Loading...
HomeMy WebLinkAboutContract 55269�� ��' �� �� ��I CONTRACT FOR THE C(�l�STlaUCTIOl�T OF �018 Bond Ye�r 3 Contract 7 ��`�� ��c������ ��� F�• ��r��:�'`�'�''e°�y �..��/ � EF>�! c d`Y''"' � �Tnit 1- Wa�err improvements Unit 2- 5anitary Sewer Improvements Unit 3 -- Paving Impxvvernents Unit 4- Haltom City Impravements - - ;iV�r1 20� 1 '""Wo� � -rxr ► � Ellis Road (Muse St. to Sandy Ln.) Kings H�vy (Fain St. to W�eeler St.) Oakview Street (Marsalis St. to Airport Fwy.) Seaman Street (E. Relknap St. io Clary Ave.) Selma Street (St�ittain St. ta N. Beach �t.) City Praject No. IfII4S3 Betsy Price David Coake Mayor City Manager Chri5 Harder Director, Water Depart�nent Wi.iliam 7ohnson ! Director, Transportation and Public Works Depar�men� , Prepared for The Ci�y of Forf VVorth �0�0 Lina T'Ramey and As,socarrtes, Inc, aca�a�` � - ~" Vo _ . �� . .. ;�cf • , ., „ u ^� �6� . .___._ ...�.. ��K— ��� ����11�j ��� �f F�r��lllo�th � Standar°d Construction Spec�fication Documents Adopted October 2020 DO OD DO STANDA.RD COIVSTRUCTIQN SYECIk'[CATIQN DOCUMENTS Pagelof3 s�c�io�v o0 0o ao TABLE OF CONTENTS Division 00 - General Conditions 00 OS 10 Mayor and Council Communicatio� 00 OS 15 Addenda 00 11 13 Invitation to Bidders 00 21 13 Tnsh-uctfons to Bidders 00 31 1 S Engineer Project Schedule 00 32 15 Construction Project Schedule 00 35 13 Conflict of Interest Statement 00 41 00 Bid Form 00 42 43 DO 43 13 00 43 37 00 45 l 1 00 45 12 00 45 13 00 45 26 oa as 40 00 45 41 00 52 43 00 Gl 13 00 61 14 00 61 l 9 00 bl 25 007200 p0 73 00 Pt-oposal Farm Unit Price Bid Bond Vendor Compliance to State Law Nonresident Bidder Bidder,s Prequalifications Prec�ualification Statement Bidder Prequalification AppIication Cantractor Compliance with Workers' Compensation Law Minority Business Ex�ferprise Goal Small Business Entetprise Goal Agreement Perfonnance Bond Payhrzent Bond Maintenance Bonc� Cet-tif cate o� InsUrance General Conditions St�ppiementary Canditions Division Ol � General Requirements 01 11 00 Summaty of Work O1 25 00 Substitution Proc�duj-es O1 3I 19 Preconstruction Meeting 01 3� 20 Project Meetings O1 32 16 Constaliction Progress Schedule Ol 32 33 Preconstruction Video Ol 33 00 5ubmittals Ol 35 13 � i 45 23 Q1 50 00 O1 55 26 01 57 13 O1 58 l3 01 60 00 Ol 66 00 O1 70 00 017123 O1 71 23.01 01 74 23 Special Project Procedures Testing and Inspection Services Temporary Facilities and Controls Street Use Permit and Modifications to Traffic Control Storm Watef- Pollutiota Prevention Plan Terrzporary Project Signage Product Requirements Product Storage and Handling Requiremenis Mobilization and Remobilizaiion Construction Staking and Survey Attachment A. Survey Staking Standards Cleaning Las� Revised 07/01/2011 07/01/2011 04/06/2020 04/24/2020 07/2012D � 8 07/20/2018 02/24/2020 03/09/2020 0 112 0/2 0 1 2 11/Q9/2017 06/27/201 i 07/01/2011 07/0 1120 1 1 o�io9i2oza 07/01/2Q 11 04/06/2020 04/06/2020 09/06/2019 47/01/2011 07/01/2U1 l 07/01/2011 0`7/01/2011 03/09/2Q20 03/09/2020 Last Revised 12/20/2012 07101I201 l 08/17/2012 07/01/20ll 07/01/2011 07/01/2011 12/20/2012 12/20/2012 03/09/2020 07/01/2011 07/01./2011 07/01/2011 07/01/20l 1 03/09/2020 07/01/2011 11/22/201 b 02/14/20l 8 02/01/20l 7 07/01/2011 CITY OF FORT WORTH 2O18 f30ND Year 3, Corrlracd 7 STANDAILD CONST�tUCTION SPECIFICATION llOCUNIk:NTS City Project No. 101453 Revised lViarch 9, 202D 00 00 00 S`1'ANDARC7 COAISTRUCTIOt�i SPECINICATION DOCUMGNTS Page 2 af 3 Ol 77 19 Closeout Requirements O1 78 23 Operation and Maintenance Data O1 78 39 Project Record Doct�mer�ts 07/0 U2011 1 212 012 0 1 2 �7/01/2011 Technical Speeifcations which have been modi�ed by tiie Engineer speci�cally for this Praject; hard copies are included i� the Project's Confract Documents Division 34 — Transportation 34 71 13.01 Traffic Control — Neighborhood Street Projects Date Modified N/A Technical Speci�cations listed below are included for this Project by reference and can be viewed/downloaded ironn the City's website af: htt�p://fortworthtexas.�ov/tpw/conYraetors/ or https ://aUUs.fortwort�texas. �ov/Pry i ectResou rces/ DivNsion 02 - Existing Conditions 02 41 13 Selective Srte Demolition 02 41 14 Utility RemovallAbandonrnent 02 41 I S Paving Removal Division Q3 - Concrete 03 30 00 Cast-In-Place Concrete 03 34 16 Concrete Base Material for Trencla Repair 03 80 00 Modifications to Existing Concrete Structures Division 31 - Earthwork 31 l0 00 Site Clearing 31 23 16 Clnclassified Excavation 31 23 23 Ba�-row 31 24 00 Embanlcments 31 25 00 Erosion and Sediment Control 31 37 00 Riprap Division 3� - Exterior Improvements 32 O1 17 Permanent Asphalt Paving Repair 32 O1 18 Temporary Asphalt Paving Repair 32 01 29 Concrete Paving Repai�- 32 11 23 Flexible Base Courses 32 11 29 Lirx�e T�•eated Base Courses 32 1 l 33 Cement Treated Base Cou��ses 32 12 16 Asphalt Paving 32 13 13 Conerete Paving 32 13 20 Concrete Sidewal�Cs, Driveways and Barrier �'ree Ramps 32 13 73 Cancrete Paving Joint Sealants 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 17 23 Pavement Markings CETY OF FOIiT WORTH STANDARD CONSTRiJCTIO�I SPECIFICA"f10N DOCUMEi`ITS Revised March 9, 2020 Date Modifed 12/20/2012 12/20/2012 o2�oa�2a � � 12/20/2012 12/2,0/2Q l2 12/20/2012 l 2/20/2012 OI/2$/2013 01/28/2013 01/28/2013 12I2012012 12/20/2012 12I20/2012 12/20/2012 12/20/2p12 12/20/2012 12/20/2012 12/20/2012 12/20/20 S 2 12/20/20 � 2 06/05/201 S 12/20/2012 � 2/20/2012 11 /22/2013 2018130ND Year 3, Contract 7 City Projecd No. 1 p7453 00 00 00 STANDARD CONS'1'RIiC'1'IaN SYF.CIFICATIQN I)OCUMENTS Page 3 of 3 32 I7 25 32 31 13 32 31 26 32 31 29 32 91 l9 32 92 I3 32 93 43 Curb Address Painting Chain �'ences and Gates 11 /04/2013 12/20/2012 12/20/2012 12/20/2012 12/20/2012 12/20/2012 12/20/2012 Wire Fences and Gates Wood Fences and Gates Topsoii Placem�nt and Fi�nishing of Parlcways Hydro-Mulching, Seeding, and 5odding Trees and �hrubs Division 33 � Utilities 33 d1 30 33 �l 31 33 04 30 33 OS 10 33 OS 14 33 05 17 330522 33 05 30 331111 33 11 12 33 12 10 33 l2 20 33 12 25 33 �2 40 33 12 50 33 31 20 33 31 5� 333910 33 39 GO 33 39 2Q 33 46 00 33 49 20 Sewer and Manhole Testing Closed Circuit Televisian (CCTV) Inspection Temporrary Water Services Utility Trench Excavation, Embedment, and Backfill Adjusting Manholes, Inlets, Valve Boxes, and Other St�uctures ta Grade Concrete Collars 5tee1 Casing Pipe Location of Existing Utilities Ductile lron �'ittings �olyvinyl Chl�ride (PVC) Pressure Pipe Water Services 1-inch to 2-inch Resilient Seated Gate Valve Conneciion to Existing Water Mains Fire Hydrants Water Sampling Stations Poiyvinyl Chlor�de (PVC) Gravity Sanitary Sewer Pipe Sanitary 5ewer Service Connections and Service Line Cast-i�-Place Concrete ManhaIes Liners for Sanita�y Sewer Structures Precast Concrete Manholes Subdrainage Curb and Drop In�ets Division 34 - Transportation 34 41 30 Aluminum Signs 34 71 13 Traffic Control Appendix GC-4.02 GC-6.06.D GC-6.07 GR-01 60 00 Addendum No Addendurn No Addendum No Subsurface and Physical Conditions Minority and Women Owned Business Enteiprise Compliaace Wage Rates Product Requirements 1 2 END OF SECTION 12/20/2012 0�/06/2016 07/01/2011 12/12/2016 12/20/20I2 12/2Q/2012 12120I2012 � 2/20/2012 I2/20/2012 11I16/2018 02/14/2017 12/20/2012 02/06/2613 01/03/2014 12/20/2012 06/19/2013 04/26/2013 12/20/2012 09/23/2020 12/20/2012 12/20/2012 i2�2ai2o�z 11/12/2013 11/22/2013 CiTY QF FORT W ORTH 2O18 BONIa Year 3, Coniract 7 STANbARD COI�ISTRUCTION S�'ECIFICATIQN DOCUMF;NTS CiGy Profect No. 1 d1453 Revised Marcl� 9, 2020 1/19/2021 M&C Review �a� �ou���� 1�,����� ��4TE: 1/12/2021 R��€RFNCE NO.. �`*M&C 2'f - 0020 LOG �IA1ViE COI�I�: C TYPE: CONSENT PUBLIC HEARIPlG: Off€ciaf site of the CiEy of Fort Worth, Texas Fo�r�o��r� 202018CIPY3C7� STABILEW NO SUBJ�CT; (CD 4 and Halfam Cifiy) Authorize Execution of a Contract with Stabi�e & Winn, fnc. in the Amount of $3,989,987.95 for Combined Streef Paving Improvements, and Water and Sanitary Sewer Mair� Replacements for 20� $ gond Year Three Street Reconstruction Contract 7 Projecf, Adapt Appropriat�on Ordinanc�s and Amend the FY 2029-2025 Capital Irnprovem�nt Program REGOMflIIENDATIaN: ff is recornmended that the Gity Council: 1. Aut�horize execution of a contract with Stabile & Winn, Inc. i� the amount nf $3,989,987.95 for combined street pa�ing improvements, and water and sani�ary sewer main replacements for the 20�.8 Bond Year T�ree Str�et Reconstruction Contract 7 project (City Project Nos, 101453 and 102556); 2. Adopt ti�e attachecf appropriation ordinance increasing receipts and appropriations in the Water and Sewer Capital Prajects Fund in the amount of $1,592�9$1.00, transferred from available funds wi�hin the Water and Sewer Fund, for the purpose of funding the 2Q18 Band Year Three 5treet Reconstruction Con�ract 7 project; 3. Adopt the attached appropriation ordinance adjusting appropriations in the 2018 Bond Pragram Fund by increasing appropriations in the 2018 �or�d Year Three Street Recons�ruction Contract 7 project (City Project No. �.0�453), for the amo�nt of $2,514,771.00 and decreasing appropriations in the Street Consiruction/Reconstruc�ion/Rehabilitation programr�able project (City Project No. PBOOOi) by the same amount; 4. Revise the scope of the streets in this praject as describ�d in the 2Q18 Bond Program from asp�alt rehab�fitation to concre�e reconstructioni anc! 5, Amend �he FY2021-2025 Capital Improvement Program. DISCUSSION: This Mayor and Council Cammunicatian (M&C) is to aufhorize a construction contracf for paving improvements on approximately 2.65 lane miles fior the 20� 8 Bond Year Three Street Recor�struction Contract 7, a�ong with wafer ar�d sanitary sewer impravements on the following streets: Street Frflm To Sco�e Roadway Ownership Ellis Road Muse Streef Sandy �ane �'aving Fort Worth Kings Highway Fain Street� Wheeler Street WaterlSewerlPaving Fort Worth 4akview Street Marsalis Street Airport Freeway WaterlSewerlPa�ing Fort Worth Seamar� Street E. Belknap Clary Avenue Water]SewerlPaving �ort Wor�h Street Selma Street Bri#tain St�eet Fort Worth City WaterlSewerlPaving Fort Worth Limits 5elma Street Fort Worth City Beach Streat WaterlSewerlPaving Haltom Gity Limits apps.cfrvnet.orqlcouncil packet/mc review.asp?ID=28574&councifdafe=9l1212421 1I3 �11912Q21 M&C Review * The 2018 Bond Book identifi�d Kings Highway limits from Air�ort Freeway to Wheeler Street. On Aprif 02, 2019 (M&C PZ-3188) the City Council adapted Ordinance No. 23624-04-2019 to vacate th� City right-of-way on Kings H�ghway from Airport Freeway to Fain S#reet ta be replatfied with the adjoining property for a gas station and con�enience store. On March 3, 2020 (M&C 20-Q122), the City Counci! autharized execution of an interloca� agreement wit�t Haltom City in an amour�t not to exceed $700,OOO.QQ fior Water, Sanitary Sewer and Roadway Impro�ements for the portion of Selma Street IocatEd in Haltom City between F'or� Worth city limits and Beach Street. The interlocal agreement provided for the inclusior� of Haltom City's portion of Selma Stree� as part of the 2018 Capital Improvement Program Year 3 proj�ct (City Project No. 101453}. In addition, as part of the interlacal agreement, Haltom City will reimburse Forf Worth 100 percent of the cost of the design and construction of the water, sanitary sewer and roaciway improvements on Haltom City's portion of Selma