,��r �������r�c��ro�� * F'��r� �'���a���4�c� Erari fi�s,�Mier��:�:: �}i�es �# ��cJ4ulu�j in I k�€� ��f�r�s i�.a i=�•,-;.,., ; _, �;��� u.�{ ; � � ��t �,. „ . , i.�i�� �, ,i,; ;�� .. , P�gc I uI�2 � i.,��l�e Avcn�ee; `!'i7� �ur�crsc c}k' ti7�.� nis[�: F� lc� infarm LEi� C'L?]�3"ifCEC1C i�lR� TJ{���� �13�i a�� �G����,miR��; �rr�s.I�cE it� �I�t irnn��.clia�� t�rea. '!'I�is'['�1.1V'f ��rc?je�.t i�3vs�riv�s i��sl�ie� ���,�v sta-ivew;G�s, 11��I� tk�m�,s, �iiii �icl�wallc n�3�ra;�es, -f-he 'I-Xl)(_�T ���}�i,41�`��cli�}�� �:c1����3�e �s u�lc��c}���e�, -1'li� c.�i����rta����ts�he�l�i3kt I�s�r?f}f t� [�li', �fCtil' �—{'f�i3[�"kiC,� � C'f �; i�}I�S-�. flll.ltir ��r� CfCYC�t?�]eci t�3 Rt�r� {an+.l c�c�m��c�c f.acicc �l��e�1��e ��rsL �_}r����� k_1i�i I I. Wa�e� ancf �J�II� ?, ���ilt:ry �c�5+cr lmpresvee��eni� �ii'�t�a�anF�lct4. I 1�11`i' 3, P�avi���, im�arave��Gen! �ha'�ll bc��i� xw�i[Isc,u� �fe3�}'. I�lL` ill�Cf1� is ci��rrp�eEe li�w rruj�.c�l iGnil ��vtoi{f H��,y �'+M�r,��re�c�ion �;�i�l'[�wt }��itk� -I'?�I][�"I�. �i�ltt' in��nt �� T�JCI'i- t�o R�i�kdt.�' 1f�e nve3•all ��r�,3ec� sch�ct�ik^ i�r CEN[`a' C��s�s, B�d�Iers shail na�e �li�t crtt�w�r �c��t��l-k�c:l�t�t4 ac�tiv��t�s can �au p���'fc�r�teai �xt� �I�� e;ther s�rects uc�r��u`r���1V ti�itlr I.{�cicc �l�+cr�<<e L�eg�iui� tirsl �snd Une��p[�i�d �e��. . Lib�rcy A���o�:e: (:camu l�fu�ik�ssori �c:l�o�3E :�nd G�rt10 i�:f�����niti�y �el�ic���l ��a-� acij�icUii� ro 1��€s ��r�?��c9. '��sese sc3�a��� are �4�il��i�a {wia (�.� f31�rGi�s of` ti��s i�7eee {3) 131u�.1c sireeE ��r��xrnv��nei�t. 'I'FG�se rw�o {?} F�lc+c�:s xre f�rcrr�ti Lit�le, a�� �Ir�.t�l �{� I{txr��c 51r��:�_ Ir I,s uu�i��fstocs�l 4�i;�G af�t}�e� i3n��t-�cedented tam�s, �i�arin�� �I�i4� ('i 1VTL} e�ridei7iic, rnav nr rriav r���l in��cr��: ��i�nrner ❑�y c;�n���s lea�'ia����, 'I'I�e {:�r��#ri��,�i{�>> �cliccl�a�� �'{�r �kG��c �wo (2�� �31c�c�cs shall 1� ���,�i��:c� �4} �lir: s��iriir�er mca��lft� ;r� 1r��kiri{���.��I�� ,7ra���o�a�. �jlou�d ori c�n�i�a�M.�s ��rtrr�����r I,t i�w��kcd {l�rin� t€�� Ss�mn�[��, cnnstrtici�c>t� ��+c3rf;i�,4 �,�}in�� �a�i�l he fi���i��d �o �ve� schirol l,ac;k s��, �tiicl cfrcr�i ilt� t'd��7�S, �i7� Cil�i�i'�Cf01' S17fL�I a�.5� Rlil�[ti; l.Vt'.i'�' t�ffa.rl't 1.L1 �V{7Cd C�E.SI't��}�1S}il [}� SC��IOL3� dC�iVl[IE,R .3T1�1 ft�a�F1t�11 �+���'r�rr�ala�� !'{3r ��uhlix: s���t�', �1,igned cop}� o�`h�i�lenc���m Pii�, I si�c�uEc� ��c inc f�d�d in ihe seulccl E�o�E �:nvcx�uF�c' Fit �11� �iTr1e �f 1}id sE�h�i�il�[tL �a:�iEur� to ack�ou� I��i�e ��ie re����l CF��idClc[�CC�ii1r �i3)_ I c�i.i I�! cn�se ti�t� ��ibjC�;t bs[�{�4r t�� 1'rr: c���4SJdered "[�l4f�1T21:S1'C1?��� V�'.,�' 1'�.Sil�ltl�. Ll �L,`'C]Li�lL�14;�tican_ �1c:l�i���d�i[t� t�fc�. ] ���C1f�:lE�''I"11�I�?�l��'�1�Ll7iy�;�l��;�l-I�' 1�VaEli.�m �i,lM��.w,rr� .� C.)ii"��i'�Lll", ����� ���' ��� � � ��jl`V �+JC1�'l#l, �_�_ C'sri�����ir��i��,�� �k, i� Prog��:�i7� fV#a�ua��:�•, �I-I�'�, � �1. �3U� �$:� AcC�3re�s�l���;;��,�'� �car�rr� (`it}�: �t{klc: �, � II' � r .t . . t,-.: I I� 1t , i II'. f'i: 44 .,.i I�� I�. . 1 Jv e�...l�.i �,: I I�d��C � O f � CITY OF FORT WORTH Trans�rtation and Public Works 2018 CIPYEA,R 3 — CONTRACT � City Pro,ject l�o. 1014a2 ADDEI�DUM .1�I0. 1 Unit I: ',�ater Impro�eme�ts Unit I�: Sanitary Sewe r Improve rr�e nts Unit III: Paving Inaprove�aen�ts Addendum No. 1: Issued �Yiday, Novem&�r 13, 2020 Revised Bid ��en Il)at�: Thu�dav 1�TTo�embe� 19, �020 This Addendum, farms part ofthe Plans, Contractpocuments & Specifications forthe above referenced Project and modifes the original Speci�cations and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below, in the proposal (SECT�ON 00 41 QO) and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this addend� could subject the bidder to dis qualific ation. The pla�ns aind specification docurnents far 2018 CIP YEAR 3— CONTRACT 5, City Project No. 101452 are hereby r�vised by A�idendum No. 1 as follows: 1. Sgecifcatio�s Seciion 0011 13 — INVITATION TO BIDDERS to ire REPLACED in its er►tirety with fhe Attached revised Initiation toBidders. Changes to the original include: • Revising the Bid Open Date. 2. Speci�ications Sectian 04 �2 43 PROPOSAL FORM to be REPLACED in its entir�ety with the Attached revised Sid Proposal. Changes to the origi�nal include: � Unit 3 A�ternate A Item 2a "3123.0101 UncIassified Excavation by Plan" quantity has been revised to read 68Q CY. � Unit 3 Alternate B Item 2b "3123.D101 Uncla,ssified Excavation by Plan" quantnty has been revi�ed to read 3,730 CY. 3, Canstruction plans have h�en changed as fol�owing: s Sheet G9: Paving Typical Sections for Asphalt Streets has been revised. Curb stabilization orz Libbey Ave and Humbert Ave street typ�cal sections have been revised to read "5" CTB 4R IN PLACE CE1V�[VT STABILIZATION @2bLBS/SY PER 32 11 33". s Sheet 69A: Faving Typical Sections for Concrefie 5treets ha�e been added to the project p�ans as sneet 69A. The typical sections include Volc�er Drive, Locke Avenue, Libbey Avenue, Humbert Avenue and Hervie Street. � •�heet 70A: Pa�ing Construction Details have been added to the project plans as sheet 70A. The dciails include �auement Steel Reinforcing General Layout detai132 12 13-D508, Construction Joint detail 32 13 13-D511 and Construction Joint (Between Existing and Proposed Pavement) detail 32 13 13-D512. 4. PROJECT CLARIFICAT�4NS • Plan Construction Sequence: Sheet4 incItaded in the plans No. 1O1452 a.�.+m„+;;� i Page 1 of2 � Loc�ce Avenue: The purpose of tl�is note is to inform the Contractar that TXDOT has an upcoming project in the innmediate area. This TXDOT project involves isolated new driveways, ADA ratnps, and sidewalk upgrades. The TXDOT consiruction schedule is unknown. TI�e construcfiion schedule for 2018 CIF, Year 3— Contract 5 CPN:101452 must be developed to start and complete Locke Avenue frst. Once IJI�IIT 1, Waier and UNIT 2, Sanitary Sewer Improvem�nts are complete, LJNIT 3, Paving Improvement shall begin without delay. The intent is complete this project and avoid any construction conflict with TXDOT. The intent is NOT to �inder the overall project schedule or UNIT tasks. Bidders sHall note that other construction activities can be performed on the other streets concurrently with Locke Avenue beginning first and completed fu�st. Lib�ey Avenue. Como Montessori School and Como Elementary �chool are acfjacent to th�s project. These schools are within two (2} Blocks of this three {3} BIock street improvement. These twa (2} Blocks are from Li�tlepage Street to Horne �treei. It �s understood tnai these unprecedented times, during the COVID epidemic, may or may not invoke summer on camp�as learning. The Construction Schedule for these two (2} Blocks shall be limited to the su�nrrter montt�s as traditionally �ormal. Sho�Id o.r� cannpus learrzing be invoked d�ring the sumrrrer, construction working hours will be limited to avoic� school pick up and drop off t�mes. The Contr�ctor shall also make every effort to avoid disruption of school activities ar�d heighten parameters for public safety. A si�med copy of Addendum No. 1 shauld be included in the seated bid envelope at tY�e time of hid s�bmittal. Failure to acknowledge the receipt of Addendum No. 1 could cause the subject bidder to be considered "NONRESPONSIVE," resulting in disqualification. Addendu�n No. 1 RECECPT ACKNOWLEDGEMENT: Wil�iam ]ohnson Di�ecto,r., TPW By: By� Mary Hanna, P. E. Compan�l�� ,. Arogram Manager, T�'W �?�, �� �t� �. Address�t��� ,�3r�,�'X ��r�r,� City: State: .s2 � Page 2 of 2 ���r c�� e��T �+r�����E� 7ti�a�tspariat����s auci.�'kii�iie W�+rks �r�� � crr�r,�r� � �- r:��r�a��' s ['i�,y !'iw,,jerr I���. 1D1�5� �LIIU�+s[�lllfl� �](l. � lR�3t M: '4��e�• C������•�v����eii�� !lnil 1�: ��knii.ity Sa�ver l��i�e�vement� Ll�il Ilf: �'s�ti�i��g 1m�3��rve#��erKf� A�de�wduna �Yt�. �: [���re�i f��'�an�li�y, 1lfnvcmbcr IG. 2f}�0 �3id [)�en i1,�te: �'i14L�3�IAY I�OYi;I�i�Ci' ��, �(�2i1� 1'liis �1cE�l�n�4�nt, f01']]]5 �}FYI'L Cf�I t�lf F�JIi,�. {.{rfiCJ'.{�t �3��c:airll���l� �'c �la���ii��t��i�o�s tarl.f�e ab�ve r��erencod PR'r+�c�.; ilfi� lllC]{�Ef11;5 ��1�L71'461r�A; S£]C:t'�ifCa�IRIT}4,mc1[:trnGr�tctl�oca�tti�fts, i�i�d���s�7alEaCknC�lYlec����'C���:I�i{�FI�11� a�ic3r.a��Cu�7� in lh� sp��;�: }�E�ovicie�l b��c+�v, in ti�e propas�I ���CT�[�T� {}i� �� l f1Cl) ���7<I ,�c:keM�w a�slge rc�'cipk an lhe �+u[er' �s��v���c}��� �t-yc��u� E�id_ �'€�if<<��c �E� a��[Mc,��r actR�c r�c:�i�l �of I I�is :�� i�leizd��n� caulc� s�,bject [�7e bi�cte� �� �iist��al��c�x [nra. T��e ����ms an41 ��auc;i�'ic�{�i�+�it c��t;urrt�r��; �i�r �lN� }i Clf` YI?A�# ;i —�,t�M11 ��i�1i��1' S, C'ity ]:'ec�,}ecl I�lo. I�i4�� bre IxeEeby ��:v�sed �Y �1s��[enct�am �C}. � r�5 fCSI�OWS' 1. C��r���ree�ii;,j� ��r�t�� Iiqlk'4 I�.cn �#F��ia�;�ck �s lullo�wiog: -���e�;k 7(�: �':i�99i� C.(}li`;�I"lai:ifUfkL�E�tiil3 L1fLi' E7�.�i1!'�VL4�{�, Res�d�r�ti€�E l;o�icrc'tcS�r�;{.l S�:�ti�,n {I_.) 32 I; [ 3-I)-5i}� ant! C'oe�siruct=or� .� o�i3r (�3c��re�i� ��i5H�7� ��'�c3 �'i's���s.r.wc��t !'t���ert�en!) 3? ] 3 E 3-�i �� has l�ec4n remt�v�€�_ �ee Addei7dutrt 3�lsee� (,�i� ti�r �'y��c��il �_:��nc;rcte �lree� �ectians a��d �3�ee� 713f1 li�r �C±t13t1'4CGLi€}Il ,Ti1117t (F3e�wee�� E�isTira�.; tGri[l �'rtr�a�as�aci !'avesr3ent) 3� f3 �3-E)�E?_ tl�ajllif}115I t�CtfliC�� uxcx��c�e ].:r������siu��,�iFirx� �2 13 13�t�5� 3, �:oi�tra�iic�n �o�nt 3? C3 13-1.7515, !{cc�wcs{�c� �.xp�nsi�,ri Jcx�nt I)c�t�if '#2 13 l 3-1�� I 7, ar�d Loh���udinsl l�avu�� SectirF» �� 13 I:3 • E)5 t{� lr�+re bce� �cide€�. A s i�,ne�1 C�1�� lFf A�tE[.�l�liRl i��7� ? 9IZC1lklif I?[; ��1C El�c�i`c� II1 rl �r ��c;�lc:�i bicl er�vel{��,� a� ti�� t�i��e t�t� hici �uirrt�i��t�l. l��i��r�� to �cic��3k�'�ed�}� rl�e rr�.�.i��l n�11�Edrnt���n7 rJ+�. ? cso�ilc� ��i�ise lkie suhj�c�t �iddei� �€a fae �:�x��side�'�r� `'l�[)T�RFS�'�1N�k1��:," rr����t�n,� in cfis��<<�Jif�cation. AcJd��c��E�n �l�x, � I�f.;�:E�;l�'"!� �'t�1�{�Wl.�.l7�;E�4LEI�'T: Wilii��n _It3i�n�c��� _}ir�cin�, -I"i' W �3y; � �3y; � 1�lary lia�r�� €'.�_ C���n���i��+; f'rr��e�rn F1+1�ttt���.r. 'I-I'V�� f :�. iJ{�� �� +.+7h7f��� LYc4� 1� l+�slils'+;s�: '� � `+�F' � (:ikv; 5t�tc: 2,�ihr�n� �,t�a�r, � _;�t�hal�d�,:��r't i',sr� I'ntji*c! ks, Itr�dS'a :�L�Ir.nJu�n '' �P+��e 1 uF I CITY OF FORT WORTH 7�ransgnrtation and Public Works �018 CIPYTAR 3 — COT�ITRACT � City Project �o. 1014�2 ADDENDUM 1�T0. � Unit I: Water Improvements Unit II: Sanitar� Sewe r Improve me nts Unif III: Paving Improvements Addendum No. 2: Issaed Monday, No�em�r 16, 2020 Bid Open Date: Thursday l�Tovember 19, 2020 This Addendum, forms part of the Pians, Contract Dacuments & Spec ifications for the above referenced Project a�d nnodifies the ariginal Specif'ications and Contract Dacuments. Bidder shall ac%��owledge receipt of this addendum in the space provided below, in the proposal (SECTION 00 41 00} and acknowledge receipt on the outer envelope of your bid. Failure to acknowiedge receipt of this addendum couid subject the bidder ta disqualification. The ptans and specification documents for2018 CIF YEAR 3— CONTRACT 5, City Project No. IQ1�452 are hereby re�ised by Addendum No. 2 as follaws: 'I. Construction plans have b�en changed as faliowing: � Sheet 70: Paving Construction DetaiIs has been revised. Residential Concrete Street Section (L} 32 13 13-D-502 and Construction Jomt (Between Existing and Proposec� Pavement) 32 13 13-D512 has been remaved. See Addendum 1 Sheet 69A for Typical Concrete Street Sectioz�s and Sheet 70A for Construction 7oint (Betvween Existing and Proposed Pavement} 32 i3 13-D512. Additional details include Expansion Joint 32 13 13-D513, Contraction Joint 32 13 I3-D515, Redwood Expansion Joint Detail 32 13 13-DS l 7, and Longitudinal Fa�ing Section 32 13 13-D5 � 9 ha�e been added. A signed copy of Addendum No. 2 should be included in the sealed bid envelope at the tirne of 6id submittal. �ailure to ackraowledge the receipt of Addendunn No. 2 could cause the subject bidder to be considered "NONRESPONSIVE," resulting in disquaIification. Addendum No. 2 RCCEIPT KNO�]VLEDGEMENT: Williarr� Johnson irector, TP VI/ By: By: Mary Har�na, P. E. Corr�pany: Program Manager, TPV`1 . i' �� �l.�$i�l�°�# �,, �.o Address: �`�' �� �� �, � City: State: �01452 .;�dum 2 Page ] of 1 001] 13 Ih'VITATIOI�i TO BIDDERS Page 1 of 4 SECTION 00 11 i3 INVITATION TO BIDDERS RECEIPT OF BIDS Due to the COVID 19 Er�aergency declared by the City of Fark Worth and until the emergency declaration, as amended, is rescinded, sealed bids for the construction of �41$ CIP, YEAR 3— CONTRACT 5, Unit 1— Water Improvements, Unit �— Sanitary Sewer Improvements, and Uni� 3- Paving Improvements, City Project No. 101���, ("Project") will be received by the City of Fort Worth Purchasing Office until, 1:30 P.M. CST, Thursday, NOVEMBER 19, 2020 as furfher described below: City of Fort Worth Purchasing Division 200 Texas Street Fort Worth, Texas 761 D2 Bids will be accepted by: 1. US Mail at the address above, 2. By caurier, FedEx or hand delivery from 8:3Q-130 on Thursdays only at the South End Lobby of City HalI located at 2U0 Texas Street, Fort Worth, Texas 76102. A Purchasing Departmeni staff persan will be auailable to accepi the bid and provide a time sta�tnped receipt; or 3. lf the bidder desires to submit the bid an a day or time ather than the designated Thursday, the bidc�er must contact the Purchasing Department during normal working hours aY $17-392-2462 to mal�e an appointment to meet a Purchasing Depa.rtment employee at the Sauth End Lobby of City Ha11 located at 200 Texas Street, Fort Worth, Texas 76102, where the bid(s} will be received arrd time/date stamped as above. Bids will be opened publicly and read aloud at 2:00 PM CST in the City Council Chambers and broadcast through Iive streann and CFW public television which can be accessed at htta://fortworthtexas.�ov/fwtv/. The general public rvill not be ailowed in the City Council Chambers. In addition, in lieu of delivering completed MBE forms for the project to the Purchasing Office, bidders shall e-mail the com�leted MBE forms to the City Project Manager no later than 2:00 p.m. on the second City bus�ness day after the bid opening date, exclusive ofthe b�d opening date. GENERAL DESCRIPTION 4F WORK The major work will cansist ofthe (approxirr�ate) fallowing: Unit � : Water Impravements: 485b LF —$" Water Line by Open Cut 9 EA — S" Gate Valve 4 EA — Fire Hydrant 128 EA — �" Water Service Unit 2: Sanitary Sewer Improvements: 764 LF 8" Sewer Pipe by Open Cut 3625 LF 8 Sewer Pipe by Pipe Enlargement CITY OF FORT WORTH 2O18 CIP Year 3— Coniract 5 STAAlDARD CONSTKUCTION SPECIPICATION DOCUMENT3 City Project No.: 101452 Temporariiy Revised Aprii b, 2Q2D due to CbVID14 Emergency ADDE�fDCJM I ao �i i3 INVITATION TO BIDDERS Page 2 of4 11 EA 4' Manhole 2 EA S' Manhole 72 EA 4' Fiberglass Manhole 136 EA 4" Sewer Service Unit 3: Paving Improvem„ents: 12,274 LF — 6" Concrete Curb and Gutter 16,350 SF — 6" Concrete Driveway 23,120 SY — I 1" Pauement Pulverization 23,12Q SY — 3" Asphalt Pavement 14,120 SF — 4" Concrete Sidewalk PREQUALIFICATION 'Fhe impravements included in this project must be perfarmed by a cantractar who is pre- qualiiied by the City at the time of bid apening. The procedures for qualificatian and pre- quali�ication are outlined in the Section 00 2 i 13 — INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be e�amined or obtained on-iine by visiting the City of Fort Worth's Purchasing Division website at hftp://www.fortworthtexas, a�vlpurchasin�/ and clicking on the link to the advertised project folders on the City's electronic document management and collaboration system site. The Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppIiers. BID DOCUMENTS FOLDER: Copies of the Bidding and Contract Documents may be dawzaloaded at h s://docs.b360.autodesk.cam/sharesllabb2579-ecf6-4a7G-b32a-ce702b7a�27 ADDENDUM FOLDER: Capies af any issued addendum may be downloaded a# htYps://docs.b360.autodesk.cam/shares198d9581 b-e35a-4680-b816-74f3afadf8ba Copies of the Bidding and Contract Documents may be purchased f:rarn Str�az� Water Group, Inc., 6737 Breniwood Stair Road, Suite 230, Fort Worth, 'Fexas 7&112. Due ta the C4VID19 Emergency declaration Bidders shall coordinate the purchase and exchange of any documents by e�n-iail to areim@,streamwa�er�p.com ar�d/or telephone at 972-898-5685: The cost af Bidding and Contract Documents is: Set of Bidc3ing and Contract Documents with full size drawings: $150.00 Set of Bidding and Contract Documents vvith half size {if available} drawings: $120.00 CITY OF PORT WOI2TFI STANDARD COAlSTRUCTION SPECIFICATION DaCUMENTS Temporarily Revised Apri16, 202a due to COVIDI9 Emergency 2018 G[P Year 3-- Contract 5 City Project IVo.: 101452 ADDENDUM 1 Oflll13 INVITATION TO BIDDERS Page 3 of 4 PREBID CONFEREI�TCE A prebid conference may be held as discussed in Section DQ 21 13 - INSTRUCTIONS TO BIDDERS at the following date, and time via a web conferencing application: DATE: November 4, 2020 TIME: 9:00 AM If a prebid conference will be held online via a web conferencing appfication, invitations will be distributed directly to those who ha�e submitted Expressions of Interest in the project ta the City Project Manager and/or the Design Engineer. The presentation given at the prebid co�nference and any questions and answers provided ai the prebid con�'erence will be issued as an Addendum to the ca11 for bids. If a prebid conference is not being held, prospective bidders can e-mail questions or comments in accordance with Sectian 6 of the Instructions to Bidders referenced above ta the project manager(s) at the e-mail addresses listed below. Emailed questions wi11 suffice as "questions in writing" and the requirement to formally mail questions is suspended. If necessary, Addenda wilt be issued pursuant to ihe Instruciions to Bidders. CYTY'S RIGHT TO ACCEPT OR REJECT BXDS City reserves the right to waive irregularities and to accept or reject bids. AWARD City will award a contract to the Bidder presenting the lowes� price, qualifications and competencies consic�ered. INQU�RIES Alt inquiries relat�ve ta this pracurernent sho�ld be addressed to the follawing: Attn: Maged Zaki, P.E, City of Fort Worth EmaiL' Maged.Zaki(a7fortworthtexas.� Phone: (817} 392-5448 AND/OR Attn: MD Shamsul Arefin, P.E., Stream Water Group, Inc. Email: arefin tnre,streamwater�rou .n com Phane: {972) 89&-5685 EXPRESSION OF INTERSEST To ensure bidders are kept up to date of any new information pertinent to this project or the COVIDI9 emergency declaration, as amended, as it may reiate to this project, bidders are reyuested to email Expressions of Interest in this procurement to the City Froject Manager and the Design Engineer. The email should include the hidder's company name, contact person, that individuals email address and phone number. All Adclenda will be distributed directly ta those who ha�e expressed an interest in the procurement and will also be posted in the City of Fart , Warth's purchasing website at htip://fortworthtexas.gov/purchasing/ � PLAN HOLDERS To ensure you are kept up to date of any new infarmation pertinent to this project such as when an addenda is issued, download the Plan Holder Registration form to your computer, complete and emai] it to the City Project Manager and the Design Engineer. CITY OF FORT WORTH 2O18 CIP Year 3— Contract 5 STANBARD CONSTRUCTION SPECIFICATION DOCiTtvIENTS City Project Nn.: 101452 Temporarily Revised Apri16, 2020 due to COVIDI9 Emergency ADDENI7UM I 00 11 13 INVITATION TO BIDDERS Page 4 of 4 The City Project Manager and design Engineer are respansible ta up�oad the Plans Holder Registration farm to the Plan Halders folder in BIM360. Mail your comp�eted Plan Holder Registration form to those listed in INQUiRIES above. ADVERTISEMENT DATES October 22, 2020 October 29, 2020 END OP SECTION CITY OP FORT WORTH STAFYDARD CONSTRUCTION SPECTFICATION DOCUMENTS Temporarily Revised April 6, 2020 d�e fo COVIDI9 Emergency 201$ CIP Year 3— Gontract S City Projeci No.: 101452 AI}DEt�1DllM 1 00 21 13 INSTRUCTIONS TO BIDDERS Page 1 of 10 SECTION 00 �1 13 INSTRUCTIONS TO BIDDERS 1. Defined Terms 1.1. Terms used in ihese INSTRUCTIONS TO BIDDERS, which are defined in Sect�on 00 72 00 - GENERAL CONDITIONS. 1.2. Certain additional tertns used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable ta both the singular and plural thereof. 1.2.1. Bidder: Any person, firm, partnership, company, association, or corparation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresiden� Bidder: Any person, ium, partnership, company, associaiion, or carporation aciing direct�y tlazough a duly authorized z'epresentative, submitting a bid far perfornning the work contemplated under the Contzact Dacuments whose principal place of business is not in th.e State of Texas. 1.23. Successful Bidder: The lowest responsible and responsive Bidder to wham City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Sidding Documents 2. I. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations z-esulting from the Bidders use of incomplete sets of Bidding Docunnents. 2.2. City and Engineer in making capies of Bidding Dacuments avaiiable do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. , 3. Prequalification af Bidders (Prime Contractors and Su�contractors) 3.1. All Bidders and their subcontractors are required to be prequalified for the work types requiring prequalification at the time of bidding. Bids received from contractors who are not pz'equaliiied shall not be opened and, even if inadvertently opened, shall not b� considered. Prequalification requirement work types and documentation are avai�able by accessing all required files through the City's website at: h�tns://anps.fartwarthtexas.�ov/Pro iectResources/ 3.1.1. Paving — Requirements document located at; https://apps. fortworthtexas. �ov/Proj ectRespurces/ResourcesP/02%20- %20 Construction%20Documents/Contractor%20Prepualification/TPW %20Pavin� °/a20Contractor%20Prequalifcation%20Pro�ram/PR �UALIFICATION%20RE� UIREMENTS%2QFOR%20PAVING%2000NTRACTORS. df 3.1.2. Roadway and Pedestrian Lighting — Requirements document located ai; CITY OF FORT WORTH 2D18 CIP Year 3— Gontract 5 STANDARD COI+ISTRUCTION SPECIFICATION DOCUMENTS City Project No.: 101452 Teinporarily Revised Apri124, 2020 due to COVID 19 Emergency 00 21 13 INSTRUCTIONS TO BIDDEItS Page 2 of 10 https://apps.fortworthtexas. og v/ProiectResources/ResourcesP/42%20- %20Constzuction%20Dacuments/Contractor%20Prequalification/TPW %20Roadwa v%20and%20�edestrian%20Li�htin�%20Prequalification%20_Pro�ram/STRF_ET% 20LIGH�'%20PREQUAL%24REQMNTS.pdf 3.1.3. Water and Sani#ary Sewer — Requirements document located at; https://apps.fortworthtexas. og v/PrajectResources/ResourcesP/02%20- %20Construction%20Documents/Con tractor%20�'xequaliiicatian/ W ater%20and%2 0 S anitary%20Sewer%20Contractor%20�'requaii� cation%20Pro �ratn/W SS%20pre gual%20z��quirements.t�df 3.2. Each Bidder, unless currently prequaIified, must submit to City at least seven (7) calendar days prior to Bid opening, the docnmentation identified in Secrion 00 45 11, BIDDERS PREQUALIFICATIONS. 3.2.1. Submission of andlor questions related to prequalification shauld be add�-�ssed to the City contact as proviidec� in Paragraph 6.1. 3.2.2,T�1+�1PC�RAI�Y P�tCI�'F.1�1_]�.� i]�fF, -I'f} {'{l�[tl• 19: !1 �iarlc�er wl,nse �re�u�tEii�i�F�t�r�r� 1��� ex�irc� r�uri�g �hc iirnc }a�ricad w�efc � v�lt�i cmcrg�ric� ordc� i:� in �}l��c {i'crl�r�l. wE,��c, I{�c�l );Mn�l fc�r ��1 ��y� ��s� �iic cx�i��atiuiti �sf �l�e enler��:r��y {FrcEt� wi11s lEt� �'ur�Erc�t c�pirati�3� d��c —}�y �ay an� ��1�Fnt1i, w�11 n�t be u►��coi,s,ilE�:a�1}' �i�t]ke3�iile[C [C�ri11 j1[aViCl� thc Bid,�er'� k+�� «��.ne�_ A Q���e�� ir� fhis sit�arioir �if! ��s��� i�s hid o�ene� �yr�d r�ac� �lourl and �vil l�,e xl k{�wecl � hME��ness d�vs (���se of b��sfness �o t17e �`�' day} [a su�rmii a cnn7�rR�fic pr�y��al� €icrti inn ten�ur�l �r�cka�e. H�ilue� #c� InneMy wabmii, [}r xuhm�ik��l ol�an i�C{,o��pie�� ��3�kdge:, wi�1 fer�cier Ihe i3at�def`�s k}id n4,a�Yre���n�:ave_ �I`�hc �,r�c��3;�fitic3la❑n rvare�r+.:C daGv�cr�i� �ho�v I€t� I�4{�tI$f }S:i fli}Vd iusC-[�u�Eo�iee3, �Itc �aid wil] txe r�ndcred rit�n= res}x�nsivc. �� E�i�kc3�.r nt:�y nc�� �;c �l�i�.;xce�siiot� �u scek � pi�e�}ualific�tia�� siaft�s �t�ea�er �E�a�� �iE�� �vlsicli �vas iti plac� nt-�Ite date o�-expi��atiaa. ,r1 Bid�i�sf w�� see6�� to €i��:te��e t�s p«.r�t���Ei�ca�ioi� status i�yus� fa3low rF�e tradi��a€���I ���b�nill�3lr�vi�.�w �process, 3.3. The City reserves the right to require any pre-qualified contractor who is the apparent low bidder(s) for a project to submit such additianal information as the Ciry, in its sole discretion may rec�uire, including but not limited to maripawer and equipment records, information about key personnel to be assigned to the project, and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder{s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recomm�ndatian� regaz�ding ihe award of a cantract wi11 be made to the City Council. Failure to subzxiit the addiiaanal information, if requested, may be grounds for rejecting the apparent low bidder as non-responsive. Affected cantractors will be notified in writing of a recommendation to the Ciry Council. 3.4. In addition to prequalii'ication, additional requirements for qualification may be requized within various sections of the Contract Documents. CITY OF FORT WORTl� 5TANDAR� COIVSTRUCTION SPECIFICATTON D�CUMENTS Temporarily Revised April 24, 2020 due to COVID 19 Emergency 20I8 CIP Year 3— Conlract 5 City Project No.: 101A52 OD 21 13 IIVSTRUCTIpNS TO BIDDERS Page 3 of 10 4. Examinatian of Sidding and Contract Documents, Other Reiated Data, and Site 4.1. Before submitting a Bid, each Bidder shall: 4. l.1. Examine and carefully study the Contract Documents and other related data identified in the Bidding Documents {including "technical data" referred to in Paragiraph 4.2. below). No infonnation given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda fhereta, shall be binding upon the City. 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, locai and sife eonditions that may affect cost, progress, performance or furnishing of the Work. 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, progress, perforrnance or furnishing of the Work. 4.1.4. Study all: (i) reports of explorations and tests af subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in the Contract Documents as containing reliable "technical data" and (ii) reports and drawings of Hazardous Environmenfal Conditions, if any, at the Site that haue been identiiied in the Contract Docuxnents as containing reliable "technical data." 4.1.5. Be advised that the Contract Documents on file wzih the City shall constitute all of the information which the City wiIl furnish. All additional information and data ' which the City will supply a$er pramulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actuaIly written into the original Contract Documents. No information given by tl�e City other than that contained in the Contract Documents and off"icially promulgated addenda thereto, shall be binding upor� ihe City. 4.1.6. Perfarm independent research, investiga�ions, tests, borings, and such oiher means as may be necessary to gain a complete l�owledge of the conditions which will be encauntered during the consiruction of the praject. On request, City may pro�vide each Bidder access to the site to conduct such examinations, investigations, explorations, tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations, investigations, tests and studies. CITY OF PORT WORTH STANDARD CONSTRUCTIOT! SPECIPICATION DOCUMENTS Teinporari�y Revised April 24, 2020 due w COVIDl9 Emergency 2018 CIP Year 3— Contract 5 City Project No.: 101452 QO 21 13 INSTRUCTIOIIS TO BIDDERS Page 4 of ] 0 4.1.7. Determine the di�icu�ties of the Work and all attending circumstances affecting the cost of doing the Work, time required for its completion, and obtain a11 information required to make a proposaI. Bidders shall rely exclusively and solely upon their own esti�nates, investigation, research, tests, explorations, and other data which are necessazy for full and coxz�plete information upon which the proposal is to be based. It is understood that the subzrxissian of a proposal is prima-facie evidez►ce that th.e Bidder has rnade the investigafion, examinakians and tests herein required. Claims for additional compensation due to variations between condifians actually encauntered in construction and as indicated in the Contract Documents will not be allowed. 4.1.8. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such corrections ar interpretatians as may be deemed necessary for fulfillment o�'the intent of the Contract Documents. 4.2. Reference is made to Section 4� 73 00 — Supplementary Conditions for identification of: 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. 'The logs of Soil Borings, if any, on the plans are for general in£onnation anly. Neither the Cit� nor the Engineer guarantee that the data shown is representati�e of conditions which actually exist. 4.2.2. those drawings of physical condinons in or relating to existing surface and subsurface structures {except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may nat be part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02, of the General Conditions has been identified an� established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any oth.ez- data, interpretations, apinions or information. �F.3. The submission of a Bid will constitute an incontro�vertible representation by Bidder (i) fhat Bidder has complied witl� every requirement of this Paragraph 4, (ii) that without exception the Bid is premised upan performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques, sequences ar procedures of construction {if any) that may be shown or indicated or expressly required by the Contract Documents, {iii) that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and when said conflicis, etc., have not been resolved through the interpretarions by City as described in Paragrapi� 6., and {iv) that the Contract Documents are generally sufficient to indicate and convey understanding of a11 terms and canditions for performing and furnishing the Work. CITY OF FORT WORTH STANQAAD COASSTAUCTION SPECIFICATION DOCUMENTS Temporarily Ite�ised Apri124, 2p20 due to COViD 19 Emergency 2018 CiP Year 3— Conhact 5 City Project No.: 101452 00 21 13 INSTRUCTIO]+IS TQ BIDDERS Page 5 of ] 0 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract Documents. 5. Availability of Lands for Wvrk, Etc. 5.1. The lands upon which the Wark is to be performed, rights-af-way and easements for access thereto and other lands designated for use by Contractor in performing the Wark are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction eyuipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obiained and paid for by City unless otherwise provided in the Contract Documents. 5.2. Ouistanding right-of-way, easem�nts, and/oz' permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary CQnditions. In the event the necessary right- of-way, easements, and/or permits are not obtained, the City reserves t}�e right to cancel the award of contract at any time before the Bidder begins any construction work on the project. 5.3. The Bidder shall be prepared to commence construction without all executec� right-of way, easements, and/or permits, and shall submit a schedule to the City of how construction wilI proceed in the other areas of the project that do not require permits and/ar eas�ments. 6. InYerpretations and Addenda 6.1. Atl questions about the meaning or intent of the Bidding Documents are to be directed to City in writing on ar before 2 p.m., the Monday prior to the Bid opening. Questions received af�er this day may not be responded to. Interpretations or clariiications considered necessary by City in response to such questions will be issued by Addenda delivered to all parties recorded by City as having received the Bidding Documents. Only questions answered by formal written Addenda wall be binding. Oral and other interpretaiioans or clax-z�catians will be without legal effect. Address questions to: City of Fort Worth 200 Texas Street Fort Worth, TX 76102 Attn: Mary Hanna, P.E., Transportation and Public Works F�: (8l7) 392-& l95 (Update w/ TPW} E�nail: Mary.Haz�na[�a,fortworthtexas.�ov Phon.e: (817)392-5565 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. CITY pF PORT WORTH 201 S CIP Year 3— Contract 5 STANDARD COATSTRUCTION 5PECIFICATION DOCiJMENTS City Project No.: 101452 Tchnporarily Revised Apri124, 2020 due to COVIDl9 Einergency 00 21 13 INSTRUCTIONS TO BIDDERS Page 6 of 10 6.3. Addenda or clariiications may be posted via the City's electronic document trnanagement and collabaration system at htt s://docs.b360.autodesk.com/ ro'ects/eb33b901-dcb9-4764- be87-75dS5ec07b3c/folders/urn:adsk.wibnrod:fs.folder:co.iZ3r s6uTs6d8WwpYVTIOw/detail . 6.4. A prebid conference may be held at the ti�ne and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City wili be present to discuss the Project. Bidders are encouraged ta attend and participate in the conference. City will transmit to all praspect�ve Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Seeurity 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of five (5) percent of Bidder's maximum Bid price on forrn attached, issued by a surety meeting the requirements of Paragraphs 5.01 of the General Conditions. 72. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award ha�e been satisfied. If the Successful Bidder fails to execute and deliver the complete Agreement within 10 days after the Notice of Award, City may consider Bidder to be in default, rescind the No�ice of Award, and the Bid Bond of that Bidder will ba forfeited. Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all other Bidders whom Ciry believes to have a reasonable chance of receiving the award will be retained by City until f�nal contract execution. $. Contract Times The number of days within whick�, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for Iiquidated damages are set forth in the Agreeraent. 10. Substitute and "Or-Equal" Itenns The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or-equal" items. Whenever it is indicated ar specified in the Bidding Documents that a°substitute" or'br- equal" ite�n of material or equipment may be fiunished ar used by Contractor if acceptabie to City, application for such acceptance will not be considered by City until after the Effecrive Date of the Agreement. The procedure for submission of any such applieaiion by Contractor and consideration by City is set forth in Paragraphs 6.05A,, 6.OSB. and 6.OSC. of the General Conditions and is supplemented in Section O1 25 00 of �Yie General Requirements. 11. Subcontractars, �uppliers and Others C1TY OF FOIZT WORTH 2O18 CIP Year 3— Contract 5 STANDARD CONSTRUCTION SI'�CiFICATION DOCUMENTS Ciry ProjecC No.: ]01452 Temporarily Revised Apri124, 2020 due ta COVID 19 Emergency oozi i� INSTRUCTIONS TO BIDDERS Page 7 of ] 0 11.1. In accordance with the Ci�y's Business Diversity Enterprise 4rdinance No. 2002U- 12-2Q 11 (as amended), the City has goals for the participation of minority business and/or srnall business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The Bidder shall submit the MBE and SBE Utilization Form, Subcontractor/Supplier Utilizafion Form, Prime Contractor Waiver Farm andlor Good Faith Effort Form with documentation and/or 7oint Venture Form as appropriate. T'he Forms including documeniation must be z'eceived by the City no later than 2:00 P.M. CST, on the second business day after the bid opening date. The Bidder shall obtai� a receipt from the City as evidence the documentation was received. Failure to comply shall render the bid as non- responsive. 11.2. No Contractor shall be required to emplay any Subcontractor, Supplier, other person or organization against whom Contractor has reasonable objection. 1�, Bid Form 12.1. The Bid Form is included with the Bidding Docuxnents; additionaI copies may be obtained from the City. 12.2. A11 blanks on the Bid Form must be completed by printing in ink and the Bid Form signed in ink. Erasures or alteratians shall be initialed in ink by the person signing the Bid �'orm. A Bid price shall be indicated for each Bid item, alternative, and unii price item listed therein. In the case of optionai alternatives, the wards "Na Bid," "No Change," or "Not Applicabie" may be entered. Bidder shail siate the p�ices, vvritten in ink in both words and numerals, for which tlie Bidder proposes to do the work contemplated or furnish materials required. All prices shalI be written legibly, In case of discrepancy between price in written words and the price in written nzunerals, the price in written words shall govern. 12.3. Bids by corporatioas sha11 be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of autharify to sign. The corporate seal sl�all be affixed. The corporate address and state of incorporation shall be shown beIow the signature. 12.4. Bids by partnerships shall Ue executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official adciress of the partnership shall be shown below the signat�are. 12.5. Bids by limited Iiability companies shall be executed in the name of the firm by a mexnber and accompani�d by evidence of authority to sign. The state of formation of the fiz-nn and the ofiicial address of the f�rm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint venlures shall be executed by each joint venture in the maz��er indicated on the Bid Form. The official address of the joint venture shall h� shown. 12.8. All names shall be typed or printed in ink below the signaiure. C[TY OF FORT WORTH STANDARD GONSTAUCTION SPECIFICATION DOC[I1ViENTS Temporarily Revised Apri124, 2020 due to COVIDl9 Emergency 2018 C1P Year 3— Contract 5 City Froject No.: 101452 aoai i3 1NSTRUCTIONS TO BIDDERS Page 8 of 10 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be fxIled in an the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. E�idence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided sn accozdance with Section 00 43 37 — Vendor Compliance to Sta.te Law Nan Resident Bidder. 13. Submission of Sids Bids shall be submitted on the prescribed Bi� Farm, provided with the Bidding Documents, at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed envelope, marked with the City Project Number, Project title, the name and address of Bidder, and accompanied by the Bid security and other required dociunents. I� the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. ]4. Madi�eation and Withdrawal ofBids 14.1. Bids addressed to �e Purchasing Manager and filed with the Purchasing Office cannot be withdrawn prior to �e tirne set fox bid opening. A request for withdrawal must be made in writing by an appropriate document duly executed in the manner that a Bid must be executed and delivered to #he place where Bids are to be submitted at any time prior to the opening of Bids. After all Bids not requested for vs+�thdrawal are opened and publicly read aloud, the Bids far which a withdrawaI request �as been progerly filed may, at the option af the City, be returned unopened. 1�.2. Bidders may madify their Bid by eIectronic conn�munication at any time prior to the time set for the closing of Bid receipt, 15. Opening of Bids Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An abstract of �he amounts of the base Bids and major alternates (if any) will be made available to Bidders after �he opening of Bids. 16. Sids to Remain Subject to Acceptan�e All Bids will remain subject ta acceptance for the time period specified far Notice of Award and executson and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretian, release any Bid and nullify the Bid security prior to that date. 17. Evaluation of Bids and Award of Contract CdTY OF FORT WORTH 2Q18 CIP Year 3— Contract 5 STANI3AAD CONSTItUCTION SPECIFICATION DOCUMEIVTS Caty ProjectNa.: ]01452 Temporarily Bevised April 24, 2020 dua ta COVIDI9 Emergency 00 21 13 INSTKUCTIONS TO BIDBERS Page 9 of 10 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or aiI nonconforming, nonresponsive, unbalanced or canditional Bids an�d to x'eject the Bid of aany Bidder if City beIieves th.at it wauld not be in the best intere,st o�the Project to �nake an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by City. City also reserves the right to waive informalifies not involving price, contract time or changes in the Work with the Successful Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of iigures and the coreect sum thereof will be resolved in favor af the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists amang the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defauIted on a previous contract, Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has �ncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awardea. 17.2. City may consider the qualifications and experience of Subcontz-aciors, Suppliers, and other persons and organizations pzoposed for those portions of the Wark as to which the ideniity of Subcontractors, Suppliers, and other persons and organizatians must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and eyuipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the eval�ation of any Bid and to establish �he responsibili�y, quaii�cations, a�nd financial ability o� Bidders, praposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction vvithin the prescribed time. l 7.4. Contractor shall perfonn with his own organization, wark of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. 17.5. If ihe Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaivation by City iadicates that the awaard wi21 be in ti�e best interests of the City. 17.6. Pursuant to Texas Gavernment Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder uniess the Nonresident Bidder's bid is lower than the lovvest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder wouid be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. CITY OF FORT WORTH STANDAR.D CQNSTRUCTIOi�I SPECIFICATION UpCUMENTS 7emporarily Revised April 24, 2D20 due to COVID19 Emergency 2018 CIP Year 3— Contract 5 City ProjectNo.: 101452 00 21 13 INSTRUCTIONS TO BID➢ERS Page 1D of 10 17.7. A contract is not awarded un�il formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No afiher act of City or others will constitute acceptaz�ce of a Bid. Upon the contractar award a Natice of Award vcTi11 be issued by the City. 17.7.1. The cantractor is required to fill out and sign the Certificate of Interested Parties Form 1�9� and the form must be submitted to the Project Manager before the contract wi[E be presented to tbe City CounciL The form ean be obtained at https://www.ethics.state.tx.ns/dafalfarms/1�95/1�95.pdf 17.8. Failure oz refiisal to comply with khe requirements may result in rejection of Bid. 18. Signing of Agreement 18.1. When Ciry issues a Notice of Award to the Successful Bidder, it will be accorrtpanied by the required number of unsigned counterparts of the Agreement. Within 14 days thereafter Contractor shall sign and deliver the required number of counterparis of the Agreement to City with the reyuired Bonds, Certificates of Insurance, and all other required documentation. 18.2. Failure to execute a d�ly awarded contact may subject the Contractor to penalties. 183. City shall thereafter deliver one fully signed counterpart to Cantractor. END OF SECTION CITY OF FOAT WORTH STAI�lDARD CONSTRUCTION SPECIFICATION DOCUMENTS Temporarily Revised April 24, 2Q20 due ta COVID 19 Emergency 2018 CIP Yeaz 3— Contraci 5 City Project No.: 101452 ao3z is-a CONSTRUCTION PROGRESS SCHEDULE Page 1 of 10 sECTioN oa 3�. i� CONSTRUCTION PROJECT SCHEDULE FART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. General requirements far the preparation, submittal, updating, status reporting and management of the Construction Project Schedule B. Deviations from this City of Fort Worth Standard Specification 1. None. C. ReIated Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms ar�d Conditions of the Contract 2. Division 1— General Requirements D. Purpose The City of Fort Worth (City) is committed to delivering quatity, cast-effective infrastructure ta its citizens in a tinneIy manner. A key tool to achieve this purpose is a properly structured schedule with accurate updates. This supports effective monitoring of progress and is input to critical decision making by the project manager throughout the life af #he project. Data from the updated project schedule is utilized in status reporting to various levels of the City organization and the citizenry. This Document complemenis the City's Standard Agreernent to guide the construction contractor (Contractor) in preparing and submitting acceptable schedules for use by the City in project delivery. The expectation is the perfortxzance of the work foIlows the accepted sch�dule and adhere to the contractual timeline. The Contractor will designate a yuatified representative (Project Scheduler) responsible for developing and updating the schedule and preparing s#atus reporting as required by the City. 1.� PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Wor� associated with this Ttem is considered subsidiary ta the various items bid. No separate payment will be allowed for this Item. 2. Nan-compliance with this specification is grounds for City to withhold payment of the Contractor's invoices until Contractor achieves said compliance. 1.3 REFERE�TCES A. Project Schedules Each projec# is represented by City's master project schedule thai encompasses the entire scope of activities envisioned by the City to property deliver the work. When ihe City contracts with a Contractor to perform construction af the Work, the Contractor CITY QF FORT WORTH 2O98 CIP Year 3— Contract 5 STANDARD 3PEC�['1CATIOIV City Project No.: 101452 ]Zevised NLY 20, 2018 oas�is-o CONSTRUCTION PRdGRESS SCHEDLTLE Page 2 of ]0 will develop and maintain a schedule for their scope of wark in alignment with the City's standard schedule requirements as de�ned herein. The data and information of each such schedule will be 1e�eraged and become integral in the master project schedule as deemed appropriate by the City's Froject Control Specialist and approved by the City's Project Manager. Master Project Schedule The master project schedule is a holistic representation of the scheduled activities and milestones for the total project and be Critical Path Method (CPM) based. The City's Project Manager is accountable for oversight af the development and maintaining a master project schedule far each praject. When �he City contracts for the design and/or construction ofthe project, the master project schedule will incarparate eleznents of the Design and Construction schedules as deemed appropriate hy the City's Project Contral Specialist. The assigned City Praject Cantrol Specialist creates and maintains the master praject schedule in P6 (City's scheduling soflware}. Construction Schedule The Contractor is responsible for developing and maintaining a schedule for the scope of the Contractor's contraci�aal requiremenis. The Contractor will issue an initiai schedule for re�iew and acceptance by the City's Praject Contro] Special3st and the City's Project Manager as a baseline schedule far Contractor's scope of work. Contractor will issue current, accurate updates of their schedule (Progress Schedule) ta the City at the end of each month throughout the life of their work. B. 5chedule Tiers The City has a portfolio of projects that vary widely in size, cor�npl�xity and cont�nt requiring different scheduling to effectively deli�er each praject. The City uses a "tiered" approach to align the praper schedule with the criteria for each project. The City's Praject Manager determines the appropriate schedule tier for each project, and includes that designation and the associated requirements in the Contractor's scope of work. The following is a summary of the "tiers". 1. Tier 1: Srnall Size and Shor� Duration Proj�ct {design not req�ired) The City develops and maintains a Master Project Schedule for the project. No schedule submittal is required from Contractor. City's Project Control Specialist acquires any necessary schedule sta#us data or information through discussions with the respecti�e party an an as-needed basis. Tier 2: Small Size and Short to Medi�un Duration Project The City develops and maintains a Master Project Schedule for the project. The Contractor identifies "start" and "finish" rnilestone dates on key elements of their work as agreed with the City's Project Manager at the kickoff of their work eFfort. The Contractor issues to the City, updates to the "stark" and "finssh" dates far such milestones at the end of each month tnroughaut the life of their work on the project. 3. Tier 3: Medium and Large Size andlor Complex Projects Regardless of D�ra�ion The City develops and maintains a Master Project Schedule for the project. The Contractor de�elops a Baseline Schedule and maintains the schedule of their respective scope of wark on the project at a Ievel of detail {generally Leve13) and in CiTY OF FORT WORTH 2O18 CIP Year 3— Gontract 5 STANDARD SPECIFIGATIpN City Project No.: 101452 Revised JULY 20, 2�I8 003215-0 CONSTRUCTIOAi PROGRESS SCHEDULE Page 3 of ] 0 alignment with the WB5 structure in Section 1.4.H as agreed by tk�e Project Manager. The Coniractor issues to the City, updates oitheir respective schedule (Progress Schedule) at the end of each month throughout the life of their work on the praject. C. Schedule Types Project delivery for the City utilizes two types of scheduies as noted below. The City develops and maintains a Master Project Schedule as a"baseline" schedule and issue monthly updates to the City Project Manager (end of each month) as a"progress" schedule. The Contractor prepares and submits each schedule type to fulfill iheir contractual reyuirements. Baseline Schedule The Contractor develops and submits ta the City, an initial schedule for their scope of work in alignment with this speciftcation. Once reviewed and accepted by tIte City, it becamas 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 only after receipt of a duly authorized change order issued by the City. In the event progress is significantly behind schedule, the City's Project Manager may authorize an update to the baseline schedule to facilitate a more practical evaluation 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 from authorized changes in the work. The updated schedule must accurately refiect the curreni status oithe work a# that poin# in time and is referred to as the "Progress Schedule". The City's Project Manager and Froject Co�trol Specialist reviews and accepts each progress schedule. In the event a progress schedule is deemed not acceptable, the unacceptable issues are ideniifted by the City within 5 working days and the Contractor must pravide an acceptable progress schedule within 5 working days after receipt of non-acceptance notificatian. An example of a Progress Schedule is provided in Specification UO 32 15.2 Construction Project Schedule Progress Example. 1.4 C�TY STANDARD SCHEDULE REQUIREMENTS The following is an overview of the methodology for developing and maintaining a schedule for delivery of a projeci. A. Schedule Framework The schedule will be based on the defined scope af work and fo�low the {Cri#ical Path Methodology) CPM znethod. The Cantractar's scheduIe will align with the requirements of this specification and will be cost loaded to reflect their plan for execution. Overalt schedule duration wiIl align with the contractual requirements for the respective scope of work and be reflected in City's Master Project Schedule. The Project Number and Name of the Project is required an each schedule and must maich the City's projact data. B. Schedule File Name CITY OF FpRT WORTH 2O18 CIP Year 3— Contract 5 STANDARD SPECIFICATION City Project No.: 101452 Revised IULY 20, 2018 oosxis-o CONSTRUCTION PROGRESS SCHEDULE Page 4 0� ] 0 All schedules submitted to the City for a project will have a file name that begins with the City's project number followed by the name of the prajeet followed by baseline {if a baseline schedule) or the year and manth {if a progress schedule), as shawn below. A Baseline Schedule File Name Format: City Project Number Project Name Baseline Example: l O1376 North Montgomery Street HMAC_Baseline Progress Schedule File Name Format: City Project N�amber Project Name YYYY-MM Example: 101376 North Montgomery Street HMAC_2018 fl1 e Project Schedule Progress Narrative File Name Format: City Project Number Project Name PN YYYY-MM Example: 101376 Norkh Montgomery Street HMAC_PN 2418 01 C. Schedule Templates The Contractor will utilize the relevant sections from the City's templates pro�ided in the City's document managemenf system as the basis for creating their respective project schedule. Specifically, the Contractor's schedule will align with the layout of the Construction section. The templates are identified hy rype of project as noted below. e Arterials s A�iation a Neighborhood Streets • Sidewalks {later} • Quiet Zones (later) • Street Ligt�ts {later) 0 Intersection Impro�ements (later) � Parks � Storm water � Street Maintenance 4 Traffic � Water D. Schedule Calendar The City's standard calendar for sched�le develap�nent purpases is based on a 5-day workweek and accounis for the City's eight standard holidays (New Years, Martin Luther King, Memorial, Independence, Labor, Thanksgi�ing, day after Thanksgiving, Christmas). The Contractor will es�ablish a schedule calendar as part ofthe schedule development process and provide to the Project Control Specialist as gart of the basis for their schedule. Variations between the City's calendar and the Contraetor's calendar must be resol�ed prior fa the City's acceptance of their Baseline praject schedule. E. WBS & Milestone Standards for Schedule Development The scope of work to be accomplished by the Contractor is represented in the schedule in the form of a Work Breakdawn Structure (WBS). The WBS is the basis %r the development ofthe schedule acti�ities ar�d shall be imbedded and depicted in the schedule. CITY OF FORT WORTH 2U18 CIP Yesr 3— Contract 5 STANDARD SPECIFICATION Cify Project No.: 101452 Revised NLY 20, 2Q18 003215-0 CONSTRUGTION PRQC�RESS SCHEDULE Page 5 of 10 The following is a summary of the standards to be followed in preparing and maintaining a schedule for project delivery. Contractor is reyuired to utilize the City's WBS structure and respeciive praject type temp�ate for "Construction" as shown in Section 1.4.H below. Additional activities may be added to Levels 1- 4 to accorrzraaodate ihe needs ofthe organization executing the work. Specifically the Contractor will add activities under WBS XXXXXX.80.83 "Constructian Execution" that delineates the activities associated with the various components of the work. 2. Contractor is required to adhere to the City's Standard Milestones as shown in Section 1.4.I below. Contractor will include additional milesiones representing intermediate deliverables as required to accurately reilect their scope of work. F. Schedule Activities Activities are the discrete elernents of wo:rk 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 extent of the activity. All activities are logically tied with a predecessor and a successor. The only exception to this r�zle is for "project start" and "project finish" milestones. The activity c�uration is based on the physical amount of work to be performed for the staied activity, with a rnaximum duraiian of 20 working days. If th� work for any one activity exceeds 20 days, break thai activity down incrernentally to achieve this duration constraint. Any exception to this requires review and acceptance by the City's Project Control Specialist. G. Change Orders When a Change Order is issued by the City, the impact is incorporated inio the previousIy accepted baseline scheduie as an update, to clearly show impact to the project timeline. The Contractor submits ihis updated baseline schedule to the City far review and acce�tance as described in Section �.5 below. Updaied baseline schedules adhere to the following: 1. Time extensions associated with appro�ed contract modifications are limited to the actual amo�t of time the project activities are anticipated to be delayed, unless otherwise approved by the Program Manager. 2. The re-baselined schedule is submitted by the Contractor within ten workdays after the date of receipt of the approved Change Order. The changes in logic or duratians approved by the City are used to analyze the impact of the change and is included in€ Yhe Change Order. The coding far a new activity(s) added to the schedule far the Change Order includes the Change Order number in the Activity ID. Use as many activities as needed to accurately show the wark of the Change Order. Revisions to the baseline scheduIe are not effective until accepted by the City. H. City's Work Breakdawn Structure CTTY OF FORT WO�tTH 2O18 C!P Year 3— Cantract 5 STANDARD SPECIFICATION Ciiy i'roject No.: 109452 Revised IULY 20, 2018 003215-0 GONSTRUCTIONPROGRESSSCHEDULE Page 6 oF 10 WBS Code WBS Name XXXXXX Projec# Name XXXXXX.30 Design XXXXXX.30.10 Design Contractar Agreement XXXXXX.30.20 Conceptual Design {30%) XXXXXX.30.30 Preliminary Design (64%) XXXXXX30.40 Final Design XXXXXX34.50 Environn�ental XXXXXX30.60 Permits XXXXXX.30.b0.10 Permit,s - Identification XXXXXX.30.b0.20 Permits - Re�iew/Approve XXXXXX,40 ROW & Easements XXXXXX.40.10 ROW Negotiations XXXXXX.40.20 Condemnation XXXXXX.70 Utili[y Relocation XXXXXX.70.10 Utility Relocation Co-ordination �;XXXXX.�O Construction XXXXXX.80.81 Bid and Award XXXXXX.80.83 Construction Execution XXXXXX.80.85 Inspection XXXXXX.80.86 Landscaping 7�;XXXXX.90 Claseout XXXXXX.90.10 Construction Contract Clase-out XXXXXx.90.�40 Design Contract Closure I. City's Standard Milestones The following milestone activities (i.e., important avents on a pro}ect that nnark critical points in ti�ne) are of particular interest to the City and must be reflected in the project schedule for all phases of work. Activitv ID Design 3020 3040 310Q 3120 3150 3t60 3170 3220 325Q 3260 CITY pF FpRT WQRTH STANDARD SPECIFICATIOI+I Revised JULY 20, 2018 Activitv Name Award Design Agreement Issue Notice To Proceed - Design Engineer Design Kick-off Meeting Submit Conceptual Plans to Utilities, ROW, Traffic, Parks, �torm Water, Water & �ewer Peer Review Meeting/D�sign Review rr�eeting (technical) Conduct Design Public Meeting #1 (reyuired} Conceptual Design Complete Submit Freliminary PIans and Specifications to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer Conduct Design Public Meeting #2 (rec[uired) Preliminary Design Complete 2018 CIP Year 3— Contract 5 City Praject No.: 909452 003215-0 CONSTRUCTION PRpGRESS SCHEDULE Page 7 of 10 3310 SubtniY Final Design to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3330 Conduct Design Fublic Meeting #3 (if required) 3360 Final Design Complete ROW & Easements 4000 RigYit of Way Stari 4230 Right of Way Complete Utility Relocation 7000 Utilities Start 7120 Utilities ClearedlComplete Construction Bid and Award $110 Start Advertisement S 150 Conduct Bid Opening 8240 Award Construction Contract Construction Execution 8330 Conduct Construction Public Meeting #4 Pre-Construction 8350 Construction Start 8370 Substantial Completion 8540 Construction Completian 913b Notice of Compleiion/Green Sheet 9150 Construction Contract Closed 9420 Design Contract Closed 1.� SUSMITTALS A. Schedule Submittal & Review The City's Project Manager is responsible for reviews and acceptance oithe Contractor's schedule. The City's Froject Control 5pec�alist is responsible for ensuring alignmcnt af fhe Contractor's baseline and progress schedules with the Master �'roject Schedule as support to the City's Project Manager. The CiTy reviews and accepts or rejects the schedule wrthin ten workdays of Contractor's submittal. 1. Sci�edule Format The Contractor will submit each schedule in two electronic forms, one in native fle format (.xeF, .xml, .mpx) and the second in a pdf fonnat, in the City's document management system in the locatifln dedicated %r this purpose and identified by the Praject Manager. In the event the Contractor does not use Primavera P6 or MS Projeci for scheduling purposes, the schec3ule information must be submitted in .�s or .xlsx format in compliance with the sample layout (See Specification 00 32 115.1 Construction Project Schedule Baseline Exampte}, inc�uding activity predecessors, successors and total float. 2. Initial & Baseline Schedule The Contractar will develop their schedule for their scope of work and submit their initial schedule in electronic farm {in the file farmats noted above}, in the City's document managemen� system in the location dedicated far thts purpose wathin ten workdays of the Notice ofAward. CITY OF FORT WORTH 2O18 CIP Year 3— Contract 5 STANDARD SPECIFICATION City Projecf No.: 101452 Revised JUT.Y 20, 2U18 003215-0 CONSTRUCTION PR4GR�SS SCHEDULE Page $ of 10 The City's Project Manager and Project Control Specialisi review this initial schedule to determine alignment with the City's Master Project Schedule, including format & WBS structure. Following the City's review, feedback is provided to ihe Contractor for their use in finalizing their initial schedule and issuing (withira five workdays) their Baseline Schedule far final review and acceptance by the City. 3. Progress Schedule The Contractor wiIl update and issue their project schedule (Progress Schedule) by the last day of each month throughout the life oftheir work on f.he project. The 1'rogress Schedule is submitted in electranic form as noted above, in the City's dacutnent management system in the location dedicated for this purpose. The City's Project Control team reviews each Progress Schedule for data and information that support the assessment of the update ta the schedule. In the event data or information is missing or incomplete, the Project Controls Specialist communicates directly vvith the Contractor's scheduler for providing same. The Contractor re-submits the corrected Progress ScI�edule within S workdays, following the submiftaI process noted above. The City's Project Manager and Project Cantrol Specialist review the Contractor's progress scheduIe for acceptance and to monitor performance and progress. The following list of itezns are required to ens�re prop�r status informiation is contained in the Progress Schedule. • Baseline Start date s Baseiine Finish Date s % Complete • F1aat s Activity Logic (dependencies) s Ci1t1C� Patil s Activities added ar deleted s Expected Baseline Finish date s Variance to the Baseli�e Finish Date B. Monthly Construction Sta�us Report The Contractor submits a written status report (referred to as a progess narrative) at the end of each month to accompany the Progress Schedule submittal, using the standard farmat provided in Specification 00 32 15.3 Construction Aroject Schedule Progress Narrative. The content of the Construction Project Schedule Progress Narrative should be concise and complete to: A Reflect the current status of the work for the reporting period {including actual act�vities started and/or cornpleted during the reparting period) o Explain variances from the baseline on critical path activities a Explain any patential schedule conflicts or delays � Describe recovery plans where appropriate � Provide a summary forecast af the work to be achieved in the next reporting period. C. Submii�al Process crrY oF FoxT wox� 2018 CIP Year 3— Contract 5 STANDARD SPECIFICATION City Projecf No.: 101452 Revised JLTLY 20, 2�18 4 � 003215-0 CONSTRUCTION PROGRESS SGHEDULE Page 9 of 10 - e Schedules and Monthly Construction Status Reports are submitted in Buzzsaw ( following the steps outlined in Specification 00 32 15.4 Construction Project � Schedule Submittal Process. � Once the project has been completed and Final Acceptance has been issued by the ' City, no further progress schedules or construction status reports axe required from ' the Contractor. 1.6 ACTIOI+T �UBIVIITTAL�/INFORIVIATIONAL SUSMITTALS [NOT USED] l.i CLOSEOUT SUBMITTALS [NOT USED] t 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] � � 1.9 QUALITY ASSURANCE A. The person preparing and revising the Contractor's Project Schedule shall be experienced in the preparation of schedules of similar complexity. B. Schedule and supporting documents addressed in this Specification shall be prepared, updated and revised to accurately reflect the performance of the Contractor's scope of work. C. The Contractor is responsible for the quality of all submittals in this section meeting the standard of care for the construction industry for similar projects. 1.10 DELNERY, STORAGE, AND HANDLING [NOT USED] 1.11 TIELD [SITE] CONDITIONS jNOT USED] L12 WARRANTY [NOT USEDj 1.i3 ATTACHMENTS Spec OU 32 15.1 Construction Project Schedule Baseline Example Spec 00 32 1 S.2 Construction Project Schedule Progress Example Spec 00 32 15.3 Construction Project Schedule Progess Narrative Spec 00 32 15.4 Construction Project Schedule Submittal Process PART � � PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OT� SECTION CITY OF FORT WORTH STAIYDAKD SPECIFICATION Revised 7iJLY 20, 201 S 2018 CIP Year 3— Conlracf 5 Cily Prvjec# No.: 101452 D03215-0 CONSTRUCTIQN AROGRESS SCHEDULE Page ] 0 of 10 Revision Log llAT� NAM� SUMMARY QF CHANGE July 20, 2018 M. Jarrell Initial Issue CITY pF FORT WQRTH 2O18 CIP Year 3— Contract 5 STANDARD SPECIFICATION City Project No.: 141452 12evised 3CJLY 20, 2018 0032I5,1-0 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 1 of i sECTioN aa 3a� i�.i CONSTRUCTION PROJECT �CHEDULE -- BASELIN� EXAMP�.E PART1- GENERAL The following is an example oFa Contractor's project schedule that illustrates the data and expectation for schedule content depicting the baseline for the project. Tnis version of the schedule is referred to as a"baseline" schedule. This example is intended to provide guidance for the Contractor when developing and submitting a baseline schedule. See CFW Specification 00 32 15 Construction Project Schedule for details and requirements regarding the Contractor's project schedule. CITY OF FORT'4lVORTFT 2018 CIP Year 3— Contract 5 STANDARD GONSTRUCTIpM SPECIFICATION DOCiTMENTS City Project No.: 101452 Revised JUI�Y 20, 2018 00 32 15.1 - 0 CONSTRIJCTION PROGRES 5 SCHEDULE - BASELINE HXAMPLE Page 2 of 5 m � � � � � � � � � � a rn sv � �i � � � �. � � � � � � � ,� � � i� .ry .i � �"� � � � � � � � � '� �� � � F4 � � � � � �'1 ci � i � � � � •� � � � I � � � � � � i i `�' � � I � � ���, i � � � 1 � � � � ' � � � a � �� ' � � � � �. � � � t, �L + 'l, !i � . i� , �' ' �` +* 'b r �� �} " ' �G � � ' ,L` i .; � � n :� n +;� r�� ` � i� ;-, � � � n Y� ' �� � �I � w n 4 1S �� _ � : a „ n� �� x� � � s[ ct ]I �i� � � r - � � ° W� . ; it 4 �� �� �' Y' � ii �� ` ,� ` M q ` i, • ' � � S4� -^�� e ij }I � f n' �: r � Ll � �!I :' 4�• �: � w .E. i� �i .3c fSS �' y � E �: �- � � , w E ` � �: � *' sm � � k' :} [ o p nf �� �� '= :� � L �, {� - � �1 � - � k r � E ., `�I� �, � p � m �a; �� �" � � � �' � s i� i.• n. . � � i� �- '� �'� ui �i �� G i'r f� y` F' �'i �' �� is ti� vi o �� � rn �� + ~ � I � •G � i i q. Q. i p. i � t � Gi O� �^ P!.� A9 ^ Gi Y i . n c i �, n� rK � o� ' �yY_ m_ ,u r� ao ! mi v r. �J � 0.. m � �i 4 d` 5..1 � � .� .� .; ��,' n :. �� �� M �� .. � � � `� �a �n �� .�'� :� ;a ,��n� : � � i s� ���i � i � I LL 0. . , n� k� .. iq � VI N � Y! 1• � � � : c � i � � � � � ; � :-•-•-•-.. � _._._._....! .-•-._._....---•-• •••; •-• .......:......... :.•.-•-•-._......_..•-:-.--._._..�......_._;.._. i � � � I � � I I ; i < i � � � ��-�------+--•--R...F.---•-----t-_._.....-y �---------i-•--------r----._._._�....._..•_1--�-------�---._u._�.._. '4 a ti � , � .� ,� �. �� �� _� �; . _� '�� r� f „ �. � . ,� � �. f ,�, � �: �31 � I„ I.i pi (} ' ��1 �I 4; '- � ` � I �� , ��� . ��I K"��' �I} Y" �h��� � ,.. .. ��17 � :'Y{� �.��.. ���,� .�. r. �. �� , �� .� ;,� ��;. - I' I d �fi r u ���I � ^r � ��'r � � w'� '� �'- : o'� :i v; � ;� u �i�� . i:� =' � i �. n:� • - � �%i , �� � � � �n � -a , - �� .� �� .� pp� fi fG'� � R1 � W _ �4 �, :, :' '� �' �'�:�. �,"��' ";��s;�,:,o�„, n "��? �o�, �. �{ .f'�� N `f � � �� ����� h� � � ��� � ii .Vi � ui ri� i r. ;i sV •7 " i' '. " � _ � c � � �' �'� ; y' � a� :� ,.� � _4 �;' :l' y r � o �� e � 1� � r 1 Y� `o� �' 7 � S.. � �t t a � ��' �,� i i.r. �� �� � r. �i� � g �� :� ;'F .. �,� ?� � _ '� , .�a r10i� !1 . � `� � u n L i" � „ ° r�l �4 �' r.i _ m �h �� �� $ ... �.� ... �� .� H. n� �.. .. r. � �, �. . M1. w ��� u� .� ��. . m�u ��� .� .. ��. m �. ' -' ` ;i �, " � 'i ;����� �� , :� �''�� :: r .� � : � �v� � :1 " �: � �J '� � y y' � � � . �^. ,�� � � i ;; m' � �i %. ; H �� !� P. #� � �� ��;' �` �' ?: r'�j� ; # � � � � '{' 5 � { � � � . '� � � � � + �� y> . „ . . � i � e� :. i � w . � . N * � . � '°' i : i.+' -� �° r � � rn ' i :" i � ti u . � ' � ' +�� � ����. �. . ';.. � �i'-'.:]� "fi�-°.� �I.`,n:^_yl. ;"u�ac y',7'+vr�=, - ok' i } I ti F� ��r , .. n .� � ;i a �f ,.�v ., w� ; - ��;� �I ; , � � , , w �, . ;i „r ., �„ � :i �,� � �, � � � :� d) r �� � � r � Vt K 0 n 0 CITY OF FQKT WORTH STANDARD CONSTRUCTIpN SPEGIFICATION DpCUMENTS Revised ]ULY 2�, 201$ 2018 CIP Year 3- Contract 5 City Project No.: id1452 i i s � � � ` 00 32 15.1 - 0 GON3TRUGTION PROGRE35 SCHEDULE — $ASELINE EXANiPLE Page 3 of 5 ao � N 4 � N � � N � �lf � � .� � � � Tq ; � � � Y � a� � � � •� ,74 � � � �' U � � � � � � � i.i G r• � i�.�� �p Li�' i ir i� r. CY vi i i�i P 1� + i. P Nn"aii �i.�V 9.� p��„ �1 ri.� rl 4 I� yS � [� Q� �� �: 'i ia .� y }� ev ' � � ��i � o ' � i N.e 5'�' � f'1 � `r U �� ` I yi � iJ r! n• i'1 f .�, m� i� i� ,5 �f1 i W j Q' �, C. M � I ±� N� M Ya1� r1 � J M p�y y u�ca A u u' U aa N�1 v � S� �.. {} �. �'� J H 6[d;� •� Q! � �y Y i1 ��Y.i-I N Ct'fl� II �+r A/ �} .i'1 .y q H �. { Iri ul'ri I:l M . � i.., ��a/ �� - i M ��G i_ i i i r} iT Y� M W , EG ti+ Pi' �, o� a � oc m.� ., a� eo R� a� u� m � o. m� P {� � �'� f.} .r �i {��rrj i�1�fi ' ri T �� � C ii Y .'� 4 I_i ^ M .' f5 tf �� p - �' { •^ ~ � � w n r �. w ihy ��.i� �� i,�Li �.}'.'� ?._ Ca .. � w�%i �[� `��t ,� F� ry r� f J •i i�• iJ.f��;i ry� n �i� �- i� f.5 l. ,'� y +K -l� ,' 4 �� tl d i' . J �. Z 4N.� N � 4. .I b h �7 �� � �1 ti Yi �� �}� . � n L} • 6 .7 =j i� r:, �' Q � f. ti ] ' � � 2 � � � t "r � Y � � -r Cil i� � �'i5 7 � d ti, � d �. � A d m �t. �ti �- � o �' ro n m i. �. �a tv �_ ro, 1] r- ri - �{ F� .- i�l N ii il _� � N 1- �i r• o ii G rJ - 'r� .- �y ka.i'i - . yi �� 00 C6 .�. .i �� U� 00 ��� _i Fi 40 .i C� V. W in �i M r..O�;Ob� •1 �'� .�� i.�i i� _ .� {)�� �. � �i .} �I �� i� Y �± il il ii [V ty.1I i� :� fJi � � .���i�e� r � � i�i �y "i �� _f] "� a "� �' � Vi ry� �y � � ��� 2 f�5� n �\ i.4i �' is �� !� C1 + � � ri�� �� ,.� x n'� � q � �] � h '; � r�. {y K � � i{ Cf � r - 4' S - �T V' �' � � N�a i.� I-, FS 'u' 01 } " � �i � ' �� r'�' 6 r �.� I.- .- . r[y r � n�rt �i C] N P'i� � - . . i� � el o-- �� w in �'� F' o y W y� M m�'�r �. o r- s- s. N?� � ri � n � 1 Ut • M� Fi m I��.-1 O � ' ��� .. � � � i � LJ Ri � � � 4i � ��� CJ ii� �` I w, .v I� ' t� "+ r�� �.�!�•'� �i�ci�� @ �� %'� — r`+', ' �o . w. ., �� _. `�j i � ; ' i �I I ii . � ' ; � �I : 3 w i� � i • � ; � r r � � :� ' � � �+ k � � � , ,T{ � a E `Y [}J L � - y� � � � - � V . ' 1' . J � � m 'Vj � ' �,rl � f� �' II�� 4 e, � x • M1" n �e � k` � : �; =a ' � ;� � �� � a -� � : t a o �I .�, ;- + m , ,:i ,� � .� C v Q 9 v �" "' � � � � � �� � .�� tn n. 6. n� �S� g � ;- m � � � I � � ry ` r v `� Y �e !9 '� � �� � Ilt I i � ry i I {i � �� ��� � �� �l F IlE 4% ll r �(1 [[) ~ o I t' 4 i+. I r. o,� � o r+ �a � o � � � ry �� �i � . M t I �=� ,� � . 4; "�i r�i : :-� �rj n ;.. :i ,l n � �t . . � i ,y .� ,� .� �. � n n i �.� w ni CF � � m � w C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised NLY 2Q, 2Q18 � i i b a � n�t [� a L � I f g i (�j � � � � , `n � � � a ���' �� � � 9 � �3 _ '�—�,, _. � �i.'�, �.� � � �* �'i�.� v r �3 I ; u���pp p N ms�;o� ad W�4 m �] m r' 3 ;i � � � � 4 a' y � S: � � �� � � S� w. t e 1 G K i1 l.' o � � r � = ii i � � R c P O � n i} � � � � � (�� � -. �+l� � `b' �y � � Hl �J � � � � � � y � !� � 1� �� r � �� � � � � � � � � � �: � � � � � o � V V 9 & � � � � � �!1 .� � o ,K � � f1i � � � .L fo � ry � ��} `C�� e[ i1L S� � � � 2018 CIP Year 3— Contract 5 City Project No.: 101452 00 32 15.1 - 0 CONSTRUCT[ON PRQGRES S SCHEDULE — BASELINE EXAMPLE Page 4 of 5 CiTY OF FpRT WORTIi 2018 CIP Year 3— Contracl 5 STANDARD CQNS'1'RUCTION SPECIF[CATION D4CUMEN7'S City Project Na: 1D1452 Revised ,TUE,Y 2Q, 201$ 00 32 15.1 - 0 CONSTRUCTION PROGR�SS SCHEDULE — BASELINE EXAMPLE Page 5 vf 5 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE July 20, 201$ M. Jarrell Inifial Issue C1TY OF' FORT WOR7"H 2O18 CIP Year 3— CoNract 5 STANDARD CONSTRUCTION SPECIFICA770N DOC[JMEIVTS City Projec# No.: 109452 Revised 7ULY 2q 2018 00 32 15.2 - 0 CONSTRUCTION PROGRESS SCHEDULE -- PROGRESS EXAMPI.E Page 1 ef 4 �ECTION 00 321�.2 CONSTRUCTION PROJECT SCHEDUL� — PROGRESS EXAMPLE PART1- GENERAL The following is an example of a Contractor's project schedule that illustrates the data and expectation for schedule content depicting the progress for the project. This version of the schedule is referred to as a"progress" schedule. This example is intended to provide guidance for the Coniractor when developing and submitting a progress schedule. See CFW Specification 00 32 l5 Construction Project Schedule for details and requirements regarding the Cantractor's praject schedule. CI'TY OF FORT WORTH 2O18 CIP Year 3— Contract 5 STANI]ARD COMSTRUCi'TON SPEC[FICA7'ION DOCUMENT'S Cify Project No.: 103452 Revised IULY 20, 2418 00 3a is.a - a CONSTRUCTCOIV PI20GRESS SCHEDULE — PKOGRESS EXAl1�{PL� Page 2 of 4 � iV � � 7 � � � � ti7 ',u �- '� : d n � �+ � �. � '� h "; � yi �� � J �'; � � � � :� � � �� � � �� '� � �l i.� a� �r �r, � � � � � � � � � � � � � �` `"1 f" � � � i� � � r. i� i r NiN'ii rr I�.��.�I .1 �1 n 1� �� . aa !;t- �;�. � � � ����� ���i'dl_�,,�.,.,. �•i��l-I�t�i:F��:k_�„� ..0 , � - ,. ��- �. �„�, �,. ,�, o. �, �. ., ., .� „ _� � „ ,�, ��. .� .� „ �, ��. �. „_ ��. .� ��� � � �� � , �.� �- ��- � �' "' s� c� � t � � � f, f fr '�w 's.a .� :�:= �' k• a 'i' `' � 7 `: Sl r €� '.:: �� '� " �� i] 1 "r' �' ; � � ;'I �;I c� ',� � �' � '�: � f , r. � f ' K.�'y ;'� �'L , ; .'� � k�: a � a� �. ��. �� ' � � i+, Q 4 ;r, � ���•#�,� � , �; ��T1 rr � t� �;lY`��� ���'"�f,� �Y ^ �µ � . � �: , `-� "� �I 1a 'a :;..,, � '�I ~ y I. �,. i� - � ry f ',�'�: � �' �{.{ � � ,,, ,,. �. � „ � ,�, ,,, �, � .� n� ,,, „ ,,. ,,. , ,,, _, �. „ . �. , . � m m ,., ,- . _ � � _ � -. � � . ,. � � , t ,. ,. , � � ,, , � �a � �s ���;r` � �r� ;: '] �: �� i; f: i^ �,ri � � ,;,;; .� .i f} � :� ��� ���� ,� ,� � " � N " :� � G� �� [, � i, � } � f f •'i � — — 4' L,+ � � L 1 �' r I � � � � � � { �tl �I lf P' ��;^i ' --'. �r�'I� � J, �'i •� i l� 4+ I�i C? '�' }9 l�a �. �� li � � m�.. P! k: 7:.. ia �a n o'r� — • r �.� �'- •ii ^• . r:�i .i i� .� �� .� ' T.,'� o T. m n, �. �u� .� �� i, �� �� �n �. 8 a. T. m� �� � ' � .tt _ 4 t �".�:. . • ,' e t ; „ i •- �{ ts `�.src".s,"�?;� `��i�C 'k���:���{��11J� i�L���i�ly ii. r���'�n'i , ";� '�'�c�' � �,� ��:A ,� # ;��'�� � � i � �'S � �; , �I �, � � � 4 { �� ,� .. n� k n� � I;4 � f. .7� .r.4 ;� a. .�; r � ; � � � � h � � . .� .JL . � [.� �. � r. � �:� - �a � �r ��:�'� � �I :� '] r '!�!' Fl � '�;� .�"r: 'r' � ' i; � � •� :' :i � C: � �t��f��.�'�.� �����j.�����4?�k f ��� 1' � ����"�4 ����. I: �. � r: := �i ! � � I il�u�v'�ii � LI.'�' a � �. 19 � #�J 'J � � �: � •'� �r� `a'�. i� .. =? +�- � � r�'F: n oIL � ���i�{'ri�' ��.'�s fi'#'� ��'u �s �. a �.� �i a o o'�:+ � o � � r_t i i i �a FJ � � r� � �I� ��i:ri !� 4� x r�i iy�r�u � Y� �� �� u� ii. Li N� K ui N� M�' t as � � id I va c� �1 '_ i� �$ LL Y flIF{�i�.��.M "� oi.krllr I:I ���i'N�.II. y. i�. �i i��� Ml fy � s� �� i� � '� �, I ryl* r �, I I � �ry � � ii � k v.1� � � �'�. � 6 � U s � � ¢ d� +� "' � �J+L'F,��� �'U;� €��,� a i �'��_, r; ';��� �' E E f o�o�o � n�{€o �� o`�o i a�n � ro o3 03 a i � � I � f ' 1 I I I I � K � � �' L ~ u 4 �����.4 k � �y � �' ii� � ' � ii A n �i �! H �� '� `I '} I tx �� � rh � f ' 4 � A � ^�r�' r;1: ,�'� �F'��, �!� i:f�i���E�' �~ � � � ��� � �ii � �� L' 1�j � ' �' � h. iC' � `�. � #�ii � �Cy n: � ��. �. � fI �. �� F � ri I' �1.� � f� Ji r ��! �i N� �l � 1f1 f�ii T- ¢t lre �. .� � �r � � Y. R Y � '� ��� h:�l� G���; � � �, � � � . . N �, � �n n �n N� �: � � fl � +�a 0. M � w � � � � €� O � � 9 `� � � �� � � � 19 '� � � � � � � � � � �G � i b i � ��—i � � � � � C � � � ��� �� ��i .�� � �� a� ;w I� 5' [a C.�3 � � � � +Ga yi � � .sC � � � � � � � .�' � � 'c' u � � � ❑: � C� � � � CITY OF FORT WORTH 2418 CIP Year 3— Contracl 5 STANDARD CONSTRUCTION SP�CIPICATION DOCUMEIVTS Cify ProjeCt No.: 101452 Revised JULY 20, 2018 00 32 152-0 COTISTRUCTION PROGRESS SCHEAULE — PROGRESS EXAMPLE Paga 3 of 4 � � � N 1 � C � fY � N � � 0. Csi � � �� � � � �+ � � .� � �. � . � � � � � � � � � �" "� ff �i (+� YY ('1 (V TI � I+{ �i iy:w! M N M'•i +{ � r� r� {v.L. CI f�J ['J [Y M1�4N�N •I � I �4' �+ �a} NIiV IN'NIN. I � 1 � il r iF' IR VF �A aR L� YI I:I rl y._. .. 1:1}L {I L I��L� i� :V :. .+ nl'I:I:U !:I O�� f� i:l .. =.:�,^.'���w � I ` I' � '[O OP W OJ W ii .i� •� fO�O� = m.� .� ,i� ii� ���.�i�.��� pi ai tll 4y5 �.�i ,i� �i� �ii si� ir _i� ih p� OI} i:�iT �i. [3 is p3� Q O G• � u O O'. e� ry�r•y •.� . V [} n]}��[ lS 1"1 [J cyr '�i �� C� � N�� � � �r.�.'�1, I'i i`i�:l�ai n i7,+, � � ^� �C1� 7} � �� � :}j�•�I 9 k I�"��c7��sr�+4 �Fi`��`�.,�"',',�'�f4o�6'' 3�"'9�1^��� rC � �yr���ri'�ri *r h� �� r ��� � � u ii � �,,, �I.i� {v 1.i�� - rl i- N� N- _ i[! f�! 14 ��:! p�. 43 LI � �. � m.i'�e epe mp apo ,i �o uiw opo- � � i�� �- m�.i .�. i�. u mp m5� m i. w� � iy� ui .. �. m.�, !Im�} �r' ��•u'N ly N N ��� ii � r N fv� r} i1 r fAY i� }� f'} N ri {� i'l:f.� i� I� Yi ii�f� i7 SI f�i � �� `RY�'���� � �.i������ `���?��?. �����' ��a� ty��,' `�� tb . �� � n Ou �� u3 rv. = �, m m ui r.� 4i ��i m�n n� �fi di 9� � P� 4%i �~ ��Ip sn rn � ri'^ in =�iii.,= m'�� ���.� �N��y.4je � "n��y'i'��' i3, ty �' L s �i�un�^ {k�' � T��}' 25 f + ' "� J� d f { � � �� � �i y J N rY J'I �y [�1 '' 7' i� � 11 �L � J� I� y,�fs, �''Ti tl1 iL Ai '� ��`�}� J �-'X q� ^ if � �{' y�vr1 M1 1� � J %'}j R�./]'{�1 . f a ili 4' ,� �� Fl � 4 � i} � F� �+� O� Fj �II � 'f y� x � .. � � � � r. r, i� � � �1 'j � V . l I�. �i � .I W N p• y �+• �I�. rl i 4 �b V'.I I :'x� �a w'[� w - ��� �f m� '-n w q� �. � - ��, m u� 4,: f �n��'' I� :'' � �riry� i,i�J n� �: :� �in�;�:�' .� "y ���� '.1 �.�,..-� � �'k ;`� 1 l �' .i�. � '� �;? -� u � � I � � � ; i '; : :��' � � i q � �`1 �` ,'i - C°' •�' l� � � i � L� I � � � � � ; �h' � i.�� �� '.L, :�ia �ii.�ii��r�4��a� �����"h �':; �t�;�::s ,`i �.n.�' o{o 0 0" �� �� o 0 0 �:C� �` �� �� „ o�r�j ��i �` � b'e � F.i o� o.0 o�a: � . . ` ��: �i� � � r i �.�i ,�,� ��� `� „ � v . �, r r° :I :a «;� � � '� r, ,-E�� � �'r:�k .� ��r �f M r��� � , �s3. ? . -U�!!Y+rv�':'T'.'� � "�'���"� '�ri �;"i.;ii'.',:� n�'ii�ny,{w . ' ,"� �'�,' -i°i'-, ' i . � �� � i !, I � F � � I W � II � � �. I � - , � :,, � , � � f' 1 -1i Co . , ' � ��' � fi f� i � y� ��' �� � ��F: m -� o �. Cr € � � �� � ���.^ �:Lj '� :� ev �� � A:�`� � a i`���� � y �'��, y ta.���y �� {, �: E� F l ^ �, �: �'� !' ;; 3{�y, !� F�i+ �;i � o' � ����rc'I �i� 5' �° t!: � � �r}' ��,i���'�` t. � _$��,�� ti ��;�rF�s.:� �+I 9 �S p L]. �� NSS � ��j �* � i ��' p O iy lq��i � li �iS' �� b �_ k't LL A �� 7 :I� _- a [I. �9 I�� � �1� � dFf•- r�{4 y c� s � � � � L Ja . io I�. F � 4 4r Fi L I � � c� L� � � " � � � a ^ � �' � � �l � P � �, ki� �.�'� � r � �j �t.�, L' �� � F F � S'�:S 1� � � � � u � ,' c. � 5� ������ y �f����"�:�: �'�;'.4 ,,,� - , ; .ti�{�� .;,�'�,; �} �sE� � :k:t ' �� - ' � ` o o aN'�py a �y N � in Vi�YS�� �' 91F F W W 4� W W � E E i � � � � A P�I �f � r- � � � � �� � � � +a' 4�+( � � 'i� � � �� €� �I � � � � � � � � = � � � � � � a� P � � 4� �.. � � � � � � � a � i � o ;� .se � � '� � � ��;, � '� � � ��� � �' C1TY OF FORT WORTH 2O18 CiP Year 3- Contract 5 STANDAKD CONSTRUCTION SPECIFTCATTON DOCUMENTS City Project IVo.: �09452 Revised ,TiJLY 20, 2418 oa 32 i s.z - o CONSTRUCTION PR�GRESS SCHEDULE -- PROGRESS EXAMPLE Page 4 af 4 END OF SECTION Revision Lag DATE NAME SUMMARY OF CHANGE July 20, 2018 M. Jarrell lnitiallss�e C1TY OF FORT WORTH 2O18 CIP Year 3— Cnntract 5 STANDARD CONSTRUCTION 3PECI�'1CAT10N DOCUMENTS City Project No.: 141452 Rer+ised JULY 20, 201 S k � ; , i . ; 00 32 15.3 - 0 — PItOGRESS ATARRATIVE Page 1 of 1 sECT�oN oa 3� is.3 CONSTRUCTION PROJECT SCHEDULE FROGRESS NARRATIVE Reporting Period: �ate Issued: Project Name: Company �lame: Ci#y Projeci Ma: �ngineer's Project Rlo: City Projecg Manager: Lngineer's Project `iAanager: A. List of activities accomplished in the 1. (insert text here) 2. (insert #ext herej 3. (insert text her�) 4. (insert text here) 5. (insert text herej 6. (insert text here) pepiod. �3. List of aciivities to be accomplished in the next repo�ting period 1. (insert text here) 2. {insert text here) 3. (insert text herej 4. (insert text nere) 5. (insert text here} 6. (insert text herej G. List any potential _ 1. {insert text here) 2. (insert tex# here} - 3. (insert text herej �. List any actual del • 1. (insert text here) � 2. (insert text herej 3. (insert text here} and prorride City of Fort Worth, Texas Construdion Praject Schedule Narrative Report for CFW Projects 7PW Official Release Date: 7.20.2D18 Page 1 of 1 and r�titipafion actions acfions 2098 CfP Year 3— Contract 5 City Projeet No.: 101452 � 0032i5.4-0 CONSTRUC'ITON PROGRESS SCHEDULE — SUSMiTTAL PROCESS Page 1 vf 7 SECTION 00 321�.4 CONSTRUCTION PROJECT SCHEDULE — SUBMITTAL PROCESS PART1- GENERAL - The following information provides the process steps for #he Contractor to follow far submitting a project baseline or progess schedute for a capital praject to the City of Fort Wortt�. See CFW Specification 00 32 15 Construciion Project Sclaec�ule far details and . requirements regarding the Contractor's project schedule. If you are not a registered CFW Buzzsaw user, please email ar cantact: Fred Griffn, Buzzsaw Administra#or City of Fort Worth Fred.Griffin@fortworthgov.org 817-392-8868 Using your registered username and password log into the City's Buzzsaw Site https:Uproj ectpaint.buzzsaw. com/clientJfortworthgov � - -- _ �: I F — 1 i - i�;:li � � Navigate to your Project �'older. Verify that your Project ID and Project Name are consistent with Project Folder Name. Navigate to the Schedule Directory under your Project Folder. The 00701-Flaxseed Drainage Tmprovements project is used for illustration. GITY OF FORT WOKTH 2O18 CIP Year 3— Contract 5 STAAIDAItD CONSTRUGTION SPECIFICATION DOCUMENTS City Project No.: 'E41452 Revised .TULY 20, 2018 OQ 32 15.4 - 0 CONSTRUCTIOIV PROGRESS SCHEDULE— SUBMITTAL PROCESS Page 2 of 7 �ilp Etii y}r . �o�'t ,^.