Street. Ha�tom City will pay its porEion o�er time to be invoiced on a yearly �asis at a rate of $100,OOOAO beginning in 2020 and continuing until the proj�ct �xp�nses are reimbursed. F'or adm�nistrative reasons, a separate projecf number (City Project No. 102556} was sef up for the Haltom City portion of the project. The project was advertisec� for bid on October 29, 2020, and Na�ember 5, 2020 in the Fori Worfh Star Telegram, On Decemb�;r 3, 2020, the foElowirtg bids were recei��d: Amount Biclder Stabile & W�nn, inc Jackson Construction, Ltd McClendon Construction Co., �nc. Alternate 1 � Alternate 2 � Time of Completion (Asphalt Paving) � (Concrete Pa�ing} $3,990,032.50 $4,095, "[ 09.5a $4,17'I ,596,00 ,989,987,95 � 3�5 Calenc�ar Days $4, �8�4, 938.00 $4,197,232.25 The 2098 Bond Program provided for the project str��ts to be reconstructed with new asphalt and replacement of damaged curb and gutfier. f n an effort to secure ti�e most value for the City, staff advertised ihe project seeking prices for asp�alt ancf concrete reconsfiruction. Concrete paving typ�calfy has a long�r life span and iower maintenance cost than asphalt. Staff recommends award of the contract for Alternate 2{concrete paving). The Transportation & Public Works Department's si�are on this contract is $2,�10,271.05. The paving funds for this project are includ�d in the 2018 Bond Program. Available resources within the General F�n� wiiE be used to provide interim financing until de�t is issued. Once debf associated with the project is sold, bond proceeds will reimburse the General F�and in accordance with th� staternent expressing official intent ta reimburse that was adopted as parf of the ordinance can�assing the bond election (Ordinar�ce No. 23209-05-2018) and subsequent actions taken by #he Mayor and Council. The Water Depar�ment`s share on this confract is $1,346,861.0� will be a�ailable in the Water & Sewer Capitaf Projects Fund #or the project (City Praject No. 101453). Haltom's City share on this contract is $632,855.90 and will be available in the fntergavernmentaf Contribution Fund for the project (City Praject Na 102�56). Irt addition to the cor�tract amount, $�82,763.00 (Water: $105,604.OQ; Sewer: $73,173.00; TPW: $403,986.00) is required for project management, maferial festing and insp�ction and $167,856.95 (Water: $39,46$.00; Sewer: $27,875.00; TPW: $1�0,�93.9�} is provided for project contingencies. This project will ha�e no impact on tha Transpar�afion & Public Works' nor on the Wafer Department`s operating budgets when completed. The sanitary sewer component of this project is part of t�e Water Department's Sewer Overflow Initiative Program. Appropriations for ihe wafer, sanitary sewer and paving improvements for 2�1$ Bflnd Year Three Street Reconstrucfion Contract 7 project �City Project Na 'i �1453) by �'und will consist of the falfowing: FUfV� Existing I� Additional Appropriationsll Projec�i Appropria#ions 1/19/2021 2Q18 Bond Pragram — Fund 340�8 Wat�r & Sewer Capital Projects -- Fund �6Q02 project Total $253, $216,556. $470,401. *Numbers raunded for presentat[on purposes. MB�C Review $2,514,771.OQ�� $2,768,316.0 $1,592,981, $4,107, 752 $1,809,837.0 $4,578,153.0 MIWBE OF�10E: Stabile & W�nn, lnc. is in compliance with the City's BDE Ordinar�ce by committing to 3 percent MBE participation and documenting g�od faith effort. Stabile & Vllinn, Inc. identified several s�bcontracting and supplier opportuniti�s, Howe�er, t�e firms contacted in fhe ar�as identified did not respond or did not submit the lowest bids. The City's MBE goal on this �aroj�ct is 10 percent, The 2018 Band Program funding was included in the 2021-2025 Capital Improverr�ent Program for project PB0001. In order to admin�stratively track the spending of all 'funding sources in one project, appropriation ordinances ar� needed to move appropriations fram #he programmable praject to the jointly f�nded static project. This action w�lf amend the 2D21-2025 Cap�tal Impro�ement Program as appro�ed in connection with Ordinance 24446-09-2a2a. This projecf is lacat�d in COUNCIL. DISTRICT 4 and HAL.TOM CITY. �ISCAL iMFOR�A710PlICERTIFICAo�'IOiV: The Director af �inance certifies that Funds are availab[e in the c�rrent operating budget of the Water & Sewer Fund and the Streef CanstructionlRecor�IReha programmable praject within the 2018 Bond Pragram Fund, and upon appro�al of the above recommendations and adoption of the attached appropriation ordinances, funds will be availab[e in the VII&S Capital Projects Fur�d ar�d the 20'18 Bond Pragram Fund for ti�e 2Q1S Bond Yr 3- Contract 7 and Selrr�a St - Haltom City projects to support the abo�e recammendations and execution of the contract. Prior to any expenditure being incurred, the Water and Transportation & PubGc Works Departments have the responsibi[ity of �erifying t�e availability of funds. Submitted for Cify ii�ar�ager's Office by�, Origina�irtg De�artment Head: Additional Informafion Contact: A�iACH ii� � f�TS 20201 SCIPY3C7-STABIL�2}_�if 202018CI PY3C7-STABI ��W.�df 2�2048CIPY3C7-STA�I�EW 34018 A02i{F23)r.docx 2p2018CIPY3C7-SiABILEW �6fl02 A027(r2).docx Dana Burghdoff (80"18} W�Il�am Johnson (7$q'I ) Monty Hafl �8662) 313 CITY OF FORT WORTH Transportation a�d Public Works �018 CIPYEAR 3 — CONTRACT 7 City Project No. 101453 ADDENDUM NO. 1 Uni� I: Water Improvements Unit II: Sanxtary Sewer I�nProvements Unit III: Paving �mprovements Unit IV: Haltom City Imiprovements Addendum No. 1: Issued Friday, November 2U, 2U20 This Addendum, fo�ns part of the Plans, Contract Documents & Specifications for the above referenced Project and n�odifies the original Specifications and Contract Documents. Bidder shall acknowledge receipfi of this addendi�m ir� t�e space provided below, in the proposal (SECTI4N 00 41 00) and acknowlec�ge receipt on the outer envelope of your bici. Failure to acknowledge receipt of this addendum could subject tI�e bidder to disqualificafion. The pians and specification documents for 201 S CIP YEAR 3— CONTRACT 7, City Project No. 101453 are hereby revised by Adciendc�m Na. 1 as follows: 1. Specif cations Section 00 42 43 PROPOSAL FORM to be REPLACED in its entirety with �he Attached revised Bid Proposal. 2. Construction plans have been changed as �ollowing: • Sheet 1: Cover Sheet has been revised to add all project revi�wer signatures o Sheet 12: Line "5" — Selma Street — Water Plan has been revised. Revised pay limits of asphalt pa�ement repair. o Sheet 13: Water Construction Details have been revised. Revised water embedment, backfill, and trench repair details. � Sheet 31: Sewer Construction Details have been revised. Revised sewer embedment, backfill, and trench repair details. � Sheet 3�: Proposed Paving Improvements Location Map has been revised. Seima Street alignment ID was revised from "SEAMAN STREET" to "SELMA STREET". � Sheet 3'�: Paving Typica� Sections Alternate Option B has been revised. The concrete reinforcement notes ot� Ellis Rd, Kings Hwy, Oakviev►+ Street, Seaman Street, and Se�ma Street have been revised to read #3 BARS @ 24" O.C.B.W". The paving cletails for Eilis Rd have been revised to include Longitudinal Construciion or Sawed Dunnmy Joint per 32 13 13-D (511 or Si6). o Sheet 50: Kings Highway Paving P(an has beer� revised. The ADA pedestrian ramp in the NE corner of the intersectiQn of Wheeler St and Kings Highway has been revised from "Type M-1" to Type �-1" o Sheet b9: Paving Construction Details have 6een revised. The sheet sequence i�as been changed to "SHEET 1 of 8" due io the additional detail sheet added to the plans 69A. Atso removed the "Notes to Designer" from sheet. Added additional notes and details pertaining to the construction limits of o Type R-1 Residential Intersection detail 32 12 20-D535 o Type P-1 PerpendicuIar C�rb Ramp detail 32 �3 20-D540 201 S C[P YEAR 3— CONTRACT 7 Ciry ProjectNo. ]01453 Addendu�n f Page 1 of 3 � Sheet 69A: Paving Construction Details have 6een added to the project plans as sheet 69A. The sheet sequence has been changed to "SHEET 2 of $" due to the additional detail sheet added to the plans 69A. The details include: o Concrete Edge/Retainer %r Asphalt Paving detail 32 13 13-D510 o Construction Joint detai132 13 13-D511 o Construction Joint (Between Existing and Proposed Pavement) cietai132 13 13-D512 o Expansion joint detai132 13 13-D513 o Expansion Construction Joint (Between Exist and Prop Pavement) detail 31 13 13-D514 o Contraction Joint detail 31 13 13-D515 � S�eet 70: Paving Construction Details have been revised. The sheet sequence has been changed to "SHEET 3 of 8" due to the additional cfetail sheet added to the pfans 69A. Added missing dim�nsions io the Concrete Residential Driveway Approac� with Radius — Asphalt Aaving detail 32 13 20-D528. Added additianal detail — Concrete Residential Driveway Approach with Radius — Asphalt Paving detail 32 I3 20-D527. Added additional notes and details pertaining to the construction timits of Type P-2 Paraltel Curb Ramp (Sidewalk Adjacent to Curb) detail 32 13 20- D541. � Sheet 71: Paving Construction Details have been revised. The sheet sequence has been changed fio "SHEET 4 of 8" due to the additional detaiI sheet acided to the plans 69A. Added additionat notes and details per�aining to the construction limits of Type R-1 (Modifed) Residential Intersectior� Details. Added notes to the Standard Curb and Gutter detail 32 lb �3-D534. Remov�d the Typ� M-1 Mid-Black Ramp {Sidewalk Adjacent to Walking Surface} detail 32 13 20-D537. o Sheet i�: Pa�ing Construction Details have been revised. The sheet sequence has been changed to "SHEET S of S" due to the additional detail sheet added to the plans 69A. Added notes and details pertaining to the sidewalk slope thru driveway limits to the Modi�ed Concrete Driveway Approach detail. + Sheet 73: Paving Construction Details have been added to the project plans as sheet 69A. The sheet sequence has been changed to "SHEET 6 af 8" due to the additional detail sheet added to the plans 69A. The details added include: o Pavement Stee1 Reinforcing General Layout detaii 32 13 13-D508 o Sawed Joint Detail 32 13 13-DS 1$ o Sawecf Dummy Joint detail 32 13 13-D516 o Langitudinal Paving Section detai132 13 13-D519 � Sheet 74: Paving Construction Details have been revised. The s�eet sequence has been changed to "SHEET 7 of 8" di�e to the additional de#ail sheet added to the plans 69A. � Sheet '75: Paving Canstruction Details have been revised. The sheet sequenc� has been changed to "SHEET 8 of 8" due to the aaditional detail sheet added to the plans 69A. � SheeY 78: Water Construction Details have been revised. Added additional detail --- Haltom City Water Service Connection detail WM-009 o Sheet 79: Line "E" — Seltna Street — Sewer Plan has been revised. Revised profi(e gridlines to ver�ical scale of 1"-4'. o Sheet 80: Line "E" — SeIma Str�et — Sewer Plan has been revised. Revised profile gridlines to �ertical scale of 1 "=4'. � Sheet 8L• Line "E" — Selma Street �- Sewer Plan has been revised. Added 6" gas main in plan and }�rofile. Revised prafile gridlines to vertical scale of 1"=4'. 3. PROJECT CLARIFICATIONS Unit 4- Haltom City Improvements: Contractor can utilize City of �'art Worth concrete mix design specification 32 13 I3 for pavement construciion in the HaItom City limits for Unit 4. If the concrete bid option 4b is chosen, then the paving shall be required to be machine-piaced rather than hand-placed by vtbratory screed. 