�X� I w s� : � • J �' �a 7[ :t it ,3w� �.i '�: rS l7� ' F"� ' I� fndv�m�hgnv ' L�c_�.i�i�r � _� � _ — � ou�ai-r�axseeaora�agermaove � ^ � , �� -:Forms �::�I ^' kesprn3ses u co�w�nar� � � cmm,tiants J CanVac6ar .� J CorresPondence ' . + ,_J Generaf Cantract Dowments and � i � a� �.1�rawings G'-1J Pu6�icMeeA»gs - T-� �RealPro+Pe�rty � C- �44.:.�.1 . ' J 116ities � � qpNS-llrbanYiNagesC�ntrelCJuS�! � � � aoTls -Urban vl�aoes central OusL�v = .� 0�706 -Ur{oan ylfayes 5E Chss4er 6erry •,�`j OOhl6 - lJrban vlfages SE Cluster Near � � � (j 0073P -Sanitary 5eyver Rehah Contra�- Y t� 00755 -Masquite pd 2t109 dP Year 111 � �, 00768 -�rcls Roed -&yantlrsrin to Gr. . [3 0�77E-I.ebowcnarme� � ���; F � u0736-SummerCred:&Sycamore5d7 � � 097d7-GrartburyRead-Wiamesaboh ' � w .-. �.��at.o.ci�ir_�.. . . .., � . InIJ�+fnr *�•-�+NI� ilnFm�l� '•�nr*�: [r-5. i crsuc� v�rl� ] wxn fa1JN � hr�. I �-r�� I ta.7�o��s�a�n,�n� ���eac,�r�, � �Mi►�n. iPf1 �`� � .. _.i.� 16.384 Miaosaft6cce::... L1� 1 Two files will be uploaded for each submittal. A native schedule �le format either Primavera .xer ar MS Projeci .mpp and a PDF version of the schedule will be uploaded Verify that the file name contains the 5-digii Project ID, Project Name, and Submitta] Date and follows the standard naming convention. Tnitial schedule submittal will be labeled as `Baseline' for example: 0070 J -FlaxseedDrainageImprovements-Baseline Schedule submittal updates will be labeled with Schedule Submittal Date `YI'YY MM' for example: 00701-FlaxseedDrainageImprovements-2009_O1 Expand or select the Schedules folder and add both the native £ile and PDF fle to the directory. Froraa the Toolbar Se�ect DAdd Document CTTY OF FDRT W012TH 2O18 CIP Year 3— Contract 5 STANDARI3 CONSTRUCTIpN SPECiFICATIdN DOCUMENTS City Projecl No.: 901452 Revised JiJLY 20, 2p18 � f � I E � � ! 00 32 15.4 - 0 CONSTRUCTION PROGRESS S�HBDULE — SUBMITTAL PROCESS Page 3 of 7 h.• ,.al ':mvr �oa. rti}� � S' �ad • _7 ii�r':i ��loil ���bEl::r�C � �� }� � � 7� � :l] �dn ,`,� ^+� � �i � � ' Di:C=A�s ;� Ffofe .: .�If_.!.��II.:' '..� �i.�W�..� �^ �� �k '007U3-AaxseedIXa�nageTmprovemrr� h � L� , ,_} Fdder_ �'� BidForms @ � �[-`%{6iGResU�ses � �+ ��,.] Construction � 1 -�J ConsulWnts ��I ', � COA1fdCSOf _� � -� Correspondence " '� a-� GEcrera� Cantract Oomm�ts rnd SpeCi � � F� � ProjectLNan7n95 _• ��j P�6hcMeetings �1y1 . _ � RealProperty .. . . E � •� � , �-- �; Sdtedules Index.xls � � �] LL6Yties � +� 00J05 - Llr6an Y�lfages Ceniral Cius6er Six F , ' 3�. � OOi05-Urban5�9agesCert�alCfus6rr5c�� �*� � 00705 -Urban Y3eqes SE C'hister 8erry�F�- ;=v.' k�, C+�-I� P0706 -i�rben YHlages SE [iuster Near Eaw � a (� 00730-SaNtaryScwerRehabCantradlR .�� + Q� 00755 - tAe3quile Rd 25164 CIP Yea� 1¢;ee _ �.• � 00768 - Fitrks Raad -Bryant 3rvin 4� Cxer.S� ,� f� j � �,• �j 0�778 - Lebow C7wmel � �+ �'� 00786-SianmerCreekWSY�mo�eSdioaJ �+ .�. � . � � r } { Ni� �I.il'.: fnNflnl �Y �x ne � ],_�li�w � �re � +`F<-- idied�!esLidex��ds FredGriffir� 16,389 Mi[ro5ofl �a nl Select B�nwxe and go ta the location of the files on yotar desktop. Select Open � � .5 J i{C� CC^_�IIf ": h.l�J IV Ilir Sr�ll.• � I' I:' R I�. Y4J C+R4 / R!GO W 8 C!'�IIN1�{ P.b�i�l fPR[[�6�. 445e�crL Lf°J�x � � �" Gacumcnts "'_'.. 41tec+4�nm=�r Flrriuiie j Hawca:�� � 1�3� �, F tae � —— - �-- �,Fr�. +baar�co�. . p Lo-cti �+ � Des�dnP ' � � �' ' �..jMYDaoznenk �'MindjetMindFk�9erPra7 '_f� � My Computer �Musimoffis Player rra'nY�t ,��F9yNehvakPiaces �jiA[GveProjects � Fr_��nem� �y��p�yatBPtofess�nal °i3Boardin�ass.pdf ,;,� �surnws�ovos �cieerrYperunn,� i � ��-� �,_6uzzsaw900�8 �BCodRemrdE�iP�o I.'" �"�' CH�t FIU.. VPI'! '�' Lrossnind Ph� Exam Sun 7.1 � �FdeZllla Cfient �Crystal Repa'ts 2708 � � �GoogleEerlh g',E1eHQuidcRckrmoeGuide.pd€ � HPPhotosmar[Express �+E3�sk�ehagmenter 4�I�5�iuliNil IP1,��olnsmartPremier �FreeSo�dRecorder �' I !'�r' HP Salution Cenler �FreeSournlRemrder.exe , ! ��assEame�t �LaP�P�arity �{�y�r �_��7uaes �Iogin.3PG � F4crosoft Ygio Version 2062 [rrside Ovt eBook '�y,�dNetldeetlng � � � r � �I �� 1 h5,�l:p�.r.t f[e artr � '� I�I1 %rk� {a�� I F�r��{b4Y IWIFies(`.3 '� The file will appaax in the Buzzsaw Add to Project — Select Documents window Setect Next. CITY QF FORT WORTH STANDARD CONSTRUGTION SPEC[FICATION DOCUMENTS Revised JULY 20, 201$ 2018 C!P Year 3— Contract 5 City Project No.: 101452 00 32 15.4 - 0 CONSTRUCTIdN PROGRESS SCHEDULE — SUBMITTAL PROCESS Page 4 of 7 Do not select Finish at this time. y 4 5eley# fL�w-�.m�n1� J4k4i� Cr�r.�iil 5�riltwcr� riMRcaCm � u' ��] 5e!e[k do-o.�d m e¢r1 W d'rt P�ok'4t HA�d Pka� Yw [rl d14 i�01V t C�tip�erltl�e4+Tel (aPddSel}� �� ����� �. � I � , P2e Ilenm ----- I N[:Gclls� � hWdf-_��.. � G I:�tir�+iil.�C.=cr.ri�a�dpl.�a�+aei6,�1119j�n��a C:Y1wvr�F#�R.�� 4�f1�... AA,25A I � I .� I— — � +}r; � I Fmh I Can:.d ` l41p I You wi11 be placed into the Attach Comment window to enter a record into the Project Schedule Submittal Log. �nter the Project ID-Froject Name-Submittal in the Subject Line. Type Submit�al and Company Name into the Contment window alang with Cotttact Name and Contact Phone Number. Select Next. rcl �C+�e�stC+n��k��L6eto�ihe�yer�edr�a��dMq�c-�,�yquF�ism�ml�ea�eMqW6n1� iM1� aLeS+u ta4Wrwl S+HA'L f74GJ11ERt5 I ydpXa�hM*�lGxnsr�e.sunr�xi �,,uu�nra��,��„x � -=1 IH . ��� I�!!,�'��� ��3�!? .-� �f�� � � � � Se'xl Fnisi 4hlr�y, i ���h}1-Flaxsee6[7rainageim�xa'x—enTs�[a5'+�ne - — -- hMl�p'�+ � na��e smettu�e SubmEttn! fram'Company hiame aotact hlame oniactPhane �_t�date Schedule Subm�ttal fram'Campany Name' for wo�ic perfarmed up fa ]anuary 31, 2009 ;f=niactName If.cr�YactPhone� F� • atic3! �ka� r I_ Fr�i � iaiwel J lie�+ I CITY OF P4KT WORTH 2O18 CIP Year 3— Contract 5 STANDARD CONSTRUCTION SPECIFICA7'ION DOCUMENTS City Praject No.: 1 d1452 Re�ised JiJLY 20, 2�18 � I 0032 [5.4-0 CONSTRUCTION PROGRESS SCHEDULE -- SUBMITTAL PROCE55 Page 5 of 7 ; You will be placed into the Send Email Natification window. > . Select To and the Select Recipients window will appear with a list of Project Contacts. � Select the Prajeci Manager as the To Recipient and the Project Controls Group as the Copy Recipient. � 1 � , _ �._.i �, i ��. ..�.��.. a.,U.,..�,��...,,,,....x�,.r...,_ ��,.W,�.� ,��-- � .,,,, v ir. �r.��.nentF —7 y�`� .,,., , ..,,,,., r �-`.i�.. i � i + � � i _ � .,,,,,r.,,..� +- � � — ��.w,.��,,,,, I � --- — — - — - - - 4 I rRli�r� I�a.�x�l.i..-. ........_� : 4 y■■ .�-ii �ha...,., ���«e:. -i .i � ' ,■ ,•K?,w.H.� �r . �.:�. I-.. �_., i- � �� Gv-,.�.,.., � ' # �onvs.., r�-. s... cr... �:,.. v.c... TIEY51�.. Ne... Aro... I T[OY ]G... T... �... ?x... Na... YK... TrOY W..� T..• W..� T�i-... l41... tlK... ll.B. H... ll.., H... E A... i#... Yf4... ��da... � . T... �F... �ra... VirTw... Vit T... Cv... U5... P.e-.. vitlaMG... v... M... CG... AfF... Vir.ha... V... N... CF... 3fJ... Wnde... W... C... i1tl... Nc... p.t. tNcndY... W... C... le.... 9h-., lS�... xandEpo � W9Bnr... WN B... LYs... Ne... Pro... Wllbm.�. W... G..� pvn�.. Ne.. Tu� .. � Ial}yvr Jenea�vd�fQans N/��c[... W... 1... iP... 3]./..� Le�.� Yv¢l!a .,. Y.�. P... PGI 1�/... 2ac�F... T... F... Na... Nz.�. Clif... sedal.. M... M.�. FW... �lu�ussiy. � A�Me... A... M... CH.�. 1f8..� si[... F�� I'� FpF�itl6f... F�.. G... CF... ]/]... _luclea 5�� H]Ny. Gro)ect... _"'... G� B¢flY�F* � !�t FhC'�Y ... £... 9... Pu .. ]Cl... e��f... � Gr NEN C'.-. G4rIVdCtL:• �, , �... . I aw I +..�..I_. I `4W � Yea� 1 R" � ' ' � Select the Paste Commenl button to copy the Commeni into the body of the email Select Finish. � � CI'FY OF FORT WORTH 2O18 CIP Year 3— Contract 5 STANDARD CONSTRUCTION SPECIFICAT[ON DOCUM�NTS City Project No.: 109452 Revised 7[TLY 20, 2018 00 32 35,4 - 0 CQNSTRUCTION PROGRESS SCHEDUL� — SUBM[TTAL PROCESS Page 6 of 7 c. I� x� mut 5s oihn p-�p�rr7 m�nC�7 rapfW'4 A+ws ui W n� = rr smd�leE Nes TM1i tkq ti M�+� i�e9e[e �weits dl2.w-i Cnmrrnl - � Saal M'ncaM fivY�lCarnm � I '�FI�{[.hv.rr�k I � � % � �, '•�a,� �� Sn"' I I * � �tl GnTtin ��--J I�'7it�tConi7'oRYRPm— — — � +�__� � � wl�l; I4si7p3-Fin�s��rh-alnageIm�a�����ments-Baseline �ecefne Schedule Su6mittal from'Company IVame [Fnl�;t ili-� C�ntart Phone 4> �iotal+r Sched�le Sutamittal lram'Cpmpany Name' fnr w•ork Rerformed up to ]anuary 91, JAOB a_or.'I�-t Name ContacEPhone _.�4 ! I Fnil� I L'arn I Hr.#p i _ � The schedule file is upioaded ta the directory. An email is sent to the City's Project Manager and Project Controi Specialist. _ } �r ; � � ; � o- � +a� - -.] �' J �C �o k !� � �J sf "� .�l � ib' �J - r�� a- .� iam+dnn�v _I : . •!or_ � r t , i . f � wTul-nmcmeaixm�aqeimPrc� •�• s w � �. ;J @id Forms � 1' i eW Re ses I _ 1, �� '#'• .� � .:} � ,f] L� Canstruction n] �L cmmerea,ts � �� C0I17dCSOf ` � 2 Corcespandence a; Lr Gmeral cn,itract oaa�mmts and 5pe,� 3� i� -PrajectOramrqs � 5.F PWCcFketings r� I� Red Properly r-� �J s.�.a,.. . . �-��J r::=�5aiianeedDrsna9rSmWnve��. ! �' Sdxd�des lnder..�is " L urau�s I: �OONS-UrbanN9agesCenVafCWsluS.x� 06706 -llr6an 15qaqes Cmtrat Clusler Sm�� I- � oo�w-urnen�u�gesseCk�s�rae��y-w • 4 oo�•u�,a�wx��ssecrt�:�rk�.e�- 1• {;j �p7,'�-sa�iYa�ySewerReYxhCon7a[iU �� �j00755-P9esq,iilefid2009CIPYeaE1(De� ' Q 00769 -Ooks Raad -&yant Gwrt 1¢Gra�iw � (.2 00778 �Le6owChannd — I � 4 � F�� � � �. � i�Y ��rimr f _e ;'�c I � �.:'t. . J._. ��`+�`{':-"J111a2%�1a� FfEQUT1IM ]6,ili9 MK10.50RFXt[Il'J... 11j11fL�W 9 'J ,��`~�� AvtieNan... 74,250 XQiFAe #f9f21109 A:U� 4 �•!1 Upload the PDF file using the same guideline. END O�' SECTION CI'FY OF FORT WORTH 2O18 CIP Year 3— Confracl 5 STANDARD CONSTRUC7TON SPECIFICATION AOCUMENTS Ciiy Prajecl No.: 901452 Re�ised NLY 20, 2D l8 0032I5.4-0 EOMSTRUCTION PROGRESS SCI [EDULE — SUBMITTAL PROCESS Page 7 of 7 Revision Log DATE NAM� SUMMARY OF CHANGE 7uly 20, 20 ] S M, Jarrell [nitial Issue CITY OF FORT WORTH 2D18 CIP Year 3-- Contract 5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cify Praject No.: 101452 Kevised JULY 20, 2018 00 35 13 CONFLICT OF INTEREST AFFIDAVIT Page 1 of 1 SECTION 00 3� 13 CONFLICT OF INTEREST STATEMENT Each bidder, offeror or respondent to a City of Fort Worth procurement is required to compiete a Conflict af Interest Questionnaire or certify that one is current and on file with the City Secretary's 4ffice pursuant to state Law. If a member af the Fori Worth City Council, any one or more of the City Manager or Assistant City Managers, ar an agant of the City who exercises discretion in the planning, recommending, selecting or contracting with a bidder, offeror or respondent is afiiliated with your company, then a Local Government Officer Conflicts Disctosure Statement (CIS) may be required. You are urged to consult with counsel regarding the applicability of these forms and Local Government Code Chapter 176 to your company. The referenced forms �nay be downloaded from the links provided below. htt s:l/www.ethics.state.tx.us/data/farms/confJict/Ci . df htt s:Uwww.ethics.state.tx.us/data/forms/conflict/C[S. df I�l � �� � CIQ F�rm is an file with City Secretary CIQ Form is being provided io the City Secretary CIS Form does not apply CIS Form is on File with City Secretary 0 CIS Form is being provided to the City Secretary M�c��N�or� coNsr. co., ��c. P.O. BOX 999 BIDDER: �[�R�ESON, T�XAS 76097 ��� ��������r�', �R��l��lT Campany Address City/State/Zip . . � � . I / . � ��- _ � ,�I/..1����J Titte: '��� ���&��,�����, ����������' {Please Pr�nt) END OF SECTION CITY OF FORT WORTH 2O18 CIP Year 3— Contract 5 STAlvDARD CONSTRUCTTON SPECIFICATION DOCUMENTS City Project No.: 101452 Revised February 24, 2U20 oa ai ao aio FORnn Page 1 of 3 S�CTION 00 47 QO BID FORM TO: The Purchasing Manager cla: The Purchasing Division 200 Texas Street Ci#y of Fort Worth, Texas 76102 FQR: 2018 CIP YEAR 3 CONTRACT 5 City Project No.: 1fl1452 UnitsiSecfions: Unit 1: Water fmpro�ements EJnit 2: Sanitary Sewer Improvements Unit 3: Pa�ing Improvements 9. Enter lnto Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter intn an Agreement with City in the forrr� included in the Bic�ding Documents to pertorm and furnish aA Work as specified or indicated in the Contract Documents far the Bid Price and wiihin the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Dacuments. 2. BIDDER AcEcnowledgements and Certification 2.1. In submifting #his 8id, Bidder accepts alf of the term5 and conditions of the IfVVITAilOiV T� �i[7DERS and lNSTRUCTIONS TO BfDDERS, including without limitation those dealing with the disposition of Bid Bond. 22. Bidd�r is aware of all costs to provide the requirec! insurar�ce, will do so pencEing cantract award, and will pro�ide a �alid insurance certificate meetirrg all requirerr�ents within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or pn behalf of any undisclosed indi�idual or entity and is nat submitted Rn conformity with any coilusive agreement ar rufes of any group, association, arganization, or corporafion. 2.4. Bidcler has not directly or indirectfy induced or solicited any o#her 6idder to subrnit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from b�dding. 2.6. 8idder has not engaged in corrupt, fraudulent, collusive, or caercive practices in competing far the Contract. Far the purposes of this Paragraph: a. "cortupt practice" means the offering, giving, receiving, or soliciting af any thing of �alue likely to influence the action of a pub[ic ofFciaE in the bidcEing process. b. "fraudulent practice" means an intentional rnisrepresentation of facts made {a) to influence the bidding process to the detriment of City (b) ta es#ablish Bid prices at artificial nan-competiti�e le�efs, or (c) to deprive City of the benefifs of free and open compefitior�. c_ "collusive practice" rrzeans a scheme or arrangement between #wo or rr�ore Bidders, with or without the knowledge of City, a purpose of which is io es#ablish Sid prices a# artifrcial, nan- competiti�e le�els. CfTY OF FORi WORTH 2418 CIP Year 3- Contract 5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101452 Form Revised March 9, 2020 00 41 00 ela FORM Page 2 oT 3 d_ "coerci�e practice" means harming or threatening to hartn, directly or indirectly, persons or their preperty to influence their par#icipation in the bidding process ar affect the execution of the Co�#ract. 3. �eequalification The Bidder acknawiedges that the following work rypes must be pertormed only by prequalified contractors and subca�tractars: a. Water Distribution, Urban and Renewal, 12-inch diam�ter and smaller b. Sewer Coflection System, Ur6anlRenewal, 12-inches and smaller ' c. Sewer Pipe En[argement 92-inches and smal�er d. Aspha[t Pa�ing ConstructionlReconstruction (15,000 square yards and GREATER) e Concre�e Paving CortstructionlReconstruction (15,000 square yards and GREATER) f. Roadway and Pedestrian Ligh#ing 4. Time of Completion �.'1. The Work will be compfete for Final Acceptance within 360 days after the daie wher� the the Contract Time commences to run as provided in Paragraph 2.03 of the General Cor�ditions. 4.2. Bidder accepts the pro�isions of the Agreement as to liquidated damages in the event of failure to compiete the Work {andlor achie�err�ent of Milestones} wikhin the times specifed in the Agreement. ,. Attached to this Bid The following documents are afitached to and made a part of this Bid: a. This Bid Form, 5ection 0� �41 00 b. Required Bid Bond, Section 00 43 13 issuecE by a surety meeting the requiremenfs of Paragraph 5.01 of the General Conditions. c. Pro�osal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resicient Bidder, Sectian 00 43 37 e. MWBE Forms (optior�al at time of bid) f. Prequalification Staternent, Section OD 45 12 g. Conflict o� Interest .� Section 00 35 13 *If necessary, CIQ or G�S farms are to be provided directly to City Secretary h. Any additional documents that may be required by Seetian 12 of the Instructions to Bidders 6. Tota! Bid Arnount CITY �F FORT WORThI 2018 CIP Year 3- Confracl5 STANDARD CONSTRUCTEON SPECIFICATION �OCUMENTS CiEy Project No. 3D1452 Form Revised Nlarch 9, 2020 � 00 41 00 BI� FORM Page 3 of 3 6_1. Bidder will compfete the Work in accordance with the Contract Documents for the foliowing bid amaunt. En the space pro�ided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreecE by the �idder in signing fhis proposal that the totai bid amount entered below is subject io verification andlor modification by muEtiplying the unit bid prices for each pay item by the respecti�e estimated quantities shown in this proposal and then total�ng ali of the extended a[noun#s. 6.3. EvaEuation of Alternate Bid ltems Unit 3: Pa�ing Improvements Unit 3: AEtemate A, POL Paving Impro�ements Unit 3- Altemate B, Concrete Paving Impro�ements TOTAL BID, UNITS 'I, 2, 3& UNIT 3-Alternate A TOTAL BID, UNITS 9, 2, 3& tJNIT 3-Afternate B �. Bid SubrrEittal This Bid is submitted on 1 111 91202 0 Respe ully bmft#ed, By: (Signature) Dan McCiendon {Prir�ted fVame) $935,447.OD $1,453,761.OD $1, 520,618.30 $4,411,984.00 $4,478, 841.30 by the entity named below. Receipt is acknowledged of the Initial fallowing Addenda: Addendurn No. 1: DM Addendum No. 2: DM Addendum No. 3: Adder�dum No. 4: �'itEe: President Company: McClendon Consf Co fnc AdcEress: PO 8ox 999 8urlesan, TX 76097 State of Incorporation: �exas EmaiL- ^ -���,.. - ��t..,,...;�.. Phone: 8171295-OD66 E9dD OF SECTIOFd CIT`( OF FORT WORFH STAMDARD CONSTRUCTION SPECIFICATlON �OCUMENTS Form Revised March 9, 2D20 Corparate Seal: 2018 CIP Year 3- Coniract 5 CiEy Prajeci No. 107452 � 00 42 43 BID FORM Page 1 of 7 sEcr�o�u oo az a3 PROPOSAL�ORM �1��� ����� ��� Projact Item Infarmarion Bidlist Item No. Description �id���'� e�ppli��ti�n Bidders Proposal Specification Unit of ��� Unit Price Bid Value Section 3vo. Measure Quanlity 1 3311.0261 8" PVC 1Naier Pipe 33 91 12 LF 49'[7 $79.00 $349,9Q7.00 -- _ _-- ---. _.._.__.-_____-_-_ __ _._ _.._.-_ ____.._�___.._.____..... ....._.__.,..____. _._.. .._._.._._.._ __, ._.._.___. --- ----- -- 2 3311.0161 6" PVC Water Pipe 33 11 12 LF 44 $64.D0 $2,816.40 - _ . . -_ __--__ _-__ ___. _ _. _ ___ __ _.__ . _.�_.. ___ _ _ .. .. _ ... .. . . . . . ...... . _.._ _ . _ . . .-- - - - - - - -- - ----�- - 3 3312.3003 8" Gate Valve 33 1220 EA 11 $1,650.00 $'[8,15Q.Op - - . _ . .__ _ _,___ _ , _ _ _. _ --_ T. _�� _. ____.. . ___. __. __ .. __._... _ _. __ _ -- --- 4 3312.3002 6" Gate Valve 33 'E2 20 EA 3 $1,250.Od $3,750.pp ---__- ____ - -----_- _---- -__.___ _______� �__...�_.____.�______. ....._..._..._.. .._. _...__......._...... _..___.._._.._ . 5 3312.0001 Fire Hydrant and Ext�nsion 33 12 40 EA 4 $4,650.00 $98,600.00 _ _____ .___----.__.___---.-� ----__.� ___._.�.___-- - - _ _.�......__________._ ....... ....... _..._._._.... .._.__..---.._._.____..__._----_._______--------._._._------ S 3201.0113 fi' Wide Asphalt Pvmt Repair, Residential 32 01 17 LF 1Q0 $100.Q0 $10,D00.00 -- _ -, - --. . .. _ _ - __ .. .___._ ____ __ __.______.. � ___ __._ . _._...._ _ . ... . . . ...... . _. _.__._ _... _ ______ -- ---- - � 32D1.0201 AsphalE �vmt Repair Beyond Defined Width, 32 Q'E 17 SY 100 $i5.00 $7,50D.00 Residential _ ________.. ______. _._.._ _ . .... _.. .... ._ .. ._._ - -- --- --___ -_-- ----------.____...W_._._. �_.__--. _- ---- -� _ ._ __ ___ . __- .. --__ . _ _ _. 8 32p9.0614 Conc Pvmt Repair, Residential 32 01 29 SY 50 $150.00 $7,b00.00 _ _.____.__.__ �_- --- _ .... ____ --------- Y �� _�._ _- --_ _ __ __ _. _._ .__.. 9 3201.044p Temporary Asphalt Paving Repair (2" 32 01 18 LF 5000 $18.00 $90,000.06I WMAC on 6" Fiexible �ase Course ------- .__ __ . . _ _._. _._ _ _.._- . _._ _.._._ --__...__ .. _ ___�_____ _.__.__.._..___._ ___ 10 024'i.1302 Remove 6" Water Val�e 02 41 14 EA 5 $100.00 $500.00 __. . _...______.__��__v__._.----,---------__ ___ - ___.....____m _____.�._ __._._._____.._.____.._..___________._�.._.._ 11 0241.1303 Remove 8" Water Val�e a2 41 14 EA 6 $10Q.00 $600.60 _ _._._.__------��.______._._ ..__.__ ._ ..__--- __...__ _. __ ___ . ___.__._______.-___.___.__�_.______...______.__.__._._. ______._.__...___..-- 12 0241.9510 Salvage Fire Hydrant 02 4'[ 14 EA 3 $300.00 $900.fl0 _.... _..__....___ r.-_.__r_._._______._..__.._- _.. ..__.._ .___.. __._.._._--_.__ �-_-__.____�_.__..�.___.___._.._._.__._._..�.--_ 13 024'! .15'I 1 Salvage 3/4" Water Meter 02 41 14 EA 928 $50.00 _. __.__.._. .._. _.r_____.._------__.�._._._ ._..___ ... ____.-- _ . _.____--.---.--------..__.__.____.__._.__._._�_.____. 9�4 D241.1512 5alvage 1" Wafer Meter 02 41 14 EA 9 $50.00 _ . _ ._... . _....__. _ .W_.____ _� _...� ____ ___. _____. __._--__ .----__... ._.. _ _ . .. ..._�. � ._ __._ �_ _ ________ ._._�_ 15 3312.2004 1" Private Water Service Relncation 33 12 10 L� 25D $20.00 .... .........._ __________-----.__.___.._._�.___.__�._�._._._._.._-- --._._. _ ..�- -...._____._.__..�_____________.__.____ 16 3392.2001 1" Water Ser�ice, Meter Reconnection 33 12 10 EA 128 $335.00 _. ..._.._.__.__.-_---- -_.--------..__.___________�___. _�_.____-------- _- ----. ,-- ____. �._._.m_.____�__�_.__.______�---_------- 17 3312.2003 T' Water Service 33 92 10 EA 128 $'1,500.00 � .._._ _ _ -- --- - -- _____ W. __ -- - ..._ __ __. __ _ .. _ . _.. �._. � ._ _ _ -- ._ _ __�.._ _ ._.-_ �__..__ 18 3312.2101 1 112" Water 5ervice, Meter Reconnectivn 33 12 10 EA 1 $650.00 _.. ._........... _-_----..�_ __-_____ __,_-- --- -- --- - �___.___._...__...__........_.._._._����_ �.__ 19 3312.2103 1'l12" Water Sernice 33 12 10 EA 'E $9,750.00 _.. _. __� �_ � �.---- ---- . __ . _. _ . . _ . _ _ _ .. _ _ __ _ _ _ _..___ _T�. ___ ._ _. _�._ __.. . .____ 20 33122201 2" Water Service, Meter Recannection 33 1210 E4 1 $740.00 ____. �.....__ ... ........ . ... .. .._. _. .._ __. _._--- _ _ _. _�_ _ __..__ _.. _ - - ____._ ._ _� �_. 21 3312.2203 2"WaterService 331210 EA 9 $2,900.00 _.__ ---..._ . ... ...........__........___ p---. __--.---------_�� ��_ _..__..__.___ _. _ _...__ ___, .._ �_�.._�� 22 3305.0202 Im orted EmbedmenUBackfill, C5S 33 Q5 14 CY 9 DO $95.00 �.. .._. . . _._.__ -------- -- �._ _ _ .. _--- _ - . ___.� _ 23 3305.02Q4 Imported Emhedment/Backfill, Crushed 33 05 10 CY 100 Rock $35.00 _ ____.______ ._._.__ _. _ .._.._ _.__ . _ .._ _ _,._ _ _.__ .- _ _ _ _ __.._------ -----____.__ ____��..� ._ _._ _._._.. � ._ .. . ..... . .. . .. _.._�. _ . _ _ 24 3305_0207 Imported EmbedmenUBackfill, Seiect FiIE 33 05 10 CY 100 $25.DD --- _--. _ ----- ___ _-_ _ _ _ _ _ .. _-- _ ._ _ ___. _ _ .. -__ _� _ �_ � .��_ _.____, ..__ _... . . _.... .. . _ . . .. . . . _ . � .. .._ , __ .. 25 3311A001 Ductile Iron Water Fittings w/ Restraint 33 19 91 TON 2 $7,500.�0 _ _ - - -- --.__._�___. ____ .. _ _._ � _ _�_� __ __ _. 26 3312.D117 Connection to Existin� 4" 12" Water Mam 33 12 25 EA '[2 �3.200_00 __._ _.___ _.� _ -- - - -- --- _.-- - ��._. _ _- _ _.___ _- - -. --- _- 27 33�5.D003 8" Waterline l�owering 33 05 12 EA __...._._._____._ ... _. � __ ... . - --. ---__��_�_-� .-- -- - _ . . _ _ _._. _ _ __. 28 3305 0'I03 Ex�lorato Excavation of Existing _Ufilities 33 05 3Q EA ___ _ _.__ _ __. _. __..._ �_..,, 29 3304.01D1 Temparary Water Seroices 33 0�4 3Q LS _ ..__.-.---� -- -___ _._.. --- ._.._. ......_. .._. ..._ _ _ _-- 30 3125.0101 SWPPP >_ 9 acre 39 25 00 �5 - __ _ _ ---�-----__-__ _ .-- __--_ _ -_ -----... . _. . .. .. ._ . . . � __._.. __- ._ _._. � 3'f 3305.0909 Trench Safety 33 051p LF 1 - - __._ . __---- _�____ ____._. _._. _.__..__ _ _ _..___ __._.__------ 32 3305A910 Utility Markers 33 05 26 L5 CITY OF FORT WORTH STANDAFtd COklSTRUCTlQN SPECIFICATION �OCUMENTS Form Revised March 9, 2020 $50.01 $42, 880.00 $192,000.00 . ��m_ $650.00 � $1,750.00 �^� �^�rn$740.00 � $2,100.00 $9,500.00 -- $2,500.00 V $15,000.00 $6,000.00� $12,006.00 _. __ .___.� __ ....__ ___ - -----._ _ . __.. 1 $89,500.00 $89,500.00 --- -_ _._ -_____ _ -- - � $7,250.00 $7,250.Q0 ---- - - - __.__ _ ioo $o.as $�o.ao _ �. ._ .----- $9 00.00 . �. _._ _ $1 �0.00 2018 CIP Year 3- Conlract 5 City Project No. 901452 A4DENDUM 1 �004243 BID FORM Page 2 of 7 SECTION OU 42 A3 PROPOSAL FOFZM �1��� ����� ��� Pmject Item Information Bidlist Ifem No. Description �i�Jd��'s A��li���i�r� Bidders Yroposal Specitication i3nit aF i3id SecCion l�io. Measure Quaniity �nit Price Bid Value 33 0171.OQ01 Construction Survey (GPS Recf Line Sur�ey) 01 i9 23 �5 � $5,000.00 $5,p00.00 .- ___. _m - - _.___.._____.___ _.__._...�__ _.__ __._._.___.__. _.. _. _ ._.__. _ ... _ ___. .. �._ ----.____�.... _ .__. - . _. .__..,_.. _ . _ _ ___ _--__._ _._._._W------------ 34 0171.D00'! Construction Staking (Water) 01 71 23 L5 1 $8,000.00 $8,000.00 __ _ . ._ __. .._ _ .._.._._ . .--- - _.__ _ ___ _ ,_ ._._ ... . - ._ .... . .. _. . _ _ . . _ __ __. _ - - _ _ _ _. - _ _._.__. � � �. _ 35 3471.00D9 7raffic Cor�trol (Water) 34 71 13 MO 5 $8,750.D0 �43,750.00 ___. ___. _-._ __ __.___..._ ____... _._ ,.__ _ _.__ _ .___.._ . . . ...... . . ....... ... . .. __-... . ..._._ _ _.__ .. �_ . ..._ _. _ . ._.. _ . - - ----___ _�.-._. .____ __. ___..____ 3F 9999.0001 Water Consiruction Allowance 00 00 00 LS 9 $60,000.00 $6D,000.�0 Unit I: Water Improvements Tofal $1 �1 33b3.b001 Bypass pumping 33 03 i0 LS 1 $25,500.00 $25,500.04 � - - __- __- ._ _ _� _ _ _. _ _ ._.__ _ _ _ _ .__ _ __ . .. _ __ -- -.. ._ _ __- - -___.. �_.. ___�.---________ _-___ 2 3331 _4115 8" Sewer Pipe 33 31 20 LF 764 $103.00 $78,692.00 __ _ � _ _ _..... _._ _ __ _.. _.. ._ _ _ .. .. _ _ _ __ . _ __ . . ._ __ -__ -- - _ __._ W _- - 3 3331.14D2 8" Pipe EnEargement (6" to $") 33 3'[ 23 LF 3625 $57.00 $2Q6,fi25AQ _ _ __ _--.._.._.� _...�_ _ _-_.._.. _ _. .._�_. _.__._.__..__. _ _ . _.._._ ._ _ . ___ .__...._--______- --__-- 4 3339.110'! 5' Manhole 33 39 20 EA 2 $7,750_00 $7b,500.00 .._______ _ _ _ .._ _ _ __ .. ._ - _ _ .. ____ _ _ _ _ _ - _--�_�. ___ __ _ __.. - � _ _ _ _.. - - ---- --- ___. �_ ___ .._ --_ -- 5 3339.1001 4' Manhole 33 39 20 EA � 1 $5,250A0 $57,750.00 _ � _ _ - - - -..- - - - -.. _ - - - - - . . _ - W �- --__ _. . - -� - _ __-_ . -- -- - �___�.__ _._...�_ -_v 6 3339.'f 103 5' E7ctra Depth Manhole 33 39 20 VF 4 $40D_00 $1,E00.00 ___ __ . __ _ _ -- ..___ _-� �- ---- -�_-____.__ . _ _--- - -_��_.____._.....--�- -----______. 7 3339.1603 4` E�ctra Depth Manhoie 33 39 20 VF 8 $300.00 $2,400.00 -� - _ -- - .. -- - -- -- - - -_ __ _ __._ _______ _ __ --- ---- - __-____ --�_.�_.._�_._ 8 3339.1006 4' Fiberglass Manhole 33 39 30 �A 7 $5,250.00 $36,750.00 -- ---- - - - _._ __ -_ _ - -�--.. _ __ _. --- --- -- ---- --W--�---__� __ __--- 9 3339.']00$ 4' Fiberglass Extra Depth Manhole 33 39 25 VF 7 $300.D0 $2,1pQ.00 --- _.._.._ __ . __ .. _, _.. _. _ .. .._ _.__ ,..._ _. _. _ _. . ___ _- _ __ _____-_ __ _ - - -- - - _ ..__-._. �. ___ _.-.�_-__.__ 10 3305.41'I2 Concrete Coliar 33 0517 EA 10 $750.D0 $7,500.00 --- --- - - . __ .. - ... -._____ - .. - .. _ �-- ---.__._._._. _ ..._ - - - ---_ -- __ -- -�.___....__.._ __W �_-__ 11 3331.3101 4" Sewer 5ervice 33 31 50 EA 136 $525.�0 $71,400.00 _. -- _ _ ._ _._._ _ _ ._. _ . - - _ _ _ __.._. - -- ---- - - - _ - -_ . - - - -__._ .._.._ �______�._ W___- 92 3331.'i201 Service Reinstafement, Pipe �nlargement 33 37 23 �A 117 $9,200.00 $14p,400.a0 - - _ _ - _ _ . _.._ _ _ _ ..._ _.._.. . _._. __ _ _ __ - -- -- ..._ ----__ _-_�_-.___ _�...._...__ 13 3339.0004 Proiective Coating - 5' Sewer MH 33 39 60 VF 20 $375.Oa $7,500.00 - - - _ _ _ _ __ __. - -- .. _ _ _ _ - ---- - - _ - , -- - - - -. _ _.._ _ _ _. __ _ _ � __ ____. __ _-_ ____ __ 14 3301.0101 Manhole Vacuum Testing 33 01 30 E4 20 �� 5 � 3201.0201 Asphalt Pvmt Repair Beyond Defined Wid#h, 32 01 17 V� SY ` 56 Residential �_ f�F � T 3209 0400 Tem ora As �haltTPavin R� air {2" � $1 16 �MAC on 6" Fiex bfe Base Course) 9 � 32 01 7$ LF $22 $22.00 $1 S,0$4.06 _._ ._ . ....... _. . __. _.. ._.._ . ._ ....__ . . . .._. _ W_. ..,._ __ .,._ ._.. _. _._._. _ .. __.___._ __ .._ _._ __ ..__... , . .. _--_..__ . 17 3201.0113 6' Wide Asphalt Pvmt Repair, Residential 32 01 17 LF 3Q $75.OD $2,250.00 __._�. . ...__ _ ._ ...___. ._...,..__ ._ . ...... .. . . ..... ,., ..__-__. _..... _ . _..... .., __..... __ _ _...._ .__._ .__ __.. _._ _ _ _ _...._.... _ .. .......�. _ 18 0241.1300 Remove Canc Curb & Gufter D2 49 15 LF 40 $12.00 $480.00 � ....-- ._ ..... _ .._. _ .. ... ... ...... ... . .._ _ ..._ . ..._.. .. . ..._... . .. . .._.._ . _..---- - ------ _ ___ __ ___..... _.._. ... _._ .__ __... 19 32'16.0109 6" Conc Curb and Guiter 32 16 'f 3 LF 4p $42.OD $1,680.00 _____. . . __ . _._ _ _.._.... . .� ... .. _ _ . __.. _ _.... .. .. . _. _..._ . _. _.... _... _.. ... . .._. .._ _ __. _. . .. .... . .�_ ._..� . _-_ ______ .. ... 2p 0241.0504 Remo�e Fence 02 41 13 LF 540 $5.00 $2,700.D� _......_.. .....__ _ .._.._ __ _..... __. ..._. _..--.-- . ... . .. ...... _. ......�..._... ._. _ _..._.. _ ._....._ _.__.... _. __ . _.._.__ _.. ..... 21 3231 A121 4' Ghain Link, Aluminum 32 31 13 LF 260 $15.D0 $3,90D.Db _..... _ .._ ... .. .. ..... . .,.... ... .... ...� . _.. .._ ..,._ . _.._. .._. ... _...._- ....... ..,_...._. _ . ...... ._.,.�._ ....._... . . __..... ____----- - 22 3239 .0412 6' Fences, Wood 32 31 29 LF 26Q $20.00 $5,200.00 . ..._. _.. ... .. _. ___.,_ __ _ .... _ _...._ . .._...... _... .. .... ..... ... . . ._. . ._. .. .... __... ..__ .. _ ........_ .... _ . . _.._..._ . ....... 23 0241.2201 Remove 4' Sewer Manhole 02 41 14 �A '10 $9 ,gOD.00 $'! 0,000.00 24 3305.0'I06 Manhole Adjustment, Major, lncludir�g Cover 33 0519� �A 1 $3,350A0 $3,350.00 --- _. __ �.�-. -- ---v �_ -�_�_. _ _ ____ _-- - -----__ _ ._ _ _ _ _ _ - - -- ---...__..�_.._ 25 3305.0202 fmported EmbedmentlBackfill, CSS 33 05 10 CY 25 $95_00 $2,375.00 CITY OF �ORT WORTH 2O38 CIP Year 3- Gonfract 5 STAhF�ARp CONSTRUCT[ON SPECfFlCATION �OCUMENTS City Projeci No. 401452 Form Revised Aqarcfi 9, 2020 ,4�DENOUiu] 1 � 00 42 43 61D FORM Page 3 af 7 S�CTION 00 42 43 PROP05ALFORM ���� r���� 9�� �idd��'� �4ppli�at��� Project Item information Biddcrs Proposal Bidiist iEem Specification Unit of Bid Description Unit Price Bid Va[ue No. Section No. Measure Quaatity ----� _.._..____. ...___�._._�_________._.____._.____._, _._�______._..__._W_--_.__________ ___ ____ _.- _._ __ _------ ___._,__.____ ._.__ _._-------__.__.__.._ 26 3305.02Q4 Imported Embedrnent/Backfill, Crushed 33 05 90 CY 25 $35.00 $875A0 _ Roc[c 27 3305.0207 Imported Embedment/Backfill, 5�lect Fill� 33 05 10 � CY ��� 25 �� $25.00 ��� $625.OQ _. __-----------____�._._-_---._�.��__�_.____�_.�._�__�___.._______._____ _�-_�_------�.�________�..�. , _...__�.�_ 28 3301.0001 Pre-CCTV Inspection 33 09 39 LF 3625 $S.OD $18,125.00 -- ... _-_. _ � ..� __._.. ..._____.. _....__.� ._._ . �._. �- �._ ___ ._ _ ____�_ w �.__ ____� _.__ ._. ___ _._,._. �__.�____ _ _ � ��._.___ ___ 29 3301.00D2 Post-CCTV Inspection 33 0'E 3'� LF 4389 $12.00 $52,668.00 30 3305.0909 Trench Safety ��� �� 33 05 10 LF ��1404 $1.00 F $1,004.fl0 -- - -- -- - � - � _ __ _____�.� __ _ ._ _ __... __�. ____.___.__ __�___.__.__, �_._._ __. _ _ _ _.. _.____ ___31__ 33fl5 D103 Exploratory Excavation of_Existing Util�ties 33 05 30 EA fi $1,Q00.�0 $6,OOOAO ---_..__ _ _ _ ___ __. _ .____.. _ _._ _ W ___.__��_____ 32 39 �[0.0102 6"-�12" Tree Remaval 3i i0 00 EA 5 $80D.�0 $4,040.00 _._�_� __.. ___.__---.______ ___.� __.___ �._._._ _ ._ . . ____ .. _ _. _ _--- - _.�-.-- -. .__ .. __-- - - ._ .__. _ -- - - - - - .. .__ _._ _._ ______ _____ ___ _.._ 33 3110_0103 12"-'f 8" Tree Removal 31 10 00 E4 5 $1,5DO.Q0 $7,5Q0.00 �._-__-_ _.____ _�__...___. r.. ___ . _�..._... _.___._..----� ---_ �--- ----- ----- - -- _..__ - - _.._ ._ __ _ - __ ... _ _ _-� ----__. _ _...__._ 34 3110.0'! 04 '18"-24" Tree Removal 31 10 00 EA 5 $2,�00.00 $10,DOO.DO � r_..._�._.___ _______.__._-___-_.____..._�-----.__�_._____._______.--------__ ___. _-- __ _____ _ __._.--- _.___-..__._.�___._. _.--.-- 35 3'[10.Oi05 24" and LargerTree Rema�al 31 10 00 EA 5 $2,500.00 $'[2,500.d0 ---__..�_. _�._.W_W---___________.�__ .�__.�___�..___- _.__ _ ___..�___ __� _- ------ - _ _ _ .- ---- _ _ . _ --- -_ _- --__. ---__ _ __._.�____. _ .---. 36 32'! 1.0119 4" Fiexible Base, Type A, GR-'I 32 '! 1 23 SY 30D $30.00 $9,OOD.00 _ _. .__-. �--_W.-� __ ._.�_ .._. _.__ � ______.____._. _ ----------___. _ __ ._ ._._ _. __.---- _� _-_---__.. _. _.___ �__. _ _�_ _�_ _ _ ._ 37 3291.0100 Topsoil 32 91 19 CY 6 $25.00 $154.00 _ _..____.__.._ ___�_._____._._.__ ._.._. _._. ___--. __ __�__..__.__._.. _. _._ .� . __._. . _._ ___..---� _. _ __._ _ _ ---_. �._ �.-- -_._ _ ___�..__�. �..�.._ ._.._. _._ 38 3292.0100 81ock Sod Placement 32 92 i3 SY 240 $5A0 $1,200.00 __...- --_.__. �.._.___..____.____.__.___._.__._.�__�__�.� ______.___.._____._._._.__._._�..W_._W__..W_..______.._Wr---r---__--_--_-_--_---�___.._.. 39 3292_040� Seeding, Hydromulch 32 92 i3 SY 240 $5.00 $4,200.00 _...._.._.____._..___.__.._.__..._._______._.____..___.____.._.__.__.._..___ __._.__ _ _____�_._-- ----.___..__W .__�_.._._.. __.�___�.___.__ _.___._�....___.. 40 3125.0'I01 SWPPP ?'! acre 31 25 00 LS 1 $6,750.00 $6,750.00 ___.�___ ____ �_.__________ �_ � _W___. ________._. _ .�_. � ---- ---.__ W_.._______ ---_ --_-. -- ----_..- -_ __.__._.__ .�_._------_----_. � 41 3471.000'� Traffic Control {Sewer) 34 71 13 MO 1 $8,750.00 $8,750.00 42 0171.D001 Construction Survey {GPS R�d Line Survey) 01 71 23 LS '1 $5,000.00 $6,000.00 __,_.._,�.__��..,___--------_--------------___._--------------_. __._. ........... ..___.._..___.._......._.._._._..--------..__._...______---------..__.. 43 0779.aQD1 Construction Staking {Sewer) 01 71 23 LS 1 $3,QOD.bO $3,0OO.OQ _.�. _�__..._._._____._ _..__., _ .._.._. .__._...__........_ ..__..__..__.. ... _......... _..._ ..._.... _._._ -- -------. _ 44 9999.flOp0 Sag Adjustmen# 33 39 23 LF 300 $125.00 $37,540.04 -___-__.._____.__�____-__�___... _.....___ ........ _-----.. .. ._. ._- - ___. .. ._..._ _ ._.. .... ...... ....__.. _ __..____ . _ ...... 45 9999.00Q1 5ewer Constructian Allowance 00 Oa QO LS 1 $70,OOa_OQ $70,000.00 � Unit 2: Sanifary Sewer fmprovements Tatal Bid $964,�33,00 1 0971.0001 Constructipn Staking (Paving) 2 0249.0100 Ftemove 5idewalk mm��� � 3 0241.0300 Remo�e ADA Ramp �� 4 0241.0200�Remov� Step �� � � T � ^ � � � � �_ T 5� 0241.0402�Remove Asphalt Qrive �� ��� T � 6 0241.Q401 Remove Concrete Drive� �� 7 � 0241.1000 Remove Conc Pvmt � � �� �� �� �� �8 � 024'l.1300 Ftemave Conc Cur� & Gutter �T��mm�T� T 9 �241.1400 Remove Conc Valley Guiter f^"AT�-�.^ --- - ----- . -_.._._ ._.- _.__ _--� � __ �-__. -- -_ � ___ __.._ _ _.._.�_ _______ _� __. 'i0 6249.4001 Remove 10' Curb Enlet 017123 LS 1 $27,500.00 ___.___..__.___.._..._.____._..__,.._____.... _. _..--------.-----..�. _ 02 49 13 5F 36fi0 $2_Ofl _..� � __.�..._ ____ _. , ... __. . - ---_....___ _..� __ _.. __ .---... _. _ ._._. _ __ 02 41 13 EA 5 $100.00 ____. ___.__..__ .__.,... _ _.. __ .. _.._.._.__._. . .. .. . .......____._. __� 02 41 13 SF 330 $3_50 __ � _.�._ __._._.__._._...___.......___..__... _._._...___�__� 02 4T 13 SF 71 Q $2.00 �.._ __.� ._.__ _____ _---. _ ...._..__.__----... .... . . _..._.._.--- ----_. 02 41 13 5F 1280a $2.50 02 41 '15 __ __._- 5Y -._. _ _ _._. __.5� _ ._._. .- _�-�15_00 -- ___...---.�.._._ ....__......---.. ... . _...._.._._.._. . ....... ...... ..�.._...� 024115 LF $1$0 $6.00 _ .__..._.__.._� _.._._.._....__. ..___._.__...._ ..... ..........- -� 02 41 15 SY 90 $41.00 0241 14 _. EA___ ________1 -_-_-$2,000.00 $27,500.00 _ __�_� ___._�_._._.._. $7,320. QO $9,1 $1.4 ._.._._ -- $750.00 $49, 080.ff0 � $99D.00 � $2,000.00 CI7Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATfON DOCl1MEN7S Form Revfsed March 9, 202D 2098 CIP Year 3- Conlract 5 City Projecl No. 901452 ADDENQUM 1 ,, , ` 00 42 43 � 63D FOR�vI Page 4 oF 7 SECTiOId 04 4z 43 PROPQSALFpRM �1��� ����� ��� Yroject Ttem Inforn►ation �idc���'� A��Ii���vAr� Bidder's PraposaE Bidtist ltem Specification Unit of Bid Description Unit Price Bid Value No. Section Ma. Measure Quantity ._., ._._�.._�_ ..... ........---.�.- .........---...._..._............�_...._...__........_..._..........�........... ..._.......�_..... --..___....._ _.._..._._..�._._...._.._.._--......�..__...- --....-------_.... ---- 9'[ 3314.0101 Site Ciearing 39 10 00 LS 1 $7,000.00 $7,000.00 _....._. __._. _ _ .... _.. _.... _. .... _ . __ _., ..._.._ ..__ ..._. ._...... __ _.. ..... . .__..._ _...__._ 12 3110.0'i 02 6"-12" Tree Removal 31 10 00 �A 2 $400.00 $800.OD ._... ___. __.. . ._. . ...._ .. _..._ _. _..... _ .._.... .. �..._ ... - - -..... _.... _ ..._.. _ . ._ ._ ..._ _ _.... ..� � ........ . ....... ...... ... __.... 13 3190.0103 32"-18" Tree Ftemoval 31 10 QO E4 1 $800_a0 $800.00 _______ ._.. _ _... _. �_ _ . _ _ ..._ .. ....... .__ .._. _. . ...._ _. . ._. _ .. . . ... ... . . ..� _.. _ ... .. . ... _. .. . _ _ _ . . _ __ . _. 14 3110A104 18"-24" Tree Removal 31 10 00 EA 1 $9,850.00 $1,850.00 ___..._ . .. . ._ .. _.... __. . .� ...... __ ..... .. _ . ......_.. ._ ... .. . ...... .... �.. . ..., . .. ... ... . _.._._ . _.. ._ . . .,_. .. .. _ . ..... 15 311 Q.0105 24" and Larger Tree Removal 31 1 Q 00 EA 9 $2,200.00 $2,200.00 _..,._, _. . _... . _...... .- . _... ... __,. .. .. ...... . . .. _.... ._....__ ... _..., ._.. .._. _.. ... . ..._ ._.. _ .. ....... __..... . - .._. _..._.. 16 3123.0105 Borrow by Delivery 31 23 23 CY 30 $92.OD $360.00 - ----- -- -------..__ ..._.. _.._.----.__._�_...____. ._._._._. . _..._...-----.__. __._... __.---....._-__ ......... .......__._----... ._ ...... .---..__._.. _.._.__.__.__..__.__......-- -._ __..___�__.._._ 97 3925_0101 SWPPP ? 1 acre 31 25 00 LS 1 $9,225.00 $9,225.00 __�.______._..__ _ . ..,_____ _ _._._. . _ _ ...._ - --��.__ ___. .. _....__ ___..�.. . _._ . .. ___.._ _.._.. ... ...,...... _ ...... . . . ..... .. _ ..__ __ . . _._.. 18 3211.Q911 4" Flexible Base, Type A, GR-1 32 49 23 SY 40$ $12_pp $4,896.00 .__..m__._.__ _._._____..__.__�_�___._.--.-------.___..�._____.....�_____-_.._......__..__....__._..___......_..----.....----._.�__.__.---...__....____�__�_._..�._,... 19 3212.040'! HMAG Transifion 32 12 16 TN 30 $980.Q0 $5,440.00 .._.______.�___..__..._._..._�.._.__._..._._..._..__..__.____.----__.__.._......_.._._.---------........._........._ _... ._...._.._........_....__.._..__.._._......._........._..._ ._.....__.. _..--�___........_....._. 20 3213.0301 4" Conc 5idewalk 32 13 20 SF 15970 $$.00 $927,760.00 __.____._.._.. ._ _. .__._ _�_.�___ _ __..__ �._._.�_. �___.._ _.__,.__ ._.__._. . .. ....._. .__ ..... . ..... . .... .. .... ... _._ .. _...__.._.__.__ ___ . __. 21 3213_0311 4" Cqnc Sidewalk, Adjacent fo Curb 32 93 2Q SF 5110 $8_50 $43,435.00 .� �_ ����______�__._.____._...__._._.._____�____---___._ _ �_. _.�.� ._____._ .... ._. ___.._ .m ---_�__�_..�.__. �.__�_�_� __�__ _._.__.� _�_�. 22 3213.0322 Conc Curb at Back of 5idewa[k 32 13 20 LF 1p0 $9.00 $906.00 _._ _ ____� ____�_._ ___.._._ _.___ __ _.._.___ ______ __ ___._.__ __ �.._._...__._ _.�.. _.____..__._ _ _..___ ._._._ __.__ ..._._._�_ ____ _.__..__--_._�_ �.._____ ___�_._._. _ 23 3293_04fl1 6" Concrete Dri�eway 32 1320 SF 'f9540 $11.Op $214,940.00 . __ ..-______ _- __-- -- -------____.. __ ___ �___. _._._ __�___ _.._ _____ ,_____.�.__._ __.___....___.. __-----_._- ---.. _..--,-------._.._. . ---__ _.� ---- __ 24 3213.0403 S" Concreie �ri�eway 32 13 20 SF 120p $1'! _50 $13,800.00 � f 25 � 3213.050'� Barrier Free Ramp, TYPe R-1�^^- ���_.__�_.___ -- "32 13 20 ��� E,o, --.___..__4 ----�2,500.�0 �ry $10,D00.00 _ _____�______.._______._.._�-__._�._____�_______ _�_.__.___...___..��__._�-_-----._____.__.�.._...__ �___.__.._...__._._._.__..__.,_._......----.....______._....___ _____ __..---.,-.__. 26 3213.0506 Barrier Free Ramp, Type P-1 32 13 2b EA 8 $1,250_00 $40,000.00 --___�. _ __ ____ _._. � �_ _._._�_.._._..---__.�_.._.__. .._..._. _..___._.._��..__._.._ _._..�� _.�_� . _ 27 3213.0507 Barrier �ree Ramp, Type P-2 32 13 20 EA 2 $2,750.00 $5,506.00 __ _ _ _, .. _. _ ________._.�.� _�.___._ ________ _�_ __�_ .....__. ._. _._____..._�.__. _�.____ . ..._._�._....�� �_ .� _�_____._ _._..__.__.. ......_ .��.___�_., ._._..._...__ 28 3213.45Q4 Barrier Free Ram�, Type M-2 32 13 20 EA 1 $'[,650.p0 $1,650.00 ____ _ �..._.�. __ ___ ______ �_-_ __... __._.� _ .._ _..__...___..... ___. .. ___..---.......,_. _____-__. __..... ._._.__.._..---. _.---_....__. ._..�_..... _.....- ........... ... 29 32i7.0501 24" 5LD Pvmt Marking HAE (W) 32 17 23 LF 267 $7_0� $1,859.00 _ __�.____._ ______.�__________.__..____..._._._...._.__._.___._._._ ___..__.._.._�_.__.__.__. _____�.__.____.___..._ ._._. 30 3217.2103 REFL Raised Mark�r TY II-A A 32 17 23 EA 4$ $4.00 $992.04 ____.� ..___._....__._..__._._�_ ,_�..---_..___.._.___----.. �____.._...._.. __._..___�_.__.��.______._...�.-----___...... 31 3217.50p1 Curb Address Painting 32 17 25 EA 135 $25.00 $3,375.D0 _ ____� �...._ __________..�___._._.�___._�_.��.�_._.._._....__.._._......._._......._..._.. _.........-.----........______..._._..._..___.._.......__........ _.,. 32 3291.0900 Topsoii 32 91 T9 CY 2250 $25.00 $56,250.00 _ _ _..,_-_. _-.___ .__------ -_-____._ _. _.� ____.____�--- --------_- - .____ ____. -__ _�__.___� �_ __-- __---� �_. ______. ._. ______�___ -_- ._. �_ 33 3292.0400 Block Sod Placement 32 92 13 SY 13294 $5.p0 $66,470.00 � _ _ __ ____ .�._ ._ __..___....� �_�_ .___ --� _....�.__._.�___�_.___._ _.�__�__ _____ __.�_�. _-.____, .__ _. � _ �_.._ _. __ _._ _ _ _.__._ �_.�_.� ._ __ _. 34 3305.6107 Manhoie Adjustment, Minor, 33 0514 EA 5 $350.OD $1,750.00 --- ----- ._.. __.____ ___ __ _ �_ �__.____ ___ _ . .__ - _ ._ _ -- ---- - . _... _ _ . . _ .. . . . _ _ . _. _ _ _ _ _ _ . . _ .._.. 35 3305.0108 Miscellaneaus Adjusfinent (Irriga�ion) 00 05 OS LS 1 $20,000_00 $20,Oa0.00 -- ---- __-_ ___-_ ___.�_ __.__ --_�__ _- ------___ __ _ __ _ _ __. -- - - - _ _ - - ___ ..__ __.__.. _ _ - -._ . __ _ __ _ _ _. _ . _ __ 36 3305.0108 Miscellaneous Structure Adjustment (WMj 33 05 14 EA 'f 28 $35.00 $4,480.00 ..__ .___- ._.._ ........ ............_._...�......_.._.. ....... .-. Yp..__..___...._._......_....._._._._-----�----------------_.-.�v.._ _. _..__._._.....__.._ 37 3346.0008 4" Pi e Underdrain, T e 8 33460D LF 100 $15.00 $1,5p0.00 __.��.. _. __..__. ___ ..____..____ _._ -----_�.__. _ ._... _. _ _...._._ _._ _. ._. _. ......� ... . .._ . ... . ...__ ...... __ .. .... .. .. .... _... 38 3449.130i Loop Detec#ar Cable 5awcut 34 41 ? 0 L� 300 $15.00 $4,500.00 _____ _._._ __....._..._...__. .__ __ ____ __._..._..__.__ � .___.__........_. _. .__. . __..._ ........ ... . . .. .... . . ...... . _ .__. .__.. .._._. .._..._ ___. . ._. .. -----.. ._ .........._ .... ... .., ........ - --- ._. 39 3441 _1302 14 AWG Loop Detec# Cable 3�4 41 1p I�F 330 $6.00 $9,980.00 _.__...._.._..._._._..._____----._......_._._....----- -----_._.__...._ ..................__._.._....._._..._. _.._. .._._ __.._ _____... ---.�.__._...._....._...._..�._.__...__._-_------ 40 3441.4005 Insta[I Alum Sign Ground Mouni 34 41 30 �A 1 $500.OD $500.00 �.__, �� _ _ _ _, ,.. .._.. . ..�_ __ . . .. - . _.._ ,_ _ . �_.__ _._ . . _ . . . . . .. .. ... . _ . .. . , ___. . . _ _ ....� . . _.. _. _. _ . _._ . . _ _.. .... _ _ _ _ .. .... . _. _ _ � _ - ----- 41 3449.411p Rempve and Reinstall Sign Panel and Post 34 41 3Q EA 28 $400.00 $91,200.00 _..�.,.. ..._.__._ _,_..__.....__. ____ _. __.._. _..... �.........._....... ___ ,....... __ _- --_-_ __.....� . . .. ...... .. ... � _..._.._.__� 42 3471.00fl1 Traffic Gontro� 34 71 13 M� 6 $$,75D.00 $52,500.fl0 _ _ .. . _... . _ _. ...... _. _.._ ... .. .. .. . . .. ..... _. . _ . . . . ._ - ----_� -- -. . � _. _ _---. .__ ___. _ �.... . . _ . ...-- ---- 43 3349.5Q01 10' Cur� Inlet 34 41 3� EA 1 $6,OOO.QO $6,OD0.00 _�._. �__,.._,.__- -. ____ _._.___._.__..._.__...__....__.,.�___ . _..._ , __...._ _. ..._. . _....... _. .... ._ .. ._.__ ._.. ... .. . _ ........ . ... ... . .... ....__- ----- 44 9999.0000 Concre#e Steps 32 13 20 5F 42Q $30.04 $12,600.00 CITY OF FORT WORTH STANDARD CONSTRUCTlON SPECEFICATION �OCUMENTS Fortn Revised March 9, 2020 201 S GIP Year 3- Conlrad 5 City Projecl No. 1D1452 AD�ENQUMI ` QD q2 43 ' BID FORM Page 5 af 7 S�CTfOfd 00 42 43 PROPOSALFORM �1��� ��f�� ��� Project Item Information Bidlist Item No. Description 45 9999.DOQ1 Remo�e and Replace Inlet Top 46 9999.0002 Remove and Refocate Mail Box (Post) _ _ _ -- --- �_.�__ --- — — 47 9999.0003 Remove and Replace �x. Mad Box (B .. .. ---.. .. _ . _.. . _. _. _ 48 9999.0004 Paving Construction Allowance CITY OF FORT WORTH STAIdDARD COMSTRUCTIOIV SPECIFICATIOt�! dOCUMEN7S �orm Ftevised March 9, 2020 �i�de�'� ea►ppli���io�t Specification Unit of Bid Sec�ion Alo. 11�leasure Quantity -- 02 41 14& __ __ _�A _ _._ ._ .�_ 1 � 32 13 20 __ ___. 34 4'i 30 EA 2 I_ 34 41 30 __�A ^-� 2.� Op 00 04 � L5 1000�0 Unit 3: Paving Improvements Total Bid $ Bidder's Proposal Unit 1'rice Bid Value $s,oao.oa $s,aoo.oa __.��.__._,_ _......._.__ _..�_._..__.. $925.00 $250.00 _.._.._.__._...__.._ _......_....._.. ._.... _..._... $9p0.00 _ _ _$9 800.00 $9.00 $i00,000.00 935,447.00 2018 CIP Year 3- Contract 5 City Praject No. 101452 ADpENDUMI . '� ` � 00 42 43 63� FORM Page 6 M 7 SECTIOfN 00 42 43 3�f20POSAL FORM IJNIT �RI�E BID �idd��'� �►ppli�ati�n P�oject Item information Bidder's ProposaE Sidlist item Specificatian Unit of Bid Description Unit Price Bid Value IYo. Section No. Measure Quantity 9a �241.9760 '[9" Pa�ementPulverizatian 0241 15 SY 21600 9.7 209520 _ _ _ ._._ _. _�.____.-_ -._. .� ---�-T - _ _____ _ __ _ _ _ __ _ __ _ - - - . --- - -- ----- __ _� ________ __..._� W ___�_ _ _.._ 2a 3923.01Q1 llnclassified Excavafion by Pian 3'1 2316 CY 680 129 87720 ---.___.____.____ _.._____-_ _...__.__ ._.___-.-. __ __._..__ ____.. ____---___ �_._�.._ __._._.��_� _ __ 3a 3211.9999 Cem-�ime 30 IbsISY 32 11 29 TN 3i4 214 80436 _ __ . _.�. _ -__ -___ _ _ ...___ _. ._ . - -.. . .. _ .... . _. _ __ _ . .. . .. - . _ - - - __ _ __ _____. __ �._ W _ � _ .___.�__� v 4a 329 2.0303 3" Asphalt P�mt T'ype C] 32 12 16 SY 21600 '17 367200 - _ . _ _ _ _ __ .� _ - - - - - - - - . _.. _ _ - - . . _ .. . . _ _ . _ . . _ __ . --- - - _ -____._ _ _.�._--__ - _-- __.- -- -- 5a 3216.0101 6" Cvnc Curb and Gutter 32 16 T3 LF 12432 54 671328 -- --- -- - � ----- - - -- - --- ___ -- --- - - ------- --- - . _ _ � __._._..�.__ �._� _�..._ Y.__ _-___._ _�_...�. . _—__- _.__ 6a 8216.9999 Lay Down Conc Curb and Gutter 32 16 13 LF 222 66 74652 .__ _. _. _ .__.___ _ __... _ ._. _ ___...___ .._ _ _ - -_ _ _ .____._._ __._-----____. _..._------------------ ---__ 7a 3215.4301 7" Conc Valley Gutter, Residential 32 16 13 5Y 113 135 152v5 _ _ -- .. .._ _--- - ---.. _ ___ ---- -- _ - -- ____—__"._ ____. ._ W �_ _ ...__---.__. ..__ _._ __._._._-- __-_ _____ _.._____--_ ___.. _.._ Sa 3305.0111 Val�e Box Adjustment, wl Conc Collar 33 05 '� 4 EA i 6 350 �600 __ . �_. . _. . _ .... . _ .. _ _ . .. _. _ _ . _. - --- _ _ _ _. _ _ _ _ __ _ _.__.___ ._.__ ___... �..� __—_ -- __ _____—_--_--_---_. 9a 3305.d112 Concrete Collaf 33 05 17 EA 7 350 2450 UNI'P 3: Altcrnatc A, I'OI.1'uving Tmprovemeuts $9,4$3,�$9.00 1h 0241.1'[00 RemoveAsphaltPvmt 2b � 3923.0109�Unclassified Excavation 6y Pla 3b 3211.0440 Flydrated Lime 40 Ibs/SY � 4b 321'l.0502 8" Lime Treatment � 5b 32i 3.01 pi 6" Conc Pvmt _. __ __. _- .----__ _.__ . . _ ... _ .. _ ...... .... _.., ._ _ _.__ 6b 3216.0101 6" Conc Gurb and Gutter - -- --- .._.. ._..__...._ .. ...................... 7b 3305.0111 Valve Box Adjustment 02 41 15 SY 2160 n 31 2316 mm CY 373 ��_ � 32 91 29 � � 7N��F `A -�53 � 32 19 29 � SY 2521 32 13 'E3 SY 2381 _...... .,.. .._.... . ._ .. .. .... .... . __.. .. _. _. . _ ._.... 32 96 13 LF 150 _ . . .. _ . . _. .... ... .. �. . ._ 33 05 14 EA 9 6 [JNIT 3: Alternaie B, Concrete Paving Improvements Bid Summary 0 4.5 97200 _�____�_�___._ ___....._ -._ .. __ _._ ._._ 0 18.5 69005 _ _--_-- -- - ---- - _ _ - - _ __. _ _._._,_ 8 159 85542 0 4 �� 160840 l_Tmmrn 0 48.73 1160269.3 ... . ..... . ....... . .....___,_� .._._._ 23 3454 $7,520,618.30 Unitl: Watcrimprovements $ 1,057,943.00 Unif 2: Sanitary Sewer Impmvements $ 964,833.00 Uxiit 3: Paving improvemenis $ 935,447.00 TiNIT 3: Alfernate A,1'OL Paving Improvemen#s $ 7,453,761.00 UNIT 3- Alternate B, Concrete Paving lmprovements $ 1,520,618.30 Totai 1('1'atal Bid Units 1, 2, 3, 4& Alteraative 3 A) $ 4,471,98Q..00 Totai 2(Total Bid Units 1, 2, 3, 4& Alternative 3 B) � 4,478,847.3fl CITY OF FORT WORTH ST.4Nn,4F2D CON57Rl1CTION SPECIFICATIOiV DOCfJMENTS Fortn Revised March 9, 2020 2013 CIP Year 3- Cnntract 5 City Project No. 109452 P,��ENpUM 1 Op 42 43 BID FORM Aage 7 of 7 SECTI03V OU 42 43 PROP�SALFORM �1��� ����� ��� �i�cf�r'� Ap�li���i�� Project Ttem Tnfonnation Bidde�s Proposal I3idlist Item Specification Unit of Bid No. Description Section No. Mcasure Qua����y Unit Price Bid Value END OF SECTION The City reserves the righf Yo setect the responsihle low 6idder of either Total l or Tota12 C[TY OF FORT WQRTH STANDARD CONSTRUCTIOid SPECIFIGATION DQCUMENTS Form Reviseal March 9, 2�20 209 B CIP Year 3- Contract 5 Cily Project No. 10i452 ADDENDUMI �!� ���lD Canfoem� �iih `��� �nerican lrestiiute of d�rchi�cfi�, A.�.,�, ��urr��r�# �da. �r394 KNOW ALL BY TH�SE i'R�SENTS, ihat we, P�1cClendon Canstruction Company, Inc. �4� Memarial �laza Burleson Texas '760�4 as Principal, hereinafter called the Principai, and thc ,"�erchants �ondin Com an 14�utual nf 1fl1 �. �ar4� �Ivd., #800, �lano, iX i��`�4 , a cvrporation duly organized under ih� laws af the 5tate of fowa , as Surety, hereinafter called the Surety, are held artsl %�tily bound unto City of �ort Worth as Obiigee, hereinafter called the Obligee, iri the sum af *** �'IV� ���C�fdT OF i07AL AMOUN`i �ID �Y ��tI1dCI�AL*�'* Dollars ( �% iAB ), for the payment of which sum well and truly ta t�e made, th� said Principal and the said 3urety, bind ourselves, ow heirs, execntors, adminfstrators, succeasors and essigt�s, jaintly and sevcrally, fmnly by these presents. WHLREAS, tlae Principal has submitted a bid for �018 CI� Year 3 Contract 5 Various Locations NOVi�, THE�EFORE, i#`ti�e Obligee stia�l accept the bid nf the Principa! and the Principal shall enter into a Coniraet with the Oblige� iz► accordance wit}► the terms of such l�id, and give sucl� bond or bonds as may be s�ecified in the bidding ar Contract Documents with goad and sufficient surety for the faithful performance of such Cantract and fnr the prnrrspt payme�►t of Iabor a�td material furnished in the prosecution thereof, or in the event of the failure af the Principal to enter such Conhact and give such bond or bonds, if the Principal shall pay to the Obligce the difi'erence r►ot to excead the �enalty hereof hetween the amo�nt apecified in said bid arid such larger amount for which the Obligee rnay in gaod faith contract with anath�r p�rty to pe�rt'orm tlre Work covered by said bid, then this obligation sh�ll he null and void, otherwisE to remain it� full farce and affect. Signed and seated this � 9r� day of November � 2020 �'IflcCl o Construction Com an , I . ($�a�) � rin l Wimess %� Title �_xs 1 t� •--x_.......4p._e.r..__ WL�TIBSS Nierrrychants �ondir� Company (Mutual] _ � BY_ �:���-- �.��- _-- ' � Patricia A. �yttle � ��fney',i��act ������s �o����� �o������ P�Ir'�I�R �� ATT�L�NEY KnowAll Persons By These Presents, lhat MERCHANTS BONDING COMPANY {NlUTUAL) and MERCHANTS NATIpNRL BONDIPlG, INC., both being cwporations of the State of lowa (herein collectively callecf #he "Companies") do hereby make, constitute and appoint, individually, Andrew Addison; Betty J Reeh; Bryan K Moore; Gary Wayne Wheatley; Michaef D Hendricksan; Patricia Ann Lyttle their true and lawfui Attorney(s}-in-Fact, ta sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, conlracts and other written instruments in the nature thereof, on behalf of #he Companies in thefr business of guaran#eeing Ehe fidelity of persons, guaranteeing lhe pertormxnce of conlracts and executing or guaranteeing bonds and undertakings required or permifted in any actions or proceedings aElowed by law, This Power-of-Allorney is granted and is signed and seaEed by facsimile under and by aulhority of the following By-Laws adopted by the Board of Direcfors of AIlerchants Bonding Company (Mufual} on April 23, 2091 and amended August 14, 2015 and adopted by the Board of Directors of MerchantsNafional 8anding, Inc., on October 16, 2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Facl, and to authorize #hem ta execute on behalf of fhe Company, and altach the seaf af #he Company therefo, bonds and underfakings, recognizances, contracts of indemnily and otherwritings obligatory in the nature thereof." "The signature of any au#horized ofticer and the seal oi the Company may E�e affixed by facsimile or electronic transmission lo any Power of Attomey or Certification thereof authorizing #he execution and delivery of any 6and, undertaking, recognizance, or other suretyship obligations of fhe Company, and such signature and seal when so used shall have the same force and effect as though manually flxed." In connection with obligations in fauor of the Florida �epariment of i'ranspartation anty, it is agreed that lhe power and aut �ority hereby giuen to the Allorney-in-Fact includes any and al� consent5 for tha release of retained percentages andlar firoa! eslimates on engineering and construction conlracts required by the Staie of Florida Qepartment of 7ransportation. It is fully understood that consenting to the Stale of Florida Department of Transpartation making payment of the final esiimate to the Contrac#or and/or its assignee, shall noi reEieve this surety company of any of its obligations under its bond. In connection with obligations in ia�or of the Kentucky �eparfinent of Higf�ways only, it is agreed that the power and authority hereby given to the Attorney-in-Fact cannof be modified or revoked unless prior written personal notice of such infent has been given to the Commissioner- Deparlment af Highways of the Commonwealth of Kentucky at least thiriy (30) days prior to the modification or revocation. In Witness Whereo#, the Companies have caused this instrumeni l0 6e signed and sealed this 11#h day of February , 2020 . �y����nr��� o � �' ' � e ♦*��` 4'��� ••��� •°� t�� �iD ��• •'• �@'�t4�d� <��:. �0�0�1PQ�� '�'�b � MERCHAN7S NAF ONA BON ING,� H�TIIAL} ���'Ca� �j'�:`�% • Cs �:�• . � q � : � i � M � � � � � � O :Q7� ��� �: o �!"'� -6 8 .�• � .�`: �ao� :;�; 4 �; i�33 .: �: �y �J� :�'•. •�; »v�;. .;�ra 4���•••• •••�l��i�•• sa�`�ey• �,• • •'`'\�•' President S�AT� OF IOWA ,•����N�"�'�s'����' ��' � � �'Q COUNTY OF RALLAS ss, On this 11th day of February 2020 , before me appearecf Larry Taylor, to me personally known, who being by me duEy sworn did say that he is President of MERCHANTS BQNDING CDMPANY (Ml1TUAl} and MERCHANTS NATIONAL BONbING, INC,; and fhat the seals aifixed Eo the foregoing instrument are the Corporate Seals of the Companies; and that #he said instrument was signed and sea�ed in behalf of the Companies by authority of their respecti�e Boards af Direclors. ,��.�}AE s ����Y M�+SON - o �. Commission Number754576 � � �� � ° ° ° ° '` My Commission Expires �' +��P i January 07, 2023 Notary Public {Expiration of notary's commission does not invalidate this instrument} I, Wifiiam Warner, Jr., SecreEary of MERCHANTS BONDING COMPANY (MUTUAL} and MERCHANTS NATIONAL BONDIP�G, ENC., do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies, which is still in ful] force and effect and has not been amended or revoked. In WiEness Whereof, I have hereunto set my hand and affixed the seal o#the Companies an this lsth day of Novembez , 2ozo. ��i►�..�r�rra aso�/�' flpo ��4� `S `A � A •�I� 6 � ,�l� �� b , �.• �c •. , �a. �r,�•, . , �j. ;��,, �tPOR• ��; , 4 �R�i�'� � :� :�0 �j; :�; ' ���,0 �a`'g�� �� ' �, . � ��c� _Q_ �;�, e�'�� -o- a��.�.: � . ,� � 2003 ,:;,� ~ � � '� ��3� � �' secretary " t�' •'1'�• •�`vo %��•. .•���� �va���,, ,,•�.,`�p�e ����••�J����.I�`�� oe� � os Paaoo�s ���Za� ''••••. ::......• •,....ov ����i����� � ��� � ��� ������� IiVI[��l�TA]�'�' �TO�'ICE To obtain information or make a comp[aint: You may contact yaur insurance agent at the telephone number praW�ded by your insurance ag�nt. You may calE Merchants Bonding Company's toll-free telephone number for information or to make a complaint at: 1 ��00�6�8�81 � 1 You may contact the Texas Department af Insurance to obtain information on companies, co�erages, rights or comp[aints at: 1 ��OO���a�3439 You may write the Texas Departmenf of Insurance at: P. O. Box 14910�4 Austin, TX 78714-91 �4 Fax: {512) 475-177� Web: http:llwww.tdi.state.tx.us E-mail: ConsumerProtection@tdE.state.tx.us P�E�fiNU�fi A�I� CLAI�ii DISPIJiES: Should you have a dispute concerning your pr�miurn or about a claim you should contac# the agent first. If the dispute is not resolved, you may contact #he Texas Departmerot of Insurance. �T7�CH �FilS �!� i IC� 70 YOl1R �O�ICY: This notice is far information only and does not become a part or condition of the attached document. SLJP 0032 7X (9109) 00 43 37 BED FORlVI Page 1 of 1 SECTIO{� 00 43 3� VENDOR COMPLIANCE TO STATE LAW NON RESI�ENT BIDDER Texas Governrrient Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law pra�ides that, in orcter to be awarded a contract as low bidder, nonresider�t E�idders {aut-of-sfate con#ractors whose corparate offices or principal place of business are outside the State of Texas} bid projects for construction, impro�ements, supplies ar services in Texas at an amount lower fhan the lowest Texas resident bidder by #he same amount that a Texas resident bidder woufd be required to underbid a nonresident bidder in order to obtain a comparable contract in the State whict� the nonresident's principal place of b�siness The ap�ropriate bEanks in Section A m�st 6e filled out by all nonresident bidders in order for your bid to r►�eet specifications. The fai�ure of nonresident bidders io do so will au#omatically disqual�fy that Ioidder. Resident bidders must check the box in S�ction B. A. MonreSideni bidders in the State of , our principal p[ace of busin�ss, are required to b� percent lower than resident bidders by State Law. A copy of the statute is aitached. Nonresident bidders in the State of , our principal place of business, are not required to uncEerbid resident bidders. S. The principal place of business of our company or our parent company ar majority owner is in ti�e State of Texas. � BlDDER: McClendan Const Co Inc PO Box 999 � Dan McClendon (S ig nature} Burleson, TX 76097 END OF SECTION CITY OF FORT WORTH STAN�ARd CONSTRUCTEON SPECIF[CATION DOCUMENTS Form Revised March 9, 202D Tit1e: President Date: 1 � [ 1 � � v 201 a GIP Year 3- Contract S Ci[y Project No. 101452 OQ45ll-1 BIDDERS PREQiIALIFICAT103V5 Page 1 of 3 SECTIOI�I 00 4511 BIDDERS FREQUALIFICATIONS 1. Summary. All contractors are required to be prequalified by the City prior to submitting bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification Statement for the work type{s) Iisted with their Bid. Any contractor or se�bcontractor who is not prequalified far the work type(s) listed must submit Section 00 45 13, Bidder Prequalification AppIication in accordance with the requirements below. The preyualification process will establish a bid limii based on a technicai evaluation and financial analysis of the contractor. The information rnust be submitted seven (7} days prior to the date of the opening of bids. For �xample, a contractor wishing to submit bids on projects to be opened on the 7th of April must f�e the information by the 31 st day of March in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's Prequalification App�ication, the following must accompany #he submission. a. A complete set of audited or reviewed financial statements. (1) Classified Balance Sheet (2) Income Statement (3) Statement of Cash Flows (4) Statement of Retained Earnings (5) Notes to the Financial Statements, if any b. A certified copy of the firm's organizational documents (Corpora�e Charter, ArticIes of Incorporation, Articles of Organization, Certificate of Formation, LLC Regulations, Certif cate of Limited Partnersi�ip Agreement}. c. A completed Bidder Prequalification Application. (1) The firm's Texas Taxpayer ldentification Nuxnber as issued by the Texas Comptroller oi Fublic Accounts. To obtain a Texas Taxpayer ldentif cation number visit the Texas Comptroller of Public Accounts online at the foliowing web address www.window.state.tx.us/t�permit/ and fill out the application to apply for your Texas t� ID. (2) The firm's e-mail address and fax number. (3) The firtn's DUNS number as issued by Dun & Bradstreet. This number is used by the City for required reporting on Federal Aid projects. The DiJNS number may be obtained at www.dnb.com. d. Resumes reflecting the construction experience of the principles of the firna for firnns submitting their initia� prequalification. These resumes should include the size and scope of the wark performed. e. Other in%rmation as requested by the City. 2. Prequalification Requirements a. Financial Statements. Financial statement submission must be provided in accordance with the following: (1) The City requires that the original Financial Statement or a certifed copy be submitted for consideration. GITY OF FORT WORTH 2O18 CIP Year 3— Cantract 5 STANDARD CONSTRUCTION SPHCIFICATION BpCUMENTS City Project No.: 101452 Revised 7uly 1, 2011 00 45 11 - 2 BIDDERS PREQUALIFICATIONS Page 2 of 3 (2) To be satisfactory, the financial statements must be audited or reviewed by an independent, certified public accoun�ing firrri registered and in good standing in any state. Current Texas statues also require that accounting firms performing audits or reviews an business entities witY�in the State of Texas be properly licensed or registered with the Te�s State Board of Public Accountancy. (3} The accounting firnn shauld state in the audit report or review whether the contractar is an individual, corporation, or limited liability cornpany. (4) Financial Statements must be presented in U.S. dollars at the current rate of exchange of the Balance Sheet date. (5) The City wi11 nat recognize any certified public accountant as i�dependent who is nat, in fact, independent. (6) The accountant's opinion on the financial statements of the contracting cotnpany should state that the audit or review has been conducted in accordance with audiiing standards generally accepted in the United States of America. This rnust be stated in the accounting firm's opinion. It sY�ould: (1) express an unqualified opinian, or (2) axpress a qualified opinian on the s#atements taken as a whole. (7) The City reserves the right to require a new statement at any �ime. (8) The financia7 staiement must be prepared as of the last day of any month, not more than one year old and must be on file with the City l6 months thereafter, in accordance with Paragaph 1. {9) The City will deie:rmine a contractor's bidding capacity for the purposes of awarding contracts. Bidding capacity is determined by multiplying the positive net working capital (working capital= current assets — current liabilities) by a factor of 10. Only those statements reflecting a positive net working capital position wi11 be considered satisfactory for preyualificatior� purposes. (10} Tn ihe case tha� a bidding date fa11s within the time a new financial statement is being prepared, the pre�ious statement shall be updated with praper verification. b. Bidder Prequalifacatfon Application. A Bidder Prequalification Applicatian m�st ba submitted along with audited or reviewed financial statements by firins wishing to be eligibie to bid an a11 classes of canstructian and maintenance projects. Incomplete Applications will be rejected. (1} In those schedules where there is nothing to report, the notation af "Nane" or "N/A" shauld be inserted. (2} A minimum of five (5} references of related work must be provided. (3} Submission of an equipme�at schedule which indicates equipme�t under the control of the Contractor and which is related to the type of work for which the Contactor is seeking prequalification. The schedule must include the manufacturer, model and general common description of each piece of equipment. Abbreviations or means of describing equipmeni other than provided above will not be accepted. 3. Eligibility to Bid a. The City shalI be the sole judge as to a contractor's prequalification. b. The City may reject, suspend, or madify any prequalification far failure by Yhe contractor to demonstrate acceptable financial ability ar performanee. c. The City will issue a letter as to the status of the prequalification approval. CITY OF FOAT WORTH 2O18 CIP Year 3— Conlracl 5 STANDAItD CONSTRUCTION SPECIFICATION DOCiiMENTS City Project No.: 1D1452 Revised 3uly 1, 2011 00 45 11 - 3 BIDDERS PREQUALIFICATIONS Page 3 of 3 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bia the prequalified work types until the expiration date stated in the letter. END OF SECTION CiTY OF FORT WORTH 2O18 GIP Year 3— Contract 5 STANDARD CONSTRUCTIOM SAECIFICATIONDOCUMENTS City Projecf No.: 101�452 Revised 7uly 1, 201 I DO 45 12 BID FORM Page 1 oi 1 SECTIOM 00 45 92 PREQUALlFiCATiON STATEMENT Each Bidder for a City procurement is required to complete t�e informa#ion befow by identifying the prequalifed contractors ancf/or subconiractors whom they intend to utiiize for the majoE work typ�:(s} list�d. Major Work Type ContractorlSubcontractor Company Name Prequaiification Expiratian Dat� Wat�r Distribution, Urban and Renewal, 12-inch diam�:ter Woody Contractors 413D/2021 and smaller 5ewer Coilection System, UrbanlRenewal, 92-inches and Woody Contractors 4/30/2021 smaller Sewer Pipe Eniargement 12- Circle C 4/30/2021 inches and smaller Asphalt Pa�ing Cor�structionlReconstruction �'exas Bit (15,000 square yards and GREATER) Th� undersigned h�reby certifi�s that tha cor�tractors andlor subcantrac#ors described in the table abave are currently prequalified for the work typ�s Eist�d. Bll]D�R: McCl�nd�ro Const Co Inc PO Box 999 Burleson, 7X 76fl97 CITY OF FORT WORTH STANI]AEiI] CpNSTRUCTEON SPECIFICATIO�[ �OCUMEIVFS Form Revised March 9, 2020 �. - �• / �iil . I � �f � 1 �%' - -- � -- Title: President Date: � [ l � � � � E�iD OF S�CTION 2018 CIP Year 3- Contraci 5 City Project No. 101452 ��������� � - � SECTIOI�i 00 4� 13 BIDDER FREQUALIFICATION APPLICATION Date oiBalance Sheet Name under which you wish to quaiify Post Oifce Box Street Address (required) Telephone Mark only one: Individual Limited Partnership General Partnership Corparation Limited Liability Company City State Zip Code City State Email Fax Zip Code . Texas Taxpayer ldentification No. i Federal Employers Identification No. ; ; DL1NS No. (if applicable) MAIL THIS QUESTIONAIRE ALONG WITH FINANCIAL STATEMENTS TO: CITY �F FORT WQRTH TEXAS 200 TEXAS STREET �'ORT W4RTH, TEXAS 7G 102-6311 AND MARK THE ENVELOPE: "BIDDER PREQUALIFICATION AFFLICATION" 2018 CIP Year 3— Contract 5 City Praject No.: 101452 ooas �s BIDDER PREQiJALIFICATION APPLICATIOI�I Page 2 of 8 BUSINESS CLASSIFICATIQN The following should be completed in order that we may groperly classify your firm: (Check the block(s} which are applicable — Block 3 is to be left blank if Block 1 andlor Block 2 is checked) � Has fewer than 100 employees and/or � Has less than $6,000,000.00 in annual gross receipts OR � Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classiiication af your firm as a small or large business is not a factor in determining eligibility to became prequalified. MAJOR WORK CATEGORIES Water Department Augur Baring - 24-inch diameter casing and less Augur Baring - Greater than 24-inch diameter casing and greater Tunneling — 35-Inches — b0 —inches, and 35Q LF or less Tur�neling - 36-Inches — 64 —inches, and greater than 350 LF TunneIing — 6b" and greater, 350 LF and greater Tunneling — 66" and greater, 350 LF or Less Cathodic Protectian Water Distribution, Development, 8-inch diameter and smaller Water Distribution, Urban and Renewal, S-inch diameter and smaller Water Distribution, Development, 12-inch diameter and srnaller Water Distributian, Urban and Renewal, 12-inch diameter and smaller Water Transmission, Development, 24-inches and smaller Water Transmission, Urban/Renewal, 24-inches and smaller Water Transmission, Development, 42-inches and smaller Water Transmission, UrbanlRenewal, 42-inches and smaller Water Transnriission, Development, All Sizes Water Transmission, Urban/Renewal, All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 1 S-inches — 36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV, 24-inches and smaller CCTV, 42-inches and smailer CCTV, 48-inches and smaller CTTY OF FORT WORTH 2D98 CIP Year 3— Gontract 5 STANDARD CONSTRUCTION SFECIFICATION i]OCUMENI'S City Project No.: 101�452 Revised March 9, 2020 Op 45 13 BIDDE[2 PKEQUALIFICATION AAPLICATION Page 3 of 8 MAJOR WORI� CATEGORIES, COT�iTINUED Sewer CIPA, l2-incnes and smaller Sewer CIPP, 24-inches and smaller Sewer CIPP, 42-inches and smaller Sewer CIPP, All Sizes Sewer Collection Sysiem, Development, 8-inches and smaller Sewer Collection System, Urban/Renewal, 8-inch�s and smaller Sewer Collection System, Development, 12-inches and srrzaller Sewer Collection System, Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development, 24-inches and smaller Sewer Interceptors, Urban/Renewal, 24-inches and smaller Sewer Intercepfors, Development, 42-inches and smaller Sewer Interceptars, Urban/Renewal, 42-inches and smalier Sewer Interceptors, Develapment, 4$-inches and smaller Sewer Interceptors, Urban/Renewal, 48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlaxgement, AlI Sizes Sewer Cleaning , 24-inches and smalter Sewer Cleaning , 42-inches and smaller Sewer Cleaning , Afl Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer 5iphons 12-inches or less Sewer Siphons 24-inches or Iess Sewer Siphons 42-inches ar less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) AsphaIt Pauing Constructian/Reconstruction {15,000 syuare yards and GREATER} Asphalt Pa�ing Heavy Maintenance (i.TNDER $1,000,000) Asphalt Paving Heavy Maintenance ($1,000,400 and 4VER) Concrete Paving Construction/Reconstruction (LESS THAN 15,OOQ square yards) Concrete Paving Construction/Reconstruction (15,OOQ square yards and GREATER} Roadway and Pedestrian Lighting GITY QF FORT WORTH 2O18 CIP Year 3— ConUact 5 STANDARD CONSTRUCTIpN SPECIFICATION DOCUM�NTS Cily Project No.: 101452 Revised March 9, 2020 OQ 45 13 BIDDER PREQUALIFICATION APPLICATION Page 4 of 8 1. List equipment you da not awn but which is available by renting DESCRIPTION QF EQUIPMENT NAME AND DETAILED ADDRESS 4F OWNBR 2. How many years has your organization been in business as a general contractor unc�er your present name? List previaus business names: 3. How many years af experience in construction work has yaur arganization had: (a) As a General Contractor: (b) As a Suh-Contractor: A�. *What projects has your organization completed in Texas and elsewhere? CLASS LOCATTON NAME AND DETAILED CONTRACT OF DATE CITY-COUNTY- ADDRESS OF OFFICIAL TO AMOUNT WORK COMPLETED STATE WHOM YOU REFER *If requalifying oniy show work perfortned since last statement. S.Have you avar failed to complete any work awarded to you?_ If so, where and why? 6. Has any afficer or owner of your organization ever been an officer af another organization that failed to complete a contract? If so, state the name of the individual, other organization and reason. 7.Has any off'icer or owner of your organization ever failed to complete a contract executed in his/her nar�e? If so, state the na�ne of the indit�iduai, x�ame of owner and reason. CITY OF FORT WORTH 2O18 CIP Year 3— Contract 5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 101452 Revised March 9, 2020 00 45 13 BIDDER PREQUALIFICATIpN APPLICATIQN Page S of 8 8. In what other iines of business are you financially interested?. 9. Have you ever performed any work far the City?. If so, when and #o whom do yoa refer? l 0. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS 11. Give the names of any affitiates or rela#ives currentfy debarred by ihe Ciry. Indicate your relationship to this person or firm. 12. What is the construction �xperience of the principaI individuals in your organization? PRESENT MAGIVITUDE POSITION OR YEARS OF AND TYPE OF IN WHAT NAME OFFICE EXPERIENCE WORK CAPACITY 13. If any owner, officer, director, or stockhalder of your firm is an employee of the City, or shares the same household with a City employee, please lisi the na�tte of the City employee and the relaiionship. In addition, list any City emplayee who is the spouse, chi�d, or parent of an owner, officer, stockholder, or director who does not live in the same hausehold but who recefves care and assistance from that persan as a direct resuli of a documented medical candition. This inc�udes foster children or those related by adoption or marriage. CITY OF FORT WORTH 2O18 CIP Year 3— Contract 5 STANDARD CONSTRUCTION SPECiFICAT[p3Y DOCUMENTS City Project Na.: 101452 Revised March 9, 2020 00 45 13 BIDDER PRE¢UALIF[CATION APPLICATI�N Page 6 of $ CORPORATION BLOCK PARTNERSHIP BLO�K If a corporation: If a partnership: Date of Incorparation State of Organization Cha.rter/Pile No. Date of organization President Is partnership general, limited, or registered limited liability parh�ership? Vice Presidents File No. (if I.itnited Partnership) General Partners/Officers Secretary Limited Partners {if applicab�e) Treasurer LIMITED LYABILTTY C4MPANY BLOCK If a corporation: State of Incorporation Date af organization File No. Indi�idua�s authorized to sign for Partnership Officers or Managers (with titles, if any) Egcept for limited partners, the individuals �isted in the blocks above are presu�ned to Lave full signature authority for your �rm unless otherwise advised. Should you wish to grant signature autharity far additional individuals, please a�fach a certi�ed copy of the corporate resolution, cor�orate minutes, partnership agreernent, power of attorney or other legal documentation which grants tLis aufhority. CITY OF FORT WORTH 2O18 CIP Year 3— Contract 5 STANDARI] CONSTRiJCTION SPECIFICATION BOCLJMENTS City Project No.: 1 p1452 Revised March 9, 2020 00 45 13 $IDDER FREQUAE.IFICATION APPLICATION Page 7 of 8 l4. Equipment � TOTAL BALANCE SHEET ITEM QUANTITY ITEM DESCRIPTION VALUE 1 2 3 4 S 6 7 8 9 1 E} li l2 13 ]4 1S 16 17 18 l9 20 2i 22 23 24 25 26 27 28 29 30 Various- TOTAL Similar types of equipment may �e lumped together. lf your tir�n has rnore than 3U types af equipmenf, you may show these 30 types and show the remainder as "various". The City, by allowing you to show only 30 types of equipment, reserves the rigi�t io request a complete, detailed list of all your equipment. The eyuipment list is a representation of equipment under the control of the firm and which is related to ihe type of work for which the firm is seeking yualification. In the description include, the manufacturer, model, and general common description of each. CITY OF FORT WORTH 2O18 CIP Year 3— Contract 5 STANDARD CONSTRUCTION SP�CIFICATION DOCiJMENTs City Project No.: 101452 Revised March 9, 2020 00 45 13 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 BIDDER PREQUALIFICATIQN A�+�IDAVIT STATE OF CDUNTY Ok' The undersigned hereby declares ihat the foregoing is a true statement of the financial condition af the entity �erein �rst named, as of the date herein first given; that this statement is for the express pur�ose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accomganying this report as well as any depositary, vendor or any other agency herein named is hereby authorized ta supply each party with any information, while this statement is in force, necessary to verify said statement. , baing duly sworn, deposes and says that he/she is the of , the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the faregoing �nancial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalifcation Application are correct and true as of the date of this af�idavit. Firm Name: Signature: Sworn to befare me this day af . , . Notary Fublic Notary Public must not be an officer, director, or stockhalder or relative ihereof. CITY OF FORT WORTH 2O98 CIP Year 3— Contract 5 STANAARD CONS'FRUCTIdN SPECIFICATION DOCUMENTS City Projecl No.: 101452 Revised March 9, 202� l � � � 1 . 2 - 3 i 4 " 5 6 � � : g 9 - 1� �� 12 13 14 15 lb r� 18 19 20 2I 22 23 24 25 26 2� 28 29 30 31 32 33 34 35 36 37 38 39 40 00 45 26 - 1 COI+!'I'RACTOR COMPLIANCE WITH WORKER'S C011+IPENSATION LAW Page 1 of 1 sECTiorr oa a� 2� CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a}, as amended, Contractor cerkifies that it provides worker's compensation insurance coverage for all of its employees employed an City Project No. 1414�2. Contractor further certif�es that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certifcates of compliar�ce with worker's compensaiion covera e. McGL�iVDOi�C�I�ST. CO., INC. CONTRACTOR: P O. BOX 999 BtJRL�SOf�, TEXAS T6097 � �� Company Address City/State/Zip THE STATE OF TEXAS COUNTY OF TARRANT § § �������N, ����8���� sy: {P ease P �nt) Signature: ��� ��������, ����t���� Titl�: (Please Print) B F� ORE ME, the undersigned authority, on this day personally appeared D�1r� ���` �fj�� , l�nown to me to be the person whose name is subscribed to the fore oing instrum nt, and acknowledged to me that he/she executed the same as the act and deed of ��,�l�fj,��� �j���for the purposes and consideration therein expressed and in the capacity therein stated. GI UNDER MY HAND AND SEAL OF OFFICE this � , 20�. � �,,►u�er�, — / .��PNYA�jii� MISTY W�BE3 , ?z°;� �`��hlotary Pu61�C, State of i'ex�s N u � ��`!: �, Cnmm. �xplras 01-p9-20Z2 - '+ii°i�p�'� Note�y fp 126838467 END OF SECTION CITY OF �'ORT WORTH STANDARD CONSTRIICTION SPEC[PICATION DOCUMENTS Revised 7uiy 1, 2011 �" day of i � i �/ `Y / � � /. .,. � � the State of Texas 2Q18 CIP Year 3— Contract 5 City Projact Na.: 101452 �ii} 4S �l3ti - I hdinaril3� kiuslnes� En�stpf�tlrt 5pec�fit'vllcshs Pogc � of � 1 S�:C'I'I[1f�1 QO �I$ �0 � ,� �����.��t���.�r������• r�r�va��c�� �rc�rua�M r�r3�� i��.a+�� �vli��r�r�Ey Fir�siGress �'�rte���+rEs�> ��n�ificaii��ys � � ,��'��1���'�T�r,�r or �or�i�� 6 If the tota! cEoiiar v�����e of' t�� cc}r�iracl is gFeater than ���,{}fl{?, thcn a h�i�3� ��M�r�{�n�ractiotg g�,a! as 7 ap}�[i��L�l�. R 9 POLICY �T�iT�1r��NT 1Ci Il is �I�e f}4}Iil;�` 41� CflE C:il�� trf H'nrl i�'�xr�lx �;� en�4Gre Ilti� fu11 ��f+J cc��i�aL+le �ai��[ci}��lio�t by s'+�inc,ritv I I I�usi�xe��s l,:��t�;r��'i�e� (M�3F} l�X ih�: ��'�cM��'�mci�t ��f �Mll �uu�s fu��l services, ,�ll reyuirentents {ynd li regul�tia»s sfat�d iir t�te C,i#y's �ur��e�l Business ��versiry Ei�tcr�rris� �]rd�nar�ce ap�l;; la �Itii�bi�, f� �� �i 1� l7 IS 1 {1 �U �I �� � .; �d �� 26 27 �8 ��, ?�I} 31 32 33 34 �� h�i13 � Pi�O.IC�'1` C;�ALS 'Flte �ity's 'v1�C go�l on �his project is � b°la ot' �1�e #o�al bid value� of' the cc,n�a�ac� ��as•e hr� r�p�rl�c<s r�r F'a�•k,� rrx�r� �'���r�r�r��,r�ry 5'c���rccsj. 1�1u1e: �f #ot� 1'I�� ��Si�� vuF�c�fllr��ctin�; �ir���x s�e�e cs��bli�he+� f{�i• tl�i� �x:�tt.jt�c�, ���cr� s�u [lf�e��tFr �#lb�i �ulri�iid lxr�il� :� �+i�#f: LT[il��uliii�� X�tF�'��� :�II� a��#1�. U iilirallols Tor�i� to �e d�eme� respo�si��c, C'�1VrE'LiA�l�'L'i'D Bjj,�,�j'E(I�'�C'AT�[71�f� On City rontra�ts �50.[1UU �r n�are wl��i�e a A�I3E s��bc���ytrzzcRing gaal i,s app�ied. �.1i�trrnr� Arc� �'e�1nii�d t�� crrn���y u�itl� �I�c i��#�iyt nt �lrc Ci#y�5 �tC5Jli� SS �IY{`�4tl[}' E,llifii'�4�'�5� C�l"4�IflAf11:� �}� D11� 4� fj]L' IO�IU}Wiil�',; i. 1�3�e� or �e�€�ec� �i�r �bo3�e s#:�ted 14].i3� go:�l t��ru��g� h96� �i�tr�onl�•:ictin� �arlic•i�F�liu��, cF�• �. ����[ �1�' �YCCC� �i1C ��QYC c#Afi�� A'IB� �{�A I ��IE'411��1 IVII�E .�41�J� �`�ep�41�� [�RrI�Ci�N�lt�il. ��r 3. �o�d Fi4ifl� Cfffar! ilo�ti��e��iatin�, nr; 4. Pri�e Wnivea' [lue���ti�el��ntic�u. s��rs�i-������, c�F ��rc�t�u���f�� ��oclan�i�;n��-�►�r�c�� 'f I�� �p��li�shl� d���►uMtic�ta�,; ���K��� i�� r�c�i��c�l hY lilc ���I�R�c�l {:ilv �til- �'t�rt V4FurEf� Presjecl Mano�cr ne ��14��ai�mekll I7��si�nee. 1v'll�llli 1�1� t�r�f{t�w�lk1� I Ifri�`5 �IitrcH#�cE, aii crE�:iel' Ic�r ii�e cnrire b�� �o be r.�i�sidercd res�{x���iv� fc, � frc �F��:c�if���tinns, Tl�e C��-fer�r s��Bl� CIV�A�,L #h�. h�i3E dor�r�i�n�ati�n [o �13e �tssi�ned �'it}� �.rf' I� ��t1 V4';�rtfti i'rnje�.t Ma�y��.e�' �3r D�:�ar�i�ti�.��� De�s�g�i�.e, A fa�ed caia►° �•ill 6or be uccratcd. 