2018 C[P YEAR 3— CO%iTRACT 7 Page 2 of 3 City ProjecttVo. 101453 Addcndum 1 m Unit 4- Haltom City �r�aprovemenfs: Iiem 5, "017i.�i02 As-built Survey" and [tem 21, "0171.0101 Constrttction 5taking" are intencfed to caver the needs for the paving improvements along with those for the sewer and water im�ravements tlaai are part of Unit 4, and Unit 4a or Unit 4b. o Unit 4- Haltom City Improvements: Water meter re�ocation covered �ander Unit 4 as shown on Sheet 77 shall be performed in accordatfce to Haltom City Water Service Cannection detail WM- 009 on Sheet 78. The entire water service back to th� main does not need to be replaced. The new meter shauid be spliced in, where avaiiable based on the following directives: o The water me�er boxes are not to be placed tn the future sidewalk. Existing services {most tikely copper) can be cut and spiiced so that the water meter box is ou#side of the sidewalk. o The "splice locatiQn" cannot be located ur�der the street. o While not desirable, it may be unavoidable that the "sp[ice location" is under the future sidewatk. o Use a Ford ca�npression fitting for this splice (as specified in Haltom City Water Service Connection WM-009) A signed copy of Addenc�um No. 1 should be included in the sealed bid envelope at the time of bid subrriittal. Failure ta acknawledge the receipt of Addendum No. 1 could cause the subject bidder io be considered "NONRESPONSIVE," resulfiing ir� disqua�ification. � Addendum No. 1 RECEIPT ACKNOWLEDGEMENT: William Johnson Director, TPW r ; BV� -- ,.._�V_,'.9�i�Nann� ,^v7`v.Z_.'.�i_.-1�CST; > _s.�."_ . _ ," Mary Hanna, P.E. pany: �C�4� L,� ��+w�F3 Progra�n Manager, TPW Address: �.0. �a�r �� t� , City: ����N+¢� State: iiG 2018 CIP Y�AR 3— CONTRACT 7 Page 3 of 3 City Project No. 101453 Addendum L �.°17'�' c��' I+'[�r�T W[�kt'�"�I ��`�lli��l��t`fssli��rl :+n�! �'uFrli� V4'�k�'� 21M1+`� �.iEk i �F,:��� .� — ��E}��� �ri� T 7 C'#�Y I'e�►,j�ct I��. I�1t�S� ���r�.����,.�� �,��. � l�iEit I: �1��t�r �n���i•��vt�rn�nls I �r�if �I; S�nitar�' �c;;�c�• Nr���a•,�r-ca��r��t� �lrs�t 1��: 1'�3'I#1�,; i�lfl#'{x�=C1T31.`IkES ����it 1S': �l:tll+���� C'ii�� �ry��xrc,��c��xi{�y�� ���ile��lism N�s. l: f����e�� F'ri�la�', ,��n�cml�c�• �Sl, i�l�[# E lyi; �1ddc�id�iF��, t�c7�nis �aa:�l ��I'rl�c C'I�arr�, �.�o��lr;�ct a7,}c�M�rrt�nis �k 4��c;ifi4;:��i�,e�s t�7r llie abo�e €el�e�ee��.ed Projec# :�i7i� mu�iiies tltc c.�ri�fnaC Spe�;iE��:�iittir�s a"fTIC� C'•l`Il�l":YC.t E}i)�:litllCi9�S, �li�lis,'i" Sjifl�� E.'C1C3il}��'1�{.��p recei}kt ��� [l�is a4�t�c���durr� �n �i�e s}���.�. �a�-�7�-rded E��l�+kv. �i� IEt�. pra���i�:aC (SF..(�-l-l�l1�l {lf� AI l �k�lj �n€� ac�ke�,��•3c�f�;e r���iF�t�an �]�e 4�n1�r ��rve1�3E}e �3i'YDur I>ia, I�a3lure �o r�L'CC[1L31V�t',t��;� I'L'��[�7C!?t 1�115 arit�e��,iu��� co�ilri ,�u�xjec� 1fG� 3>it�[ier t�� �� i��1 uial i fic;r�[is ���. �I'l�� p�a��w �iaat� *�p�c��l fo�aii ir,rr 4l�s�����«a1t� Fa�r ?(a E�i c.� 17 Y�A ft �—�[�I�Tf��1 c„�" 7. c�il}� I'rc,j�:cl fVu, i U 1�53 �ro lier��>� r�YI,S�[� R1�' i�4CI[����.I{]E�l �C}_ I�s t�s�llrrws� 1. �����ci�ef�ti+�n� �+eriin� 0�1 �� -�3 F�C�P�?��li. F�1R�T f�x hr ��i�,��l.��.�"��) �r� it� ���t�r•e�#�� 4��ft1� [Jtr ���[�x�•1�4c1 re�Fiwc��� f���� �"r�����;�1. �. COf1S#I'ifi'il{lll �3l:ifla �1�1;'I� I}L"CII ��I�11#�L'aJ N9 t�rll�Mti�'i�y;;: . ;�ot�rs 1: t,trvc7 �I�ti�t E�.is l.+een r�vi;�� [�� udd .iiJ ��r��;cc� r�vi�.►vcr si��a,yciii�cw ■ Sl��ei_�_Z_; l_,in� -•�'- �elrnt� Si3��wl VJ,�l�r 1'I,:n a��:s be�n reviscti, ltcvised �i��• lin�i�s r�f �a�l7alr �����erslCil� !'c'S7�aR'. ■ Sl�ec�t 13: 1V�ter C ai�stn�ci�t,r� i��t��fls I��Mve beei� r�v�s�d. Re����ed �}�c7�El' Q.i71�7�i�CEl�97�, ��c�cr�]!. �1�1�.� ir;']��;E� r�'�]��Cs��t�li��, . �l�ck�l il: 5�:��'tk' {1DJ15f]'U{:�j�ll f=1�.�ttiis 1i�k�c be�� Fe�+ise�]_ Revi�ed ��kwer :;i��lf�dme�tt, I��ckfili, ancl tr�-r�ch �e��ttrde��iEs . til:c�e1 3�: �'E'r��,u�ed Pr�vn7� Cr����rt��+errt�n�s L.ocz�l��ort h�i{�� l�a� 3�:ect rev�sed. ��IMt�� Str�et �1E�i�n�:n� IL�;v�s rev3se+� �i-+,m '•�L�.hh�f�l'v ��1"l�L•'.i�'i"' �cr •`SELM�1 STfi�.ET"- • �114i`.i ��': F*«�iMM;; 1-�y�7iw;31 �����,S17s l�fltii7r11� ����ia,�� k� J��,, ]acci� rc��ise�l, 'J�li� w�.ait�ret� 1�c:i�ri�or�en�ent n�tes �an [:ll;s I��i_ l�ii�f;s ��w}�, ��t:l�.vi����� �Ereet; 5tuma�� �t���.ei, �i�fi 5tilirsa �ti�ee�t �:ave l��en rcv�s�ci iti, rc�cl t'.3 �3:11i� rrir. ��,� i}.C',Ei,1�4"', I'i�e }t�a}�i«�= cl4t�ii�s tor t�fi� I�d itsve 1�e�n f�Vl$�lE T43 i��cl�tde 1.�i�gits�dinal C'ons�rnr.�ion nr 5a�veil ��<<�r�n�v Jcs��y� ��er 3? �'s �3-�� {�3 � o�' i l �i �- * �I����„I fi41: C'i�i4�5 I�i�li��'�i�� E'�+�i�i� Pi;�rw I��c l��ci� r�.��i�e�i. 'i-J�r: Af111 ��ed�:w�o���ui a'�R��4� ia� �I�w �,1�� r.c�rrer cF�� II1� ifSE�i'S£�t3al'I tl�� V'4�a3t��k5r tik ��itcl l�in�s �la�hk�it}• ]Zas be�,n eevis�.d 1'es�r� :`-f-}����. h�i-�*, l�� �1 �+�1� i'- �,. ' �Fi�.et �"l: f'c���ing C'f}135F3'�]C�["iYll L�e.EaiRs �tavc �iaen P�Yl�CC�_ T�]� 533�C� S�L]ki�]1C� I1:�� been c1�1��r�ed lc� "�Fli:,��,�f' I c�l'S'` rJ��c t�a tE�c ;��f�ii�i��n,,1 ��efirti] �l�ce� �ifc��c3 1,� �1,4 �;C:»is �i'�,+�. 1�I��e r4r��c�ve� ���e .,�iar1�� t,� f)�si�,ner" li�c,it� slfeei. F�L`a��{.E �C{jljlil{311:i1 ais7�es ��<<til �ie:,ail� ��e,rta�iti��� Ic�, tf��. uc��z��rs��iic��t I�i��i#� ��t'. �� �J`}�l,t l�• i�tc��cCc����.1� C11li:t�CC�]irll i��f:jlE {? l� ?�'k-f��3S o T►�j�e �'-] ]'eE���endic��lr�r �'�irC� ����np dcrail 3? I_; ?0-C}�<�{� 2[rl u��i€' Y��s.r{ :� — L"{DhJZ'1{rl{=7 7 Cilv Yrujecr hlc,_ t Il1�li�J A�iJc��Jlu�a i �:9d''� � �}��S • �I��r[ {i�}A: E�}kVlll�r �,�tu�ti�rn�.�io�3 L}.,fnils ha��� l;ccrt a�l�lc{1 !4� ti�e �.t��nie�.l p�;�ti� ,is s�y�eE ���'�1. -1-1��. ��i��i �����o�ucti li���. �i��>> �.ita�����[I I�r'-�I-If=��•.�I� �� s�l-�" c���� �c� G1��� :�cic�i�F��ii�l SI�E��il w���ul t�<icltti lt, r�rc r1;3��� �it�� I�iic ci4�I;�if;; i1�cl��ci�= .-� C.t�iici�cte ivd�a��{e�ta��t�'.1" f�i]' r�S�}�l'.i ll i'a�+ing de�a�� �i 13 � i-��� ��� �� C.L11�5�1"U(:�lClil Jllfll� c�4r;�i1 3�� 1� i 3•i)�1 1 �. C';Slltiil'l�L'�1c1�k ,I�sin� (���t��een F,X.ISllii� fiflL� �}I'U�105�C� PilVe�eni} detr�il 32 l3 13-D51 � �r �`{�7ill]SI3}ii jCiflL �t'St�il 3? l� E�-!_)� I� �, !_x�;I1151if� [..+rr�wll�lil:il��lf .Js}Itli ��#U��1�E�li a=7C�til Eir1[� I'rc��� I����+��ficMF�� c3etr3al ,i I E� 13-T�� 1� (—t�r9]!1',lC?�ill] .Tf!lllt CICCnI� ; 3 I� E3-1�� l� � �I1CCL_.��: IiifVlll� �_C}]15�illl:�Jl}Fl Clei�,ik; i��vc lac�.n revi;�tE, 'i�l�e wfic�� .��:i��i�n�'�F 1�:iw 1x�en e1r,�rxk,e�3 �t, -�til-ii�ii�1'l� 3 c51 �i" �lu� t;� �l,c ��alifi�t�n�if c�e��if �1�4.�t :�ililed t� tl�e �Slans Gt)�'1. Ilds]ei� R1355117� ��II]iC1k4113f75 fs� tfl�. Cuii�e�.lw l��sE+.€�aili�tE 13ri�r�ti�:�y .�1�?�r+,�o�.J� w3i�i ��s��liiis �1s��h���l E�ati�iii� �i�ltoit a� 1 3.'.f}-17��#S fi�i�iE�i� ,�;�diii�3ri:�l tl��ar� —C�ir�.���lc I�w�]ds:tlhllill r�C'I�'t�4�uy ��.,�,�����1, �vi�1� rzaci€tts - l+s����.�11 i'a�fii�{� decail }i l3 �.�—I,k1��, ALi��i� �;1sii�io�.il �oY�s ai�t1 cieia�ls �a�rl�tini�i� �c} tfict Cl}315��'IECtIUiI li�i�ii� +.rl"1�3�C�4� �'�? �'r�r;ill�f ['ui�'.� i�:�i���� �SiiC��vn�k �1d,jac���t 1�� i url�} c��«i1�3� ]� 2I�- �7�4 I , r 5�rrr 71_ !'���in� �'+;>>sr�'����ic,n �7�i:ii�.� li��avc 1,�eu rcvR�c�ci, �'kii �;�i�c� wct<<��a��t Eor�w f,��ia �li:���s�c�l tc� `:�l�I�I�?-I- r� +:r�' R" dfi� �n ���� nttrlitini�;�G de�tiil .�foe�� ad��w� da llir �l��ns C+{�F�, .2lrid�d �d�fi�ion�l r��7�es s��t�i t-E;tai3s �a�r�{�iiiin� s�, II��� c+r>>��rirc:t�{�ii �ianils c�t' �I��pc I�•�f �.i4�fc}�Iftic4l) i�ctkial4�>>�Enl 1liiea�s��:tit��k I)�.���ril�, hds�U,� �:i�t�� tt� r�� �e31iL��11'L� L'Lli'�.] anci t���[��.r �I�t�il 3? E� I�-D53�4_ ���t:��x-,:{i tEt� -i'��e I�I-1 h�licl-Li14���h I��r�p {tii{Ccw;�fl4 �lt[F;Gc�:nt i� V4�;�11cin� Sur��i�:t�) {�ei��i] �� E� ��'.{�-L}`� i �. . �lse�� 72: 1'��i��� C�,�rsir�ciir,>> �]�����I� li:�v�� ktiweit �'eviw�il, ?'���: �13ve1 :�ec��i�,nc� ]a��� bc�tr� �I�aiii��sl tn -�ti���L���� � oi' �'' cl�i� tt� �hk ,�cfciit�t,�rrtE tfet,{ia s���et r�ci�serl �s� t17� ���;.�r�� #i�r�_ ?1diJcc� aart�kes ��ixcl {Ctr.�il� �7�1'111ChiCFk}. 447 til� SEi.����'ci�� �lupe �l�iru �Eri������uy j1133J�ti SL� �Jre fv�o�Gi[iecl [_'��nc�'�€� Dr�vL�vzs} �p�.���s,�c:li iietoil. • F�1���1 "�.�`- i�:�V�lli; 4�i�fj4tlskL'T[i'FJl I��tfosJs h��� heen �dL��.i� �4� i.h� ;�r���c� �al;sits a� s3�e�� �,tk�1. Z7�� �����.1 �eq�e�tc� Il'ak5 114�1] ��likfl,�"�I� f+? '"��'I�;J;'I f+ �r� }S" c�M�c� ��r s��� ���tc�il�i�,n;tl tf��.iiC �I���! ;i���€�}cl I{s �JZe ��E�rns (�'��1, `!'��{� sie��il� .�rlifed i�;clt�de: {: t�:�ven��r« ��eei r�� in i'�ar�i�t� �e����t�1 Lti�c7u� �iult�� I 32 i� 13-���{.M� _ 5�i�v�s! J,�in� [}��:�iG �+�? I� i 3-f)5 J�S ;., 4;iwfif r)1.��iM��wv ,fni��t �i�rail 3'� ] ; �3-��516 o L,>>oii�i€�i�tall'aviGti�� �cx4'�R„aa,l��lri�l ��� I � I:#�l��E� * �F�cet i�; f',�vin�; ��{���wt���,ctinn E}e5;3JIS ItII�`� f}��17 ]'CVJS�� I�1� S�l�CE 5���3�Rti� f1�S I]een c3��inged rs3'`�i€1��:-1- 7��i�R'' df�ti t�ti la�c aci�lisic,ntkj 4I�fi91� ��aut�� a�ilc��c� [ir �he �,I;iias �s'a'��, • �I�c{�i 7�: 1';Gvi��� {~csGi�;a�stcioc��� I:}e«:ls ]ia�+e ��en r�;vise�_ n,� s]���.t seqE€e�ice�l3�s b�.en cE�t�n�e� �{} `"�i ���'r � f4 i��� ��' �LIL` CC1 t�l,a, r7{.EL�Itl[]EkiEf CI�t{lfj �ielw2� di4�lF��I t{} �ilC: �IiIRS �Jt�F�� . �hec[ 7�i: VlfF�l�r �'.�s�qtilriis:�ics�� I)�lrlllw a]�vti 1'rcr�i E'c��'iiL'iJ_ �"t{�4��4I ��]i�itl{r�ial i�eit�t! —�-i�k�[i,�i� {�i1�� U4+��1�r S::t`vi�� ��tx�Mttiectic�u7 �l���tik ��`'Vl-{�fk� ■ �;lic}�t 7!�: €_ine "f_-' -- ��Im� �'�re�l -- �ewer 1'I:��s f�;ts E�ce�i rcvi;ed, lt�vise�l ��rcFfilc �ricllia�cw Gc� �•�,-lic;�l �cF�l� ��f l" �G'- • �l�cei �#{i: �_ine "1�" -- Se�ro�i� *�`tre�� -- tie4��e�� pJr�n 1a,�:, l,ec�� G-��v��e�l, I�������cl p���+lil�• �:ric3li�xe� I,r v�.'�i��I;V;tle;r�" I"—�` . tih����[ �S! :�..,i,7e •`�'., — Sel��ta SEree[ - 5����er 1'la�i Etias bcen Teviscd, �1��ied G'' ��s n�ain En ��laii :��«I ��r,�i"rl�, R:.vi�c;�i F,rotFle ��riciln�4s tc} v�a'ti�:�l ��s�iea>r I"=���°, 3. �'ItQ.�i?C�'TC'LA��I��'1�.=A'I'li.��`� • LTi��t �4 - Hz�ltom c�i�r I����rar�c��icE�f�: �'�:}rltr:�c[�r c�M} rit�aize � itv r�i" T,�1•r ��Uc}r�Ex coi�ci�c#�: ��iix i�tsi�,i7 s�tci�jc�tir��i 33 1; I�[�f�+� �a�av�ar�c��l �s�itis[r�ictar�n i�w Ilic� l��:l������ �'.i��' lim�[.w �a�r L�nil �, I[' Gla� 4�.rnur�t� htd n���is��� r�h is cltr�sc�:, �l�e!i ihe p�vii�g sha�l �r� rc�Enir�d t,� be n�a.c3iinc-�7ltzced ru�e�� il�c��� ht�iMc!-��flic��l ]�y ��ilxrt�ic�R;+r scrcec3_ 'lElBi']i� �'FAIt'� C'C"i�I�RA�f� �.�i13'�'r��t'�I?��, il���i�� �i�{ICiliill]�5 ] i'ii�� � O�� +► l��iR �# - Fl:tlt�no� C'ii�� f�nptxks-�mrn�s: �tc�t 3, '.{�17�,{11Q? As-�x�ii�� �iin�c}�'' �iitcl f�ena ?I, '-f�17[,{lJf?1 �_.'�.rns�r�icRit?aa ,4�.�C�Ft��_� .'.F'� �11S���c�eiC �is c�+k+�:r Ci�e iteer!s t{�I" 1It� }13V]Ilg. CI13�7�"i}1rti:]]7C:1�5 aJ���� }S���i� �I���s� i�3� �.�ls' tic�}����R �Fnt� tik;,��'r ;oe��,i,sk�uifp4arGrti �1��9; �rk� �7arr a,�' �lllil �, ���41 I.l�ril �ia {�r � flrlt �Fi:r. + U�iil �# - H:�ll��n� ['i[y 1rr���r���ru����c�i�: V4�'�4ct� i,�,�.�ei� rUlura�iteu uo�+ei��.d ur�,le� U1iil ra a5 511L1k5'!l {]!l ��lC;ti? �� _iiii��� �4" j1L'C�'f71'lF�4C� ii� ik}C;�lf[iiiilG:: �41 �Ji���{I::: ±�I�k' �'�PI�C:]" �4i'V1C4= �. i�19Gx���i+3a1 iiC:�k�9� �'��r��`�- �}I)�) �si� �EEU�.1 72i. TIt� �.s3ti3�e x�va�er �ervi�.e bac�c l,� llie �nain docs �ot n��ti tu bu r��,l:�cc:c€. `�'!