1_ �ubca�tractor Uti�sznl'sau Foriu, if gonl is o3et �r ex��e�ed; �, ��u�x�! i�3itl1 ��;FFiMri :���d 4����cc�utrac�{rr L�tift}��iou �'n��ny, i� ���r[tlL'E�}��J47ri !� less fi�an saated �oal; 3. �aod I�Heth �f%r� �u�l �ubC'.U�11�'a4�lol' �1111i7.�1i1i��1 f'ril-1�. ft�kll} �� k� �,_�}z�rlici���iG{�n:- d� i'rinse �o�straeto�• V4�aiver Coe��. 3[ yu�� ��it! p���Fot-i3� �kl to�i�ractii��!ls���+��e� {vcrr]€; received rst} laker k�un 2;00 p.i�1„ c�n Il�e sec�����1 �.'ify lxuai��ess da}� ai�cr ili� bi<I c,p�r�isa� [E�I�. �x�.au.�iv� nF ll�� hicl u��c�aiG�� ��lu, 1���c�vcd ri�+ I�#er l}��ri �=(1{1 p.ii3_, ai� fhe secand C�ty business da}� a�ter tlye bid c��re�ino date, �xcfus:u�e ta9` tfYe i}irf �,penin�, ante. F'�c�iv��C if{� �t�Eer �itim�i �;E)[1 ��,�t�„ 01� II�� s��o�td �ity h�isi��ess dar �f��r 11r� had open4�i� 41a��, e:�cl��sive ��r �I�c bid r�}�e��ing �i� ��_ rec�ived ho �ater f}.t�s �:UU p.n�.. on [he sec<}ncl �'aly I��iwi��e�s day aF�er fha bid ope��n� d;�te, excluti��+� 43�� CIX� 1?ilF as�erri�a� ci�t��. �E'�l' Ck� �'UR�f 1�1{]l#'131 �Ula L'fY Year3 -�`untiar� S �7�.�rvn��t[�cc�����t�acflcrr��rE��Fic•n�rres��c����r�F,r�7s ri�yPmircr[�o. in�,13z �C117�}5]f.:13LI}' T{{'VI�y4`4 1�€*I I� G� :R30 dti� f�+ Ci�VID�9 f:irici���cy ��} � $ '��} � � [47anr�rity k#usinrss LMrrpnsc 4pc�ifieal�vh� 1'egr � ni' 2 l� �. Ja�ut Vc�sture C+arm, if ��nl is Fl�es ar�x�e�ded. 1-��eived e�o lale� �l�a�� :'�1� p,�n„ csr, Cl�v �t�ic�]+r� ('i1}• h�jr•.�i�e�s �i�y a!�[er lh� i�iti �3pt.�ing d�ie. exclusive �af �C�c bi�i cepc.ni�tg {�atc:, � F.�I�..URE iC} C{]4�Pl..S' ��'1TE� TE�E� C.�']'1"5 BUSLN ESS DE�'I�'1��1'C�1' F�N�i'�1ti'�#i4E. [llt�1l�]AI�I'I�: � �4'kl,�, i�l��l��.'i [N'�-i�l�: �#113 13N:NM1C; ('(7TVSil3�l�F,l1 h!(7�i-i���CFNSi�fC'F{] SPT�1�'iC'1Tl(l[ti5. � FAl1.l;RC TO St�SM['�'THE REQL��RL�[� I4�BE �{]Cl�h�l�`�-PAl'1C1� Wi�L E��l'�.`I' I�I `I'Ffi��' F�I#3 l3M�a1'�[i ['�11�411)��'�'{�+:�) RC�I�-��1:41'(?IY�NT. A�CC.'[llVil F;11LLiR.� W�L�. REaLIs� i�v r�� arr•��o� � l3���G b1����i��lslr��l;tx ��'UR � F'F�,�t�i�y� c�l� �rI�F: ►�[•_,�li_ �r�ilth�: l�',4yl.l�lc�� IN ,� �'��'�, YFA�t 1`1'sl�l(ll1 �Vl l.l. RFSi�I,'�' �� ,► UI�Q[J�Li..EF1C�l�'�'DN PERIQ�I OF l'�iRL� YEr�EL�, G � 7 Aoy l�u�arEor�s, �'teHac Cantacf 'F�c �DE �ff'icc al {S��)39�-�G7�. � C1�iI� 41+ ��C'F'IOlti ]4 E� L'1 l'Y CFF f l.ii�'!' V.'{ }Rl7�k 2018 CIF Y'r.nr ]�= Conlyd�'1 5 5TA7ii3A[#U [;C]t�5��'1�Ut'1'1[}CJ Si}Fit`,E1-1�.,�+, i'IUtJ U�L'UM.�7<'C� �'�ty �ho�ect No � I u145: Tem�,urnii9y Rxv�d Apnl G, PUkb du� 9n CCIYTI71'i �mery�cney oas2q3-i Agreement Page 1 of5 SECTIOf+t 00 �2 43 AGREEM�NT THIS AGR��]MET�1T, authorized on ��I'Z.��iZl is made by and b�tweer►the City ofForth Worth, a Te�s ho�me rule municipality, acting by and #hrough its duly authorized Cfty Manager, (�fCiry»), �nd _ N1cClc��da�n C,o��c�rr�c�'�oh Co� a�► 4v�. , apthorized to do busfness in T�xas, acting by and through its duly auth r�z�d �•epresentative, ("Contractor"). City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as folIows: Article 1. WORK Contra¢to�• shall complete all Work as specified or indicated in the Contract Docurnents f�r the Px'aject identified her�in. ArticIe �. P�tOJECT The project for which the Work under the Contract Documents may b� the whoIe or only a part is generatly described as follows: 2018 CIP YEAR 3. — Cantracr S City Project No.: I0.1452 Ariicle 3, CONTRACT PRIGE City agrees to pay Contractor for perfoi�rnance of ihe Work in accordance with th� Cnntract DoLcfu�ments an amount, in current iunds, of�,0.,,r v�n�li.�� ��j�ur �tu�t�r�1Dollars ��V +.��,�; ��I � `��' ^l. SE-VbV1� P.i Li� 'CInONSAVLG � �'K At'ticle �4. CO�OTTRACT TIM� �c�Nc�r�d �or�� �ow�. ar� � �j o� �oo 4.1 Final Acceptance. The Work will be complete £ar Final Acceptance wi#hin 36p days after the date when the Contract Time com►nences ta cun, as provided in Paragraph 2.03 of #he General Cond'ti�ans, plus any extet�sion ihereof allowed in accordance with Article 12 af the General Condiiions. 4,2 Liquidated Damages Contractor recognizes that dime is of the esse�zce for completion of Milestones, if any, and to achieve Final Acceptance af the Work and City wiil suffer financial loss if the Work is not campleted within the time(s) specified in Paragraph 4.1 above. The Contraator also recagnizes the delays, expense and difficulties f nvalrred in pt'oving in a legal proceedin�, the actual loss suffered by the City if the Work is not compteted on time. Accordingly, instead of requ�ring any such proof, Cantractor agrees that as liquidated da�nages for delay (but not as a penalty), Contractar shall pay City. six hundred fifly Dallars ($650.00) far each day that expires after the time specified in Paragaph 4.1 for Final Acceptance until the City issues the Finaf Letter of Acceptance. CITY OF FdRT WOR'FH 201 & CIP Year 3— Conlract 5 STAIVDARD CON5TRUCTION SPECiFICATIdN AOCCTMENTS Ci[y Project No.: 101452 Revised D910bl20i9 aoszaa-z Agrecmank Page 2 of 5 Artiele 5. CON!'RACT DOCUIVIET*ITS 5.1 CONTENTS: A, The Contract Documants which comprise_ the er�tire agreement between City and Contractpr concerning the Work cansist of the following: 1. This Agreement. 2. Attachments to this Agreement: a. Bid Farm 1) Proposal Form 2) Vendor Compliance to State Law Nan-R�sident Bidder 3) prequalification Statement 4) StaYe and Federal documents (praject specific) b. Current Pte�vaiIing Wage Rate Tabte c. �nsurance ACORD Form(s) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power ofAttorney far the Bonds h. Worleer's Cotnpensation Affidavit [, MBE and/ar SBE UtiIization Form 3. General Conditians. " 4. Suppiementary Conditions. S. Sp�cifications specifically made a part of the Contract Dacuments by attachment or, if not atiac��d, as incorporaied by refarance and described in the Table of Conten#s of the Praject's Contract Documen#s, . , 6. Drawings. 7. Addenda. S. Doc�mentaiian s�tbmitted by Contractor prior to Notice of Award. 9. The follawing which may be delivcred ax issued after the Effective Date of the Agreement and, if issued, become an incorparated part of the Contract Documents: a. Notice tn Proceed. b. Field �z'ders. c. Change Orders. d. Lettsr of Final Acc�ptanca. Article 6. INDEM1�iIFICATICi1�I 6.1 Contractor covenants and agwees to indemnify, hald harmless and defend, at its owu cgpense, the city, its of�icers, servaats and employe�s, from �nd against �ny and a11 claims arising out of, or alleg�d ta arise out of, the work and service� to be gerformed by the contractor, its officers, �genta, employees, s�t6cautractors, licenses or inviiees under this caatract. This indemni�cation nravision is suecifeallv iutentied to onerate aed be affecteve ��en i� it is aiie�ed or rov�n thAt ali or sflme of the damasea bein� sou�ht were caused. in wvhole ar in nart. by �nv act. omisaion or ne�li�ence of kfie citv. This fndemnity provisian is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the cify in de%nding against such ciaims and CAUSeS O� "�C#io118. ci� o� �axr wax� 2D 1 S C� Year 3— Contract 5 5'FANDARD CONSTRUC7'ION SPECIFICAT[ON DOCUMFNT'S Ciry Project7�o,: IU(452 Revised 041U6/2019 aa sz a� - � Agreement Page 3 of 5 6.� Coutrac#or coven�ats and agrees to iudemnify a�ad hald harmiess, at its ovvn expense, tE�e city, its officers, servants and empioyees, from and against any and all loss, damage or destruc#ian of property of the ciEy, arising out of, flr alleged to arise ant of, ibe work and sercrices ta be performed by the co�iracfor, its oi'ficers, agen�ts, employees, subconiractors, Iiceusees ar invitecs vnder this coutract. This indemui�cation pravi�ion i� anecific�li� int�uded fa operate and be effective even if it is al�eged or prove�a thaf alI or some af the d�mae�s bein;� sou�hi were c�ased, in whole or in nart. bv anv �,ct, omission or neeli�ence of the citv. Article 7. NIISCELLA1�iE0US 7.l T�rms. Terms uscd ln #his Agreement which are de�ned in Aificle 1 ofthe General Conditions will have the meanings indica#ed in the General ConditiQns. 7.2 Assignment of Cantract. This Agreement, including ai! of the Cantract Doauments may not be assigned by the Contractor without the advanced express written consent of the City. 7.3 Succ�ssors and Assigns. City and Contractor each binds itself, its partners, successors, assigns and legal representatives ta the other party hereto, in respect to all covenants, agreements and obligations contained in the Cantract Documenfs. 7.4 Severability. Any provision or part of the Contract DQcuments held to be unconstitativnal, void or unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upan CITY and CONTR.ACTOR. 7.5 Gaverning Law and Venue. '�his Agreement, it�cluding a(1 of ihe Contract Documents is performahIe in the Sta#e of Texas. Venue shall be Tarrant County, Texas, or the United States Disn•ict Cour� for the Northern District of Texas, Fart Worth Division. 7.6 Authority to Sign. Gontractar shall attach evidence af authority to sign Agreement if signed by sameone other than the duly authorized signa#ory of the Contractor. 7.'1 1'sohibition On Contracts With Companies Boycotting Israet. Contractor acknowIedges that in accordance with Chapter 2270 of the Texas Gavernment Code, the City zs prahibited frum entering into a contract wi#h a company far gaods or services unless the contract contains a written verification frocn the cornpany fhat it: {I} dass not boycoit Israel; and (2) wi11 not bnycott Israel during the term af the contract. CITY OF FORT WORTH 2O18 CIP Year 3-- Contract 5 STANiDARD CONSTRUCTIaN SPECIFICA'i'[aN DQCUMENTS City Pro,{ect No.: 141452 Rcvised 09106/20i9 005243-4 AgrecmanE Yage 4 of S The ternns "boycott Israel" and "comp$ny" shatl have the meanin�s ascribed to those terms in Section 808.0(f1 of the Texas Government Code, By signing fhis co�trac� Contractor certifres thal Cantrae�ar's sagriatu�e pravides written verifcation to tfre Ciay that Contraclor: (1) does not boycott Isruel; and (aj will not boycott Israet during ihe terrn of the confract. 7.8 Immigration Natianality Act, Contractor shail verify the identity and employment eligibitity of its employees who perform work under this Agreement, including complet�ng the E�nploynnent Eligibility Verification Form (I-9). Upon request by City, Cvntractax shatl provide Ciiy wif.� eopies of alt I-9 forms and supporting eIigibiliiy documentation for each empfoyee who performs work under this Agreement. Coniraator sha11 acihere to a1I FederaI and State taws as well as establish appz'opriate pxocedures and controls so that no services will be performed by any Can�ractor employee who is not legaily eligible to perform sucit seirvices. COT+iTRACTOR SHALL II�TDEM�IIFY CITY .�1�ID HOLD CITY HARMLESS FROM ANY PENALTIES, LIABYLiTIES, OR LOSSES DUE TO VIOLATIOI�TS OF THI� P�TtAGRAPH $Y COIdTRACTOR, CONTRACTOR'� EMPLOYEES, SUBCONTRACTURS, AGEi+TTS, OR LICEI+TS]EES. City, upon writtez� notice #o Cantracto:r, shall have the right to immediately terminate this Agreement far violations of this pravision by Contractor. 7.9 No Ti�ird-Party Beneficiarfes, This Agreement gives no rights or benefits to anyone nther than the City and ihe Contractor and there are no third�par#y bene�ciaries, 7. i 0 No Cause of Action Against �ngineer. Confractor, its subcontractors and equipment ant� tnaterials suppliers on the PROJECT or their sure�ies, shali rnairatain no direct aciion against tYte Engineer, its of%cers, employees, and subconhactors, foj� any claitn arising out of, in connection with, or resuliiz�g fram the engineering services perfarmed. Oniy the City will be fk�e bene�Zciary of any undartaking by the En�ineer. The presence or duties of the Engineer's persannel at a canstruction siie, whether as on-siie represen#atives or atherwise, do nat maice the Engineer or its personnel in any vvay responsible for #hose duties that belong io the Ciiy and/or the City's construction eontractors or other entities, and do not relieve the co�structian contraators or any other entity of their obligations, duties, ar�d respansibiiities, including, but nat Iimited ia, all constsuction methods, means, techniqnes, seyuences, and pi•ocedures necessary for coordinating; and conr�pleting ali portions of the construc#ion worlc in accprdance with the Cantract Documents and any health or safeiy precautions required by such constrnction work. The Engineer and its personnel h$ve na aut�ority fo exercise any control aver any construction contractor or ather entity ar �heir employees in conneciion with their work ar any health or safety precaufions. SIGNATURE PAGE TO �OLLOW C17'Y OF FORT WORTH 2O18 CIP Xear 3— Canhact S STATIBARD CONSTRi1CTI0N SPECIFICATION BOCUNIENTS City Project No.; 101452 Revised 09/a6/20t9 005243-5 Agrccment Page 5 af 5 IN WITNESS WHEREOF, City and Cantractor h�ve e�tch executed fhis Agreement to ' be effective as af the date subscribed by the Giiy's designa#ed Asszstant City Manager ("EfFec#ive Date"). Giiy af Fort Warth (1'rinted N�ne) ������������, ���s����r T't`� ��c���noN ca�sr ca., ��c, P.o. �ox ass Addcess � City/Siate/Zip Date Dana Bur�13'�6ft " Assisiant City Man�er •.. -� • Date . " ,. :f � -',yc-�.� Aitestt ' �f � �� ��0.����/u����`� i � • , — . :&, _ ••,��5• e"� �,�; �' a�.,tyr .� �4�� ���� ��# ci#y sec era ._. � F= ;� ;"'� i y �-� : frh I '���� 9'Y� .�v (Seal} , � ��4" M&C: �I " 4d� ,~w'� .. __� - Date: [�f7 �Zb��1 � � ��, �,� Far3n 1295 No.: Coni��act Complisnce Manager: By signing, I acknawledge that I am #he pe:rson • � respoz�sibie fQr ihe �nonifiartng and adrninistration ofthis canf�act, ir�eluding ensuring all perfor�ance and reporting , requirements. MaryHanna���a'�;�a 9�� For Maged �aki, �'.E. Project Managex� Cl'I`Y OF FOitP l7�It3TtTfi STAI�EI3ARD CONSTRIJCT�ON SP�CYrTCA7TON DOCUIJ�Ei�TS Iteviscd D9fOb/2D14 Approved as to Fof��n and �,egality: @�i Douglas W. Black Assistaat Ci#y Attorney AP ROVAL CO D: }� I William Johnson, irect t• � Transpo��tation & Publ' Works Depar#�nent 2018 CI���''�r ?- �ntr�g�i��'���� Citi�rro�ecti�n.:Ia14S2 �� ; ` ��. ��� ���'�:�����, ��������� 1 Z ._ � � 5 _.-- 6 7 �` - 8 9 �� 16 11 _w l2 13 14 .� l5 fb "'� 17 � � � �and Number TXC611801 THE �TATE OF TEXA� COi71lTTY OF TARRA�TT SECTI4N 0� �i 13 FERFORMANCE BOND ao6� i�-r PERFOKMAI+iC£ BOND Page 1 of 2 § § �NUW ALL SY THESE PR��EIeiT�: § That we, _,.. McClendon Cons�ructian Company, Inc. , 3�nowri as "Frincipal" herein and M�t'chants Bor�dinq Gumpanv fMutuall __ , a corporat� surety(suretzes, if mare tl�an one} duly authorized �o do business in the Staie of Texas, knovsm as "5arety" herein {whether one ar rnare}, are held and �irmly baund unfio thie City of �ort WorEh, a municipal corporation created ursuant to the Iaws of Texas, lator�+n as "City" lzerein, in the penal faur million fiour �undred seve�ty eig�t thousand sum of, Pi�,ht hi�ndred f�r#v onP and 30110C1_ Dollars (� 4 478 $41.30 , Tawfnl ntaney of the United States, to be paid in Fort Worth, Tar�a�t CounEy, Texas for the p�.yment of w�ich sum well and truly ta be rnade, ws bind ourselves, our heirs, exe�uiors, adminisfra�ors, successors and assigns, jointIy and severally, fizxnly bq these presents. 18 WHEREAS, the Priz�czpai has entered into a certain written contract with tl�e City ] 4 awarded the �� day of ''an u�c� , 20 21 , which Contract is hereby referred ta and 20 made a part hereof for all purposes as i� fulty set forth herein, to fuxnish all maierials, equipment 21 labor and ather accessories defined by law, in the prosecution af the Work, including any Ghange 22 Orders, as prov:ided for in said Contract desigctated as ��15 CIP, YEAR 3— C�I�TTItACT 5, 23 Cit� Projeet No. 1OT45�. 24 NUW, THEREF[lRE, ths condi#ion ofthis obligation is suct� that ifthe said Principal 2S shall :Faithfitkly per%rm it obligatians under ths Contract and shall in all respects duly and 26 faithfully perFarm th� Wprk, inciuding Chai�ge Orders, �znder the Con�ract, according to the �ians, 27 specifications, and contract dvcuments therein r�ferred to, and as well drzring any periad of 28 extension of the Contract that :txtay be granied oa� the part o£ tha City, �-ien this obligation sha11 be 29 and beco�ne nu11 and void, otherwise ta remain in full %rce and effect. 30 PROVIDED �UYtTHER, t1�at if any legai action be filed on this Bond, ven�e shall lie in 3 i Tarrant County, Texas ar the United States District Court :For �e Northein District of Texas, Fort 32 V4�orth Diviszan. CPI'Y OF k'O12T W[3R�'FI STANDARI] COld53'RlJGTION SPEGif�TCA'I'LO]+I DOCUM&1VT3 Rcvised 7uly 1, 201 t 201 S CJP Year 3— Contraet 5 Ciry ProjectNu.: 1D1452 2 3 4 5 6 7 8 9 lQ z1 12 13 14 l5 If� 17 1& 19 20 21 22 23 2�4 25 26 27 2$ i� 30 31 32 33 3�4 35 36 37 38 39 40 41 42 43 4� 45 ao6i i3-z p�x�axM�c� $orm ra�� z ofz This bond is made anc� exeeuted in complianc� v�rith t�►e provisions of Chapter 2253 of fhe Texas Gavexnment Code, as amended, and ail liabilities on this bond shail be detern�ined in accordance wi.t�► t�e prnvisions of said sfatue. IN WITi�TESS WHEREQF, the Principal and the 5urety have SIGNED and SEALED this instt'ument by duly author�zed agents and oificers on fihis the . ��� day of F 1' nc�,(` , 20�. ATTEST: �� rmcipal) Secretary � � /�, � k� ess as i rincipat f�-�t.� Ld�c' Witness as t rarety PItWCIPAL: McC� �� Construction Company, Inc. s 5ignat�re �� �t,�.���Q�, �������f��° Name and Title Address: PO Box 996 Burleson. TX 78028 SiiIt�°I'Y: Merchan Bonding Corrtpany [Mufual] r BY: Sign e i : Betty J. Ree�(, A�forn�y-in-Facf Nacne and Title Address: p0 Box 'f 4498 Des Moines, IA 50306 T`elephone Number: 210,687.2230 *Note: Tf signed by an afficer of ihe Surety Company, thez� must be on file a cez�ti�ied exf�act frorn the by-laws s�aawing that this person has authority to sign such abligafsan. Ii Staz'ety's physical address is different from ifs m�iling addre,ss, both must be provided, The date of the bond shall not be prior to fihe date the Contract is awarded. C1TY OF F�R'F WOTt7N STP,NDARD CONSTRUC'1'IflNi SP�GIFICATip�F DOCUMENTS Rovised Ju[y i, 2� 1! 201$ CIP Year 3-- Can#ract 5 City Nroject Na.: i01452 � � � � � � � � � � � � � 1 2 3 � 5 6 7 S 9 1 E7 11 12 13 14 15 16 17 8and Number TXGB11801 THE STATE �F TEXAS CDiTl"�TY QF TARRAI�T �ECT�ON UO �1 ��4 PAYMENT BOND 00 6I 14 - ] rnYn�N�• �arm �s� i a�s § § KN�W ALL SY THESE PRESENTS: § ��# y�e, McC}endor� Cor�struction Company, Inc. ,�own as "Frincipal" herein, and _S�reTec Insurance Cort3pany � a corpqrate surefy (sureties}, duiy authorized to do business in the State of Te�as, kr►ovvn as "Sur�ty" herein (wl�ether one ar more), axe held and frrnly bound unto the City of Fort Wor#h, a munici�al corporaiion created �ursuant to the lavvs af �he State af Texas, �Cnown as "City" herein, four miliion four hundred seven eight tF�ousar�cf in fihe ge�al sum af eight hundred forty one and 301�f10 ____ _ Dollars ($_ 4.478,8�€'E .3D ), lawful money nf the United States, to be paid in Fort �Vorth, Tatrant County, Texas, for the payzr�ent of which sum well and truly be inade, we bind ourselves, aur heirs, executors, adtninistrators, successors and assigns, jaintly and severally, firmly by these presents: TS WHER�AS, i'riiicipal ha� eni�ered inio a oertaiu� written Contract with City, awarded t1�e 19 �day oi �-','�'a�,�qa�___,�� , ZQ ?_I , which Contract is hereby are£�rred �a and 20 made a part hereof for a�l pu�poses as ii fixIIy set forth herein, to furrush all inaterials, equipment, 2I Iabar and other accessoz�es as defined by Iaw, � the prosecution of the Wor�C as �rovided for in 22 said Contract and designated as �1?18 CIP, YEAR 3— CONTRACT 5, City Project 1�Ta. 23 1414§2. 24 NOW, THEREFdRE, THE CaNllITIQN QF THIS OBLIGATION is such that if 25 Prineipal shall pay all znonies owing to any (and a11) paynnent ba�d beneficiary (a� defined in 26 Cha�ter 2253 of the Texas Gavernu�ent Code, a� a�nended) in the prasecuti.an of the Work under 27 the Contract, then tha�s abliga�ian shall be and become nult and void; otherwise to remain in fiitl 28 force and eiFect. 24 This bo�d is made and executed it� complianee vvitl� tl�e pra�isions of Chapter 2253 of the 3a Texas Government Code, as amended, and alI liabifities on thi,s bond sha11 �e determined in � 31 accordance with the provisians nf said statute. az CTTY OF FOR'f WORTFF STAI+�BARD CONSTRUC'TTDN 3PECIFiCA'FEOIV DUCU3viEN"i'S AevisedJuly 1, 201I 2418 GfP Year 3— Cu►rtracE 5 Ciry Pmjeci 1Va.: 101452 046i 14-2 PAYMENT BOAFD Page 2 of 2 l. I1dT WI�'�+iESS WHEREO�', the Principal and 5urety have each SIGNED az�d SEALED 2 ��is inst�rument by duiy authorized agents and officers oi� this ihe ,,,,�_ day of 3 F��`U�A,I`u , 20�_. _ � 4 ( ' cipal} Secr�y � . � ;' ��'. � �' Wi#n Pr� c' a / ATTEST: �'RINCIPAL: McCfendo onstruction Cam an , fnc. �Y: ,�. Signature ��� �������, �����a���� Name and Title Address: Pa Box 996 Burl.��o�._ TX 7�02�_ � m � 0 ATTEST: ,� ���l� �� (Surety)�c witness �- . � �.��. v��, vVitness as to .et�, .M � S 6 7 8 9 l0 m 12 SURETY: Mereha Bonding Ca ar�y [Mutual� r BY: � �� I � �etty�llReeh, Attorney-in-Faci Name and Title Address: P� �ox 'f 4498 Des Moines, IA 50306 Telephnne Nnmber. 210.697.2230 Not�: If signed by an off`icer of the Surety, there must be an �le a eertified extract from the bylaws showing that this person has autharity to sign such ahligation. If Sucety's pl�ysicai address is di�Ferenf from its maili��� address, baEh must be pravided. The date af the bvnd shaii not be prior to the date the Contract is awarded. END QF SECTi ION CiTY OF FOitT WORTH S'i`AND�IRD CONSTI2UCTION SP�CiEiCATTON A�CUMENTS Revised Ju1y 1, 20i i 2ois c�r �rcc� � - co�mact s City Project Na.: 101452 � „„ 0 � � � � Bond Nurrtber TXC61980'1 1 2 �_ � 4 S .�. � 7 8 .� 9 1Q - ,. 11 12 ...... 13 14 15 16 17 � I8 19 �. 20 21 �. _ 22 23 24 25 26 . . 2T 28 ."", 29 3a .�. � � THE STATE OF TEXAS COUNT�' OF TARI�INT SECTIOT+T 00 61 i4 MAINTENANCE BOlVD 4D 6I 19 - i lvlA,INT�lVA1VCE BOND Fage ] of3 § § ]f�OW ALL BY TIiESE PRESENTS: § That we McCler�don Construction Co�'r�pany, Inc. knovKm as , "Priucipal" herein and Merchan#s Bor�ding Company [Mutu�l] � a corporate surel� {sureties, if more ihan one) duly auiharized ta r�n business i.n ihe Stat� of Texas, known as "Sure.ty" h�erein (whether one ar �nore}, are h�ld and �irmly bound unto the �ity o£ Fort �Vorth, a municipal car� oration created pursuant to the laws of the Sta#e of Texas, luiown as "City" herein, four milfion four hundred sevenfy eight thousand itl tlie Su1T1 afPl�,�rlrwrE fnrfiT nr� anrl �fi/1{j(� Dcl1��T5 ($ 4,�k7$,84i.3E? ), Iaw£ul ��oney of the United States, to be paid in Fort Worth, Tarrant Go►,�nty, Texas, for payment of which sum wefl and tluly be int�de unta the City and its successor�, we bind qurselves, aur heirs, executars, administrators, successars and assigns, jointly and severally, firinly by these preses�ts. WHE�EAS, the Prineipal has entered into a certain vvritten contract with #he City awarded the_ �� day o£ �'A C , 20 2l , which Coniract is hereby referred ta and a made pat� hereof far all purposes as if fully set f�rth herei.n, to f�rnisi� all maieti.aIs, equipment labor and other accessories as def ned by law, in tha prasecutian of the Work, ineluding any Work resulting from a duly authorized Change 4rder {colleetively herein, the "Wark"] as provided for in said contract and designated as 201� CIP, YEAIt 3— COi+TTRACT �, Citly Prvjeet l�u. lO1.452; and WH�R�A�, Princ�pal binds itself to use s�ch �ate�-ials and ta so eonstcuct the Wark in aceordanae with �he plans, s�cifications and Contract Docurriants t�at the Work is and wi21 remain free frorn defects in mater�ais nr worlcmanship for and duriz�g the period of trvo {2) ye�rs afier the date af Final Acceptar�cs vf the Warl� by the City ("Main�enance Period"); and 32 WH�REAS, Principal binds ikself to repair ar reaonstc�uct thc Wark in whole or in part 33 �pon receiving notice from the City of the need therefor at any time within the Maintenance 34 Perind. CITY OF FOR7' W OIt7'H 3TANE7.4RD CDNSTRiTCFiON SA�CN�FICA'1'I�N DOCLTM�NTS Revised.fuiy 1, 2017 2D 13 CIP Year 3— Cpnirttct 5 Gity Project I�Eo_: J 01452 OD6119-2 .-- MA3AI'I'Ei�fANCE BON[3 Auge 2 of 3 1 �., 2 I�OW THEREFORE, the condition of tt�is obligation is s�xc� that if Princi}�a] shall 3 r�medy any defective Work, for which tiui�ly notice was provided by Ciry, to a carnpletion r� 4 satisfactory to ihe City, then this obligat�an shall beeo�ne null �d vaid; othsrwise to remain in 5 fiill farce anc� effeck. �, 6 7 PROVIDED, HOWEVER, if Principal shall fail sa to repair or reconshuct any ti�nely S noi�ced defective �lork, it is agreed that the Giiy �nay cause any and aii such defective Wark to � 9 be xepa�ired and/ox reconstructad with all associated costs thereof being borne by the Principal and lfl the Surety under this Maintenance ho�id; and � I1 12 PRQV�DED FURTHER, tliat if any le�al acti€�n 6c �led on this Bond, ven:ue sba�l 1ie in ,_ 13 Tarr�nt CoL�nry, Texas or the United States District Gaurt for the Northern Districi af Texas, F'c�rt 14 Worth Division; and 15 16 PRQVIDED FURTAER, fhat ii�is abligation shail be continuous in ��aiure and 17 successive recoveries rnay be had hereon for successive breaches. � 18 19 l 20 � CITY OF FORT WORTH 201 S CiP Year 3— Co�tract 5 57ANI�ARD CONSTRLfCTdON SPECIFiCATIOAE i�OCTlME1VT5 City Project i�la.: 141452 Revised July 1, 2011 � � � � � �., 00 61 19 - 3 �YfAR+3T�NANCE BOND Page 3 of 3 � 1 IN WITI�i]ESS WHEREOF, the Principal �nd the �urety have each STGNED and SEALED tl�is 2 instc�ument by duty aUthorized agents and officers on t�is the 4( �^, -- day o� 3 ���, 2��. 4 ,A... � b 7 �_ $ � �� 11 A EST• . �- 12 13 14 rincipal) t 1� � � • . . , �- 18 �� � /'� • I9 =' 2Q Witness ta in al 21 w 22 -- 23 24 25 26 �� 27 28 29 A'I"I'E • 30!^� � 31 32 (Suxety�x�c witness 33 , , :. 34 ��' ��... ` .�+ 35 Wimess as to S ety 36 , . � �. . ..��. . • r. � � � �� : .,..�1.[/�.l�I_''�� , ,�_ _ _ - _ ��� ������t�i�, ���s����� Name and Title Address: PO Box 9Sfi Burieson TX 76�28 SUItE'TY: Merc�a Bonding Campany [Mutuaf] �Y_ � ,� �. Sig ure '/ 1 Betty J, R(�h, Aftarney-in-Fact Name and Tifle Address: P[� Rc�x 'f t1498 Des Moines. IA 503�6 ,Telephone Number: 21(3.697.2230 37 "•`Note: Tf signed by an off"Ecer of the Surefy Coxnpany, tlzera must be on file a ce�-�iFed extract 38 from the by-laws shawing that this person has authority to sign such obligation. If 39 Surety's physica( address is d�fiFere��t £mnn its mazling addz�ss, botla must be provided. 4U The claie of the bond shall not be prior to the date the Coniract is awarded. 41 CITY OF FdRT WORTH STANDtCR� CqNS'iRUCT14N SP.ECIFECRTION DOCUNIEN7'S Revisecf July I, 2fl I 1 2016 Cii' Year 3-- Couh�cl 5 City Project No_: Ip1452 ����i ���� �._.,..��... _ _--- _ _ BUi�TD�,�G GO�tlRPA��T� L�O�EF� �� d�iiOFtYV�Y KnowAil Persons 6y These Preser�fs, that hItERCHANTS BONDiNG CONIPANY (MlJTUAL} and MERCHA�VTS NATfONAL B4NI�tNG, INC. both being corporations af the State oi lav�a (herein collecti�eEy cailed the aCompanies") do hereby make, consfitute and appoint, individualfy, Andrew Addison; Beity J Reeh; 8ryan K Moore, Gary Wayne Wheakley; Micltae! � Flendrickson; Pafricia Ann Lyt#ie their true and lavuful Attorney(s�in-Fact, to sign its name as surety(ies) and to execute, seal and acknowiedge any and alf bonds, undertakings, contracts and ofher writ�en instruments in the naiure thereaf, on behalf of the Com�anies in their business af guaranteaing the fidelity of persons, guarariteeing the pertormance of coniracts a�d executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attorney is granted and is signeci and sealed by facsimile under and by authority of the following Sy-Laws adoptec! by #he Board o# Direciors of Merchants Bonding Company (fV�uEuaE) on April 23, 20'i1 and amend�:d August 14, 2015 and adopted by the E3oard of Directors of MerchantsM1[ational Bonding, Inc., on October 95, 2015. "ihe i'res'rdent, Secretary, Treasurer, or any Assistant Treasurer or any Assista�t 5ecretary or any �ce President shail have power an[t authority to appoint Attarneys-in-Fact, and ta authprize them to execute on behalf of #he Company, and attach the seal of #he Campany thereto, bottds and ut�dertakings, recognizances, contracts of indemniiy anc! ather writings obligaiory in fhe nature thereof.° "The signature of any authorized oi#ioer and the sea! of ihe Campany may be affixed by facsimile or eleetronic transmission to any Power of Attorney or Certification thereof authorizing the execution and deiivery of any 6ond, undertaking, reaognizance, or other suretyship obligafions of the Campany, and such signature and seal when so used sha!! ha�e the same forc� and effect as though manuatly frxed:' In conneoUon with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the A#torney-in-Fact inclucfes any and all conserits for the release of retained percenfages and/or final estimates ort engineering and construction contracis required by the State af Florida Qepartment of Transportation. It is fu11y understood that consenti ng to tY�e State of Fiorida �epariment of Transportatian making payment of th� fnal estimate to the Confractor andlor its assignee, shall nat relieve this surety campany af any of its ob6gations under ifs bond. In connection w+th ob[igations in fa�or o� ihe Kentucky Department of Highways aniy, it is agreed fhat the pawer and authprity hereby given to the Attorney-ir�-Fact cannot be modjfied or revoked ur�less priar written persona� notice of such in#ent has heen given to #he Commissioner- Department Qf Fiighways of the Commonwealth of EfenEucky a# least t�irty (34) days priar to �he madifioaiion or revocatian fn Witness Whereof, the Companies have caused this instrument fn be signed and sealed #his 1 ft� day of February , 2p20 . ���*•�� � •#��� ° � e � � � � ° ��..��p,'t,,....:�<�.,+ ,o�q1�?�.�4g�jA.. ��: ���Rp�I�q�..p� + i��Q�4�1P�TA���Q`��'o IVIEitCMANTS NATIONALCBONDING,{ NG. u�' t�' p a ;�;�' �`Oe �C� vd�:��; _O— f���s + ° �.: �: • � : � : �A03 ,:,,� : �•, � �33 ;' �; �y � %�''. �•' :`�e%�y-•.......�1•':b,��°e �e�����'•A•'�.���� ��a�/ �� `eam+ Prestdent SFATE OF �OWA ���fr��W �ra►�� ° � e s � a � • COUI�[TY �F DALLA5 Ss. �n this 1'[th day of February 2020 , b�fore me appeared Larry Tay[or, fo ene persanally known, wna being by me du�y sworn did say that he is President of MERCMANTS BONDING COMPANY (NTUTUAL) and ME�CFtAIVTS NATIONAL BONDING, INC.; and t�at the seals affixed ta the foregqing insfrutnent are the Corporate Seals of the Companies; and fhat the said instrument was signed and sealed in behalf of the Companies by authority of their respective Baards pf Directars. ��iIAE �, ���.�Y i�t��� � lfv► �.�Q,.�..� o � Cammissio►� Nurnber 750576 �y.�,�,,, r�� �' ° ° ° ° '` My Commissian �xpires " `� �' �, �. i Janua�t 07, 2023 Notary Public (Expiraiion of notary's eommission does not irnralidate this instrumentj I, William Warner, Jr., Secretary af iU1ERCHANTS BONDIIdG COMPANY (MUFUA�) and M�RCHANTS NAT10�[AL BONDWG. INC., do hereby certify that the abo�e and Foregaing is a true and correct copy of the POWEf�-OF-ATTQRIVEY executecE by said Companies, which is stiil in full force and effect arx! has not t�eert amended or revoked. In Wdness 1M�ereof, I have hereunio sat rny hand ar�d a�xed the seal of t�e Companies on this day of , ++r���Fu..er�� ��o � � �pro��p �i��� j ���+ os�`�� 4a�°oe �����' � ' S3s�' `•� � O �' A . � A�� ���, o+�.'OR 'Q.Q'=��� , =�r�.`� ��4�' «�:�y —o— �^`�i ' ��?� . � � O a F� � ' {�' -�-+�' ; j�: 2D03 ;;,�;� � �' 1933 .: ��; 5acretary : �' . : �� .• •�J �4�0 �f��� A •��� •''�`! . +'+�1`$�,•�j�,•••�tl���`+ oolr�....�`. �pe �W Poa oo�s ���i�o� ''••'.��*►�s'`' e�ro`a46 � ?G�� � �;��, � �► �`..� i��� � �f �Ci � �.i i�+�. �' f�. ��` "�+`- �1�1�OI� 1T1�1 I�T7C' I�T�TIC�C To abtain information or make a cflmpla�nt: You may contact your insurance agent at the telephone number pro�ided �y your insurance agent, You may caEl Merc�ants Bonding Company's toll-firee #elep�tone number for infarmation or to make a complaint at: 1-80(1-5��-8�77 You may car�tact the Texas Depar�ment of Ins�rance to obtain infarmation vn comp�nies, coverages, rights or compiair�ts at: 'i ��ODa���a3�39 You may write the Texas Department of Insurance at: P. �. Box 1499a4 Austin, TX 78714-9904 Fax: {512) 475-1771 Web: http:/lwww.tdi.state.tx.us E-maiL• GonsumerProtection@tdi.state.tx.us PR�fk�l�llk� �D CLAi�li �l��U���; Shouid you have a dispu�e concerning your premiurn or about a claim you sha�ld con�act the ager�t first. If the dispu#e is nat resofved, you may contact the Texas Depa�tment of Insurance. A��ACFI `��1� �!C}TI�� i0 Y�U� P�LI�v: This notice is for infarmation anEy and does not became a part or canditian af the attac�ed doeument. SUF' nQ32 iX (11�9) ibl� �fdD�I���i�fI�NT Gh���GES TH� ��LICY. �L�A�E 13�� li C,�R��IJ��Y. i�%�►S �DIV��A����'S B�{V�C�i �1��i�1��l�L I��U��� ��V��F�S��fl�YV� - L��4�I�i A This endorsement modifies insurance provided underthe follawing: COAlIY4A�RCIA� G�IdL�RA� �IAL�I�ITY COV�RAGE �AR� Policy Number Agency Number Policy E#fecti�e �a#e CPP2111179 0755324 01/31/2020 Policy Expiration �ate Date Account Number �1/31/2021 01/31/202D Named Insured Agency Issuing Company MCClendan ConstruCtion Company, InC. I B'I' X- LAS COLINAS AMERISL7RE MLTI'U1�L IIVSURAAICE CQMPANY 1. a. 5€CTION II -1lVb0 IS AN IN�UR�� is amended to add as an addifinnal insured any person or organizaiion whnm you are required to add as an addifional insured on this policy under a wri#ten contract or written agreement relating to your business. b. The written contrac#or+�vritten agreement must (7) Require additional insured staius for a time period during the ferm of this policy, and (2) Be executed prior #o fhe "bodily injury", "property damage", or "�ersonal ancf adveriising injury" leading to a claim underthis policy, c, If, however: ('[) "Your work" began under a leiferof intent ar wor�c order; and (2) The letfer of intent or work nrcier led to a written contract or written agreement within 30 days of beginning such waric; and (3) Your custarner's customary cnntr�cts require persons or organizations to be named as additional insureds; we will provide addifianal insured status as specified in ihis endorsement, �. The insurance provided under this endorsement is limited as fol[ows: a. That person or organization is an additional insured only with respect to lisbility caused, in whale or in pari, by: (1) Premises you: �aj Own; {b) Rent; (c) L.ease; or � [d) Occupy; (2) �ngoing oper�i{ons performed by you or on your behalf, Ongoing operations does not apply to "bodily injury" or "property damage" accurring after; (a] All work to be performed by you or on you r behalf for#he additional insured(s) at the si#e of the covered operations is campleta, including refated materials, parts or equipment (otherthan service, maintenance nr rep�irs}; or (b} Thai portion of "your work" out of which the injury or damage arises is put to its intended use by any person or organization otherthan another coniractor working for a principal as a part of the same project. CG �0 8�'�01g Includescapyrighted material of Insurance 5er+iicesOffice, Inc. �ages 'I o� 3 (3) Completed operatians cnverage, but only if: (aj The uvritten coniract or written agreement requires completed operations coverage or "your work" coverage; and � (b) This caverage part provides coverage for "bndily injur�' or "property damage" included within the "products-completed op�rations hazard", However, #he insurance afforded to such additional insured only applies to ti�e extent permitted by law. b. Ifthe wrftten cantraci or writfen agreement: (1) Requires "arising out oi' language; or �2� ReqUires you to provide additional insured cover�ge to that person ar organizatian bythe use of eifher or bofh of #he foflowing: (a) Additional Insured — owners, Lessees or Gontractors — Scheduled Person Or Organization endorsement CG 201010 fl1; or (b) Additional Insured — awners, Lessess or Ccantractors — Completed Operations endorsement CG 20 37 10 D1; then the phrase "caused, in whole or in part, b}i in paragraph �.a. above is replaced by "arising out af'. C. lfthe written eontract or wriiten agreement requires you fo provide additional insured coverage to th�t person ororganization �ythe useof: �1) Additional Insured -- Owners, Lessees ar Gontracfors — Scheduled Persan Or Organization endorsement CG 20 1 D 07 04 or CG 24 10 04 13; or [2) Additional Insured — Owners, Lessees ar Contractors — Completed Operafions endarsement CG 20 37 Oi Q4 or CG 20 37 0413; or (3} Both those endorsements with either of thase edition dates; or (4�) �itheror both of the following: (a) Additional Insured — Owners, Lessees or Confractors — 5eheduled Person Or Organization endorsemenl CG 20 10 withouf an edition dafe specified; ar (b� Additionallnsured—Owners,LesseesnrContraators—CompletedOperationsendorsementGG20 37 without an edition date specified; #hen paragrapi� �.a. abave applies. d. Premises, as respects paragraph �.a.(1) above, include commnn or public areas abvut such premises if so required in the written contractorwritfen agreement. e. Additianal insured status pro�ided under paragraphs 2.a.j1)(b] vr 2.a.(1)(C) above does not extend beyand the end of a premises lease or renlal agreemer�#. f. The lirnits of insurance that apply to the additianal insured are the least of those specified in fhe: (1) Written eontract; (�) Wriften agreement; or (3) Declarations of this policy. The limits of insurance are inclusive of and not in additian to the limits of insurance shown in the Declarations, g. '�he insurance provided to #he additionai insured does not apply to "bodily injury", "praperly damage", or "personal and aduertising injury" arisir�g out of an architecYs, engineer's, or surveyor's rendering of, orfailure to render, any professional services, inclucling but not limi�ed to: (9) The preparing, approving, or failing to prepare or apprave: (a� Maps; _ (b) Drawings; (C) Opinions; Includes capyrighfed maieriaf afi Insurance Services {7ffice, Inc. �age 2 0�3 CG i0 �5101� {d) Reports; (e) Surveys; (� Change orders; {g) pesign specifications; and (2) Supervisory, inspection, ar eng9neering services. h. SECTI�M I!f —CC?MIl+II�RCIAL G�N€RAL LIA�ILITY CUN�ITIONS, paragraph 4. Other lnsurance is deleted and replaced with the follawing: 4. �ther Insuranas. Coverage provided by this endorsernent is excess aver any other valid and collecii�le insurance a�ailable to the additional insured whether: a. Primary; b. Excess; c. Gon#ingent; or d. On any ather basis; but if the written contract orwritten agreement requires pri rrtary and non-contributary coverage, this insurance will be primary and non-cantributory relative to ather insuranae a�ailable tn the additional insured which cavers that person or or�anization as a Named Insured, and we will no# share with that other insurance. I�fihe written contract ar written agreement as outlined abave requires additiona! insured status by use of CG 2Q 10 11 85, then fhe caverage provided underthis CG 70 8y endarsemenf does not apply except for paragraph �.h. Otiter Insurance. fldditional insured s#atus is limited to that provided by CG 2010 11 85 shown belaw and paragraph 2.h. (]ther InsuranCe shown above. A��ITIO�lA� INSUR�� � OlrifRfIERS, ��SSEES OR GO�dTRAGTORS (FORiIt'� �) This endorsement modifies insurance provided underthe following: COMMERGIAL GENERAL LIABILITYCOVERAGE PAR7. SCH�DULE Name of Psrsnn orOrganiaatian: Blanketwhere required bywritten cantractarwritten ag�eementthat the terms o� CG 20 �0 11 85 apply. � (If no entry appears abave, informatian required to corrtplete lhis endorsement will be shown in the Decl�rations as applicable to this endorsement.) UIlHO IS AN INSURED (5ecfion II) isamended to include asan insured the person ororganizatinn shown in #he 5chedule, but only with resp�at ta liabilify arising out ofi "your v�rork" for #hat insured by or far you. CG �01011 �5 Copyright, [nsurance 5ervices Office, Inc., � 984 The insurance provided by this endarsement does not apply to any premises or wark for which th� person or organization is specifica�fy fisted as an additional insured on another endorsement at#ached to #his policy. Includescopyrighted rnaterial of Insuranee 5ervioes�ffice, Inc. CG 70 8� 1Q.15 �ages 3 0� 3 t NAMED INSURED: MCCL.�NDOI�! COfVSTRiJCTION COMPAIVY, INC. POLICY NUMBER: CPP2111179 i V�IS �NDORS��UI�RI� CbA1dG�S Yb� RO�ICY. �I,�AS� R�AD I� CAR��ULLY. TE��►►� CONTE�e4�iOR'� ��Yd��A� LIA�ILIiY �X����I�IV ��l���S���i+l i ie4�L� 9� ��idY��d�S Pa 1. Additianal Definitians 9 2. A re ate Limits Per L.ocatior� 7 3. A re ate Limits Per Project 6 4, Blanket Contracival Liabiiit — Railroads 3 5. Braadened Bodil !n'ur Covera e 'IO 6. Broadened Knowled e Of Occurrence � 8 7. Broadened Le al Liabilit Covera e For Landlord's Business Personal Pro ert 7 8. Broadened Liabilit Co�era e For Dama e To Your Product And Your Work 10 9. Broadened Who ls An Insured 3 i 0. Ca-Emplayee Bodily Injury Coverage for Managers, Supervisars, Directors or Officers 4 see rovision 9, Broadened Who Is An Insured, ara ra h 2.a. 1 i�!. Contractual Liabilit — Personal And Advertisin In�ur 3 12. Dama e To Premises Ren#ed To You — S ecif�c Periis and Increased Limit 7 � 3. Desi nated Com leted Pro'ects — Amended Limits of Insurance 11 14. Extended Notice Of Cancellation And Nonrenewal S 15. Incidental Mal ractice Liabilit 6 16. Increased Medical Pa ments Limit 7 'f 7. Mobile E ui ment Redefiined 9 18. Nanowned Watercraft 3 19. Product Recall Ex ense 2 20. Pro e�t Dama e Liabilrt — Alienated Prernises 2 21. Pro ert Dama e Liabilit — Elevators And 5idetrack A reements 2 22. Property Damage Liability — Property Loaned To The Insured Or Personal Property fn The Care, 2 Custod And Control Of The Insured 23_ Reasanable Force — Bodil In'ur or Pro ert Dama e 10 24_ Su lementar Pa rr�ents 3 25. Transfer Of Ri hts Blanket Waiver Dt Subro ation 8 26. Unintentional Faiiur� To Disclose Hazards 8 Includes copyrighted material of Insurance Services Office, Inc. CC 70 63 0417 Page 1 of 11 This endorsement modifies insurance pro�ided under the falfowing; COAAiUI�RCIA� G�N��A� �.IA�I�ITY COV�RAG� I�Oh�M UncEer S�C�ION I— COV��AG� A. �O�I�Y IiUJURY ,4iV� PF�QP��{TY �AMAC.9E LI�4�ILI�Y, paragraph 2. �XCLUSIONS, pra�isions 1, through 6. of this endorsement are excess over any �alid and collectible insurance (inciuding any deductible) a�ailable to the insured, whether primary, excess or contingent (S�C�IO�d IV — CO�IM��CI�RIL GEN�R�� �IA�I�IiY CON�ITIONS, paragraph 4. Other InSurance is changed accordingly). Provisions 1. thraugh 6. of this endarsemer�t amend the palicy as follows: 1. �RO��R I Y DRIMAG� LIAk�ILIiY — A�I�NAi�� PR�MIS�S }4. Exclusion j. �amage ta Proper#y, subparagraph (2) is deleted. �. The following paragra�h is deieted from Exciusion j. �amage to �rapeety; Paragraph (2} of this exclusion does not apply if the premises are "your work" and were ne�er occupied, rented or held far rentaE by yo�. 2. PROP�R i Y��M�C,� �I�BILIiY — E��VAiQ�S AfdD S[��iL�ACK AC���iiR�N�'S A. Exclusian j. �amage to Proper#y, paragraphs (3), (4), and (6) da not apply to the use of ele�ators. �. Exclusion k. �amage to Your �roduct does not apply ta: 1. The use af elevators; or �. Liability assumed under a sidetrack agreement. 3. P�OP�RTY �A�IAG� �IA�I�ITY —�RO��RiY LOAN�D TO Yb� Ii�SUR�� OR l���SO1dAL p�F�OP�R'i Y IPV iHE CARE, CUSi01DY �T1D COiVi�OL O� �HI� IidSUR�� �. Exclusion j. pamage to �roperty, paragraphs (3} and {�4) are deleted.. �. Co�erage under this pro�ision 3. does nat apply to "praperty damage" that exceeds $25,000 per occurrence or $25,000 annual aggregate. 4. Pi�ODUC� F��GA�� �X��PVSI� A. Exclusion n. Recall of �roducts, Work or Impaired �roperty daes not apply to "product recall expenses" that you incur for the "caverec[ recall" of "your product". This exception to the exclusion does not apply to "product recall expenses" resulting from: 1. Failure af an.y products to accomplish their intended purpase; 2. Breach of warranties of fitness, quality, tEurability or performance; 3. Loss of custamer appro�al or any cost incurred to regain customer appra�al; 4. Redistributian or replacement af "your product", which has been recalled, by like products ar substitutes; 5. Caprice vr whim of the insured; 6. A conditian likely to cause lass, about which any insured knew or had reason ta knaw at the inception of this insurance; � 7. Asbestos, including loss, damage or clean up resulting fram asbestos ar asbestos containing materials; 8. Recall of "your product(s)" that �a�e no knawn or suspected defect soiely because a known or suspeeted defect in another of "your product(s)" has been found. B. Under S�C�IOid III — LIMI�S �� IMSII�A�lCh�, paragraph 3. is replaced in its entirety as follaws and paragraph �. is added: 3. �'he Products-Completed Operations Aggregate Limit is the mast we will pay #or the sum of: Includes copyrighted material of Insurance Services Office, ]nc. Page � of 11 CG.�O 63 0� 1� a. Damages under COV��tACS,� A BOI�ILY IiVJURY Afd� L�F�O��RTY 9AMAC� �IA�1�17Y because of "badily injury" and "property damage" included in the "products-completed operatians hazard" and b. "Procluct recall expenses". 8. Subject to paragraph 5. above [of the CGL Coverage �orm], $25,OOU is the most we will pay for all "product recall expenses" arising out of the same defect ar deficiency_ �. Y�ONOWN�� WA��RC�e4�7 Exciusion g. Aireraf#, Auto or Waiercraft, paragraph {�} is deleted and replaced with th� follawing: [7his exclusion does not apply to:] (�j A watercraff you da not own that is: (a) Less than 75 feet lang; and (b) Nat being used to carry any persan or property for a charge; 6, ��ANK�i GONiRACTUA� LIA�ILI�Y — �AIL�OA�S Under S�G�IOf� V—�z�INI�iOidS, paragraph C. of "Insured Contract" is deleted and repfaced by the following: c. Any easement or IEcense agreement; Under S�C�IOP! V��EFINITIAPdS, paragraph f.(1) of "lnsured Contract" is deleted. 7. COId�Y�ACTUA� �IA�I�IiY— P��SON,�� ANfD A�V��iISINCa INJURY Under S�CTIO�! f— COV��AG� �., paragraph 2. �xclusion5, paragraph e. ContraCtua! Liability is deleted. 8. �U�PL��f1�NT�►RY P,�YM�NTS Under S�CYIOPd I� SU�P��M�NiA13Y PAYM�NiS — COV�RAC,,�S ,� ��lD �, paragraph 1.b. is deleted and replaced with the following: 1. b. Up to $5,000 far cost of bail bands required because of accidents ar traffic law vialatians arising au# of the use of any vehicle ta which the Bodily Injury Liabili#y Coverage applies. We do not have to furnish these bonds. 9. ��OAf��M�D W�A IS AN IPdS[1R�� S�CYION II � WFiO 15 .�N INSUR�D is deiet�d and replaced witF� the foflowing: 1. If you are designated in the Declarations as: a. An individual, you and your spouse are insureds, fau# only with respect ta the conduct of a business of which yau are the sole owner. b. A parinership or joint venture, you are an insured. Yaur members, your partners, and their spouses are also insureds, fout only with respect ta the conduct of your business. c. A limited liability corr�pany, yau are an insured. Your members are also insureds, but only with respect to the conduct af your business. Your managers are insurecfs, but only with respect to their duties as your managers. d. An organization other than a partnership, joint venture or limited liability company, you are an insured. Yo�ar "executive officers" and directors are insureds, but onfy with respect to their duties as your affic�rs or directors. Your stockholders are also insureds, but only with respect ta their lia�ility as stockholders. � Includes copyrighted material af Insuranee 5ervices Office, Inc. CG �Q 63 U417 ° I�age 3 of 11 2. Each of the following is also an insured: a. Your "�olunteer workers" only whiEe perfarrning duties related to the conduct af your business, or your "emplayees," other than either your "executi�e afficers," (if you are an organization other than a partnership, joint venture or limited liability company} or your managers (if you are a limited liability company), but only for acts within the scope of their employment by you or while performing duties related to the conduct of your business. Howe�er, none af the5e "employee5" or "valunteer warkers" are insured for: � (1) "8odily injury" or "personal and advertising injury": (a) To you, to yaur partners or members (if you are a partnership ar jaint �enture), to your members (if you are a limited liability company), to a co-"employee" while in the caurse of his or her employment or perfarming duties related to the conduct o# your business, ar ta yaur other "�olunteer workers" whi[e perfarming duties relat�d to the conduct of yaur business; - (b) To the spouse, child, parent, brother ar sister of that.ca-"employee" or �alunteer worker as a consequence of paragraph (1)(a) above; {C) For which there is any obligation io share damages with or repay someone else who must pay damages because of the injury described in paragraphs (i)(a} or (b) abo�e; or (d} Arising out af his or her pro�iding or failing to provide prafessional health care ser�ices exc��Ot as pro�ided in Pro�ision 10. of this endorsement. Paragraphs (1}(a), (1](b) and (1)(C} abo�e tfo not apply to yaur "employees" who are: �i) Managers; �ii} Super�isors; (€ii) �irectars; or (i►►) Officers; with respect ta "bodily injury" to a co-"employee". (�) "Property damage" to praperty: {a) Owned, occup9ed ar used by; {b} Rented to, in the care, custody or cantrol of, or o�er which physical cantrol is being exercised for any purpose by yau, any of your "employees," "�olunteer workers", any �artner or member (if you are a partnership or joint �enture}, or any member (if you are a limited liability company). b. Any person (other than your "employee" or "�olunteer worker"), or any organization while acting as your real estate manager. C. Any person or organization having proper temporary custody of your property if you die, but only; (i) With respect to liability arising out of the maintenance or use af that property; and' (�) Until yo�r legal representati�e has been appointed. d. Yaur legal representative if yo� die, but only with respect to duties as such. That representati�e wi[[ ha�e af[ yaur rights and duties under this Co�erage Form. �. Your subsidiaries if: (1) They are legally incorporated entities; and (�) You awn more than 50% of the vating stock in such subsidiaries as of the effecti�e date of this policy. If such subsidiaries are not shpwn in the Declarations, you must report t�em ta us within 180 days of the inception of your original policy. Includes copyrighted material of.fnsurance Ser�ices Office, Inc. F'age a of 11 CG 70 83 Q4 i� f. Any persan or arganization, including any manager, owner, iessor, mortgagee, assignee or receiver of premises, ta whom you are obligated uncler a wriften contract to provide insurance such as is afforded by this palicy, but only with respect to liability arising ou# of the awnersh'ip, maintenance or use af that par� of any premises or lanc! leased to you, including common or public areas about such premises ar land if so required in the contract. However, no such person or organization is an insured with respect to: (1) Any "accurrence" that takes place after you cease to occupy or lease that premises or land; or {�} Structural alterations, new constructian or demolition operations performed by or on behalf of such person or organization. g. Any stafe or political subdivision bu# ortly as respects legal liability incurred by the state or political subdivisian solely because it has issued a permit with respect to operations performed by you or on your behalf. However, no state or palitfcaf subdivision is an insured with respect to: 41) "Bodily injury", "properiy damage", "personal and advertising injury" arising out of operations performed for the state or municipality; or (�) 'Badily injury" or "property damage" included w+thin the "products-completed operations hazard." h. Any person or organization who is the i�ssor of equipment leas�d to you, to whom you are obligated under a written contract to provide insurance such as is afforded by this policy, laut only with respect to their liability arising out of the maintenance, operatian ar use of such equipment by you or a subcantractor on yaur behalf with your permission and under yaur supervision. How�ver, if you - have entered into a construction can#ract subject #o Subchapter C of Chapter i 51 of Subtitle C of Title 2 of the Texas lnsurance Code with the additional insured, the insurance affarded to such person(s) ar organization(s} only applies to the extent permitted by Sufachapter C of Chapter 151 �f Subtitle C ofi Title 2 of the Texas Insurance Cade. No such persan or organization, hawever, is an insured with respect ta any "occurrence" that takes place after the equipment lease expires. i. Any arc�itect, engineer, or surveyor engaged by you under a written cantract but only with respect to liability arising out of your pr�mis�s or "your work." However, if you have entered in#o a construction contract subject to Subchapter C of Chapter i 51 of Subtitle C of Title 2 of the Texas Insurance Code with the additional insured, the insurance afforded to such person only applies to the extent permitted by Subchapter C of the Chapter 151 of Sub#itle C of Title 2 of the Texas Insurance Code. No architect, engineer, or surveyor, however, is an insured with respect to "bodily injury," "property damage," or "personal and advertising injury" arising ouf of the rendering of or the failure ta render any professional services by or for you, including: (i) The preparing, appro�ing, or failing to prepare or approve maps, drawirtgs, opinions, reports, surveys, change orders, designs or specificatians; or {2} Supervisory, inspection, or engineering services. This paragraph i. does nat apply if a separate Additional Insured endorsement providir�g fiability coverage for.architects, engineers, or surveyors engaged by you is attached to the policy. If the written contract or written agreement requires primary and non-contributory coverage, the insurance provided by paragraphs f. through i. above will be primary and non-contributory rela#ive to ather insurance available to the additional insured which covers that person or organization as a Named Insured, and we will not share with that other insurance. 3. Any organization you newly acquire ar form, other than a partnership, joint venture or limited liability campany and aver which you maintain ownership or majority interest, will qualify as a Named Ins�ared if there is no other similar insurance available ta that organization. However: �. Coverage under this prov�sian is afforded only until the end of the poiicy period; b. Coverage A daes not apply ta "bodily injury" or "property damage" that occurred before you acquired or form�d the arganization; Includes copyrighted material af Insurance Services Office, lnc. e� 70 63 0417 Page � of � 1 C. Co�erage � does not apply to "personal and ad�ertising injury" arising out of an offense committed before you acquired or formed the organization. d. Co�erage �+does not apply to "product recafE expense" arising out of any udithdrawal ar recall that accurred before you acquired or formed the arganization. 4. Any person or organization (referred to befow as �endor) with whom you agreed under a written contract to pro�ide insurance is an insured, but anly with respect to "bodily injary" or "praperty damage" arising out of "your products"'that are distributed ar sold in the regular course of the vendor's business. Howe�er, no such person or organizatian is an insured with respect to: �. "8odily �njury" or "property damage" for which the vendor is obligated to pay damages by reason af the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the �endor would ha�e in the absence of the contract or agreement. b. Any express warranty unauthorized by you; C. Any physical or chemical change in "your product" made intentionally by the �endor; d. Repackaging, except when unpacked solely for the purpose of inspection, demonstration, testing, or the subs#itutian of parts under instructions from the manufacturer, and then repackaged in the ariginal container; e. Any failure to make such inspect�ons, adjustments, tests or servicing as the vendor has agreed to make or nprmally undertakes to make in the usual course of business, in connection with the distribution or sale of "your praducts"; f. Demonstration, instalfation, ser�icing or repair aperations, except such opera#ions performed at the �er�dar's premises in connection with the sale of the "your product"; g. "Your products" which, after distribution or sale by you, ha�e been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the �endor. h. "Bodily injury" or "property damage" arising out of the sole negligence of the �endor for its own acts or omissions or those af its emplayees or anyone else acting on its behalf. Howe�er, this exclusion does not apply to: (1) The exceptions contained in subparagraphs d. or f.; or (2} Such inspections, adjustments, fests or ser�icing as the �endor has agreed to make or narmally undertakes ta make in the usual course of business, in connection with the distribution or sale of the products. This paragraph 4. does not apply to any insured person or arganization from which you ha�e acquired "your products", or any ingredient, part, or container, entering into, accampany�ng or containing "yaur products". This paragraph �4. alsa daes not apply if a separate Additional Insured endarsement, pro�iding liability coverage for "bodily injury" or "property damage" arising out of "your product" that is distributed ar sold in the regular course of a �endor's business, is attached to the policy. Na person or organization is an insured with respect to the conduct of any current or past partnership, joint �enture or limited liabiliry company that is not shown as a Named Insured in the Declarations. 10. INCIDFNTAL N1AL�Ft,4C�IC� LI,4�ILi�lf As respects provision 9., S�GYIQN Il �- Wti0 IS e4id I�lSU�i�D, paragraph 2.a.{'1)(d) does not apply ta any nurse, emergency medical technician ar paramedic employed by you ta pro�jde medical or paramedical services, pro�ided that you are not engaged in the business or accupation of pro�iding such ser�ices, and yaur "employee" daes nat ha�e any other insurance that would also co�er claims arising under this pro�ision, whether the other insurance is primary, excess, contingent or on any ather basis. Under S�CYIOM [II � L1�iAlYS O� IMSl1RA1PdC�, pra�isions 11. through 14. of this endarsement amend the policy as follows: �1. o4C.9CsR�C.9A�� I.INiI�S ��Ft �ROJ€CT The General Aggregate Limit applies separately to each of your construction projects away frorn premises owned by or rented to yau. Includes copyrighted material of Insurar�ce Ser�ices Office, Inc. Page 6 of 1 f CG �0 63 041 � y2. �►������►�� �i�ni�s ��� �ocA�r�oti The General Aggregate Limit applies separately ta each of your locations, but anly when required by written contract ar writ#en agreement. As raspects this provisian 1�., your locations are premises yau own, rent ar use involving the same or connecting loks or premise.s whose corinection is interrupted only by a street, roadway, waterway ar right-af-way of a railroad. However, your locatior�s do not include any pramises where you, or others acting on your behalf, are performing construction operations. 13. iN��t�AS�D Wi��IC�� P�YM�AliS �IYIf11TS A. S�CiION Ili —�fMITS OF INSL1R�1fdG�, paragraph 7., the Medical Expense Limit, is subject to all tF�e terms of S�CTIO�I Ill —�IYIAIiS OF IMSUI�,��le� and is the greater of: $10,OOQ; or �. The amount shawn ir� #he Decfarations for Medical Expense Limit. �. This provision i3�. does not apply if COV�V�AG� G M�DICAL p,�YAiI�P�7S is excludec! ei#her by the provisions ot the Coverage Form or by endarsement. 94. DAiI�IAC� i0 PR�YIEfiS�S R�N i�D I O YOU — SP�CI�lC P��ILS ANt7 I[dCR�AS�� LIMlY A. The word fire is changed to "specific perils" where ii appears in: 1. The last paragraph of S�C�IOi� I—�OV�RAG� A, paragraph 2. �xclu5ion5; �. S�GilON IV, paragraph �.b. �xcess Insurance. �. The 1.imits of Insurance shown in the Declarations will apply to all damage proximately caused by the same event, whether such damage results from a"specific peril" or any combination of "specific perils." C. The Damage To Premises Rented To You Limit described in 5�C I IOi� III — LIN'il i S O� IPd�URANC�, paragraph 6., is replaced by a new limit, which is the greater of: $1,000,000; or �. The amaunt shown in the Declarations for Damage To Prem�ses Rented To Yau Limit. �. Tl�is pravision 14. does not apply if the Damage To Premises Rented To You Limit of S�CYIOIV I� COV��AG� A is excluded either by the pro�isions of the Coverage Form or by endorsement. �. "Specific Perils" means fire; lightning; explosion; windstorm or hail; smoke; aircraft or vehicfes; riot or civil commotion; vandalism; feakage from fire extinguishing equipment; weight of snow, ice or sleet; or "water damage". "Water damage" means accidental discharge or leakage of water or steam as the direct result of the breaking or cracking of any part of a system or appliance containing water or steam. 15. �ROAI��Yd�D ��GA� �I��i�ITY CAV���,G� �O� ���l��OQ�'S �USIN�SS P��SO�lAL h�ROP��'�Y Under S�CYI�N I— COV��AC� A�O�I�Y i�lJU�Y AN� PROP��iY DAMAG� LI,��ILiTY, 2. �xclusions, j, �amage to �roperty, the first paragraph following paragraph (6) is delefed and replaced with the following: Paragraphs (i), (3j and (4) of this exclusian do not apply to "praperty damage" (other than damage by fire) to a landlord's lausiness persanal property that is subject to, or part af, a premises lease or rental agreement with that landlord. The most we will pay for clamages under this pravision 15. is $10,000. A$250 deductible applie.s. Under S�CTl�N IV — GOM➢4'��RCI►�L ('a�Y���AL LlA�ILI�Y �OPl�lYIOPlS, provisions 16. through 1�. of this endorsement amend the policy as follows: • Includes copyrighted rna#erial af Insurance Services Office, Inc. CG 70 63 041i �age i of 1�! 16. �RO.���N�D ECNQW���C� 4� OCCURR�NGI� Under �. Duties In The ��ent Of Occurrence, Offense, Claim, Or Suit, paragraph a. is deleted and replaced and paragraphs �. and f. are added as folfows a. You must see to it that we are notified as soon as practicable af an "occurrence" or an offense, regardless of the amount,-which may result in a claim. Knowledge of an "occurrence" or an offense by yaur "employee(s)" shall not, in itself, constitute knowledge to you unless one of your partners, members, "executive officers," directors, or managers has knowledge af the "occurrence" or offense. To the extent p055110I@, notice should inc[uc�e: (1) Haw, when and where the "occurrence" or affense took place; {2) The names and addresses of any injured pers�ns and witnesses; and {3) The naiure and location of any injury or damage arising out of the "occurrence" or offense. e. If you repart an "occurrence" to your workers compensatian carrier that cEe�elops into a liability claim for which co�erage is pra�ided f�y this Co�erage Form, failure to report such an "occurrence" to as at the time af the "occurrence" shall not be deemed a �iolation af paragraphs a., b., and c. abo�e. However, you shall'gi�e written natice of this °occurrence° to us as saon you become aware that this "occurrence" may be a liability claim rather than a workers compensation claim. f. You must see to it that the fallowing are done in the e�ent of an actual or anticipated "cavered recalP' that may result in "praduct recall expense": {1) Gi�e us prompt notice of any disco�ery or notification that "your product" must be withdrawn or recalled. Include a description of "your prad�act" and the reason for the withdrawal ar recail; (�j Cease any further release, shipment, eonsignment or any other method af distribution af like or similar products until it has been determined that all such products are free from defects that could be a cause of lass under the insura�ce. 17. UfVIN71�N710NAL FAILUR� �O �ISCLOS� F�RI�A��S Paragraph 6. �epresentations is deleted and replaced with the folfowing: 6. �epresentatians By accepting this policy, you agree: a. The statements in the peclarations are accurate and complete; b. Those statements are based upon representations you made to us; and C. We ha�e issued this policy in reliance upon your representations. We will not deny co�erage under this Co�erage Farrr� if yau unintentionally fail to disclose all hazards existing as of the inception date of this palicy. You must report to us any knowledge of an errar or omission in the description of any premises or operations intended to be ca�ered by this Co�erage Form as soon as practicable after its disco�ery. Hawe�er, this pravision does not affect our right to coll�ct additional premium or exercise aur right of cancellation or nanrenewal. 1$. ��e4A1S��� 0� �IG�1YS (�LANKE I WL�IV�Ft OF SU��OGAiION) Paragraph $. I ransfer af �igh�s Of ReCqWery Against Others io �Is is deleted and replaced with the fallowing: 8: If the insu�ec! has rights to recover all ar part of any payment we ha�e rnade under this Co�erage Form, those rights are tran5ferred to us. The insured must do nothing after loss ta impair them. At our request, the insured will bring "suit" ar transfer those rights to us and help us enforce them. Hawe�er, if the insured has wai�ed rights to recaver through a wr'itten contract, or if "your work" was commenced under a letter of intent or work arder, subject to a subsequent reduction ta writing w�th customers whose customary contracts require a waiver, we wai�e any right of recovery we may ha�e under this Co�erage Farm. 19. �X��MD�� MO�IC� �� C,4�lC�LLA i IOP! AND �fOPI��N�WAL Includes copyrighted materiaf of Insurance Ser�ices Office, Inc. �age 8 of 11 C� 70 63 0417 Paragraph 2.b. of A. Cancella#ion of the �OY4�1�u10iV 4�O�ICY CONI�I�IONS is deleted and replaced with the following: b. &0 days before the effective date pf the cancellation if we cancel far any other reason. Ur�der S�CTION IV � C�i4'�NI�F{�IA�. C�N�RA� �IA�I�IiY CONDIiIONS, Paragraph 9. When We �o �lot L�enew is deleted and replaced with the following: 9. When We �o iVo# �enew a. We may elect not to renew this policy except, that under the provisions of the Texas Insurance Code, we may not refuse to renew this policy solely because the policyholder is an elected official. b. If we elect nat #o renew this policy, we rriay do so by mailing or delivering ta the first Narned Insured, at the last mailing address known to us, written notice of nonrenewal, stating the reason for nonrenewal, at least 60 days before the expiration date. If na#ice is mailed or delivered less than 60 days before the expiration date, this policy will rerr�ain in effect until the 61 st day after the date on which the notice is maiied or delivered. Earned prerr�ium far any period of coverage that extends beyond the expiration date will be computed pro rata �ased on the previous year's premium. C. If notice is maiiecl, proof of mailing wilf be 5ufficier�t proof of natice. d. The transfer of a paficyholcler between admitted corr�panies wEthin the same insurance group is nat consEdered a refusal to renew. 20. MD�IL� �QlIIP��M i R€D€�IN�D Under S�C�I�M V—���IfdI�lONS, paragraph i2. "Mobile equipment", paragraph f. ('f) does not apply to self-propelled vehicles of less than i,000 paunds gross vehicle weight thai are not designed for highway use. 21. A��I�I�EdAL D��i�ll�'l011�S 1. S�C I IDN V— D�rlfdl I IDMS, paragraph 4. "Caverage territary" is replaced by the fallowing definition: °Coverage territory" means anyw�ere in the world with respect to liability arising out of "bodily injury," "property damage," or "personal and advertising injury," incl�ading "persanal and advertising injury" offenses that take place through the lnternet or similar electronic means of communication providad the insured's responsibility to pay damages is determined in a settlement to which we agree or in a"suit" on the merits, in the United States of America (including its territories and possessiaros), Puerto Rico and Canada. 2. S�C�'ION V—�z�IRlI�IDidS is amended by the addition of the following definitians: "Covered recaff" means a recall made necessary because you or a government body has determined that a known or suspected defect, deficiency, inadequacy, or elangerous condition in "your product" has resulted or will result in "bodily injury" or "pra�eriy damage". "Procluct Recall expenses" mean only reasanable and necessary extra costs, which result from or are refated to the recall or withdrawal of "your producY' for: a. Telephone and telegraphic communication, radio or television announcements, computer time ancE newspaper advertising; b. 5tatianery, en�elapes, productian of announcerr�ents and posiage or facsimiles; c. RernuneratEon paid to regular employees for necessary overtime or authorized travel expense; d. Temparary hiring by you or by agents designated by you of persons, other than your regular employees, to perfarm necessary tasks; e. Rental of necessary additional warehouse or storage space; f. Packaging of or transporta#ion or shipping of defective products to the location you designate; and g. Disposal of "yaur products" that cannot be reused_ Disposal expenses do not include: (1) Expenses that exceed the original cost af the materials incurred ta manufacture or process such product; and Includes copyrighted material of Insurance Services Office, Inc. CG 70 63 0417 4�age 9 af 91 (�) Expenses that exceeci the cost of narmal trash discarding or dispasal, except as are necessary to a�aid "bod9ly injury° or "property damage". ��. Fi�ASONA��� FORC� — �O�I�Y INJURY OF� �IRAL�ERTY �AYIAAG� Under S�CYIOid I— COV�RAC� A., paragraph 2. �xclusions, sub�aragraph a. �xpect�d Or Iniended Injury is deleted and replaced with the following: [This insurance daes not apply ta:] a. �xpected Or Intended Injury "Bodily injury" ar "property damage" expected or intended fram the standpoint of the insured. This exclusion does nat apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persans ar property. �3. �ROA9�N�D �IA�I�.ITY GOV��AC� FQR �A➢IAAC� TO Y4UR F�V�O�UCT AN� YQUL� WORK A. Under S�Ci[ON I� CAV��AG� �., paragraph �. �xclusior�5, exclusian k. Damage to Your �roduct and exclu5ian I, ��m�g� ta Y�Ur WOr'k are deleted and replaceci with the following: [This insurance does not apply to:] k. �amage to Your Praduct "Property damage" to "your product" arising out of it or any part of it, except when caused by or resulting from: (1) Fire; (2) Smake; {3) "Collapse°; or (4) Explosion. For purposes of exciusion k. abo�e, "collapse" means an abrupt falling down or ca�ing in of a building or any part af a building with the result that the building or part of the building cannot be occupied for its intended purpase. I. �amage to Yaur Work "Property damage" to "your work" arising out of it ar any part of it and includ�d in the "products-completed operations hazard". This exclusion daes nat apply: (1) If the darr�aged work or th� work out of which the damage arises was performed on your behalf by a subcontractor; or (2) If the cause of loss to the damaged work arises as a result of: (a) Firg; {b] Smake; (C) "Collapse"; or (d) Explosion. Far purpases of exclusion I. aba�e, "collapse" means an abrupt falling down or ca�ing in of a building or any part of a building with the result ihat the building or part of the building cannat be occupied for its intended purpase. B. The following paragraph is added ta S�CY{ON fll — LIMI�S 0�' I�lSURA�lC�: Encludes capyrighted material of lnsurance Ser�ices Office, Inc. h�age 10 of 11 CG 7U 63 0� 19 5ubject to �. above [af the CGL Coverage Form], $100,000 is the most we will pay under Coverage A for the sum of damages arising out of any ane "accurrence" because of "property damage" to "your praduct" and "your work" that is caused by fire,.smoke, callapse or explosian and is included within the "product-completed operations hazard". This subfimit does nat apply to "property damage" to "your work" if the damaged wark, ar the work aut af which the damage arises, was performed on your behalf by a subcontractor. 24. ��OADENEI7 �OIAI�,Y INJUk�Y C�V�F�AG� Under S�C�ION V—���INI�IONS, the definition of "faodiiy injury" is deleted and replaced with the following: 3. "8adily injury" a. Means physical: ('I) Injury; (2) Disabiiity; (3) 5ickness; ar (4} Disease; sustained by a person, including death resulting from any of these at any time. b. Includes mental: (5) Anguish; (6) Injury; {7� Humiliation; (8) Fright; ar (�) Sh�ck; directly resulting from any "bodily injury" described in,�aaragraph 3,a. C. All "bodily inj�ry" described in paragraph 3.b. shall be deem�d to have occurred at the time the "bodily injury" described in paragraph 3.�. accurred. �5. ��SICNAi�� �ONIP��T�� P�OJ�CTS — A�4'���dD�� �IMliS OF INSUR�+NC� When a written contract or written agreement b�tween yau and anather party requires project-specific limits of insurance exceeding the limits of this policy; A. for "bodily injury" or "praperty damage" that occurs within any poficy periad for which we provided coverage;and �. far "your wor�c" per�ormed within the "products-campleted operation hazard"; and C. for whRch we pre�iously issued Amendmenf Of Limits Of Insurance (Designated Project Or Premises) CG 71 94 either during this policy term or a prior policy term; and k7. that designated project is now camplete; the limits of insurance shawn in the CG 7i 94 schedule will re�lace the limits of insurance of this policy for the designated project and will continue #o apply for th� amoun# of time the written contract or written agre�ment requires, suloject to the state statute of repose of the project location. These limits are inclusive af and not in addition to the replaced limits. Includes capyrighted material of Insurance Ser�ices Office, �nc. CC �0 63 041 � �age 17 af 1 i F'OLICY PdUNIBER: CA2111'[78 COFVi14iERCIAL AU70 CA 71 65 09 19 �HIS ��lD�RS�Y�ri�id� CNA�lG�S 7H� �O�ICY. PL��4S� FiEAD IT CAR�FUL.�Y. �{ESI�NA�{EI� IIV�U��D �- PRI�VI��Y I���I�COi�i�tl��T�L�Y C�V�L�►C�� UVH�N l��C�UIE��� �l� IYV��iR�l� ��N���� OF� CE�iI�1C�,TE This endorsement modiiies insurance pra�ided under the BUSINESS AUTO C�VERAGE F�RM The pro�isions of the Co�erage Form apply unless changed by this endorsement. This endorsement identifies person(s) or organization(s) who are "insured" under the Who Is An Insured Provision of the Co�erage Farm. This endorsement changes the policy on khe inception date of the policy, unless another date is shown below. Endorsement EfFecti�e: Counkersigned By: 01/31/2420 Named Insured: McClendan Canstruction Campany, Inc. (Authorized Represantati�e) (No entry may appear abo�e. If so, information to compleke this endorsement is in the Qeclarakions.) 1. Sectivn II — Liability Co�erage, A. Co�erage, 1. Wha Is An Insured is amended to add: Any person or organization with whom you ha�e ar� "insured contract" which requires: that person ar prganizatian to be added as an "insured" under this policy or on a certificate of insurance; and this policy to be primary and non-contributory to any like insurance aWailable to the person or organization. Each such person or organization is an "insured" for Liabifity Co�erage. They are an "insured" only if that person or organization is an "insured" under in S�CiION II of the Co�erage Form. The contract between the Named Insured and the person or organization is an "insured contract". 2. Section IV — Business Auto Canditions, B: General Conditions, 5. Other Insurance, paragraph d. is deleted and replaced by the following for the purpose of this endorsement only: d. When coverage provided under this Coverage Form is also pro�ided under anoiher Coverage Form or policy, we will pro�icfe co�erage on a primary, non-contributory basis. Includes co�yrighted material of Insurance Services Offic�, Inc. with its permission. NAMEp INSURED: MCCL�NDON CONSTRUCTION CDMPANY, INC. POLICY f�UMBER: CA21 i 1178 THaS �N�70RS�M�PdT CHAN�;�S Tlil� POLI�Y. P�EA�� R�A�D �TCAR�IFUL�,Y. T��{�►� A��1lA,h�TA�� ��11��VJE��1�1�1�t���i4���IL� B��I�►D F�F�i4� ��]D����IUIE�JT ThEs �ndorsement modffles Insurance pravEdeci underlhe �4�S1M�S5AlJTO C�V�RA�� �'��1 V1►Ilh respeat t� coverage provided bythls endotserr�eni,lhe provlslvns of the Coverage Form apply �rrless modiFled byths endorseme�t, The pramium fcrrlhisendaisem@hf is �$a5D . ob �!. ���iA� FOR�,1 INS#.I#t�� � ECT[O�1 ]I - 4�A6�LITY ��1fERA�E,14.9. �f1lilo I� J4 �1 �r��u�d I� amend�d by 1 h� odd�iar� of Uie faHawtrFg� �. Anyorganization yo� rtewlyacc3uEre orf�orm, oti��rthan a.parknership, jolnE venture or Ilmited Il�bfllly camparry, and over whl�h yau melntaEn �vunership or s maJnrity inler�st, �vil! quallfy as a Narned f nsured. However, (9) Coverage undarthls pro�lslon Is afforded onty unii! I#�e end of Ihe pnficy perlad; (2) Eoverage doas not apply to "accfdenl�' or "loss" that occurred before you acquir�d ar Farmed the orgar�lzatlon; and (3) Caverage doe� not �pply lo an organfzaflan that Is an "Insurad" under a�nyalf�r pollcy nr would be an "irssursd" 6ut for its terminaf�an or the exhaus[fng of Its lirnit of lnsuranas. �. Any"amploy�e" ofyqurs uslCtg: t'1] A cove�ed ' auta" you do nat own, hiee or borrow, or a caverred "au�o" noi owned by ih� "emp�oyee" or a merr�ber af his or i�er household, wYrife pertarming duffas re�aied to �he aanduct af your �uslness or ya�r peFsohal aFf�lrs; or � {2) An "aufo" hired or renl�d �nd�r e coniract ar agreemerrt In that "employee's" narne, wlfh your pe�miss�on,witlFe performing dufles relatedtvthe conduct ofyour truslness, Havuever, yaur "em�loyee" daes �nt qualEfy as an insured underthl$ par�agraph (2) Whlle using a covered "auto" r�ntedirom you orfrom anymemberofthe "employee's" h�us�hn[�, f. Yaur mernbers, i� you are � flmlled Ilabill�ycompany, while using a c❑verc3rf "avto" you do r�ot own, hi►� ar 6orrow and whlle pe�arrning dulies ralated 1a the cohduci of yaur busl�I�sS or ytwr personaE aifalrs. �. I�ny �eraor� 4ra4+�rM�tlon wllhwha�n you agr$e �n awr1El�e� Qor�t�r�c�, wr�lt�4 �r�r�t6�nt or {�+�r�x�i�, Ka }�r.ov�de Crts��afaoe � etcfi �� ia aHar�ad u��ier lhf� padiny� �r� or�ly wath r����at t� yaur a��+er�d'�ulaa'. Th1s provisian daes not �pply: ('i) Ur�Iess fhe written centract or agreemenf !s execufed or ihe �rrnft !s issuad p�ior tn #he'"faodily InJury" or "properly dametge"; (2j To any person ornrgar�ization incl�ded as gn Inaured by an enclorsament nr in the Deciarafions; or (3) Ta any les�or oi "autas� unless; (a) The lease a�r�emerd r�qulres you io pravlde direat primary in��rance for the lessar; (b) The "auto" Is le�sed wlthoui a dr�ver; and Incl�des cc�pyrlght�d mater�al af Insurance 5enrlass Oiilcc+, Inc. CA �71� 19 �9 Paga'10#� (�) The lease hmd nol explred, Leased "aulos" co�ened under ih�s prouision will bs cvnsidered cpver�ad "autos" ynu own �nd nnt cnve red "�utos" ynu hEre. h. Any iegal�y �nnorporated or�aniaation or subsldiary in whlct� you own more #han 50% o+f the vating staok on the effecti�e daie of ihis endorsement. Thls provision does not apply to "bodi ly Ir�ur}�' or "property damage" for+nrhlch an "insured" is also an Insured under any aiher autorr�obile pallcy arwould be an Insured �[nder such a pal loy, but for Its l�rminailan or Iha �xhausllnn of it� Ifmits oflnsurance� uhless such poilcy Was wrl�tan tr► apAly sp�cifiaal�y In �xr,�ss aT this poli�y. �. CO��FiAG� �XT�NSIOP�S �SU���M�NYARY �i4YhP1�NTS Under Section !f -�IA�I LI'�Y C61l�RA� �, �i2.a. �upplemen�ry Payments, para�rap�s (�) and {�j are deleted and replac�d as faUaws; (�j Up ta $2,5oD far ih� cost of bail bonds (fncludirjg bandsfarre{ated t�-af�c law vlolations) r�qulred t�ecause ot ar� "acc�denl" we cover. We do not t�a�a to furrtlsh 1ha�e bonds. (4) Aff reasor�able oxper�te5 inaurred by Ihe "[nsured" al vur requesf, in�luding aclual fass c�f eamil�ga up 1n $5D0 a day because of time ofF irom work, 3. AIffI�Nk�������C)V4f �iUI���YF,EEXCLli51(�Id Under��CTl01►� IIe�lA�161?Y��VERA�IE, IB. ��fC�USl4i�$, par�yraph'S. Fsllaw Employee fs deleted arxl replaced byEFia folfcrrying: 3. Frllr�w �mployee "Bodlly injury" to: a, Anyfellow "employea" afihe "Insureci" arlsing ou# oFand In the ca�rxe of 1Y�e fellow "employee's" emplaym�r�i or w�lle perfarming duties relatedlo the cond�c! of your business. I�owever, thls excluslon does nat app[yto your"errtpl�yees" that are oiPlcsrs, managers, s�ervlsors orallave, CnVarege is �xcess oVer �ny t►the1' c�ollectlble Insurance, b. 7he spouse, chlld, parent, brother nr slsler af thet fallaw "employee" ea a c;onsequencs af paragraph a. abave. 4.. HIR��AUTi7 �bY3[�A� �AM�RG� COIf@C�AG�A[�!� �OSS OI� USE E�[[PE�l�� A. Under ���YIC}A! III - Pi�YSiEAL �AMA�� �VFJtAG�, A. COd�RA��, ihe fallowinS is added: Ifarryof your owned coversd "autos" ere ca�ened fior Pnyslcai Damage, we wfll pra�lda Phy�lr.�l Damage caverage to "autas" xhat yvu or ynar "employees" hire or barraw� underyour name or ihe "employse`s" narr�, fiorfhe purpose oFdoins your wark. We wi{I prvvicfe co,rerac�e Aquaf #o ihe broadesi physfcsl damag� coverage appli�able ta any coyered "aufoa shorvn I n SNe Dgclaratlans, lier� Three, 5chedula af Caaered Autos Ynu Own, or on any �ndcrrsernents amending thl� schedule. R. undar S�CTIDN Ill � P�Y�IGA� L3AMACIE COVI�#L4��,A.4. ��verage �xtensions. paragraph b. Loss i?