�� rirw m+�l�t wktti��il�i i�e s��liceiE �it, }v3�er� av�ilab��e baseiE �r11 �i7� �4��O3vin� dir�cli�e�: �, -]�he �4��tf�� �����*r I���x�w r��'e ift�� t{r I�c� ��E:oc��! i>> 1IIt` �LllLll'� �kCfr�4'cill.. l�ll�tlll� ss:rti�ic�� �.iuc�s[ iik�l�� c��a�����r} c;�n !�e c�r �rtd ��+i3c�� sc7 ��3�t tl�c ����i: r me�er 13c>x IS [ll]�:�iCI� U� Ij7� �ide}va�3c_ _ �l�i�� "SpEi�c It��:t�[ic�n" cair�rc,� be lrsc�tetE �iniier tfi� s#rce��. r� Vb'i�il� ����� +�e4ir,�bl�, Rt ����t}' I}� u�x;ays��tl;,�}l� il7��s �liw "��Ji�� lt��:�wtia�n" i� ��ii��� I€�� fu��i�'c .tifC�l:�k'C1��[, �� 1 �s: � I'orri c����p�es.�ioFt I iitia7� E�,r N�is s��licc {�.s .spec�i�,ecl in I-l�it#c3m C=�ty 1��,tlt�r �e�-+�ict� {�{)1131CC�E{}]3 ��-������ �� �i����.�[ 4nE�,}� c,�����tf�l�ic������ ��s, I w€iaF��l�3 I�� iir� lisitt�i iis tfie �crrE�ti I�it� en��t3�3�3c tu the time �f C�s�f ��ifa��iit�l_ 1=,aiCi��-e 1+� �i�:�iT�ana�l�`;�i��: �17c ('�C�I�)i i1T A��tJ1CjLdlll C�Cl, � 4016EiI C7L15C ���C SfEL�f�4i L71EI4i�l" t� �l� GQT]�lCjCk"L'it ::�iC?1�1���:5F'c-]���1�'�_-' [�S�it�litiL Ifl Cl2wC�l1:1I111�#�[It.rll, rhiiCi��z�ilT]� 1�t�_ � ����L���1� �c=��v�v��.r.������r�:n���,r.i�r: � �i •�� � — � �Y: � .. �;�frl�,��Yy: 5�,��#ti� ,r 1.�1��.x„i r�d��re:��; �.D. ��'� �$ � Ci#}� � ��,���#+�� �kzE�: '�',�c. �Vifl�ttm .R��1�r�st�rG L�irecr4fr. TP��I� — �-T�,'�_�i�.�_,���,�,,,._-;:�:�:�i=.T.-st. �?'�ilfV C�i�ii�lal. ��,��. F'rc��i•rtr�� iV[��ia�ir. L-i'bl�' �c�i� ��r�� vr.n�? .� � ,_c���ai-i��c-r ; C'irti� �'ru�e�.� Nu. 1 ii I��_� �hdc�rii�fiu�i ! Pn�=E 3 s}f � CITY OF FORT WORTH Transportation and Public Works 2d18 BOND YEAR 3— C��TTRACT i City Project No. �O]453 ADDENDUM NO. 2 Unit T: Water Ymprovements Unit II: Sanitary Sewer Improvements Uni� IIL• Paving Improvements Unit IV: Haito�r► City Improvements Addendum No. 2: Issaed Wednesday, November 25, 2fl20 This Addendum, forms part of the Pians, Contract Documents & Specifcations %r the above referenced Project and modifies tlie origiila� Specifications and Contract Documents. Bidder shall acknowledge receipi of this addendum in the space provided below, in the proposal {SECTION 00 41 00) and acknow2edge receipt on the outer envefope of your bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The plans and speci�ication documerits for 2018 BOND YEAR 3— CONTRACT 7, City Project No. 101453 are hereby revised by Addezldurri No. 2 as follows: i. Specifcations Section 00 Oa 00 -- TABLE OF CONTENTS to be REPLACED in its entirety with the Attached revised Table of Contents. Changes to the original include: � Division 32 -- Exierior Irnprovements, add raw "32 01 29 Concrete Paving Repair i2/20/2012" � Division 32 — Exterior Improvements, add row "32 I1 29 Lirne Treated Base Courses 12/20/20 � 2" a Division 33 — Utilities, add row "33 12 50 Water Sa�npling Stations l 2/20/2012" 2. Speci�cations Sectivn 00 42 43 PROPOSAL FORM to be REPLACED in its entirety with the Attached revised Bid Pra�osal. 3. Construetion plar�s have been changed as foliowing: � Sheet �9: Sew�r Plan — Line "C"- Oakview Street has been revised. The manhole located at ST� 4+95.a0 added R1M ELEV — 535.4 Sheet 3'�: Paving Typical Sectioils Alternate Option B has been revised. The subgrade notes on Ellis Rd, Kin�s Hwy, Oakview 5treet, Seatnan Street, and Selma Street have been revised to read "PROPOSED 6" LIME STABILTZED SU6GRADE @ 40 LBSJSY PER SECTION 32 1 l 29". Sheet 69A: Details of Expansion Joint, Expansion Construction Joint (Between Exist and Prop Pavement) and Contraction Joint have been revised: o EXPANSION JOINT 32 I3 13-D513 - add size of dowel bar and the note l�as been re�ised to read "#6 x 24" SMOOTH DOWEL @ 12" O.C.". o EXPANSION CONSTRUCTION JOINT (BETWEEN EXIST AND PROP PAVEMENT) 32 13 13-D51�4 - the note for the dowel bar has been revised to read "#6 x 24" SMOOTH DOWEL @ 18" O.C. 1NT0 EXISTING PAVEMENT". o CONTRACTION JOINT 32 13 13-D515 - the note %r the dowel bar has beet� revised to read "#� x 20" SMOOTH DOWEL BARS @ 1$" O.C.". 2018 Bond YEAR 3— CONTRt1,C1' 7 City Project No. 101453 Adc3e��dum 2 Fage 1 of 2 o Sheei '�3: Details of PAVEMENT STEEL ItEINFORCING GENERAL LAYOUT 32 13 13- DS08 has been revised to be consistent with the clxanges made on Sheet 69A. The �zote for the dowel bar has been revised to read "#4 x 20" SMOOTH DOWEL BARS @ 18" O.C.". 4. PROJECT CLARIFICATIONS o Unit �, Item �0, "3�11.O1i� G" Flex Base" — This item is intended for restoration of the alley surface for the short run af sewer replacement going into the alIey on SHEET 30. A signed copy of Addendum No. 2 should 6e included in the sealed bid enveIop� at the time of bid subiri3ittal. Failure to acknowledge the receipt of Addendum No. 2 cotild cause the subject bidder fo be considered "NONRESPONSIVE," resulting in disqUalifcation. Addendum No. 2 RECEIPT ACKNOWLEDGEMENT: B�: _ �mp :5���� L� �- �a «.,�I Address: � � . �� 7� � 3'� `� City:s�r�,a,�„� State: �'� William Johnson Director, TPW ��.:.,. . -. �...,.«�.,....— ..:sr� � Mary Hanna, P.E. Program Manag�r, TPW 2018 Boi�d YEAR 3— CONTRAC�f 7 City Prajcct No. 101 �153 Adde�idum 2 Page 2 of 2 ����1��� of� �{������r���r��ri� '�-r��s:.�pur�:�titr�x sin�l 1'r�IrFi{� �'�urlcs .'.��12t E�{�I��� 1`C���� 3- C'C1�1��'�:1C"C 7 C:il}' �°�'��e�� I��r�. li].I.-�S3 A�.l�?l��ll?�1�+Y ��1. � ��ni# l: 1Na�c�• l��iy�i•averi�ents L`�tii 1J: �:�t�itar�� ��f►���e� Im�»{�r���:j�ter��� �!iiil If�: €'.i►��«�; �ir��rrt�rein��ts �?�#e[ l�: H:��lc��i �'i�►' �n��rc�vc'r���a�l� Aticic��ilu��� �lr�. 2; �s�ue�l �1'c�Jnesrl#�,y, i�'ovei��i��M'�5, 2U2i1 Ti��s A�dt',flEll111�. i43111�5 �};i��� csj`[��e F'�:uls. C�Flt��l:l UOG�llll�llt4 �� ��]�.t'�l�'i{;FIfIORS t4i' �'F.t� a��n�'k: I'2�FL��EkCE'� FSl�i7�ec� ��rl,r�crdit3cs rl�� t�.r�giiinl 5�ec�i�icaticr�7s :�nci �=ox�trac� Doc►�men�s. 13�cldee �Eial! flrJcna���ledge recei3�R t�f rJ�is s�i{ie���ir��GX �t� ll�e s�aa�.e �]E�c�v��[ed l�elo�w, i�� il7e �>e�at�cxsa] �SrCi[l�N �]U �1 ] 00} ai��3 aclkifr�x��le��;� ��ec�iE�i i,ir ilie lr1a�4!" �17Vk Iii�rC t?I �'411IJ' Iil[R, I�[�ilur� la, :��:k��s}���Irt��c rcuci��1 a��' Ilii� :-�ci�l�.��cinrrt �r��Ml�! ;�<<I��c:cl Ifwr �,icitic�' it� c�isc�t�u] i i 3�at ic,n. �!'i3� pi�n� antE s}�ecitE����ir�>> ��uum�nl� i4ar ��1] �]3(��Jf� 1`��11� 3 C'{}T�-11211�'-I- 7, C.it}� 1'3-�rj�c! Ncs, li}] r�53 �i�-e I14;k'�:�1� J'i:i'I�i'i{ I1�' ?Islsi�l�c{�irll hlix, ?�� 1�r.,1lrrWti' I. �p�cili�.;��it}n� ���:li;��� lill llll I�tl -'I-hF�l,l+: (lE� �'�.�'�`I'�!;�l'�'� I�r I�� ��.��:Y�.�r1C'1�+��1 in iF� �nlireiy �ri�h [li� A�t�c1��5<I t�e��isexl T�ble e�t' Coi�teit�s. C'f��u��es to Il�e crri�inal iiyclucl�: � l�i�+i�i�}r� .�3:,' - f�,x�vrie�i� im�ars�'t��:a�����1�, ����iC G-c�w "-�'? {M� ;.'{1 [-',�a�t�:rc�te I':�viaa� kc��:fii I `.?i20!"�fil�'. + L�9l+�SiQfl �? -�xter�or Im�rm�feRncnts, add re��� "�� II �.5� f�ime -I�re�sec! Fi�se t't�i�rses I �!�[��?i.E I'�'' • ���vis�a3i 3� - Lf[iCitRe�, t��kf ro��� "_�� �? 5�M V�J��kz�r' S��n�aliri�; ti��iiicrrf� 1.•'.l'?�!?fil:'� ?, S�ccilic��ifi�rn� �ccli�Mn {II� �!? �3 Pf�(}�(7��iL F'�f}12�Z Ei� ��c ftFP��AC'[+�D i« i�� ��tiij•c[.�' x3'�[]t ���e �.#t.«��ccl �'cvise{� iiicl I"i•�MEsckw�i�. 3. �_'�n�:�s�'trt��a,rr� ��I:,eM� hs�3�tx Fx4xen rlr.�«�;c�i ��� fo�l�3vin�: • �hee# ��+: tie�}�er 1'ltMit I..i��c "��"- [?�rk��iew Slr��1 It�� 1r�cir rcvi�ccE, T�h� 1Tr.ur��4��e Ccsc�lc:d ��t �T� ��-���,{l�a �dderE ���? �if.�:�,�r - w3�.�� • F�l�e�l �7: �E't�aii��: ���13Rca7f �rt:tit.��fw ACter�r�tt f��.�li�srk R I��� I�et�r� r�viwt;ri. T�Gc �iil>�;iade ut3tcs �iG �]li�; I�rE. l�i>>�,� ��l�v+;. l�t�f���i��w `�l�re�t. 5er�nia�n ��r�t�t, �i�ir.� ��lan:i �ir�el Iw�tx�r been rcvf���i I+t re�t;i '�1'l�c�[°�_��.Ei� �i" I..l�u.1�: �'1'r1�#lI..l�fil� �l�1ic;l�Af����, ta; fa(� i,�3S,��1` I'r�� S�C'TI��� .�2 I l t}�"_ # �IllFk'I �i4A: C?e#�ai�� �;i�.�:��}�ils�oi� .I�aint, �xpa��s�c;e� C'csr�sir��t�,li4��a ,kriaai (�}�c}�w�:�:n E�i�s� �7nc� 11r��p E'a���i������} ynti �'s}rii�ra��[ic,�� ,Icriiii ��yv�; lt�:�iw rrvi��:��; �� rXPr��TSi��N �(��I�1T 3� 13 13-L]513 - rtc3c! slr+� csT cG�t�+�.l L�11�� ��n�l tds� n4ss� 1];as be��, r�.visec� <<� r��,:! "#�i �. �•4" ;E��C�-I-H i���V►Ff�a. (r�l 1�" ��,�'.", n� r1�.,��'Ahl�.[C��; C:'����ti"1'lt€J�''!'�(_�� .I(�i�"'i' (E3F'I'4Vf?f';� l::f'ci��l' r��l.? Y���]F' Y���'I�,MF.N`l'1 3� I:i 1�-T�� i�� -�]re nt�tc la�3� ��i� c1o�v�l E�ar F�as be�3� rev�secC tu r�ad "II€r x 2<f" tihrfi�k(���'I-f�i flL�U1�L� (r�� lt�" C�.[=_ 1N�J'{] L�Ci��!-Ir�is �'�iVi:?lv1f=�J�T", c�'s �:�'i'itrlf�'-i�'I�)]�i ,i(7T�T"f` 32 E� I�-��� 1�- tl��. ilnia F�rr t��e dn�ve! bar l��s ��eei� re�ised ta r�rtd'`±�+:I x�i}" S[vf[)(��i7 � I]�}W��E� �i�l�4 �c� tS" (�,C,". 7{]IA fini�d YE�fi 3—{..'C]bF�"l�At`F 7 {'�Cy Fr�jec{ �{r, ffM��15� rlcld�utlurri � 1'a�e ] a� k � Shr��l 73: i.i�r�ril� n1' I'!'lV��,;4�1�'.Ni' ��E�F{.�.�I It�:.l]�Jl�fi1�RC��Ci s�����.€��1J. 1_�1Y�1LTT 32 li l3- �)S���S I��� [�ee�� r�vis�d t�.s be ��,4ri��i.�rcii� titi���li �he chau�,���s �«SRiE�> 4�ii Sl�ee� 6�)fl, -i'I�e �y�}Ic: I'c�i� 11�ie dn�ue� bt�� I�f�� lr�:ii ��uv���il �n r�od "1��� s: �f�" �IV����ITH l�C)1�4fFL I��lI�S �r�? i�i" �}_C'.�'_ ��. i'T��_1,IN�',C"�' C'C.�12�I�'L['A'I'ICI�l� a �:�jr ?, �t��iii Z�}, "�� I 1.�31 � Z b" �I!*l �.9SC's —�I I1 iS l�illl Iti MIliCI�C�L'4'� CL�f C'�:St4lf��l icf�� ,x� 11 �e �Jle}r s�irtttc�4� ��„� 1�17e s���3i't ru�� crf sewc� rcE,3.��;eaiic�Mk F�{}iot�, iiitt� Il�c ul��x� �,RM ���.F� F`f' 3f1. ,�1 ;i�,i��{i ��rrt}� tf�lcicl�aic��mti �,��, 2�I�i+uld la� iii�;l��cl�,�.! iii 11i�� wtalccC I.�ici errvelop� ra� �li� �i�ipc s,f I�id ���b�yittsl. F'�ti3ure�#o a�lc�ic}xvlc,dg� Cl�e receiE�t �?i'�l�lcicFtc,i��nt 1�sa, �? cr�uld �.�rEtse 11ie ���I�je�:l �wir3��r� It� I.t�. 4s�nsi�ier��! ,.f�lC]�f��LSI'[��lSLVF:." r�:st�liar��� ��� tiisqu�,iiiicalion. 1�[�i��lt{jllT��l l�l�k_ � T�.LiC`l�l�''l� AC'.�.1JC1W�_�:1:)C���ili1�`�f: � E3y: — — — ��� � r �'t71�1j]a1�����Cx��41.€ � �it�....1 ��'tll i:€t71.�[�t.ti�ss�n Il�r�cic���, I7'V�T ' � . ._. . — - ..... _ ��r. : ��., „ , . � ,,, , _ �. �. �a�� �t.M�m:G, l.'.I�. Prs��rt���� Ma��ace.�•, Tl'��' �c€c�a-e��: _� � . '��� �� �'� � c��t� n��-f���� �E�te; �� �Dilt FSurid 1'ErIR ,h —i C]�J�AI:'i' 7 S'ily Prajn�i Nn, I�+]�IS ti �4ddr�ulia�n :� Pag� � iFr � CITY OF FORT WORTH Transportation and Public Works �018 BOND YEAR 3-- CONTRACT i Cily Praject No. 1014�3 ADDENDUM NO. 3 Unit I: Water Improvements Unit II: Sanitary Sewer Impro�ements Unit III: Paving Ymprovements Unit IV: Haltom City �mprovements Addendum No. 3: Issued Wednesday, December 1, �D�O `I'his Addendurrz, forms part oFthe Plans, Contract Documents & Specifications for the above referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space pro�ided below, in the proposal (SECTION 00 41 00) and acknowledge r�ceapt on the o�ater envelope of your bid. Failure to acknowledge rece�pt of this addendum could subject the bidder to disqualification. The plans and speci#ication documents for 2018 BOND YEAR 3-- C4NTRACT '�, City Project No. 141453 are here6y revised by Addendum No. 3 as follows: 1. Construction plans have been changed as following: o Sheet 13: "Construction Details — Water" has been revised. a Geotextile fabric is now shown only at the top of the pipe embedment {when groundwater is present) to separate the backfill as is required for small diarneter (l2" a�d under} pipe. o Detail 3 for Pennanent Asphalt Pavement Repair has been revised ta change the callout for 8" CEMENT STABILIZED BASE AS PER SEC 00 32 13 io 8" CONCRETE BASE MATER[AL PER SEC 03 34 16 o Shee# 31: "Constructioii Details — Sewer" has been re�ised. o Geotextile fabric is now shown onIy at ihe top ofthe pipe embecEment to separate tl�e backfill as is required for srnall diameter (12" and �nder) pipe. o Detail 3 for Fermanent Asphalt Pauement Repair has been revised to change the callou# for S" CEMENT STABILIZED BAS� AS PER SEC 00 32 13 to 8" CONCRETE BASE MATERIAL PER SEC 03 34 16 A signed copy of Addendum No. 3 shauld be included in the sealed bid envelope at the time of bid submittal. Failure to acknowledge the receipt of Addendum No. 3 could cause the subject bidder to be cansiciered "NONRESPONSIVE," resulting in disqualification. 2p l8 Band YEAR 3— COI+tTKACT 7 Cit�� Project No. 161453 Addendum 3 Pag� 1 of 2 Addendum No. 3 RECEIPT ACKNO : �q'��«.� � W/� �s.1,n! Address: � d. �4y9 �q�"�� City: s��, I W�4.� State: � Wi]Iiam Johnsan Director, TPW ���; . .ar: �iaria� „ e. F� 2�ll�i 1R�{i4 CST`. Mary Hanna, P.E. Pragrain Manager, TPW 2018 Boiid YrAR 3—CONTltAC'I' 7 City Pmject No. 101453 Addendum .i Page 2 of 2 ssea N ast�z x � � � �g � d � � g � E�s � � � m ���� � � 6 ���� � $ � � � ���� '�a�� � �a m �� �a�� 3 � � � �g e a � �� � � : � �; : -: >. . � 1` w' j .� :::::::::::::: 2.� �.. . . �� �� ��$ �a : ��� t � �� g �� � � �� �N ����� � �������� �g Q � ������ � ������ ������ �a���� � � g� � � ��� ���5��� �aA � ��;��� �����i � PQ 68 � � aa�6 a � � !�� � ��� ��� ��� ��� i ,: � � ��� �� �g � � -� LL ����Y > � R= i 68� ��� aa�6 ;h s ':=�'a�y � %��'����� �,,; ��. � - ...!���`4 L 1�'dZIlNO� - 6 iIb3A ON08 8 LOZ m N� � r �xo � � � � °� U F � x � � � � �� � � N ���� y � �7 p �o n F a �d U � � ���� � � �'z 4LL " � �� � � Q �Q � o� �' z m oo�� �3 0� �`n a�� a 4 v�i i Z V� � z � � @ I! � � q Z � �. ��1:� � d !�i U � � � g n�i� ° z z o o N a 4N�g pI� � " U � � �kZ Illil � ��4�P��PPpP�DPPPCPDPPPF U P P O P L O � P P P � J F D P P o o P U P F �°ope°o°n°c��°>°opo�spo opop oopnpopnpPpopopn°n a°e'PPo°e�a°a°osa°o°o°o C P P P P P C P G P D G � P � C P C 4 P � o 0 0 0 0 0 � P o o P F P a c P o o a o n P r c o 0 o epo n P o� e r opep a�o°P°oPe°9�� ePePo o_ _ _ n_ o. o. �_ o°o�P_ o_ e �� 9 ��� r H��� I� ���� g�� � � sa� � �� � �� �� � o��� � �� �� � � ����� �� � �� g •a� � �� ������ �� �� �g � ��� b ��� ��� � �°� SJR� 0 ESli-}l 8849Z-X . � m � g � �� � � €��� � $ � ;� � m ���� �E � �� � o � ��� �� � � 6 � ��z� "a � - � g � �� ���� � �} € &_ �� � � ��mk �s s�� ,��o � m��� � � � ��8 ���5 ��� �d��� ���� � �`5 b���$ � Q a ���� �- ���� ���g ���$ �:,�� ��s ��b��� ���a � � '�ti ������Wb� �€�ro ;:;�;ei�; � ,�} ;�; a;�� , '��'�;�j��=,��. �� �� ; �� ����� ��� �����€ � � ���� ��� ������ �g ������ a ����� Ra���� L l�NNiNO3 - E W3A ON08 86QZ �� � �a � �� � Z u � � � ,� � � � c� � o �a � ���� � N��� � n' �a U �� ` m $� ° z �� � o� �� � �� � o o �� � �y ��� u � �� �� � „��, ,� a � u~i z � � m �q�+ � o �O m � �z �� 4�� �� z � o o � a �� III� [ � � U W x � Iliu: ~ � � - - - - ����� :; De;e� o e �� ��°����°°�p°�� � �s?a= �g� �a�s a� � ! s �y �� ��"- � Q�� g �� ���� � ����� e �� �� �€ �y . a N0.���� �� i �'� ! g� ������� � f � � � _ _� ::: :...: � I �g ���� b � , ��� � �:����:�:�:�: �4���� � �c ��� :���:�:�.� a � �����������_��—�� � : ' •.•.•.• • o �� � �� ��� — a�''���'�'�_���_��' �� � g��s �'�� ��.� �[ S a ���s b � u R �j� €�� a� ��� � � �� � ���� � ������ ��� ���� }g����� g sB � k �a�� � � S � �� �� �� �����g�� �������� ��� �� �� ��� ����� ��� ��� ����r�� �r�� i���ii���� ��FOI�Ti�f "�'i'3�u��u��'t:s�itFt� :���cl E't��lic 1�VrMr�Es �{Ml$ 1�f1Nf] 1��+:r1Ti 3 -- �'<�fti'I'I�rt{��� 7 i.'i�V L'r�,j4��:t •'4[F, lfF1�;� t�f�f11?NTI��I�� I��], 3 ��oii I: 1��':�rer i����rr��►��c�r�c��t� [JM�it I�: �:�rkkt:ili' �c;}����- lrr���i'�ti�e����{s�t� EJni! lll: PF4��i�M��Fni�i�nti�c��c�y�s �Jni# i1': Hr��i����n C'i13� I�r�l�r{�;•ei#�€Siit� r��l�lr�i�ju��� s�1��.3: �ssuc�J b��cJrirs�is�}�, l�eccm���s�� f, �112ii T3ii:� Asi3�ea�ri►�r�t, [��r���s �rmi of!>>� f!I��e�-. �'c?nir�G4� �]r��,���n4�i��s� ��iec�ii���ti:>i�; t'o�� #���flhi}uc; r�1`e�'i:sG�:cd I'r{�je�l anr� i��o�i�es il�x. rsri�aiuil ����ci�icr�;ic�r�s ��i� �nn�ra�� l�n�:nni�}n2�. 13ie�cler slinll a�k:��t�����€��,� a��e��+� �f`tfxf� �k�1�f�rM�!«ir� iie ilre s}+�ce ��ravir]ed below, ii� �Fi� �ra�R�c,sz�] (�i=��.']'IO�f [��) � I UU}:�ot;i .��l�z7��4�1c;{�}?� f'�C�6�}l �!7 t�lt, ovltr trs��k;�r�;�� ��I�,y'{��11" 171L�_ FatE41�'C ti? r2��fi3��V�2{��� i��Cii��i �I��IG1� �u�{'.�;{lt�<<G L4JLC1� SiIL7f�C� �Ii� ��eLIL��J� �Sl ;l�w{�aE�i ific«[ion- 1�17e ��1�«sat�d s�}ciFic;ari�r>> t�{�c�n�tT�tn ii�E�s{ll#i 8�,���1 Y�r�R 3�-C:1�-1-i�A�"i"�. L.`it}� i'ro.�ec� ���. I�id�3.�rr Iterebp� «vi�:�l bv lldr�e��t�iuti� M1Jn. _i a� ��l�akvs; 'k, �'����s�j•uctt��u ��I��iiu ��:s�°e Ir�esi cl}��r�����1 :�� �ullutir��ng: i Slt�:cl 13: "C;cSnwlG��tc�it�a�� [�c[�,31�— 1�,��lcr`. 1��� ��e�r iew'ix�{l, � �'ie��e�€iile f��l3ei4; ]� >>t���� �I�cr����� �,r�1}' r�1 ��7t I�r�� �i�rl�e �+�J�4 �mt��-�l���cr�i ��k��E�e� ����f���7tiu��t�,� i� presen�,) lc� �c�}:n-:ir� [3�� k,:�cic#��� as is rL�lnir�<f tar sm�ll rfia�ii��cr ( i�" ��3�ri ��s�le�l t}��,e, „ l��.tfl�l 3 ftxr E'�rnGutte��� 11wF,l�:�li �'a��ei��e,yi I�cpt��r ]��aa �e,�n reviw�cl �a, �.I�iai��c �Itc ��ti]o�a� I�or �" C;Ef�f1=�'f �+`l'f113k1,Cl�f�f} �3?l�� �5 I'F,R �F,[' f��] 31. 1���+ 8" C,C�i�fCR.L-.T� I�I�S�; f����'i'L�rtI�C._ I'�€� 5�C {1� 3fl I rf . �I�e�� 3i: "�'�r�strucrion I )�t��ils — ti� ��ei'" It;�s k�ee� ����ised, ,��c°t���r:illu Gtl��i�. �s r�uw �i3r��4�ii �s��f�' u1 �It�; lc��� irf ���c pipU �Cl'1L���llll",Il� k{J ��.�a�r�ire ��fe 1r,,ck1 a11 �i� i� rcr�uirtid i�}r �Gnr�al �13«ns��1�;i' ��'" i:i�il ut��eo��F ��i�,ty, �� i:]�tilll ;�i�11� F�L'3'Ffl:lfl4',:3t. ASl}IlE1�[ I������ri�fk� ��C3�fiir I�us Ircei� re�'ES�II ISf �'11lk11�;L' 1I'I� GyIIl1�k� I;:F�' $" i;'k:hrf.�:[�`E- S��ASi�l�1���� I�r141= A� I'1=1: ���. O(1 i� I� Rn 4`' I'r.�NC'��I� 1�1=: 13}1�� hrtf�'fCftillf_ PLI�.ti��.C' 4�� 3� 16 A 51�I1C^L� �,4]flY C!� f�f�[E4'ikCiEilil �i�, � Sil�il�Cl h� 111Ci11S1t�ci �n �li� �;�a��.rJ �+f�i c�n��e��,��� ��i Ili� I�in� csi-1�i�1 �uLrir7ii��l, faie!�re r,a ,«It�oc��Vl+,x�E�,� 11rc rrr,ei�s1 o1�A[id{s�scl,i��G N�. 3 r.t��ilc� c���se H7� sn�ja�� Itic�{l�r Ic, I�c c'ir>>SEi�Ck'�� :.1�1C7�I1�Sf'[1N�lVf.i.,. r�s�l�in� in �1is[���:�li#ic�ttitxn_ ?�EI x 8ns�c1 Yk��� 3— C:U?v'i'FkriC.'�"1 S'�ty #�rn;KCL �1�r IIl1�4S3 r�J�4rsdl�tla� � !'agC I �f�2 Adt�en�u��i I�Jc�. 3 RL.['�.IF-E-1��'1�1�(-�1�LF���Tf�1I=i�-�-= :�, . }� Iiy: ���_ �{��i����r�}r; ���i�-� �— , r��t�de�s: �.0. �vyd �i���� Ct«: � #�� Ir���}� �[��te: TJ� .. Ulfi]li:tnY Jcrl�E3�c��Y I�i��e;:R��r. 'I�'l�'V4' -.fiy: .'��� ��,f:. �f,sa�}� €Ey��a�.�, l�,�,. 3'r���zuz� I�1�EE�n��r. 'fT'1�l' ?u181i�nil 5`��Ait �—{;2'�NT3t,�l'.'T fi C'li}'I�n��c�i�r� lii�•13+ r�ilrL n�lluh � �f�:�k: ? rr� ? a�rr.�x r�wa v r � w � � � np p '� s��a � � � � ��x.. : y d � � � * ���� f � �u �� �-'��� F��� '�d �r'��'�l� k'�� b�:,; r, �_�;�#.�, � Q n �h=.- _ {�=_'�:;.._.=. �, ,'+yl+�� !i i`�kyy_� I, J � 15��� � x ����y�.��'i ���.. E i �� ���4"c�:��'�.i -,r� � �a;.�=�— � �FE Q =� i ���y� �, a,_�H i'� i�� I.�� r_ µ �� +� �:w4��,�. ? �?� � � ��= s -��i � i�`. ° . K.,B - ��' '�i��J� -3 1 J,�v2�l,ruc�� ~ E tivv�,4 n�o� eG or. rS�Gry � R �� L� n. II' �4 � ;; { ❑ y � � .. �r � e � � � — � � ^� � a� F � � � � L } } S �1 m�� c�r ia ���� � ��+ ¢�i �� � �} , ��4 � T- rc� � u`, �;� �; � . � � �a; � •.� � �� 4 , � fl � — :' ��� `' °C � � � � �_ �� � Ikii a �y �� � �i � a +�A � {'� � �i {4 � �' � � � � �,�t � �- � � = r ����'I II� � � �� � � ii���; � � , �� � ��� �� .�� ��� `�� �,� �4 �� L . � �� � �� = p� �I�4� � ��� E� �_��;.���:� I�( `'� . : ���k . �,� ;�.i-� ; ~�}i;��i� ]� ; ku � �� �r � � ��a �� �� ����� �� �n ���� v0� � j�����5� aF _'�:�`�� +r ' i �Y� � ������ �����H a���e'� � t �� � � .Jr ��r ��� +���{-�� Y_'� �� �i����f ���,�Z�� r�_�--- k+_ p��3 �G �;� �S a . �w 1:01 -�p��� ���� a Ii�J � rp�� i � o' � na�6 ' _�� �_.� .. �- ; _—,�,�„��������_���_���_ . I �'�}�'a'l�y'aFOF• �F�• I �hF °14FF� iF� � �4k•a} hh�i' �ikh• �FtF �': J •FF' FF. .F�' `r` � ! ��k4` ���� •�a��°�°s % .. y� + f� ! 'S . o- 'FrY r': . u . i1 •�� .s° o ±'�u� r�4``' '� FRs r;F� oF-frr� � I. . •f�� �`�}'h� �k�. I FhF�'rFF'-���FFFFi�F- F� 4 k4FFp�FFF� FiFk��tsF}+ �i�I �1— I �:.�JI I il�il=i 5 5 ri a ��i�e ���� 3��� �.�#� .g�� .�w--u w�-- w w ��� .-_{�. L-ii -'I�li-li_I vrxy �U:�o���� U�0 J:� ��J n�.3r��: u n u nnot _,nr.uuuououuocoaooi o��s�o��.acan000nao,� onooaa;�nn�oocauo6� Ul'3C�� 4 G`{l 4ll U U 4�br]r]00 0 o u o�Ob;ana[sr� p t� ��.} � 9c�]M^��OOOO:��coc�acc � n e se���.5000acn n � � uaa ouuna��oocon;,t:no=o�} �l�rOv ]4F�. vl'Li04O'J„-4 � f_ I]'] L54'�i� 6_1']9fif,i}i-i5 f},i ` �+]C.4C04}UO�UC4yS�45;5y,{ir-{ �� i3.� �� ��c�es Yv=7�_,o a u oaa srx{sr�Js onpnoaa.:v ti�� =� `T�m°�ss�-;���'�� �?'��'�'�� a � � � � �as � f � �� � p� � ?� �s � '1} .. ,; a� � _��k�� � �f 'rt.l,' y*' � ��g I-. '�'-"'� ��I`.::Ll:� r , • r��rr� ' � k � � � � .�" �Ll� .� �. ¢. . . a �_ '�: : ¢�rJ,��-= �.�.i� �' ;�a � � ��':�. w.,. r' �, �5�r.'��=� -s�'ti� :. � 'ss� � - �`t �� �'.. . �' ��;� ' 'r�.-,�4x ��; �� � '�� :.� �, e.*� - �- � �I�'c'� , �L�£k� i �ii. ��� �� s����_�_ �.� - ,�i:_Y�';��'+ � i ---�--�� .. .��,,,I�� . `��1�� � s��� �V�--�b� �;.; ' �� flr.€�1 ` � a ��9 �� �k� � ,� � �dF ��� ��p�- 4�� � IFi �� ` � �� _ r#� I �� � ��� i� ��� � F� �@ � � �d � �� :�'�' *� � I� � � �� �� t� �� � �� X� �� : � �. y� a:r =� �� f�J:�t� 1�t � ! f�r, q3i ryi �15�e�� il.;`�S4k �� '��,��p� .�:�. � M1 , +`"�;; s; �`� ��f �. - �"1 �k� � f]0.E � ]h 4 iu„ � �a � !1 � �,'- = � !��� � # � ��: � �� Ix � { � �� 4 � ���{C - � �t' 3 ' ; a�{_�� .� ��� ��Jil f.� ��� ��-�^ �� ��i �q�E'� �� i "-�� ��� �� e a k- 1� � r. hJ �� E ��I +�*�s „ .r.s ���» � � r i-�:�. �„ SF :. + s�yY i�� $5''� �= t - a .,a � t �i�� r}, � .� . __ �,� ^ �� 1,. 4j � t�L�.�� � �'I�� s r ;�:iti � ��q6..- 4.� . . .. .. ��,���4 �k�4� ��' r�'�4'� ;. .._ . � I,�I �tx ;;� ''s�:�, __ �;='r . �-���� . � , . �,f,�f� , %;'��;; � ._._ r_ ..__-�... 'i':~�.;-:.—..-- ; --- -��" k c`�,.! —� '� $�: ; ��_ �i- �h� � G�: � �� � �F �s �� s�r ��t,; �,, t'�4 _ I 7 f :. I` :I-:--'-::T. ... _ � ..:.�. ` � �.F'F�,�tiI�. ��j r`.s�� ... ��7 . . � � �;��, "� ,:�� ;�;:::� .:.:.:::::....:. : *'��, _ � �� ,7f0.°��'�`'`�.' :_.� :}�' XI�hJ i�'�' -� ��J 1 :�- � e� G!w � — ;'�— � '��" 41 ,'--�: � 1 Al..; � , �- �1_. �II- _""� ��; :};:� �:� . J� j .+�'�'. Y� r'��' � 1� � � �#= i4� 4�: ` � F •� �?K� �� �� � ����� ��� ��� �������� ��;f;: ��-" P���F ,I'�", _�� ������ r 14J . ��' ti� ��Ep�� ; ea 1� � �y���'I ��� Aa��pc 4 � �� Y� S�: 3'�P�� _� � ���: � � �n,'j� ..� �S �!�" y � ��� ] ��I-S le���� ,'F�■ �h 4iIR�c u �* �1� � ��� F'y�s� T g��� .'i' � I ��+c , L � ��'�I� 6ir�4�� �k'I `�� x��i ��:L� '�p�a �I �:Y �-I � � L� '2 �ie a [io�� .1hq � i��Y`F!�',��"1�' . 5��� !I�r�x �� 4 � �� ii � 5 �. . �;r !tii Y � i � ��� } �, f�� xF��� e �'+ s��i _� ��� �„r aF �5x �3 � a ���� ,.� � —�1? � � � � � �3 �' �`�'��.'''li � ��l� -��. o�, �.: :fi ��� � �::-_'-';''�:-'=-1��.: � d'TPIti3i�'=lr-i-:�s' . 1°yg M � �G� ���� j_F ri � �.� ��� = ` � ��� �d�� �a; � �5, j' $�� ; � qE �=dn�� �� � �(��' °�� a�€1 _ ����e�:-}�� �`r — ,.1. �• }f�, � ! � ___ _ �; __ _ I r�.. �' ��I` ,�y+ — _.'� . "� �;r};-� ���� � ] : I — . � N_ f " �� i',` 'ti ,.. ����� -x�.� ��Y- �:5�`�'l �'.-� - � `� �:y' � . � Y.���;k� � "'S'.S'�'.�:��'._,.---�:..,��7 �•�• I . } ' _ — f � _~ �� �3 -- -. �_� �`i �� 1 r p�ll � X �� s�=?. 1 �aVt�liao:r - � tl+r�J, CEno� �40.. �i � 47 � �' � i � � k l� r � ., x `�: � '� __ � � � y[ � ti ��k J � �; � � ��� � £ � b � � � � r5 J �' � R �i � ] � . � `� L� � i� LL-r t r.