�Use �xper�se� is deleted ar�d repkaoad wl�h ihe Fflllow4r�q: b. Loss O� Use �xpenses Far Hlred Auta Physlcal Damaga, vve will pay expenses farwhiah an "ir�sured" becornes legally responsibla to payfor loss of �se of a vehlcle ranted r►r hlred wlthout a driver, under �wrllten rental cantrac� nr agreem�+nt. Wg wilf pay for loss oF use expet�ses if caused by: ('I ] Oiher than calllsion, ahly [flhe Declaratlons Indlcate t�at Comprehensl�e Coverage Is proulded far ahy co�ered "auto' ; lnaludes copyr�g�ted rnaterlal af Ins�ranoe 5er�ices Of�fce, Inc. �age 2 of 5 GR 7�198 � 109 (2j Specified Causes of Lass, onfy Ifihe Declaratlons indlcgfe ihai Spec�ffiad Geugss Of Lvss Coverage is provided forany coverad "aufn"; or (3) Collisian, only ifthe �eclarations indiaala ihat Co!lisi�n Coyerage is prvvlded for any cuvered n�V �Yp� Howe�er, the most we will payfor any expen��s fdr loss of usg 19 $3o per dey, to a f-naxlmum af �2,404. C. UnderS�CTl01� l�f—B1�51M��u�UT4 CORlRIT[ONS, �, General Conditions, 5. Otherin�urance, paragraph b, ls repl�ced byth� FaflbvWr�g: b. For Hlred Auto !�h}rsfcal D�rr�ege, tl�e Following are dFemed ta ba covered �autos" you own; 1. Any aovcred °auto" you lease, h�re, rent or borraw; anci 2. Any cavered "auto" hired or rented by yaur "employeas° unr�er a caretrac# in that IrKlividuai "employ�a'�° nafx�e, wlth yo�r parrraission, while perhor�ning dutles refafed to fhe conduct af your buslnesa. Howewe��, any u�ulo" �hat Is leased, hired, rented or borrowed wiih a drlUer Is nat a cavered "auto", nor Is any "auta" ycsU hlre irom any af �no�r "employees", partn�rs (If you ar� a parinershlp), membsrs (If you are a ffmlted Iiabl�flycompany), nrmembers of9heir ho�aholcis, �s. E,0�4�V UR LE/4�E GA� CdVI�RAGE Under��� I d�N III—�l�Y�I�A� DAMAG�COV�RAGE,�►, CQVERAGlE, thefollawing is added: �f a caver�d "aula" is owr�ed ar leased and ff we pro�ld e PNysicsl damage Coverag� nn it, v�t� will pay, In fhe everd of a cavered iota! "loss", anyunpaid amount due on ff�e lease or loan for a covered "aufa", less: (8) "�he amnunt pald under tF�e Physlcal Dar�age 5ection of fhe paflcy; �nd: (b) Any: (�Ij Overdue;eass or (oan payrroenls fncluding penaliles, Interest or other ch�rges rnsulllr�q frarn ove�rcius peymenis at lhe tlme of the "los� ; (2) FinancEal penal4i�s lmposed unda�-a lease fpr axaessive use, abnorr�ral wear and tear or hlgf� mileage; (3) Cnsts fnr exiended warrat�tles� Credlt �Ife Insur� nce, Health, Acclder�t ar Dlsahillty Insurar�cs purchased wlth the loan ar le�se; (4) Securlfy depnsifs not refunded by a lessor, and (� Carry-over hal�ncBa frnm praufnus Eo�ns nr l�as�s. 6. R�bTAE. R�111fI��R��R+f�NT Under S�CTI�iV III - Pi�Y�IGA� i7AMAG� GO��RA� A.�. �verage �xtenslans, �Saf�graph �. . Trans�oYkatien �xpeltses is delefed and repla�d by #he �ol�owfng: . �. Transpartatian �apensas � (1� We wiN pay up to $75 per day io a maxitnum of ��,oOD for lranapartailan ��cpanse Incurred by you because u€ cover�ed "�ass". W� wlll p�y anly f�r those cavered °��tas" far whlch yot� cerry �olllsian Coverage or ellher Camprehensfve Coverage or Spe�IfEec1 Causes of Loss Cov�rag�. W� will pay inrtr�nsportallon expenses Incurred duringthe perfod k�eg9nning 24 haurs after 1he �overed "lass" anal ending, regartl�ess af the pa�icy's expiralian,vuh+�n ti�e coversd "auia" is rslamedta use arwe payfor �ts "lass", This coverar�a Is In �ddi[lon to ihe otherwfse ap�licable cov��age you have an a co�ered "autv". Nu deduatE�sles apply to khls co�erage. Indudes copyrEghted maferlal of ]ns�rancs 5erulces Off�e, Inc. CA �'i �181 � 09 Page 3 afi 5 (� This oave�age doas no� �pply whl le li�ere [� � sp�re or reserve "aulo" a�ailabfe to you �for ynur ap arafion. 7. AI��A�CAV�RAG� UnderS�C�[t)3V �II � PNY$ICAI, IQAMAG�, l�. IsJCC�,l3SI�P15, par'�qraph 3. isdeleted and repl�oad pyl�he fol law]ng: 3. We will noi p�V�'or"loss" caused bynr resulfl�tg from anyoflF�e folfowln� unless caused byolirer "�oss" th at is cnvered �ythls insurancs: �q) W��t and Eaar, freazing, rnech�nEcel c�r e�ec;trical breakdown, HoVv�ver, this $xcluslon daa� not inclucla the d�scharge of en airba�. (2j Blowauls, punctures or othe` rnad dama�e to tires. 8. G�ASS R��AfR--VklAIV�R�F DEaUCTI�LE 5ectioM ill — PHY�ICA�, �AkiHA�� �b1l�I�A��, �. �edu�tlble [s amended ia add ihe io!lowEn�; No deductlble app[fes to glass damage iftE�e glass Is repalred ratherthan replaced. 9. C��61SIOld.COV�RAGI�-6NAi1lI�RO4�UI�bUG'fI�L� Under Seclion III ��k]Y�tCAL �AMA�� C�V�RAC�, �. DeduCt�ble Is am�nded tn arld the �alfnv�ng: Vifhen there is a lasx tv yaur r.a�vared "auto" Insured for Collisian Cover�ge, no deductik�le wi[I apply iftha lass r,vas ca�s�d by a c�illslon wlth another "au�o" Insurad by us. 9fl. KhfOi�li,�p�� 01� ACCIDE�lT underSl�G1'IAN IV�-�U�IN�$�AUTpCUN�7IT�C�I�S,A. �oss �onditi�r�s3 �. ���ies fn Tha �venit Of Accident, Cl�inri� �uit Or L��, paragraph a. is deleted and rep[aced by the followit-4g: a. You must see #Q ik#Fratwe are notlfled as soon as praailcabla of an "acaldent", �lalrn, "sull" or "bss"_ Kr�ov�l�dge af an "accldent", cFalm, "sull" or "fass" byyaur "employses° shall not, in Itself, aonsfltute knowl�dge to you u�[ess one ofynur partners, execufive offfaers, dlrector�, rnanaga�, or merrtbers (iFyou are a llmileri Ilabllitycampany) has knowledgQ of the "accldeM", cEaim, "suit" or "loss , No#i�e shou]d inalude: S9) Haw, virhen and wr�ere tt� "aacklen�" ar "Inss� nacurred; (2) The °Insured's" n�tne and address; and (3) To 1he exlent possl6le, the names and addresses of any injured persons ant� wftnesses, 91. TI�1�#$F�RO�RIGH�a��BkA�l1�T1�1fA1V�RO�S{18ft��kTl�Nj Under SI�CT10�11�! ��US1�3�SrS AUTO C��1D1TfONS, A. Las� Condition� Paragra�oh �. Transfer C9f Righ#s � ReCovery Against Othsrs 70 lJ9 �S deleted and replaced by the fo�lawing: 5. Transfer �f Rights t7��ZecoveryAgaln�t4thers 7d lJs If any �rsan or arg�nlzatlon to or for u�rhnm we mafce paymerit underthis Cnve rage Form has rl�hts ta recnv�r darnages iram anakher, fhase righEs ar� iransferred t� us, That perspn or organl�atlon must do �verylhlttg necessary lo seeqre our rIgF�Es and musi do nolhing �lter "aogldent" �r "lnss" to Impair fham. Harrre�er, ifthe "lnsured" heswaived rigt�is ta reoa�erlhrough awrltten canlract, ar ffyflur work was cominanced undera 3eaer af ihlent ar WQticorder, subjectio a subsequer�t redualiari in wrltin� �is�lth c�stamers� w�ose cuslomary cnnkracts requlre a walver, uve walve any r1gM of reo�very we may have underihls Co�era�e Forrn, � Includes c��yr�ghfed rnaterl�sf nf Jnsurance Servtces OfRce, lttc, �age � o� 5 �A �71811 �9 ��. u��r�r��rrio��►� F�i��a� Yo �rscLa�� �r�azarr�� Under �i�CY[4id I�/ -�U�IN�3� All7� CON�l710I�S , B. G�nsr�l Cortditit�ns , par�qraph 2. Goncealment, 11�lEsrepresentation �r Fraud is ame�ded hy the addilion of the fiollowln�: �hle �vill not deny caverage under lhls Coverage Forrn If you un�nfenllohafiy ial! to dlsclose all hazards exfstlng �s oF#he inceplian date af lhfs p�llay. Yau rnust reporl to �s any knowledge af an errar or amfsslan in yaur rspresenlatlons as soon as praclicahle aEier Its discovery. Thls pravisinn dnes not �ffeot our rl�t td collect ac�rffifonal premlvm or exerclse oGr rigi�t af canceltativn or na�n-renewal. 'IS, �L�INKET C�V�F�A�� F�R ��RT�kll� QP�RATIQNS fN �0�1#�E�TIDh� V�lIYF� R,��.�40A1�� Whan required by wrliten cantracf or wrltten �gresment, fi�e defnlllpn af "Pnsurad con�raci" is an�ended as follaws: � The exceptlnn cahtalned In paragraph Fl.3. relaling in cansiruc�io� or demolilio� nperations on nr wltt�l� 5A faet oF a rsilrasd; ardd � ��ragraph H.�. ar� d�letad wliis respect to Ehe use af a covered "�uto" in aperations for, or �fFecting, a r��lroad, l�icl�des copyrlghled material of Ins�rance Servlc�s OPFIce, Inc. CA �� '!8 9'� i� Page 5 of 5 WORKERS CO�IP�NSATIOR! AND EMPLOYI�RS L.IABILITY INSURANCE POLICY wc a2 0� aa � (Ed. 6-14) T�XAS WAiV�R O� 4UR RIGHT TO R�COV�R FRO�II OTH�RS ENDOE�SEi�1�NT This endarsement applies only to the insurance pro�ided by the policy because Texas is shown in Item 3.A. af the Infarmation F'age. Wa ha�e the right to recover our p.ayments from anyane liable for an injury co�ered by this palicy. We will not enforce our right against the person or organization named in the Schedule, but this wai�er applies only with respect to bodily injury arising out of the aperations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not aperate directly or indirectly to benefit anyone not named in the 5chedule. The premium for this endorsement i5 shown in the Schedule. Schedule 1. t1 itii7 Specific Waiver Name of person or organization Blanket Wai�er Any person or organization for whom the Named Insured has agread by written contract to furnish th�s wai�er. 2. Operations: 3. Premium: The premium charge for this endorsemeni shall be �@(� percent.of the premium de�elaped on payrolE in connection with work performed for the abo�e person{s} or organization(s) arising out of the aperations describecf. 4. Advance Premium: 7his endorsement changes the policy to which it is attached and is effective on tF�e date issued unless otherwise stated. �Tha informaiion below is r�quired nnly when ihis endorsemeni is issued subsequent to preparation of the policy.} Endorsement Effective 01/31/2020 Policy No. WC2000080 Endorsement Na. WG 42 43 04 B Named Insured:' McClendon Construction Company, Inc_ Premium Insurance Company WC4203Q4� {Ed. 46-14) Countersigned by Copyright 2014 Naiional Council on Compensation Insurance, �nc. All Rights Reserved. NAMED IN5lJRED: MCCLElVDOI�! CONSTRUCTION COMPANY, INC. POLICY NUMBER: CPP2111179 � bi� �������M��� �H����� ��r� ���i�v. ������ ��� r� �����i��tx. IVO���� �F �d�►YV��LI�►�0 �YV, �I�N��N�VIIAL �� IVI�i��l�� �I��►�C�E �— i�l�� ��►��Y 7his endorsement modifies insurance provided under the folfowing: AUTO DEALERS COVERAG� FORM BUSI�lES5AUT0 GOVERAGE FORM BUSfNE55 AUTO PHY5IGAL DAMAGE CQVERAGE FDRM COMM�RGIALGENERAL LIABILIiYCOVERAGE FORM COMMERCIALUMBRELLA LIABILITYCOVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORNi PRODUGT5/COMPLETED Ol'ERATIONS LIABILITY COVERAGE FQRM TRUCKERS COVERAGE FORM 5ubject to fhe cancellation provisions of fhe Co�erage Form to whieh this endorsement is attached, we will not: 1. Canael; 2. Nonrenew; or, 3. Materially change (reduce or resfrict} this Coverage Form, except far nonpayment of premium, until we provide at least so days wriften r�atice of such cancellation, nonrenewal or material change. Writfen notice will be to the person or organization named in the Schedule. 5uch notice will be by certified mail with return receipt requested. This notification �'cancellatio�, nonrenewal or maierial change to the perso� or organizatinn named in the �h8dule is intended as a courtesy only. Our failure to provide such notification will not: 1. Extend any �overage Form cancellation date; , 2. Negafe the cancellation as to any insur�d ar any cerfiFcate halder; 3, Provide any additional insurance that would not have been prnvided Rn the absence of this endorsement; or 4. Impose liability of any kind upon us. This endorsement does not entitle fhe person or organization named in the Schedule to any benefifs, rights or profection underthisGo�erage Form. SCH��U�� �dame Q# �erson Or Organi�atian �4r'Jailing Address Any person or organization holding a certificate of insurance issued The address shown for that person or organiza#ion in for you, provided the certificate: thaf certificate of insurance 1. Ftefers to this policy; 2. Siates that notic� nf: a, Cancellation; b. Nonrenewaf; or c. Maferial change reducing or restricting coverage; will be provided tn that person or organization; 3. 'is in effect at the #ime of th�; a. Cancellation; b, Nonrenewal; or c. Material change reducing or restricting caverage; and 4. Is on file at your agent or broker's office for this poliEy IL70 66 07 14-BLKT NAMED INSURED: MCCLENDON CONSTRUCTION GOMPANY, INC. POLICY NUMBER: CA2111178; WC2000080 TNf5 E�IDORSEM�N7 CHANGES iH� POLIGY. PL�Aag R�A�? I`i CAREFULLY. ��F�LIEF� N��`I�E �� �AlV�ELL�#Tf�N P��1IID�Q B1� lJ� Num6er of Days Notice _ __ ��_ _ Far any statutorily permitted reason other then nor�Payment af premium, the number nf days raquirad far notice of cance�latian is increased to the number oF days shown in the Schadu�e aboVe. If this palicy is cancelled 6y us we will send the Named Insured and any p�rty liated in the iollowing schedula notice of cancell�tinn based on the number of days notice shown above. SCH�DUL� Nam� of Person ar Organization 7he I�ame of Person or Organization is any persan or organization holding a a�rttflcgte n� Insurance issued fnr ynu, provided the certifi�: 1. Reiers to tF�is policy; 2. States thal nolice of: a, CanceNation; b. I�onrenewal; or c. Materfa3 ahange recfucing or restrlcfing cnverage; will be provided to thaC persan or organization; 3. Is in effect ai the time of the: a. Cancellatlon; b. Nanrenewaf; or c, Malar�al change reducing vr restricting �pverage; and 4. �s on fife at yaur agent or hroker's office far this policy. Ma iling Ad d r�ss The Mailing Addness is the address shown forthat person or arganiza#ian in thak cartificat� 4f insurance. IL 70 4b 05 07 - BLKT ST�NI�A� �]E1�1]E�i]L COI�l)IT��leTS �]F ��i]E �OI�TS'TR�UC'TIOl�T �O1�T'T1tAC� CITY OF FpRT WQRTH STANDAR[� CONSTRUCT[ON SPECIFICATION AOCUMENTS Revision: Mur�i9,2020 STANDARD GENERAL CONDITIQNS OF THE CONSTRUCTION CONTRACT TABLE OF COT+ITEl�TTS Article 1— Definitions and Terminology 1.01 Defined Terms ..................... 1.02 Terminology ....................... ........................ ............................ .................................................... ......... .. ..................... ...... ........ ...... Page ......1 ......1 ...... b Articie2— Preliminazy Matters ......................................................................................................................... 7 2.01 Copies of Documents .................................................................................................................... 7 2,02 Commencernent of Contract Tirne; Notice to Proceed ................................................................7 2.03 Starting the Woxk .......................................................................................................................... 8 2.04 Before Starting Construction ...................................... ....... S 2.45 Precanstruction Conference .......................................................................................................... 8 2.06 Public Meeting .............................................................................................................................. 8 2.07 Initial Accepiance o� �chedules .................................................................................................... S Article 3— Contract Documents: Intent, Amending, Reuse ............... .............. ............................................... 8 3 . 01 Int ent . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . 8 3.02 Reference Standards ......................................................................................................................9 3.03 Reporting and Resolving Discrepancies ....................................................................................... 9 3.04 Amending and Supplementing Con�ract Documents .................................................................10 3.05 Reuse of Documents ...................................................................................................................10 3.Ob Electronic Data ............................................................................................................................ l 1 Article 4— Availabiliry of Lands; Subsurface and Physical Conditions; Hazardous Environm�ntal Conditions; Reference Points-• ............................................................................................. 4.01 Availability of Lands ...................................................................................................... 4A2 Subsurface and Physical Conditions ............................................................................... 4.03 Differing Subsuriace or Physical Conciitions .................................................................. 4.04 Underground Faciliiies ................................................................................................... 4.05 Reference Paints ............................................................................................................. 4.06 Hazardous Environrnental Condition at Site .................................................................., ,..11 ..11 ..12 ..12 ..13 ..14 ..14 Article 5— Bonds and Insurance .....................................................................................................................16 5.01 Licensed Sureties and Insurers ...................................................................................................16 5.02 Performanc�, Payrnent, and Maintenance Bonds .......................................................................16 5.03 Certifxcates of Insurance .............................................................................................................16 5.04 Contractor's Insurance ................................................................................•--•-•--......---...............18 5.05 Acceptance of Bonds and Insurance; Option to Replace ...........................................................19 Article 6 — Contractor's Responsibilities ........................................................................................................19 6.01 Supervision and Superintendence ...............................................................................................19 CITY OF FORT WORTH S'�ANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Masli 9, 2Q20 6.02 6.03 6.04 6.05 6.06 6.07 b.08 6.09 6.10 6.11 6.12 6.13 6.14 b.15 6.1b 6.17 6.18 6.19 6.20 6.21 6.22 G.23 6.24 Labor; Worlcing Hours ................................................................................................................20 Services, Materials, and Equipxnent ........................................................................................... 20 ProjectSchedule ..........................................................................................................................21 Substitutesand "Or-Equals" ....................................................................................................... 21 Concez�ng Subcontractors, Supptiers, and Others .................................................................... 24 WageRates .................................................................................................................................. 25 Patent Fees and Royalties ...........................................................................................................26 Per�nits and Utilities ....................................................................................................................27 Lawsand Regulations ................................................................................................................. 27 Taxes...........................................................................................................................................2$ Use of �ite and Other Areas ....................................................................................................... 28 RecordDocuments ......................................................................................................................29 Safetyand Protection ..................................................................................................................29 �a%ty Representative .................................................................................................................. 30 Hazard Comrnunication Programs .................................................................. .. 30 ......................... Emergencies and/or Rectaficarion ............................................................................................... 30 Submittals............................... ................................................................................................ ..... 31 Continuingthe Work ................................................................................................................... 32 Contractor's General Warranty and Guax'antee ..........................................................................32 Indemnificatian......................................................................................................................... 33 Delegation of Professional Design Services ................................................................ ..... 34 Rightto Audit .............................................................................................................................. 34 Nondiscr�ininaiior� ......................................................................................... ......... 35 ..................... Article 7-- Other Work at the Site..... 7.01 Related Work at Site ..... 7.02 Coordination .................. ............................................................................................. .............................................................................. ..... 35 ..... 35 ..... 36 Article 8 -- City's Responsibili�ies ...................................................................................................................36 8.01 Coxr�.x�.unications to Contractor ................................................................................................... 36 8.02 Furnish Data ................................................................................................................................ 3 6 8.03 Pay When Due ............................................................................................................................ 36 8.04 Lands and Easements; Reports and Tests ................................................................................... 36 8.05 Change Orders .............................................................................................................................3b 8.06 Inspections, Tests, and Approvals .............................................................................................. 3b $.07 Limitations on City's ResponsibiIities ....................................................................................... 37 8.08 Undisclosed Hazardous Environmentat Condition ....................................................................37 8.09 Compliance with Safety Prograna ............................................................................................... 37 Article 9- City's Observation Statas During Constructian .......................................................... 9.01 City's Project Manager ........................................................................................... 9.02 Visits to Site .............................................................................................................. 9.03 Authorized Variations in Work ................................................................................. 9.04 Rejecting Defective Work ......................................................................................... 9.05 Deternunations for Work Performed ......................................................................... 9.06 Decisions on Rec�uirernents of Contraci Documents and Acceptabiiity of Work.... ................. 37 ................. 37 .................. 37 ................. 38 ................. 38 ................. 38 ................. 38 CITY OF FORT WOR'I`H STANDARD COATSTRUCTION SPECIFICATION DOGUMENTS Revision; M�urli9,202U At-ticle 10 - Changes in the Work; Cla.iins; Extra Worlc ................................................................................ 38 10.01 Authorized Changes in the Work ............................................................................................... 38 10.02 Unauthorized Chan.ges in the Wark ......................................... ....................,.39 ...... ..................... . 10.03 Execution of Change Orders ....................................................................................................... 39 10.04 Extra Work .................................................................................................................................. 39 10.05 Notification to Surety ......................................... ...............39 ........................ ......... ......................... 1�.06 Contract Claims Process .............................................................................................................40 Article 11- Cost of the Work; Allovvances; Unit Price Wark; Plans Quantity Measurement ......................41 11.01 Cost of the Work .........................................................................................................................41 11.02 A1lowances .................................................................................................................................. 43 11.03 Unit Price Work ..........................................................................................................................44 1 i.04 Plans Quantity Measurement ......................................................................................................45 Az�ticle 12 - Change of Contract Price; Change of Contract Time ................................................................. 46 12.01 Change of Contract Price ............................................................................................................46 12.02 Change of Contract Time ............................................................................................................ 47 12.43 Delays ................... ....................,.................,.............................................................47 ................... Article 13 - Tests and Inspections; Correction, Rezx�oval or Acceptance of Defective Work ......................48 13.01 Notice of Defects ........................................................................................................................ 48 13.02 Access ta Work ...........................................................................................................................48 13.03 TestsandInspections ..................................................................................................................48 13.04 Uncovering Wark ........................................................................................................................49 13.05 City May Stop the Work .............................................................................................................49 13.06 Correction or Removal af Defective Work ................................................................................ 50 13.07 CorrectionPeriod ........................................................................................................................50 13.08 Acc�ptance of Defective Work ................................................................................................... S 1 13.09 City May Cori-ect Defecti�e Work ............................................................................................. 51 Article 14 - Payments to Contractor and Campletion .................................................................................... 52 14.01 Schedule oF Values ...................................................................................................................... 52 14.02 Progress Payments ...................................................................................................................... 52 14.03 Contractor's Warranty oiTitle ...................................................... .............54 ................................ 14.04 Partial Utilization ........................................................................................................................55 14.OS Finallnspection ...........................................................................................................................55 14.06 Fina1 Acceptance .............................................................................•...........................................55 14.07 Final Payment ..............................................................................................................................56 14.08 Final Completion Delayed and Partial Retainage Release ........................................................ Sb 14.09 Waiver of Claims ........................................................................................................................ 57 Article 15 - Suspension of Work and Tei-inina�ion ........................................................................................ 57 15.01 City May Suspend Work .............................................................................................................57 15.02 City May Ternunate for Cause ................................................................................................... 58 15.03 City May Terrninate For Convenience .......................................................................................60 Article 16 - Dispute Resolution ......... 16.01 Methads and Proceduz�es ................................................................................ . ..... ........ 61 ........ 61 � CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATIQN DpCUMEIJTS Revision: Mmcfi9, 202Q 4 � i � � � � t 1 � f i > � r � Article 17 — Miscellaneous .......................................................................... 17.01 Giving Notice .......................................................................... 17.02 Computation of Times ............................................................ 17.03 C�mulative Remedies ............................................................. i 7.04 Siu vival of Obligations ........................................................... 17.05 Headings .................................................................................. C1TY O�' FORT W0127H STANDARD CON$TRUCTION SPECIFICAT[ON DOC[IMENTS Revision: Maz�9,2D20 ........................................... ....................................... .... ........................................... ........................................... ........................................... ..... 62 ..... b2 ..... 62 ..... 62 ..... 63 ..... 63 oo7aao-i GENERAL CONDITIONS Paga I of 63 ARTICLE 1— DEFINITIONS AIiID TERNIINOLOGY 1.Qi Defined Terms A. Wherever used in tbese General Conditions or in other Cantracfi Documents, the terms listed belaw have the meanings indicated which are app�icable to both ihe singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said ternns are generally capitalized or written in italics, but not always. When used in a context consistent with the def�nition of a listed-defined term, the term shall have a meaning as defined belaw whether capitalized or italicized or otherwise. In addition to terms specifically defined, te�s with initial capitalletters in tbe Contract Documents include references to identified articles and paragraphs, and the #itles of other documents or forms. 1. Addenda—Wr�tten or grapkuc instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agr�eement—The writte� instrument which is evidence of the agreement between City and Cantractor cavering the Work. 3. Applicatifln for Paymerat—The form acceptable to City which is to be used by Contractor during t1�e course of the Work in requesting progress or final payments an.d which is to be accompanied by such supporting documentation as is required by the Confiract Documents. 4. Asbestos Any rnaterial that contains rnore than ane percent asbestos and is friable or is releasing asbestos fibers into tl�e air above current action levels established by the United States Occupational Safety and Health Adininistratian. 5. Award — Auihorizaiion by the City Council for the City to enter into an Agreement. 6. Bid—The offer or propasal o� a Bidder subzxiitted on the �rescribed form setting forth the prices for the Work to be per%rmed. 7. BiddeN The individua� or entity who submits a Bid directly to City. $. Bidding Documents—The Biclding Requireznents and the proposed Cantract Daczunents (including all Addenda). 9. Biddirag Requiremerats The advertisement or Invitation to Bid, Instruc�ions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplexnents. 10. Business Day — A business day is defined as a day that the City conduct� nortnal business, generally Monday through Friday, excepi for federal or state holidays observed by the City. 11. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. CiTY O�' FORT WORTH 5TAIVDARD CONSTRUCTI03�! SPECIF[CA'1`ION DOCUMEIVTS Revision: Mm�h 4, 2(i2A 007200-1 GEN�RAL CONDfTiONS Page 2 of 63 12. Change Orde�=A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, d�letion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date ofthe Agreement. 13. City— The Ciiy of Fort Worth, Texas, a hom�rule rnunicipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body thraugh its City Manager, his designee, or agents authorized under hzs behal£, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the Ciiy of Fort Worth is by Charter vested in the Ciiy Manager and is the entity with whom Contractor has entered into tt�e Agreemenf and far whom the Work is to be perfo�ned. 14. City Attorney — The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 15. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 16. City Manage�- — The officially appointed and authorized Cify Manager of the City of Fart Worth, Texas, or his d�y authorized representative. 17'. Contf-act Claim—A demand or assertion by City or Contractor seeking an adjust�nent of Contract Price or Contract Tune, or boih, or other relief with respect to the terms of the Contract. A cl.emand for xx�oney or services by a third party is not a Contract Claim. 18. Contract—The entire and integratec! written document between the City az�.d Contractor concerning the Work. The Contraci coniains the Agreement and all Contract Documents and supersedes priox negotiations, representatians, or agreements, whether �vritten or oral. 19. Corat�act Documents Thosa items so designated in the Agreement. All iteins listed in the Agreement are Contract Documents. Approved Submittals, other Caniractar submittais, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 20. Contract Price—The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in �he Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work}. 21. Cantract Time The nurnber of days ar the dates siated in the Agreement to: {i} achieve Milestones, if any and {u) complete the Work so that it is ready for Fina1 Acceptance. 22. Contr�actoY The individual or entity with whom City has entered into the Agreement. 23. Cost of the YPork—See Paragraph 11.01 of these Gen�ral Condiiions for defi�ution. CITY dF FORT WORTH STANDARDCONSTRUCTION SPECIFICATI01�' DOGUMENTS Revision: Mmch9,2020 QO7200-I GENERAL C�NDITfON5 Page 3 of 63 24. Damage Claims — A demand for money or services arising &om ihe Project or Site from a third party, City or Contracior exclusive of a Contract C1aim, 25. Day ar day — A day, �ess othez wise defined, shall �n.eaz� a Calendar Day. 2b. Darector of Aviation — The off cially appointed Director of the Aviation Deparhnent of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 27. Director of Parks and Cammunity Services — The off cialiy appointed Director of tlie Parks and Community Services Department of the City oi Fort Worth, Texas, or his duly appointed representative, assistant, or agenis. 28. Director of Planning and Developmerat — The o�ficially appainted Director of the �'lanning and Development Depar�ment of the City of Fort Warth, Texas, or his duly appointed representati�e, assistant, or agenis. 29. DiNector of Transportation Public Works — The officially appointed Director of the Transportation Public Works Depar�ment of the City of Fort Worth, Texas, or his duly appointed representa�ive, assistant, or agents. 30. Director of Wate� Department — The oificially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Drawings That part af the Contract Docwnents prepared or appxoved by Engineer wl�ich �'a�hically shows the scope, extent, and character of the Work to be performed by Contractor. Sub�nittals are not Drawings as so defined. 32. Effective Date of the Agreement—The date indicated in the Agreement on which it beca�es effecti�e, but if no such date is indzcated, it means the date on which the Agreernent is signed and deli�ered by #he last af the two parties to sign and deliver. 33. Engineer The �icensed professional engineer or engineering izrm registered in the State of Texas performing prafessional services for the City. 34. Extra Work — Additional work amade necessary by changes or alte�rations of the Contract Documenis ar of quantiiies or for other reasons for which no prices are pro�ided in the Contract Documents. Extra work shall be part of the Work. 35. Faedd Order — A written order issued by City which requires changes in the Work but which does not in�olve a change in the Cantract Price, Contract Time, or the intent of the Engineer. Fieid Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time af award. 36. Final Acceptance — The written notice given by the Ciiy to the Contractar that the Wark specified in the Contract Documezxts has been cannpleted �o the sarisfaction of the City. CITY OF F017T WORTH STATIDARD CONSTRUCTION 3PECIFICATIpN BpCIJMENTS Revision: Ma�h9,2020 007200-1 GENERAL CONpETI�IVS Page 4 of 63 37. Final Inspection — Inspection catried out by the City ta verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fu11y, entirely, and in conformance with t�e Contract Documents. 38. General Reqr�irements�ections of Division 1 of the Contract Docuxn.ents. 39. Hazardous Environmental Condition The presence at the Site of Asbesios, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materiais in such quantities or circumstances that �ay present a substantial danger to persons or property exposed tl�exeto. 40. Haaardous Waste Hazardaus waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 41. Luws and Regulations Any and all applicable laws, r�ties, regulafions, orainauces, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jur�iscl�ction. 42. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal properry. 43. Major Item — An Item of work included in the Contract Documenis that has a total cost equal to or greater than 5% of the original Contract Price or $25,000 whichever is less. 44. Milestone—A principal event sp�cified in the Contract Docurnents reIating ta an intermediat� Contract Tune prior to Fi�zal Acceptan.ce of the Work. �45. Notice of Award—The written notice by Cxty to the Success�ul Bidder stating that upon timely cornpiiance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. �46. Notice to PYoceed—A written notice given by City to Confiractor fixing the date on which the Contract Time wi11 comrnence to run and on which Cantractor shall start to perform th� Work specified in Contract Documents. 47. PCBs—Polychlorinated bipheny��. 48. Petroleu�n Patroleum, including crude oil or any fraction thereof which is liquid at standard condiiions of iemperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fueI oil, oil sludge, oil re:fuse, gasoline, kerosene, and oiI mixed with oth�r non-Hazardous Waste and crude oils. 49. Plans — See defuution of Drawings. CITY OF FORT WORTH STANDARB CONSTRUCTION SPECIFICATION DOCUMEI+ITS Revision: M�h9,2020 00720D-1 GEN�RAL CQNDITIONS Page 5 of 63 50, Project Schedule--A schedule, prepared and maintained by Contractor, in accardance with the General Requirements, describing the sequence and duration of the act�vities comprising the Contractor's p1an to accornplish ihe Work within the Contract Time. 51, Project—The Work to be performed under the Contract Documents. S2. Project Manager—The authorized representative of the Ciry who will be assigned to the Site. 53. Puhlic Meeting -- An announced xneeting canducted by the City to iacilitate public participation and to assist the public in gaining an informed view of the Project. 54. Radioactive Materiai—Source, spacial nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended fiorn time to time. 55. Regular Working Hours — Hours beginnii�g at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays}. Sb. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standaxds by wk�ich such portion of the Work will be judged. 57. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required subiruttals and the time requirements to support scheduled performance of related construction activities. 58. Schedule of Values—A schedule, prepared and maintained by Contractor, allocating portions of the Contract Prica to various portions of the Work and used as the basis for reviewing Contractor's Applications far Payment. 59. Site—Lands or areas mdicated in the Contract Documents as being furnished by City upon which �Iie Work is to be performed, including rights-of-way, perrnits, and easements for access #l�ereto, and such other lands furnished by City which are designated for the use of Contractor. 60. .S`pecifications That part of the Contract Documents consisting of written xequirernents for materials, equipment, systems, standards and workma.nship as applied ta the Work, and c�rtain administrative requirements and procedural matters applicable thereto. Speci�caiions may be specifically rxiade a part of the Con�ract Documents by attaci�nent or, if not attached, may be incorporated by reference as indicated in ihe Table of Contents (Division 00 00 40) of each Proj ec�. 61. Subcontractor An individual or entity having a direct contz'act with Contractor or with any other Subcontractor for the perFormance af a part oithe Work at th� Site. CITY OF FORT WQRTH STA�lDARI}CONSTRUCTION SPECIFICATION DOCUMENTS Revision: �7a�h9,2{12A oo�zoo-i GENERAL GONDITIONS Page 6 of 63 62. Submittals—AIl drawings, diagrams, iilustrations, schedules, and other data or in%rmatian which are specifically prepared or assembled by or for Conhactor and submitted by Contractor to illustrate some portion of the Work. 63, Successful Badder—The Biddeir submitting the lowest az�d most responsive Bid ta whom Ciiy makes an Award. 64. Superintendent -- The representative of the Contractor who is available at all times and able to receive instruct�oxas from the City and to act far the Contractor. 65. Supplementary Condition.�That part of the Contract Documents which amends or supplements these General Conditions. 66. SupplieY A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct con#ract with Contractor or with any Subconiractor to fun�ish materials or equipment io be incorporated in the Work by Contractor or Subcontractor. b7. Underg�-ound Facilities AlI underground pipelines, conduits, ducts, cables, wires, manhales, vauZts, tanks, hinnels, Qr other such facilit�es or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleuzx� products, telephone or other comr�n.u�ications, cable telev�sion, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 68 Unit Price Wo�-k See Paragraph 11.03 of these General Conditions for definition. 69. Weekend Working Hours — Hours beginning at 9:40 am. and ending at 5:00 p.m., Saiurday, Sunday or legal holiday, as approved in advance by the City. 70. Work The entire construction or the various separately identifiable parts ihereaf required to be provided under the Contract Documents. Work includes and is the result of performing or providing alI Iabor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and firrnishing, installing, and incorporating all �nater�als and equipment into such conshuction, all as required by the Contract Documents. 71. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by �he City for contract purposes, in which weather or other conditions not under the conirol of the Contracior will permit the performance of the principal unit of work underway for a cantinuous period af not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terrrainolo�y A. The woxds 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 intlicatea meaning. B. Intent of Certain Te�-ms or Adjectives: CITY OF FORT WORTH STANDAAD COMSTRUCTION SPECIFICATION DOCI.IMENTS Revision: M�h 9, 202A ' 007200-I G�NERAL CONpI710NS Page 7 of 63 1. The Contract Doctunents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satis�actory," or adjectives of �ike effect or import are used ta describe an ac�ion or detern�ii�ation oiCity as to the Work. It is intended tha� such exercise of professional jud�nent, aciion, or deternzination wilt be solely to evaluate, in general, the Work for compliance with the informati.an in the Contract Documents and wit1� the design concept of the Project as a functioning whole as shown or indicated iri the Coniract Docume�ts (unless ihere is a specific statement indicating otherwise). � C. Defective: 1. The word "defective," when modifying tl�e word "Work," refers to Work tl�at is unsatisfactary, faulty, or deficient in that it: a. does not con�orm to �Iie Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Caniract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the woxd "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shal� rnean furnishi�g and incorporating in ihe Work includirig all necessary labor, materials, equipment, and everything necessary to perform �he Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or canstrucfiion indus#ry or trade meaning are used in the Contract Dacuments in accordance with such recognized meaning. ARTICLE 2 — PRELIMII+IARY MATTERS 2.01 Copies of Documents City shall fumish to Cantractar one (1) original executed copy and one (1 } electronic copy of the Contz�ac� Documents, az�.d £our (4} addi�ional copies of the Drawings. Additional copies will be fiuliished upon request at the cost of reproduction. 2.02 Corrtmeracerfxent of Contract Time; Notice to P�oceed The Contract Time will commence ta run nn the day indicated in the Notice ta Proceed. A Notice to Proceed may be given no earlier than 14 days after ihe Effeciive Date of the Agreement, unless agreed ta by both parties in writing. CITY 4F FORT WORTH STitNDARD CQNSTRUCTION SPECIFICATION DOClIMENTS Revision: Ma��9,2Q20 007200-1 GEIVERAL CON�ITIQNS Page 8 of 63 2.03 Starting the Work Contractor sha�l start to perform the Work on ihe date when �he Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time con�mences to run. 2.0� Before Siartirag Construciion Basedine Schedules: Submit in accardance wrth the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Confererace Before any Wvrk at the Sii� is started, the Contractor sha11 attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as sched�led by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor uniil acceptable schedules are subrrutted to City in accorc�ce with the Schedule Specification as provided in the Contract Dacuments. ARTrCLE 3— CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Docuix�ents are comp�ementazy; what is required by one is as binciing as if required by alt. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereo� to be constructed in accordance wifih the Contract Docur�n.ents. Any labor, documentation, services, materials, or eqnipment that reasonably may be inferred from the Contract Documents or from prevailing custorn or trade usage as being required to produce the indicated result wi11 be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections rnay be written in varying degrees of sireamlined or declarative style and some sectioivs may be relatively narrative by comparison. Omission of such words and phrases as "the Contractar shall," "in confornuty with," "as shown," or "as specified" are inteniional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various part� of a section or articles within a part depending on the format of the C1TY OF FORT WORTH STANDARD CONSTRUCTTON SPECIFICAT[ON DOCUMEN'FS Revision: Mtu�h9,2020 00 72 DO - 1 GENERAL CONDITIQNS Page 9 of 63 section. Tl�e Contractor shall not take advantage of any variation of form, format ar style in making Contraci Claims. E. The cross referencing of specification sectians u�n.der the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience io the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordiz�ate the entire Work under the Contract Docurnents and provide a complete Project whether or not tl�e cross referencing is provided in each section or whether or not the cross referencing is comp�ete. 3.02 Refererace Standards A. Standards, Specifications, Codes, Laws, and Regula�ions X. Reference to standa�rds, specificat�on�, manuals, or codes of any technical society, organization, or assaciation, or to Laws or Regulations, whether such reference be specific or by implicatian, shall mean the standard, specification, manual, code, or Lavvs or Regulaiians in effect at the tune of opening of Bids (or on the Effectzve Date of the Agreeznent if there were no Bids), except as may be otherwise specifically stated in the Contract Docurn�nts. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effecfiive fio change the du�ies or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or ernployees, frorn �liose set forth in the Contract Docutx�ents. No such provision or instruction shall be effective to assign to City, or any of its of�icers, directors, members, partners, employees, agents, cansultants, or subconiractars, any duty or authoriry to supervise or direct the perfarmance of the Work or any duty or autharity to undertake xesponsibility inconsistent with the provisions of ihe Contz�act Doctunents. 3.03 Repo�ting and Resolving Discrepancies A. Reporting Discrepancies: 1. Cant�•actor's Review of Contract Dacuments Before Starting Work: Befare undertaking each part of tl�e Work, Contractar shall carefully study and compare the Contract Documents and check and �erify pertinent figuz�es therein against all applicable field measurements and conc�i�ians. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or claz-ii�cation from City before proceeding with any Work affected thereby. 2. Contt•actor�'s Review af Contract Docufnents During Performarace of Work. If, during the per%rmance of the Work, Coniractor discovers any conflict, error, ambiguity, ar discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law ar Regulat�on ,{6} any standard, specification, manual, or cade, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor sha11 not proceed with ihe Work affected tl�ereby (except in an emergency as required by Paragraph CITY OF FORT WOIZTH STAI+�DARD CONSTRUCTIOl� SPECIFICATION DpCUMENT$ Itevision: Ma�h9,2020 D0720D-1 GENEFtAI. CONDITIONS Page 20 of 63 6.17.A) until an atnendment or supplement to the Contract Documents k�as been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor sha11 not be liable to City %r iailure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifcally stated in the Contract Documents, the provisions of the Contract Doc�unents sha11 take precedence in resolving any conflict, ea�x�or, ambiguity, or discrepancy between the provisions of the Contract Documents and �he provisions af any standard, specificatian, manual, or the instruction oi any Supplier (whe�her or not specificaily incorporated by referenc� in the Contract Documents). 2. In case of discrepancies, figured dimensions sha11 govern over scaled climensions, Plans shall govern over �pecifications, Supplementary Conditions sha11 �overn over General Conditions and Specificarions, and quantities shown on the Plans shall govern ovex those shown in the proposal. 3.04 Amending and Supplemeniing Contract Documents A. The Contract Docurnents may be amended to provide for additions, deletions, azac�. revisions in the Work or to modify the terms and conditzons thereof by a Change Order. B. The requirements of the Contract Documents may b� supp�emented, and minor variations and deviations in the Work not involving a change in Con�ract Price or Contract Time, may be authorized, by one or znoxe of the following ways: 1. A Field Order; 2. City's review ofa Submittal {subject to the provisions of Paragraph 6.1$.C}; or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other ciocuments (or copies of any thereo fl prepared by or bea.ring the seal of Engineer, including electronic rnedia editions; or 2. reuse any such Drawings, Specifications, ather dacuments, or copies th.ereof on extensions of the Project or an.y other project withou# written consent of City and specific written verificatian or adaptation by Engineer. � C�TY OF FORT WOKTH STANDARDCONSTRUC7'ION 5PECIFICATIdN DOCUMENTS Revision: M�ch9,202fl Q0720D-1 GENERAI CONDIT{ONS Page I 1 of 63 B. The prohibitions of this Paragraph 3.05 wi11 suivi�e final payment, or ter�nination of the Cantract. Nothing herein shall preclude Cantractor from retaining copies of the Contract Dacuments for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City ar Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located an the City's an-line electronic document managernent and collaboration systern site. Files in electranic media format of text, data, graphics, or other types are furnished ozily for the convenience of the receiving parEy. Any conclusion ar information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy �etween the electronic �les and the hard copies, the hard copies govern. B. When transferring documents in electrariic media format, the transferring party makes no represer�tatians as to long term cornpatibility, usability, or readability of documents resulting from the use of software application packages, operaiing systems, or compu#er hardware differing from those used by the data's creator. ARTICLE �1— AVAILABILITY OF LAl�TDS; SUESURFACE AND PHYSICAL CO�iTDITIONS; HAZARDOUS ENVIROI�MENTAL COliTDITIONS; REFERENCE POINT� 4.01 Availability af Lands A. City shall funush the Site. City sha11 notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must cornply in perforining the Work. City will obtain in a timely manner and pay for easements for per�nanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-oi way, and/or easernents. Any outstanding right-of-way and/or easement� are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Proj ect �chedule subrnitted by the Contractar in accordance with the Contract Documents must consider any outstanding right-oi way, and/ar easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Si#e. Any autstanding removal or reloca�ion of utilities or obstructions is anticipated in accordance with the schedul8 set forth in the Supplementary Conditions. The Project �chedule submitted by the Contractor in accordance with the Contract Docurnents must consider any autstanding utilities or obsi:rructions to be remo�ed, adjusted, and/or relocated by others. B. Upon reasonable written request, City sha11 furnish Coniractor with a current statement of record legal title and legal description of the lands upon which the Work is to be per%rmed. CITY OF FORT WORTH STANDARI} CONSTRUCT[ON SPECIFICATION DOCUMENTS Re�ision: iv�¢ch9,2020 D07200-1 GENERAL CONDITIONS Page I2 of 63 C. Cantrac�or sha11 provide for all additional lands and access thereto that may be required for const�uctxon facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of s�bsurface conditions at or coniiguous to the Site; and 2. those drawings kr�own to City of physical canditians relating to existing surface or substirFace stru�cttares at the Site (except Underground Facilities). B. Limiterl Reliance by ContractoY on Technical Data Autho�ized.• Contractor may rely upon the accuracy af the "technical data" contained in such reports and drawings, but such reports and drawings axa not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, ar any of their offcers, ci�rectors, members, part�ers, employees, agents, consulfiants, or subcantractors with respect to: 1. the completeness of such reports and dravvings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and �rocedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and info�aation contained in such reparts or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such oiher data, interpreiations, opinions, or information. 4.03 Diffe�ing Subsu�-face or Physical Conditions A. Notice: If Contractor believes that any subsurface or physica� condition that is urzcovered or revealed either: 1. is of such a nature as to estab�ish that any "technical data" on which Contractor is entitled to r�ly as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Coniract Documents; or 4. is of an �nusual natuxe, and differs rnaterially frorn conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Doctunents; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATIOIV DOCUMENTS ltevision: Mtu�h9,2020 oa�zoo-i GEIVERAL CQN�ITIONS Page 13 af 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing ihe subsurface ar physical conditions ox perfarming any Wark in connectian therewith (except in an emergency as required by Paragraph b.17.A}, notify City in writing about such condition. B. Possible Pr^ice and Time Adjustments Coniractar sha11 not be entitled to any adjustment in the Contract Price or Contract Time if: 1. Contractor knew of the existence of such conditians ai the time Contractor rnade a imal commiiment to City with respect ta Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonabiy have been disco�ered or revealed as a result of the examinat�oz� of the Contract Documents or the Site; ox 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown ar Indicated.• The information and data shown or indica�ed in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished ta City or Engineer by the owners of such Underground Facilities, including City, ar by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuz�acy or completeness of any such information or data provided by others; and 2. the cost of all of the following wi11 be included in the Contract Price, and Contractor shall have full responsibiliiy for: a. reviewing and checking all such informa�ion and data; b. Iocating all Underground Faciliiies shown or indicated in the Contract Documents; c. coorc�ination and adjustment of the Work with the owners af such Underground �'acilities, including City, during construction; and d. the safety and protection of a11 such Underground Facilities and repairing any damage thereto resulting fron � the Work. B. Not Shown or Indica�ed: 1. Yf an Undergrau�nd Facility which coanflicts with the Work is uncovered or revealed at or contiguous fio the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly afier becoming aware thereof and before fiirther disiurbing condi�ions affected thereby ar performing any CITY OF FORT WORTH STANDAItD CONSTTZIJCTIOIY SPECIFICATION DOCi.JNIENTS Revision: Mmch 9, 2020 aonoo-i GENERAL CDNDITIONS Page 14 af 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify tk�e owner o� such Underground Facility and give notice to that owner and to City. City wi�l review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Docur�aents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order rnay be issued to reflect and document snch consequences. 3. Ve�.fication of existing utilities, structures, and service iines shall include notif cation o£ all utility companies a minirr,um of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgnnent are necessary to enable Cantractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and garades £or roadway and utility construction, centerlines and benchmarks for b�ridgewark Cantractor shall protect and preserve the established reference points and property manuments, and shall make no changes or relocations. Contractor shall report to City whenev�r any reference point or property �nonument is lost or destroyed or requires relocaiion because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessiy or willfully destroyed by the Contractor. The Con�ractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opi�ion of the City, any reference point ar monument has been carelessly or willfully desiroyed, disturbed, ar r�rnoved by the Contractar or any of his employees, the fu�l cost for replacing such poini� plus 25% will be charged against the Contractor, and the full amount will be deducted from payiment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Dr�wings: The Supplementary Conditions identify those reparts and drawings known to Ciiy relating to Hazardous Environmental Condi#ions that have been identified at the Site. B. Limited Reliance by Contracto�- on Technical Data Autho�ized.� Contractor may reIy upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. �uch "�echnical data" is identified in the Supplementary Conditions. Contractor may not rnake any Contract Claim against City, ar any of their officers, directors, members, par�ners, empioyees, agents, consultants, ox subco�tractogs with respect to: 1. the cornpleteness of such reports and drawings far Contractor's purposes, including, but not limifed to, any aspects of the rneans, methods, techniques, sequences and procedures of CITY OF FORT WORTH STAiY�ARD CONSTRLTCT[ON SPECIFICATION DOCUMENTS Rwisian: M�n1�9,202A oo�aoo-� G�NEFtAL CONDITlONS Page 15 of fi3 constr�zction to be employed by Contractor and sa%ty precautions an� prograrns incident thereto; ar 2. ather data, interpretations, opinions and izafoz�mation contained in such reports or shown or indicated in such drawings; or 3. any Contractor inte�rpre�ation of or conclusion drawn from any "technical data" or any such other data, interpretaiions, apinions or infar�xaation. C. Contractor sha11 not be responsible for any Hazardous Enviranmental Conditian unco�ered or revealed at the Site which vc�as not shown or indicated in Drawings or Speci�cations or ic�entified in the Cont�act Documents to be within the scope of the Work. Cantractor shall be respansible for a Hazardous Environmental Conditian created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractar encounters a Hazardous Enviro�nental Condii�on or if Contractor or anyone for whorn Contractor is responsible creates a Ha�ardous Environmental Condition, Contractor sha11 immediately: (i} secure or otherwise isolate such condition; (ii) stop all Work in connection wi�h such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and prornptly thereafter coni`urn such notice in writing). City may consider the necessity to retain a qualiiied expert to evaluate such candition or take corrective acfiion, if any. E. Contractor sha11 not be required to resume Work in connection with such condition or in any affected axea until after City has obtained any required pe�its related thereto az�d delivered written notice to Contractor: (i} specifying that such condition and any affected area is or has been rendered suitable for the resurnption of Work; or (ii) specifying any special conditions under which such Work may be resumed. R. If after receipt of such vvritten notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, ox does not agree to resume such Wark �der such special conditions, then City may order the portion oi the Work thai is in the area affected by such condiiion �o be deleted from ihe Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent pernxitted by Laws and Regulations, Contracto� shall indemnify and hoid harmless City, from and agai�ast all clai�ns, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorraeys, arad other professionals and all court or arbii�-ation or other dispute YPSOlZltlOYd costs) arasing out af ar relatang to a Haaardous Enviranmental Condition creuted by Contractor or by anyone for^ whom Coniracto� is responsible. Nothing in this Paragraph 4.06, G shall obligate Contractor to indemnify any iradividual ot- entity from and against the consequences of that individual 's or entity's own neglige�ace. H. The provisions of Paragraphs 4.02, 4.03, and 4A4 do not apply to a Hazardous Environmental Condition uncovered or revealed at the �ite. CITY OF FORT WORTf� STAI�lI]ARDCONSTRUCTI4N SPECIF]CATION DOCUMF.NTS Revision: M�9,2020 oo�zoo-a GENERAL CONDITIONS Page 16 of 63 ARTICLE � — SOleiDS Al�TD IIeTSURANCE 5.01 Licensed Sureties arad Insurers All bonds and insnrance requi�red by the Contract Dacuments ta be purchased and rnaintained by Coniractor shalI be obtained from surety or insurance companies that are duly licensed or authorized in the �tate of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety azxd insu�raz�ce co�npanies shall also meet such additional requirements and qualifications as may be provided in t�ie Supplementaty Conditions. 5.02 Perfo�mance, Payrnent, und Maintenance Bonds A. Cantractor shall fiunish perfox�.ance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an arnount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations und.er the Contract Docuanents. B. Conh'actor shall furnish maintenance bonds in an amoun# equal to the Contract Price as securiiy to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shail remain in effect for two (2) years after the date of Final Acceptance by the City. C. AlI bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list Qf "Carnpanies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (arnended) by the Financial Management Sexvice, Surety Bond Branch, U.S. Department af the Treasiuy. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the suxety on any bond fiu�nished by Con�ractor is decla�red bankrupt ox becomes insolvent or its right to do business is tetmuiated in the State of Texas or it ceases to meet the requirernents of Paragraph 5.02.C, Contractor sha�l promptly notify City and shall, wi#hin 30 days after the event giving rise to such notificatian, pxovide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates oflnsu�ance Contractor shall deliver to City, with capies to each additional insured and lass payee ideniified in the �uppl�rnentary Conditions, certificates af insurance {other evidence of insurance requested by City or any other addiiional insured} in at least the �ninimum amount as specified in the Supplementary Conditions which Contractor is required to purchase and rnaintain. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as "Additional Insured" on ail liability policies. G1TY OF FORT WQRTH STAI�ARD CON5TRUCTION SPECIFICATION DOCUMENTS Revisian: Ma��h9, 2020 00�200-� GEN�RAL CONDITIONS Page 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per locatian", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its eniireiy, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, a11 insurer� must have a minimum rating o� A-: VII in the current A. M. Best Key Rating Gt�ide ar have reasanably equivalent financial s1rength and solvency ta the satisfaction of Risk Management. If the rating is below that required, written approvai of City is required. 5. Al1 applicable policies shall include a Waiver oi Subrogation (Rights of Recovery) in fa�or of the Ciry. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured idez�tified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance xequirements or faiiure of the City to identify a deficiency from evidence that is pravided shall not be construed as a waiver of Contractor's obligation to maintain such Iines ofinsurance coverage. 7. If insu�rance policies az�e not written for specified coverage 1'units, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with oz' prior to �he da.te of the effective date af the agreement and the certificate of insurance shall state that the co�erage is claims-rnade and the retroactivE dat�. The insurance coverage sha11 be maintained for the duration of the Contract and for three (3} years following Final Acceptance provided under the Contract Documents or far the warranty period, whichever is long�r. An annual car�ificate of insurance submitted to the City sha11 evidence such msurance coverage. 9. Palicies sba11 have no exclusions by endorsements, which, neitl�er nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are c�etennined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engin�er to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such addi�ional coverage plus 10%. 10. Any seif-insured retention (SIR), in excess o� $2S,Q40.00, affecting required insurance co�erage shall be approved by the City in regards ta asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCLIIvIENTS Revision: Mmcfi9,2020 00 72 00 -1 GENERAL C41V�ITIONS Page 1$ of 63 lieu of traditional insurance, alfernative coverage maintained through insurance pools or risk retention graups, must also be approved by Ciiy. 11. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a #"irst-dollar basis, must be acceptable to and appraved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requiremenis and to make reasonable adjushnents to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory Iaw, court decision or the clairns histozy of the industzy as well as of the contracting party to the City. Th� City sha11 be required to provide prior notice of 90 days, and the insurance adjustments sha11 be incorporated into the Work by Change Order. 13. C�ty sha11 be entitled, upon written request and withoui expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary ta conform the policy and endarsements to the requirements of the Contract. Deletions, revisions, or modifications sha11 not be required where policy provisions are established by law or re�latians binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premiurn costs for Contractor's insurance. 5.04 Coniractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with lrmits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as ame�nded), and minimum limits for Employers' Liabi�ity as is appropriate for the Work being performed and as will provide protection from claims set forth below wluch may axise out of or result from Contractor's performance of the Work ar�d Contractor's other obligations undex tl�e Contract Documents, whether i� is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or inc�rectly employed by any of them to perfarm any af the Wark, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. ciaims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability {boci�ly injury or property damage) arising from: premises/operations, independent con.t�ractors, products/completed operations, personal injuzy, and liabiliiy under an insured contract. Insurance shalI be provided. on an occurrence basis, and as compre�iensive as th� current Insurance Services Office (ISO} policy. This insurance sha11 apply as primary insurance with respect to azxy other CITY OF FORT WOR'CH STANDARDCONSTRUCTION SPECIFICATION DOGUMENTS Revision: Ma��ch9,202Q oo�zoo-z GENERAL CONDITlONS Page 19 of 63 insurance or self-insurance prograrns afforded to the City. The Commercial General Liability palicy, sha11 have no exclusions by endorsements that would alter of nullify prernises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the Cify approves such exclusions in writing. For construction projects that present a substantial completed opera�ion exposure, the City may require the contractor to maintain campleted operations coverage for a minimum of no less than three (3} years following the completion of the praject {if identified in the Suppleznentary Conditions). C. Automobile Liability. A commercial business auto policy shall pravide coverage on "any autd', defined as autos awned, hired and nan-owned and provide indemnity for clairns for �arnages because bodily injury or d�ath oF any person and or property damage arising out of tlie work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Suppiier, or by anyone directly or indirectly employed by any of them to perfortn any of the Work, or by anyone for whose acts any of them rnay be lia�le. D. Railroad PYotective Liability. If any of the work or any warranty work is within the limits af railroad right-of-way, the Contractor shall comply with the requirements identified in ihe Supplemeniary Conditions. E. Notification of Policy Cancellation: Contractor shall irnmediately notify Ciry upon cancellation or oiher loss of insurance co�erage. Contractor shall stop work until repiacement insurance has been pracured. There shall be no time credit for days not worked gursuant to this section. 5.05 Acceptance of Bonds and Insurance, �ption to Replace �f City k�as any objeciion to the coverage afforded �y or other provisions of t11e bonds or insurance required to be pi.u�chased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the Ciiy shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates {or ather evidence requested). Contractar shall provide to the City such additianal information in respect of insurance provided as the City rnay reasonably request. If Contractor daes not purcl�ase or maintain all of the bonds and insurance required by the Cant�ract Documents, the City sha11 notify the Cantractor in writing oi such Failure priar to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 — COI+TTRACTOR'S RESP4NS�BYLITIES 6.01 Super-visio�a and Superintenclerace A. Contractor shall supervise, itxspect, and direct the Work competently and efficien�ly, devoiing such attention thereto and applying such skills and expertise as may be necessary to perform ihe Work in accordance with th.e Contract Dacuments. Contractor sha11 be solely respansible for the rneans, methods, techniques, sequences, and pracedures of construction, C1TY pF FORT WORTH STANDAAD CONSTCiUCTTON SPECIFICATION DOCUMENTS Re�ision: Mur.0 4, 2020 00�2oo-i GENERAL CONDITlONS Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced withou# written notice to City. The Superintendent will be Contractor's representative at the Site and shall have autho�ity to act on behalf of Contractor. All cornrnunication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall noti�y the City 24 hours prior to moving areas during the sequence of constcuction. 6.02 Labor; Working Haurs A. Contractor sha11 provide competen.t, suitably qualified personnel to perForm construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at �he Site. B. Except as otherwise required for ihe safety or protection of persons or the Work or property at the Site or adjacent thereta, and except as otherwise stated in the Contract Docurraents, all Work at the Site shall be performed c�uring Regular Working Hours. Contractor will not pernut the performance of Work beyond. Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably vvithheld). Written request (by �etter or electranic communication) to perform Work: 1. for beyond Regular Working Hours request xx�ust be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be rnade by noon of the preceding Thursday 3. for legal ho�idays request must be made by noon twa Business Days priar to the legal holiday. 6.03 Set-vices, Materials, and Equiprraent A. Unless otherwise specified in the Contract Documents, Contractor shalI pravide and assume full responsibility �or all services, materials, equipment, labor, transportation, construction equi.pment and mach�nery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, ternporary facilities, and all other facalities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporatied into the Work sha11 be as specified or, if not specified, shall be of good c�uality and new, except as otherwise provided in the Contract Docurnents. All special warxant�es and guaran�ees required by the Specifications shall expressly run to the benefit af City. Ii required by City, Contractor shall furt�ish satisfactory evidence {including reports of rec{uired tests) as to the source, kind, and quaIity of materials and equipment. C1TY OF FORT WORTH STAIVBARD COATSTRUCTION SPECIFICATION DOCUM�hlTS Revisian: MamA�9,2fYlQ 00 �a oo - i GENERAL CONDITIONS Page 21 of 63 C. All materials and equipment to be incorporated into the Work sha11 be storecl, appli�d, installed, connected, erected, protected, used, c�eazied, and conditioned in accoxdance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from t�ime ta time as pravided below. 1. Con#ractor shall submit to City for acceptance (to the extent indicat�d in Paragraph 2.07 and the General Requirements} proposed adjustments in the Project Schedule that will not restxl� in changing the Contract Time. Such adjustments wi11 comply with any provisions of the General Requirements applicable thereto. 2. Contractar shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract iri accordance with the schedule specification O1 32 i 6. Proposed adjustm.ents zn the Project Schedule that will change the Contract Tirne shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or-Equals" A. Whenever an item of material or equipment is specifiec� or described in the Contract Documents by using the name of a proprietary item or ihe name of a particular Supplier, the specifica�ion or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is follawed by words reading that no like, equivatent, or "or-equal" item or no substitution is permitted, other items of material or equipment of other Suppliers rnay b� submitted to City for review under the circumstances described belaw. 1. "Or-Equal " Items: If in City's sole discretion an itern of material or equipment proposed by Contractar is func�onally equal to that named and suf�ciently si�nilar so that no change in related Work will be required, it may be considered by Ciiy as an "or-equal" item, in which case review and appraval of the proposed it�m may, in City's sole discretion, be accomplished without compliance wfth some ox ali of the requirements for approval of proposed substitute items. �'or ihe purposes of this Paragraph 6.OS.A.1, a propased item of material or equip�nent will be considered functionally equal to an item so named if: a. the City deteilr�ines that: 1) it is at least equal in rnaterials of construction, qualiry, durability, appearance, strength, and design characteristics; CIT'Y OF FORT W�RTH STANDARDCONSTRUCTION SPECIFICATC01� DOCUMENTS Revision: Mam3� 9, 2020 oo�aoo-i G�NERAL CQNDITIONS Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Praject as a functioning whole; and 3) it has a proven record of per%rmance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to ihe City or increase in Contract Time; arid 2) it will conform substantially to the detailed requirements of the item named in t�e Contract Documents. 2. Substitute 1'tems: a. If in City's sole discr�tion an item of matierial or equipment proposed by Contractor does not qualify as azx "or-equal" ite�m under Pa�ragraph 6.OS.A.1, it may be submitted as a propased substitute item. b. Con�actor sha11 submit sufficient information as provided be�ow to a.11ow City to deterinine if the item of materiai or equipment proposed is essenfially eqi.uvalent to that named and an acceptable substitute therefor. Requests %r review of proposed substitute items of material or equipment will not be accepted by City from anyone othear than Contractor. c. Contractor sha11 make written application to City �or review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The applicat�on shall comply with Section Ol 25 00 and: 1} shall cerkify that the proposed substiiute ifem will: a) perform adequately fihe fiinctions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited ta the same use as that specified; and 2) will state: a} the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of fmal completion on tirne; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARD CONSTR'UCTION SPECIFICATION DOCUMENTS Revision: Mi�ch9,2020 OD720Q-1 G�NERAL CONDITIOf�S Page 23 of 63 c) whether incorporation or use af ti�e proposed substitute item in connectian wit� the Worlc is subject to payment of any license fee or royalty; and 3) will idez�tify: a) all variations of the proposed subs�itute item from t1�at specified; b) available engineering, sales, maintenance, repair, and replacernent services; and 4) �ha11 contain an itemized estimate of a11 costs or crediis that will result directly or indirectly from use of such subs�itute item, including costs of redesign and Damage Clairns of other contractars affected by any r�sulting change. B. Suhstitute Construction Methods or Procedures: If a speci�c means, method, technique, sequence, or procedure of construction is expressly required by the Contract Docu�nents, Cantractor may furnish or utilize a subs�itute means, method, technique, sequence, or procedure of construc�ion appraved by City. Contractor sh.all submit sufficient information to allow City, in City's sole discretion, to detern�ine that the substitute proposed is equivalent to that expressly called for by the Coniract Documenis. Contractor sha11 make written application to City for review in the sarne manner as those provided in Paragraph b.O5.A.2. C. Cfty s Evaivation: City will be allowed a reasonable tirne within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.OS.A and 6.OS.B. City may require Contractar to funiish additional data abaut the proposed substiiute. City will be the sole judge of acceptability. No "or-equal" or substitut� will be ordered, installed or utilized un�il Ci�y's re�view is cornplete, which will be eviden.ced by a Change 4rder in the case o� a substitute and an accepted Submittal for an "or-equal." City will advise Contractor in writing of its detei�nination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substif�te. Contractor shall indemnify and hold harmless City and anyone directly or indir�ectly employed by them fram arad against any and aIl claims, dartxages, losses and expenses (including attorneys fees) arising out af the use of substituted materials or equipment. E. City's Cost Reirrabursement: City will recard City's costs in e�alua#ing a substitute praposed or submitted by Contractor pursuant to Paragraphs 6.OS.A.2 and 6.OS.B. Whether or not City approves a substiiute so proposed or subxnztted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substituie. Contractor may also be required to reimburse City for ihe charges for rnaking changes in the Contract Documents (or in the provisions of any other direct cont�act with Ci#y) resulting from the acceptance of each propased substitute. F. Contracto�'s Expense: Confractor shall pro�ide all data in support of any proposed subsfiitute or "or-equal" at Cant�actor's expense. CITY OF FORT WOItTH STAAIDARD CpNSTRUCTI01� SPECIFICATION DOCUMENTS Revision: March 9, 2020 00 72 00 - 1 GENERAL CONDI710NS Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a subs�itute shall be incarporated tv the Contract by Change Order. H. �i�ne Extensions: Na additional tirne will be granted for substitutians. 