`• ` _ �� � � � �S$ �' I'S�— �F F� � � � 4"�' w � '; iM �' I� � z� � � � s ' �',I:� r L � � ao- �`�. }�i Jqlj' � — � � * , �'�� ���IG` r`�. � � � `;.�' _ ,� i �- � �b� �J� � ��w �� � � �-�'�� -� �� �� [� � -+F � ���� i k {k.�'"'a � �'� .b ` � .3 ���y'��+ : 7y�i �` d I yp�} g�� �I n�y �4nR� 6� ��j' �' an� �r. 4 QO 1 i 13 INVITATION TO BIDDERS Page 1 of 3 �ECTION QO lI 13 INViTATION TO BIDDERS RECEIPT OF BID� Due to the COVID 19 Emergency declared by the City of Fart Worth and �ntil the emergency decIaration, as amended, is rescinded, sealed bids for the construction of 201$ Bond Year 3, Contt-act 7, City Project No. 10 � 453 ("Project") will be received by the City of Fort Worth Purchasing Off'ice until I:3{) �'.M. C�"�, "!'���rss�ay�, f�ece.�l�et- 3r`{, �(1�0 as I��a.rth�;r c�esc�-.iE�ed [�efc����: City of Fort Worth P�archasing Division 200 Texas 5#reet Fort Worth, Texas 76102 Bids will be accepted by: I. US Mail at the address above, 2. By courier, FedEx or hand delivery from 8:30-130 on T�e�rsdays on�y at the South End Lobby of City Hall locaied at 200 Texas Street, Fort Worth, Texas 76102. A Purchasing Department staff person will be available to accept #11e bid and provide a time stamped receipt; or 3. I�the bidder desires to submit the bid on a day or trtme other than tl�e desig�ated Thursday, the bidder must contact the Purchasing Department during normal working hours at $17-392-24G2 to rzaake an appointment to rr�eet a Purc�aasing Departnrient ernployee at the South End Lobby of City Hall loca#ed at 200 Texas Street, Fort Worth, Texas 761 �2, where the bid(s) will b� received and tirr�e/date stamped as above. Bids will be opened pul�licly and read a�oud at 2:00 PM CST in the City Council Chambers and broadcast through live sirear�a and C�W public television which can be accessed at http:llfortworthtexas.govlf�vtvl. The general public will notbe allowed in the City Councii Chambers. In addition, in lieu of delivering completed MB� forms for the project to the Purchasing Ofiice, bidders shall e-tr�ail the completed MBE forms to the City Project Manager no later than 2:00 p.m. on the second City business day aftet- the bid opcning date, exclusive of the bid opening date. GENERAL DESCR�PT�ON OF WORK The major work will consist of the (approximate} following: The reptacement ofwa#er and/or sanitary sewer mains and pavir�g improvements on the folIowzng streets. Ellis Road from Muse Street to Sandy Lane Kings Hwy fro� Fai�a Street to Wheeler Street Oakview Street from Marsa�is Street to Airport Freeway Seaman ,Sireet from E. Belknap Sireei to Cla�-y Avenue Selma Street fi•om B�•ittain �treet to N. Beach St�•eet Major work item include: 19,410 SY asphatt pavement (A�ternate A) 10,601 LF concrete curb and gutter (Alternate A) CITY OF FpR'F WpRTH STANbA.Rb CONSTRilCTION SPECIFICATIOiV UOCUMENT Temporarily Itevised April 6, 2020 due to COViD19 Emergency 2p1813ond Year 3, Corrdracf 7 City Pro�ect ido. IOI453 04 11 13 I�]VITATION TO B[DI}EK5 Page 2 of 3 Or 21,689 SY concrete pavernent (Aliet-aaate B) And 3214 LF 6" to 12" water pipe 2520 L� 8" to 18" sevver pipe PREQUAL�FTCATYON The improvements zncluded in this project must be pe�-fo�-med by a contractor who is pre- qualified by the City at the time of bid opening. The procedures for qeaalification and �re- qualificatior� are outlined in the Section 00 21 13 — IN,STRUCTIONS TO B7DDERS. DOCUMENT EXANiINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined ar obtained on-line by visiting the City of Fot-t Worth's Purchasing Divisian website at Itt :il��wv�.f��•t4��ortl��e�a.s:#�c�v/�u�-_c_h��[�/ and clicking on the link to the advertised project %lders on the City's e�ectronic document management and collaboi-ation sysiem site. The Contract Docurnents may be downloaded, viewed, and printed by interested cont�actors and/or suppliers. Copies of the Bidding and Cantract Documents may be purchased frona: Lina T Ramey & Associates, Inc 3320 Beli Line Rd Farmers Branch, TX 75234 (214)979-i144 Attn.: Howard Gibbs, PE, CFM Email: hgibbs@ltraengitieers.com The cost of Bidding and Cont�•act Documents is: Set of Bidding and Contract Documents with full size drawings: $100 Set af Bidding and Contract Documents with half size (if available) d�•awings: $6� PREBID CONFERENCE A prebid conference may be held as discussed in 5ection 00 2 i 13 - INSTRUCTIONS TO BIDDERS ai the following date, and time via a r�veb conferencing application: DATE: r��onda�l. IVo�>ember I�rr' Z�J20 TYME: �: (1CJAli� If a prebid conference will be held online via a web conferencing application, invitations will be distributed directly to those who have submitted Expt�essions of Intef•est in the p�•oject to the City Project Manager and/or the Design Engineer. The presentation given at the prebid conference and any questions ar�d answers provided at the prebid canfere�ce will be issued as an Addenc�um to Ehe call for bids. If a prebid cpnference is not being held, prospective bidders can e-mail questions ar co�nments in accordance with Section 6 of the Inst�-uctions to Bidders referenced above to the project manager(s} at the e-tnai� addz-esses listed below. Emailed questior�s vvill suf�ce as "questions in writing" and the requirement to %rmal�y maiI yues#ions is suspended. If necessary, Addenda will be issued pursua�ai to ihe Tnstruetions ta Bidders. CITY'S RYGHT TO ACCEPT OR REJECT SIDS City resetves the right to waive irt•egularities and to accept or reject bids. CITY OF FORT WORTH 2O1813ond Year 3, Contract 7 5'fANDARD CONSTRi1CTI0id SPECiFICATION DOCU�+r1ENT City Project No. 101453 Temporar�[y Revised April 6, 2020 �lue to COVIDI9 Emergency 00 11 13 1NVl'1'A'1'ION i'O S1llIJL'RS Page 3 of 3 AW�R� City will award a contract to the Bidder presenting the lowest price, qualifications ar�d competencies considered. INQUI[tiES All inquiries relative to this pracureraaent should be addressed to the fallowing: Attn: Greg Robbins, PE, PMP, City of Fart Worth Email: Gregory.Robbins@fortwortlatexas.gav Phone: 817-392-2333 AND/OR Attn: Howard Gibbs, PE, Ck'M, Lina T Ramey & Associates, Inc, Email: hgibbs@ltraengineers.com Phone: 217-979-1144 EXPRESSTON OF INTERSEST Ta ensure bidders are kept up to daie of any new inforrnation pertinent to this projeci o�• the COVIDI9 emergency declaration, as amended, as it may relate to this project, bidders are requ�sted to e�nail Expressions of Interest in this proc�re�eni ta tl�e City Project Manager and the Design Enginee�•. The email should include the bidder's company name, contact person, that individuals email address and phone number. All Addenda will be distributed directly to those who k�ave expressed an interest in the procurement and will also be posted in the City of Fqrt Worth's purchasing website at l��tp:;/fo�•t�vo�•tl�texas.gov;`purchasingi PLAN HOLDERS To ens�re yoU are kept up to date of any new informatior� pertinent io this project such as when an addenda is issued, downlpad the Plan Holder Registration form to your computer, complete and email it to the City Project Manager or the Design Engineer. The City Project Manager and design Engineer are responsibie to upload the Plans Holder Regisiration farm to the Plan Holders folder in BiM360. Mail your completed Plan Holder Registration form to tlaose listed in INQUIRIES above. ADVERTISEMENT DATES C�ctnher �5�`�', �112D �'or�er�al�c�r� 4c�: �02D I �i►1 T�] 01Cy �[iJl ll [i7►1 CI fY OF PORT WORTH 2O18 Bond Year 3, Contract 7 STANDARD CO%ISTRUCTiON SPECIFICATIDN BDCUMENT City Project No. 101453 Temporarily Revised April 6, 202U due to COVIL]19 Emergency 0o z� i� INSTRUC I'IONS TO B7DDERS Page 1 of i 0 SECTION 00 21 i3 INSTRUCTTONS TO BIDDERS 1. De�ned Terxns 1.1. Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 00 - GENERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated 6elow which are applicable to both Yhe singular and plural thereof. 1.2.1. Bidder: Any person, firm, partnership, company, associatian, or corporation acting directiy through a duly authorized representative, submitting a bid for perfanning t}�e work cantem.plated unde�' the Cont�act Documents. 1.2.2. Nonresident Bidder: Any person, fi�m, partnership, campany, associaiion, or carporation acting directly through a cluly authorized representative, submitting a bid for performing the work contemplated under fihe Coniract Documents whose principal place of business is not in the State of Texas. 1.23. Successful Bidder: The lowest responsible and responsive Bidder to whom City (an the basis of City's eva�uation as hereinafter provided) rnakes an award. �. Copies of Sidding Documez�ts 2.1. Neither City nor Engineer shall assurne any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Docu�nents. 2.2. City and Engineer in xx�aki�ag capies of Bidding Dacuments available do so only far the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. Prequalifcation of Bidders (Prime Contractors and Su�contractors) 3.1. All Bidders and their subcontractors are required to be preyualified for the work types rec�uiring prequali�catian at the time qf bidding. Bids received fram cantractors who are not p�•equalified shalI not be opened and, even if inadvertently opened, shall not be considered. Pr�qualif cation requirement worlc types and docuznentatian are available by accessing a11 required fiIes through the City's website at: �i�t�35:%��.p�9�.��i'� 1�'uI-��l�S.`iCi�r, csn�; l�' �°ra � ��ef�8�a�raa�rc•��1 3.1.1. Paving --- Requirerr�ents docurr�e�nt located at; E�t.t�s:/fa�s.fo�-tt�orti.�.tea;as. �av/�'��c�Ject��.esfl�z-�eslR.es�urces�'/0�°fo20- n�o'�OCc�nstrue.tion`%2�iD€�cuili�i�ts/C"onts•acic���0lg2�I'r�; �ali�catiorr/T�'��T`%Q?OPa�ir�� %20Cc�ntractar°/a?OAre uali�ication°1�20Prr� x�aml�'IZF t�A1�IF{C�TI(�lti'91o20RE UIR� €\r�l ;'-=�TS'%� OFfl F�.°/a20T'.!1 V�Tf G°/n� OCC)NT�t ��C-4'OI$� . pcl f 3.1.2. Roadway and Pedesh�an Lighting — Requirements document located at; CITY OF FOI2T WflRT�i 2018 Bond Year 3, Contract 7 STANDARD CpNSTKUCTION 5PLCTPTCATI03V DOCUMENT City Yroject No. 101453 Temporarily Revised Apri124, 2020 due to COV�D19 Emergency DO 21 13 II�STRUGTIONS TO BFDDERS Page 2 of l0 l,�tt�s:?!a� �.fortwot•tl�texas. ��CF't•��j�c.t�esa��rceslRestiu�•ces�'/0?°/n2t�- `:i,?OCfln.si�-��ctic�n° o"OI�c�cu���e���sfCorati-a�tar°Io2C�F'z�ec�uali�catia��!`l `P'4�'°/U'?O.I�.o�d��va -%_?p�lci"/Q20I'ecles�t�ian`lo2(}Li i�tin�%2�1'r�. u�ilifc�tio�a'1�70�'�•a�ra�__�/�_I_FtEE'I'°/g 20LIGHT°l�,"?OPTt �LJ�!_I,%,`? ORFQ�I�T�.pdf 3.1.3. Water and Sanitary Sewer — Requirements document located at; latips://a�ps.fo.rtw3a� t}atex.as.�ovfk?.rc3�eciT�.s;st����-�;eslk� csotarces�'/0�°�020� %? O�canstructic�r�°�,20I�oc;u���entis/C:c��itractc�r%2��'req ��al i i�ic�tit�r�l� �.tex%20�t�d`%a2 �Sani�a� =0r`a20Se��er•�:�2€�Crantractor°l�?El�'t•e c�ali�ca�i�n°/a20T'rc� �•a►n/L�iSS°lo20�r•e ctual'P/a2€�rec���ire�n�;nt�.pc�f � 3.2. Each Bidder, unless currentiy prequalified, must submit to City at least seven (7) calendar days prior to Bid op�nin�, the documeniation identi�ed in Section 00 45 11, BIDDERS PREQUALIFICATIONS. 3.2.1.Subrnission of a�d/�r questions related io prequaii.fication shauld be addressed to the City contact as provided in Paj•agra�h 6.1. 3.2.2.TEI1��[�Rl1i�� �'����'��[,f �� ]�t �L•'.1(� C.'()[�i�)� 14�: +� [� it��ler ti+°I�u�� �7['�y113�Ej�.