6.06 Concerning Subcontractars, Suppliers, and Other^s A. Contractor shall pe�'orm with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approvec! by the City. B. Cantractor shall not employ any Subcontractor, Supplier, or oth.er individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor sha11 not be required to employ any �ubcont�actor, Supplier, or other individual or enrity to fi�rnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to Ciiy as indicated in Paragraph 6.OG.C}. C. The City rnay from time to time require the us� of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority Business Ente�prise Corjxpliance: It is City policy to ensure the full and equitable participation by Minoriiy Business Enterprises (MBE) in the procuremen� of goods and services on a contractua� basis. If the Contract Documents provide for a MBE goa1, Contractor is required to comply wiih the intent of the City's MBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE on the Contracfi and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without �vritten consent of the City. Any unjustified change or deletion shall be a material breach of Contract azad zn.ay result in debarment in accordance wi�h the procedures ouilined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or exarnination of azay books, records, or files in the possession o� the Contractor that will substantiate the actual work perforrned by an MBE. Material misrepresentafiion of any naiure will be grounds for iernvnation of the Contract in accordance with Paragraph 15.02.A. Ariy sucl� misrepresentation may be grounds for disqualzfication of Contractor to bid on future contracts with the City for a period of not less tl�an three years. E. Contractor shall be fu11y responsible to City for a11 acts and omissions of the Subconiractors, Suppliers, and other individuals or entities perfoiming or fiarnis�iing any of the Work just as Contractor is responsible far Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH STANDARD CONS'['RUCTION SPECII'ICATiON DOCUMENTS Revision: Mam1�9,2020 0072DO-1 GENERAL CONDITIONS Page 25 af 63 1. sha11 create for the benefit of any such Subcontractor, Supplier, or other individual or eniity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. sha11 create any obligation an the part of City to pay or to see to the payrnent of any moneys due any such Subcon�ractor, Supplier, or oiher individual or entity except as may otherwise be required by Laws and Regulations. F. Contractar sha11 be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or �nt�iies perfornung or fi�rnishing any of the Work under a direc� or indirect contract witli Contractor. G. All Subcontractars, Suppliers, and such ather inciividuals or entities performing or furnishing any of the Wark sha11 comrnunicate with Ciry throug�i Contractor. H. All Work perfornxed for Contractor by a Subcantractor or Supplier wili be pursuant to an apprapriate agreement between Contractor and the Subcontractor or Supplier which speci�cally binds the Subcontractor or Supplier to the applicable terms azad conditions af the Contract Documents �or the benefit af Ciiy. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor sha11 comply with all requirements oi Chapter 2258, Texas Government Code (as amended), including the payrnent of not less than the rates detern�ined by the City Council of the City of Fort Worth to be the prevailing wage rates in accardance with Chap�er 2258. �uch prevailing wage rates are included in these Contract Documents. B. Penalty for Violaiion. A Contractor or any Subcontractor wha does not pay t1�e prevaiiing wage sha11, upan demand made by the City, pay to the City $60 for each worker ernployed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be reta�ined by the Ciiy to offset its admiii�strative costs, pursua�t to Texas Gover�nent Code 2258.023. C. Complaints of Violations and City Deter�mination of Gooa' Cause. On receipt of inforz�nation, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an iniiial deiernunation, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the vialatian occurred. The City shall natify in writing the Contractor or Subcontractor and any affected warker of its initial determination. Upon the City's determination that there is good cause to believe #he Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successzve progress payments pending a final deter�ninatian of the violatian. CITY OF FdRT WORTH STANDATtDCONSTRUCTION SPECIFICATION DOCUMEI�TS Revision: Marc1�9,2020 007200-I GENERAL CONDITIONS Page 26 of 63 D. Arbitration Required if Yiolation Not Resolved. An issue relating to an allegad violation of �ection 2258.423, Texas Government Code, including a penalty owed to the City or an affected warker, shall be submitted io binding arbitration in accordance with the Texas Genegal Arbitration Act (Article 224 et seq., Revised Statutes} if the Caniractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its uutial determina�ion pursuant to Paragraph C above. If the persons required to arbitrate under this section do z�ot agree on an arbztratar before the l lth day after the date that arbitration is required, a district coua-t shall appaint an arbitrator on the petition of any of the persons. The City is nat a party in the arbitration. The decision and award of the arbitrator is final and binding on all pariies and may be en£orced iz� any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years folZowing the date of accepiance of the work, maintaan records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) tlie actual per diern wages paid to each worker. The records shall be open at ali reasonab�e hours for inspection by the Ciry. The provisions of Faragraph b.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractar sha11 submit an affidavit stating thai the Contracfor has complied with the requirements of Chapter 2258, Texas Govez�arment Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcont�actor Compliance. Th.e Contractor shail include in its suhcontracts and/or shall otherwise require a11 of its Subconiractors to comply t�vith Parag�'aphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay aIl license fees and royalties and assume all costs incident to �ie use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, desigzx, process, product, or device is specified in the Cantract Docurnents for use in the perfarmance oithe Work an� ii, to the actual knowledge of City, iis use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to discIase such in%rmation does not relieve the Contractor from its obliga�ions to pay for the use of said fees or royalties to others. B. To the fullest �tent perntitted by Lqws and Regulations, Cont►-actor shall indernnify and hold harnaless City, from and against all claims, costs, losses, and dafnages (including but not Iimited to all fees and charges of engineers, architects, attorneys, and other professionals and all cou�t o� a�-bitration or other clispute resolutiora costs) arising out of ar relating to any infringement of patent rights or copyrights incident to the use in the performance of the WoNk or t�esulting f�om CITY OF FORT WORTH STANDARD C4NSTRUCTION SPECIFICATION DdCUMEI+lTS Revision: Mazr,l� 9, 2D20 00 72 00 - 1 GENERAI. CONDITIONS 1'age 27 of 63 the incorporation ira the Work of any invention, design, process, praduct, or device not specified in the Contract Docunzents. 6.09 Permits and Utilities A. Cantracior obtairaed pe�nits and licenses. Contractor shall obtain and pay for all construction pez�mits and licenses except those provided for in the Supplementary Conditions or Coniract Documents. City shall assist Contractor, when necessary, in obtaining such pernuts and licenses. Contractor shall pay all govertunental charges and inspection fees necessary for the prosecution o� the Work which are applicable at the time of opening af Bids, or, if there are no Bids, on the Effective Date of the Agreement, e�cept for pernuts provided by the City as specified in 6.09.B. City sha11 pay all charges of utility owners for connections for providing permanent service ta the Work. B. City obtained pernxits and licenses. City will obtain and pay for ali permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractvr's responsibility to cariy out the provisions of the permit. If the Contractor initiates chan�es to the Contraci and the Ciry approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatary agency. The City will not reimburse the Contractor for any cost associated with these requirernents of any City acquired pernut. The following are permits the City wi11 obtain if required: 1. Texas Department of Transporta.tion 1'ernlits 2. U.S. Army Corps of Engineers Pern�its 3. Texas Commission on Envirormnental Qnality Permits 4. Railroad Company Permits C. Outstanding perrnits and licerases. The City anticipates acquisition of and/or access to permiis and licenses. Any outstanding permits and licenses are anticipated ta be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordar�ce with the Cor�tract Documents must consider any outstanding permits and licenses. b.10 Laws and Regulations A. Contractor shall give a11 notices required by and sha11 cornply with all Laws and Regulations applicab�e ta tkie perFormance o� the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for rnonitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages {including but not lirnited to alI fees and charges of engineers, architects, attorneys, and other prafessianals and all CITY OF PORT WORTH STANDARD CONSTRUCTION SPEC�'ICATION DOCUMENTS Revisian: Mazr1i9,2020 oo�aoo-� GENERAL CONDITIONS Page 28 of 63 court or arbi#ration or other dispute resolution costs} arising out of or relating to such Work. However, it sha11 not be Contractor's responsibility to make certain that the Specif cations and Drawings are in accordance wi�h Laws and Regulations, but this shail not relieve Contrac�or of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of pez�£ormance of the Work may be the subj ect of an adjusiment in Confracf Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Taac Code, Subchapter H, Secrions 151.301-335 (as amended), the Confractor may purchase, rent or lease a11 materials, supplies and equipment used ar consumed in the perFormance of this contract by issuing to his supplier an exemption certificate in lieu of ihe tax, said exemption certificate to cornpIy with State Camptralter's Ruling .007. Any such exernption certificate issued to the Contractor in lieu of the tax shall be subject to a�d shall comply with the provision of State Comptro�ler's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax pernuts and information may be obtained from: 1. Comptroiler o� Public Accaunts Sales Ta�c Division Capitol S�ation Austin, TX 78711; or 2. http://www.window.state.tx.us/taxinfo/taxforms/93-forms.html 612 Use ofSite and OtherAreas A. Limitation on Use ofSite and OtherA�-eas: Contractor sha11 confine construction equipment, the storage of materials and equipment, and t�ie aperations of workers to the Site and other areas permitted by Laws and Regulations, and shall not u�reasonably encurnber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume fia11 responsibility for any daz�nage to any such land or area, or to the owner or occupant thereof, or of any adjacent Zand or areas resulting from the performance of the Woxk. 2. At any tinne when, in the judg�nent of the City, th� Contractor has obstructed. or closed or is carrying on operations in a portion of a street, r�glii-of-way, or easement greater than is necessary for proper execurion of the Work, the City may require the Contractor to fuush the section on which operations are in prog�ess before work is commenced on. any additional area of the Si#e. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S Revision: Ma�h9,202U 00 �a oo - i GENERAL CONDITIONS Page 24 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.2I, Contractor shall inderixnify and hold ha�naless City, from and against all clairr�s, casts, losses, and damages arising out of or Yelating to any claim or action, legal ot� equitable, brought by any such owner or occuparct against City. B. Removal of Debt-is During Perf'ormance of the Work: During the progress of the Work Contractor shall keep the Site and other ar�as free from accumulations of waste materials, rubbish, and ather debris. RemovaI and disposal of such waste materials, rubbish, and other debris sha11 conform to applicable Laws and Regulations. C. Site Maintenarace Clearairag: 24 hours aft�r written notice is given to the Cantractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contracior fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appxopriate to correct the clean-up deficiencies ciied to the Contractor in ihe written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costa, sha11 be deducted frorn the monies due or to become due to the Contractar. D. Firaal Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilizatian by City or adjacent property owner. At the caxx�pletion of the Work Contractor sha11 rernove from the Site all tools, appliances, construction equipment and machinezy, and surplus materials and sha11 restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor sha11 not load nor pernzit any part of any st�ucture ta be loaded in any manner that wil� endanger the structure, nox shall Contractor subject any part of the Waarlc or adjacent property to stresses or pressures that will endanger it. 6.13 Recard Doc�snaents A. Contractor shall rnaintain in a safe place at the Site ar in a place designated by the Contrac#ar and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good arder and annotated to show changes made during construction. These recard documents together with a�l appraved Samples and a counterpart of all accepted Submittals wi11 be available ia City for reference. Upon cample�ion of the Work, these xecord documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shali include accurate locations for buried and imbedded items. 6.14 Safety and Protectian A. Coniractor sha11 be solely rssponsible for initiating, maintaining and super�ising all safety precautions and programs in coz�nect�on with the Work. Such responsibility does not relieve Subcontractors of thair responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulaiions. Contractor shall CITY OF FORT W ORTH STANDi�RD CONSTRUCTION SPECIFICATIOI�I DOCUMENTS Revision: Mmrli 9, 202A oo�aao-� G�NERAL CONDITIONS Page 30 of 63 take all necessary precautions for the safety of, and sha11 pxovide the necessary pratection to prevent damage, injury or Ioss to: 1. alI persons on the Site or vvho rnay be affected by the V�7ark; 2. a11 the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site ar adjacent thereto, inciuding trees, shrubs, lawns, walks, pavernents, roadways, structures, utilities, and Underground Facilities not desigiated for removal, reiocation, or replacement in the course of construction. B. Contractor shall comply with alI applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or lass; and shall erect and maintain all necessazy safeguards for such safety and protection. Contractor sha1� notify owners af adjacent property and of Undergroruid Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation�, azxcl. replacement of their property. C. Caniractor shatl comply with the applicable requirern�nts of City's safety programs, if any. D. Contractor sha11 inform City of the specific requirements of Contractor's safety pxogram, if any, with which City's employees and representatives must comply while at the Site. E. AIl damage, injury, or loss to any pro�erty referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly ar inclirectly, in whole or in part, by Contractor, any Subcontractar, �upplier, or any other individual or entity directly or indirectly ernployed by any of them to perform a�y of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractar's duties and responsibilities for safety and for protection of the Work shall continue untii such iune as all the Work is completed and City h.as accepted �he Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractar's designated safety representative at fhe Site. 6.15 Hazctrd Communication Prog�-ams Contractor shall be responsible far coordinating any exchange of rnaterial safety data sheets or other hazard comrnunication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In ernergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractar is obligated to act to pxevent threatened damage, injury, or Ioss. Coniractor shall give City prompt written notice if Contractor believes that any significant CI'CY OF FORT WORTH STt1NDARD CONSTRUCTION SPECIFICATIOIV DOGUMENT$ Revision: Mateh 9, 2020 00 72 O(S - I CaENERAI. CaNDITIONS Page 3 L of 63 c�ianges in the Work or variations from the Contract Documents ha�e been caused thereby or are required as a result thereof If City determin�s that a change in the Contract Documenis is required because of the action taken by Contractor in response to such an emergency, a Change 4rder may be issued. B. Should the Contractor fail to respond to a request frorn the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written natice that such work or changes are to be performed. The written notice shall direct atteniion to the discrepant condition and request the Contractor to take remedial actian to correct the condi�ion. �n the event the Contractor does not take positive steps to fulfill this written request, or does nat show just cause for not taking the proper action, witliin 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the ent�re costs for such remedial action, plus 25%, from any funds due or become due the Conteactor on the Project. 6.18 Suhrnittals A. Contractor sha�i submit required Submittals ta City for review and acceptance in accordance with the accepted Schedule of Subanittals (as required by Paragraph 2.07). Each submittal will E�e identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals vvi11 be complete with respact to quantities, dimensions, specified perfarmance and design criteria, materials, and sizr�ilar data to show City the services, rnaterials, and equipment Contractor propases to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals subirutted as herein provided by Contractor and reviewed by City for conformance with the design concept sha11 be executed in conform3ty with ihe Contrac� Documents unless atherwise required by Ciiy. 4. When Submittals are submitted For the purpnse of showing th� installation in greater detail, their review sha11 not excuse Contrac�or from requirements shown on the Drawings and �pecifications. 5. For-Infarmation-Only submittals upon which the City is not expecte� to conduct review or take responsive action may be so identi�ed in the Contract Documents. 6. Submit required nuanber of Samples specified in the Specifications. 7. Clearly identify each Sample as ta material, Sup�lier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.1 S.C. CI7'Y OF FORT WORTH STF.NDARD CONSTRUCTION SPEC�'ICA1`ION DOCUMENTS Revision: Ma�r1i9,2020 oo7zoo-i G�NERAL CaNDITlONS Page 32 of 63 B. Where a Subrnittal is required by the Contract Documents or the Schedule of Submittals, any related Work per£ormed pxior to City's review and acceptance of the pertinent subrnittal wiIl be at the sole expense and responsibility of Contractor. C. City's Review: l. City will provide tunely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only io determine if the items covered by the submittals will, after it�stallation or incorporation i�n the Work, conform to the information given in the Contract Documents and be compatible wi�1i the design concept of the completed Projact as a iunctioning whQle as indicated by the Contract Docu�nents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particu�ax means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such wi11 not indicate approval of the assembly in which the item �unctions. 3. City's review and acceptance shall not relieve Contractor from responsibility fox any variation fro�xa the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has grven written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Subnr�ttal. City's review and acceptance sha11 not relieve Contractor frorri responsibility for complying with the requirernents of the Contract Dacurnenis. 6.19 Continuing the Work E�cept as otherwise provided, Contracfor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be d�layed or postponed pending resolution of any disputes or disagreements, except as City and. Contractox may otherwise agree in wri#ing. 6.20 Contractor's Gene�al War�-anty and Gua�-antee A. Contractor warrants and guarantees to City that a11 Work will be in accorda�nce with the Contract Docum.ents and will nat be defective. City and its officers, directors, me�nbers, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractar's warranfy and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or irnprop�r maintenance or operation by parsons other than Contractor, Subcontraciors, Suppliers, or any other individual or entity for whorn Contaractor is responsible; or G1TY OF FORT WORTH STANIIARD CONSTRUCTION SPECIFICATION DOCUMBNTS Revision: Mareh9,2020 00 72 00 -1 GENERAL CONDITIONS Page 33 of 63 2. narmal wea�r and tear under normal usage. C. Contractor's obligation to pez-form az�d complete the Woxk in accordance with the Contract Documents sha11 be absolute. None of thc following wi11 conshtute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accardance with the Coniract Dacuments: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payrnent related tliereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, tes�, ar approval by others; or 7. any cozrection of defective Work by City. D. The Conteactor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, comp�ying with the requirements of Article S.Q2.B. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor cavenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its offcers, servants and employees, from and against any and all claims arising ouf of, or alleged to arise out of, the work and services to be perFormed by the Contractor, its of�cers, agents, emplayees, subcantractars, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICA�.LY LNTF,1d�DF,i� TO OPF.RATE A�iTD RF FFF.F.CTiVF FVFN TF TT iS AI,i,F[TFD OR P OVFN T AT LL• OR SOMF OF THE DAMACES RF.ili'G SnUGHT WF.RF, CAUSEn. iN WHOLE OR I1�T PART. BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. This indemnify provision is intended #o include, without Iimitatian, indemnity for costs, expenses and legal fees incurrecl by the City in defending against such claims and causes of actions. B. Confractor co�enants and agrees to indemnify and hold harmless, at its own expense, the City, its of�cers, servants anc� emplayees, from and against any and all loss, damage or destruction of property of the City, arising aut of, or alleged to arise out of, the worl� and services to be perforraed by the Contractor, its offcers, agenfs, employees, subcontractors, licensees or invitees under this Contract. THIS NiIF.MNiFI AT�C}N PROVISInN i CITY OF FORT WORTH STANDARD COMSTRUCTION SPECIFICATION DQCUMENTS Revision; Ma�h 9, 7.U20 oo�zoo-� GENERAL GONDITI4NS Page 34 of 63 ' �\ � 1 1 i 1 � �� 0 \! i `� �� � \ 1 ��'► i� \ �� 1�_ U � 1 �- j. l/ . i �\ 1 � � �' 1 1 �' I ''' � _�.U_ 1 1__ � i' ► ► 1 .I 6.22 Delegution of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are spacifically required by ihe Contract Documents for a portion of �he Work or unless such services are required to carry out Contractor's responsibilities for constaruction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documenfs, City will spacify all performance and design criteria that such services must satisfy. Contractor shalI cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on a11 drawings, calculations, specification.s, certificarions, and Subnaittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such prafessional's written approval when submitted to City. C. City shall be entitled to rely upQn �he adequacy, accuracy and completeness of the services, certifications or approvals performed by such design proFessionals, provided City has specified to Contractor performance and design criteria that s�ch services znust satis�y. D. Pursuant to tIais Paragraph 6.22, City's review and acceptance oi design calculations and design drawings will be only far the iimited �urpose af checking for confortnance with performance and design criteria given and the design concept expressed in the Contract Documents. City's revi�ew and acceptance of Submittals (except design calculations and design drawings) wili be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the Ciiy shall, �ntil fihe expiration oi three (3) years after fina� payment under this Cnntract, have access to and the right to examine and phaiocopy any directly pertinent books, documents, papers, and records of the Contrac#or invalving iransactions relating to this Contract. Contractor agrees that the City shall have access during Regulax Working Hours to alZ necessary Contractor facilities and sha11 be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this �'aragraph. The City shalI give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shali, until the expiration of three (3) years aiier final payment under this Contract, have access to and the right to exarnine and photocopy any direct�y pertin�nt books, docurnents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shalI have access durin.g Regular Woxking Hours to all CITY OF FORT WOATH STANDARD CONSTRUCTION SPECIFICATION DOCUM�NTS Revision: Matrli9,2p20 007200-1 GENERA� CONDITIONS Page 35 of 63 Subcontractor facilities, and sl�all be provided adequate and appropriate work space in order to canduct audits in compliance with the provisions of ihis Paragraph. The City shall give Subcontractor reasonahle advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such docurnents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as o�tbe �une copying is pez�£ormed. 6.24 Nondiscrirtxinution A. The City is responsible for operating Public Transportation Programs and iz�nplementing transit- related projects, which are funded in part with Federal fmancial assistance awarded by tlie U.S. Department of Transportation and the Federal Transit Adrninistration (FTA}, without discriminating againsi any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 198� as amended: Contractor shall cornply with ihe requiremenis of the Act and the Regulations as fizrt.�er definec� in the Supplementary Conditions for any project receiving Fedexal assistance. ARTICLE 7— 4THER WORK AT THE SITE 7.01 Related Work at Site A. City may perform ather work related to the Praject at the Site with City's employees, ar other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in tlie Contract Documents, then wz-itten not�ce thereaf will be given to Cantractor prior ta starting any such ather work; and B. Contractor sha11 afford each other contractor who is a party to such a direct contract, each utitity owner, and City, if City is perfo�ing other work with City's emplayees or other City contractars, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the exec�tion of such other work, and properly coordinate the Woark with theirs. Cont�actor shall do a11 cutting, ftting, and patching of the Work that may be required to properly connect or otherwise make its se�eral parts come together and properly integrate with such other work. Contractor shall not endanger any work of othexs by cutting, excavating, or otherwise altering such wark; provided, however, that Contractor may cut or alier others` work with the written cons�nt of City and thc others whose v�rork wi11 be affected. C. If the praper execution or results of any part of Coniractor's Work depends upon work perfor�rr�ed by athers utader this Article 7, Contractar sha11 inspect such otl�er wark and promptly report to City in writing any delays, defects, or deficiencies in such o�er work that render it unavailable or unsuitable for the proper execution and results of Contractar's Work. Con#ractar's failu�re to so re�ort will canstitute an acceptance of such other work as f t and proper for integration with Contractor's Work except far lateni defects in the work provided by others. CITY OF FOAT WORTH STANDARDCONSTRUCTION SPECIFICAT[QN AOCUMBNTS Revision: Me� 9, 2(F20 aonao-i GEN�RAL CpNDITIONS Page 36 of 63 7.02 Coardinatian A. If City intends to contrac# with others for the performance of other work an the Project at the Siie, the following wi11 be set forth in Supplementary Conditians: 1. the individual ar entity who will have authority and responsibility for cooxdination of the activities among the variaus con�ractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. fhe extent of such authority and responsibilities will be provided. B. Unless otherwise provided in t1�e Supplementary Conditions, City shall ha�e authority %r such coordination. ARTICLE 8 — CITY'S RESPONSISILITIES $.01 Communications to Cont�actor Except as otherwise provided in the Supplementary Conditions, City shalI issue all comrnunications to Contractor. 8.02 Furraish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall nnake payments to Contractor in accordance with Article 1�4. 8.04 Lands and Easements; Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface concliiions and drawings of physical conditions relating to existing surface or subsuz�face structures at oz' con�tiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City sha11 execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CTI'Y OF FOAT WORTH STANDARD CONSTRUCT[ON SPECIFICATION DOGUMENTS Revisian: IVla�h 9, 202(} 007200-1 GENERAL CONDITI4NS Page 37 of 63 8.47 Limitataons ora City's Respansibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or �rocedures of construct�an, or the safety precau�ions and pragrams incident thereto, or for any failure of Contractor to camply with Laws and Regulations applicable to the performance of the Work. City will not be respo�asible for Cantractor's failure to pe�£orm the Work in accordance with the Caniract Documents. B. City will notify the Contractor oi applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed I�azardous Environmental Condition City's responsibility with respect to az�. undisclased Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.49 Compliarace with Safety Progpana While at the Site, City's employees and representatives sha.11 comply with the sp�crfic applicable requirements of Contractor's safety programs of which City has been it�formed pursuant to Paragraph 6.14. ARTICLE 9— CITY'S OBSERVATION STATUS DURING C4NSTRUCTI4N 9.01 City's Project Manager City will provi.de one ar more Froject Mazlager{s) during the canstruction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construciion are set forth in ihe Contract Documents. The City's Project Manager far this Contract is identified in the Supplementary Canditions. 9.02 Visits to Site A. City's Project Manager will make �isits to the Site at intervals appropriate to the various stages of construciion as City deems necessary in order to observe the progress that has been made and the quality of tY�e various aspects of Cantractor's executed Wogk. Based on infarmatian obtained during such �isits and observaiions, City's Project Manager wili deternline, in general, if the Worlc is proceeding in accordance with the Contract Documents. City's Project Manager will not be required to make ea�haustive or continuous inspections on the Site to check the quality ar quantity of the Work. City's Project Manager's efforts will be directed toward providing Ciiy a greater degree of confidence that the completed Work will confanx� generally ta the Contract Documents. B. City's Project Manag�r's visits and obs�rvations are subject to all the limitations on authority and responsibility in the Contxact Documents including those set forth in Paragraph 8.07. CITY OF FORT W4ATH STANDATiD CONSTRUCTION SPECIFICATIOlv DOCUIvIENTS Revision; MturJi 9, 202(} 00 �z oo - i GENERAL CaND171QN5 Page 38 of 63 9.03 Authorized Yariations in Work City's Project Manager may authorize muinox variations in the Work from the requirernents of the Con�ract Documents which do not involve an adjustment in the Contract Price or the Contraci Time and are compatible with the design concept of �he campleted Project as a functioning whole as indicated by the Cont�act Documents. These may be accomplished by a Field Order and vvill be binding on City and also on Contractor, who shall perForm the Wark invoived promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Projact Manager believes to be defective, or wiil not produce a completed Project that con%rms to the Contract Documents or that wi11 prejudice the integrity of t1�e design concept of the complexed Praject as a functioning whole as ind.icated by the Contract Documents. City will nave authority to conduct special inspection or testing of the Wark as provided in Article 13, whether or not the Work is fabricated, installed, or compleied. 9.05 Deterrrainations for Work PerfoYmed Contractor wiil deterinine the actual quantifies and classifications oi Work performed. City's Project Manager will review with Contractar the prelirninary deternunations on such matters before rendering a written recomrnendation. City's written decision will be imal (except as modified to reflect changed factual conditions or nnoxe accurate data}. 9.06 Decisians on Requtrements of Cont�act Documents and Acceptabidity of Work A. City will be the uutial interpreter of the requirements of the Coniract Documents anc� judge oi the acceptability of the Work thereunder. B. City wili render a written decision on any issue referred. C. City's vvritten decision on the issue referred will be fmal and binding on the Contractor, subject to the provisions of 1'aragraph 10.06. ARTICLE 10 �- CIIANGES lN THE WORK; CLAiMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice oi such Extra Work, Contractor sha11 promptly praceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specificaliy provided). Extra Work shall be znexno�aIized by a Change Order which may or may not precede an order of E�tra work. B. For minor chang�s of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITX OF FOR'I' WORTI� STANDAKDCON5TitCICTIdN SPECIFICATIONDOCUMENTS Revision: Mazch 9, 2D20 0072D0-1 GENERAL CONDITIaNS Page 39 of63 10.02 Unauthorized Changes in the Work Coniractor shall not be entitled to an increase in the Contract Price or an extension of tlie Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Faragraph 3.04, except in the case of an exnexgency as provided in Paragraph 6.17. T 0.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders co�ering: �. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because ai acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13 .09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Tirne which are agreed to by the parties, including any undisputed sum or amount of time for Wark actually perfarrz�ed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its perFormance, the Contractar shall proceed with the work after making written rec�uest for written orders and shall keep accurate account of the actual reasonable cast thereof. Contract Claims regarding Extra Work s1�a11 be made pursuant to Paragraph 10.06. B. The Coniracior shall funlish the City sucb instaFlation records of all deviatians from the original Contract Documen�s as znay be n.ecessary to enable tlie City to prepare for permanent record a corrected set of plans showing the act�al installation. C. The cornpensation agreed upon for Extra Work wheiher or not iniiiated by a Change Order shall be a full, complete and final payment for alI cos�s Cont�actor incurs as a result or relating to the change or Extra Work, wheiher said costs are known, unknown, foreseen or unforeseen at that tim.e, incluci�ng without lunitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged worl� as a result of the char�ge or Extra Wark. 10.05 Notificatian to Surety If the pravisions o£ any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of t1�e Contract Doct�ments (including, but not Iimited �o, Contract Price or Contract Time}, the giving of any such notice will be Contractor's responsibility. The aznauz�t o#� each applicable bond will be adjusted by the Coniractor to reflect the effect of any such change. C1TY O�' �'ORT WORTH STANDA.RD CONSTRUCTION SPECIFICATIOI�T DOCiJMENTS Re�ision: Mazeh9,2020 ao �z oo - i GENERAL CONDITiONS Page 40 af 63 10.06 Contract Claifn,s Process A. City s Decision Required: All Contract Ciairns, except ihose waived pur�uant to Pa�'agt'aph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Docurnents or by Laws and Regularions in respect of such Contract Claims. B. Notice: 1. Wr�tten notice stating the general nature af each Contract Claim shall be delivered by the Contractar to City no later than 15 days after the start of the event giving rise �hereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Cantract Claim. 2. Notice of ihe amount or extent of the Contract Claim, with supporting daia shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows addifional time for Cantractar to submit additianal or more accurate data in support of such Contract CIaim}. 3. A Contract Ctaim for an adjustment in Con�ract Price shall be prepared in accordance with the provisians of Paragraph 12.01. 4. A Contract Claim for an adjustrnent in Con�ract Time sha11 be prepared in accordance with the provisions of Paragraph 12.02. Each Confract Claim shall be accompanied by Coniractar's written staternent that the adjustrnent claimed is the entire adjustment to which the Contractor,believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receip� of the claimant's Iast subrnittal (iu�less Contract alfo�vs additional time). C. City's Action: City will review each Contract Claim and, within 30 days afte�r receipt of the last submittal of the Contractor, if any, take one of tlie following actions in writing: 1. deny the Contract Clairn in whole or in part; 2. approve ihe Contract Claim; or notify the Contractox that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do sa For purposes of further rasolution of the Contract C1aim, such notice shall be deemed a deniat. CITY OF FORT WOIZTH STANDAKD COATSTRUCTION SPECIFICATION DOCUMENTS Revision: Mmr1�9,2020 007200-1 GENERAL CdNDITIONS Page 41 of 63 D. City's written action under Paragraph 10.06.0 wi11 be final and binding, unl�ss City or Con�ractor invoke the dispute xesolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Cantract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accardance with thi s Paragraph 10.06. ARTICLE 11— COST 4F THE W4RK; ALL4WAl�TCES; UNIT PRICE W�RK; PLANS QUAI+TTITY MEASUREMENT ll.O1 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of a11 costs, except those excluded in Paragraph 11.O1.B, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of ar�y Work covexed by a Change Order, the costs to be reimbursed to Contractor �vill be or�ly those additional or incremental costs required because af the change in the Work. �uch costs shall not include any of the costs itemized in Paragraph 11.01.B, and sha11 include but not be limited to the following items: Payroll costs for emplayees in the direct employ of Contractor in the perFormance af the Work under schedules of job classi�cations agreed upon by City and Contracior. Such employees shall include, without limitation, superintendents, faremen, and other personnel employed full time on the Work. Payroll costs for ernployees not ernployed full rirne on the Work shall be apportioaned on the basis of their time spent on the Work. Payroll co�ts shall inciuda; a. salaries with a 55% markup, or b. salaries and wages plus the cost of fringe benefits, which sha11 include soczal security contributions, unernployment, excise, and payroll t�es, workers' cornpensatian, health and ret�re�ment benefits, bonuses, �ick lea�e, vacation and holiday pay applicable ihereto. The expenses of perfarining Wark outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall b� included in the above to the extent authorized by City. 2. Cost of all rnaterials and equipment fiirnished and incorporated in the Work, including costs of iransportat�on and storage thereof, and Suppliers' �eld servic�s rec�uired in connection therewith. 3. Rentals of aIl conshuction equipment and machinery, and tlie parts thereof whether rented from Contractor or others in accordance with rental agreements approved by Ciry, and the costs of transportation, loading, u�nlaadizxg, assembly, dismantling, and removal thereo£ All such cosis shalI be in accordance with the terms oi said rental agreements. The rental of any such equipment, machinery, ar parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH STAIVDARD COATSTRUCTION SPECIFICATION DOCi.JMENTS Revision: Mmrli 9, 202d oa�zoo-� GENERAL C4NDITIONS Page 42 of 63 4. Pa�nenis made by Contractor to Subcontractors for Work performed by Subcontractors. If required by Ciry, Contractor sha11 obtain competitive bids from subcontractors acceptable to City and Cantractor and shall deliver such bids to City, who will fhen deterinine, which bids, if any, will be acceptable. If any subcon�ract provi�des that the S�bcon�ractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee sha11 be determined in �he same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consuItants (including but not Iirnited to engineers, architects, testing Iaboratories, surveyors, attorneys, and acco�iants) employed for services specifically related to the Work. 6. Supplernental costs including the following: a. The proportion af necessary transportation, fravel, and subsistence expenses af Cont�actor's employees incurred in clischarge of dut�es connec�ed with the Work. b. Cost, including transportation az�d nnaintenance, of all materiats, supplies, equipmezit, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not eonsumed which remain the property of Contractar. c. Sales, consumer, us�, and other similar taxes reIated to the Work, and far which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits last for causes other than negligence of Contractor, any Subconfractor, or anyone directly or indirectly employed by any of them or for whos� acts any of them may be liable, and royalty payments and fees for pernuts and Iicenses. e. Losses and damages (and related expenses) caused by damage to t.�ie Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the pez-£ormance of the Work, provided such losses and damages have resulted from causes ott�er than the negligence ofContractor, any Subcontractor, or anyone direct�y or indirectly employed by any af them or for whose acts any of fhem may be liable. Such losses sha11 include settlements made witli the writ�en cons�nt and approval of City. No such Iosses, darnages, and expenses sha11 be included in the Cost o� the Work for the purpose af determini�ig Coniractor's fee. f. The cost of utilities, fuel, and sa.nitary facilities at the Siie. g. Minar expenses such as telegrams, long distance telephone calls, telephone and communication services at the �ite, expxess and courier services, and simiiar petty cash items in cox�n:ection with the Wark, CITY OF FORT WORTH STANDARD CONS'TRUCTION SPECIFICATIOH DOCUMENTS Revision: M�fi9,2029 oa �a oo - i GENERAL C4NDITIONS Page 43 pf 63 h. T'h� costs oipremiums far all bonds and insurance Contiractor is required by the Con�ract Documents to purchase and;naintain. B. Costs Excluded: The term Cost of the Work sha11 not include any of the following items: Payroll casts a�d other compensation af Cantractor's afficers, executives, principals (of partnerships and sole proprietorships), general managers, saFety managers, engineers, architects, estimators, attorneys, auditors, accountants, purcha�ing and con�racting agents, e�pediters, tirriekeepers, clerks, and other personnel emp�oyed by Contractor, whether at the Site or in Contractor's principal or branch off ce for general adininistra�ion of the Wark and not specificalIy included in the agreed upon schedule of job classifications referred to in Paragraph 11.01.A.1 or specifically covered by Paragraph 11.O1.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices oiher than Contractar's of�ce at the Site. Any part af Contractor's capital expenses, including interes� on Contractor's capital ernployed for the Work and charges against Cont�actor for delinquent payments. 4. Costs due to the negligence of Cant�'actor, any Subcontractor, or anyone direc�ly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, ti�e correctian af defecti�e Work, disposal af materials or equipment wrongly su�plied, and making good any damag� to property. 5. Other overhead or general expense costs of any kind. C. Cont�^actor's Fee: When all the Work is periarmed an the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the vaIu� of any Work covered by a Change Order for an adjustment in Contract �'�rice is determined on the basis of Cost of ihe Work, Contrac�or's fee shall be determined as set forth in Paragraph 12.O1.C. D. Documentation: Whene�er the Cost of the Work for any purpose is ta be detennined pursuant to Paragraphs 11.01.A and 1 LO1.B, Contractar will estabiish az�d zn.aintain records thereof in accordance with generally accepted accounting practices and submit in a farm acceptable ta City an itemized cost breakdown together with supporting data. 11.02 Allowcances A. Specified Allowance: It is understood that Contractor has included in the Contract Price a11 allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such surns and by such persons or entities as may be acceptable to City. B. Pre-bid Allawances: 1. Contractor agrees that: CITY �F FORT WORT�I STANDARD C�NSTRUC7'I4N SPECiFICATION DOCUMENTS Revision: March9,202D oo�zoo-i GENERAL CpNb1710NS Page 44 of 63 a. the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, Iabor, insiallation, overhead, pro�t, and oiher expenses contemplated for the pre-bid allowances have been included in the aliawances, azxd no demand for additional payment on accoun# of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, ii any, is for the soIe use of Cxty. D. Prior to final paymenfi, an appropriate Change Order wiIl be issued to refleci actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. � 1.03 Unit P�-ice Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price wili be deemed to include for all Unit Price Work an amaunt equal to ihe surn of the unit price far each separately iden�ified item of Unit Price Work times the esiimated quantity af each item as indicated in the Agreement. B. The estimated quantities of items of Unit Frice Wark are not guaranteed and are solely for the purpose of cornparison of Bids and detern�ining an it�itial Contract Price. Determinations of the actual quan�ities and classif cations of Unit Price Work performed by Contractor wi11 be made by Ciiy subjact to the provisions o�Paragraph 9.05. C. Each iuut price will be deemed to include an amaunt considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Con�tract Documents, or xeasonably inferred as rec�uired for a functionally compiete installation, but not identified in the listing of unit price items sha11 be cansidered incid�ntal to unit price vvork listed and the cost of incidental �vork included as part of the unii price. D. Cily may raake an adjustment in the Contract Frice in accordance with Paragraph 22.01 if: 1. the quanfity of any item of Urut Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. tkzere is no cozresponding adjust-ment with respect to any �ther item of Work. E. Increased or Dec�eased Quantities: The City reserves the right to order Extra Work in accordance �vith Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantiy change the character of work under the Contract Documents, the altered work wiIl be paid %r at the Contract unit price. ci� oF roRT wox� STf1NDARD CONSTRUCTION SPECITICATION DOCUMENTS Revision; Mairli 9, 2020 00 �z oo - i GENERAL CONDITIONS Page 45 of 63 2. If the changes in quaniities or alterations significantly change the chaz�acter of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be cansidered Extra Work and the Con�ract wi11 be amended by a Change Order in accordance with Article 12. 4. A significar�t change in the character of work occurs when: a. the character of work %r any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantify of work to be done under any Major Item of the Contract is more than 125% of the origina� quant�ty stated in the Contract, then eitlier party �a the Contract may request an adjustment to the unit price on the partion of the work that is above 125%. 6. When the quantiiy oi work to b� done under any Major Itern of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjust�nent to the unit price. 11.04 Plans Quantity Measurernent A. Plans quantiiies may or may not xeprese�t t�e exact quantity of wark performed or material rnoved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantiiies, unless revised by ihe governing Section ox this Article. B. If the quaz�.t�ty measured as outlined under "Price and Payment Procedures" varies by rnore thar� 25% {or as stipulated under "Price and Payment Procedures" for specxfic �tems) fram the total estimaied quantity for an individual Item originally shown in the Contract Documents, an adjusfinent may be made ta the quantity of authorized work done for payment purposes. The party to the Coniract requesting the adjusi�nent will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity wi11 be made at the unit price bid for that Itern, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change 4rder, ar ta correct an error, or to correct az� exz�or on the plaz�s, the plans quantity will be increased or decreased by the amount involved in ihe changa, and t�ie 25% variance will apply to the new plans quanrity. D. If the total Contract quan�ity multiplied by the unit price bid for an individuat Item is less than $250 and the Itexn is not originally a pfans quantity Item, then the Item rnay be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantxty. CITY O�' �'ORT WaTiTH STAI+IDARB CONSTRUCTION SPECIFICATION DOCUMEIdTS Aevision: Mae�h9,2020 ao 7z oo - i GENERAL COIVDITIONS Page 46 af 63 E. For callout work or non-site specific Contracts, �he plans quantity rneasurement requirements are not applicable. ARTICLE 1� — CHANGE OF CONTRACT PRICE; CHAI�TGE OF COliTTRACT TIME 12.01 Change of Cont�aci Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where ihe Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantiiies of the items involved (subj ect to the provisions of Paragraph 11.03}; or Z. where the Wark involved is not covered by unit prices contained in the Contract Documents, by a xnutually agreed lurrip sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.O1.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extca Work; or 3. where the Work involved is not covered by unit prices contained in the Con�ract Docu�ments and agreement to a lump sum or iu�it price is not reached under Paragraph 12.O1.B.2, on the basis o�the Cost of the Wark (detennined as provided in Paragraph 11 A1) plus a Contractor's fee For overhead and profit (d�ternvned as provic�ed in Paragraph 12.Q1.C). C. Contractor's Fee: The Contractar's additional fee for overhead ar�d profit sha11 be deterinined as folIows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Woxk: a. for costs incurred under Paragraphs 11.01.A.1, 11.01.A.2. and 11.O1.A.3, the Contractor's additional fee sha11 be 15 percent except for: 1} rental fees for Cont�actor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.01.A.4 and 11.O1.A.5, the Contractar's fee shalI be fve percent (5%); 1} where ane or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.O1.C.2.a and 12.01.C.2.b is that the Subcontractor wl�o actually performs the Work, at whatever CITY OF FORT WORTH STANDARDCONS'I'RUCTIpN SPEGIFICATION DOCUMENTS Revision: Mazrl� 9, 2D20 oa�aoo-i GENERAL CONDITIONS Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.O1.A.1 and 11.01.A.2 and that any higher tiex Subcontractar and Contractor wi11 each be paid a fee of five percent {5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee sha11 be payab�e on the basis af costs itemized under Paragra�hs 11.O1.A.6, and 11.01.B; d. the amount of credit to be allowed by Contractor to Ciry for any change which results in a net decrease in cost will be the amount o�tk�e actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent {5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed deIay unless tl�e Extra Work contemplated or claira�ed delay xs shown to be an the critical path oi the Praject Schedule ar Contractor can s�iow by Critical Path Method analysis how the Extra Work or clairnecl delay ad�ersely affects the cr�tical path. 1.2.03 Delays A. Wh�re Con�ractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to de�ay beyond the control of Con�ractor, the Cantract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond tlle control af Contractor sha11 include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Con�ractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or dasnages {including but not limited to all fees and charges af engineers, architects, attorneys, and other professionals and all court or arbitration ar ather dispute resolution costs) sustained by Contractor on or in connection wiih any other project or anticipated project. C. Contractor shall not be entitled to an adjushnent in Contract Price or Contract Time for delays wifihin the control of Contractor. Delays attributable to and within the control of a�ubcontractor or Supplier sha11 be deemec� to be delays within the control of Contractor. D. The Contractor sha11 receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is ta be furnished by the City, CITY OF PORT WORTH STANDARD CO]�STRl1C'FIQN SPEC[FICATIp�i �OCUMENTS Revisian: Mazch9,2020 oa �z oo - i GENERAL CONbITIONS Page 4$ of 63 ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE 4F DEFECTIVE WOItK 13.02 Notice ofDefecis Notice of alI defective Work of which City has actual lrnowledge will be given to Coniractor. Defective Work may be rejected, corrected, or accepted as providec� in this Article 13. 13.42 Access to Work Ciiy, independent testing laborato�ies, and governmentaI agencies with jurisdictional interests wz1l have access to tha Site and the Work at reasonable times for their observation, inspection, and tes�ing. Contractor shall provide them proper aarid safe conditions £ar such access and advise them of Contxactor's safety procedures and programs so that they may comply th�rewi�h as applicable. 13.03 Tests and Inspeclions A. Contractor shall give City tin�eZy notice of readiness af the Work for ail required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required. inspections or tests. B. If Cont�act Documents, Laws ox Regulations of any public body having jurisdiction require any of the Work (or part thereo� #o b� inspected, tested, or approved, Contractor sha11 assunr�e full r�sponsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay a11 costs in coxanection therewith, and fiunish City the required certificates af inspection or approval; excepting, however, those fees specificaIly identified in the Supplementary Conditions ar any T�xas Department of Licensure and Regulation (TDLR} inspecrions, which shall be paid as described in the Suppiementary Conditions. C. Coniractor shall be responsible for a.rranging and abtaining and shail pay all costs in connection with any inspections, tests, re-tests, or approvals requirec� for City's acceptance of materials or equipment to be incorparaied in tbe Work; or acceptance of materials, mix designs, or equiprnent s�bz�uitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, t�sts, re-tests, or approvals sha11 be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Tesiing Lab"} to perform any inspections or tests ("Testing"} for any part of the Work, as detennined salely by Cf�. 1. Cify will coordinate such Testing to the extent possible, with Contractor; 2. Shou�d any Testing under this Section 13.03 D result in a"fail", "did not pass" or other s�milar negative result, the Contractor shall be responsible far paying for any and ail retests. Contractor's cancellafion without cause af City uutiafied Testing shall ba deemed a negative result and require a retest. CITY OF FORT WORTH STANDARB CONSTRUCTION SPECIFICATION DbCUMENTS Revision: M�h9,2020 00 �z oo - i GEN�RAL CONDITIONS Page 49 of 63 3. Any amounts owed for any retest under this Sec�ion 13.03 D shall be paid directly ta the Testing Lab by Contractor, City will forward a11 invoices for retests io Contractor. 4. If Contractor fails #o pay the Testing Lab, City will not issue �ina1 Pay�xent until the Testing Lab is paid. E. If any Work (or the work of others) that is io be inspected, iested, or approved is covered by Contractor without written con.currence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as pro�ided in Paragraph 13.03.E sha11 be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarcling any retest or iu�voice issued under Sec�ion 13.03 D. 13.04 Uncovering Wor^k A. Ii any Work is covered contrary to the Canfract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observa�ion and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected ar tested by others, Contractor, at City's request, sha11 uncover, expose, or otherwise make a�ailable for observation, inspection, or testing as Ciiy may require, t1�at portion of the Work in question, furnishing a11 nec�ssary labor, rnaterial, and equiprnent. 1. �f it is �ound that the uncovered Work is defective, Contractar shall pay all claims, costs, losses, and damages (mcluding but nat limified to a11 fees and charges of engineers, architects, attorneys, and other professionals and a11 court or oiher dispute resolution costs} arising o�t of or relatir�g to such uncovering, expos�ure, observation., inspection, and testing, and of satisfactory replacement or reconstruction (including but not iirnited to all costs oi repair or replacement of work of oihers); or City sha11 be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Con�ractor sha.11 stiil be responsible fox all costs associated with exposing, observing, and testing tl�e defective Work. 2. If the unco�ered Work is noi found to be defective, Contractor sha11 be allowed an increase in the Cantract P�ice or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacernent, and reconstruction. 13.05 City May Stop the Wo�k If the Work is defecti�e, or Cantractor fails to supply sufficient skiIled workers or suitable materials or equipment, or faiis ta perform the Work in such a way that the completed Work wi11 conform to the Confract Documents, City may order Contractor to stop the Work, or any portion thereof, unt�l #he cause �or such order has been eliminated; however, this right nf City to stop the Wark shall not give rise to any duty on the part of City to exercise this right for the benefit of Coniractor, any C1TY OF FORT WORTH STANDARDCONSTRUCT[ON SPECIFICATION DOC[JMENI'S Revision: Mazrh9,202U oo�aflo-i G�NERAL CO�fDITIONS Page SD of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13 A6 Correction or Removal of Defective Work A. Fromptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable scheduIe, whether or not fabricated, installed, or comp�eted, or, if the Wark has been rejected by City, remove it from the Project and replace it with Work that is not defecrive. Contractor shall pay a11 claims, cos�s, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and al� court or arbit�ation or other dispute resolution costs) arising out of or relating to such correction or removal (including but nat limited to a11 costs of repair or rep�acement of work of others}. Fail�are to require the removal of any defective Work snall not constitute acceptance oF such Work. B. When correcting defective Work under �he terms of this Paragraph 13.46 or Paragraph 13.07, Contractor shaIl take no action �hat would void or otherwise impaiur City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two {2) years after th� date of Fina1 Acc�ptance (or such longer period of time as may be prescribed by ihe terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the lanci. or az�eas nnade available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.I O.A is found to be defective, Contractor shall promptly, without cost to City and in accoxdance with City's written instructions: 1. re�air such defective Iand or areas; ar 2. correct such defective Work; ar 3. if the defective Work has been rejected by City, remove it frorn the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace a�y damage to other Wark, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly cornply r�vith the terms of City's written instructions, or in az� emergency where delay would cause serious risk of loss or damage, City may have the defec�ive Work corrected or repaired or znay have the rej ected Work removed and replaced. All claims, costs, losses, and damages (including but not limited ta all fees and charges af engineers, architects, attorneys, and other professionaIs and ail co�rt or other dispute resalution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not iimited ta all costs af repair or replacement of vvork of others) will be paid by Cantractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMEN`I'S Revision: Ma�x9,2{?20 oo�zao-i GENERAL CON�ITIONS Page 51 of 63 C. In special circumstances where a particular itenn of equipment is placed in continuous service before Final Acceptance of all the Work, tl3e correction period for that item may start to run from an earlier date if so provided in ihe Contract Documents. D. Where defective Work (and damage to other Work resultzng therefrom) has been corrected or removed and replaced under this Paragraph 13.47, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year af�er the end of the initial correction period. City shall provide 30 days wt�tten notice to Contractor should such additional warranty coverage be required. Contractor rnay dispute this requiremen# by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition ta any other obligation or warraniy. The provisions of this Paragraph 13.47 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable siatute of Iimitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defecti�e Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (includin.g but not limited to all fe�s and charges of engineers, architects, attorneys, and other pro%ssionals and a11 court or other dispute resoluiion costs} attributable to City's evaluation of and determination to accept such defective Work and for the diininished va�ue of the Work to the extent not atherwise paid by Contractor. If any such acceptance occurs priar to Final Acceptance, a C�ange Order will be issue� iricarparating �he necessary revisions in the Contract Docuix�.ents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective WoYk A. If Contractor fails within a reasonable tirne after written notice from City to correct defective Work, or to remove and replace rejected Work as xequired by City in accordance with Paragraph 13.06.A, or if Contractor t'ails to perform the Wark in accardance with tt�e Coniract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor, co�rect, or remedy any such deficiency. B. In exercising the rigl�ts and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractar's seraices relatad thereto, and incorparate in the Wark all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractar shall allaw City, City's representatives, agents, consuitants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Pa�ragraph. C. All clauns, cosis, losses, and damages (including but not limited to all %es and charges af engineers, architects, attortieys, and other professionals and a11 caurt or other dispute resolution CITY OF FORT W4RTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENT'S Revision: Id��i 9, 2D20 ao�zoo-i GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies utider this Paragraph 13.09 will be charged against Contractor, and a Change Order wiIl be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City sha11 be entitled ta an appropriate decrease in the Cantract Price. D. Contractior shall not be allowed an extension af �he Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13 A9. ARTICLE 1�4 — PAYMENT� TO CONTRACTOR AIeTD COMPLETION 14.01 Schedule of Values The Schedule of Values for iump suna cont�acts established as provided in Paragraph 2.07 wilI serve as the basis for progress payments and will be incorporated into a form of Application for Paynnent acceptable to City. Progress payments on account of Unit Price Work will be based. on the number of units comp�eted. 14.02 Progress Payments A. Applrcations for Paymerats: 1. Con�ractar is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Reqnirements for each pro�ess payment, Contractor shall snbmit to City for review an Application for Payrnent f 11ed out and signed by Contractor covering the Work completed as of the date of the Application and accornpanied by such supporting docu�mentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equiprnent not incorporated in the Wark but delivered and suitably stored at �he Site or at anoiher location agreed to in writang, �the Application for Payme�at sha11 also be accompaz�ied by a bi11 of sa1e, invoice, or other documen�arion warranting that City has received the materials and equipment free and clear of all Liens and avidence that �he rnaterials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactary to City. 4. Beginning with #he second Application for Payment, each Application shall include an affida�it of Contractor stating that previous progress payments receive� on account of the Work have been applied on account to discharge Contractor's legitirnate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payxz�ents will be as stipulated in the Contract Documents. CITY OF FORT WOR'FH STANDARD CONSTRUCTIOIV SPECIFICATION DOCUMEN'I'S Itevision: Mtueh9,2020 aa �z oo - i G�NERAL CONDlTIONS Page 53 of 63 B. Review ofApplications: City wil1, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Applicarion to Contractor indicatin.g reasons fox refusing payment. In the Iatter case, Contractor may make the necessary correclions and resubmit the Application. 2. City's processing of any payment requested in an Application for Payznent will be based on City's observatians of'the executed Worlc, and on City's revi�w of the Application for Payment and the accompanying data and schedules, that to the best of City's knowledge: a. the Wark has progressed to the paint indicated; b. the quality of tl�e Work is generally in accordance with the Contract Documents (su�ject to an evaluation of the Work as a func#ioning whole prior to or upo� Final Acceptance, the results oF any subsequent tests called for in the Contract Documents, a fmal deterniination of qua�tities and classifications for Work performed under Paxagraph 9.05, and any other qualifications stated in the recomnaendation), 3. Procassing any such payrnent will not thereby be deemed to ha�e represented that: a. inspections made to check the quality ar the quantiiy of the Work as ii has been pez�£arimed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the respansibilities specifically assigned �o City in the Contract Documents; or b. there may not be other matters or issues beiween the parties that might entitle Cantractor to be paid additional�y by City or entitle City to witY�ho�d payment to Cont�ractor, or c. Cantractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process ihe whole or any part of any payment because of subsequenily discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payrnent previo�xsly made, 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 Cor�tractor or his subcontractors, requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payrnent; c. the Cantract Price has been reduced by Cbange Orders; d. City has bean required to correc� defecrive Work or camplete Work in accordance with Paragraph 13A9; or CITY OF PORT WORTH STANDARD GONSTRUCTIpN SPECIFICATION DOCUMENTS Re�ision: Mazeh9,2020 00 �2 00 - i GENERAL CONDITIbNS Page 54 of 63 e. City has actual knawledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage.• 1. For contracts less thax�. $400,D00 at the time of executian, retainage shall be ten percent { 10%). 2. For contracts greater than $400,000 at the time of execurion, retainage shall be �ve percent (5%). D. Liquidated Damages. For each calendar day that any work shalI remain uncornpleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Cont�actar, not as a penalty, but as liquidated damages suffered by the City. E. Payrrxent: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to rnake payment of ihe a�nount requested because: a. Liens have been filed in co�ect�on with the Work, except where Contractor has deIivered a specific bond satisfactory to City to secure �he satisfaction and discharge of such Liens; b. there are other itezns entitling City to a set-off against the amount recommended; or c. City has actual lrnowledge of the occuxr�nce of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment o£ the amount requested, City will give Cantractor written notice stating the reasons Far such action and pay Contractor any amorant remaining after deduction of the amo►�nt so withheld. City sha11 pay Contractor ihe amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.43 Contractar's Wa�ranty of Title Contractor waz•xants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time ofpayrnent free and clear of ail Liens. CITY pF FpRT WORT7�I STANDARD CONSTR[ICTION SPECIFICATION DOC[JMENTS Revision: Mu�fi9,2020 oo�2oa-i GEN�RAL CONDITIONS Page SS oi63 14.44 Partial Utilazation A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work wluch has specifically been ideniified in the Contract Documents, or which City, determines constifutes a separately functioning and usable part of the Work t�iat can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractar in writing to permit Ci�y to use or occupy any such part of the Work which City detei7nines to be ready for its intended use, subj ect to the following condiiions: 1. Contractor at any time znay notify City in wz�ting that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.45.A.1, City and Cantractor sha11 make an inspectian of that part of the Work to deteimine its status of completion. If City doas not consider that part of the Wark to be substaniially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilizatian will nat constitute Fina1 Acceptance by City. 14.05 Finallnspection A. Upon written notice from Contractor that the entire Work is comp�ete in accordance with the Contract Dacuments: 1. wit�un 10 days, City will schedule a Fina1 Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall irnr�ediately take such rneasures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against t1�e Contractor between said date oi notification of the City and the date of Final Inspection. Should the City detern�n� that the Work is not ready for Final Inspection, City wi11 notify the Con.tractor in writing af the xeasons and Contract Time will resume. 14.06 Final Acceptance Upon comple�ion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue ta Contractor a letter af Final Acceptance. ci� oF �oxT wox�rx STANDARD COIISTRUCTION SPECIFICATION DOCLTMENTS Ra�ision: Maroh 9, 2D20 0072D0-1 GENERAL COIVDITIONS Page 56 of 63 14A7 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and. in the opinion of City, Contractor may make an application for final payment following the procedure for progress payrnents in accordance with the Contract Documents. 2. The fmal AppZication for Payment shall be acconnpanied (except as previousIy delivered} by: a. all documenfation called for in the Contract Documents, including but not iimited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to finaI payment; c. a list of all pending or xeleased Damage Claims against Ciry that Contractor believes are unsettled; and d. affidavits of paymenis and complete and legally effectzve relea�es or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accornpanying documentation, requested by Contractor, less previous payments made and any sum City is erztitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for reso�ution. 3. The making of the fmal payment by the City shall not relieve the Contractar of any guarantees or other requirements of ihe Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If frnal cornplction of the Work is significantly deiayed, and if Ciiy so confiz�ns, City may, upon receipt of Contractor's final Application For Payment, and without ternunating the Contract, make payment of �he balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully co�mpleted or corrected is less than the retainage stipulated in �'az�ag�raph 14A2.C, and if bonds ha�e been iurnished as required in Paragraph 5.02, the written consent af the sureiy to the payment of the balance due for that CITY OF FORT WORTH STA,NI�A,RD CQNSTRUGTION SPECIFICATION DOCUMEN75 Revision: Mareh 9, 2020 oa�zoo-� GENERAL CONDITIONS Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Can�ractor to City with tk�e AppIicatian for such payment. �uch payment sha11 be made under ihe terms and conditions governing final payment, except that it shall n.ot coz�stitute a waive�r of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishrnent ar�d �naintenance, and test and performance periods following the completion of a11 other construction in the Contract Dacuments for all Work locatians, the City may release a portion of the amount retained provided that all other work is completed as deterrnined by the City. Befare the release, a11 submittals and final quantities must be co�npleted and accepted for all other work. An amount suff cient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payrr�ent will constitute a release of the City from all claims or liabilities under the Contract for anything dane or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Cantract. ARTICLE 1� — SUSPENSION OF WORK AND TERMINATION � �.01 City Mcry Suspend Work A. At any time and withaut cause, City may suspend the Work or any portion tliereof by written notice to Contractor and which may fix the date on which Work will be resumed. Cantractor shall resume the Work on the date so fixed. During ternporary suspension of tl�e Work covered by these Contract Documents, for any reason, the City will make no extra payrnent far stand-by time of consiruchon equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to catxses beyond the controi of and without the fault or negligence of the Contrac�or, and shouid it be detennined by mutual consent of the Contractar and City that a salution to allow construction to proceed is not available within a reasonable period of time, Contracior may request an extension in Contract Time, directly attributable to any such suspension, C. If it should become necessary �o suspend the Work for an indefinite period, the Contractor shall store a11 materials in such a maiuier that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaufiion to prevent damage or deteriora�ion of the work performed; he shalI provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of maving his equipment offthe job and reiun�ing the necessary equipmeni to the job when it is deternuned by the City that construction rnay be resuzned. Such reimbursement shall be based on actual cost to the Contractor of moving the equipmen� and no profit will be allowed. Reimbursernent may not be allowed if the ec�uipment is moved to another construction project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICAITON DOCUMENTS Re�ision: Mtnch9,202D 00 72 00 -1 GENERAL CON�ITEONS Page 58 of 63 15.02 City May 7'erriainate for Cause A. The occurrence of any one ar more of the following events by way oF example, but not of litnitation, may justify tez�nation for cause: 1. Contractor's persistent failure to perfarm the Work in accordance with tIae Contract Docurnents (including, but not limited to, failure #o supply sufficient skilled work�rs or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted frorn tirne to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011established under Paragraph 6.06.D); 2. Cantractor's disregard of Lat�vs or Regulations of any public body having jurisdiction, 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Docunnents; or Coniractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in vvriting by the City; or 6. Substantial indicafion that the Cantractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any cxeditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insotvent or banlcrupt, ar ot�ierwise financially unable to carry on the Work satisfactorily; or S. Cantractor comrnences legal action in a court of competent jurisdiction against the City. B. �f one or mare of the events identified in Paragraph 15.02A. occur, City will pravide written natice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's fail�xre to perfo�n the Wark. Conference sha11 be held not later than 15 days, afier receipt vf notice. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform ihe construction Contract, the Ciiy may, ta the extent permitted by Laws and Regulations, declare a Contractor default and farmally ternzinate the Contractox's rzgixt to complete the Contract. Contractor default sha11 not be declared. eaz�liex than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, S�arety shall be obligated to take over and perform the Work. If Surety does not coznmence perfarmance thereof wi�hin 15 consecutive calendar days after date of an ac�ditional written notice demanding 5urety's performance of its CITY OF FORT WOR'�'H STANDARD CONSTRUCTION SPECTFICATION DOCUMEN7'S Revision: Ma�h9, 2020 oo�zoo-i GEN��� ca�v�iTiaNs Page 59 ofb3 obligations, then City, without process or action at law, may take over any portian af the Wark and complete it as described below. a. If City completes the Work, City may exclude Cantractar and Surety from the site and take possession of ihe Work, and a11 rnaterials and equipment incorporated into the Work stored at the Site ox for which City has paid Contractor or Surety but which are stored �lsewhere, and finish tl�e Work as City may deem expedient. Whether City or Surety complet�s the Work, Contractor shall not be entitled to receive any further payment unt�I the Work is finished. If the unpaid balance of the Contract Price exceeds a11 clairns, casts, losses and damages sustained by City arisirig out of or resulting fror�a completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and darnages exceed such unpaid balance, Contractor sk�all pay the difference to City. �uch claims, costs, losses and damages incurred by City will be incorporated in a Change Order, pro�ided that when exercising any rights or remedies under this Paragraph, Ciiy sha11 not be required to obtain the lowest price for the Work perfor�ned. 4. Neither City, nor any o� its respective cansultants, agents, officers, directors or employees sha11 be xn any way liable or accountable to Contractor or Surety for the meihod by which the cornpletion oi the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Cantract, shall not forfeit the right to recaver damages fror� Contractor or Surety for Canh-acior's failure to timely complete the entixe Contract. Contractor shall not be entitled to any claim on account of the method useci by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of #he Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.B, Contractor's services will not be terminated if Cantractor begins within seven days of receipt af notice of intent to terminate to correct its iailure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notic�. D. Where Contractor's $ervices have been so term�zaated by City, the tei•mination will not affect any rights or remedies of City against Contractor then existing ar which may thereafter accrue. Any retez��ion or payment of moneys due Contractor by City wi11 noi release Cantractor from liability. E. IF and to the extent that Contractor has provided a performax�ce bond under the provisions of Paragraph 5.02, the �emunation procedures af that bond shall nat supersede the provisions of this Articie. CITY OF FORT WdRTH STANDARD CONSTRUCTION SPECIFICATION DOCi.)MENTS Revisiou: Mm�h9,2020 oo�zoo-� GENERAL CONDETIONS Page 60 of 63 15.03 City May Terminate For Convenaence A. City may, without cause and wi.thout prejuc�ice to any other right or remedy of City, terrninate the Contract. Any teimination shall be effected by mailing a notice of the ternnination to the Contractor specifying the extent to which performance of Work under the coniract is terminated, and the date upon which such tennination becomes effective. Receipt of the notice shall be deemed conclusively presurned and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively prese.uned and established �hat such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required oithe City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by ihe City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of ter�nination; 2. place no fiarther orders or subcontracts for materia�s, services or facilities exc�pt as may be necessary for completion of such partion of the Work under the Contract as is not terminated; 3. terminate a11 orders and subcontracts to the extent that they relate to the performance of the Work ternvnated by notice of termination; 4. transfer tiile to the Ciiy and deliver in the manner, at ihe tirnes, and to the exient, if any, ciaxected by the City: a. the fabricated ar�abricated parts, Work in progress, comple�ed Work, supplies and other material produced as a part o�, or acquired in connection vvith the performance of, the Work tenninated by the no#ice of the termination; and b, the completed, or partially completed plans, drawings, information and other property which, if the Coniract had beezi completed, would ha�e been required to be furnished to the City. 5. comple�e performance of such Work as sha11 not have been terniinated by the notice of termination; and 6. take such actian as may be necessary, ar as the City may direct, for the protection and preservation af th� property related to its contract which is in the possession of the Contractor and in which the owrzer has ox znay acquire the rest. C. At a time not later than 30 days after the teirnii�ation date specified rn the noiice of termination, the Contractor may subrnit to the City a list, certified as to quantity and quality, of any or all items af te�mination inventory not previously disposed of, exclusive of items the disposition of vsrhich has been directed or authorized by City. C1TY OF FORT WORT�# STANDARD CONSTRUCTION SPECIFICATIOM DOCUMENTS Revision: M�uch9,2A20 oo�2ao-i GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereaf�er, the City shall accept title to such items pravided, that the list submitted shall be subject to �eri�cation by the City upon removal of the iterns or, if the items are stored, within 45 days from the date of submissian of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to Final settlement, E. Not later than 50 days after the notice of terniination, the Contractor shall subrnit his termination claim to the Ciiy in the form ar�d with the certification prescribed by the City. Unless an extension is made in writing witl�in such 60 day period by the Contractor, and granted by the City, any and all such claixns s�ia11 be conclusively deemed waived. F. In such case, Contractox shall be paid far {without duplication of any items): 1. complete�d and accepiable Work executed in accordance with the Contract Documer�ts prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of tennination in performing services and furnishing labox, materials, or equipment as required by the Contract Documents in connec�ion with uncornpleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In th� ��ent of the failure oi the Contractor a�d City to agree upon the whole arnoumt to be paid io the Contractor by reason of the iernunation of the Work, the City shall detemune, on the basis of information available ta it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor tlie amounts deteilnined. Contractor shall not be paid on account of loss of anticipated profiis or revenue or other economic loss arising out af or resulting frorri such tennination. ARTICLE 16 — DISPUTE RE�OLUTION 1$.O1 Methods and Procedur�es A. Either City or Contractor may request mediation of any Contract Claix� submitted for a decision under Paragraph 10.46 before such decision becomes fFnal and binding. The request %r mediatian shall be submitted to the other party to the Contract. Timely submission of the request sha1l stay the effect of Paragraph 10.06.E. B. City and Cont�actor shall participate in th� mediation process in good faith. The process shall be commenced witiun 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's acf�on under I'aragx'aph 10A6.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.D sha11 becam� final and binding 30 days after teimination of the mediation unless, within that time pexiod, City or Contractor: CITY OF FORT WORTH STANDARD G4NSTRUGTION SPECIFICATION DOCUMENTS Re�ision: ivfateh9,2020 oo�zoo-1 GENERAL CONDITIONS Page 62 af 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with tl�e other party to submii the Contract Claim to another dispute resolution process; or 3. gives written notice to the other pariy of the intent to submit th� Contract Claim to a court of compeient jurisdiction. ARTICLE 1� — NIISCELLANEOUS 17.O1 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given rf: 1. delivered in person to �he individual or to a menczber af fihe iu�m or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or c�rtified mail, posiage prepaid, to the Iast business address known to the giver of �he notice. B. Business address changes znust be promptly made in writing to the other parEy. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic no�ice sha�l be deemed suff�cient upon confu•mation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, zt will be computed to exclude the first and include the iast day of such per�od. If the last day of any such period fa11s on a Saturday or Sunday or on a day made a legal holiday the next Working Day sha11 become the last day of ihe period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies avaiIable hereunder to the parties hereto are in addition to, atid are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions o£ the Coniracf Docurnents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Docurnents in connection with each particulaz� dufy, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STAAiDARD CONSTRUC"FION SPECIPICA7'ION DOCUMENTS Revision: Ma�h9,2020 aonoo-i GENERAL CONDITIONS Page 63 of 63 17.04 Su�vival of Obligations All xepresentations, indernnificaiions, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in ihe Coniract Documen�s, will survive final payment, comple�ian, and acceptance of the Work ar ternuna�ion ax completion of the Contract or termination of the ser�ices of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Canditions. CITY OF FORT WOR'�1� STANDARD CONSTRUCTION SPEC�ICATIpN DOCUMENTS Revision: Mt�h9,2020 00 73 00 SUf'PLEMENTARY CONDITIONS Page 1 of 5 SECTION 0(173 �0 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS 5upplementary Conditions These Supplementary Conditions rnodify and supplement Section a0 72 00 - General Conditions, and ot�er pravisions of the Contract Documents as indicated below. All pravisions of the General Conditions that are modified or supplemented remain in full force and effeci as so modiited or supplemented. All provisions of the General Conditions which are not so modified or supplemented rernain in full force and effect. De�ned Ter�ns The terms used in these Supplementary Conditions which are de�ned in the Genaral Conditions have ihe meaning assigned to them in the General Conditions, unless specifically nated herein, Modifications and Supplements The following are rnstructions that modify or supplernent specific paragraphs in the General Conditions and other Contract Documents. SC-3.035.�, "Resolvi�g Discrepancies" Plans govern over Specifcations. SC-4.OlA Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the �nal easements descriptions, Contractor shall compare them to the lines shown on ihe Coniract Drawings. SC-4.U1A.1., "Availability of Lands" The falIowing is a list of known outstanding right-of-way, and/or easernents to be acquired, if any as of 7uly 10, 2020: Outstanding Right Of-Way, and/or Easements to Be AcquirecE PARCEL OWNER 1V[.TMBER None TARGET DATE OF POSSESSION The Contractor understands and agrees that the dates listed above are estirnates only, are not guaranteed, and do not bind the City. If Contractor considers the final easements provided ta differ materially from the representatians on the Contract Drawings, Contractor shall within five (5} $usiness Days and befare proceeding with the Work, notify City in writing associated with ti�e differing easernent Iine locations. SC-4.O1A.2, "Availability of Lands" CITY OF FORT WORT'H 2O18 CIP Year 3— Contract 5 STA1�iDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 101452 Ravised March R, 2020 ao �3 00 SIJPPLEMENTARY CONDITIONS Page 2 of 5 Otilities or obstructians to be removed, adjusted, and/or relocated The follawing is list of utilities and/ar obstructions that have not been removed, adjusied, and/or relocated as of 7uly 10, 2020 EXP�CTED UTILITY AND LOCATION OWNER None TARGET DATE OF ADJUSTMENT The Contractar understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SG4AZA., "Subsurface and Physical Conditians" The following are reports of explorations and tests of subsurface conditians at the site of the Work: A Laboratory Test for A Street Coring Project, Report Na. CPN 101452, dated 12/2fl/2019 to 1/14/2020, prepared by Caty of Fori Worih Capital Delivery Di�isian/Soil Lab, a consuItant of the City, providing additional informatiQn on street cores and subgrade lab tests. The follawing are drawings of physical conditions in or relating to existing surface and subsurface structures (except Undergraund Faci�ities) which are at or cankiguous to the site of the Work: None SG4.06A., "Hazardous Environmental Conditians at SiEe" The following are reports and drawings of existing hazardous environmental conditions known ta the City: None 5C-S.U3A., i°Certificates a[ Insurance" The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (1) City (2) Consultant: None (3) Okher: None SC-5.04A., �°Contractar's Insurance" The limits of liability For the insurance required by Paragraph GC-5,04 shalI pravide the fallowing coverages for not less than the following amaunts or greater where required by laws and regulations: S.U4A. Workers' Compensation, under Paragraph GC-5.04A, Statutory limits Employer's liability $100,000 each accident/occurrence $100,000 Disease - each em,ployee $500, 000 Disease - policy lirrait SC-5.04B., 4fContractor's Insarance" CITY OF �ORT WORTH 201$ CIP Year 3— Gonfract 5 STANDARD CONS'iRUCTIaN SPECIFICATIQN DOCUMENTS Ciry Praject No.: 101452 Revised March 9_ 2020 00 73 00 SCIPPLEMENTARY COIVAITfONS Page 3 of 5 5.04B. Commercial General Liability, under Paragreph GC-5.04B. ConLractar's Liability Insurance under Paragraph GC-5.04B., which shall be on a per praject basis covering the Contractor with mi�imum limits of $1,000,000 each occurrence .$2,000,000 aggregate lirrait The policy must ha�e an endorsement (Amendrnent — Aggregate �.imits af Insurance} making the General Aggregate Limits apply separately to each job site. The Commercial General Liability Insurance poiicies shalI provide "X", "C", and "U" coverage's. Verif cation of such coverage must be showa in the Remarks Ar�icle of the Certificate of Insurance. SC S.OqC., "Contractor's lnsurance" 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: (1) Automobile Liabality - a carnmercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non-owned. $1,�00,000 each accident on a co�bined single limit basis. Split limits are acceptable if limiits are at least: $250, 000 Badily Injury per person / $500, 000 Bodily Injury per acciderat / $100,000 PropertyDamage SC-5.U4D., �iContracEor's Insurance" The Contractor's construction activities will require its employees, agents, subcantractors, equipment, and material deliveries to cross railroad properties and tracks. None The Contractor shall conduct its operations on railroad proper�ies in s�ach a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operakion of its/their trains or other property. Such operations on xailroad properties may require that Contractor ta execute a"Right of Entry AgreemenY' with the particuIar railroad company ar companies involved, and to this end the Contractar should satisfy itself as to ti�e requirements of each railroad company and be prepa�'ed to execute the right-of-entry {if any) required by a railroad coznpazay. The reQuirements specified herein likewise relate to the Contractor's use of private and/or construciion access roads crossing said raiIroad company's properties. The Cantractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term thai continues far sa long as the Contractar's operations and work crass, occupy, or tauch railroad properiy: (1) General Aggregate: (2) Each Occurrence: _ Reguired for this Confract $Conftrm Limits lvath Railroad $Corrfarrra Limits with Railroad X Nat required for this Contract With respect to the above outlined insurance requirements, the foltawing shal� govern: GITY pF FpRT WORTH STANDARD CONSTRUCTIQN SPECIFICATION DOCUMENTS Revised March 9, 2020 2018 CIP Year 3— Contract 5 Gity Project No.: 101452 ao �3 00 SUPPLEMENTARY CONRI'I'IONS Page 4 of 5 1. Where a singte railroad campany is involved, the Contractar shall provide one insurance policy in the name of �e railroad company. Howaver, if more than one grada s�paration or at-grade crossing is affected by the Project at entirely separate locatians on the lina ar lines af the satne railroad company, separate coverage may be required, each in the amount stated above. 2. Where more than one raiIroad company is aperating on the same right-af-way or where several railroad campanies are involved and operated on their ovvn separate rigltts-of-way, the Contractor may be required to provide separate insuranca policies in the name of each railroad company. 3. If, in addition to a grade separation or an at-grada crossing, other work or activity is proposed on a railroad company's right-of-way at a Iocation entireIy separate fram the grade separatian or at- grade crossing, insurance coverage for this work must be included in the palicy covering the grade separation. 4. If no grade separatian is involved but other work is proposed on a railraad company's right-of- way, all such other work may he covered in a single policy %r that railroad, even though the work may he at twa or more separate locations. Na wark or ackivities on a raiIroad company's property to be performed by the Contractor shafl be cammenced until the Cantractor has iurnished the City with an original policy or policies of the insurance for each railroad company named, as required abo�e. All such insurance must be approved by the City and each affected Railroad Carnpany prior to the Contractar's beginning work. The insurance specified above must be carried untii all Work to be performed on the railroad rigl�t-of way has been completed and the grade crossing, if any, is no langer used by the Contractar. In addition, insurance must be carried during all maintenance andlor repair work performed in the railroad right-of-way. Such insurance must name the rai�road company as the 9nsured, tagether with any tenant or lessee ait�e railroad campany aperating oaer iracks invol�ed in the Project. ,SC-6.04., "Project Schedule" Project schedule shall be tier 3 far the project. SC-6.4�., "Wage Rates" The following is the prevailing wage rate table{s} applicable to this project and is provided in the Appendixes: 2Q13 Pre�ailing Wage Rates (Hca�y and Highway ConstrucCion Pro,jecEs) A copy of the tai�le is alsa available by accessing the City's website at: htt�s://ap ps. fortwarthtexas.�ov/Pra i ectResou rces/ You can access the iile by follawing the directary path: 02-Constructian Documents/Specifications/Div00 — General Conditions SC-6.09., "Permits and Utilities" SC-b.09A., "Contractor abtained permits and licenses" The foIlowing are knawn permits and/ar licenses required by the Contract tQ be acquired by the Contractor: STREET USE PERMIT SW3P GITY OF FQRT WORTH 2O18 CIP Year 3— Cantract S STANDAItD CONSTRUCTION SPECIFICATTO�T DOCUMENTS City Project Na.: 101452 Ravised Mazch 9. 2020 � s 00 73 00 SUPPL�MENTARY CONDITIOTlS Page 5 of 5 SC-6.04B. "City obtainecE permits and licenses" The following are known permits and/or Iicenses required by the Contract to be acquired by the City: _ None • SC-6.69C. "Outstanding permits and licenses" � The following is a list of known outstanding permits and/or licenses to be acquired, if any as of ]uly lfl, 2020: � Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION 'I'ARGET DATE OF POSSESSION � C None SC-7.42., "Coordination" The individuals or entities listed below haue contracts with the City for the performance of other work at the Site: Vendor Sco e of Woriz Coordination Authori - None SC-8.01, °�Communicatinns to Contractor" Construction activities on �,ocke Avenue shall begin first. See T'X-DOT, Tarrant County, FTW District, Project CSJ: 0902-90-084 SRTS Improve►nents. � Construction aciivities on Libbey Avenue shall be performed during the summer months. Come � Elementary School is adjacent to the project lirnits. . SC-9.U1., "City's Project Manager" � The City's Project Manager for this Contract is Maged Zaki, P.E., or his successor pursuant to written noti�cation from the Director of Transportation and Public Works. � SC-13.63C., "Tests and Inspections" None SC-1b.O1G1, "Methacls and Procedures" None END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F. Griffin SC-9.01., "City's Project Representative" wording changed to City's Project Manager. 3l912020 D.V. Magana SC-S.D7, Updated the link such that files can be accessed via the City's website. CITY OF FORT'WQRTH STATIDARD CONSTKUCTION SPECIFiCATION DOCUMENTS Revised March 9, 2020 201 S CIP Yeae 3— Contract 5 City Projecl No.: ] 01452 i 01I]00-1 SUMIVIARY OF WORK Page I of 3 SECTIOI�I Ol 11 00 SUMMARY O�' WORK PART1- GENERAL 1.� SUMMARY A. Seciio� Includas: l. Surnmary of Wark to be performed in accordance with the Cantract Documents B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0- Bidding Reyuirements, Contract F'orms, and Conditions of the Contract 2. Division 1- General Reyuirements I.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l. Work associated with this Item is considered subsidiary to ihe various items bid. No separate payment will be allowed for this Item. L3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Covered by Contract Documents 1. Work is to include fumishing all labor, rnaterials, arid equipment, and performing all Work necessary for ihis construction project as detailed in the Drawings and Specifications. B. Subsidiary Woric 1. Any and all Work specifically gaverned by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Doc�nents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item sha11 be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other public places or other rights-of-way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount af tools, materials, and equipment far construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. C1TY OF FORT WORTH 20i 8 C I!� Year 3— Contract 5 STANDARD CDNSTRUCTION SPECIFICATION DOCUMENTS City Project IVo.: 101452 Revised December 20, 2012 oi i� oo-z SUMMARY dP WORK Page 2 of 3 b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be dasignated to be Ieft free and unobstructed and so as not to inconvenience occupants of adjacent property. c. If the street is occupied by railraad tracks, the Work shall be carried on in such rnanner as not ta interfere with the operation of Yhe railroad. 1} All Woz'k shaIl be in accordance with railroad raquirements set forth in Division 0 as well as the railroad permit. D. Work within Easements 1. Do not enter upan private property for any purpose without having previously obtained permission from the owner of such property. 2. Do not stare equipment or material on private properiy anless and until the speciiied approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless speci�cally provided otherwise, clear all rights-of-way or easements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the praject consttuction operations. 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, ptants, lawns, fences, cul�erts, curbing, and all other types af structures or impro�ements, to aIl water, sewer, and gas lines, to ali conduits, averhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which mighi be affected by the Work. a. Such notice sha11 be made at least 48 hours in advance of the beginning of the Work. b. Notices shali be applicable to both public and privata utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all darnage or injury to property of any character resulting from any act, amission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the 1'roject to the original ar a better than original condition. b. Erect temparary fencing in place of the fencing removed whenever the Work is not in progess and w�en the site is vacaied overni�t, andlor at a11 times ta provide site security. c. The cost for alI fence work within easemants, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project �roposal, unIess a bid item is specifically provided in the proposal. CTI'Y OF FORT WORTH 2O18 CIP Year 3— Gontract 6 STANDARD CONSTRUCI`ION SPEGIF]CAT10N DOCUMENTS City Projecf No.: 101452 Re�ised December 20, 2012 � Ol 1100-3 SUMMARY OF WORK Page 3 of 3 s 1.� SUBMiTTALS [NOT USED] t 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBIVIITTALS [N4T USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] - 1.9 QUALITY ASSURANCE [NOT USED] I 1.1U DELNERY, ST4RAGE, AND HANDLING [NOT USED] � ].11 FIELD [SITE] C4NDITION� [N4T USED] • 11� WARRAIiTTY [NOT USED] PART � — PRODUCT� [NOT USED] PART 3 — EXECUTION [NOT USED] � � r � � END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O98 CIP Year 3— Confract 5 STANDARD CONSTRUCTION SPECIFICATIpN DpCUMSI+lTS City Project No.: 101452 Revised December 20, 2012 O 1 25 04 - 1 5[iBSTITUTION PROCEDiJRES Page 1 of A SECTION 01 �5 00 SUBSTITUTION PROCEDURES PART1- GENERAL 1.�. SUIVIMARY A. Section Includes: 1. The procedure for r�questing the approval af substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria ar defined by reference to 1 or more of the fo�lowing: a. Naz�ne of manufacturer b. Name af vendor c. Trade name d. Catalog number 2. Substitutions are nai "or-equals". B. Deviations from ihis City of Fort Worth Standard Specif cation 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Divisian 0-- �idding Requirements, Contract Forms and Conditions of ihe Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Ite�n is considered s�absidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REk'ERENCES [NOT USED] 1.4 ADMINISTRATNE REQUIREMENTS A. Request for Substitution - General 1. Within 30 days afier award of ConYract (unless noted otlterwise), the City will consider formal reqUests from Contractor for substitution of products in place of those specified. 2. Certain types of eqUipment and kinds of material are describad in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not inYended to exclude from consideration other products bearing other manufact�rer's or vendor's names, trade names, or catalog numbers, pz'ovided said products are "or-equals," as determined by City. 3. Other types of equtpment and kinds of materia� may be acceptable substitutions under the foliawing conditions: a. Or-equals are una�ailable due to strike, discontinued production of products meeting specified requirements, or other factors beyand control of Contractor; ar, CITY OF FORT WORTH 2O18 CIP Year 3— Contract 5 STANDAKD CONS'CKUCTiON SPECIFICATION BOCUME�ITS Ciiy Project No.: 1 D1452 Revised July l, 2011 oiasoo-z SUBSTiTUCIOA! PROCEDUR�.S Page 2 oF4 b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form (attached) B. Procedura for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the canditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Sgecificatian Section or Drawing reference of originally specified product, including discrete name or tag number assigned to ariginal product in the Contz�act Dacumenis 2) Manufacturer's lzteratura clearly marked to show compliance af proposed product with Contract Docaments 3) Itemized comparisan of original and propased produci addressing product characteristics including, but not necessarily li�nited to: a} Size b) Composition or materials of construction c} Weight d) Elect-�-ical or mechanical requir�tnents 4) Product experience a) Locatian of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c} Avaiiable field data and reports associated with proposed product 5} Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methads: 1) Detailed description of prapased method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with coior and pattern of specified product i� necessary to secure design intent. 3. In the event the substitution is approved, the resulting cost and/or time reduction will be documented by Change Order in accordance with the Genera] Conditions. CITY pF k'ORT WORTH 2O18 CIP Year 3— Contract 5 STANDARD CONSTRi3CTION SPECIFICATIQN DOCUMENTS City �roject No.: 141452 Revised July 1, 201 [ � f � 012504-3 SUBSTITUTION PTtOCEDCJI2ES Page 3 of 4 4. No additional cantract time will be given for s�abstitution. 5. Substitution will be rejected if: a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this 5peciiication Section c. In the City's opinion, acceptance will require substantial revision ofthe original design d. In the City's opinion, substitution will not perfotxn adequately the function consistent with the design intent 1.6 ACTION SUBMITTALS/INFORMATIUI�TAL SUBMITTALS [NOT USED] 1.'7 CLOSEOUT SUSMITTALS [NOT USEDJ 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor � represents that the Contractor: 1. Has invesiigated proposed product, and has detennined that it is adeyuate or superior in all respects to thai specified, and that it will perform function for which it is intended f 2. Wil� provide same guarantee for substitute item as for product specified ' 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects _ 4. Waives all claims for additional costs related io substitution which subsequently arise L1U DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 11� WARRANTY �NOT USED] PART � - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CIIANGE C17'Y OF FORT WORTH 2D18 CIP Year 3— Contract 5 STANDARD CONSTRUCTION SPECIFICATION DOC[1MENTS Ciry Project No.: 101�452 Revised Juiy 1, 2p11 012500-4 SUBSTITEJTIQN PROCEDT]RES Page 4 of A EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: PR4JECT: DATE: We hereby submit for your consideration �he fallowing product instead of the specified item far the above project: SECTION PARAGRAPH SFECIFI�D ITEM Proposed Substitution; Reason for Substitution: Include complete information an changes to Drawings andlar Specifcations which proposed substitution will require for its proper installa�ion. Fill in Blanks Below: A. Will the undersigned contractor pay far changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences be#ween proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manuiacturer's guaran�ees of the proposed and specified items are: Equal Better (explain on attachment) The undersigr�ed states that the function, appearance and quality are equivalent or superior to the specified item. Subnnitted By: For Use by City Signature as noted Firm Address Date Telephone For Use by City: Appro�ed City CITY OF FORT WORTH STAAiDAIiD COiYSTKUCTION SPECIFICATCON DOCUMEAlTS Revised JuEy 1, 2011 � Recammended _ Not recammended By Date Remarks Date Rej ected _____ Recommended Received iate 2018 CIP Year 3— Contract 5 City Projecl No.: 101452 013119-1 PRECONSTRUC'I'IQN ME$T11�IG Page 1 of 3 4 k 4 ( � � t SECTION U13119 PRECONSTRUCTION MEETING PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Frovisions for the preconstruction meeting to be held prior to the start of Work io clarify construction contract administraiion procedures B. Deviations from this City of Fort Worth Standard Speciiication 1. None. C. ReIated Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding RequiremenYs, Contract �orms and Conditions of the Contract 2. Division 1— General Requirements 1.� PItTCE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination l . Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be yualified and authorized to act on behalf of #he entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Areconstr�ction Meeting 1. A preconstruction meeting will be held within 14 days afier the execution of the Agreement and before Work is started. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the nates of the meeting and distribuYe copies of s�.me to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall incfude: a. Project Representative b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City rnay request CITY OF FORT WORTH 2O18 CIP Year 3— Contract 5 STANDARD CON5TKUCTION SPECI['ICATION DOCUMENTS Cfty Project No.: 101452 Revised August 17, 2012 0131 E9-2 i'12ECQNSTRUCTIOI�I MEETING Page 2 of 3 e. 4ther City representatives £ Others as appropriate 4. Construction Schedule a. Prepare baseline constructian schedule in accordance with Section O 1 32 16 and provide at Preconstruction Meeting. b. City will notify Contraetor of any schedule changes upon Notice of Precor�struction Meeting. 5. Pralinninary Agenda �x�ay include: a. Intraduction of Project Personnel b. General Description of Project c. Status of right-af-way, utility ciearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payznents s. Extra Work and Change 4rder Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals m. Payroll Certiiicatian n. Materiai Certi�'ications and Quality Control Testing o. Public Safety and Convenience p. Dacumentation of Pre-Construction Conditions q. Weekend Work Natificatian r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representat��e for operations of existing water systa ms v. Starm Water Paiiution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable ta the project aa. Damages Claims bb. Submit�al Procedures cc. Sabstitution Procedures dd. Correspondence Routing ee. Recard Drawings ff. Temporary constructian facilities gg. M/WBE or MBE/SBE procedures hh. Final Acceptance ii. Final Fayment jj. Quesiions or Comments CiTY dF FORT WORTH 2O18 GIP Year 3— GonfraCl 5 STANDARR GONSTRUCTION SPECIF[CATIpN BOCUMENTS City Project No.: 9D1452 Re�ised August 17, 2012 � o� 3> >9-3 PRECONSTRIJC7TON MEETING Page 3 of 3 1..5 SUBMITTALS [NOT USED] l t 1.6 ACTIUN SUBMITTALS/IN�'ORMATIONAL SUBIVIITTALS [N�T USED] � 1.7 CLQSEOUT SUBMITTALS [1�10T USED] � 1.� MAINTENANCE MATERYAL SUBIirIITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] ` 1.10 DELNERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] � i.12 WARRANTY [NOT USED] ; PART 2 - PRODUCTS [NOT USEDJ � � � � PART 3 - EXECUTION [NOT U�ED] END O�' SECTI�N Revision Log DATE NAME SUMMAIZY OF CHANGE CITY OF FORT WORTH 2O18 CIP Year 3— Cantract 5 STAHDAKD CONSTRUCTION SPECIFICATION DOCUMENTS City ProjeCE NO.: 141452 Revised August 17, 2012 4 � � 013124-1 PROJECT MEETINGS Page 1 of 3 � SECTION 013120 � PROJECT MEETINGS �Specifie��: Thrs Specification is interzded for use on p��ojects designated as Tier� 3 or Tier 4.] � PART1- GENERAL 1.1 SUMMARY A. Section Includes: C 1. Provisions for project meetings throughout the construction period to enable orderly ' review of the progress of the Work and to provide for systematic disctassion of potential problems � B. Deviations this City of Fort Worth Standard Specification � 1. None. C. Related Specificatio:n Sections include, hut are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contraci 2. Division 1— General Requirernents ]..2 PRICE AND PAYMENT PROCEDURES A. Measurement and Aayment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allawed for this Item. 1.3 REFERENCES [NOT USED] 1.� ADMINISTRATiVE REQUIREMENTS A. Coordination 1. Sc�edule, attend and administer as specified, periodic progress meetings, and specially calIed meetings throughout progress of the Work. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be quali�ed and authorized to act on behalf of the entity each represents. 3. Meetings administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. 4. Meetings, in addition to those specified in this Section, may be held when requested by the City, Engineer or Contractor. B. Pre-Construction Neighborhood Meeting 1. After the executian of the Agreement, but before construction is allowed io begin, attend 1 PubIic Meeting with affected residents to: a. Present projected schedule, including consiruction start date b. Answer any cons#ruction related yuestions 2. Meeting Location a. Location of ineeting to be detertnined by the City. 3. Attendees CITY OF FO12T WORTH 2O98 CIP Year 3—Contract 5 STANDARD GONSTRUCTION SPECIF[CATIQI�! DOCUMENTS Clty PfOjBCt NO.: 101�452 Revised July 1, 201 � 013120-2 PROJECT A�EETINGS Page 2 of 3 a. Contractor b. Project Representative c. Other City rep:resentatives 4. Meeting Schedule a. In general, the neighborhood meeting will occur within the 2 weeks following the pre-construction conference. b. In no case will construction be aIlowed to begin until this meeting is held. C. Progress Meetings 1. Formal project coordination meetings will be held periodicaily. Meetings will be scheduled and administered by Project Representative. 2. Additiona� progress rr►eetings to discuss specific topics will be conducted on an as- needed basis. Such additional meetings shall include, but not be limited to; a. Coordinating shutdowns b. Installatian of piping and equipment c. Coorciination between ather conshvction projects d. Resolution of construction issues e. Equipment approval 3. The Project Representative will preside at progress meetings, prepare the nates of the meeting and distribute copies of the same to a11 participants who so reyuest by fully completing the attendance form to be circulatad at the beginning of each meeting. 4. Attendance shall include: a. Contractor's project manager . b. Confiractor's superintendent c. Any subcontractor or supplier representatives whom the Cantractor may desire to invite or tk�e City may request d. Engineer's representatives e. City's representatives f. Others, as requested by the Aroject Representative 5. Pratirninary Agenda may include: a. Review of Work progress since previous meeting b. Field observations, problems, conflicts c. Items which iznpede construction schedule d. Review of off site fabrication, delivery schedules e. Review of consfructian interfacing and sequencing requiterxtents with oiher construction contracts f. Corrective measures and procedures to regain projected schedule g. Revisions to constructian schedule h. Progress, schedule, during succeeding Work periad i. Coordination of scheduIes j. Review submittal schedules k. Maintenance of quality standards 1. Pending changes and substitutions m. Review proposed changes for: 1) Effect an canstruction schedule and on completion date 2) Eifect an other contracts of the Project n. Review Record Docurnents o. Review monthly pay request CITY pF FORT WOR'IFi 2098 CIP Year 3— Contract 5 STANDARB CONSTRUCTION SPECIFICATION DOCUMENTS Gity Praject No.: iD1452 Revised July 1, 2D11 � � � I i : k i } � I � � ; F 013120-3 PROJECT MEETINGS Page 3 of 3 p. Review status of Requests for Information 6. Meeting Schedule a. Progress meetings wi2I be held periodically as determined by the Project Representative. 1) Additional meetings may be held at the reyuest of the: a} City b) Engineer c) Contractor 7. Meeting �,ocation a. The City will establish a rneeting locaYion. 1) To the extent practicable, meetings will be held at the Site. 1.5 SUBMITTALS [1�TOT USED] 1.6 ACTION SUBMITTAL�/INFORT�'IATIONAL SUBM�TTALS [NOT USED] 1.'� CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING jNOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART � - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME S�TMMARY OF CHANGE CTTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DQCUMENTS Revised July I, 201 l 2018 CIP Year 3— Contract 5. City Projecf �fo.: 'E01452 01321b-1 CONSTRUCTION FROGRESS SCHEDULE Page I of 5 SECTION 013� 16 CONS'TRUCTION PROGRESS SCHEDULE PART1- GENERAL 1.1 SiTMMARY A. Section Includes: 1. General requirements for the preparation, submittal, updating, status reporting and management af tY�e Construction Progress Schedule 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance Documen# B. Deviations from this City of Fort Worth Standard �pecification 1. None. C. ReIated Specification Sections include, but are not necessarily limited to: 1. Division 0-- Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE A�TD PAYMENT PR�CEDURES A. Measurement and Payment 1. Work associa#ed with this Item is considered subsidiary #o the various items bid. No separate payment wi11 be allowed for this Item. 1.3 REFERENCES A. Definitions 1. Schedule Tiers a. Tier 1- No schedule submittal required by contract. Smalt, brief duration prajects b. Tier 2- No schedule subm�ital requ�red by contract, but will reyuire some rrailestone dates. Small, brief duration projects c. Tier 3- Schedule submittal reyuired by contract as described in the Specification and herein. Majority of City projects, including all bond program projects d. Tier 4- Schedule submittaI required by contract as described in the Specification and herein. Large and/or complex projects with lang durat�ons 1) Examples: large water pump station project and associated pipeline with intercannection to another governmental eniity e. Tier 5- ScheduIe subrniital required by contract as described in the Specification and herein. Large and/or very complex projects with �ong durations, high public visibility 1} Examples might include a water or wastewater treatment plant 2. Baseline ScLedule - Initial schedule submitted before work begins that wiit serve as the baseline for measuring progress and departures from the schedule. 3. Progress Schedule - Monthly submittal of a progress schedule documenting progress on the project and any changes anticipated. C17"Y OF FORT wORTH 2Q9 8 CIP Year 3— Contract 5 STANDARD CaNSTRUCTtON SPECIF[GATIpN pOCUMENTS City Projecf No.: 9U1452 Revised July 1, 2011 a� 3z i6 - z CONSTItUCTION PROGRESS SCHEDULE Page 2 of 5 4. Schedule Narrative - Concise narrative of the schadule including schedule changes, expected delays, key schedule issues, critical path items, etc B. Reference Standards 1. City of Fort Worth Schedule Guidance Document 1.4 ADMINISTRATIVE REQUIREMENT� A. BaseIine Schedule 1. General a. Prepare a cost-loaded baseline Schedule using approved software and the Critical Path Method (CPM) as required in the City of Fort Worth Schedule Guidance Document. b. Re�iew the draft cost-loaded baseline Schedule with the City to demonstrate understanding of the work to be performed and known issues and constraints related to the schedule. c. D�signate an authorized representative {Froject Scheduler) responsible for daveloping and updating the schedule and preparing reports. B. Progress Schedule 1. Update the progress Schedule monthly as requrtred in the City of �'ort Wort� Schedule Guidance Document. 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 3. Change Orders a. Incorporaie approved change orders, resu�ting in a change of contract time, in the haseline Schedule in accordance with City oiFort Worth Schedule Guidance Docurrzent. C. Responsibility far Schedule Compliance 1. Whenever it becomes apparent from the current progress Schadule and CPM Stat�s Report that delays to the critical pa#h ha�e resuIted and the Contract completion c�ate will not be met, or when so directed by the City, make some or all of the following actions at no additional cost to the City a. Submit a Recovery Plan to the City for approval revised baseline Schedule outlining: 1) A written statement of the steps intended to take to rennove ar arrest the delay fa the critical path in the appraved schedule 2) Increase construction manpower in such quantities and crafts as wili substantially eliminate the backlog af work and return current Schedule to meet projected baseline completion dates 3) Increase the number of working hours per shift, shif�s per day, warking days per week, the amount of construction equipment, or any combination of the foregoing, suf�ciently to substantially alirninate the backlog of work 4) Reschedule activities to achieve maximum practical cancurrency of accomplishment of activities, and comply with the revised schedule 2. If no written statement of the steps intended to tak� is submitted when so requested by the City, the City may direct the Contractor to increase the level of effort in manpower {trades}, equipment and work schedule (overtime, weekend and holiday work, etc.) to be employed by the Cantractor in order ta remove or arrest the delay ta the critical path in the approved schedule. a. No additional cost for such work will be considered. CITY OF FORT WORT'H 2O18 CIP Year 3— Con#rac# 5 STANDARD CaNSTRUC770N SPFCIFICATION DOCUMENTS Cily Project No.: 101452 Re�ised July 1, 2011 Ot3216-3 CONSTRIICTION PRQGRESS SCHEDULE Page 3 of 5 D. The Contract completion time will be adjusted anly for causes specified in this Contract. a. Reyuests far an extension of any Contract completion date must be supplemented with the following: 1) Furnish justification and supporttng evidence as the City may deem necessary to deterntine whether the requested exiension of time is entitled under the provisions of this Contract. a) The City will, after receipt of such justi�cation and supporting evidence, make findings of fact and wiIt advise the Contractor, in writing thereo£ 2} If the City finds that the requested extension of time is entitled, the City's deternaination as to the total number of days allowed for the e�ensions shall be based upon the approved total baseline schedule and on aIl data relevant to the e�ension. a) Such data shall be included in the ne� updating aithe Progress schedule. b) Actual delays in activities which, according to the Baseline schedule, do not affect any Contract completion date shown by the critical path in the network will not be the basis for a change therein. 2. Submit each rec�uest for change in Contract completion date to the City within 30 days after ihe beginning of the delay for which a time extension is requested but befare the date of �nal payment under this Contract. a. No titne extension will be granted far reyuests which are not subtnitted within the faregoing time limit. b. From time to time, it may be necessary for ihe Contract schedule or completion time to be acljusted by the City to reflect the effects of job canditions, weather, technical difficuities, strikes, unavoidable delays on the part of the City or its representatives, and other unforeseeable conditions which may indicate schedule adjustments or completion tirne extensions. 1) Under such condiYions, the City will direct the Contractor to reschedule the work ar Cantract completion time to reflect the changed conditions and the Cor�tractor shall revise his schedule accordingly. a) No additional compensation will be made to the Contractor for such schedule changes except for unavoidable overall contract time extensions beyond the actual completion of �naffected work, in which case the Contractor shall take all possible acti�n to minimize any time extension and any additionaI cost to the City. b) Available float iime in the Baselinc schedule may be used by the City as well as by the Contractor. 3. Float or slack time is defined as the amount of time between the earliest start date and the Iatest start date or between the earliest finish date and the latest finish date of a chain of activities on the Baseline Schedule. a. Float or sIack. time is not for the exclusive use or benefit of either the Contractor ar the City. b. Proceed with work according to early start dates, and ihe City shall have the right to reserve and apportion float �ime according to the needs of the project. C1TY oF FaKT WORTH 2O98 CIP Year 3— Contract 5 STANDARD CONSTRUGTION SPECIFICATIOM BOCUMENTS City Project No.: 101 a52 Revised 7uly 1, 2011 atsz�b-a CONSTRUCTIOAI PROGTtE55 SCHEDULE Page 4 of 5 c. Acknowledge and agree that actual delays, affecting paths of activities containing flaat time, will not ha�e any effect upon contract completion Yimes, providing that the actual delay does not exceed the float time assaciated with those activities. E. Coordinaiing Schedule with Other Contract 5chedules 1. Where work is to be gerformed under this Contract concurrently with or contingent upan work perfortned on the same facilities ar area under other contracts, the Baseline Schedule shall be coordinated with the schedules of the other contracts. a. Obtain the schedules of the other appropriate cantracts from the City %r the preparation and updating of Baseline schedule a.nd make the required changes in his schedule when indicated by changes in corresponding schedules. 2. In case of interference between the operations of different cantractors, the City will deternnine the work prioriTy of each contractor and the sequence of work necessary to expedite the completion of the entire Project. a. In such cases, the decision of the City sha11 be accepted as final. b. The temporary delay of any work due to such circumstances sha11 not be cansidered as justification for claims for addiiional compensation. 1.S SUBM�TTALS A. Baseline Schedule 1. Submit Schedule in native file format and pcEf format as required in the City of Fart Worth Schedule Guidance Dacument. a. Native fil� fo:rznat includes: 1} Primavera (P6 or Primavera Contractor) 2. Submit draft baseline Schedule to City prior ta the pre-construction meeting and bring in hard copy to the meeting for review and discussian. B. Progress Schedule 1. Submit progress �chedule in native file format and pdf format as required in the City af Fort Worth Scheciule Guidance Document. 2. Submit progress Schedule monthly no later than the last day of the month. C. Schedule Narrative 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit schedule narrati�e monthly no later t�an the last day of the manth. D. Submittal Process l. The City administers and manages schedules through Buzzsaw. 2_ Contractor shall sub�mit documents as required in the City of Fort Worth �chedule Guidance Document. 3. Once the project has been completed and Final Acceptance has been issued by the City, no further progress schedules are required. CITY OF FORT WDRTH 2O18 CIP Year 3— Contracl 5 STANDARD CON5TRidCT[ON SPECIF[CATiON BOCUMENTS Clty PfOj2Cl NO.: 1D9452 Revised 7uly 1, 2011 S r � 013216-5 CON3TRUCTION PROGRESS SCHEDULE Page 5 of 5 1.6 ACTION SUBMITTALS/INFORIi�IATIONAL SUBMITTALS [NOT USED] 1.9 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] - 1.9 QUALITY ASSiIRANCE A. The person preparing and revising the construction Progress Schedule shall be ' experienced in the preparation of schedules of similar complexity. B. Schedule and supporting documents addressed in this Specification shall be prepared, � updated and revised to accurately reflect the performance of the construction. i - C. Contractor is responsible for the quality of all submittals in this section meeting the standard of care for the construction industry for similar projects. } 1.10 DELNERY, 5TORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] f 1.12 WARRANTY [NOT USED] ; F PART 2- PRODUCTS [NOT USED] F PART 3 - EXECUTION [NOT USED] � END OF SECTZON � � � Revision Log DATE NAME SUMMARY OF CHANG� C1TY pP FORT WORTH 2418 CIP Year 3— Contract 5 STANDARD CONSTRUC7iON SPECIFICATION DOCUMBN'I'S City Project I�o.: 101452 Revised July 1, 20] 1 � � r i � 3 ; G .' 013233-1 PRECONSTRUC'i'IQTI VIDEp Page 1 of 2 SECTION 013� 33 PREC4NSTRUCTTON VIDE4 PART1- GENERAL 1.1 SITMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Speciiication 1. None. C. Related Specification Sections include, but are not necessari�y limited to: 1. Division 0— Bidding Reyuirements, Contract Forms arzd Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES � A. Measurement and I'ayment _ 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. � 1.3 REFERENCES [1�TOT USED] L� ADMINISTRATIVE REQUIREMENTS f f ; � t � A. Preconstruciion Video 1. Produce a preconstruction video of ihe site/alignment, including a11 areas in the vicinity of and to be afFected by construction. a. Provide digital copy af video upan request by the City. 2. Retain a copy of ihe preconstruction videa until the end of the maintenance surety period. 1.5 SUBMXTTALS [NOT USED] 1.6 ACTIQN SUBMITTALS/�NFORMAT��NAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 I�IAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED) I.iO DELNERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD jSITE] CONDITIONS [NOT USED] 1.1� WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] ciTY o� For�T woarH S'I'AN[?ARD CON$TRUCT[pN $PECIFICAT"IDN DOCUMENTS Revised ]uly l, 2011 2618 CIP Year 3— Contract 5 City Praject No.: 909452 013233-2 PREC�NSTRUCTI�N V1QE0 Page 2 of 2 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SiTMMARY OF CHANGE CITY OF FdRT WORTH 2O18 CIP Year 3— Contract 5 �TANDARD CONSTitUCTION SPECIFICATION DOCUMENTS City ProjeCt No.: 101452 Revised July 1, 2011 k f }� 1 � � PART1- GENERAL 1.1 SUMMARY SECTION U133 00 SUBMITTALS 0133Q0-1 SUBMITTALS Page 1 of 8 � A. S�ciion Inciudes: 1. Generai methods and requirements of submissions applicable to the following i Work-related submittals: ' a. Shop Drawings b. Product Data (including Standard Product List submittals) r c. Samples . d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. Nane. C. Reiated Specification Secrions include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Condiiions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Fayment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coozdination 1. Natify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Docuxnents. 2. Coordination of 5ubmittal Times a. Prepare, priorit�ze and transmit each submittal sufficienily in advance of perForming the related Work or other applicable activities, or within the time specifiecl in the individuat Work Seciions, of the Specifications. b. Contractor is responsible such khat khe installation will not be delayed by processing times incle�ding, but not limited to: a) Disapproval and resubmittal (if required} b) Coardination with other submittals c) Testing d) Purchasing e) Fabrication fl Delivery g) Similar sequenced activities c. No extension of time will be authorized b�cause of the Contractor's failure to transmit submittals sufficiently in advance af the Wark. CTI'Y OF FORT WORTH 203 8 CIP Year 3-� Conlracl 5 STANDARU CONSTRUCTIdN SPECIFICATION DOCiIMENTS City Aroject No.: 101452 Revised December ZQ 2012 oi33oa-a SUBMITTALS Page 2 of S d. Make submittals promptly in accordance wiCh approved schedule, and �n such sequence as to cause no delay in the Work or in tl�e wozk of any other contractor. B. Submittal Numbering 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification nuxnbering system in the �ollowing manner: a. Use the first 6 digits of the applicable Specification Section Number. b. Far the next 2 digits number use nurnbers 01-99 to sequentially nzunber each initial separate item or drawing subrnitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same dxawing (i.e. A-2nd submission, B=3rd submission, C=4th s�bmissioz►, etc.). A�ypical submittal number would be as follows: 03 30 00-08-B 1} 03 3U 00 is the Speciiication 5ection for Cancrete 2) 08 is the eighth initial submittal under this Speci�ication Sectian 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certificafion Review shap drawings, product data and sarnples, including those by subcontractors, prior to submission to determine and verify the following: a. k'ield measnrements b. Field constz-uct�on criteria c. Catalog nurnbers and similar data d. Conformance with the Contract Documents Provide each shop drawing, sample and product data submitted by the Coatractor with a Certificatian Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certificaiion Statement 1) "By this submittal, T hereby repz-esent that I have determined and verified field measurements, �eld construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. �'old shop drawings larger than 8'/2 inches x 11 inches to 8%z inches x l linches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Descrip�ion of Pacl�et 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content L The date of submission and the dates of any previous submissions CITY OF FORT WORTH 2O18 CIP Year 3— Conlracl 5 STANDARD CONSTItUCTION SPECIFICATION DOCUMENTS City Project No.: 101452 Revised Decem6er 20, 2Q12 01 33 00 - 3 S�IBMITTAI,S Page 3 of S 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specifica�ion Section number, page and paragraph{s) 6. Field dimensions, clear�y identified as such 7. Relation to adjacent or critical featUres of the Work or materials S. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identi�ication by highlighting of revision s on resubmit�als 11. An 8-inch x 3-inch blank space for Conixactor and Ciky stamps F. Shop Drawings 1. As speciiied in individual Work Sections includes, but is not necessarily limited to: a. Custom-prepared data such as fabrication and erection/installation (working} drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system ar equipment inspection and test reports including: 1) Per%z'mance curves and certiiications i. As applicable to the Wark 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon iield rneasurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Froduct Data 1. For submittals of product data for products inc�uded on the City's Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City's Standard Product List, submittal clata may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) �uch as the manufacturer's product speciiication and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of coznpliances and applicability 4} Roughing-in diagra�ns and templates 5) Catalog cuts 6) Product photogaphs CITY OF FOR`F WORTH 2D18 CIP Year 3—Contract 5 STANDARD CONSTRUC7'ION SPECIFICATION DOCUME%!TS City Project No.: 101452 Revised December 20, 2012 oi �a oo - a SUBMITTALS Page 4 of $ '7) Standard wiring diagrams 8) Printed performance curves and operational-range diagrams 9) Production ar quality control inspection and test reports and certiiications 10} Mill reports 11) Product operating and tnainkenance instructzons and recommended spare-parts listing and printed product warranties 12) As applicable to the Work H. Sannples 1. As specified in individual Sections, include, but are not necessarily limited to: a. Physical exa�mples of the Work such as: I) Secrians of manufactured or fabricated Work 2) Small cuts or containers of materials 3} Camplete units of repetitively used products color/texture/pattern swatches and range sets 4} Specimens for caordination of eisuaI effect 5} Graphic symbols and units of Work ta be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prioz- to the approeal or qualiiied approval of such item. 1. Fabrication performed, materials purchased or on-sitc construction accomplished which does not conform to appraved shop drawiings azad data is a� the Contractor's risk. 2. `I'he City will not be liable for any expense or delay due to corrections or remedies required to accomplish confo�nity. 3. Complete project Work, materials, fabrication, and installations in canformance with approved shop drawings, applicable samples, and prod�ct data. J. Submittal Distribution Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, ar another external FTP site approved by the City. b. Shop Drawings 1) Upload submittat to designated project directary a�d notify appropriate City representatives via ez�r�ail of submittal pos�ing. 2) Hard Copies a) 3 copies far aIt submittaIs b) If Cantractor requires more than 1 hard copy of Shop Drawings returned, Contractor sha11 submit more than tne number of capies listed abo�e. c. Product Data 1) Upload submittal to designated project directory and no�ify appropriate City representatives via email of submittal posting. 2) Hard Copies a} 3 copies for all submittals d. Samples i) Distributed to the Project Representative 2. Hard Copy Distribu�ion (if required in lieu of electronic distribution) CITY OF FdRT WORTH 2O18 CIP Year 3— ContraCt 5 STANDARD CONSTRUCi70N SPECIFICATION DOCUMENTS City Project Na.: 141452 Ravised Dece�ttber 20, 20I2 O13300-5 SITBMITTAI.S Yage S of 8 a. Shop Draw�ings 1) Distributed to the City 2} Copies a) S copies for mechanical submittals h} 7 copies for all other submittals c} If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies Iisted above. b. Product Data 1} Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to ti�e Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved prociuct data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide nuxnber of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Fermitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, incIuding details, dimensions, and materials c. Approving departures from details fuxnished by the City, except as otherwise provided herein 2. The review and approval of shop clrawings, samples or product data by the City does not relieve the Contractor from his/l�er responsibility with regard to the ful�llment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City wi11 have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and irades, for selecting fabrication processes, for techniques of assernbly and for perforxning Work in a safe manner. 4. If the shop drawings, data or samples as submittec3 describe variatians and show a departure fronn the Contract requixeraents which Ciry finds to be in the interest of the City az�d ta be so minor as not to involve a change in Cantract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the sabmittaI. a) When returned under this code the Contractor may release ihe equipment and/or material for manufacture. b. Code 2 C1TY OF FORT WORTH 2O18 CIP Year 3— Contract 5 STANDARD CONSTRUCTIOT! SPECIFICATION DbCUMENTS City Project No.: 101452 Revised December 20, 2U12 013300-6 SUBMITTALS Page 6 of 8 1) "EXCEPTIONS NOTED". This code is assigned when a can�irmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or zxiaterial for manufacture; however, all notations and comments must be in.corporated into the rinal product. c. Cade 3 1) 'BXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all natations and comments must be incorporated into the finai product. b) This resubmittal is to address all comments, amissions and non-con%rming items that were noted. c) Resubmittal is to be recei�ed by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when �e submittal does not meet the intent of the Contract Documents. a) The Contractor musk resubmit the entire package re�vised to bring the submittal into canformance. b) It may be necessary to resubmit using a different manufactiarer/vendor to meet the Contract Documen#s. 6. Resubmittals a. Handled in the same manner as first submittals 1} Corrections other than requested by the City 2} Marked with revision triangle or other similar methad a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1} A11 subsequent reviews wi11 be perFormed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2} Provide Cantractor reimbursement to the City within 30 Calendar Days for a11 such fees invoiced by the City. c. The need for more than 1 resubmission ar any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not re�iew submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not comple�e will be retumed to the Cantractor, and will be considered "Not Approved" until resubmitted. c. The Ciky may at its option provide a list or mark the snbmittal direcking �he Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture. CiTY OF FORT WORTH 2O18 CIP Year 3-- Contract 5 STANDAItD C�NSTRUCT"[ON SPECIFICATIQIY DOCUMENTS City Projecf No.: 101452 Revised Deceinber 2d, 2012 013300-7 SUBMITTALS Page 7 of S 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the consteuction in accordance therewith and no farther changes therein except upon wzitten instructions frora the City. 10. �ach submittal, appropriately coded, will be returned within 30 Calendar Days follawing receipt af submittal by the Ciry. L. Mock ups 1. Mock Up units as specrfied in individual Secfions, include, but are not necessarily limited to, complete units of the standard of acceptance far that type of Work to be used on the Proj ect. Remove at the completion of the Wark or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifcations, submit a P.E. Certification for each item required. N. Rec�uest for Infox�mation {RFI) 1. Contractor Request for additional information a. Clarification or intexpretatian o�the contaract docurnents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the con£fict and request clarification 2. Use the Request for Information (RFI} form provided by the City. 3. Numbering of RFI a. Prefix with "RFI" followed by series number, "-�", beginning with "01" and rncreasing sequentially with each addiiional transmittal. 4. Sufficient information shall be attached to permit a written response without further information. 5. The City will log each request and will review the request. a. If review of the projecf information reqnest indicates that a change to ihe Contract Documents is required, the City will issue a Field Order or Change Order, as appropriate. 1.5 SUEMITTALS [NOT USED] 1.6 ACTION SUSMITTALS/INFORMATIONAL SUBMITTALS jNOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.$ MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUAL�TY ASSURANCE [NOT USED] 110 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITI4NS [NOT USED] 1.1� WARRANTY [NOT USED] CITY OF FOKT WORTH 209 8 CfP Year 3— Contract 5 STANDARD GONSTRUCT1pN SPEGIFIGATION DQCUMENTS City Project NO.: 101 �452 Revised Deceinber 20, 2012 az 33 00 - s 5UHMITTALS Page 8 of $ �ART 2 - PR�DUCTS [NOT USED] PART 3 - EXECUTION [N�T USED] END OF SECTION Revision Log DATE NAME SL3MMARY OP CHANGE 12/24/2012 D. lohnson 1.4.K,S. Working Days modified ta Calendar Days CITY OF FORT WORTH 2O18 CIP Year 3— Contract 5 STANDARD CONSTRUGTIpN SPECIFICATION DQCUMEI�lTS City Project Nn.: 9 01452 Revised ]�ecember 20, 2012 i � � 2 3 � � 4 PART 1 - GENERAi, 5 T1 SUMMARY 6 7 8 9 10 1I 12 13 14 15 16 17 18 19 20 21 22 23 24 25 SECTION 0] 3513 SPECIAL PROJECT �ROCEDURES O13513-1 SPECIAL PROJECT PROCEIJURES Page 1 of 8 A. Section Includes: 1. The procedures for special project circumstances that includes, but is not limited to: a. Coordination with the Texas Department of Transportation b. Work near High Voltage Lines c. Confined Space Entry Pragram d. Air Poiluiion Watch Days e. Use of E�plosives, Drop Weight, Etc. f. Water Deparhnent Notificarion g. Public Notificat�on Prior to Beginning Construction h. Coordination with United States Army Corps of Engineers i. Coordination within Railroad permits areas j. Dust Cantrol k. Employee Parking B. Deviations fronn this Ciry of Fort Worth Standard Specification 1. Non.e. C. Related Speciiication Sectians incluc�e, but are not necessarily limited to: 1. Division Q— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Di�vision 1— General Requirements 3. Section 33 12 25 — Connection to Existing Water Mains 26 1.2 PRICE AND PAYMENT PROCEDURES 27 28 29 30 31 32 33 34 35 3b 37 38 39 A. Measurement and Payment 1. Coordination within Railroad permit az-eas a. Measurement 1} Measuxeznent for this Xtem will be by Iump sum. b. Payment 1) The work performed and materials fizrnished in accordance with this Item �ri11 be paid for at the lutnp sum price bid for Railroad Coordination. a The price bid shaIl include: 1) Mobilization 2) Inspectian 3) Safety training 4} AdditionalInsurance S) Insuranc� Certificaies CTTY OF FORT WOIZTH STAAlDAKD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Aecember 20, 2012 20 ] 8 CIF Xear 3— Contract 5 City Project No.: 101452 013513-2 SPECIAL PAOJECT PROCEDURES Page 2 of S 1 2 3 4 5 6 7 8 9 14 11 12 13 14 15 16 17 1$ 6} Other requirements associated with general coordination with Railraad, including additional employees required to protect the right-of-way and property of the Railroad from damage arising out of and/or from the constzuction of the Project. 2. Railroad Flagmen a. Measurement 1) Measurement for this Item will be per working day. b. Payment 1} The work performed and materials furnished in accordance with this Ttem will be paid for each working day that Railroad Flagmen are present at the Site. c. The price bid shall include: 1) Coordination for scheduling flagmen 2) Flagmen 3) Other requirements assaciated with Railraad 3. All other items a. Woric associated with these Items is considered subsidiary to the variaus Items bid. No separate payment will be allowed for this Item. 19 1.3 REFERENCE� 20 A. Reference Standards 21 1. Reference standards cited in this Specification refer to the current reference 22 standard published at the rime of the latest revision date logged at the end of this 23 Specifscation, unless a date is specifically cited. 24 2. Health and 5afety Code, Title 9. Safety, Subiitle A. Public Safety, Chapter 752. 25 High Voltage Overhead Lines. 26 3. North Central Texas Council of Governments (NCTC4G) — Ctean Construction 27 Specifica�ion 28 i.4 ADMINISTRATIVE REQUIREMENTS 29 A. Caordination with the Texas Department of Transportation 30 31 32 33 34 35 36 37 38 39 40 41 1. When wark in the right-of-way which is under the jurisdiction of the Texas DeparEment of Transportation (TxD4T}: a. Notify the Texas DeparC�nent of Transportation prior to commencing any vvork therein in accoardance wi�h khe pravisions of the permit b. All wark performed in the TxDOT right-of-way shall be performed in compliance with and subject to approval from the Texas Department of Transportation B. Work near High Voltage Lines Regulatory Requirements a. All Work near Hig� Voltage Lines {more than 640 volts measured between conductors or between a conductor and �e ground) shall be in accordance with Health and Safety Cade, Title 9, Subtitle A, Chapter 752. 42 2. Warning sign 43 a. Pravide sign of sufficient size meeting alI OSHA requirements. 44 3. Equip�nent operating within 10 feet of high voltage lines will require the following 45 safety features CITY OF FORT WOIiTH 2O18 CIP Year 3— Contract 5 STANDARD COI�STKUCTION SPECIFICATi�N DOCUMENTS Gity PrajectNo.: 101452 Revised December 20, 2012 Ol 35 13 - 3 SPECIAL PROJECT PROCEDUR�S Page 3 of 8 � 2 3 4 5 6 7 S 9 10 T1 12 13 14 15 16 17 f8 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 �3 44 45 46 a. Insulating cage-type of guard about the boom or arm b. Insulator links on the lift hook connectians for back hoes or dippers c. Equipment must meet the safety requiremenis as set forth by OSHA and the safety reyuirements of the owner af the l�igh voltage lines 4. Work within 6 feet of high voltage eleciric lines a. Notification shall be given to: 1) The power company {example: ONCOR) a) Maintain an accurate Jog of all such calls to power company and record action taken in each case. b. Coordination with power company 1} Af'ter notification cQordinate wiih the power company to: a) Erect temporary mechanical barriers, de-energize the lines, or raise or lower the lines c. No personnel may work within 6 feet of a high voltage line before the above requirements have been met. C. Confined Space Entry Program 1. Provzde and follow approved Confined Space Entry Program in accordance with OSHA r�quirements. 2. Confined Spaces include: a. Manholes b. All other confined spaces in accordance with OSHA's Permit Required for Confinec� Spaces D. Air Follution Watch Days 1. General a. Observe ihe following guidelines relating to working on Ciry construction sites on days desigtiated as "AIR POLLUTION WATCH DAYS". b. Typical Ozone Season 1) May 1 through October 31. c. Critical Emission Time 1) 6:00 a.m. to 10:00 a.m. 2. Watch Days a. The Texas Commission on Environmental Quality (TCEQ}, rn coordination with the National Weatl�.er Service, will issue the Air Pollution Watch by 3:00 p.m. on the a�ernoon prior to the WATCH day. b. Reyuirements 1) Begin worlc after 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. 2) However, the Contractor may begin work prior to 10:00 a.m. if a) Use of motorized eq�ipment is less than 1 hour, or b) Ifequipment is new and certi�ed by EPA as "Low Emitting", or equipment b�rns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or al�enr�ative fuels such as CNG. E. TCEQ Air Permit 1. Obtain TCEQ Air Permit for construction activities per reyuirements of TCEQ. F. Use of Explasives, Drop Weight, Etc. 1. When Contract Dacuments permit on the project khe foIiowing will apply: CdTY OF FORT WORTH STANDARD CdNSTRiJCTION SPECIFICATION DOCUMENTS Revised Aecember 20, 2012 2018 CTP Year 3— Conh�ct S City Project No.: i 01452 O1 35 13-4 5PECIAL PRpJEGT PRQCEDURES Page 4 of $ f a. Public Notification 2 l.) Submit notice to City and proof of adequate insurance coverage, 24 hours 3 prior to comznencing. 4 2) Minimum 24 hour public notification in accordance witki Section al 31 13 5 G. Water Department Coordination 6 1. During the construction of this proj ect, it will be necessary ta deactivate, for a 7 period of time, existing lines. The Contractor shall be required to coordinate with 8 the Water Department to determine the best times for deactivating and ac�ivating 9 �hose lines. 1Q 2. Coordinate any event that will require connecting to or the operation of an existing 11 City water line system witl� the City's representative. 12 a. Caordination shall be in accordance with. Section 33 12 25. I3 b. If needed, obtain a hydrant water meter from the Water Department for use 14 during the life of named project. i5 c. In the event that a water valve on an existing live system be turned o�' and on I6 to accommodate tne construction of the project is required, coardinate this 17 activity through the appropriate City representative. 18 1} Do not operate water line �alves of existing water system. 19 a) Failure to camply will render the Contractor in violation of Texas Penal 20 Code Title 7, Chapter 28.03 {Criminal Mischie fl and the Contractor 21 will be prosecuted to the full extent of the law. 22 b} In addition, the Contractar will assume a111iabilities and 23 responsihilities as a result of these actians. 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 H. Public Notifcation Prior to Beginning Construc�ion 1. Prsor to beginning canstruction on any block in �he project, on a block by block basis, prepare and deliver a notice or flyer af the pending constr�ctian ta the front door of each residence or business that wili be impacted by construction. The notice shall be prepared as folIows: a. Post notice or flyer 7 days prior to beginning any construction activity on each block in the project area. 1) Prepare �lyer an t}�e Contractar's ]etterhead and include the fo�lowing information: a} Name of Project b) City Project No (CPN) c} Scope of Project (i.e. type of construction activity) d) Actual construction duration within the block e) Name of the contractor's foreman and phone number f} Name of the City's inspector and phone number g) City's after-hours phon� number 2) A sample of the `pre-canstructian natification' flyer is attached as Exhibit 41 A. 42 3) Submit schedule showing the canstniction start and finish time for each �3 block of the project to the inspector. 44 4) Deliver flyer to the City Inspector for review prior to distribution. 45 b. No construction w�ill he allowed to begin on any block until the flyer is 46 delivered to a�l residenks of the block. 47 I. Public Notiiicafion of Temporary Water Service Interruption during Canstrucfion C1TY OF RORT WQBTH 2O18 G�P Year 3— Contract 5 STAhIDARD CONSTRUCTION SPECIFICATIO�I DOCUM�.NTS City Project No.: 101452 Revised December 20, 2012 Ol 35 I3 - 5 SPECIAL PROJECT PROCEDi7RES Page 5 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 I9 20 21 22 1 � In the event it becomes necessaty to temporarily shut down water service to residents or businesses during construction, prepare and deliver a notice or flyer of the pending interruption to the front doar of each affected resident. Prepared notice as foliows: a. The notification or flyer shall be posted 24 hours prior to the temporary interruption. b. Prepare flyer on the contractar's letterhead and include the follawing informafion: 1) Name of the proj ect 2) City Proj ect Number 3} Date of the interruption of service 4} Period the interruption wi11 take pIace 5) Name of the contractor's foreman and phone number 6) Name of the City's inspector and phone nurnber c. A sample of the temporary water service interruptian notification is attached as Exhibit B. d. Deliver a copy of the temporaty interruption notification to the City inspector for review prior to being disiributed. e. No interruption of water service can occur until the flyer has been delivered io all af�ected residents and businesses. f. Electronic versions of the sample flyers can be obtained from the Projeci Construction Inspector. 23 J. Coordination with United Siates Arniy Corps of Engineers (USACE) 2�4 1. At locations in ihe Project wh�re constz-uction activities occur in areas where 25 USACE permits are required, meet all requirements set forth in each designated 26 permit. 27 2$ 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 K. Coordination within Railroad Pertni# Areas 1. At locations in the project where construction activities occur in areas where railroad permits are required, meet all requirements sei forth in each designated railroad permit. This inclndes, but is not limited to, provisions for: a. Flagmen b. Inspectors c. Safety lraining d. Additional insurance e. Insurance certificates f 4ther employees required to protect the right-of-way and property of the Railroad Company from damage arising out of and/or fro�n the construction of the project. Proper utility clearance procedures shall be used in accordance with the permit guidelines. 2. Obtain any supplemental information needed to cornply with ihe railroad's requirements. 3. Railroad Flagmen a. Submit receipts to City for verification of working days that railroad flagmen were present on Site. L. Dust Control 1. Use acceptable measures to contro� dust at the Site. a. If water is used to controI dust, capture and properly dispose of waste water. CITY OF FORT WORTH 2418 CIP Year 3— Contract 5 STANDARD CONSTRUC'T'ION SPECIFICATION DOCIJMENTS Giry Projecf No.: 101452 Revised December 20, 2012 013513-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 1 b. If wet saw cuiting is pez-�ormed, capture and properly dispose of slurry. 2 M. Employee Parking 3 1. Provide parking for employees at locaiions approved by the City. 4 1.� SUBMITTALS [NOT USED] 5 1.6 ACTION SUBMITTALSIIN�ORMATIONAL SUBMITTALS [NOT USED] 6 1.7 CLOSEOUT SUBMITTALS [NOT USED] 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USEDj 8 1.9 QUALITY ASSURANCE [NOT USEDj 9 110 DELIVERY, STORAGE, AND HANDLING [NOT USED] 10 111 FI�LD [SITE] CQNDITIQNS [N4T USED] 11 1.12 WARRANTY [NOT USED] 12 PART 2- PRODUCTS [NOT USED] 13 PART 3- EXECUTION [NOT USED] 14 15 END OF SECTION Revision Log DATE NAME �i.T1VIIVIARY OF CHANGE 1.4.B — Added requirement of compliance with Health and Safety Code, Title 9. 8/31/2012 D. Johnson Safety, Subtitle A. Pub]ic Safety, Chapter 752. High Voltage Overhead Lines. 1.4.E — Added Contractor responsibility for obtaining a TCLQ Air Permit 16 CTTY OF FORT WOIiTH 201 S C1P Year 3— Contract 5 STANDARB CONSTRUCTIOI�f SPECIFICATION DpCUMENTS City Project No.: 101452 Rcvised December 20, 2012 � Oi3513-7 SPEClAL P120JECT PROCEDURES Page 7 of $ � � i � � � s .� r 1 2 3 4 5 6 7 8 9 lo �1 12 13 14 15 16 17 is 19 20 21 22 23 24 25 2b 27 28 29 30 31 32 33 34 35 36 37 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN Na.: Praject Name: Mapsco Location: Limits of Construction: � � �I I II i I I I � � I� �i YbIS IS �9 IN��RY� YOU i HA i U�l��R �, CON i�C i�IITH iH� CITY OF FOFti �r!lORYl�, OIJF� COMP�,MY d4lIL� �VIORK ON Uil�liY �I➢V�� ON OF2 AROUf�� YOUR ��o��R�v. CON�TRUGiIOfd �II�� ��Glld A�4��iOXI�'MPIAi��Y S�l/��d �AYS �ROil�ff �b� ��Y� OF TFiIS NO'TIC�. IF YAU F1�►�/� C�U�S�'I�NS ��011i /#CC�S�, S�CIJ�I�Y, SA�� i Y OR AfdY Oii-��� ISSU�, L�l.��►S� �ALL: iE�r. �CONT�3AGTOR�S SUPERIN'i�NDEiVT� �T �Y�LIE�fiONl� NO.� OR Yl�ir. �GIgY 11�5P�C�OR� AT � TEL�PbON� NO.� AF'T�R �4:30 P�'�r'J 012 Oi� �I��K�Nl�S, L�L��5� C�#�� {89�) 392 �306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL C1TY OF FORT WORTH STANDARD CONSTRUCTIOM SPECIFIGATION DOGUMENTS Kevisad Deceinber 20, 2012 2018 CIP Year 3— Contract S City Project No.: 101452 013513-5 SPECIAL PRp,iECT PROCEDURES Page 8 of $ 1 � EXHISIT B ��RT �ORT� � �1� �1k�. �C9[R�[ �� ����� �� ������ ����� ���V� ����i�R�� DiJ� TQ UTII,ITY Il47PROVEMENT� iN YQUR N'EIGHB(3RH04D, YOUIt WA'i'�R SERVICE WILL BE II�'TERItLFPTED ON AETWEEN TSE �UY71tS aF A.ND IF YOU �AVE Ql3E3Ti0ATS ABQU'1` THIS SiiUT-OUT, i'LT.4,BE CALLc MR �T (CQNTRAGTORS 5UPE12iI�'CE1�LN7� {1'ELEP�QNE NUMBEit) QR Mii. (Ci'fY INSP�CTpR; AT �� (TEi.EPHbNE 1VUMBER) TH[S INCaNVFNIENCE WII.I, B� A$ 9HOR'Y' AS POSSIBLE. TSAPTaC YQU, GONTiiACTOit �j 4 CITY OF FORT WQRTH STANDARD CONSTRUCT10I1 SPECIFICATION I?OCUMBNTS Revised Deceinber 20, 2012 20 ] 8 CIP Year 3— Contract 5 City Project No.: 101452 � 4 ! I � i i � 014523 TESTING AND INSPECTION SERVICES Page 1 of 2 SECTION 0145 �3 TESTING AND INSFECTION SERVICES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions ofthe Contract 2. Division l— General Requirements �.� PRICE AND PAYMENT PROCEDURES A. Measurennent and Payment 1. Work associated with this Item is considered subsidiary to ihe various Iteztas bid. No separate payznent will be allowed for this Iter�. a. Contractor is responsible for performing, coardinating, and payment of ail QUality Control testing. b. City is responsibie for performing and payment for first set of Quality Assurance testing. 1) If the first Quatiiy Assurance test performed by the City faiis, the Contracior is responsibie for payment of subsequent Qua�iiy Ass�u'ance testing until a passing test occurs. a) Final acceptance will not be issued by City uniil all required paytnents for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, suffciently in advance, when testing is needed. b. When testing is required to be completad by the Cantractor, notify Ciiy, suff ciently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to the City's document management system, or another external FTP site approved by the City. CITY OF FORT WORTH STANI�ARD CONSTRUGTION SP�CIFICATION DOGUMENTS Revised March 9, 2020 2018 GIP Year 3— Gontract 5 Ciiy Projecl No.: 109452 O 1 �45 23 TESTING AND INSPECTION SERVICES Page 2 of 2 2} Upload test reports ta designated project directory and notify appropriate City representatives via email of submittal posting. 3} Hard Copies a) 1 copy for all submii#als submitted to the Project Representative b. Hard Copy Distribution (if reyuired in lieu of electronic distribution) 1} Tests performed by City a) Distribute 1 hard copy to the Contractor 2} Tests per%rmed by the Contractor a) Dist�ibute 3 hard copiea to City's Praject Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the fallowing information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspectian or lack of inspection does taot relieve the Contractor from obligatian to perform work in accordance with the Contract Documents. 1.5 �UBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATI4NAL SUBMITTALS [NOT USED] 1.'� CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTAL� [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITI4NS [NOT USED] 1.12 WARRANTY [N�T USED] PART � - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Re�ision Log DATE NAME SUMMARY OF CHANGE 3/9/2d2a D.V. Magana Removed reference to Suzzsaw and noted that electronic submittals be uploaded through the City s documen# management system. C1TY OF FOR'F WORTH 2O18 CIP Year 3— Cnntract 5 STANDARD CONSTRUCTIOAI SPECiFICATION DOCUMENTS City Project No.: 9 01452 Revised March 9, 2U20 015000-1 TEMPORARY FACILITIES A[V17 CON'fi20LS Page 1 of 4 SECT�01�1015fl 00 TEMPORARY FACILITIBS AND CONTROLS PART1- GENERAL 1.1 SUIVIMARY A. Section I�cludes: 1. Provide temporary facilities and controls naeded for the Work incIuding, but not necessarily limiied to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City af Fort Worth Standard Specification 1. None. C. Retated Spcci�cation Sections include, but are not necessarily �imited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.� ADMINISTRATNE REQUIREIVIENTS A. Temporary UtiIities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temparary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs untii Work is approved for Final Acceptance. 1) Included are fuel, power, iight, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Wark to be perforn�red and for speci�ed tests of piping, equipment, devices ar ather use as required for the completion of the Work. b. Provide and maintain adequate suppIy of po#able water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination l) Contaci City 1 week before water for construction is desired CITY OF FORT WpRTH 2O18 GIP Year 3— Gontraci 5 STATIDARD CONSTRUCTIdN SFECIFICATION DOCUMENTS City Projecl Na.: 101452 Revised July I, 201 E oi s000-a TEMPORAAY FACILITIES AI�lD CONTROLS Page 2 of 4 4_ � d. Contractor Payment for Construction Water 1) Obtain construction water meter from City %r payment as billed by City's established rates. Eleciricity and Lighting a. Pravide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation af equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. Telephone a. Pravide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. Temporary Heat and Ventilation a. Pravide temporary heat as necessary for protection ar co�npletion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary �'acilit�es 1. Provide and maintain sanitary facrIities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sawage and waste sa as not io cause nuisance or health prablern. d. Haul sewage and waste aff-site ai no less than weakly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughaut Praject. 4. Remove facilities at completian of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and e�uipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materiais in a neat and orderly manner. a. Place materials and equipment ta permit easy access far identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. G. Remove building from site priar to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract docurnents E. Dust Contral CTTY OF FORT WdRTH 2O18 CIP Year 3— ContraCl 5 STAI�DARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projecl No.: 109452 Revised 7uly 1, 20i ] i OI5000-3 i TEMPOItARY FACILITIES AND CONTROLS - Page 3 of 4 - 1. Contractor is responsible for maintaining dust control through the c�uration of the 'r project. a. Cantractor remains on-ca11 at all times b. Must respond in a tirnely rnanner ! F. Temporary Protection of Construction 1. Contractar or subcontractors are responsible for protecting Work from damage due to weather. . L5 SUBMXTTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORT�IATIONAL SUBMITTALS jNOT USED] -'r � i 'r r � t t l l.i CLOSEOUT SUBMITTALS jNOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELNERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION �NOT USED] 31 INSTALLERS [NOT USED] 3.2 EXAMYNATIUN [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Mai�tain all temporary faciIiiies for duration of construction activiiies as needed. 3.� [REPAIR] / [RESTORATION] 3.6 RE-INSTALLATION 3.9 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJ[TSTING [NOT USED] 3.14 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities C1TY OF FQRT WORTH STANDARI7 CONSTRUCTION SPECIPIGATION DOCUI�ENTS Revised July 1, 2011 2018 CIP Year 3— Contract 5 Gity Praject No.: 101452 oi saao-a TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1. Remove a11 temporary facilities and restore area a�ter completion of the Work, to a conditian eyual to or better than priar to start of Wark. 3.�2 �ROTECTION [NOT USED] 3.13 MA�NTENANCE [NOT USED] 3.1� ATTACHMENTS [NQT USED] END OF SECTION Revision Log DATE NAIv� ST TMMARY OF CHANGE CrrY oF �'olt'r WOR'rx 2018 CIF' Year 3— Gontract 5 STANBARD CDNSTRLTCTION SPECIFICATION DOCUMENTS Gity PrOjeCt No.: 101452 Revised July l, 201 [ f [ � Ol 55 26 - I STKEET USE PERMIT AND MODIFICATIONS 'TO TRAFFIC CONTROL Page I of 3 ' SECTION Ol �S 3�6 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL � { PART1- GENERAL i 1.1 SUMMARY ' A. Section InclucEes: 1. Administrative procedures for: f a. Street Use Permit - b. Modification of approved traffic control c. Removal of Street Signs � B. Deviations fronn this City of Fort Worth Standard 5pecifcaiion i 1. None. C. Related Specification Sections include, bnt are nat necessarily limited to: 1. Division 0— Bidding Requirements, Contract Farms and Conditions of the Contraci 2. Division 1— Ge�eral Requirements 3. Section 34 71 13 -� Traffic Control 1.� PRICE AND PAYMENT PROCEDURES A. Measurement and Payznent 1. Work associated with this Item is considered subsidiary to the various Items bid. Na separate payment will be allowed for this Item. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this speciitcation refer to the curren# reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD}. 1.4 ADMINISTRATIVE REQUIREMENTS A. Traffic Control 1. General a. When traffic control plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Sectiotz 34 71 13. b. When traffic control plans are not included in the Drawings, prepare trafiic control plans in accordance with Section 34 7l 13 and submit to City for review. 1) Allow minimuzn 10 warking days for review of proposed Trafiic Control. B. Street Use Fermit 1. Prior ta instaltation of Traffic Control, a City Street Use Fermit is required. a. To obiain Street Use Pertnit, submit Traffic Control Plans to City Transportatian and Public Works Department. C1TY OF FORT WORTH 2D18 CfP Year 3— Contract 5 STANDARD CONS"CRUCTION SPECIFICATION �OCUM�NTS City ProjeCt No.: 101452 Revised 7uly 1, 2011 015526-2 STREET USE PSRMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1) Allow a minimum of 5 working days for permit review. 2j Contractor's responsibility to coordinate review ofTraffic Control p�ans far Street Use Permit, such that construction is not delayed. C. Modification to Approved Traffc Control 1. Prior to installation traffic control: a. Submit revised �raffic control plans to City Department Transportation and Public Works Department. l) Revise 'Fraff'ic Control plans in accordance with Section 34 7l 13. 2) Allow minimum 5 warking days for review of revised Traffic Controi. 3) It is the Con�ractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not deiayed. D. Removal of Street Sign 1. If it is determined that a street sign must be remaved for constructio�a, then contact City Transportation and Public Works Department, Signs and Markings Davision to remave the sign. E. Temporary Signage 1. In the case of regulatory signs, replace perrnanent sign with temporary sign meeting requirements of the latest edition of the Te�s Manual on Uniform Traffic Control Devices {MUTCD}. 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Traff c Control Standards 1. Traffic Control Standards can be found on the City's Buzzsaw website. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBM�TTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.'� CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] Lll FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [N4T USED] END OF SECT�ON CITY pF FpRT WORTH 2O18 CIP Year 3— ContraCl 5 STANDARD CONSTRUCTION SPECIFCCATION DOCUMENTS Cily Projact I�o.: �D9�452 Revised July 1, 201 l p15526-3 STREET [13E FERMIT AND MODIFICATIONS TO Ti2AFFIC CONTROL Page 3 of 3 Revision Log DAT� NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O98 CiP Year 3— ContraCl 5 STANDARD CONSTRUCTION SPECIFICA770N DOCUMENTS Cily Projecl No.: 101452 Revised July 1, 2011 # s ; 015713-1 STORM WA7'ER POLLUTION PREVENI'ION Page 1 of 3 SECTION 015713 STORM WATER POLLUTION PREVENTION ; PART1- GENERAL 1.1 SUMMARY A. Section lncludes: 1. Procedures for Storm Water Pollution Prevention Plans ! B. Deviations from this City of Fort Workh Standard Specification 1. None. _ � C. Related Specification Sections inciude, but are not necessarify limited to: � 1. Division b— Bidding Requirements, Contract Forms and Conditions of the Contract � 2. Division 1— General Requirements I " 3. Section 31 25 00 — Erosion and Sediment Control 1.� PRICE AND PAYMENT PROCEDURES A. Measurement and Payraent 1. ConsYruction Activities resulting in tess than 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 31 25 00. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan; SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged ai the end of this Speciiication, unless a date is specifically cited. 2. Integrated Siorm Management {iSWM) Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General i. Contractor is responsible for resolution and payment of any fines issued assaciated with compliance to Stormwater Pollution Prevention Plan. CTI'Y OF FORT WORTH 2O18 CIP Year 3— Contract 5 STANDARD CONSTRUCTION SPECIPICATION DpCUfvfEN7'S City Project No.: 101452 Revised 7uly 1, 2011 Q15713-2 STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Acti�ities resulting in: 1. Less than 1 acre of disturbance a. Provide erosio:n and sediment control in accordance with 5ection 31 25 00 and Drawings. 2. 1 to less than 5 acres of distt�rbance a. Texas Pallutant Discharge Elimination System (TPDES) General Constructian Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1} TCEQ Small Construction Site Notice Required under generaI per�nit TXR15Q00� a} Sign and post at jab site b) Prior to Preconstruction Meeting, send 1 copy ta City Department of Transportation and Public Warks, �nvironmental Di�ision, (817) 392- 6088. 2) Fro�ide erosion and sediment control in accardance with: a) Section 31 25 00 b) The Drawings c) TXR150000 Genera� Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System {TPDES} General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ N�I fornt and submit to TCEQ along with requirec� fee a) Sign and post at job site b} Send copy to City Department of Transportation and Public Warks, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosian and sediment control in accordance with: a} Section 31 25 00 b) The Drawings c} TXR150Q00 General Permit d) SWPPP e} TCEQ requirements 4) Once the project has been campleted and all the closeaut reyuirements of TCEQ haue been rnet a�CEQ Notice of Termina�ion can be submitted. a) Send copy to City Department of Transportation and i'ublic Works, Environmental Division, (817) 392-6088. L5 SUBMITTALS A. SWPPP i. Submit in accordance with Section 41 33 00, except as stated herein. a. Frior to the Preconstruction Meeting, submit a draft copy af SWPPP to the City as follows: 1} I copy to the City Project Manager a) City Project Manager will forward ta the City Department of Transportation and Public Works, Enviranmentai Division for re�iew CITY OF FORT WORTH 2O18 CIP Year 3— Goniracf 5 STANDARD CONSTTtUC7'IOM SPECIFICATION DOCUMENTS City Project No.: 901452 Revised July 1, 201 l � � i � � s ; r o�s��a-3 STORM WATER POLLUTION PREVENTION Page 3 of 3 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 01 33 00. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMXTTALS [NOT USED] l.i CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURAIiTCE [NOT USED] � 1.10 DELIVERY, STORAGE, AND HANDLING [T�iOT USED] 111. FIELD [SITE] CONDITIONS [NOT USED] ' 1.12 WARRANTY [NOT USED] � , � � � � PART � - PRODUCTS [NOT USED] PART 3 - EXECUTION [N4T USED] END OF SECTION Revision Log DATE NAME SLJMMARY OF CHANGE CITY DF FORT WORTH STANDAKII CONSTRUCTION SPECIFICATIdN DOC[JMENTS Revised July 1, 2011 2018 CIP Year 3— Contract 5 City Project No.: 101452 r r r l � � � r : � F ,' � SECTION U15813 TEMP�RARY PROJECT SIGNAGE PART1- GENERAL 1.1 SUMMARY 4[5813-1 TEMPORARY PROJECT SIGNAGE Page 1 of 3 A. Section includes: 1. Temporary Project Signage Reyuirements B. Deviations from this City of Fort Worth Standarc! Speciiication 1. None. C. Related Specification Sections include, but are noi necessarily limited ta: l. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment � 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMIN�STRATNE REQUIREMENTS [NOT U�ED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] l.i CLO�EOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] ; 1.9 QUALITY ASSURANCE [NOT USED] t 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] , 1.11 FIELD [SITE] CONDITIDNS [NOT USED] 1.12 WARRANTY [NOT USED] PARTZ- PRODUCTS 2.1 OWNER-FURNYSHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND 1VIATERIALS A. Design Criteria 1. Provide free standing Project Designation Sign in accordance with City's Standard Details for project signs. CITY OF FORT WORTH STANDARD CONSTRUC770N SPECIFICATION DOCUMENTS Revised July 1, 2011 2018 CiP Year 3— Contract 5 City Project No.: 101452 015813-2 TEMPORARY PROJ�CT SIGNAGE Page 2 of 3 B. Materials 1. Sign a. Constructed of 3/a-inch fir glywood, grade A-C (exterior) or better 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 �- EXECUTION 3.1 INSTALLERS [NOT USED] 3.�. EXAMINATXON [NOT USED] 3.3 PREPARATT4N [NOT USED] 3.4 INSTALLATION A. General 1. Provide vertical instaltation at extents of project. 2. Relocaie sign as needed, upon request of the City. B. Mounting options a. Skids b. Posts c. Barricade 3.5 REPAIR / RESTORATION [NOT U�ED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [ox] SITE QUALITY CONTROL [NOT USED] 3.S SYSTEM STARTUP [NOT USED] 3.9 ADJU�TING [NOT USED] 3.14 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [N4T USED] 3.1� PROTECTION [N�T USED] 313 MAINTENANCE A. General 1. Maintenance will include painting ar�d repairs as needed or directed by the City. 3.14 ATTACHMENTS [NOT USED] END O� SECTION CTTY OF FORT WdRTH 2418 CIP Year 3— Coniracl 5 STANDARD CONSTRUCTION SPECIFICATION DOCUIvIENTS City Project No.: 101452 Revised 7uly 1, 2011 az ss �a-3 TEMPORARY PR07ECT SIGNAGE Page 3 of 3 Revision Log DATE NAME ST TMMARY OF CHANGE C1TY OF FORT WOKTH 2O18 CIP Year 3— Contract 5 STANDARD CONSTRUCTION SPECIFICATION UOGUMENTS City Projecf Ho.: 101452 Revised July 1, 2011 r f r � ' PART1- GENERAL � � 1.1 SUMMARY SECTION Dl GO 00 �'RODUCT REQUIREMENTS 01 60 OQ PROT3[1CT REQUIItEMENTS Page 1 of 2 A. Section Includes: 1. References for Product Reyuirements and City Standard Products List B. Deviations from this City of Fort Worth Stanc�ard Specification 1. None. C. Related �pecification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Coniraci 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [N�T USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. A list of City approved products for tase is available through the City's website at: https://apps.foriworthtexas.gov/ProjectResources/ and following the directory path; 02 - Construction Documents/Siandard Products List B. On1y products specifically included on City's Standard Product List in these Contract Documenis shall be allowed for use on the Project. 1. Any subsequently approved praducts will only be atlowed for use upon specific approval by the City. C. Any specific prod�zct requirements in the Contract Documents supersede similar praducts included on the City's Standard Product Lisi. 1. The City reserves the right to not allow products io be used for certain projects even thaugh the praduct is listed on the City's Standard Praduct List. D. AIthough a specific product is included on City's Sia►adard Product List, not all products from that manufaciurer are approved for use, including but not limited to, thai manufacturer's standard praduct. E. See Sectian O 1 33 00 for submittal requirements of Product Data included on City's Standard Product List. 1.� SUBMITTALS [NOT USED] l.b ACTION SUBMITTALSIINFORMATIQNAL SUBMITTALS [NOT USED] 1.9 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURA.NCE [NOT USED] CITY OF FORT WORTH 2p18 CIP Year 3— Contract 5 STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS City Project No.: 101452 Revised March 9, 2020 O] 6000 PItODUCT REQi ]IREMENTS Page 2 of 2 1.10 DELIVERY, STORAGE, A1vD HANDLING [NOT U�ED] 1.11 FIELD [�ITE] CONDITIDN� [NOT USED] 1.12 WARRANTY [NOT U�ED] PART 2 - PRODUCTS [N�T USED] PART 3- EXECUTION jNOT USED] END OF SECTION Revision Log DATE NAIv� SUMMARY OF CHANGE 10/12/22 D. Johnson Modified Locatian of City's Standard Product List 3/9/2020 D.V. Magana Removed reference to Buzzsaw and nated that the City approved products list is accessible through the City's wehsite. C1TY pF �'ORT WORTH 2O18 CIP Year 3— Contract 5 STA�TDARD CONSTRUCTION SPECIFICATION DOCLJNIENTS City Project No.: 101452 Revised March 9, 2026 i � � 016600-1 PRODUGT STQKAGE AND HANDLIlVG REQUIREMENTS Aage 1 of4 SECTION 0166 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS � � PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of produci delivery � 2. Packaging of products for delivery 3. Arotection of products against damage from: a. Handling b. Exposure to efements or harsh environments . B. Deviations from this City of Fort Worth Standard Specification 1. None. � C. RelaYed Specification Sectians include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditians of the Contract � 2. Division 1— General Requirernents : 1.� PRICE AND PAYMENT PROCEDURES t A. Measurement and Payment � 1. Work associated with this Item is considered subsidiary to the various Iiems bid. No separaie payment wili be allowed for this Item. , 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.� SUSMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTAL� [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS jNOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as reyuired to a11ow iimely installation and to avoid prolonged storage. 2. Provide apprapriate personnel and eyuipment to receive deliveries. 3. Delivery trucks wil� not be permitted to wait extended perioc�s of time on the Site for personnel or eyuipment to receive the delivery. C1TY OF FORT WOIt`I'H 2O98 CIP Year 3— Contract 5 3TANAARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 109452 Revised July l, 2011 Q16604-2 PRODUGT STpRAGE AND HANDLING REQUIILEMENTS Page 2 of 4 4. Deliver products ar equip�naent in manufacturer's ariginal unbroken cartons or other containers designed and constructed to protect the contents from physical ar environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item an� installation location. 6. Pravide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer's recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer's recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorparated into Work to prevent damage to any part of Work or existing facilities and to main#ain free access at all times to alI parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials ancl equipment neatIy and compactly stored in locations that will cause minimum inconaenience to ot�ar cantractars, public tra�el, adjoining owners, tenants ar�d occupants. a. Arrange storage to provide easy access for inspectian. 4. Restrict storage io areas auailable on construction site for storage of inateria� and equipment as shown on Drawings, or approved by City's Project Representative. 5. Provide off-site storage and proiection when on-site storage is not adequate. a. Frovide addresses of and access to aff-site storage Iocations for inspection by City's Project Representative. 6. Do not use lawns, grass plats or ather private praperty for starage purposes without written permission of awner or other person in possession or control of premises. 7. Stare in maziufacturers' unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet fram fire hydrant. 9. Keep public and private driveways and streei crossings open. 10. Repair or replace damaged lawns, sidewalks, stre�ts or other improvements to satisfaction of City's Project Representative. a. Tota1 length which materials may be distributed along route af construction at one time is 1,000 linear feet, unless otherwise appro�ed in writing by City's Project Representative. CITY OF FDRT WORTH 2O18 CIP Year 3— Gontract 5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Praject No.: 101452 Revised July 1, 2Q11 4 016600-3 PRODUCT S`T'ORAGE AND HANDLIl+lG REQUTREMENTS Page 3 of 4 1.11 FIELD [SITE] CONDITIONS [1�TOT USED] i ' 11� WARRANTY [NOT USED] PART � - PRODUCTS [NOT USED] ' PART 3 - EXECUTION 3.1 INSTALLERS �NOT USED] 4 3.2 EXAMINATION [N�T USED] 3.3 PREPARATION [NOT USED] , j 3.4 ERECTION [NOT USED] , 3.� REPAIR / RESTQRATION [NOT USED] ' 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD �ox] SITE QUALITY CONTROL i � A. Tests and Inspections 1. Inspect all products or equipment delivered to the site priar to unloading. x B. Non-Conforming Work 1. Rejeci all products or equipment that are darnaged, used or in any other way unsatisfactary for use on the project. � 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] _ � 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in iocation to avoid physicaI damage to items while i� storage. C. Protect equiprnent from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.1Q ATTACHMENT� [NOT USEDj END OT� SECTION CITY OF FoRT WOKTH 201 & CII' Year 3— Conlracl 5 STANDARD CONSTRUGTION SPECIFICATION DOCUMEN"F5 City Project Mo.: 9 d9452 Revised luly 1, 2011 o i s6 00 - a PI�ODUCT STORAGE AND HANDLING REQ(]IREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF PORT WOItTH 2O18 C[P Year 3— Contract 5 STANDARD CdNSTRUGTIpN SPECIFICATION DOCUMENTS City Project No.: 101452 Revised July 1, 20[ 1 0170DO-1 MOBILIXATIpN ANO REMOBILIZATIdN Page 1 of 6 1 2 3 S�CTIOiV 0� �0 OD MOBILIZATION AND R�MOBI�IZATfON 4 PART � - GEFUEE3AL 5 1.1 SUNIMARY 6 A. Section Indudes: 7 1. Mobilizatian and Demobilization 8 a. Mobilization 9 1) Transpartation o# Contractor's personnel, equipment, and operating 10 supplies to the Site 11 2) �stablishmeni of necessary general facilities for the Contractor's operation 12 at the Site 13 3) Premiums paid far perfarmance and payment bonds 14 4j Transportation of Contractor's personnel, equipment, and operating 15 supplies to anather location within the designated Site 16 5j Relocation of necessary general facilities for the Contractor's operation 17 from 1 locat�on to another location an the 5ite. 18 b. Demobilization 19 1) Transportation of Contractor's personnel, equipment, and operating 2p supplies away from the Site including disassembly 21 2) Site Clean-up 22 3) Remaval of all buildings and/ar other facilities assemhled at the Site for 23 this Contract 24 c. Mobilization and Demobilization do nat include activities for specific items of 25 work that are for which payment is provided elsewhere in the contract. 2� 2. Remobilizatian 27 a. Remobilizatian for Suspension of Work specifically required in the Contract 28 Dacuments or as requirec# by City includes: CITY OF FORT WORTH 2Qi8 CIP Year 3— Contract 5 STANDARD CON57RUCTION SPECIFICATION DOCUMENTS City Project No.: 1D1452 Revised November 22. 2415 os�000-x MOBILIZATION AND REMOBILIZATIO�f Page 2 of 6 1 ].) Demobilization 2 a) Transportation of Contractor's persannel, equipment, and operating 3 supplies from the Site including disassembly or temporarily securing 4 equipment, supplies, and other facilities as designated hy the Contract 5 Documents necessary to suspend the Work. 6 bj Site Clean-up as designated in the Contract Documents 7 zj Remobilization 8 aj Transportation of Contractar's personnel, equipment, and operating 9 supplies to the Site necessary to resume the Work, 10 b) Establishment of necessary general faciiities far the Contractor's 11 operation at the Site necessary to resume the Work. �.2 3) No Payments will be made for: 13 a) Mobilization and Demabilizatinn from one location to another an the 14 Site in the normal progress of performing the Wark. 15 16 �.7 7.8 19 20 b) Stand-by or idle time cj Lost prafits 3. Mabilizations and Demobilizatian for Miscelianeous Projects a. Mobilization and Demobilization 1) Mobilization shall consist of the acti�ities and cost on a Work Order basis necessary for: 21 aj Transportation of Contractor's personnel, equipmen�, and operating 22 supplies ta the Site for the issued Work Order. 23 b) Establishment of necessary general facilities for the Cantractor's 24 operation at the Site for the issued Work �rder 25 2) Remabilization shali cansist of the acti�ities and cast necessary far: 26 a) Transportation of Contractor's personnef, equipment, and aperating 27 supplies from the 5ite including disassembly for each issued Work 28 Qrder 29 b) Site Cfean-up for each issued Work Order CITY OF FORT WORTH ZU18 CIP Year 3— Contract 5 STANDAR� CdNSTRUCTION SPECIFICATION OOCUMENTS City Project No.: 102452 Revised Novem6er 22, 2plfi os �o oa - s MOBILIZATION AN� REMOBlLIZATIOIV Page 3 af 6 1 cj Removai of all buildings or other facilities assembled at the Site for 2 each Work Oder 3 b. Mobilizaiian and Demobilizatian do not include activities for specific items of 4 work for which payment is provided elsewhere in the cantract. 5 4. Emergency Mobilizatinns and Qemobilization for Miscellaneous Projects 6 a. A Mobilization for Miscellaneous Projects when directed by the City and the 7 mabilizatian occurs within 24 hours of the issuance of the Work Order. 8 9 B. Deviations from this City of Fort Worth 5tandard Specification 1. None. 1Q C. Related Specification Seetions include, but are nat necessarily limited to: 1�. 1. Division p— Bidding Requirements, Contract Forms and Conditions of the 12 Contract 13 14 15 16 7.7 18 19 za 21 22 23 24 25 26 27 28 2. Division 1—G�neral Requirements �.2 PRIC� AiVD PAYMENT PROCEDURES A. Measurement and Payment jConsult City Department/�i�ision for direction an if Mobilization pay item to be incEuded or the item shouid be subsidiary. Include the appropriate Section 1.2 A. 1..] 1. Mobilization and Demobilization a. Measure 1) This I#em is considered subsidiary to the various Items I�id. b. Payment 1) The work perFormed and materials furnished in accordance with this Item are sub5idiary to the variaus Itetns bid and no other compensation will be allowed. 2) The work perFormed and materials furnished for demobiiization ir� accordance with this Item are subsidiary to the variaus Items bid anc! no other campensation will be allowed. CiTY DF FORT WpRTH 2d18 CIP Year 3— Cantract 5 STANDARD CONSTRUCTION SPECIFICATION POCUMENTS City Project Na.: 101452 Revised November 22, 2416 o� �aaa-a MOBILIZATIdN AND REMOBILIZATION Page4of6 1 2. RemohiEization far suspensian af Work as specificaily required in the Contract 2 Dpcurnents 3 a. Measurement 4 1) Measurement for this Item shall be per each remobilization performed. 5 b. Payment 6 1) The work performed and materials furnished in accordance with this Item 7 and measured as provided under "Measurement" will be paid for at the 8 unit price per each "5pecified Remobilization" in accordance with 9 Contract Dacuments. 10 c. The �rice shaiE include: 11 1,) Demobilization as described in Section 1.1.A.2.a.1} 12 zj Remobilization as described in Section 1.1.A.2.a.Z] 13 d. No payments will be rttade for standby, idle time, or lost profits assaciated this 14 Item. 15 16 17 18 19 20 3. Remobilization for suspension of Work as required by Gity a. Measurement and Payment 1j This s�all be submitted as a Contract Clairn in accordance with Article iQ of 5ection 00 72 OU. 2j No payments will be made for standby, idle time, or lost profits associated with this Item. 21 4. Mobilizations and Demabilizations for Miscellaneous Projects 22 a. Measuremen# 23 1] Measurement for this Item shall be for each Mobilization and 24 Demobilization required by the Contract Documents 25 b. Payment 26 1J The Work perfarmed and materials furnished in accardance with this Item 2i and measured as pravided unc#er "Measurement" will be paid for at the 28 unit price per each "Work Order Mobifization" in accordance with 29 Contract Documents. Demobilization shall be cansidered subsidiaryto 30 rnobilization and shall not be paid far separately. CITY OF FORT WORTH 2O18 CIP Year 3— Contract 5 STANDAR� CONSTRUCTION SPECIFICATIDN DOCUMENTS City Project No.: 301452 Revised November 22, 2016 M � �� � r � � 1 2 3 4 5 6 7 8 9 za 11 �Z 13 14 15 16 17 18 19 2U 21 22 23 24 25 26 27 28 017400-5 MOBILIZATION AIVD REM081LIZATION Page 5 of 6 c. The price shall includ�: 1} Mobilization as described in Section 1.1.A.3.a.1) 2j Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1j Measurement for this ltem shall be far each Mobilizaiion and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as pro�ided under "Measurement" will be paid for at the uni# price per each "Work Order Emergency Mobilization" in accordance with Cantract Documents. Demobilization shall be considered subsidiary to mohilizatian and shall not be paid for separately. c. The price shall include 1j Mobilization as described in 5ection 1.1.A.4.a) 2) Demobiiization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, ar lost profits associated this Item. 1.3 REF�RENC�S [NOT USI�D] 1.4 AQMINIST�AiIVE REQU16iE�lI�N7S [�lOT IISED] 1.5 5UB�ViI�i'ALS [NO� USED] 1.6 INFQRMATIONAL SU�iVIli��4LS [NOi USED] �.� CLOSEOUT SUBIVIiTT,�LS [NOT US�D] 1.8 MAINTEiNANCE NIATERIAL SUBPVIII?ALS [NOT USEDj 1.9 QUALI7Y ASSUR,�NCE [MOi USED] 1.70 DE�IVERY, STOEi�1GE, AMD iiAiVDLIY�G [R10T US�D] CIN OF FORF WOR7H STANDARD CDNSTRUCTION SPECIFICA710N DOCl1MENT5 Revised November 22, 2016 2018 CIP Year 3— Contract 5 City Project No.: 101452 017U00-6 MdBILIZATIDN A]VD REMOBILIZATION Page 6 of 6 � i.l� �I�LD [SITE] CONbITIQNS [�lOT USED] 1.12 4'i1,�RRAPdTY [iVOT USED] P�4RT 2 - PRODUCi'S [INOT U5ED] 4 PAR� 3- EX�CUTIQR! [NOT USED] �ND O� 5ECTION 6 Re�ision Log �ATE NAME SUMMARY DF CHANGE 11/22/16 Michael Owen 1.2 Price and Payrnent Procedures - Revised specificatian, including blue text, to make specification flexible for either subsidiary or Qaid hid item for Mobilization. 7 CITY QF FORT WORTH 2O18 CIP Year 3—Contract 5 STANDAR� CONSTRUCTIdN SPECIFICA710N POCUMENTS City ProJett No.: 101452 Revised Novem6er 22, 2D1fi � _ '� S�cgion 01 7� �3.01- Att�chr��n� � S�a��ey St�ki�� S��nda�rds Fe,bruary 2Q17 O:\5pecs-Stds Governance Process�Temporary Spec Files�Capital Delivery�Cap Delivery Div 01\01 T1 23.15.01_Attachment A Survey Staking 5tandards.docx Page 1 of 22 These procedures are intended to pro�ide a standard method for construction staking services associated with the City of �ort Worth projects. T#�ese are not to be considered aif incfusi�e, but only as a general guidelin�. For projects on TXDOT rFght-of-way or through jaint TXDOT particippeian, adherence ta ihe TXDOT Survey Monua! shal! be followed and if a discrepancy arises, the TXDOT manualshpllprevail. �htt : onlinemanuals.txdot.�ov/txdotmanuals/ess/ess.pdfJ If you ha�e a unique circumstance, please consult with the project manager, inspector, or survey department at 817-392-7925. i abie �fi Con�en$s I. City of Fort Worth Contact Informa#ion II. Canstruction Colors 411. Standard Staking Supplies IV. Sur�ey Equipment, Control, and Datum 5tandards V. Water Staking VI. Sanitary Sewer Staking Vil. Storm 5taking VIII. Curb and Gutter 5taking IX. Cut Sheets X. As-built Sur►rey O:�Specs-Stds Governance Proeess�Temporary 5pec Files�Capital Deli�ery�Cap Deli�ery Di� 01�0171 23.16.01_Attachment A_Survey 5taking 5tandards.dacx Page 2 of 22 � � IlI. ���ndard S�akin� Sup�lies E � • I�em Surde� �epar�men� �on�act Informa�ion Physical and mailing address: 8851 Carr�p Bowie West Boulevard Suite 300 Fort Worth, Texas 76116 Office: (817j 392-7925 Survey 5uperintendent, direct line: (817) 392-8971 Construc�ion Col�rs The following colors shall he used for staking or identifying features in the field. This includes flagging, paint of laths/stakes, paint of hubs, and any identi#ication such as pin flags if necessary. U�iliqy PROPOSED EXCAVATIDN ALL ELECTRIC AND CONDUITS POTABLE WATER GAS OR OIL TELEPHONE/FlBER OPTIC SURVEY COI�TRO[. POIMTS, BENCHMARKS, PROPERTY CORNERS, iiIGHT-OF-WAYS, AND ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS SANITARY SEWER IRRIGATION AND RECLAIMED WATER Color WHITE -� n��'�.r _, . �; YELLOW � Rl�1id G� PI�#K ��i;�: �;.i�� U` U .t'�I�C Y�iiinimum size Lath/Stake 36" tall Wooden Hub (2"x2" min. syuare preferred) 6" tall Pin Flags (2.5" x 3.5" preferred) 21" long Guard Stakes Not required PK or Mag nails 1" long Iron Rods (1/2" or greater diameterj 18" long Survey Marking Paint Water-based Flagging 1" wide Marking Whiskers (feathers) 6" long Tacks (for marking hubsj 3/4" long O:�Specs-Stds Governance Process�Temporary Spec Files�Capital Delivery\Cap Delivery Div D1�0171 z3.16.01_Attachment A_Survey Staking 5tandards.docx Page 3 of 22 11/. Sur�e�! ��]ui�m�nt, �on�r�l, and �a$�r�n S$andards A. City Benchmarks All city benchmarks can be found here: htt : fortworthtexas. o� itsolutions GIS Look #or `Zoning Maps'. Under `Layers' , expand 'Basemap Layers', and check an `Benchmarks'. B. Con�entional or Robotic Total Station Equipment I. A minimum of a 10 arc-secand instrument is required. A copy of the la#est calibration report may be requested by the City at any time. It is r�cammended that an instrument be calibrated by certified technician at least � occurrence e�ery 6 months. C. �letwark/V.R.S. and static GPS Equipment I. It is critical that the surveyor �erify the correct horizontal and �ertical datum prior commencing woric. A site calibration may be required and shall consist of � at least 4 control points spaced e�enly apart and in varying quadrants. Additianal fie�d checks of the horizontal and �ertical accuracies shall be completed and the City may ask for a copy Qfthe calibration report at any time. Network GP5 such as the Western Qata Systems ar SmartNet systems may be us�d for staking of property/R.p.W, forced-main water lines, and rough-grade anly. No GPS stakin� for concrete, s_aniqary sewer, storm drain, final �rade, or anythin� that_needs �ertical �rading_wirh a rolerance of 0.25' or less is allowed. � D. Control Points Set All control points set shall be accompanied by a lath with the appropriate f�orthing, Easting, and Ele�ation (if applicable) of #he �oint se#. Control points can be set rebar, `X' in concrete, or any other appropriate item with a stable base and of a semi-permanent nature. A rebar cap is optional, but preferred if the cap is marked 'cantrol point' or similar wording. Datasheets are required for all cantrol points set. Datasheet should include: A. Harizontal and Vertical Datum used, Example: I�.A.D,83, North Central Zone 4202, NAVa 88 Ele�ations B. Grid or ground distance. — If ground, pro�ide scale factor used and base point coordinate, Example: C.S.F.-0.999125, Base point=North: 0, East�U C. Geoid model used, Example: GEOIDI2A O:�Specs-Stds Go�ernance Process�Temporary Spec Files�Capital Deli�ery�Cap Deli�ery di� a1�0171 23.16.D1_Attachment A_Survey Stalcing 5tandards.docx Page 4 of 22 �. Preferred Grid Datum Although rnany plan sets can be in surFac� coordinates, the City's preferred grid datum is listed below. Carefui consideration must be taken to verify what datum each project is in prior to beginning work. It is essential the 5urveyar be familiar with coordinate transformations and how a grid/surFace/assumed coordinate system affect a project. Proiected Coordinate 5ystem: IVAI�_19$3_StatePlane �exas_Nor�h_C�ntral_FIPS_�4202_Feet Projection: Lambert_Conformal_Conic Fa lse_Easti ng: 19fi8500.00000000 Fa Ise_No rthing: 6561G6G.66666667 Central Meridian: -98.50Q00000 5tandard Parallel 1: 32.13333333 Standard Parallel 2: 33.96G66667 Latitude_Of Origin: 31.66666667 Linear Unit: Foot U5 Geographic Coordinate System: GGS_North_American_1983 Datum: D North American 1983 Prirrie Meridian: Greenwich Angular Unit: Degree Note: Regardlsss of what datum each particular projact is in, deliverahles to the City must be convertecf/translated into this preferred grid datum. 1 copy of fhe de�iverable should be in the project datum (whatever it may be) and 1 copy shoulc! be in the NAD83, TX North Centraf 4Z02 zone. See Preferred File Naminq Convention below F. Preferred Deli�erable Format tx# .csv .dwg .job G. Preferred Data Format P,�1,E,�,D,fN Point Number, Narthing, Easting, Ele�ation, Description, Nates (if applicable) H. Preferred File Naming Convention This is the preferred format: City Project Number Description_Datum.csv Exam le for a ro'ect that has surFace coordinates which must be translatec�: File i: C1234 As-built of Water on Main Street Grid NAD83 7XSP 4202.csv O:\Specs-5tds Gavernance Process\Temporary Spec Files�Capital Deli�ery\Cap Delivery Div 01�0171 23.16A1_Attachmen# A 5urvey Staking Standards.docx Page 5 of 22 File 2: C1234_As-built of Water an Main Street_Projeci 5pecific Datum.csv �xam�le Contrai Stakes 0:�5pecs-Stds Go�ernance Process�Temporary Spec Files�Capital Deli�ery�Cap Delivery Div 01�01 71 23.16.01._AtYachment A Survey Staking Standards.docx Page 6 of 22 � � � � � � � � � � � � � � � w � m � � J � � � w � H CO � � � � � d �--- ---.. -_��- �� 01 � �� �, �� t��� � --►i.3_� �� F— ���` � r� � � t ��; •, ce _�; —_ � � 0 � d � I�. f J C�J E�.. _ , ��. ��° . t; � � � � �; � � i.i_' �'�' � � � � '� . � _ .�� _,� o � � � � � -� � � -E J � O W � CC �--� C� � LI] � � 7 O O � C� U C� � --- ----- - ---.� - �.-- - - -- - -- ---- -._- --- '� �P �1 �=�000.00 �=�000.00 � � � � � � � � � � c� � _ � � � � - s � �� �_ �� Ll_ ~ W C� � � �� w � � � � 1/. �lat�r St�kin� �tandards O:�Specs-5tds Governance Pracess�Temporary Spec Files�Capital Delivery�Cap Defivery Div 01�0171 23.16.01_Attachment A_5urvey Staking Standards.docx Page 7 of 22 A. Centerline 5taking — Straight Line Tangents I. Offset lath/stakes e�ery 200' on e�en stations II. Painted blue lath/stake only, no hub is required 111. Grade is to top af pipe ST/P] for �.2" diameter pipes or smaller IV. Grade to flow line (F/L) for 16" and larger diameter pipes V. Grade should he 3.50' below the proposed top of curb line far 10" and smaller diameter pipes VI. Grade shoufd be 4.00' below the proposed top of curb line for 12" and larger diameter pipes VII. Cut Sheets are required on all staking and a capy can be recei�ed from the survey superintendent Opiional: Actual stakes sha!! consist of a 6DD nai! or hub set with a whisker B. Centerline Siaking - Curves I. If arc fength is greater than 100', POC [Point af Cur�ature) offset stakes should be set at a 25' in#erval li. Same grading guidelines as above III. Staking of radius points of greater than 10Q' may be omitted C. !r'1later Meter Baxes I. 7.0' perpendicular offset is preferred to the center of the bax II. Center of the meter shouEd be 3.0' behind the proposed face of curb III. Meter should be staked a minimum af 4.5' away from the edge of a dri►reway IV. Grade is to top of box and should be +0.06' higher than the proposed top of curb unless shown atherwise on the plans D. Fire Flydrants I. Center of Mydrant should he 3.0' behind proposed face af curb II. 5urvey offse# stake should be 7.0' from the center and perpendicular to the curb line or water main [II. Grade of hydrants should be +0.30 higher than the adjacent top af curb E. V!later !lafees & Vaults I. Offsets should be perpendicular to the proposed water main II. RIM grades should only be pro�ided if on pians �xample �late� Stakes O:�Specs-Stds Go�ernance Process�Temporary Spec Files�Capital Defivery�Cap Deli�ery Di� 01\0171 23.16.01_Attachment A_5urvey 5taking Standards.docx Page s of zz r � � 1 ` ¢ 1 ,---. � � (� � � � � � � � � � � u� v �' n/s � w�� _ � ¢ d J W � GE �� W ^ �� {7 � � {� J C9 �� L.�� O � � � J Z c� z � a tn � � N � Z � F � � Uw r�W� Z�� � J W W � � � ��WF�-O[� �FC�5C.7 � W � � � G7 � � � � � � � � w�� FL� -�oi.ts' m � � W 8 +.�.. � � � � � � � 7' QfS � 4VfL LL f,�-� � � � � � � Q W � I . W LL � ill � V � r � 0 w � � $� �� � �� '�� z a� � � � . � 7_ p'.`�� �. C-3.62 � � � 7.U�'"�'��� 5TA=9+72.51 h C-3.�1 1 � n ll �� � r �� l 3 � S � � � 41 f d W � � � J U o I �F � � p � � Z� 3 �� Z Vi �j} �' �� p '� �� � Qy2 � � � � � � 2 � U � � � � � � 4����Y � y�r�� STA=p+f}Q h G-3.78 � a Ho� ��� � w Q � � � ¢man�, � � aow � � � iol� �- 100.0 F� � � � p� � x` � �4�F� F a � p � �j� � w �� Q m � � x 1/1. Sanit��er SevveP Stakin� 0:�5pecs-5tds Governance Process�Ternporary Spec Files�Capital Delivery�Cap Delivery biv 01\0171 23.16.01_Attachment A_Survey SYaking 5ta�dards.dacx Page 9 of 22 A. Centerline Staking — 5traight Line 7angents I. Inverts shall be field verified and compared against the plans before staking II. Painted green lath/stake 1MITFI huh and tack or marker dot, no flagging required III. 1 ofFset stake between manholes if manholes are 400' or less apart IV. �ffset stakes should be lacated at e�en distances and perpendicular to the V. VI. VII. VIII. centerline Grades will be per plan and the date of the plans used should be noted If multiple lines are at one manhole, each line shall ha�� a cut/fill and direction noted Stakes at e�ery grade break Cut sheets are required on all staking Optional: Actua! stakes shal! consist of a GOD nai! or hub set with a whisker B. Centerline Staking—Curves I. If arc length is grea�er than 100', POC [Point of Cur�aturej offset stakes should be set at a 25' inter►ral II. Staking of radius points of greater than 100' may he omitted C. Sanitary Sewer Manholes f. 2 offset stakes per manhole forthe purpose of pro�iding alignmer�t to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade shauld oroly be on the stake when pro�ided in the plans Q:�Specs-Stds Governance Process�Temporary Spec Files�Capital Deli�ery�Cap Del9�ery ai� 01��171 23.16.01_Attachment A_Survey Staking Standards.docx Page 10 af 22 i � s l €xarv��l� Sa�itarb S�rr�eP ��akes �� � f� � � � '' L7 = • I W�y i___ � 4 rn � � ��� � �� 7' fS $ SS � sTaWa-rr� �,v, c-a+� �� c-a�° � a-o°a � � _�. �� W Y w �� � d ��F/ � w � � � �'} � Z � �""r� ! i9.� � F., • � [� a f�' '�`lrf i- �' � ,aqo ���n� � � s5�� � � ���'�� � C� ¢�,_. � 12' L� S SS = SfA�3+71� �tn C-3� �� C-3� � �4 � F = � }�' � . � � ! � �_..�.._�� � � � d� ��� o � w���� �, w W L� � � � � ���_� � �� �� � � �m�ir� � �� � �r�� �� �� � �� �� �?; Y �`� � � 5s �� 3 � � � � S ` � a/ k t �� ��� � � 7' �71r$ � �$ A=1t6 �I�Cr4� � a�� �_ ._..� - -. .�.._ ... �� � w �� �' � � � � W U. � � � '� "� � W � � d. � _ � Z � � �� �i � � tti � � 1 � W ��w w � F � C�1 ['�if �� � � U � ca ��� � � � � �.� � � � w a 0. � a u. �,, � � � 6 � �''iw �j � � o �� F� �� I � � � � �� � � �� v"+ � Cy iil � � �i � C3lL r � ,.�,a w+ n- af+ � �i a w F F �F F� Fu.. F� F� � .�7 h �3� �OC l�ii +f7 y � � L]� �Q orr� �O .�� = srr�a+oo N�x c-s ��u� a_ s� f � w � � ap � �F fC L�.7 Q � N��. w w = F F�Z � Ck 6[j � � � � C� � o ��� � F^ h� *w-� � � _ �fl (� � 1 '�' � 55 = STA-4� 00 'C� C-6� �rn `� s'� � C-4 � � �U � ��_ ��-� �___���Jl�_ � (� WtS� �� �m �LL Q �j��V1 C�� �� � r� u' yuy W c�a +�� � � F �il � F � O � �� a r O n�` �� `�.•- �� a� W m � � 4 � !1' ii O:�Specs-5tds Governance Process\Temporary Spec Files\Capital �elivery\Cap Delivery Di� 01�0171 23.16.01_Attach ment A_5u rvey Sta ki ng Sta ndards.docx � Page 11 of 22 � � k 5 �-. - S}'��b� � �w� � � � � �ap� N � a`�"�'� a��m �a�� p7�J sm� VIl. S�orrrn Se+��� � Ir�lef S��ki��; A. Centerline Staking — Straight Line Tangents I. 1 offset stake e�ery 200' on e�en stations II. Grades are to #fowline of pipe unless otherwise shown on plans III. Stakes at e�ery grade break IV. Cut sheets are required on all stafcing Optional: Actual stakes shal! consist of a 60D narl or hub set with a whisker B. Centerline Staking — Gur�es k. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be s�t at a 25' interval Il. Staking af radius points ofgreaterthan 100' may be omi#ted C. 54orm Drain Inlets I. Staking distances should he meas�ared fram end of wing II. Standard 10' Inlet = 16.pU' tatal length III. Recessed 1�' Inlet = Z0.00' total length IV. Standard double 1Q' inlet = 26.67' total leng�h V. Recessed dauble 10' inlet= 30.67'total length D. Storm �rain IVlanholes I. 2 offset stakes per rr�anhole for the }�urpose of pro�iding alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RiM grade should only be on the stake when pro�ided in the plans O:�Specs-5tds Go�ernance Process�Temparary Spec Files�Capital Deli�ery�Cap Deli�ery Di� 01�0171 23.16.01_Attachment A_5urvey Staking Standards.docx Page 12 of 22 3 ; �rcam�le StoP�n Inlet Stakes FR�NT {51DE �ACING �� H}��� {goe Faranc n.av�j aarrr # ' r1 � I HEJH ELEVdiFCt1 � � � I ! L—�— I �, !� � x� ' m� � � � I � � � � � �'� lDEN71flES ihHICH EhID OF THE NSFlG � # BEINC 9TFKE4 N -i C�!(�f FL.i�C;l'�`.iC]� (k���t�IFtF�C� !I� _LIE11_ :;{ PII��: ���,ii�iiEC} �r�,l_N Irt INLEi 5TA17p�f t (IF Nf}iE0 4p PLatllSJ � I T/C} 1GE7�lT1FlEa GRAGE T<S T{7P I7F CURB + � �T ] IqENfFF1E5 GRApE i0 FL.44�1JNF .� I � � }��� {$oe F�nns R.aw3 �ttNr � �a I HUB p.k��+h71i}i! p i i � 1 il �J!`_....� FF��NT (51DE FA�ING �) �o' r . .° � n i� I I �i 1� ��I �� ;�� 6 16E7JlIFlES Y�HICH END CF THE MNG � 9�NG Sl'AKEL3 m� . � � I 7JC � b I� � p} � � -p � �,� ���_ dISTANOES FOR INI_ET'S _�_;_�— �TAM�ARt} 1D' � 16' REC£��Eq 1Q' � 2U' STANQFRO QI�JBLE Sg' e 2@.6X ' • F�CE5SEC} D4UBLE S41' — ."'Ak6i , HLfB 1NT}i iAlCl4 � � — — .—. ..... ..,,....., .._.. .,—. ^ � , ...... � .,... �.... � — — — — — — � � � � � 9ACf€ L7F INI.ET �I i 3 1 : �,1�.• ,-i:•; ']� •]i ' �I �w �'' �i �ar3�ta� '�: Q �I •:' �rr� .� • �� 4I :: i .� � BAC[C Cf' CURB — — — FLiN�Lf!!E — — � Tmf£ OF PAVEMEt�T IDC£ 4F PAVE}AQJT EDC£ 4F PAYEk1EHT O:�Specs-Stds Governance Process�Temporary 5pec Files�Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 13 of 22 �.CK OF CURB — — FI.ESVrLIN6 -- — EOCE # Ffi4EAiEFJT 1/11L Curb an� �u$$er S�akin� A. Centerfine 5taking — Straight Line Tangents V. 1 offset stake e�ery 50' on e�en stations VI. Grades are to top of curb unless otherwise shown on plans VII. Stakes at e�ery grade break VIII. Cut sheets are required on all staking Optional: Actua! stakes shall consist of a 60D nai! or hub set with a whisker B. Centerline S#aking — Cur�es II[. If arc length is greater than l0U', PQC (Point af Cur�ature) offset stakes should be set at a 25' inter�al IV. Staking of radius points of greater than 10d' may be omitted 0:�5pecs-5tds Go�ernance Pracess�Temporary Spec Files�Capital Delivery�Cap Deli�ery Div 01�0171 23.16.01_AttachmenY A_Survey Staking 5tandards.docx Page 14 of 22 �xampl� Curb � �utd�r S�ak�s ■����.�►�� FR�NT �SIDE FACING �) 0 4 � e��: FR�NT �o�Kn��s s7aQT pc �DE FACING � PONT GF 9�RVA7UftE � � � (51DE FACING � �, ���� � �� �awnFles 4r�sEr is ro (SIDE F'ACING R.O,'N.j f. e.as�: oF cuae o� F/c FSiFi FhCE OF Cl1F� ppl iJ T HUB ELEVAl10N 3_ I r� n �o i t � iof � ��0 }� FRC}�T iown��s Eraa (S�E FACINC �} FaINT OF T fSE]Vi �. � ec � IP� � r}n '� q � a � I .{ � � uf I I F I '� i, �� �r�� � � i i i i m i �( � � i�nr�es c�au� �s � �.— ta I I I I ?I�� Tts PfIP �JF CUR6 N6 GRPflE 4N �} �� I� I � R4�I4S PUYhFIa i r"-- t + � - � r� � i��� I I��,Cc�[I_��._I;�:--' t-��;'!� �1� j j I � :i'. � � �. i __}r � �� E'� �'� � •�',� �'� i r � � .t ..,. ' � �.,..�-----��'^'_"'.----_ � � � r � �_���!� ��'��, /�1 1� � � ; : � � �� — �ii�i�� !�� f�� f� i I � � � � ` �� � ��f � � � I _�..--__J�_1—� I ' �'�, � �� , �` �� f fI I �� " � ,. f � T�P OF CURB - � f ! �=� }�-�_ x�� �r }. �;;��'"r� �/� ¢• � - � � r � I .- � �� jx�� � � ��� BA�K OF CURB �'�-�'"� „��r ���,�— f� ��f� ����� � ��� I � Y��� � -� � �x � FA�E €}F �URB i i �_--``F� �Q� � � _ __�---� ��,� FLOWLI N� E�GE OF P,4UEMEIdT Er�am�le Cur� � G�tter S�akes ag In�ersec�io� O:\Specs-Stds Governance Process�Temporary Spec Files\Capital Delivery�Cap Delivery bi� 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 15 of 22 � � �N6 Z� ma I � � � �/ZmV I � �' �`� 14' Of5 �\ SfA 2+50 ti F+O� � � � _ m �� � --- � � � L � � � .(} L .n w a I �� � .J. _ � ' -1 0 4� �„ i� � � U � � r a a[ � � I ¢ T � � � � � d � ��r � -- - � � N � `%. � � G � . � "' _ U � Q � � � 4]_ — T _ i� � � � j4. — — - W r a � s � a "K� �w� ��� I�.-44 0 03� � � a� F `� � -=a � �� < v, F � � CStA�� r � 0 � j � Q d � q2� �y �40 � a� � � � —�� �� <p�? a�4a � `/ � ti� �cr7 �+F �.Q G��f � � � �� ���� "jOi c?tn�x w a� � � w f � �� v�{�R I 4 �..� t �� �4 • _ I In OI 3:7NY1SI0 'KdYI ,QS I Q �W ��Q rr � ��Ni1S a �q�m o ��� 0 y a�CJ� U ���x m LL��N �d eana �i �rde p i} 3�NVASlCI 'KVYi �f1G � C3 w �l I � p4�� �1 1� i � d V~J � 4 L.__. � � r � ��wa L��� Q d 4 t�+? /�� ���z o x � a �C�'� � �'�' . � d z,�i �d �� \ �� G � O _ •b — ` w � `o�rc � �a� us a � a '�o� � � � � o �¢� � � w ,[]L 'a'���u�n �� w 0:�5pecs-Stds Governance Process�Temporary Spec Files�Capital Deii�ery�Cap Deli�ery Di� 01�0171 23.16A1_Attachment A_5urvey Staking 5tandards.docac Page 16 of �� r3�. �u� �he��s A. Date of field woric B. 5taking Method (GPS, total station) C. Project Name D. City Project Number (Example: C01234) �. Locatior� (Address, cross streets, GPS coordinate) F. 5urvey company name G. Crew chief name H. A blank tern�late can be obtained from the survey superintenci�nt {see item I abovej S���da�c# Cit� Cut Si�ee�k �ate: ❑ TOTAL Staking APleihad: ❑ GPS SiA710N �ACATIO�l: City FPoject Number: L�roject Name: � 0 OTMER CO�ISULYA�lYICO�! i RACTOR Sf�E2V�Y CIt�1N IR�ITf�,�S �,LL GRA��S AR� YO �LOINLIN� OR �OP Q� CURi3 UNL�SS O i H�ItdVISE �dOiED. PT # STATION OFFSET p�SCRIPTION PROP. STAKED _ CUT + FILL -LTI+RT GRADE ELEV. O:�Specs-Stds Governance Process�Temporary 5pec Files�Capital Delivery\Cap Delivery Div Ol\0171 �3.16.07._Attachment A_Survey Staking 5tandards.dotx Page 17 of 22 �(. �9s�b�ailt Su��eb A. Definiiion and Purpose The purpose of an as-built survey is to �erify the asset was installed in the proper location and grade. Furthermore, the information gathered will be used to supplernent the City'S G�S data and must be in the proper format when submitted. See section !�! As-huilt survey shauld include the fallowing (additionai items may be requested): Manholes Top of prpe elevatrons every 250 feet Horimnta! and vertical points of inffectron, curvature, etc. (AI! Fittings) Cpthadic pratection tesi stations Sampfing stations Meter boxes/vaults (A!! sizesJ Fire lines Fire hydrants Gate valves (rrm pnd top of nutJ Plugs, stub-outs, dead-end lines Air Release valves (Manhale rrm and vent pipe) Blow off valves (Manhole rim and valve !id) Pressure plane valves Cleaning wyes Clean outs Casrng pipe (each endJ Inverts af pipes Turbo Meters 0:�5pecs-Stds Go�ernance Process�Temporary 5pec �iles�Capital �eli�ery�Cap Delivery Di� 01�0171 23.16.01_Attachment A_Survey 5taking Standards.docx Page 18 af 22 �. Example Deliberable A hand written red line by the fiefd surveyor is acceptable in most cases. This shou Id be a copy of the plans with the point number noted by each asset. If the asset is rr�issing, then the surveyor should write "f�OT FOUND" to notify the City. O:\Specs-Stds Governance Process�Temporary 5pec Files�Capitaf Delivery�Cap Delivery Di� 01\0171 23.16.01_Attachment A_Survey 5taking 5tandards.docx Page 19 of 22 ��- : � 1 I I iF� .` LI; �. , `� ai •' �� �;;� ��- 1� y "�' 4. ��45�r ��E[q ,� ��I,. �4 ` � ii � r`�.� � e��� � � 's � �� b � � � ���'t�'� ��'��I �� $ �`�a � �� k� ;i i. ��� f � � .' II'i �ip� ! �d'e� � � �ar e�:i �� � 7�R N�i��iy !�,L � �6�."�' 3 �E�:�e� '�I I � y �� �'k � ...�--.;i hY�� �� I'{ I� `r ., j: �� +�� ��,. i �, I�� � 1��� eE 1, . _� -\ 'f � + I _, � . : � i,� � 'ri�l ,&,��� �-�� ' � ��6e� � sr+y� � a ��i i ��+.:! : �. � � � �k � �°�I ,. ����� �� I �i�i�l�. �.�� r�.���r � e l�::4-5' � ►�If ��3'�� ���.�� .� lll `t'�`����hila' 1�� ��������1E�.i��, �Iil�a .'he i i i i a� #�:�3Eif�: � — : ' i �` � 'n� � � � . . {?1F 4 �_ .NJI ii_�n� ' . . — _'-�.T� ., . i�'-- +i { ��--- 4<< �_ '� �� � _— .' 7' '= i . _' ---w. rr;' �' �I� ;+' I . --- ---_ _ � _ � -- �— � ��.-- . .�.. _ .: :--'- . � � . .--.:: �� � d�`r; . --� , ._._..'r` _:.�.�. - t„�; ., , ; :� :-_ --� i,: . �; . ��� . , � � � F = � - � - - �- - ' . . - � --� .�r � r_� � . . . � � .;;.- -,f' [ i � _� �` = +�' � � ���'-" . 4'.�'_ . . � ,�-' l��� _ , s. �`r� i _i _,. � ..I +f _ _;�j I. :�, . 't�. 1{ ., - ;�-----� • ,7— . „ I . . _: _ _ _.'.~ _� �r, •� . ��r � . . - " ` � _ '` ,� � * 4 . ...�'Sl�tf i . __T.. F. . . , � ;r4�-2! _ . _. r� �y" � - =�1'+-rall�h. �' If� 3 - ' _. �-� _i._�_.i'f — �-,i{4� _. :1-�':a.1�7 �._. .. ,��� ' ' ��IF:��- '�'. � ..�:L��i" � li r �.-- .. .. ` I rj i �"�... —„ WtF�'�I_;IRl�+ ' � �'—'I wdJ�� ' . ___ '�"i� 4� �� �-�- ����i - ;__.. '"'_"____�.' . --1— �- �! �, . .� .'I� ;r� _ � x a w a � � i �--uw� ' ��.I ���i� � . ���� 4@ �� i j �� I &F.ti�� I.. ,1 �S �, � .: il =� '� � �� ��.�4Z, a ':.;" ?,� � �- — ,:, :�U�� � J � � � it� v'��j,�/v� O:�Specs-5tds Go�ernance Process�Temporary 5pec Files�Capitai Delivery�Cap Deli�ery Div 01�01 71 23.16.01_Attachment A^Survey 5taicing Standards.docx Page 20 of 22 ^ l�a'L IiY.LYA'1 bY! AO1 SJA 03Ti0� — FYISL fFlDYD ptl 1� 1E [NL fFWYA 11R7 FEWY� l� s^1IY.9;E EYlSF. ���F� ORNNFIGT�TO FX� .1? � )-. N!S!'�.lE. f-J2SQUll SIEEV�' i iX7 D �/,r�� FfPGiPE V�E rr�'ll N�634J095G9°A �',�� . s_ E 7�9Gi3iI/84 lF!!' % `�'�i �/���4� 6raa�r.nwrlex �" /V�' v� cr� B[X 6 `�` Lul' 2 sqa v'a ry.,rare�wa-a 7��•� �ns�'!r ta iJ-.' A7L:: d,']I flL►u�� Eiisr � r�or.ven ,� � �`- � . �.� _ 4 � �,�, , tC . �r s � �'�°t�� ���� 4i t'-EPa63A5710 � rsu � �rr�nnv�� � s�ev,� � �usr. ave v,4ve a-r� a3zau - r��r ixsr� uor a 1-lz�FVERr. $Ep�o tu o�e � �:,,awrm�me H159¢fU11A651 a�n�lrl1ec ��7/33(lie ",�� °'e�'" -,....,�,.�,.,��,....r sr.� ot�aw�a - rz �J rFrorn r� srx a5r.ss -�z�s� rrrsr�+ n�srar, f�2'N,�s�ro st�vE Fr��vr�tl:e�ivn 57' IF' � !�'�F�ffF.�T FA"E A'�4�5-'�if �Yl�Cf RT �'!ST ISAA➢'Fff E-�37.815 !1{syJ1459219 E�lEE�'iiQR9/36 — S�IY � j h!�&4£ YAPVE � Xfi.,'a'!/�kDP6S ��1�'�2892iee Lbl ! CF:'1# .ao'[ry--0Ara.Far�ra �A'Cflr' �'�."�m � �+* e+cn n �� ri r c4ro:�;� C�:�'OD �: �a �� �� „�•1� �' ��i ����V SRNR�41�Y ; S�F. SH�'E O:\5pecs-Stds Gavernance Process�Temporary 5pec Files\Capital Delivery�Cap Delivery Div 01\0171 23.16.01 Attachment A_5urvey Staking Standards.docx Page 21 of 22 ��;4? � ��` I si:: �� � �s�;,'� ����� �r� e�. �� �4�, . ��� �- � �+�� EC� � ` p utiiF g Ps5 B • �f k � " �S ±�� @ �' ��; F � '��SY �� :��`��i f �,' j �� � �,�''�� � � ��; g� ��� :o�' � ��:` � ��y J ��;`y, '� ;5 �i�-�; ��'`� ���� � �����:�;��':��':�:���, �� � �� �W �� �� �� 1 � N.�1D'11'_ � e Q i e �������� �� +_,a}•5`� { k �� � � �����:� �� �,l�;.a��� '�- � �& � ; �t.. ��°�,, �: f �� ��� � Cp� �� � - -,: �i � � �} e��Y' M1'� �I "F �iF����r�F; +5� ��I� q�� �� �;} �� �����' ',���' k'is�a� ��a -,���ll :y� I- �; ��; 'I_�y'•:$�� �y ��'Ih��l �Y� '� �; Fa � ��6��g�C � .—� --r��� _.' � I �ai __, � � I � ��� 3 r� � �� � � I. .. ' ° . ,�Y� �}� �- � .,.��t � r:.i����r �:''� � � ��-- - �� � � - ' -J�r _ l�LL�' � � .: �. !��,_.._ :�r� �� a.� ���°���=i� -- � . � � � n. , -1� _�.�' _j�� " i; ;� ., I — �� ._:i {_���.�:-�.i�i�a[ - ���. -:: ���`�=�i J;� i �i-�� �!:__f; �I=�Jj � .� II , e. � 'J T �:G--.�i�- .. tL �`-- —'�'�ii r-• '� j.� �� _.l'i�� -,�—{+ �Y ' i� .:i �:i _, I ' -' --'..I; �If f � 1 _ i . . � .�I .'. i�_I I�?�' �r' f I i. '" I P_ _ '_ ' .I __L�—�r� ; '7�_ r.. .;- ' � �+._ . .. . +. �_ �ri.��,_ � __ *� ' ; , � , � �fl �. I �_;. =t,�r.h�r�tr � � � i� ;br�rY- ?"5' I �1 _—..��'�-�.��„ � �` �, ,. � -- 1. ...��" i� .i��'E—' --- ± .. _+.... h�'+� 'I ����..-�',� y F I _;{i�� _ 1 . F � F�� �T� �I 'I�� i. I�I I� I� . .�.__._... .�..'_li�.�� E� � . {... -i- __.i.. '���y�._:...� {�.._ -. . ��� ti� ' k N `tr � ' � : —' �:+I�---- ���� � � ` �,,:� _ � .,, �:.., a. P . .�_.' . ?� ; . � . Y � .� . J I kI ".I.. . i y+ � !' �.�1I � � I .�L. � �� V � '�4 �i��- �-� {� �� �-�� �.f+ ���, H i �'-- I'� ' �'� �`. � s� ��. .. T�.:I;�� `����. �r' w"wui� � t v� —' :G =_:: i I J �O .G I�� �• �_._ t.. . —'" __.�y�} if+l I I { / _ � ,.:.+; �r�������-'- �� .�. .,t,.- ;�.. ; �: . � � : �; ��:�:. � �+� .���, ��� � �0. � - ;-� �,�' ^-�_ .i�:;� �.- I ', �_i���_ �;�� I .��;� ;' . � � � ..;._...�..; _._ � �� �- ... . .. � I-�- �-_ � �,-� ' . , . . _ _ . �� . -- .ri'-' �' ;,�:-;'_ ,.,' .. : , , . F z �„'' -=:L��`' ..-�{,�---. -��:�. r-;����� r_ , ,(� �r„��+rS; I � _�. -. I I'�:!. .�.���.ui�i . .I;�i.�'Y�..._.I �Jf��!_ . —.'I. . I_.., '�:.. ..��.i ..I.i �:.,', I�..' p ° _.: � �'� �� �,� -a. j -i� , ... I I � . ! ' -- ;j.f �.i:.' ��� .J.: _.'� IR '�+'T�_.�Q� r :I.'��r�P11��i� I . �'i � ' ' I . . .'�'�.+ri��C{�x-�, �,' � �- ..� , �..i ; �Y- '�i���1 i� ; . :..-1; � --:� t� I � ��4 I�l; I�� '�� I�' ,.. ,� _ . _....I _ ' i; _ —� - �i _ _ti .� ~ . _y —� �� ': �' .�li _ F �� J 3 �7 r1 t���'-f1 � =� -�."i � r, �Z? S -I� �, �> ` ve����� �� \�- � x JJJ(((%%%������ f �£ �it� l�` 5 Y _ a � ��.;, A_ 4�'.�, � �r $��k r fi� .g f I i`����+��''tr•�I �' ��� r ,:�+s'i'�; ;r,4,} t��', � ��. , � 23.16.01_Attachrr�en# A_Survey 5taking Standards.docx Page 22 of 22 \01 71 23.16.01 Attachment A_Surrrey Staking Standards.docx Page 23 of 23 Ob�iously the .cs� or .txt file cannot be signed/sealed hy a surveyar in the format requested. This is jusf an exampfe and all this information should be noted when delivered to the City so it is clear to what coordinate system the data is in. POINT NO. 1 2 3 4 5 6 7 8 9 10 11 12 13 iA i5 16 1T is 19 20 21 2Z 23 Z9 25 Z6 27 28 29 3� 3i 32 33 34 35 35 37 38 39 4� 97 9Z 43 44 45 46 N6RTHING 6946757.189 6946260.8R3 fi9463D7.3R9 6446220.592 F946295.23 694619D.52$ 694fi13fi.D12 6946D02.267 6996Q03.056 6945984.677 694598fi.473 &945895.077 fi945896.591 5945939.266 6945936.727 69A5835.878 6g45$17.q8$ 6945759.776 69457&8.553 6945743.318 6945723.219 69qS662.21 G945fi21.902 6945643.407 6945571.059 fi945539.498 5945519.834 fi945417.879 6R45456.557 5945387.356 &9A5370.6B8 5945383.53 69A5321.228 fi945319365 69a52A2.284 6945233.62a 69Q5206.483 69451A2.U15 6945113.A45 6945D49.62 64ASQ0.1.024 694503&.878 59450Q5.397 5944444.782 fi944993.432 694486D,416 EASTING ELEV Zz9S079.165 229fi�62.141 2245�38.306 2296Q11.025 i�9G015.116 2296022.721 2295992.7.15 2295919.i33 2295933.R18 2295880,52 2295869.892 229566fl.962 2295862.198 2295841.925 2235S3p,G91 2295799.707 2295827.011 2295758.643 2295778.424 2295788392 2295754.394 2295794.22 2295669.A7i 2295736.03 229565S.13S 2295667.8�3 Z 29Sfi7 9.49 2295580.27 2295fi43.145 2295597.1U1 22956p6.793 2255G10.559 2295551.105 2295539.728 2295570.715 22955A4.526 2295529.305 2295557.666 229552�335 2295527,30.5 2295552.b75 2295552.147 2295518.135 2295520,635 2295556.479 2295534.397 �ESCRIPTION 726.09 SSMH REM 725.668 GV RIM 726.85 GV RIM 723358 SSMH RIM 722.123 GV RIM 722325 FH 719A48 WNf R]M 713331 WN►R!M 713.652 CO iilit/t 717.652 SS[�H RIM 716.D4b VdM REM 7D7.7Z WM REM 708.205 WM RIM 709.467 WM RIM 710.084 CO RiM 707.774 SSMH RFM 708.392 SSMH R1M 711.228 SSMH R1M 710.086 GV RIM 7YO.G31 GV RIM 712.SQ9 GV RIM 7fb.686 WM R1M 723.75 WM R€M 779.737 CO RIN! 727.514 SSMH RIM 723,123 WM RIM 732.689 WM RIM 790.52J WM RIM 736.451 CO RiM 790.756 GV R!M 74p.976 GV R1M 740.408 FH 74fi,3G WM RIM 746.777 CQ RIM 748.454 WM RIM 749.59 SSMN RIM 751.05& WiVi RIM �� Q� � - � ' 750.$53 WNERIM <J �`A.(V��'�.� 751.871 WM filM T52.257 SSMH RIM 751.79 WM RIM q."��� ��7f 751.88 WM RIM �y.� .r)�rY4 752.615 WM R1M ��r.�.� 752.SU1 WM RiM ,�y, . �- 752.155 WM R!M �""'�`y 752.986 S5MH RI3ti/� � �� S��YC3f�- r��:���i� C� ��f � ' � , : L CGC� -bii--� {t- !� }�' . -Y1 l�, � r� [. l, €3�. � , C�'%�,�--(_ Zt>r.�(-� �. �c� Z 1/� i` ' '-�� C'c���.a, t �-H-� � S �� �.J �� J �, ��' � � �� ��Li�j{�/3� ; u� �� � Af�ri�: i_y �O� r.-,`� i� ! ST� �!� i r .S -f1-#,F_ i' L �t-� 5 z n(�- %�f�-Fi�-c F _. 4:�Specs-Stds Go�ernance Process\7emporary 5pec Files�Capitaf aelivery�Cap Delivery Di� 01�0171 23.16.01_Attachment A_5urvey Staking Standards.docx Page 24 of 24 C. O#her preferred as-built deliverable 5ome �endors ha�e indicated that it is easier to deliver this information in a different format. Below is an example spreadsheet that is also acceptable and can be obtained by request from the survey superintendent. 0:�5pecs-Stds Go�ernance Process�Temporary Spec Files�Capital Delivery\Cap Delivery �iv O3\0171 23.16.01_Attachment A_Survey 5taking Standards.dotx Page 25 of 25 0:�5pecs-Stds Gavernance Process�Temporary Spec Files�Capita] Deli�ery�Cap belivery biv Q1�0171 23.16.01_Attachment A_5uEvey Staking Standards.docx Page 26 of 25 01 71 23 - ] CONSTRUCTION STAKING AND SURVEY Page I of S �ECTIOF+T Ol '�1 �3 CONSTRUCTION STAKING AND SURVEY PART1- GENERAL 1.1 SUMMARY A. Sectian Includes: 1. Requirements for canstruction staking and construction survey B. Deviations &om this City of Fort Warth Standard Specification 1. Nane. C. Related Specification Sections include, but axe not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Canditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Aayment 1. Construction Staking a. Measurement l} Measurement far this Item shall be by lump surri. b. Payment 1} The work performed and the materials furnished in accordance with this Item shall be paid for at the Iump sum price bid for "Constructian Staking". 2) Payment for "Construction Staking" shall be rnade in partial payments prorated by work completed compared to Yotal work included in the iump sum item. c. The price bid shall include, but not be limited ta the following: 1) Verification of contraI data provided by City. 2) Placement, maintenance and replacement of required stakes and markings in the fieId. 3} Preparation and submittal of construction staking documentation in the form of "cut sheets" using the City's standard iemplaie. 2. Construction Survey a. Measurement l) This Item is considered subsidiary to the various Items bid. b. Aayment �) The work performed and the materials furnished in accordance with this ltem are subsidiary to the various Items bid and no other compensation will be allowed. 3. As-Built Sw�+ey a. Measurement 1) Measurement for this Itern sha11 be by lump sum. b. Payment l) The work performed and the materials furnished in accardance with this Item shall be paid for at the lump sum price bid far "As-Built Survey". C1TY O[' FORT WpRTH 2O18 CIP Year 3— Contract 5 STANDARD CONSTRUCTION SPECIFICATIpN DOCUMENTS City Project No.: 101452 Revised February 14, 2018 01 71 23 - 2 CONSTRUCTIOTI STAKINGAND SURVEY Page 2 of 8 2) Payment %r "Construction Sialcing" shall be made in partiai payments prorated by work completed cornpared to total work inciuded in the lump sutn item. c. The price bid shall include, but not be limited to the following:: 1} Field measurements and survey shots to identify locat�on of completed facilities. 2} Documentation and submittal af as-built survey data onto contractor redline plans and digital survey iiles. 1.3 REFERENCES A. Deiinitians 1. Construction Survev -'I`he suivey measurements made prior to or while construction is in pragress to cantral elevation, harizontal positian, dimensions and configuratian of structures/impro�ements included in the Praject Drawings. 2. As-b�ailt Survev —The measurements made after the constrEaction of the improvement features are complete to provide position caordinates for the features of a projec�. 3. Constructian Stakin� — The placement of stakes and markings to provide offsets and elevations to cut and fill in arder to locate on the ground the designed structures/improvements included in the Project Drawings. Construction staking shall include staking easements and/or right of way if indicated on the pians. 4. Survev "Fie1d Checks" — Measurements made after construction staking is completed and before construction work begins to ensure that structures tnarked on the ground are acc�arately located per Project Drawings. B. Technical References 1. City of Fort Worth — Construction Staking Standards (a�ailable on City's Buzzsaw website) — O 1 71 23.16.01_ Attachment A_Sutvey Staking Standaxds 2. City of Fort Worth - Standard S�rvey Data Collector Library (fxl) files (a�ailable on City's Buzzsaw website}. 3. Texas Department of Transportatian {T�OT) Survey Manual, latest revision 4. Texas Society of Prof�ssional �,and Surveyors (TSPSj, Manual af Practice for Land Surveying in the State of Texas, Category 5 1.4 ADMINISTRATIVE REQUIREMENTS A. Ttie Contractar's seEectian af a surveyor must comply with Texas Gavernment Code 2254 (quali�cations ba�ed selectian) for this project. 1.5 SUSMITTALS A. 5ubmittals, if required, shall be in accordance with Section O 1 33 00. B. All submittals shall be received and reviewed by the City prior to delivery of work. 1.6 ACTION SUBMITTAL�/INFORMATIONAL SUBMITTALS A. Field Qaality Control Submittals CTfY OF FORT WORTH 2O18 CIP Year 3— Contract 5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cily Project No.: 101452 Revised February i4, 2015 017123-3 CON3TRUC"CION STAKING AND SURVEY Page 3 of $ 1. Documentation verifying accuracy of fielc� engineering work, including coordinat� conversions if plans do not indicate grid or ground coordinates. 2. Submit "Cut-Sheets" confarming to the standard template provided by the City (refer io fl 1 71 23.16.01 — Atiachment A— Survey Staking Standards). 1.9 CLOSEOUT SUBMITTALS B. As-buili Redline Drawing Submittal 1. Submit As-Built Survey Redline Drawings documenting the locations/elevations of constructed improve�nents signed and sea�ed by Regtstered Professional Land Si�rveyor (RPLS) responsible for the wark (refer to O 1 71 23.16.01 — Attachment A — Survey Staking Standa�ds) . 2. Contractor shali submit the proposed as-built and completed redline drawing submittal one {1) week prior to scheduling ihe project final inspection for City review and comment. Revisions, if necessary, shall be made to the as-built redline drawings and resubmitted to the City prior to scheduling the construction final inspection. 1.$ MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Construction Staking i. Construction staking will be perFormed by the Contractor. 2. Coordination a. Contact City's Froject Representative at leasi one week in advartce notifying the Ciiy of when Construction Staking is scheduled. b. It is the Contractor's responsibility to coordinate sYaking such that constructian activities are not delayed or negatively impacted. 3. General a. Cantractor is responsible for preserving and maintaining stakes. If City surveyors are reyuired to re-stake for any reason, the Contractor will be responsible for costs to perform staking. If in the opinion of the City, a sufFcient number of stakes or markings have been lost, destroyed disturbed or omitted that the contracted Work cannot take place �l�en the Contractor will be required ta stake or re-stake the de�cient areas. B. Consiruciian Survey 1. Construction Survey will be performed by the Contractor. 2. Coordination a. Contractor to verify that horizontal and vertical control data established in the design survey and required for construction survey is available and in place. GeneraI a. Constructian survey will be performed in order to construct the work shown on the Construction Drawings and specified in the Contract Documents. b. For construction methods other ihan open cut, the Contractor shall perform construction survey and verify cantrol data i ncluding, bUt not limited ta, the %llowing: 1) Verification ihat established benchmarks and control are accurate. C1TX OF ['ORT WORTH 2O18 CEP Year 3— Contract 5 STANDARD CONSTRUCTION SAECIFICATION DOCUMENTS City Projecl Mo.: 901452 Revised February lA, aars 017123-4 CONSTRUCTION STAKING AND $URVEY Page 4 of 8 2) Use of Benchmarks to furnish and maintain ali reference lines and grades far tunneling. 3} Use of Iine and grades to establisi� the location o�the pipe. 4} Submit ta the City copies of field notesused to establish all �ines and grades, if requested, and allow the City to check guidance system setup prior ta beginning each tunneling drive. 5} Provide access for the City, if requested, ta verify the guidance system and the line and grade of the carrier pipe. b} The Contractor remains fully responsible for the acc�aracy of the work and correction of it, as required. 7} Monitor line and grade continuously during construction. 8) Record deviation with respect ta design line and grade once at each pipe joint and submit daily records to tl�e City. 9) If �he installation does not meet the specified tolerances (as outlined in Sections 33 OS 23 and/or 33 OS 24}, immediately notify the City and correct the installation in accordance with the Contract Documents. C. As-Built Survey 1. Required As-Built Survey will be performed by the Contractor. 2. Coardination a. Contractor is ta coordinate with City to confirm which features require as- built surveying. b. It is the Contractor's responsibility to coordinate the as-built survey and required measurements for items that are to be buried such that construction activities are not delayed or negatively impacted. c. For sewer mains and water mains 12" and under in diameter, it is acceptable to physically measure depth and mark the location during the progress of construction and tal�e as-built survey after the facility has been buried. The Contractar is responsible for the quality control needed to ensure accuracy. 3. General a. The Coniractor shall provide as-built survey including the elevation and location (and provide written documentation to the City) of construction featuras dnriug the progress of the construction including the following: 1} Water Lines a) Top af pipe elevations and coordinates for waterlines at the following Iocatians: {1) Minimum every 2501inear feet, including {2) Horizontal and vertical points of inflection, curvature, etc. {3) Fire �ine tee (4} Plugs, stub-outs, dead-end lines {5) Casing pipe (each end) and all buried fittings 2) Sanifary Sewer a) Top of pipe elevations and caordinates for force mains and siphon sanitary sewer lines (non-gravity facilities) at the following locations: (1} Minimum every 2501inear feet and any buried fittings (2} Horizontal and vertical points of in�lection, curvature, etc. 3) Stormwater — Not Ap�licable CITY OF FOKT WORTH 2O18 CIP Year 3— Contract 5 STANDARD CONSTRUCTION SPECIFICATION DdClJMENTS City Projecf No.: 101452 Revised February 14, 2018 017123-5 CONSTRUCTTON STAKING AND SURVEY Page 5 of S b. The Contractor shall provide as-built survey including the elevation and location (and provide written documentation to the City) oiconstructio�a features after the construction is completed including the following: 1) Manholes a) Rim and flowline elevations and coordinates for each manhole 2) Water Lines a) Cathodic protection test stations b) Sarnpling stations c) Meter boxes/vaults (All sizes) d} Fire hydrants e) Valves (gate, butterfly, etc.) fl Air Release valves (Manhole rim and vent pipe} g) Blow off valves (Manhole rim and vaive Lid} h) Pressure plane vaIves i) Undergt'ound Vaults {1) Rim and flowline elevations and coordinates far each Underground Vault. 3) Sanitary Sewer a} Cleanouts (1) Rim and flowline elevations and coordinates for each b) Manhotes and Junction Structures (1) Rim and flowline elevations and coordinates for each manhole and junction structure. 4) Stormwater — Not Applicable 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY PARTZ- PRODUCTS A. A construction survey wiil produce, but will not be limited to: l. Recovery of reIevant control points, points of curvature and points of intersection. 2. Es�ablish temporary horizontal and vertical control elevations (benchmarks) sufficienfly permanent and located in a manner to be used throughout construction. 3. The location of pTanned facilities, easements and improvements. a. Establishing final line and grade stakes for piers, floors, grade beams, parking areas, utilities, streets, highways, tunnels, and other construction. b. A record of revisions or corrections noted in an orderty manner for reference. c. A drawing, when rec�uired by the client, indicating the harizantal and verticai location af facilities, easements and improvements, as built. 4. Cut sheets shall be provided to the City inspector and 5urvey Superintendent for all construction staking projects. These cut sheets shall be on the standard city template which can be obtained from the �urvey Superintendent {S 17-392-7925). 5. Digital survey files in the following formats shatf be acceptable: a. AutoCAD (.dwg) b. ESRI Shapetile (.shp} CITY OF FORT WpRTH 2O18 CIP Year 3— Coniract 5 STANDARD CONSTRUCI'ION SPECIFICATION DOCUMENTS City ProjeCt No.: 109452 Revised February 14, 2018 017123-6 CONSTRUCTION STAKING AND Sl3RVEY Page 6 of S c. CSV fle (.csv), formatted with X and Y coordinates in separate columns (use stanciard templates, if available) 6. 5urvey files sha11 include vertical and horizontal data tied to original project control and benchmarks, and shall include feature descriptions PART 3 - EXECUTION 3.1 INSTALLERS A. Tolerances: The staked location of any impravement or facility should be as accurate as practical and necessary. The degee of precision required is dependent on many factors a11 of which must remain judgmental. The toIerances listed hereafter are based on generalities and, under certain circumstances, sha11 yield to speciiic requirements. The surveyar shalI assess any situation by re�iew ofthe overall plans and through consuitation with responsible parties as ta the need for specif c tolerances. a. Earthwark: Grades for earthwork or rough cut shauld not exceed 0.1 f�. vertical tolerance. Horizontal alignment for earthworic and rough cut should not exceed 1.0 fi. tolerance. b. Harizontai alignment on a structure shall be within .4. l ft tolerance. c. Pavir�g ar concrete for streets, curbs, gufters, parking areas, drives, alleys and walkways shall be located within the coniines of the site boundaries and, occasionally, along a boundary or any other restriciive line. Away frorn any restrictive line, these facilities should be staked with an accuracy producing no rnare than O.OSft. toierance fram their specified locations. d. Underground and overhead utilities, such as sewers, gas, water, telephone and etectric lines, shall be located horizontally within their prescribed axeas or easements. Within assigned areas, these utilities should be staked with an accuracy producing no more than 0.1 ft tolerance from a specified location. e. The accuracy required %r the vertical location of utilities varies widely. Many underground utilities require only a minimum cover and a tolerance of 0.1 ft. should be maintained. Undergraund and overhead utilities on pIanned profile, but not depending on gravity flow for performance, should not exceed 0.1 ft. tolerance. $. Sur�eying instruments shall be kept in close adjustment accarding to manufactueer's specifications ar in compliance to standards. The City reser�es the right to request a calibration report at any time and recommends regular maintenance schedule be performed by a certified technician every 6 months. 1. Field measurements of angles and distances shall be done in sucla fashion as to satisfy the closures and tolerances ex�ressed in Part 3,1.A. 2. Vertical locations shall be established from a pre-estabiished benchmark and checked by closing to a different bench mark on the same datum. 3. Construction survey fieid work shall correspond to the client's plans. Irregularities or conf�icts faund shall be reported promptly to the City. 4. Revisions, corrections and ather pertinent data shail be logged for future reference. CITY OF' F'ORT WORTH 2O18 CIP Year 3— Contract 5 STANDARD G�NSTRUGTION SPECIFICATIpN DOCUMENTS City Project No.: 901452 Revised February 14, 2018 k i r � � � O17123-7 CONSTRUC'fION STAKING AND SURVEX Page 7 ef 8 3.2 EXAMINATION [NOT USED� 3.3 PREPARATIOIlT [1�iOT USED] 3.4 APPLICATION 3.5 REPAXR / RESTORATION A. If the Contractor's work damages or destroys ane or rnore of the control monuments/points set by the City, the monumenis shall be adequately referenced for expedient restoration. 1. Notify City if any control data needs io be restored or replaced due to damage caused during construction operations. a. Contractor shall perform replacements and/ar restorations. b. The City may require at any time a survey "Field Check" of any mqnument or benchmarks that are set be verified by the City surveyors befare further associated work can move forward. 3.G RE-INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL A. It is the Contractor's responsibility to maintain all stakes and control data placed by the s City in accordance with this Speciiication. This includes easements and right of way, if - noted on the plans. _ B. Do not change or relocate stakes or control data without approval from the City. 3 . 3.8 SYSTEM STARTUP A. Survey Checks ; 1. The City reserves the right to perform a Survey Check ai any time deemed ' necessary. 2. Checks by City personnel or 3'� party contracted surveyor at'e not intended to relieve the contractor of his/her responsibility for accuracy. 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 311 CLOSEOUT ACTIVITIES [NOT USED] 3.1� PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END UF SECTIQN Aevision Log CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATIOH DOCLTMENTS Revised February I4, 2018 2098 CIP Year 3— Contract 5 City Project No.: 141452 O1i123-8 CONSTRUC77pN STAKING AND SURVEY Page 8 of 8 DATE NAME SUMMARY OF CTTANGE 8/31/2012 D..Tohnson Added instrucfion and modified measurement & paymcnt under 1.2; added 8/31I2017 M. Owen definitions and references under 1.3; modified l.6; added 1.7 claseout submittal requirements; modified 1.9 Quality P,ssurance; added PART 2— PRODUC`I'S ; dded 3,1 lnstallers; added 3,5 Repair/Restoration; and added 3.8 System Startup. Removed "blue text"; re�ised measurement and payment sections for Construction Staking and A.s-Built Survey; added reference to selection wmpliance with TGC 2/14/2018 M Owen 2254; revised action and Closeout submittal requiremenfs; added acceptable depth measurement criteria; re�ised list of items requiring as-built survey "during" and "after" construction; and revised accepTab]e digitai survey file format CITY OF FpRT WORTH 2D18 CIP Year 3— Contract 5 STANDARD CONSTRi1CTION SPECIFICATIOI+I DQCUMENI'S Ciiy Project Na.: 101452 Revised Fe6ruary 14, 2d18 017423-1 CLEANiNG Page 1 of 4 SECTION �194 23 CT.EANING PARTi- GENERAL 1.1 SUMMARY A. Sectian Includes: 1. Intermediate and �nal cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Stanaard Specification l. None. C. Related 5pecification Sections include, but are not necessarily Iirnited to: 1. Divisian 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 32 92 13 — Hydro-Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT U�ED] 1.�! ADMINISTRATIVE REQUIREMENTS A. 5cheduling 1. ScheduIe cleaning operations so that dust and other contaminants disturbed by cleaning process will not fa11 on newly painted surfaces. 2. Schedule final cleaning upon completian of Work and immediately prior to finai inspection. 1.5 SUBMITTALS [N4T USED] 1.6 ACTION SUBMITTALS/INF4RMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] L9 QUALITY ASSURAT�iCE [NDT USED] 110 STORAGE, AND HANDLING A. Storage and Handling Requirernents i. Store cleaning products and cleaning wastes in cantainers specifically designed for those materials. CFfY OF FOR"I' WORTH 201$ CiP Year 3-- Confract 5 STAiYDARD GONSTRUGTIQN SPECIFICA7TON DOCUMENTS City Projeci Na.: 109452 Revised 7uly 1, 2011 017423-2 CLEANING Page 2 of 4 l.11 RIELD [SITE] CONDITIONS [NOT USED] 1.I2 WARRANTY [NOT USED� PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [oR� OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAM�NATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-1NSTALLATION [NOT USED] 3.7 FIELD �ox] SITE QUALITY CONTROL [NOT USED] 3.8 SY�TEM STARTUP [NOT USED] 3.9 ADNSTING [N�T USED] 3.10 CLEANING A. General 1. Pre�ent accumulation of wastes that create hazardaus conditions. 2. Conduct cleaning and dispasal operations to comply with laws and safety orders of governing authorities. 3. Do zaot dispose of �olatile wastes such as mineral spirits, oil or paint thinner in storm ar sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid wasta disposai site. S. Dispose of nondegradable debris at an approved soIid waste disposal site or in an alternate manner approved by City and regulatory agencies. C1TY OF FORT WORTH 2O18 CIP Year 3— Contract 5 STANDAKD CONSTRUCTION SPECIFICATIQN DOCU]vIENTS City Project No.: 141452 Revised Jaly 1, 201I 017423-3 CLEANING Page 3 of 4 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and eyuipmeni associated with this project. 8. Remove a�l signs oftemporary construction and activities incidental to construction of required permanent Work. 9. If proj ect is noi cleaned to the satisfaction of ihe City, the City reserves the right ta have the cleaning completed at ihe expense af the Contx'actor. 10. Do not burn on-siie. B. Intermediate Cleaning during Construction 1. Keep Work areas clean sa as not tQ hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically Iocated container(s): a. Cover to prevent blowing by wind b. Store debris away from construction ar operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish paint�ng. a. Coniinue vacuum cleaning on an as-needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean siie of a�l loose or unsecured ite�ns, which may become airborne ar transported by f�owing water during the stortn. C. Interior Final CIeaning 1. Remove gease, mastic, adhesives, dust, dirt, stains, fingerprints, 1abels and other foreign materials from sight-exposed surfaces. 