^,arl0tti Ii;35 �JC�]1i'�� �'Wj'J11€,T C��� �j::'1� �}i,:';dL� l}'�l�wp � ��BJIrt �m.wr��ryC�' OCLPr IS li1 �+Ir�G2 ({��L�:':i, st��le, iacsilj t*i�i for ;U �ays }}�s� ���e e::�iratior� ,�i ih� ezx�er�,en�_y c��'�er wititi CFiC f`l11'��i�Sl t}Cnir�LiC}t� (j�fle — L3y �.ay .�ne1 t>>47nti�, +;�'�l � ric�� be automatically diGy���l�ti�d i't�nn� ha:�::�� t�e �3id�Pr's l}�ti� c�pFnp�. A�3idder in tC�i� situatinr� �vll I ikilV� i1.ti �1{� u��n�i� :an�! �-c��i :ti�}tid :anci �ui; � L� �El��wec! � 1���siness C��}�'S �CIQS� Oj �}il�rna�s fY�] LIi�' ��r {.i-!�r'� lC} S»i5mri 3 40"!1�7iZL� �}F�{}lA?.�1fft;St]OCt re:�; ���I p�;cl:�ge. �=��l�ir� io li�i��!Y s�;:h�tiii. ar ���bn�iliaE �3�'ar� inc�r�pf�te pa��:a�.e. will r��id�r �}�e f3i�l�lc:�'� I�id t�t�n-i�es���r��ive_ �ftiye },r���<<:�li#ir::Mt�nr� rr�r�wul �rsc�r��et�ts sl���� �lre k3i��i�:� as r�ow ��t�t-q�ixlif�e�, tl�e bir� ���i31 b� r..iydered nau- T'�tinllit��VL. A�i[�Ec�el' 6F�3�r �1CSC kky� �IikS �.�iip�Rax� to 5��� :� irr«�uplili�.�tic,n sit�t��s g��axer iliaj� t€ta� ��+liic37 �v�� in pE�ce o�`the d�t� ol� expira[ia�. A�����f ��iyo seeks #o inca-er�se� i�s p�-�cl,i�iliiic�:�ic�n s1{;tGla �n�I�S %�13c��V tl��. ira��iLio��tl sllbmi[laClr�viev�' proceMs_ 3.3. The City reserves the riglat ia :require any pre-qualified contractor who is the apparent low biddej•{s) foj• a project to submit such additional infortr�ation as the City, in its sale discretion may r�qui�-e, including but not limited to manpower and equipment records, infoi7nation a6out key personnel to be assigned to the project, and construction schedule, to assist the City in evaIuating and assessing the ability of the apparent low bidder{s) to deliver a quality praduct and successfully complete projects for the amaunt bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contz-aet will be made to the City Council. Failut�e to submit the additional information, if requested, �nay be grounds for rejecting Lhe appax-ent low bidder as non-respansive. Affecied contractors will be notified in writing of a recommendation to the City Council. 3.4.In addition to pre�uali�cation, addiiional requirenaents for qualificatiorz may be required within various sections oithe Contract Documents. 4. Examination of Bidding and Contract Documents, Other Related Data, and Site CITY QF FORT WORTH 2O18 Bond Xear 3, Contract 7 STANDARD CONS`I�RUCTIbN SPF:CIT�ICATION DOCUM�NT City P��oject No. 101453 "�emporarily Revised April 24, 2020 due to COViD19 Fmergency DD 21 13 ENSTRUCTIONS TO BIDDERS Page 3 pf 10 4.1. Before submitting a Bid, each Biddef- shall: 4.1.1. Examine and carefully study the Contract Documenfis and other reIated data identified in the Bidding Docux�aents {ir�ciuding "technical data" �-eferred to in Paragraph 4,2, below). No information given by City or any representative of the City other than that contained in the Cont�act Documents and officially promulgated addenda thereto, shall be bix�ding upon the City. 12. Visit #he site to become familiar with anc� satisfy Bidder as to the general, Iocal and site conditions that may affect cost, progress, perfornnance or fux'i�isk�ing of the Work. 4.13. Consider federal, staie and local Laws and Regulatians tbat xnay affect cost, progt•ess, performance or fiu-nishing of the Work. 4.1.4. Study all: (i) reports of explorations and tests of subsurface conditians at or contiguaus to the 5ite and all drawings of physical conditions relating to existing surface or subsuriace structures at the Siie (except Underground Faciiiti�s} that ha�+e been identi�ed in the Contract Documents as containing reliable "technical data" and (ii) reports and drawit�gs of Hazardous EnvironmentaI Conditions, if any, at the Site that have been idenii�ed in t�.e Cantract Docu�nnents as containing reliable "technical data." 4.1.5. Be advised that the Contract Docut�ne�nis an file with the City shaIl epnstitute all af the information which the City wilI furnish. All additional inforrr�ation and data which the City will supply after pr-omulgatio�a of the fornaal Cantxact Docu�a�ents slaall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the ariginal Contract Documents. No infor�aation given by the City other than that cantained in the Contract Documents and officialIy promuIgated addenda thereto, shall be bir�ding upon the City. 4.1.6. Per%rm independent research, investigations, tests, borings, and such nther tz�ea�as as �x�a�+ be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project. On request, Ciiy may provide eack� Bidder access to the site to conduct such exa�nina�ions, investigations, explorations, tests and studies as each Bidder deems necessary %r submission oia Bid. Bidder must fill all �oles and clean up and restore the site to its former conditions upon completion of such explorations, investigations, tests and studies. 4,1.7. Determine �he difficulties of the Wo�•k and all attending circumstances affecting #he cost of doing the Work, time required for its completion, and obtain all information reyuired to malce a praposal. Bidders shall j•ely exclusively and solely upon their own estirnates, investigation, research, tests, expIorations, and other data which are necessaiy for full and complete information upon which the proposal is to be based. Ii is u�derstood that the submission of a proposal is prima-facie evidence that the Bidder has made the invesEigation, examinations and tests herein required. Claims for additional campensatian due to variations between conditions actually encountered in construction and as indicated in the Contract Documenfis will not be allowed. CiTY QF FORT WORTH 2O18 Eond �'ear 3, Contract 7 STANDARD CONSTRUCTION SPECIFiCATION DOCUME%iT City Projcct No. 101453 Terr�porarily Revised Apri124, 2D20 due to COVID 19 Emergency 0021 ]3 INS'1'1ZUC7'IONS'1'O BIDD�RS Page 4 af 10 4.1.8. Pi-omptly notify City of aIl conflicts, en-ors, ambiguities or discrepancies in or betrveen the Contract Docu�x�ents ax�d such at�Zer related docutraents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the Ciiy shall be pe�-mitted io make such co�reciions or interpretations as may be deemed necessary for fuifillment of the intent af the Cantract Documents. 4.2. Reference is made to Section 00 73 00 — Supplementary Condiiions foj- identification of: 4.2. �. those reports of explorations and tests of subsurface conditions at or contiguous to the siie which have been utiliz�d 6y City in preparation af the Contract Documents. The logs of Sai1 Borings, if any, on the �1ans are for general information only. Neither the City nor the Engineer guarantee that the da#a shown is representative of conditians which actually exist. 4.22. those drawings of physical conditions in or relating to existing surface and subsurface st�uctures (except Underground Facilities) which are at or contiguous io the site that have been utilized by City in preparation of the Contract Documents. 4.2.3, copies of such reports and d�•awings wili be made avaiiable by City to arty Sidder on request. Those reports and drawings may no# be part of the Contract Documents, bvt ihe "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified and estahlished in Pa�•agraph SC 4.02 of the 5upplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn frotn a�ny "iechnical data" or any other data, interpretations, opinions or information. 4�.3. The submission of a Sid will constitute an incontrovertibte representation by Bidder (i} that Bidder has complied with every requirement of this Paragraph 4, (ii) that witl�out exception tlze Bid is premised upon perforaaaix�g and furnishing the Work z-equired by the Contract Documents and applying the specific means, met�ods, techniques, seyuences or procedures of construction (if any) that may be shown or indicated or e�pressIy required by the Contract Documents, (iii) that Bidder has given City written notice of all conflicts, enors, ambiguities and disct-epancies in the Conta-act Documents and the written resalutions thereof by City are acceptable to Bidder, and when said conflicts, etc., have not been reso3ved through the interpretations by City as described in Paragraph b., and (iv) that the Contract Documents are generally suffcient to indicate and convey understanding of alI terms and conditions for performing and furnishing the Work. 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestas, Polychlorinated biphenyls (PCBs), Pet�•oleum, Haza�•dous Waste or Radioactive Material covered by Paragraph 4.OG. ofthe General Conditions, unless specificaiIy identified in the Contract Docume�ts. �. Availability ofLands for Work, Etc. CiTY OF FORT WOR'fI-i 20I8 Bond Year 3, Contract 7 STANDARI7 CONST1iUCTION SPECIFICATiON IaOCU�v1ENT City Project No. I01453 Temporarily Reviseci April 24, 2020 due to COVIDI9 Emergency 002] 13 lt`€S`l'AUC"fIONS TO SiDDERS Page 5 of 10 5.1. The lands upon which the Worlc is to be perfornned, i-igtats-af-way and easeme�nts for access thereto and other lands designated for use by Contractor in performing the Work a�-e identified in the Contract Documents. All addiiional lands and access thereto required far tempotary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Confi�-acto�-. Easemen�,s for permanent structui-es or permanent changes in existing facilities are to be abtained and paid �ar by City unIess athe�vvise provided in the Contract Documents. 5.2.Outstazading righ�i-of r�vay, easements, and/or permits to be acquired by the City are Iisted in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- ofi�way, easements, and/or permits are not obtained, the City reserves the right to cancet the awaz-d of co�atract at any titxie before the Bidder begins any construction wark on the p3•oject. 5.3. The Bidder shall be prepared to commence const�•uction without a11 executed right-of way, easements, and/or pe�its, and shall submit a schedule to the City of how construction will procecd in the other areas of the project that do not require pern-�its and/ar easements. 6. In�terp�-etations and Ac�denda 6.1. All questions about the meaning or mtent af the Bidding Doct�ments are to be directed to City in �uvriting on or before 2 p.m., the Monday prior to the Bid opening. Questions received after this day may not be responded to. Tnterpretations or clarifications considet-ed necessary by City itt xesponse to such questions will be issued by Addenda delivered to all par�ies recorded by City as having received the Bidding Documents. Only questions answered by formal w�-itten Addenda will be binding. Oral and other interpretations or clar�fications wilI be without legal effect. Address questio.r�s ta: City of Fort Warth 200 Texas 5treet Fort Wort�, TX 76102 Attn: Greg Robbins, PE, PMP Email: Gregory.Rol�bins@foriworthtexas.gov Pho�ae: 817-392-2333 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 63. Addenda or clarifications may be posted via the City's eIectranic document management and collaboration system at �I���er�t L�fnk tr� D�cume��t.s-%. CITY OF FOR'F WOR'1'H 2O18 Bond Year 3, Cor�track 7 STAI�llARD CO3VSTRUCTION SPECIFICATION DQGUMENT City Projecl No. 101453 Temporarily Revised April 24, 2D20 due to COVIDl9 �mergency 00 21 13 IN5`1'RiJC`f]ON5 TO BIDDERS Page 6 of 10 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City wi11 transmit to all prospective Bidders of record such Addenda as City considers necessaiy in response to qu�stions arising at the conference. Oral siate�xzents nrzay not be relied upon and will not be binding oY� legally effective. 