2. Wipe a11 lighting fixture reflectors, lenses, lamps and trims clean. 3. Wash and shine glazing and mirrors. 4. Polish glossy sarfaces to a clear shine. 5. Ventilating systems a. Clean permanent fiiters and replace disposable filters if units were aperated during construction. b. Ciean ducts, blowers and coils if units were operated without filters during construction. 6. Replace all burned out lamps. 7. Broom clean process area floors. 8. Mop office and control room floors. D. Exterior (Si#e or Righi of Way) Final Cleaning 1. Remove trash and debris containers frorn site. a. Re-seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to retnove all rocks, pieces of asphalt, concrete or any other object that may hinder ar disrupt the flow of traff c along the roadway. 3. Clean any fnterior areas including, but not limited ta, vaults, manholes, strtactures, junction boxes and inlets. CITY OF FORT WORTH 2498 CfP Year 3— Contract 5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 10�E452 Revised July 1, 2011 oi�az3-a CLEANING Page 4 of 4 4. If na longer require� for maintenance of erasion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES �NOT USED} 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACH1i�iENTS [NOT USED] END 4F SECTION Revision Log DA'I'E NAME SUMMARY OP CHANGE C17'Y OF FORT WORTH 2O18 CIP Year 3— Conlract 5 STANDARD CONSTRUCTIdN SPEC�ICATION DOCUMENTS City Project Na.: 1 d1452 Revised July I, 2Q] I � � I i f � � . PART1- GENERAL SECTION 0� 7719 CLOSEOUT REQUIREMENTS 017719-1 CLOSEOUT REQUIREMENTS Page 1 of 3 t 1.1 SUMMARY ; A. Section Includes: 1. The procedure for ctosing out a contract � B. Deviations from this City of Fort Workh Standard Specification a 1. None. -� C. Related Speci�cation Sections include, but are not necessarily limiied to: � ' 1. Divisioin 0-- Bidding Reyuirements, Contract Forms and Conditions of the Contract 2. Division 1— General ReqUirements � 1.2 PRICE AND PAYMENT PROCEDURES , A. Measure�nent and Payment � 1. Work associated with thts Item is considered subsidiary to the various Items bid. - No separate payxnent will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.� ADIVIINISTRATNE REQUIREMENTS A. Guarantees, Bonds and Affidavits i . I. No application for iinat payment will be accepted until all guarantees, bonds, certificates, ticenses and affidavits required for Work or eyuipment as specified are • satisfactorily filed with the City. 4 � B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of �. release of liens has been sabmitted to the City. � 1.5 SUBMITTALS A. Submit a11 required docurnentation ta City's Project Representative. CITY OF FORT WOR773 2018 CIP Year 3— Conlract 5 STANDARD CONSTRUC7"fON SPECIFICATION DOCUMENTS City ProjeCt No.: 109452 Revised July 1, 2011 U17719-2 CLOSEOUT REQT]IREMENTS Page 2 of 3 1.6 INFORMATIONAL SUBMITTALS [NOT USED] L7 CLOSEOUT SUBMITTALS [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.� EXAMINATION [NOT USED] 3.3 PREPARATIQN [NOT USED] 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Fina1 Inspectian, submit: 1. Project Record Documents in accordance with Section O1 78 39 2. Operation and Maintenance Data, ifrequired, in accordance with Section 01 78 23 B. Prior to requesting Final inspection, perform final cleaning in accordance with Section 01 74 23. C. Finallnspection 1. After final cleaning, provide notice to tY�e City Project Representative that the Woric is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will noti�y the Contracior, i n writing wif.hin 10 business days, of any particuIars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction af the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt af this notice, the City, in the presence af the Contractar, will make a subsequent Final Inspection of the project. 4. Provide all special accessaries required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adeyuate oil and grease as reyuired for the first iubrication of the equipment c. Initial fi1l up af a11 chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-Up and operation of all equipment D. Natice of Project Completian CITY QF FORT WpRTH 201$ CIP Year 3— Contract 5 STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS City Project No.: 101452 Revised JuEy 1, 2011 017719-3 CLOSEOUT REQUIREMENTS Page 3 of 3 1. Once the City Aroject Representative finds the Wark subseyuent to Final Inspection to be satisfaciory, the City will issue a Notice of Project Completion (Green Sheet}. E. Supporting Documentaiion 1. Coordinate with ihe City Project Representative to complete the fallowing additianal forms: a. Final Payment Request b. Statement of Contract Tirne c. Affida�it of Payment and Release of Li�ns d. Consent of Surety to Final Payment e. Aipe Report (if required) f. Contractor's Evaluation of City g. Performance EvaIuation of Contractor F. Letter of Final Acceptance 1. Upon review and accepiance of Notice of Project Compleiion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTURATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [ae] SITE QUALITY CUNTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.I0 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MA�NTENANCE [NOT U�ED] 3.14 ATTACHMENTS [NOT USEDJ END OF SECT�ON Revision Log DATE NAME SUMMARY OF CIIANGE CITY OF FORT WORTH 2O18 CIP Year 3— Contract 5 STANDARD CONSTRUCTION SPSCIF[CATION DOCUMEN'I'S City Project No.: 101452 Revised July f, 201 t � r � F ; r , , i D 1 78 23 - 1 OPERATION AND MAINTENANCE DATA Page 1 of S SECTION O1 '�8 �3 OPERATION AND MAINTENANCE DATA PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Prod�ct data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but are not limited to: a. Traffic Controllers b. Irrigation Controllers (to be operated by the City) c. Butterfly Valves B. Deviations frorn this City of Fort Worth Standard Specification 1. None. C. R�lated Specification Sectians include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Canditions af the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Iiem. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form to the City within 34 calendar days of product shipment to the project site. ].5 SUBMITTALS A. Submittals shali be in accordance with Section O1 33 00 . All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Foren 1. Prepare data in form of an instruciional manual for use by City personnei. 2. Format a. Sizc: 8%2 inches x 1 i#nches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Teart: Manufacturer's printed data, or neatly typewritten C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2018 CIP Year 3—Contract 5 City Project No.: 101452 017823-2 OPERATION AND MA►NTENANCE DATA Page 2 of 5 d. Drawings 1} Provide reinforced punched binder tab, bind in with text 2) Reduce larg�r drawi:ngs and fold to size of text pages. e. Provide fly-leaf for each separate praduct, or each piece of operating equipment. 1) Provide typed description of praduct, and major component parts of equipment. 2) Provideindexedtahs. f. Co�er 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE 1NSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter co�ered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. VJhen multiple binders are used, correiate the da�a into related consistent groupings. 4. If available, provide an electronic forxn of the O&M Manual. B. Manua1 Content 1. Neatly typewritten table of contents for each valume, arranged in systematic order a. Contractor, name of responsibie principal, address and telephone num�er b. A list of exch product required to be included, indexed to content of the volume c. List, with each product: I} The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4} Loca� source of suppty for parts and replacement d. Identify each product by groduct name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include onty those sheets which are pertinent to tiae specific product. b. Annotate each sheet to: 1} Clearly identify specific product or part installed 2} Clearly identify data applicable ta installation 3} Delete references to inapplicable information 3. Drawings a. Supplement praduct data with drawings as necessary to clearly illustrate: 1) Aelations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with in%rmation in Praject Record Documents to assure correci illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installatian: a. Organize in consistent format under separate headings for different procedures. b. Provide ]ogical sequence of instructions oieach procedure. CITY OF PpR'I' WORTH 2O18 CIP Year 3— Contract 5 STANDARD COHSTRUCTION SPECIFICAT[ON DOCUMEI�lTS City Project No.: 901452 Revised December 20, 2012 017823-3 OPERATION AT3D MAINTENANCE DATA Page 3 of S 5. Copy of each warranty, bond and service contract issaed a. Provide information sheet for City personnel giving: 1} Proper procedures in event of failure 2) Instances which might a�Fect validity af warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, far architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1} Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special rnanufaciured products b. Instructions for care and maintenance 1) Manufacturer's recom�aaendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to produci 3} Recommended schedule for cleaning and maintenance Content, far moisttu'e protection and weather exposure praducts: a. Manufacturer's data, giving full information on products l ) Applicable standards 2) Chemical composition 3) Detaifs of installation b. InstrEactions for inspection, maintenance and repair D. Manual for Equipment and Systems l. Subrnii 5 copies of complete manual in final farm. 2. Content, %r eac�a unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Functian, normal operating characteristics and limiting conditions 2} Performance curves, engineering data and tests 3} Complete nomenclature and commercial number of repIaceable parts b. Operating procedures 1) Start-up, break-in, routi�e and normal operating instructions 2) Regulation, control, stopping, shui-down and emergency instructions 3) Summer and winter operating instruct�ons 4} Special operating instructions c. Maintenance procedures 1} Routine operations 2} Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufaciurer's printed operating and maintenance instructions f. Description of sequence of operatian by control manufacturer 1} Predicted life of parts subject to wear 2) items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed coIor coded piping diagrams CTI'Y OF FpRT WORTH 2d9 8 CIP Year 3— Contract 5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prajecl No.: 101452 Revised December 20, 2012 017823-4 OPERATION AIYD MAII�ITEMANCE DATA Page 4 of 5 i. Charts af valve tag numbers, with locatian and function of each valve j. List of original manufactwer's spare parts, manufacturer's current prices, a�ad recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of �pecifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and cornponent parts 1) Function, normal operating characteristics, and limiting conditions 2) Perforrnance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circe�it directories of panelbaards 1) Elec#rical service 2) Controls 3) Communications c. As installed color caded wiring diagrams d. 4perating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special aperating instructions e. Maintenance procedures 1) Routine operatians 2) Guide to °trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustinent and checking f. Manufacturer's prinied operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent duri ng insiruction of City's personnel. l .i CL4SEOUT SUBMITTALS [NOT USED] 1.$ MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Pro�ide operation and maintenance data by personnel with the following criteria: l. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent required to communicate essential data 3. Skilled as draftsman competent to prepare required drawings C17'Y OF FORT WORTH 2O18 C!P Year 3— Contract 5 STANDARD CONSTRUCTION SPECIFICATIQN DOCUMENTS Cily Prajecl No.: 101452 Revised December 20, 2012 � E f � i r f � � r k } p17$23-5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1.20 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.l l. FIELD [SITE] CONDITIONS [NOT USED] 1.1� WARRANTY [NOT USED] PART � - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision �,og DATE NAME S�TMMARY 4F CHANGE 8/31/2012 D. Johnson 1.S.A.1 — title of section removed CITY OF FORT WORTH STANDARD CbNSTKUCTI01� SPECIFICATION DOCUMENT'S Revised December 20, 2012 2018 CIP Year 3— Contract 5 City Project No.: 101452 i � ; 4 I Ol 7$ 39 - 1 PROJECT RECORD DOCUM�NTS Page 1 of4 SECTION 0198 39 PROJECT RECORD DOCUM�NTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports a Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specif cation l. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division l— General Requirements 1.� PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with ihis Item is considered subsidiary to Yhe var�ous Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS jNOT USED] 1.� SUBMITTALS A. Prior to submitting a request for Final Inspection, deIiver Project Record Documents to City's Project Representative. 1.6 ACT�ON SUBM�TTALS/INF4RMATIONAL SUBMITTALS [NOT USED] 1.'� CLOSEOUT SUBMITTALS [NOT USED] 1.S MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate ci�anges rviYhin the Recard 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 Dacuments may rely reasonably on information obtained from the approved Project Recard Documents. CITY OF FORT WOR'I'H STANDARD CONSTRUCI'ION SPECIFICATION DOCUMENTS Revised July I, 2011 2d18 CIP Year 3-- Contract 5 Ciiy Project No.: 101452 017839-2 PI20JECT RECORLI ]]OCUMENTS Page 2 of 4 3. To facilitate accuracy of records, make entries within 24 hours after receipt af information ihat the change has occ�arred. 4. Provide factual inforrnation regaz'ding all aspects of the Work, both concealed and visible, to enable future modification of the Wark to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely pratected from deterioration and from Ioss and damage until campletion of the Work and transfer of all recorded data to the finaI Praject Aecord Documents. 2. In the e�ent of loss of racorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards origina�ly required by the Contract Docutnents. 1.11 FIELD [SITE] CONDTTIONS [N4T i7SED] I.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [ox] OWNER-SUPPLIED PRODUCTS [NOT USED] 2,.2, RECORD DOCUMENTS A. Job set 1. Pramptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Cantractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide tha City l conr�plete set of all FinaI Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTI4N 3.1 INSTALLERS [NOT USED] 3.� EXAMYNATIQN [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maint�nanc� of Job Set 1, immediately upon receipt of the job set, identify each oithe Documents with the title, "RECORD DOCUMENTS - J4B SET". CITY pF FORT WORTH 2O18 CIP Year 3— Contract 5 STANDARD CONSTRUCTION SPECIFICA'CTON DOCUMENTS City Project No.: 101452 Revised 7uly [, 2011 017839-3 PROJECT RECOItD DOCUMENTS Page 3 of 4 2. Preserva#ion a. Considering the Contract compleiion time, the probable number of occasions upon which the job set must be taken out for new entries and far examination, and the conditions under which these activities wi1J be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start af transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum, in accordance wi#h the intervals set forth in Section O1 71 23, clearly mark any de�iations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviaiions from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearIy describe the change by graphic line and note as required. c. Date all entries. d. Call attentian to the entry by a"cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. Conversion of schematic layouts a. In some cases on the Drawings, arrangements oi conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical Iayout. 1) Final physical arrange�aaent ts determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the j ob set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Fina1 physical arrangement is determined by the Contracior, subject to ihe City's approval. 2) Show, by symbol or note, the vertical location of the Itena ("under slab", "in ceiling plenum", "exposed", and the Iike). 3} Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c_ The City may waive the requirements for conversion of scltematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely Upon waivers being issued except as specifically issued in writing by the City. B. Fina� Project Record Documents 1. Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documenis, coardinating the changes as required. b. Clearly indicate at each affected detail ar�d other Drawing a fuil description of changes made during constructian, and the actual location of items. CITY OF FORT WORTH 2O18 CIP Year 3— Contract 5 STANDARD CONSTRUCTIOAT 5PECIFICATIOM DOCUMENTS City ProjeCt No.: 1fl1�}52 Revised July 1, 2011 01 78 39 - 4 PR07ECT RECORD DOCUMEIITS Page 4 oF4 c. Ca11 attention to each entry by drawing a"cloud" around the area or areas affected. d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other pocuments a. If the Documents, other than Drawings, have been kep� clean during progress of the Worl�, and if entries thereon haue been orderly to the approval of the City, the job set of those Docum�nts, other than Drawings, will b� accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Dacument from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.� REPAIR 1 RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [ox] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [N4T USED� 3.9 ADJUSTING [NOT USED] 310 CLEANING [N4T USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USEDj 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMAAY OF CHANGE CITY OP FORT WORTH 2D18 ClP Year 3— Contract 5 STANDARD CONSTRUCTIdN SPEC�ICATION DOCUMENTS City ProjeCE No.: 109452 Revised July l, 20l 1 1 s SPECIA� PROVISiO�I TQ 5Tl4NDA�� S�°�CI�ICATlOfli 3� 7� �3 TRAFFIC COI�TROL SP 34 7113.01 TRAFFfC CONTROL Page 1 of 5 ; �or this Project, the 5tandard Specification 34 71 13 for iraffic Controf {dated 11/22/2013) is : amended with respect to the clauses cited belaw. No other cfauses or requirements of this 5#andard 5pecification are waived or changed. Delete section 1.1. from 5tandard 5pecification 34 7113 and replace with: 2 _, 3 , � , � � �.1 SUMMALtY B. Installation of Traffic Control Devices and preparation of Traffic Control Plans, including moving, replacing, maintaining, cleaning and remo�ing up�n completion of the work, all temporary ar permanent street closure barricades, signs, canes, lights or other devices required to handle traffic in conformance with the current edition of the Texas Manual of Uniform TrafFic Control Devices and as indicated an the Drawings or directed by the Engineer or designated City representati�e. C. De►riatio�s from this City of Fort Worth Standard Specificatian 1. As outlinec! in this Special Provision to Standard Specification 34 71 13. i ; D. Related Specifications Sections incfude, hut are not limited ta: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Divisian 1—General Requirements Dele�e paragraph 1.2. from 5tandard Specification 34 71 13 and replace with: 1.2 PRIC� Ai�D P�YMiEY�T PFtOC�DfJRES A. Measurement and Payment 1. Installation of Traffic Control Devices a. Measuremer�t 1} Traffic Control De�ices for the project will be measured per month throughout the project d�ration regardless of the number of set-ups, lacations or streets under construction. b. Payment CiTY OF FORT WORTH DATE: 12/13/2019 2018 CIP Year 3—Contract 5 City Project Na.: 101452 SP 34 71 13.01 SPECIo4L PROVISIOI►! TO 5`�,4i1lDA�D SPECI�ICAYIOI!! 3�4 5'�.13 TRAFFIC CONTROL TRAFPIC GONTROL Page 2 of 5 1) The work performed and materials furnished in accardance witt� this Item and measured, as pro�ided under "Measurement," shall be paid for at the unit price bid for "Traffic Control" under each Unit af Wark (Waier, Sewer, Paving, etc). No adcfitional compensation is rnade for materials, equipment or labor required for this Item. 2) No more than one month may be charged during the same 30 day period of a contract. Projects with multipfe crews perForming concurrent Units of Work (Water, 5ewer, Pa�ing, etc} will be paid far 1(on�) manth tatal, under the contractor's selected unit. The selected unit must have had acti�e worfc during that periad. 3} The months for each Unit of Wark will be appraximated for bidding and can be adjusted during construction as the wark progresses according to the Cantraciar's schedule. The Contractor's schedule shall reflect the project being complete within the praject duration set by the cantract. c. The work performed under this Item shall include, but not be limited to: lj Traffic Contral implementation 2j Installation 3) Maintenance 4j Adjusfiments 5) Replacements 6) Removal 7) Police assistance during peak hours d. Traffic Cantrol Plan Changes: 1)Contractar dri�en changes to the sequencing, resources, or location of traffic cantrol acti�ities do no# warrant additional cost for traffic control. 2)City requested changes tv the scope or sequencing can be submitted as a change order with supporting dacumentation for review by the City. 3jDuring periods of inacti�ity the contractor must prv�ide supporting documentation that additional traffic control was required based on current site conditians and was present at the site. CITY �F FORT WORTM 2018 CIP Year 3--Contrad 5 DATE: 12/13/2019 City Project No.: 101952 SP 34 71 13.01 TRAFFIC COIVTROL Page 3 of 5 SP�CI,��. PROVI5iO�f TO S7'AI,I�A�D 5��ClFICAYIOiI} 34 ��. ].3 TRAFFIC CONTROL 2. Portable Changeable Message Board Signs a. Measurerrient 1j Portable Changeable Message Board Signs for the praject shal! be measured �er week regardless of the number of set-ups, locations or streets under construction. b. Payment 1)The work performed and materiais furnished in accordance #o this Item and measured as provided under "Measurement" shal! be paid for at the unit price bic! per week for "Portable Message 5ign". c. The price I�id and work perfarmed under this Item shall include, but nat be limited to: 1)Deli�ery of Portable Message Sign to Site 2jMessage updating 3}5ign movement throughaut construction 4)Return of the Portable Message Sign post-construction 3. Preparation of Traffic Control Plans or details if not pro�ided on the Drawings and applicable City 5tandard Traffic Control Detail is availabfe at: http://fortworthtexas.gov/uploadedFiles/Transportatian_and_Public_W orics/Permits/TrafficControlPlans. pdf a. Measurement 1)Traffic Control Pians for t#�e project shall be measured throughaut th� contract time period and furnished by the Contractor. b. Payment 1)The work performed and materials furnished in accordance with this Item shall be subsidiary to the unit price bid for "Traffit Control". c. 1'he work performed under this item shall include, but not be limited to: 1jPreparing #he TrafFic Control Plans CITY OF FORT WORTH . 2d1$ CIP Year 3— Contrett S DATE: 12/13/Z019 City Project No.: 101452 SP 34 71 13.Q1 SP�CIAL PROVISION TO STANU�4RD SPECIFICATIOP� 34 �1 13 TRAFFIC CONTROL TRAFFIC CONTROL Page 4 vf 5 2)Adherence to City and Texas Manual on Unifarm Traffic Control Devices (TM UTCD) 3JOhtaining the signature and seal of a licensed Texas Professional Engineer for all Traffic Control Plans submitted to the City. 4)Encorporation of City comments Dele4e paragraph 1.5.8, D, E and G from Standard Specificatian 34 71 13 and replace with: 1.5 SUB�IIiITTR�S B. Obtain a Street Use Permit fram the Street Management 5ection of the Traffic Engineering bivisian, 311 W. 10th Street. 1'he Traffic Control Plan �TCPj for the Project shall be as detailed on the Traffic Contral Plan sheets of the Drawing set if pravided. A copy of the Traffic Cantrol Plan shall be submitted with the Street Use Permit and upon approval uploaded to the City's BIM360 project page as a submittal. D. Contractor shal! prepare Traffic Control Plans if required by the Drawings or Specifications. 7he Cantractor will be responsibfe for ha�ing a licensed Texas ProfessionaE �ngineer sign and seal the Traffic Control Plan sheets. Contractor, at his or her expense, shall prepare and submit for appro�al Traffic Contral Plans where Contractor wishes to de�iate frorr� the appro�ed set of Traffic Control pians if provided in the construction documents. E. Lane closures (including moving operatians) that require a lane to be clased to through traffic for 24 haurs ar longer shall require a site-specific traffic controf plan. G. besign Engineer will furnish standard details for traffic control. These are guidance and are not sufficient for a site specific traf�ic controi plan for lane closures o�er 24 haurs. De�ete paragraph 1.5.G from Standard Specification 34 71 13. Delete paragraph 33.K from Standard Specification 34 71 13 and replace with: CITY pF FpRT WORTH 2O18 CIP Year 3— Contract 5 dA7E: 12/13/2019 City Project No.: 101A52 S � , i SPECI�L PFiOVISIOP� TO STAidDARD SPzCIFiCATIOIV 34 i� 13 TRAFFIC CONTROL 3.3 INS�'A��A�lOid SP 34 71 13A1 71iAFFIC CONTROL Page 5 of 5 K. Contractor s#�all make arrangements, at his ar her expense, for police assistance to ; direct traffic if traffic signal turn-ons, street light pole installation, or other construction will � be done during pealc traffic times (AM: 7 am — 9 am, PM: 4 pm - 6 pm}. r i s � f CITY OF FORT WORTH 2O18 qP Year 3— Contract 5 �ATE: 12/13/�019 City Project No.: 101452 APPEilTDIX C1T`Y OF FQRT WQRTH 2O18 CIP Year 3— Contratt 5 STANDARD CON57RUCTfpN SPECIFICA710N DOCUMENTS City Project No.: 301A52 Revised Juiy 1, 2Dl 1 GC�-4o�2 ��l�surface ��d �l��s�call ��ncl���o�s '�l��S PA�� �.��'�' �i�T'�"E�'g'�01�����' �1�AI�T1� CITY OF FORT WOKTH 2O18 CIP Year 3— Contract 5 STANDARD CONSTRUCTION SPECIFICATIdN DOCUMENTS City ProJett Na.: 101452 Revised July 1, 2011 ���T������ ti„'�','�r - City of Fort Worth Capital Delivery Division/Soil Lab 8851 Camp Bowie Blvd #300 Fort Worth, TX 7611b Laboratory Tesi Results for A Street Coring Project Phone:817-392-7920 Project: CPN# 101452 Date Tested: 12/20/2019 to 1/14/2020 Requested by PM: Mary Hanna This report presents #he results of a street coring pxoject for (Water, Sanitary Sewer and Paving Improverr�ents %r 201 S CIP Year 3,Contracts 5 and 6). Mr. Uday Bangale and Stephen Overton per%rmed the cores, and subgrade lab tests. Mr. Zelalem Arega reviewed and approved the results. ��ret•to�y �s�r•k �rive G. (�'vx I:ro�low �t t� 3�1U'I�' o� �1lhi�a Cae��r#) H4LE # � LOCATION: 10�'S of Fox Hallow 4.00" HMAC 6.00" Concrete (Broken) 6.50" Pale Brown Clay w/Gravel ATTERBURG LIMITS: LL: 33.60 PL: 14.44 PI: 19.20 SHRKG: 10% HOLE # 2 LOCATION: 3905 Overton Park (W/4} 4.00" HMAC 6.Q0" Cancrete (PSI 324�4) 1.50" Brown Sandy Clay w/Gravel 4.50" Reddish YelIow Sand ATTERBURG LIMTTS: LL: 26.90 PL: 18.60 PI: 8.30 SHRKG: 3% HOLE # 3 � � LOCATION: 3921 Overton Park (W/4) 4.75" HMAC 8.00" Concrete (PSI 1892} 4.75" Pale Brown Sand w/Gravel ATTERBURG LTMITS: LL: 25.$0 PL: 13.40 PI: 12.4Q SHRKG: 3% Page 1 of 8 ���������� City af Fort Worth Capitai Delivery Division/Soil I,ab 8851 Camp Bowie Blvd #300 Fort Worth, TX 76116 Phone: 817-392-7920 HOLE # 4 LOCATION: 3913 Overton Park (E/4) 3.50" HMAC 7.50" Stabiiized Material 4.OQ" Pale Brown Sandy Clay w/Gravel and Stone 2.00" Brown Sandy Clay HOLE # 5 LOCATI4N: 3817 Overton Park (E/4) 4.00" HMAC 9.00" Brown Sandy Clay w/Gravel 4.50" Lighi Brownish Grey Clay w/Gravel ATTERBURG LIMTTS: LL: 40.80 PL: 19.50 PI: 21.30 SHRKG: 11 % f'u�vc� Ave�ae (Ma�ks PI ta P��r�se) H4LE # 6 LOCATION: 50'E of Penrose (N/4) 1.00" HMAC 6.00" Grey Sandy Clay w/Gra�el 3.00" Brown and Reddish Sandy Clay w/Gra�el 5.50" Brown Clay HOLE # 7 LOCATION: 7321 Culvear Ave (S/4) 1.00" HMAC 5.00" Grey Base 3.fl0" Brownish Red Sandy Clay w/Gravel 7.00" Greyish Brown Clay ATTERBURG LIMITS: LL: 66.40 PL: 27.30 PI: 39.10 �HRKG: 18 % Page 2 of 8 ���� ���.��� City of Fort Worth Capital DeIivery Division/Soil Lab 8851 Camp Bowie Blvd #300 Fort Worth, TX 76116 Phone: 817-392-7920 xoLE #s � LOCATION: 50'W of Marks Pl (N/4) 2.75" HMAC 3.00" Gr�y Base Material 4.75" Reddish Brown Sandy Clay w/Gravel 6A0" Very Pale Brornrn Clay rx�/Grav�l ATTERBURG LIMITS: LL: SS.80 PL: 19.9 PI: 35.9 SHRKG: 19% aVIa�''� ��-�-e�C Drive {[.y�n�l�« I�rive �o �ier�brook IfV4��'} HOLE # 9 LOCATION: 60' W of Mayfair (S/4) 4S0" IIMAC 7.50" Pale Brown Sandy Clay w/Gravel 4.00" White Ciay w/Gravel ATTERBURG LIMTTS: LL: 32.50 PL: 14.50 PI: 18.0 SHRKG: 10 % HOLE # 10 �y� � � LOCATZON: 7613 Mazy's Creek Dr {S/4} 3.5�" HMAC 3.OQ" Yellowish Brown Clayey Sand w/Gravel 4.00" Brown Clayey Sand w/Gravel 4.00" Brown Clay w/Gravel 2.5�" Pale Brown Clay vv/Gravel ATTERBURG LIMITS: LL: SS.�O PL: 21.41 PI: 33.61 SHRKG: 18 % HOLE # 11 LOCATION: 35' W af Lyndan Dr (N/4) 2.50" HM��C 5.50" Yellowish Brown Sanciy Clay w/Gravel 3.50" Brownish Grey Sandy Clay 4.50" Brown Clay Page 3 of 8 ���������� City of Fort Worth Capital Delivery Division/Soil Lab 8$51 Camp Bovvie B�vd #300 Fort Worth, TX 76116 Phone: 817-392-7920 HOLE �# 12 LOCATION: 45' N of Dilworth (W/4) 3.00" HMAC 3.50" Brown Clay w/Gravel 9.50" Grey Clay ATTERBURG LIMITS: LL: 70.90 PL: 30.60 PI: 4430 SHRKG: 19 % L.�l�be�' Av�r�ae �F�rn�i ��re�l�tv F�o�rne Sh�e�t) HOLE # 13 LOCATIQN: 5609 Libbey Ave (S/4) 3.00" HMAC 15.00" Very Pale Brown Clay w/Gravel ATTERBURG LIMITS: LL: 30.60 PL: 14.50 PI: 15.10 �HRKG: 10 % HOLE # 14 LOCATION: 5624 Libbey Ave (N14} 3.00" HMAC 14.00" Brown Sandy C1ay w/Gravel 5.00" Brown Sandy Clay Libbey Aven€�e {�larr�� �tr�et to I�itfie a e �fr���} HOLE # 15 LOCATION: 65'W oiHorne St. (N/4} 1.50" HMAC 6.aa" Pale Brown Sand w/Gra�e1 3.50" Brown Sandy C1ay w/Gravel 6.aa" Brown Sandy Clay HOLE # 16 L4CATION: 5$33 Libbey Ave (N/4} 2.00" HMAC 7.50" Brown Clayey Sand wlGravel 7.00" Strong Brown Clay w/Gravel ATTERBURG LIMITS: LL: 55.10 PL: 23.7� PI: 31.40 �IIRKG: 16 % Fage �4 of 8 �������.��� � c��y af For� wartr, Capital Delivery Division/Soii Lab $851 Ca�np Bowie Blvd #300 Fort Worth, TX 76116 Phone: 817-392-7920 HOLE # 17 LOCATION: 5805 Libbey Ave (S/4) 2.50" HMAC 7.50" Brown Clayey Sand w/Gravel 6.00" Pink Sandy Clay w/Gravel ATTERBURG LIMITS: LL: 30.60 PL: 15.40 PI: 15.20 SHRKG: 7% — — A�rnberl' Arrrnue �Fs�r+�r� St�•e�t to H�r��jte �t,��e�j HOLE # 18 LOCATION: 5601 Humbert Ave (S/4) 2.00" HMAC 14.Q0" Brown Sandy CIay w/Gravel & Stone HOLE # 19 LOCATION: 7S'E of Horne St (N/4) 1.50" HMAC 6.SQ" Pale Brown Clayey Sand w/Gravel 9A4" Light Brown Clay w/Gravel ATTERBURG LIMITS: LL: 37.30 PL: 17.20 PI: 20.10 SHRKG: l. l% I���noke Str�a� (C:w�[ver A,vc�ue to 1�'y�l�l'f �f��e��� HOLE # 20 � LOCATION: �4929 Roanoke St. (E/4) 3.00" HMAC 4.50" Brown Sandy Clay w/Gravel 5.50" Light Brownish Grey Clay vv/Gravel ATTERBURG LIMITS: LL: 48.D0 PL: 22.20 PI: 25.80 SHRKG: 16% HOLE#21 LOCATION: 4809 Roanake St. (E/4) 6.50" HMAC 3.00" Brown CIay w/Gravel 8.50" Brownish Grey Sandy Clay w/Gravel Page 5 of 8 ���� �����{il'. , Ciiy of Forf Worth Capital Delivery Division/Soil Lab 8851 Camp Bowie Blvd #300 �'ort Workh, TX 7611G Phone: 817-392-7920 HOLE # 22 LOCATION: 4902 Raanoke St. (W/4) 4.dd" HMAC 5.50" Brown Sandy Clay w/Gravel 6.00" Crreyish Brown Clay w/Gravel ATTERBURG LIMTI'S: LL: 63.40 PL: 27.80 PI: 35.60 SHRKG: 18% I�r�rv�e �t�'�! {1)lA7 ��Yi'iiE#E' �p VVea�eSlCv) HOLE # 23 LOCATION: 3404 Hervie St. (W/4) 1.50" HMAC 1.50" Brown Sandy Clay w/Gravel 8.aa" Stone 4.50" Lzght Yellowish Brown Clay ATTERBURG LIMTI'S: LL: 39.70 I'L: 18.80 PI: 20.90 �HRKG: 11 % HOLE # 2� LOCATION: 120'N of Wellesley Ave. (E/4} 3.aa" HMAC I s.aa" Pink Sandy Clay w/Crravel ATTERBURG LIMI7'S: LL: 28.50 PL: 17.50 PI: 11.00 SHRKG: 6% _ _�e���� �1v���ae - - ��1'�s��'��+� L���e io Sa�pi�e���e,« l�l�r�} HOLE # 25 LOCATION: 120'E of �appington Pl (S/4) 3AO" HMAC 1.50" Brown Sandy Clay w/Grar�el 3.00" Greyish Brown Sandy Clay w/Gravel & Stone 7.50" Stone 2.00" Greyish Brown Sandy Clay w/Giravel Page fi of 8 ���� f � ����G City of Fort Worth Capital Delivery Division/Soil Lab 88S 1 Camp Bowie Blvd #300 k'ort Wortla, TX 76116 Phone: 817-392-7920 HOLE # 26 LOCATION: 6G04 Locke Ave. (S/4) 1.50" HMAC 3.50" Brown Sandy Cfay w/Gravel 5.00" Redc�ish Brawn Sandy Clay w/Stone 5.0�" Pale Brown Sandy Clay 3.40" Reddish Brown Sand w/Gravel &�tone HOLE # 27 LOCATION: 6558 Locke Ave. (N/4} 5.50" I�IV1�C l .00" Dark Browra Clay 8.50" Yellowish Brown Clay w/Grave] & Stone ATTERBURG LIMITS: LL: q-4.20 PL: 19,90 PI: 2430 SHRKG: I3% HOLE # 28 LOCATION: 6624 Locke Ave. (N/4) 1.50" HMAC 3.50" Pale Brown Sandy Clay w/Gravel 5.00" Reddish Brown Sandy Clay b.00" Pinkish Sandy Clay w/Gravel A`TTERBURG LIMITS: LL: 30.97 PL: 14.98 PI: 15.99 SHRKG: 9% - - -- - -- _ �nlderJD�•�re — -- ---- — - — -- - f�s��C la�rest ��� �3urto� Nill HOLE # 29 LOCATION: S4Q4 Volder Dr. {N/4) 6.00" HMAC (Broken) 3.00" Gravel & AsphaIt Pieces 7.00" Greyish Brown Clay Page 7 ot 8 �'��������� City of Fort Worth Capikal Delivery Di�visian/Soil Lab 8851 Camp Bowie Blvd #300 Fort Worth, TX 76116 Fhone: 817-392-7920 HOLE # 30 LOCATION: 5500 Volder Dr. {N/4) 3.25" HMAC 4.00" Stabilized Material 2.75" Brown Sandy Clay w/Gra�el bA0" Grey Clay ATTERBURG LIMITS: LL: 41.70 PL: 17.20 PI: 24.50 SHRKG: 12% HOLE # 31 LOCATION: 5612 Volder Dr. {N/4) 2.aa" HMAC 5.50" Pale Brown (Stabilized Material) 3.00" Pale Brown Sandy Ciay wlGra��l 5.00" Greyish Brown Clay HOLE # 32 LOCATION: 5633 Volder Dr. (S/4) 3.50" HMAC 7.50" Pale Brown Claey Sand wlGravel 5.50" Light Brownish Grey Clay ATTERBURG LIMTTS: LL: 40.97 PL: 17.8Q PI: 23.17 SHRKG: 12% HQLE # 33 LOCATION: 5521 Volder Dr. (S/4) 4.00" HMAC S.SO" Stabilized Material 6.50" Gray C1ay ATTERBURG LTMTI'S: LL: SG.Sa PL: 23.30 PI: 33.20 SHRKG: lb% Page 8 of 8 �C�4o�4 �Jnder��°ound ]Fac�l�$ies '�']��S �A�E l�,l��'� �l�'�']�l�T�IONA��Y �l�.�A�� CITY OF FdRT WORTH 2O18 CiP Year 3— Cantract 5 STANDARD CONSTRUCTION SPECIFICATION �OCUMENTS City ProjeCt No.: 7.01452 Revised July 1, 2011 S z �' '�i�a�l� � e E � ��a���g bnyjm 4 -5�°`�� �oPo'�°$ a°'s_"��°� �qdnoFc d � �a � j"ia.�riW �ro v = "�i IT � � "i � ° iii �..' _ --, -�- '�+ "� ,I ;.�; o�i � 'ti -------- �� I i;.11 I� � 'i�i —_ _� � "�' ���� � � � � � � , , � i� �.I � ��T� �.� � j �jl' �i � �'; � � � . .� — � ,` . � �' � � ` �. I I� I W � � i' ' ' _ � __—; �, �, � _ . . 3A1110 YtlM� Y1NY5 �� � e c. ; � ii � !�� �_ ` o �� .. .. �. �� � k� � ��li � � �l I � . " � I � Q i` � ��».v.l�+t � „ � _"__�,� , II' F I 'I ' I _I III ` � _oi , . ., ----- . � ; � r a �' r.l o�' :} 4 I � �` i.-� / � � � �� � ii I� � -..� _ �,I I . - �� ,�i ��� il � ' - I - - ------ � � ��i � � ;� � ` . � . =� � �. � Q; � `� � � ��., _...�W _ g_� I I 0 � ' ;� ] � � � � 1� - _ — i�o � _...-,.-. _ ,�._ �'o /'I . C' 1.f L'- _.� � a � �i l , 'i a � t�- . � j' �"' � , . •. ,� .�____ � � , � _�. a ----_ w =� - - _. . �� __��. __ _ - . r..__.__ ca� Ea ------ arou ii�y xo�ane .--i 4 � �� o� xW� = =�a w.. ��^ � Wm$ i�� ''J`—'�°vW, � ��` ��s W�•p- � m�� ���Cp gW ; 6 W N Z� S O G�� Ou'�2 ��� �� ��� �:�i ff�W �� ���� ��g �•.. 4 wa� Q�' ��uI - : �`pp;W� "m. Ca V�~� m O W W M w�- JJ J�j�y;4 aNF e ZNy� Wa wffiSa J�`w_ sa`�'a �� �yJW ��F� �W�� �� �=�J '"'rZb y.�-.W< 7� 3��� s�=�� ���� 0g7 ��� � �€3 �o� os8 �� a. �� I =� o ,_ Z � � t� , w, J [ i : u � up Z w �wW � s a� a ��� � ���� � R o ' � _ F I A i o i � €� � I , , � O I.L w� �� s� a S 2 +��� � N O C u N r-�-� � �~ l^ '�- al�R FOARESi CRlV6 � �\ i,�_.�� I f .���.._-----� --.---- ,� �i � � 1 �� ' , � dl�o � ; ' I� - , -: .— �-.—_ `�'' �� �,_ .� �� � , � _fl , ----- _...� � �� -�—�. '°�""" �_ I �� � r: \� --� �I�� �� , ____ � `�-1 °= - _y� ti�� - ~I \�� � � ���' -� � _I, �� - _ � �, � \u IF� �, . �-� _. � �' I 1 .� _ � .w�_� _ o-, '�. i I ,.,o a�-�� —�, � _�, O� i � � � ` - - i '� _`_ - ��r" II r' I 'I _���,,,,�� ��' . _�A-�� �.� -�- 3A�lFG A3'KN7 �___.�._ ' ...r-. �l T '� - ���'r_�___..� .. O � - ---' - � Ic�i �"� r'- O , t _ �'�� 4 � E�B�g�e oww�a o n�`a�as n s"aonE � �;�v$Li'b: n3EQ��w tia $°L< ■ � � C � K C 6 wq G _ �Z � �_� _� - ` � f _..-�-_r� - � .�. e O o j W � ' � � `t'�� w �� .�-.�--'-- � H �m� `�� y�� m o �+ � -� I���Y W �$ �y�Y a'"< vi . ��. � ��� +�y�� ��< �, � W ' ��� �:� a:� < Y o � � : —=ct- . � �� _ °' '� W W ��5 � h`�� � ��z 5�3� �wN a � � � W � Y\' �� �53 �Y�� �'� Z � _ _M�, :�n �'�� Q ., �_ --�. -- �� ���� ��oA ��a � � � �= ,Ni =� =o:� �.': dm: a � � ¢ � u $ g� O I ;� i� --� ` o� �+�z� m8:�u�i !i�.^a "- - j__ � I � w� ww�� W�� �K�� .Z- I. -- � �� m'a 1`�WJ W$��8' � .- _ _ �_.—..'_ �� �>�� ��•-� J�'z� � ° � ' �� 3�w= a��� ���_ - r�; ', � d�� go� o�� �=� -- '� - � �.��� � i �'�,_ �._. Y o�/ ' 7 � � � - -� �._...�-- —� _ � z � i � / i - � /c � ' � � _ = M`— � ; _ � — � : C , o � �� � � l� � �� � ��- W� a _� �� Z , �� - o � U � m __._� ��-- � w .. � � �' � m J _ O a � t --� �� rn� � o � � `s � O w -_r � .-..I. g � �..�.L.....�_'«__'«... � �� I ' - �-- --"-"- � ..� � .`.. - -- � 0 � �� � I I a O� .._ -,.p}y�,. :,�..,� 1� ' g ff � vfJy 1� y 133tl15 31�1L3H � a � I' �, ' i ���� I��I w a x h d 2 2 t) .I. _ _ I . I i �~. ''=J ._... ' , f I — '� ' � 1337l15 3[Atl3H I _ � z ? . '� I: ' � y ; � :I � . e� � � � i � 9 � O 2 � �.1.� � � J i _ �� w � ^._______. � OY ^ �� 0o OW� � ��o Np ��� N �ma ~�6 Y6� m O f> W �g� � y ..�p� � NN �� �y< W S W W O F � O � C� J � ■uF <6� ��� � J J J = 6 '8� ��.a �"S�i �"' d � � 2� " _a py.y. ¢p?� Z I ., � �r�iy �bRfL�2,� 2 � p ! i � �� �b� �N�N u+.�. H I �' r � i'a �g ^�z� ^`+3,°� o�.� � � � � g : � ;,�x� m�wW �"��� Q � ' s w� ww�� WS�= ;:�� � � ; � � �� �m ��_, 1$�� o =a =��� =�~w =��� 4 o� 3�w_ ou"" 3d " �� o��a a oa&� ao� �51� rc $ Ny � O 3 � � � � _�o�q�� =��W. a .��»a-- �q�;���� G�g� �� �i3��i' ^po a�S�L'�oR W "a = ti Cb 5 m $ W z �'�� � i N O � � � J 1 � � � � � 2 � � � � � � � 4� 1 � � � 4! l � � � � � €� � i � ;��&e `�sn�mc c~ �yQ��� � EO•;�R�p^ 33^ �m� ; ue ' oa q ��am Fi a io m �Y � �� Do pw� §�' �'�� ��� m$ r'e"� �w� �",. �$� xsJ a`�"a .... ..� � ��� ��� >g.. W s > ; - ,� .;s� =g� _�� ��j o iLL� ��� 7�� � � � � w � S�s� 5��� kq�W� a=. � � � � � - �Ji- $i�$ 3`�� p 3 a € 5.'. �..�N u� � : � �� ��F� ��' o �:� �" o .:�'' �S •LL�•'�.�� ��`. a�� � i � �g oa u�z� m$Fw Ki � u �ay �p� a�_ �� � � , ' � wi0 SW'J'O WKw'"' J�ul� �� �N' �8s� 'y"�`d� � �`: �y�J ��`� ��'z� �O "� �:LL ���� 3� 3..�� o��� �y�� 0 oFo-$ � rc aaS io� ��d � � � � . Z , W S� J - i - I . � � � I 4 . W � 5� � ".f � . t 3nx3tir Npyrd O W F ��� ii N �/ 1 � � � � � � � � � � � � � � � � � � � C� r�� V � � --------� - ----___� L33tlLS 3%1d3lllll Z�O Z 1�3H5 3NIl H�laVY ii � r� i r � 4 i i �I � i � i R � � '' i � i � i I ' �I i � � -��__�-__—___ i � � i �., r' i � _�___________.., � �� o' � � � D �_ �� ! � � I � �_�__ I� ' 1.� '. �5"'__'_'_ i133tl15 NYM0114N � � — kr-------- � � � ' ; — � � � � � � -- � � � �1 � u; � � E i 1 3 �� I I I -- I I o � � �I o•. � � ; � � o� I � �— —� . b �� � ; -� �r-- --_!__ i i t i t �� i i i � O y ' _ _ _ _ ' _ ' ' � ti .�. r _ ' _ _ _ _ ' _ _ _ i i i � � E � .5. cm � �9 �op°c�y ` w,m2d E3:�i��� `�q�a V F FO°'���°4 �; � �`^+u ��6�caa r {q o`a 6 � q � � �_ �S �zu = =�� �o~�+ �W �n u'im� oiC u'mi' � ` �`�c � ��a ��� o$i o ��� �'� ��� } -0W� q�� "� S�� o$�� �w� $� $�: �9Ya� �� �W g4� 5��'" � ao w� �� ��z� 4��+� �@�w �� s nmLL -� �.,$ 'm�aW� ',a��3 JG Jp1�= J6=� Jlpm� JO W�-=iO JOWr. W04� ���y�W �5 ''�,o� : �� ��"W yW"� " j="} yt.?� ',�, �u 3�'�g"`. $��'� ���i a ag3 g�ai 8�Y4 F � � n 0 � �. ; i, w -� _., . u � � W �WW a ��� a -�� a a � � � 4 � � � � �r �8 o � � � � r � 4 � $ � � �`s 0 [ G f � � 1 1 f -f � k 8 at� � s / � � � � � � � � � � � � � � � � �� � F • • • � � � � � � � I I I I 1 I I I 3�^ o� '�W u nino ..�u z a�� �`��+ u�iu c_ w'm� "�S u�N m o � '" �r� �'�� s4� �n � � � �.�� «d� o �`' W w ' LL o�� �� :�� p j :y�^ Ii� a�� a �� J N �$W � � i a � py pp � G�F Ou�F Ng�W= d � O O � ��' �� J �Y�y� 3E�� 0 � ; 5 �R�V. w�J �w �� ���0 NW� ~ I 4 �? � �x ���� �a� �F Q t ¢ �i � .Z. � � m � a � # � LL : � L�`� m��� :,�� • � I � y� � o f C�� �g N m Z ^ � . 6 >' W��o W W� �g�< �� �N'., �'��� ., S'��' � =3 �>$� �� ��z� � J� � o� ���� `S�� - g �o�� ����' �5�� a aao toH �5'a � 2 $ . � 0 $ N � � Ju S � g z • � w w y J , t ' jt'i e's � ¢ � � � � � 7 � ��a���e m ,���`-n�=o a ,� _ t «a��� € Ea`A�..�d ,� '��`�m°° ��a �b ; yo Z�0 l 133HS 3NIl H�J.VW , � �C-�s�6.D ��i�o�r�t� ��� �'vm��rn O�v�e� �us��es� � Ente��r��se C�m��p�i��ce ' '�`I�[�S ���►.G� ]�]�1F'�' �l�T'I'EI�T'�'I��TAlL1�Y �3��.�TI� � r -- f E .' 1 GITY QF FORT WORTH 2O18 CIP Year 3— Contract 5 STANDARD CONSTRUCTfON SPECIFlCATION pOCUMENTS City Project Na.: 101A52 Revised 7uly 1, 2011 �'C�i�'7' �C�I�TH T�;?Vi.�'�)������' ��FfVISI(�1� �1{xl�i��l1 (C�.11'li)-Y�� �ity of For� �ilo�tF� �Vlinc�rit� Bus�nes� �nt�r�ris� �pe��fi�atians �P����l�. IfV�TFtU�Ti��l� F�Fi �FFEFt�R� APPLICATIQN �� �OLI�Y IF fhe toFal doliar +ralu� of #he �ar�#�act is $5�i.0a0.0'I ar rr�oare, tNen � M�� sub�ar�Rfa�tl� �oal �s a ii�alsle. P��f�Y ST�ITEM��17 II ks Ihe �o��cy oi the ��#y o� �art Vti+�rlh to sns�re ihe fu�� en� ��uilabfe �art�cl�atlan �y M�nor�ty �usiness �nte�prises �MB�} i� the �roc�ren�ent of �II gao�a ar�d sen+�eas, All ra�r�lremen�s and reg�ia�l�rts st��ed i� tF�e ��ty's cu�ren! [3usie�ess �iv�rsity �t�ter�rlsa C�rdinance ap�lie5 t� th�s ��d_ N1��_PE��JE�T �01�1LS Tf�e Cl�y'� �7�E r�o�l on tl�is ��+�J�ck i� 1� .°1a of lhe lads� t�ad ',+alue s�! ifi� �:+sr�tr�c�. No#a: IF balh M�� �r�d �iBL� subeantracting goals are asfab�lsk�ad for �his ryra�a�C, ll��n an O�foXne nausi sai�il-�il both a N1�L� �iiiizalFon �orr� and a',s'Ci� I�li�izali�n �orr� to b� deomod resryar�sivo_ ��IMl1��IAN�� �'O �ID ����I�'ICA�'ION� On C�ly confiraets �50,440,�1 r,r rrsor� where � N9C�C subs:ontea�Nn� g�a� �s a�a���e�, bfferar� ar�r r�yqu��ad t€� �o�nply wllh� [he ir�k�nt �F ��r� Cl�y's Bu�ir���s �l��ersi�y E�i���rise Ord�r�a��ce �y an� of lhe foClr�wfng. 7, �11eet nr ex�$ed t�e ab�v� stat�d T�4�� gval thraugh ��� �u�contract�ng paeti�i��#ion. ar 2. fN�et ar exceed the ab�ue s��i�d MB� goal t�rnu�h M�� Jaint V$nture �arti�ipa4E�n, nr; 3. GOot� F�]t� Eff�r# dapUme���lEpn, pr: 4. Prime W�i�+ar docur�renta#�nn, �U��JIITTAL OF Ft�G1�IR�D D��uM�I�TAT�OfJ Th� �nPllc�blfr �acurr�cank� must be r�,�o�+�ed by t��? by ��a �s�,�n�d C;ity �F �atf Wnrtf, Projeo� M�ria�er or �����rtm4nE E��si�+�o�, w��hln �h� FnIlnwEng tim�s s�l�nc�ta�l, In �r#vr fo� �he �r�Nr� bFd Ca f�� coe�sl�ls�ed respernsRw� R� !�5 �p+��l�cral�pn�. leti,� ;�fr������r -;la_�II L'-M+�I� I��F; �v11'F rJar,a,inu�,rl,iN,�ii �fa If�r as��l�ll�erl �:.�lV sai `C}al 4Nti�l�� F'i+��i'�-t E�l�ria��fx ��i I]��;��Iri,r;ril Ci� si�r����_ A ia�asJ �:opy w�ll nr.Fi hy�r bc��pl�€I. 7. Subc�rntr�ctar l#Nl��atlarr Form, �f goat Is re��lved na f�ler t�rsn 2:0� �.rt'r., arf lhe 9�cond City buslrr�ss day �rrsE csr exa:ee+J�rtf: a€ter li�s b�d ��enlna �ale. exelusl�re o� �#�� �id ooenl�a dr�t�, 2. Good �alt#� �ffar! ar�c! �uheor��{actor U#iNxatEan I�arm, if #arEicl�atior� is less fhan s�a[eti �oal: 3, �oad �aftl� �ffork and S��conkractor �.Itilixatio� �orm, iF na Ar1�3� p�Mic+�atian: +¢, Prsm� Can#r��tor 3Nalvar Form, if yc�u wlll perfarm all ��tsc�rtl�ac#lerc�lsupp�o�� wvrk� , 5. Ja���t Venture Farrr�. iF �aal Is a��ei ar �xc2eded; rec���ad no iater lhan 2:4� p,rr�,. on lha secon� {r�ly �usiness day ati�r ti�e b�� ��enir�g date. exc�usive�of ti�e bi� opening da��. recoiv�d r�o Cafar tha� �;�� p.m„ on the se�ond City buslness day alter#h� �id o�ening date, csxclusrva of Ihe b�d ��onln�date, --- rcacelv�d no lalar ih�n �=fi� �r,m., �n Il�a s��:orr[f Ci�y I��xS�nsss c��y �f�et R�I� bid �p�r��n� d€�t�r, ex�I�+SIv� o[ �#�� bid openir�g rl�tr�, ��ce�ve� no later lhan �=0� p.rn„ on l�7e second �Ity �Wsir�ess ��y afier the bld �Gening tiat�. �x�l�,s�ve oi the �Id o�enfng �aCe_ ����u�� �ro �o���r uurr� rr�� cN�r�r+s �vsNr��ss ���r��sM�r�r �r��r����is� o���r�ar���, uu���. ��su��r is� r�� a�� ����u� co�r�����z�a �ora-�Es�o��iv� �'o sPEciF�c�ar�or��, �AILURE TO SU�MIT TFEE F��Cll�ll��� MBE �QCLIM�f�l�'ATIO{V I�ILL f�ESUL'� �l+1 TH� �IQ ��IN� �ONSi��FiED hl�N'-14�5�0lUSI�lE, A S��ON� FA��IJft� Yi11LL F��SU�T IN T�iE O���R�R �EING ��5�lJALIFI�i) F�1� A I��RIOD �F ON� Y�AF2. TFlF2�E FAIL�IRES Ih1 A�'4�fE Y�AI� pEFtIOD �NILL FiESUL� iN A I��SQ�IA�IF��A'f i�n! R�RIO� OF TH#��E YE�1RS. Ar�y t#uest�nns, pleass conta�t tlte Of#�ce of �us�ness Dlversity at {5�7� 39�-Z$74. O��ce �f �usir�ess �i�efsfky E�nall: rnwk�eolfce�Forlworlhi�ex�s,go�r ��emp�rnrify E{�vise�J rl�ril b. �i12U d�� I�+�.'(?Vll)�4 Eur�er��ney �ho�e: {81 T} 39�-�87�7 r�rTa.c���n�rrr �,n ���e 1 �f � �'[_1 � T �[l l�'I" H G f ty �f Fo� 1No rth ��fi�e o€ Bu�iness Diversi#y �BE ��b�ont�'a�torsl�u,�plfer� Ut�li���N�n F��`rt� ae buk io �e� CarikNeallon tN+'.�1� f )E �=� �� � � � � � ��� � � ���y's I��� p�oie�t s�a�: '� �'D °la - ���'I�I`��� � hIOVeFrib�f �9, 202� �����J� N+.J hl -k,�; U1'1[1Li F Id�ntif}r al� �t�b�o�tra�t�r�l�u�pli�rs �rau v�rRll u�e an �f�is pro�e�# FaiJure to cotn�le�e lhis �orrr�. ii� �ts ontlrtrly wlth r�qu�r���d d�c�re��r�#a1lp�, and r��ei�+e� by th� Pk�r�l��sir�� �Div��ior� no lat�r tha� 2:�Jt1 p.m, o� th� secons� �ily buslr��s� dc��l �f#�� bf� Op�ni�g. �x��usMv� �f b�� t�p�r�ir�� dat�, vulll r���lt i� #F�e bid being co��it�ere� no��res�ar�s�ve #a bid spec�i�icat��n�. i� �+ncfer�i�ns�f Offer�r agr�es la e€�te� in#,a a farrrral a�fee�enl w�#� khe N4�� firm�s� list�d in �h�s ulil�r�lio� :heci����, con�l�ior��d upnn ex�c�tl�n af a r:or�tract wifh #�e �i#� o� Fort iNarFh. The irrtent�ona! ar�d�or kr�owrR�g isrepr�senta��vr� of �acks is gr�4,n�s f�f cons�dera#ion of disqualificatiorr and will result ir� the #�id t�ein� a�si�tefed r��r�-r���or�sav� ra b�d sp�rifi��lRor�s_ M��� listed #u+rv��`d meet�r�� k�te pr�j$ck gaal rnust be la�ated ir� tl�� six �6� c�ur�ty rnarketplace at t�� tima qf bid or tltie bus�r�ess has a�igni�icant �usiness Rresen�e in ti�� Marke�pl$c�. fV��rAeipl�r,� Is Iftie g�ogfia��h�c �rea ar Tar�an#, �lalfas, Der�ton, .1o�3nson. �arker, and UYise co���ties. �r+m� ��ntr�ct�rs m�s# Edent�{y k��r i�er re�eJ of alf �ubca�tractar�su�pliers, Tror. mea�s thc� f�rv�rl of subcor�Cr��:fir�� b�Eow th� prirn� cv�#ract+�r{con�uftant I.e_ a direct ���men� frarxt t�� prirr�re c�ntractor lo a suk�u�ntra�kor is �;c�r�s�dared 1"� #ier, � p�y��nt b�+ a�u�c�ntra�c#or to �ts �up�lier is c�nsidered ��"° tier. Th� prin�� �ontra�tor ks respo�slbf� ta prov�de ���o� of pa�ment c�f all t�e�ed s�bcnn�ractor� idenri#�ed a� a MB� and co�nffn� ihcas� cioN��� t�ward� fn�t�ng th� contra�l cor�miE#e� goal, A�� MBEs MUS�' B� ��RTIFI�i3 B��OFt� �ON7�CA��` A1NA��. Cer�ifiG�tior� rr��aans �hose Frms, loca#ed withir� k��� hharkelp!$�e, �h�l ii�ve been cf�l�rmlr��� 10 �e a ksor���t�� mlr�r}rr�y b��ir�es� ent�rprise L�y lh�e h�c�r�h C��,I��I �ex�s Regfa���l Certi�caxi�t� Aga��y [�I�TR�Aj �nd t�e ��li�sJ�'orl UV�rth Mir�orily ��+p�li�r f�eVe[opmen! �ount�l {f�1f=W ����}- If ha�ling s�rvlces are utllizec�, tl�� �ff�r�r wlll E�e ��ve�ti cr��it �s �ong as #he ME3� I�sted owns ar�d c��c�ea�c�s at le�st c�n� �u�ly �icens�d ��� a��rat�or�al te�ck to �e u�ed on ��� �or��ract. Ti7e M�E er�a�r ��aso irucks rrom �n�li�er �+18� �irr�n, lr7cludir�g l�4B� o�un�r-a��r�ted. anca �e�:�ive fuJ! h�E�� cre�a�_ T��e i�B� ma� I�as� #ru��Cs from �on��vlfi�s, �r�caudir�� �wn�r�n��r�t�rJ, l�ut vulll o�ly� re�eiv� �fedi# €ar tl�e fees an� c�mrn�ssi�ns ear�r�d by tE�e h�IB� as oullan�d Ir� tho lcase �c�re�*.rrrent_ R�,v 2�1311 � �'� �'��� A�TACI•IhdEk�T 1A F'a�]e 2 �f +# �tferors �re req�oirer� !o eda�liry I�L subGantrat;t�rs�sup�IGers, req�r[�le�s o[ st�lus; I_e.� MlnorEty and nr�r+-�H�s, fiA�� firrrr� are �o bo IisRe[k fi�sl, us� �ddikiana� s�eets ii nocessary �ie�se no�r� that anly cgrtifir�d MB�s unll ha ca�nted la m2�1 an [�BE go�l. � �4#BCOl�lTRA�GTQR�SIJPPLl�R Q Cntnpany �+lkrr�e 7 M w5+ � �eiall ��t�ll J�Id�r�as i � g St�bC��#r��tin� Su�paies Tel�phona��ax e � � M Wt�fk pur�l�ase� UollarAmvr�nl EmaEl � � Contact Person � ❑ � ❑ U � � ❑ Q � � I � � �,�,r. �+��+t� ����t'���� �Tr�acf�ir�fr��� �� P2�e � nf ,1 Q�fer�r� �re r�r�uired la i�en�iiy ALL sub�nniractorsJ�s,�p3P�r�, re�lard�ess o# sta#�rs� I,e,. fa'Jknpriiy an4 non-Afi�]�s, #a1�E iirr�� �rr� k� he I�s��d first. usa ad�ik3onal sher�ls if r�ecess��y �Fease nok� ilial oniy c:e;ililad �u18Es wiil �� counted fo mee� an � gn��. e� $UBGON�I�A�TQi�tSU��I.l�R ° C�mp�ny Nama T M Y�r � �etalR ��taq Addrasa i � � S��beon#rac#�ng Se+ppl�es Te�e�hone�Fax e � E h7 1Afar#� ��rc#�ased �}oTlar A�r�o�un! �mail � � �81�#dGt �ef5on E �� �� �� �� �� �� ReY. 5f1���9 �c���� Wc�xr� �! AkTTACFIA�t�NT iJ0. ��gc d ttf d 70��1 QolJar Arr�our�t o� MBE Su�c�r�tract�rsfSu�p€Rees � Tat�l D�II�r Amo�r�t �f Non�fiAB� ��bconlra�icxrs���p{��Rer� $ �'0��4� D�LLAI� AN�OUN7 �F AL� SlJB��NTI��TORSfSUPPLI�R� � 7he pifer�r wlll not r��ke addilians. �oletioe�s. o� substi[ut��ar�s to lk�is ��rkif�ed I�s# wifhnut i�� prtnr ���rr�v�1 �� Eh�e QfFRc:� �f Busines� i�iversily lh�a€�gh Che su�rr}si�af �f a Req�rest for Ap�r�val of �F�arrg�fAdditforr f�OX+#?, An� �Er��rJStlC[�d {�I��r1�� O� �BI�tlOf1 Sh�1G bG ��T7St�fl�l �f��C#1 Of GDntr�Cl ��d r��� re��rlt In d�����n���t ir� �cc�rd wlth �h� �roc�rc#�res ou��ined in tC�e ordl�ar�re, �he �fferv� sh�lk subr�3! � d�taileti expi�nakl�r� of �r�vu Eh� re��a��ted cF�ange�addi�i,�n or dele#lan vailG a��e� t�� c�rr�mltt�d �l+�B� �o�E, If Ih� c�otall ex}�larratr�n is not s�trmitf�, it will affect tt�e �r�al campliance d�t��min�tior�. �y �ffixir�� � sEgr�atu�� k� lhis ��rrn, th� Dii�rror furi�c�r agrees �o p�vEcie, dErec#G�+ #� the �i#y upon r��ues#, c�m�[�te �nd ac�ur�t� �r�f�rr�ral�an regarclin� aci�al wofk p��forrrted �y aIl at�b�ontf��#ors. Inr,luc�ang N9��{s} �r�d �ny sp����l ar�ar�gorri�rnts w�th lU9B�s. The �fferor alsa agrees 1a aMlow an a��iE ar�r��or exarrrir�ak�on of any b�o�ks, r�cor�s and fii�s F��Id bJr �h�ir co�np�ny. �h� Off�ear �gr�es t� t�ll�vu i#�e lra�rsmJssi�n of inierviews wikh owners, prin�i�ats, offic�rs. emAf�y�as and �pplic�hl� sul>�qr�tr��t�r�{����IG�rrs �arlfclpstin� €rn ti�e c�e�t��c� t�rat w�ll substantaa#e t�e actual work ��rform�c� by th� �1��{s} o� ihis con#ra�i, E�}� �n a�tl�oriz�d of�Ecer ar e�n�����e of the �ity, An� intentional ar�dlor kr�owRng mi�r��r�ser�#��tnn �f f�c#s vu�ll k�e grour��s �or temtan�ti�c� the coertr�ct or d�baffner�� from Ci�y wark for � p�riod �i r��l ��ss than tl�ro� {�) �rea�s a�d �ar initiatin� a�t�n unde� F�ders�, �tate �r Local f�+nrs cor�cern�ng ��rse s�tements. Any fall�rc lo �or�ply witC� lhis ar�inance cr�a#es a m�teff�! krr�acF� �i tl�o cor�lrac! ar�cl may resuli le� a�exerminati�r� �� an irr�spansEble �ffeF�r �nd d���rr��rtk frorra �arlacrpa�ing In �tt� w�rk for a pe�ia�1 vf ttr�� r�o� fe�s t��n ar�e {�i ��ear. Awlharkzeb Sip�4tur� Prknta� SiQflalarr TikG� Com�any Nams Address �nn#ncl Hafna�fFi�� (Ef �iF[urafiFj T�lepha�� a��dtat Fax ��mail Atldrass ��eyl��ta�Zip �a#e Office fff RLia+nea5 i3l,rersliy �mail mWb�r�i��c��lorlwoilhf#xas_g�v �hs�n�; i$17) 39�-�Fi7� #�ay. 5fi§�1� �"Cl I� T '�V� 1�'�'�-{ �i�)1 Of ��f� �0��'1 N1ir�ori#� �usirte�� Er��erpr��e �pe�i#'���#f��� �rrrr�� ���#ra�t�r �aiver Form ATT��Hfi,1�NT 1 B F�age 7 of � � PROJECT F1AiJ!€; �� � � � � � ��� �" � � ��il��"� �� �J h1�� PKojnfil Csaal; � � J8 Of[eror's M6E Praject Cumrnitrncnl: °ld r:i��r�;[.}�;r I I r�� �hl-r.��wrI�RE Bld �ATE Novemb�r 7#}. a�2� ������ PF�Q,l�CT N11�u1B�R If b�t� answ�rs ko this f�rm are Y�S. �4 r��t campleke ATTA��-INI��1T t� {��o� Fai�h ��forF Farrrt�, All q�estio�� an Ih�s r�rrn rr-tust ba can��lpt�ci arrd a c�eR����d axp��rna���r� provldad. I� ��pli�a�l�, af ki�� �rw�k�er kc� eiik�er t��esl+on Is ND, i�en yau �is� Compla#� ATT1���I�r1��T 1�_ T+�is f�rrr'r �5 onJy ��p3r���f� ai .I�.� �r�5we�5 aFe ye5_ �ailure to corn�lete th�s form in its entira}y an� be r�eceiverJ �y tl�e �urcM�s��g �?iv.is�on no later tt�an_�;QU �,m„ vn t�e sacand Cikv business dav a�ter bRd o,�a,eninq, exclusive of khe ba� o�ening d�te, wi#I result ir� the t�id being co�sidere�f noi�-Fesponsiv� to hid speciFtcat#ons. V�III yp�r perf�r� #hi� ��t.tire ��n#rac� witF�nut sukx��r�#��ctors� I� yes, paeaG� �rav�d� a ct�tall�d expl:�n��inn ti�a1 pfo��s ��ssd r�r� kJ�e s€�e ar�c� scr��re {�i il�Fa �rQJr�cl. #his I� y�tar noem�l b��51+�c5s pC�ckl�e ar�d pfqVid� an operaNgn7� prail�� aF y��r busit��ss_ lNi�l yau �er#arm tE�l� �ntfr-�e contr�ct wlthvelt s���11�rs7 �fi y��. �I��se pr�vld�r a de��ll�d �xpEa��tian I#��I �rt�vt�s b��ad on the sl�e �ntE sc�pe of thJs �roje�t, th�s �s your norm�l buslne�s pra���Gce �n�! pravid� an Inv���ory prafile ar ya�,r bu���ess Y�S NO 11�5 NO '�Itie �fferar (uflher agree� lo prnv�d�, C�ire�#ly to ll�e Cily l�p�n r��ue51, compleke arfd accufat� inform�lion rogardln� ac�t�a1 wark p�rFarmed �y ��I sub�ar��racto�s_ �rrcl�Gdin� ���(s) ar� t�71s co�Rracf. �ha pa�+rr��nt tl7c�ra�€ ar�d any pro�xosed ch�nges to t�e ofrgir�a� �1��(s) afean�errre�ts s��i��i��ed wit3� this bid, 7he QtFE�OT 8I30 c"}�t��$ �O BC�OL+1 8�� �3u{tl� �1j��01' �K�[111f1ii�lO�"I Q� r��l]+ �}p(k�{$, rec�rds sr�d frl�s i��:ld t�y �#�elr �o��rp�ny I�r�[ v�+ill sut����nlia�� !h� acl�a! wor�C perf��rnod �y thc M�Es o� thls c��Efa�t, by an autho�lac�d of#Iccr ar �fnpi��c�o of kho �ity, Any +ntentiafial at�d�a� kno�n+ing rr�lsf�pres�ntatiari oF #$Cts wlll he g�Ata�rdS f�r I�rrninat�ng lh� ��n�rack or �e�arment lrqm ��t}+ work iqr � per�� �( tsok I�s:3 �h�� lhr�e (3) y��rs �rtt! for ini#��Elitg �Cioon und�r F�dF�rsk, �fal� n� �q�dl l�x+Vs �o»ternlrs� ��ISE� st�terr�enls, Any f�lll�r� to com�ly uVith E�is ot�k��nC� cre�te� a�ateria! �e��ch oF cvn�ract ane rr�ay resu�N �r� s�et�fma,��tio� of �rr Ir�esp�nsi�l� Uf��ror ar+d bSrr�d f��m parlJci�a#ing In �Fty wt�r�e fnf � pefiatl o#�tirr�e r�c�t l�ss lh��n ��1a ("I� ye�r, Au�hari�ad 5;�nawra i Ill� Cptn�x�+ny �Esm4 Address �nW�Sta:erZ�p PrJn[od Signailifa �4nEact Narne �U ��fr�xrenl} pMiorir� t�umbar F�x hlumbef em$u a�er4ss �aRa C7ff+Ee aT Bu�iness ��wersity Rsv. 5I16M9 Ema�l ��Vrh�offlc�f�lfurivmrli�lexa�,gou I�h�sn�: [�17� 3��-?F374 A�'7A�iilUI�NT 1C P�g� � of � r�o� �r �vo� r �-i �; �it� of Fvrt V'Vofth 11��nority Business �n��r�rise MBE �ood Faith E�fort �or�rt ��'�� ��� ���r � - �OC���'��� � �� � 4� Ch¢a� ap#licn#�la �ox #o de$�rllsr 0�''ierqr'x C�riEfica#i�n hr�+vJ+1�ilL � I•is71�1 l�lrwv?I;UL ��D U14�� �Vc�v�xmbqr 19, ��2� �����J� li t�e Offeenr did e�ot mQet ar oxc�ed tfoe N1B� s�h�on#racling �oal for thGs pr�Je�l� the Of[eror rnu�# �ompEeke t#�i�€ fofm. If the �fferor'� r�e##��d of �vix�pl:an�� w�ta3 ���e MB� ��al is �2���d u�aon c��m�nstratior� of a "���d faitF� eff�r#'", the �ffernr vwill h�+�� the k�ur�ie�r o� ��tr�ctiy a�d ac�u�a#�I� �re�aring $nd su�mitt�ng #h� ��e�ern�n��ti�n required �y t#�� �ity. ��rn�li�nce w3t� each �tem. � t#�r� 'I'I �elnw, sh�rl satis�y the ��oc# �alth ��#�rt r��uirerr��er�t at��ent �roo# �f fraud, intentior�al andfor k�eowing mi�r�presentativn �'F �i�e facts �r ihtenti�n�� d�scrJrni�ati�n �y t�t� Of#��nr. �a}lur� !o comp�ete this farrn. �n its er�tifety wak�h sup�ort�n� document2#i�n� and r�ce�►�$tl by �h� �ur�l�$sing �f+r�slon no I�t�r tF�an �:Op p.�n, an t#�� s�c�nd Clty busin�ss day a�ter bid opening, exclus�v� of b�d o�2r�ing c3ake. wifl �esult �n k#�e b�ci be�rtg �onsid�red r�on-respofl�iv� t� bid s���ffic��for�s. 1.� P��Ss� list ea�h �nd �very Sub���#r�Ctir�� �r�ti�Or su{��xl�er qp�aartr�rsity for the Cn�n�let�nr� �f tl�is project. re��f�less af wl3e#her t� is #a �Oe p��v��l�ri b}� a NEB� o� nun-1���. {D� h�OT [.I�T idA�u1�S �� �'_. ��fUiS] On 2��1 �OroJec#s, tF�e Off��'o�' m�s� �ist each �r��cantracting an� ur s�p�li�r o�par#un�ky r����dless �f ti�r. fiOY. S�7G�14 A�`�'A�HhA�N7 �� E�age � af 4 2.j Obtain a curren# (not rr�or� t�an two (�� months old fror€� the bid open �ate} J�st of M�E su�corrtraetors andfor su�pli�rs from tF�e City's Of��ce of ��xsiness �ivers�ty. � 'fes �at� �f �i$tfr�� . -- ❑ Nu 3.� Did ���a �vlicit bi�s fro�n MBE firms, wikhir� the subco�trae�in� a�df�r s�a�pl�er areas �revra�sly list�d, 8t le�s! t�n c�lendar days priar ko bid o�enir�� �o-y ma#I. �XCILLBiV@ O� �Fk$ �S]j t�� �I�S 8I@ O�B�1�� aVBS i�f ye s, d#Rnkeh fIN�� rn�fl IieH ng io ino I�de �ame vf #}rm ar�d $d�ress nnd e d�lc� cOpy ofi 1e11cr muiled.j ❑ NO �.� Did you solicit hi�s frarn M�� firmsT w�tF�in the sub�or�tracting an�lfor supplier areas �revio�siy listed, �# le�st t�n calen��r d�y� pri�r to b�d apen€ng by �e�ephone, exclusive of t�e day #h� bids �re ope��a�7 ���� (IF yes, �ikash �Ise 4a Inalu�e r�ama oi M6E flrrn. g� rsun can#s�1a�l, han�nr �ncf da�o an� time af contnek,� LJ NO S.� Dt� you aallci# �ai�s l�orr� A��� lir�ms� wi#}�in �he sul�c�n#ract��rg and��c s�sp�kier ar�a� p�aviously Il�ted, � leas# ten ca�en�ar days prior to b3d openir�g by �acsimiEe �fax�, exaf�sive a# �F�e day #l�e b�cEs are ��ened7 � Yes � �� �N ye$, a#�a�h IiSt 4o inGGtidff nnrt�� af M�� firm, f�x num��r an¢ dat4 �nd fima af �ar�lpct- In addilinn, If th4 fax �s re�Urne� as ��nQQEIwpfAba�, the� lhoF ��U�ICE�IM1I6Fakkl� �OnijrITfd!{4�" r�aeived f�71�s1 he print�d clireCtly fr#n1 i�lg f3a51rnlle �oF pe4p�f d4CU�entaliDn. �dlk9lfe 10 5u�m11 Gon�frneti¢n dndfiof `�51fF�FMYerR�I6 COfI�aFffldSlOn�� Uocumantall�r� rnay rendef'�i�� C,�� �4n=respo�slwe.� 6_j Did �rou solici# bads fro�n MBE ftrm�, w�thin #�� se��eor�t��c#ing �n�1of s�ppli�€ are�s previo�sly I�ste�, et le�s! f$n Calent��r day� pr�vf tv hld �p�r�ing b�+ em�il, @xciu5f�+� Df �lie �t�y tFt+? �Ids �r� ���np�? ❑ Yes L� �#D [I� yas, a#lach airtalf cunflrrnillan to Includa n�mn o� MB� firn�, dala nr�d Elmo_ In addl�lon, It b� prn�kl �6 fBt�FfIQd �S Iif1�QI�YGFaISJO. tI1{if1 �Iib# "undaliw�ra�l� rnassa��• roso�p[ must b� prliwla� �Eeaclly ffom lh� �rnaEC sysbam i�r preper dacumgrr�ntirrn, �afl�rs !a aubmkl confir�nrylJnn a�r�for "ur��4lvaishln maasngo" doce�m�nlalion may rofida� Lha {�FE non-raspor�sGva,] F�SOT�: The four metFsods i�enkEfied aiaav� ��e ��ce�ta�Ole for soliciting bi�s. �r�d e�cl� �electe� method m��t bo �p��i�t# to the �r�Op4ica#�lo cu�ttra�t. T��e �fferor must d�cument th�# ei#fier �t least twa �ktempts were ma�iv usirrg #wa af tF�� tour ��#i�oc�� �r ti��t pt least on� ��cc�ss#ul cont��k w�s made s,sin� ono �f tF�e E�ur m�th�ds i� or�t�x to doo,�,�d re�pnnsi�+e to �he Gaoo� F�ith �t[�rt requkromer��_ NO�`�: i'h� Affernr rn�st �ont��t tha �nt}r� M�� �iat s���Gfic tv n�Gh �ub�ontrac�ing and ���pli� oppnrfur���y tu ba �n �nmpli�nce wi#h q�usti�r�s 3 thru fi_ 7.) �id you provld� prans and specsffcalfar�s ta poler�#ial M9�s7 ❑ Y�s ❑ I�o B.) Uid y�u pravi�de kl�e �n�arrr�a#lar� r�gardEng the locakinfi oP pjans and �peci�cations �n ordsr !o assi�4 !he f�IB�s7 � Yee � iV v 13er+. 5�7811� nrr�►����r�r �� �a�o a �� a 9.� �Id yvu pre��re � q�otatio� f�r #h� MBEs to bi� an gao�sfservlces spec#fic ka their s�ill se#7 �'f BS {If y�s, aClnth �II t�pie� of qu�tallon6�1 ❑ N4 9�.� 1N�s th� coro��ct Ir�#�rrr��tian on any o# tF�e Ils#ings r�at vafid7 (If yaa, a�Lia:#� lh� �r�for�ruetlon Ihai w�s nG4 w1EEd �n arder {ar Ihee dffla� a! Buslnos� �Il,rrtrs�ty la addr�ss � Yp� iFue carraclians noad�d.} � �}O 1'l.�Subrr3i# tlocurr�ent�tso� +f J41BE q�ates wer� rej�c#ed. Tl�e documentafiors submEtte� s#�ou�� be i� the forrns af ar� �ffidavl#, �n�lude a detai#�d exp#a��ti��; e�f why tho M�� v+ras reJect�� �nd �rry s�xppor#In� do�u�n��t�lfon lF�a Oi#eror wisfi25 to be cor�si�ered by �I�e �i#y. Irr k#�� event o# ��ona f3de �is�ut� concern�ng quates� t#�� O�feror will provirJe for c��f�d�nttal �rr-cana�ra a�c:ess to a� tr�spection of ar�y re�evant docurr�erstatfnn !�y City persox�n�l. Plaase ir5e ��d�ffor��! s�i9�tsf !i#r[��SS,7 , arrd aff�Glo, ��m a�� Name 1`e#a hOne ���t�Ct P6rson ��o � of �1i�rk Re���r� 1�or Re eCt���r A�DITI�F�AL Il�fORMA7IQ#�4: Please prov��� addi#i�nal irsfarmatian yau feel wiil further expla�n your good a�d honest effort� te a#�tain �u1�� �articf�a#ion on tl�is proje�t. 'r'he O�f�ror f�arther a�r�es #o pr�v�de, d�rec#I�r to #he �ity upon reque�t, c��p�et� �nd a��urate �r�farr�nation re�a�rdln� act�aa�! uvork performed �n #hls cor�tr�ct, tF�� pa��ent thereof a�d ���r p�opos�d �F�ange� to ti�e origin$I arr��gemen�� s�b�ni#ted v�rit3� #F�i� bid. T��� C)i#'er�r �Iso agr�es #o al�ow �n �u�dit �ndlo�' ex�m�nat�on of �ny I�ooks, records �nd fi�es held b� their com�ar�� that wi�l �ubs#ar�t�a�e ���� act�al �nr�rk pe�arm�d o� tl�Rs contrac#, b� an a�,ti�ari,zed oifi��r or e�rnpla�ree +�f #h� �I#y. �4nyr �nter�tEorral a��for k���wing �i�r�p�e�er�ta#�on of fa�t� uvill �e gra�rnds for #�rml�a#ir�g titi� co�t�2��t or �l�b�rment from ��ty wotk for a per�otE of not �ess ���� three �3) ��ar� �nd for ir�it�at�r�g actiar� u�d�� Federa�, ��a#e or Lo�a� #auvs con�e�nir�g fa4s� �t�t�r�rer�#�. �4ny #allure to corr��ly �nrith #F�Is ordir�ance sha�l cr��#e � rnat�rial I�reach a� con�r��t and m��r resu�# ir� ��e#erm�natior� of an �rr�s�a�si��e O�eror and debartner�t fr�rr� ��r`kFclpatir�g Jn �Ity �ork fo� � p��'lod of tlme not less tt�an on� {1) pes�. Rov. 5�16l14 ATT�I�HN4EI+ET 7� F'age d of 4 �`�e �,rtcEefsFgned cer#ifi�� tF�at the In�ormatE�n pro�r��ec! and the MB�{s} Ifstetl wa�l►�vere �onta�te� in good f$ith. ft �s Underst�od th�t any� �14BE(s� Eiste�! fn AttacF�ment 1� wiEl be contacted a�nd the r�a�or�s for not �sing thern wi�l �e �rerified lo�r the �ity"s �ff�e of @usines� Di��rslk�. l4utlsartaed Stgarature TitFe C�+i'Mp�ny Nam� Acsdress CitylSta#e�Zip �rEnted Signature �o�t�ct Nal�� an� 1 Itfe �if dlf[erent� 1��7one N�rr�ber Fax Number �r�$I� Addr��� pate Qfhce of B�slrtess Divefa�ty �mai�; mwbeoffEc��f�rtw�rt;�t�x��.gc�u Phnne; (817) 39�-2�7� Rev� B��5d4� .�nln! Ve�iluro �'�.gg 1 C,f 3 �''�I�T ���'�'��j �'i�l'�` [}I+ 1+(}R'I' W(1!�'�"I� 1r��3.E �oin�# Yen�airc �I��bili� �o�•r�y fifr q���s��farrs ���u��l br �r��sFv��zrf�` ��sc "�4��d " i�rvr,� ��pp�icu�fe: Nai»�e oF Cit,r p�ks,�cct: ��'�9 C�P Y��er 3-�or�lra�:k 5 1.�, uit ve��turr Fan�s m�wc ho ec3u��rflc[c� av ca£hyro��c i�F�lHid!�ro1ect�lu�i�ier: �a1��a l. ,!�#nf. v��1��re infnrm�t3itF�t: l�x��tl Veratua'e �I��ne: J�int ��nt�re Address: fff ry+piir-r�l+fa� '1-�srpl�un�; �acsioni�c: E-m.�i] Cc]3ulaa�_ ide3yt�fy tl�e iir�y�s tha# coitip�ise t�te j�inf ven�tir�: P1���rr 7t1�,r�, �.r�ra s�ieals i� �cld�l�rar s�e ��,eqe,�rad to prr,vldy �2�airecJ expl�r�y:�tues r,f wurk to �rH �re�'rumad Zy e2`ki �irn� t�rripriFir]g t�f2 �r�f t+4rr�ur� n��r ����, nn�,-n�t�r•, nr� #kti#Ile: #Yb�lPi ]3�as3utas Ad�rrC�s; �#�I eillt'�5 .Addr���� ['i�r� Sq4�i� _ II31� {= iij�. Si�i le, � ij}' Tefiysfl, nt' L•-u�ntG Tisl�:fslsuist L-"-usa�C �'el3ular l=mcsiuulr. L'elfulor I-�sin�il� Crr#�firntion Sfohis: I��rue of €'crliF}�ing Ag�nCY: �. S�rrr�� o#' wnrlc ue�`lr,rrnetl I�v �ire .Inij�t Vey�[ure: �.��carril�e the sco e of �vork af 41se*MHE: De�rribo tl� s�o c�P wo�rk aF #he non-!4'lBI�: f3ou 5I1 r�l{� ,�tllnl Valitu�b P�ge "� pL :� 3. Vk'l�uf is tlie perc�nf�ige e�f LYIBL �artecip�fi�n an �3�i� jaa�st venE�r� ��at }��e wiyl� in Fre �rsun��d ln►v��'d �e►e�li�ti� II�� �r�rJe�� �tsat�'r �. r�ttar� u�apy �! th� �o1nc v�ntM�r� n�;r�e���t. G. ��fiit�7fY �}}' DR11S�, rac�c, sex an� �rm thasc in����idual& (��� �otles) wha src r� �p�n�i�lc far thc dAy-to--d�} mann�e[�ent nnd d��i�ivn rnakfn� iMf llie �r�in[ ��enture: i� in�ncir�� d+�isi�7ns (!s� Ir4l,kls• +�r,C���G��F I'+iYidr�o ao�d flei�'la�l,]u] ��iFli$�'f�l'4ei}� C�PrC131G]k4� ,�, �35i1rfY�w11t1� b. i4+lafkae�i3g t�n� S�I� c �lin�g �n� F�nng af n�anagcmet�t [ �tes:�i�nc� d. ��r�l:��i��� at' �tsn�oo� cyuipmcn� ync3r'or w€�p�lies Supervi4iu� sxf fct� t��cralicrns i`h� Cl�y'� C��fice of �t�sir�ess ��v�rsi#y wlll re+riew �roux �oie�� ventur� s�bmissf�r� �r�d w�ll hav� fin�l a�prv�r�E o� the h.+J�� perc�n#a�� ���lia� towa�d kl�c� gaal f�e �ha pr.aj��t �is#�d on this form, 1�1�IT,: Fr�rrn �nd aFt�r #h� d�t�r �i prpje�R $w��tl, 4f �r�y o� �h� parRlci�a�Rs, �he �nciivl�r�a���r detir�ed sco�es at work c�� tht� d�llar amau�ls�parcenta�gs chan+�� ��om the orl�Ir�aHy approv�� fnfar�r�aE�Qn, lhen the partEclpanls musC in(o€m the ��ly's Office af ��asiness 4�iversiky IR1Rl��l3l��}+ f6T approval, A�� u�tuslifed change �r ctc��et��n sati$�! be � m�Eerk�l Gre.�ch �[ �ot�lr��� ar7c# may re5ul� �r� tl�b�rment in $��orc� +r�i#h li�� �r�cedur�s or,t�tr���d In t�e C�ty's BDE 4rdir�ar�cer. �1eY_ 5�15l19 +. Lisi �o�npanen�s oi ownershE� at �nint vc��kui•e: ��t� �.�,� tu���f,ft>r�� iJ �!�!s rrr�orvrrrr�kru �s ufrse�7frrrf iri�c+ir�� F�c�rr��a,��� rr,�rc�rrrrcn��l ,�e�int V�nture Paae 3 ai 3 �rrt�f'�VIT Tfre urr�lcrsig��c� aCfirr�rs �Er�s kf�� Rrrc�oin� �tn�crnen�; �n-� �ruc �n€f c�rrecl �r�d in��urie a�1 r��ateria� �nf��atiar� itecesssry ku id�.t��ity an�i e;�cpl:�in th� «rn�r: a;nd {,�r�fulior� �f the iair�l vee�ture. ��r��errr�oF�. th� undersig�e�i s�all r���ee to provjde to the �ui�<< ve�s�urt �li{ s�a��d �c,�e t�!' vwt�rk, c3eci�irrn-r��C�ir�� res�re�sabili�ies �inc� p:iyme,n#s fi�;Foin, `1'lle C'Fty rtlso rese��'�S t13� �'i�li[ C{3 i'CC]LI�SC �fY�' BL�i�]!]cl[].II �riF[fn?i�iti[1n ����riC� nc�rw�df4' I[o ���r��11lTT1C 1 t�}4� JRI[l� ���ku� fs e�igil�l�, �ailEi3�e rc� c�o�se�are �nd!€�rprovid� E�e��tes[ed ini'nrtr3o�ion ��:i��y�ra tEfe �ir��c spr�:ifi�� ir� ���o�T�r�s 1'crrtern,i»��Iir3n s��f#�eeli�i�rlity}�i•ncess. I'1�� �r�c#c��si��d �grec 4a �aerrr�Et au4fals, IRCCI'V1�W3 WSCFl �W11�Y."', �il� �xai��itia�iun uf tiye b4�oics, record9 a�td t1�s �I' �frc jsri�5i bC[1iU�'C h�� r��y �uEhc,ri•r_.ecl r�#resenfa[ives ot` ihe Citv af Torl �'Uori�y, Pailure #� c���iiply wi��j �l�is pr�v�sst��� s}�all r�*ul� in �k�� icere�i���{ii�m srf ar�y u�e�f�cl. which m�y i�e �kvflr�e� u��der #he �rrrrvisiu��s ot' this �ofi�[ v��3t��i��'s e[i�;il�Ilit}� �tld ta��V inGti�i� r�c�i{,n ��ttcicr �'erle�'.'�l. SE.'�te �ndlo�' L�acal t�i�4�slc�r��nances cor�c�rnir��, l���se S�dC�131�1]C3 O!' 4Yl«�7Jj 11115�' ��ctcntati�a�� �r�' f;a�«, ---- .......... .............��-- ----�._ �?..._,.,..---......,_..._.. _,,,, -�-------- ------------- ---------------------------- �uut�.�rk h7F1E lirm ���+.-.-.- �"'ti�us�c,�ftH}[k•�Fk� �F17h fh�iui<d hluqla' +�i' f1w le�-l� tii�mulurc �il �ls�ri��r f�i'ivf�::f ���lrlk I�I i itV114'f ��11YI51LIIIFti �1� f1N'h_'j �a{�tl �Gii�C C}� {]ri [F�i;c day o�' ��rs�uei! �`J�7[u• u F{ 1 w2�e7 �i��snLus� �1� U4v hcr ['nntod [vaiane ni [}tx�iter 5��mottiTe ,�1 f }yuncr -r;, i� rs�sc � [1 �il i'1Z� � 14�1 �L1Lk1]!}� df _ . �0 . be�ore ure ap�e$re€f :�r�d �a r��e pe�rsai�a��y �cnown a�d �uho, hcii�g dul�r swa�rr�, cl�� cxe�:�t� ���e. fi�rc�ui�� �+X1d��+i� ,�itd d.i�k st�te li�rt� I�sev we�� p��o1}�r�y uukhcsn �ed tc� execute kltiis 6�fid�v�[ a�i�d did so as �lreir fe�ee ac� �tt�] deeil_ i�o��r}� P�lxlic k�rink Nemc Nc��ary P4Ghi�c 5ignqEu3r �O111f�}]SSJC}fl ��.gICC5 O�'fic� {�#' F�usi��e;�s 1?i��ersiRy Cr�tn�l; rrr��l�eni�ce��I�rTwiFrfh�exns,���v PftaGie: (817) �9Z-�67a3 fseuU Ft��r_ 51]5I19 ����0�7 �V��e ]l���es TI�[IS ��G]E JL]�1�� II�T��I�T�['��liTALi,� ��,ANK CITY OF FORT WORi'H 2O18 C1P Year 3— Contract 5 STANDAR� CON5TRULTION SPECIFICATION DOCUMENTS City Project No.: 101452 Revised Juiy 1, 2011 2013 PREVAILING lNAGE RA i ES (Heavy and Highway Construction Projects) ClASS1FiCAYIOM D�SCRIPTIOilf Asphalt Distributor Operator AsphalY Paving Machine Operator Asphaft Raker Broom or Sweeper Operator Concrete Finisher, Paving and Structures Concrete Pavement Finishing Machine Operator Concrete Saw Operator Crane Operator, Hydraulic 80 tons or less Crane Operator, Lattice Boom 80 Tons or Less Crane Operator, LaYtice Boom Over 80 Tons CrawlerTractor Operator Electrician Excavator Operator, 50,a00 pounds ar less Excavator Operator, Over 50,Q00 pounds Flagger Form Builcler/Setter, 5tructures Form Setter, Paving & Curb Foundation Drill Operator, Crawler Mounted Foundation Drill Operator, Truck Mour�ted Front End Loader Operator, 3 CY or Less Front End Loader Operator, Over 3 CY Laborer, Common Laborer, Utility Loader/Batkhae Operator Mechanic Milling Machine O�erator lVlator Grader Operator, Fine Grade Motor Grader Operator, Rough Off Road Fiauler Pavement Marking Machine Operator Pipelayer Reclaimer/Pulverizer Operator Reinforcing SYeel Worker Raller Operator, Asphalt Roller Operator, Other Scraper Operator 5ervicer 5mall Slipforrr� Machine Operator Spreader Box Operator Truck Driver Lowboy-Fioat Truck Driver TransiY-Mix Truck Driver, Single Axle Truck Driver, Single or Tandem Axle Dump Truck Truck Driver, Tandem Axle Tractor with Semi Trailer Wefder Work Zone Barricade Servicer lNage Ra�e $ $ $ $ $ $ $ $ $ $ $ $ $ $ � $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 15.32 13.99 12.69 11.74 14.12 15.05 14.48 18.12 17.27 20.52 14.Q7 19.80 17.19 16.99 10.06 13.84 13.16 17.99 21.D7 13.69 14.72 10.72 12.32 15.15 17.68 14.32 17.19 16.02 12.25 13.63 13.24 11.01 16.18 13.08 11.51 12.96 14.58 15.96 14.73 16.24 14.14 12.31 12.62 12.86 14.54 11.68 The [lavis-Bacon Att prevailing wage rates sf�own for Heavy and Highway construction projects were determined by the United 5tates Department of E.abor and current as of 5eptember 2013. The titles and descriptions for the classifications listed are detailed in the AGC of 7exas' Standard Jo6 Classifcations and Descriptions {or �iighway, Heavy, Utilities, and Industrial Constr�ction in'Fexas. Page 1 of 1 �]��-�� �� 00 ����u��t �ecgu��-e����� 7['�]][�S ��G� LEFT ITlT'T�TlT�'X��iTALL� BLAT�TI� CI1'Y OF FORT WORTH 2O18 CIP Year 3— Cnntract 5 STANDARD CONSTRUCTfON SPECIFICATION DOCUMENTS City ProjecE No.: 101452 RevisedJuly 1, 2011 1 f � � N � � . � M � . � � � � � � o I� � � � � � � � � � � � ���� ���� � � � � �I � � � � �./ � �"z� ���� � � V1 1 � � � � � !�[ � � � � � ^ m R � ,�s _m � .� Q a Q O = fl - O � � � N fJ � M N �"� e � 3 dQ O 6 O O d o[] Z � � � � � 2 Q 0 Q 0 0 � 0 � � � � � � � aaaaaa¢ ������� m a �o o � a *'� � � n � � � � o �� n � � N N � � � � � a jvvvv�� v o o � o'y'N n k w w w �� ������� �zzzz�& � U � > i ip i J V V V U ' � � a m � � d� a' � � � � � � o :Uwwr�wr+.� � m w m u m u ) O O O O O O ������� , � � W ti � � � 6 6 6 6 6 0 i M M� M m M � � rn i N N N N N N i � N M N � � � O� O� O� O� `f � W s a� a u ., � i D � R � C .� W W � e a a �, � e .� .� � � a 0 m � ti O � W � � �' F d n W _ S d C �C a a d M � � � C 'e b r "e w w a d ' w _ � a $ � � � e d � m p g � � � � 6 e m 'a � u E � 6 a a u � v � � e a 'a� o O � O� � O � q ri Y � � � v � m � � � Y � C � 7 N � 0 .. u V � v 0 n`. '6 a c � c 'on Q O • ��� � � ' � �� � � �� 1 Il �� ���� ��� 1 � �'i' ���� ����� 1� l�'l��ie 1� �9 Y �lr �� ���� 'l1 � Y JL��� J� Updated: Sep�ember 06, �019 The Fart Worth Water Department's Standard Products List has been developed to minimize th� submittal r��iew of products which meet the Fo�t Worth Water Department's Standard Specifications during utility construction projects. When Technical Specifications for specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will override the For� Worth Water Department's Standard 5pecifications and the Fart Woz-th Water Department's Standard Products List and approval of the specific produc�� will be based on the requirements of the Technical Specif cati�n whether or not the specif c product meets the Fort Worth Water Deparfinent'� Standard Specifications vr is on the Fart Worth Water Department's Standard Products List. '�'ab�� o� Conte�t (Click an items to go directly ta the page} I#ems Page A. Water & Sewer 1. Manholes & Bases/Components ........................................................... l 2. Manholes & Bases/Fiberglass ............................................................... 2 3. Manhaies & Bases/Frames & Covers/Rectangular ............................... 3 4. Manholes & Bases/Frarnes & Covers/RaUnd ....................................... 4 5. Manholes & Bases/Frames & Covers/Water Tighi & Pressure Tight .. 5 6. Manholes & Bases/Precast Concrete .................................................... 6 7. Manholes & Bases/Rehab Systems/Cementitious ................................ 7 8. Manholes & Bases/Rehab Sysierns/NonCementitious ......................... S 9. Manhole Insert {Field Operations Use Only) ........................................ 9 10. Pipe Casing Spacer ............................................................................... 10 11. Pipes/Ductile Iron ................................................................................. 11 12. Utility Line Marker ............................................................................... 12 B. Sewer 13. Coatings/Epoxy ..................................................................................... 13 14. Coatings/Palyurethane .......................................................................... 14 15. Combination Air Valves .................................... ............................... 15 16. Pipes/Concrete ...................................................................................... 16 17. Pipe Enlargement Sys�em {Meihod) ..................................................... 17 18. Pipe�/Fiberglass Reinforced Pipe ......................................................... 1 S 19. Pipes/HDPE .......................................................................................... 19 20. PipesIPVC (Pressure Sewer) ................................................................. 20 21. PipesIPVC* ........................................................................................... 21 22. Pipes/Rehab/CIPP ................................................................................. 22 23. Pipes/Rehab/Fold & �'orm .................................................................... 23 24. Pipes/4pen Profile Large Diame#er C. Water 24 25. Appurtenances ....................................................................................... 25 26. Bolts, Nuts, and Gaskets ....................................................................... 26 27. Cambination Air Release Vaive 27 28. Dry Barrel Fire Hydrants ...................................................................... 28 29. Meters ................................................................................................... 29 3a. PipesIPVC (Pressure Water} ................................................................. 30 31. PipeslValves & Fittings/Ductile Iron Fittings ....................................... 31 32. Pipes/Valves & Fittings/Resilient Seated Gate Valve .......................... 32 33. Pipes/Valves & FittingslRubber Seated Butterfly Val�e ...................... 33 3�4. Palyethylene Encasement ..................................................................... 34 35. Sampling Stations ................................................................................. 35 � � � 0 � b O a O 3 d � a 'O O. � � �z� ��� � � ��� wQ� ����� ��� ��� � � � � � � � � - F � � � � a a � � � � b �i � � 0 � � a a A "� � R "C a � � � �i W � � � � � W � � � � � @ � U � � � � � �+ � � �' � � � m � .--i 0 � �o 0 a 0 � a � � � a � � � �z� ��� ��� �Gzlt� � � � H �,� � � � � � .� a �. � � � � a � L O � .C: N L a m � � s V � IJ'f � fU .� Y � n � 'a L � 3 � � y � . Fy 0 c. aa+ ��¢ � 9�.1 ¢ p��. � i D�1 2 s+ C Q7 � � 0 � .� � � a � 0 � L a � « � � P a v m m m b �i a � � � Q a � � N � � P a. P b~ W � O � � � .�i .� � V F `� V � � � � � N V � � � � � L ��"A � ��� � v f� W p" a �. � W � Q ��z � v ��� � �r/y ' � M� N 7 ti a° � � y F. N�+, G A b u � � C �a � � = ►rt a G�.t p � �q � � � � N � � P Y �"� 3 � ¢ °y' � z °I°�°I�p I I�I�f° 41�1� G P � P � � � � 0o ao � � � � �� �� �� �� �� �� �� �d �� �� �� �� �Q ¢d !� N � � � � ��y,� � � � �T a � a a �I �I � � � � 0 � 4 a W 6 � �� a �Q �� 0 �. � � � d a .a �� Y �� � � � � v � w � �,��r W � {� o� y � � � � � � � � « y � G L 4 � v � � � � .� Q � � � � �� � V w m � � � � a � � a °' a' � � � w � L i � � i � � j � ? � � � D O � O O � O � O O U V U U U V UUUUUt�UBUV � � � � � � � � � � � � � � � � .°� � � � � � � � � � � � . . . � a' w w w w w w w w w w���� �� � � � � � � � � W u � � �� � � � � � � � A � �S � A MIMI N>EO� OI OI OI M M M M�CI M M M M � I Y � alcl o�o 0 .M-i .�-e .-Mr M r 0 0 o a M M M � ? W � � °; o .�. o � a a � o � c GI G � � a � � � a s � 0 c a m � � � � 3 v O a` � n L � N � 0 � � � w 0 � � � a � � d « � � � � � � � � h � � � � � � � � � � � � � �� � � � � U � � p �� 1� � � � �q� 6�J �'! � J u � 0 d` � `m v � m m O 0 a � d � a a � E� � � � � � � � � � � � � � � � �� � � � � � � � � � � � � �{ ��,�d D� D�1 U � a .. 0 � � 0 �, 0 � d � � � � a Ey � �z� ��� � � o��� w�� ���� -��- � � ��� � � � � � � � � � � � � � 0 � .� � � d .� s � � � a u � 3 0 � � � � � � � 0 0 : � � 0 � � � a � a � .. � � �. � � � P��[� O�C� � � A Ey � � � a � � � H@z ��� �a � � � � � � � �. � � � � � � � � Q �, 0 � � � � a � E � �` W [� � � A F � � � � � � �O H � � U � � � � � �a�4/ k� � � � � � N 7 O � � � m 'nu O �i �, � Q � a 0 a 0 � d w � � � � � � � � E� � � � � � � � � � � � � � � � � � E� � � � � � � [y � � � � � a � � Q a Q � � � a a � � � � � � � � � � H � � � �r � � � � � � � � � � � � � a � 0 � �. �° �i .� e� � a m � a � � L � W � � .�i N L W Nr G N ':7 Z V � N r-� G � .si Y p,�Ly n � � � � N � � N � b N k� 3 � a � z° c m � 0 V O N � b m t � z � ai � 0 � x v N 7 P a U '�O � c .� 0 � � 6 � b O � O '� N R � d � F � GZ z F � � � � a � �WQPy � � � � � � � U � � � � � � � E� � �j m N a N 0 � e 0 a 0 � d ee � � � � � � � � � � � � � � ^ � � D�I � � � � ��z ��� v �, � � � � � � � � � J 3 D n `m v c h m m O 0 � a � � � � Q � Q � d w � d � Ey � f�•; z F � � � � � � � W r3, � W � Fy � ,'� ���' � � � � � � � � � � a � 0 s � � u � � � � 0 N b O O� O 'Q � � � Q � � c/Z �+ � F-y � � � � � � � A �t � � � � � � � � � � e � � � � �p� !� � N s � � � 0 v 0 a .s m � m � 0 6 � C7 x n � � 3 D v � � � b �i a � 0 N V O a G '� d a.. LC � � � �T^ V� � � � � � � � � � � � � � � �� � � � � � � � � � � � � � � V� n r, a � 0 L� �o � a 0 ^a � .. � � a � � � �4 W C� � � � � O � � � � � � � � � � �� � Fy � � � � � � H � � N ij J O � t6 m h N m 0 � a ., 0 � � 0 a 0 � d �. � � a � � � � � � � � � � � � � � � � � � � ��z �'�� � � � � � � � � � � � � � N b 4 a 0 � � � v R � � � � � � � � � � � � � � � � �I � � �� � � � � � � � � 0 � � � � � � � � J Y] � 0 � 16 � C h @ � � 0 £ � d ro � a � Ey � �1 � � � � � � � ksi � � � � � I�I � � � � � � r,a � � � � � � � � �{ � � �� � ro � �, 0 � e 0 a a � d � � � �. ;� � � �z� ��v ��� � � w�� ����� ��� � � � � � � � � ��/ W � J U J O a `m a c � m m O 0 s � � 0 � � 0 a 0 � d w a � � E � � � E � � � � � �4 � W �, � Q � O � W � � � � � � � � �� �i � � �i I�rl 5 1 � f 1 L I` � � � � � O N V O a O � d W � � � C� H�a o�v �'�o �A� � � � � @ '-�'-� � � �"E � � .N � a � � � � m � � m � m � w �. m m � R b � u q � N C <6 � N @ �.y F � �P c. o�d a P�4 � � y � ' O aLi � � � � � p z M N � a � � 0 � � � � � s a+ O C � � � k V in � 0 a` � � � c � '� 0 � d � � � � � E—� � � Z � � � � � � � � � �WQp., � � �O � � � � V`�✓� � a � H � � � � T-� m � ° � � v � u w N O� rl 4 � �D O a O '�3 d w R 'O a � � � � Q� W E-� � � A � A FF� � -��' � � �� � � � � � � r/� � � � � � � � � Y � 3 O a v `m v c ro m c .� O 0 � d « � � � � � � � � � O � V � � A F � � � � � � � O � � � � U H � � � � � � � � �a � H a � 0 N W O O� O 'a a y+ � 3 � � � C/� � � � � � � � � � � � � � � �� � � � � � � � � � m � O L � .� N N � � e 0 � A � H w 4 a Y a � � �a � V R: �1 p � � � � � � h � - F. P u � � � ¢ Y � O z C � � s 0 � 0 m .a � N S O � a�+ N � O .Y U � O � � � m � D � � 0 N V O � O � d �+ � 'd a � � � � � � O�C.� � � � � � � � � � � � � � � � � � ��� � F � � � N L � _ ... F � f .? t � r�� N b O � O 'O w � 7 � � r�^ V� � � � � � � � � � � �A � � � F� � � � � � � � � Ge}`�� � m � O ti L YY� .� N p i-� Y � � .Q � � � � � � H i V L.' 1!'! � ti N � Y � � � p � P � 3 � � N � � O � � 3 � ¢ Pr . Y F�� 'Z � d Y C O V 0 � .� � � � � N � � .� � � u N � a � v N i9 � 0 � ON ` b 0 O� O '� � W 'C C. � ��y I�-f � � � � � � � � � � � � � � � � � r�� Vl � � � � � � � � � � ���.1 LFid 1� � � �ra�� !� �� d 3 N I� O u N 3 d Q z N N N N N Ni ry ^I ry � d� V m a � 7 ,.b.� rt d rt P V � m �� w o 0 0 0�, �n o � �� o� � rn rn rn s Q G V U V U � N/�'``l .•�i t, �, v� ���.i c. c: �������''� Q � � � � � ¢� � Q a�������a� x i X� � � � � A _ _ } � -y 0. � u � � � '� � '� .3` � y � � d oG q a� � ��u � c� o Fa A�l R� Q� y- N � � � � � � F � �{N .n .� � � d �a � � � � � � � _. � � U U � „ � � '� V p g � � � � � o o � U L.i , �, � y w � V V �� r c e. a en r { 7 ����� .� � � � j A; a: o 0 �p � � � � � � ti � � � � � � � � � � � � �� v d ��+ �, a a � �, � � 0. 0. R. Ps Cy W f+ .l. 0. 0. F{. a�i � � � � � � � G � x � ���� � ~ °� p ��,� a a a �, � i�l U V V V iJ U U 4 SJ V 4 � a a�, a�. w P. a �a i a �� � � � N N fV N � Ni rl 1 .-� .- _ _ L M Nt Nl l�l Ni M •h �h � M M M M M M Y � � � � � � � � � ; � p- y � ry N N N N N � � ry Q _ � � N N � � � � � � p M M N V� �'+ �"� - � M O� � O N �D O � O '�y d m � � � N � � {� � � � � � �I � � � � � � � � Q � � � C/� � `� L� � � � � !"�"9 J 3 0 � m v c � m � O 0 « U r� C � V 0 �+ O 'Q d � � Oi � � � � W F �H�.,A OWa ��� ����� � � � � � � � � � � � M M O� n�l QN i b � � 0 � d w W °�i � � r�� Vl � � � � � � � ^ �{� � � W F� � � � � � � � � � � �,C^ Vl � � ��/ F�1 � � � I� G � C � � 0 d � � d � i+ ° � � � Y � 1 � O a` v m` � � m � O 0 a a ., 4 � � 0 a 0 � d .. � b a � � � � � Ey � � � ���-,A� � � � � � � � � � � ���E� � � � � � � � '� � � � M , 01 �1 O N � T O 'C d � � 'C7 R� � � h�a o�� ��� w�� ��� �@� � � � � � � �"�'� I.i.E � �y� 6.i.1 9�1 u. 0 u � � � Y d z � � � d � � 0 � � � � � � � � 0 Y � u � � 0 a. v b � � m m O 0 #