7. Eid Security 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of five (5) percent of Biddef-'s m�irnum Bid price on fartxx attached, issued by a surefy meeting the requirements �f �aragraphs S.O1 of the GeneraI Conditions. 7.2. The Bid Bond of all Bidders wil� be retained until the condit�ons o�the Notice of Award have been satisfied. if the Successful Bidder fails ta execute and deliver the cornplete Agreement within 10 days afte;• the Notice of Award, City may consider Bidder to be in default, rescind the Notice of Award, and the B�d Bond of tlaat Bidder will be fo�r_feited. Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all oiher Biddeis whom Ciry believ�s to have a reasonable chance of receiving the award vvill be retained by City until final cantract execution. S. Contrac� Times The numbe�• of days within which, or the dates by which, Milestones are to be achieved in accordance with the GeneraI Requirements and the Work is ta be completed and ready for Final Acceptance is set �Fa�rth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Pro�isions for liquidated damages are set %rth in the Agree�nent. 10. �ubstitute and "Or-Equal" Items 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 or specified in the Bidding Documents thai a"subst�tute" or "or- equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acc�ptance will not be considered by City uniil after �e Effective Date o�the Agree�nent. The procedure for submission of any suc� app]zcation by Contractor and consideration by City is set %rth in Paragraphs 6.OSA., 6.OSB. and 6.OSC. of the General Conditions and is supplemented i�a Seciio�a O1 25 00 af the General Requiremenis. 11. Subcontractors, Suppliers and Others CITY pF FOR`f WORTF� 2018 Bond Year 3, Contract 7 STANDARI7 CONSTRUCTi0�15PECIFICATION DOCUMEI`IT Cily Project No. 101453 Temporarily Revised Apri124, 2020 due to CQVIDI9 Emergency 00 21 13 INS1Rl1C'11U3�15 '1'O BIDD�RS Page 7 of 10 i l.1. Yn accordance with the City's Business Diversity �nte�prise Ordinance No. 20020- I2-2011 (as amended), the City has goals for the participation of rninority business and/or small business e�terprises in City contracts. A copy of the Ordinance can be obtainec� fi-om the Offce of the City Secretary. Th� Bidder shall submit the MBE and SBE Utilization Forx�ri, SUbcontractor/5upplier Utilrzation Form, Prirtne Contractor Waiver Form and/o�• Good Faith Effort Form with documentation and/or Joint Venture For�n as appropriate. The �'orms including documentation must be received by the City no later tl�an 2:00 P.M. CST, an the second busrness day aftev the bid opening date. The Bidder shall obtain a receipt from the City as evidence the documentation was received. �'ailure to comply sha11 render the bid as non- responsive. 11.2. No Con�-actot� shall be requit-ed to employ any Subcontractor, Supplier, other pet-son or organization against whom Cantractor has reasonable objecdon. 1�. Eid Form 12. �. The Bid Form is included with the Bidding Documenfs; additional copies may be obtained firo:r�, the City. 12.2. All blanks on the Bid Fotm must be completed by printing in ink and the Bid Form s�gned in ink. Erasures or aiteratio�as shall be initialed in ink by the persan signing the Bid Form. A Bid price shalI be indicated for each Bid item, aIternative, and unit price item listed therein. In the case of opiional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, w�-itten in ink in both worc�s and numerals, for which the Bidder proposes to do the �;vork conte:nnplated ar furnish iaaaterials required. Al� prices shall be written legibly. In case of discrepancy beriveen price in written words ar�d tl�e price in written numerals, the price in written words shall govern. 12.3 . Bids by corporations shall b� executed in the co�porate name by the pf-esident or a vice-president or other corparate officer accompanied by evidence of autharity to sign. The corporate seal shall be affixed. The coiporate address and state oi incorporaiion shall i�e shor�vn below the signature. 12.4. Bids by partnetsk�ips shall be e�ecuted in t�e partnership name and signed by a partner, whose title mus# a�pear under the signature accompanied by evidence of authority to sign. Th� off'icial addj-ess of the partnership shall be shown below the signature. 12.5. Bids b� l�nnited liabil�ty companies shall be executed in the name o#�the fi�-m by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each �oint venture in the manner indicated on the Bid Form. The of�ciai add�-ess of the joint venture s}�all be s�or�vn. l 2.8. All names shall be typed ot- printed in ink below the si�natu;-e. CITY OF FORT WORTH 2O18 Bond Year 3, Co�tract 7 STANDARD CONSTRUCTION SPECIPICA'FION DOCUMEI�IT City Yroject No. f 01453 Temporarity Revised April 24, 2020 due to COVIDI9 E�nergency 00 21 13 INSTIZlJC'�1 Oi�S 'f O BI �DERS Page 8 of 10 l 2.9. The Bid shall contain an acknowledgemeni of receipt of a11 Addenda, tl�e r�umbej•s of which shall be filled in on ilze Bid Form. 12.10. Postal and e-mail addresses and telephone numbec for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shaIl be provided in accordance with Section 00 43 37 — Vendor Coxnpliance ta State Law Non Resident Bidder. 13. 5ubmission of Sids Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, at the time and place indicated in ihe Adveriiserr�e�t or INVITATION TO BIDDERS, addressed to Purchasing Manager af the City, and shall be enclosed in an opaque sealed envelope, trzarked with the City Project Number, Project title, the nanrze and address of Bidder, and accompanied by th� Bid security and ather required docUments. If the Bid is sent through the mail or other delivery system, the sealed envelope shalI be enclosed in a separate envelope with fhe notation "BID ENCLOSED" on the face of it. 14. Modification and Withdrawal of Bids 1�.1. Bids addressed to t11e Purchasing Manager and filed wit� the Purchasing Office cannot be withdrawn prior to the time set fot- bid ope�zing. A request fo�• withdrawal must be made in writing by an appropriate document duly executed in the manner that a Bid tnust be executed and deiivered to the place where Bids ate to be submitted at any time prior to the opening of Bids. After all Bids not requested for withdrawaI are opened and publicl� read a�oud, the Bids for which a withdrawal request has been properly filed may, at the option oithe Ciiy, be returned unapened. 14.2. Bidders aaaay modify their Bid by electronic communication at any time prior to the time set for the closing of Bid receipt. 15. Opening of Bids Bids w�ll be opened and read aloud publicly at the place where Bids are to be subrr�it�ed. An abstract of the amounts of the base Bids and major alternates (if any) will be made availa6le to Bidders after the opening of Bids. l6. Bids to Remain Sub�eet to Acceptance All Bids will remain subject to acceptance for the time period specified for Notice o� Award and e�cecutian and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid security pt-ior to that date. l 7. Evaluation of Bids and Award of Cantract C11'Y OF FORT WORTH 2D 1 S Bond Yeaz 3, Contract 7 STt�NDARD CqNSTRUCTION SPECIFICATIOId llOCUMENT City Project No. L01453 TerrEporarily Revised Apri] 24, 202D due Eo COVTUl9 Emergency 00 21 13 INS'1'RUCTIONS TO B�DDEKti Page 9 of ] 0 17.1. City reserves the right to reject any or a�l Bids, including without limitation the �-ights to reject any or all noncon%rming, nonresponsive, unbalanced or cor�ditianal Bids and ta reject the Bid of any Bidder if City betieves that it would not be in the best interest of the Project to malee an award to that Bidder, wheiher because the Bid is nat responsiv� or the Bidd�r is unqualified or of doubtfitl �t�ancial ability ar fails to meet any other pertinent sEancfard ar critet�ia established by City. City also reserves the rigl�t to waive informalities not involving price, contract time or changes in the Work with the S�ccessful Bidder. Discrepancies betvveen the �ultiplication of units of Work and unit prices will be resolved in favo�• of the unit prices. Disc�•epancies E�etween the indicated sum of any column af figures and the correct sum tlacj-eof wiil be resolved in favor of the correct sum. Discrepancies between worc�s and figures will be resa��ved in favor a�the words. 1'7.1.1. Any or aIl bids wilI be rejected if City has reason to believe that coliusion exists among the Bidders, gidder is an interested party to any litigation against City, City or Bidder rnay have a claim against the oth�r or be engaged in litigaiion, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has perfo��ned a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgxne�at of the City will prevent or lainder the protzzpt campletian of additional work if awarded. 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and ather persons and organizations proposed for those portions of the Work as to which the identity of Subcantractors, SUppiiers, and oiher persons and organizations must be submitted as pravided in the Contract Documents or upon the request of the City. Ciry also may consider the operating costs, maintenance requiremenis, perfo�mance data and guarantees of major iiems of materials and equiprxaent proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 173. City may conduct such investigations as City deerns necessary to assist in the evaluation of any Bid and to establis�a the respansibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accoxdance wit� the Contract Documents to City's satisfaction within the prescj•ibed time. 17.4. Contractor shall perfarm with his own organization, work of a value no# less than 35% of the value embraced on the Coniract, unless otherwise approved by the City. 175. If the Cont�act is to be awarded, it will be awarded to lowest responsible and responsive Biddei- whose evaIuation by City indicates that the award will be in #he best inferests of the City. 17.6. Pursuant to Texas Gavernment Code Chapter 2252.001, the City will not award contract to a Non3•esident Bidder unless the Nonresident Bidder's bid is lowet- than the �owest bid subrnitted by a responsible Texas Bidder by tlae same amount that a Te�as resident bidder would be reyuired to underbid a Nonresiden# Bidder to obtain a comparable contract in the state in which the nonresidenYs principal p�aee of business is Iocafed. CITY OF FOKT WORTH 2O18 Bond Year 3, Contract 7 STANDAKb CONSTT�UCTION SPECIFICATION DOCUMENT City ProjectAlo. 101�153 Temporarity Revised April 24, 2020 due to COVIll 19 Emergency 00 21 13 ENSTRUC7'IONS `TO BID�ERS Page 10 of 10 17.7. A contract is not awarded until formal City Council authoriza#ion. If the Contract is to be awarded, City wili award the Contract within 90 days after th� day of the Bid opening unless extended in writing. Na ather act of City or others will constitute acceptance of a Bid. Upon the contractor award a Notice of Award wifl be issued by the City. 17.7.1. The contractor is required to fill ou# and sign the Certi�cate of Ynteresfed Parties Fornx� �295 and the form must be sab�rxxitted to t�e Ptroject Manager before the coniract will be presented to the City Cou�cil. Tbe form can be abtained at 1�€#�,.//���i��v.e��ic�.cta.t�.t�.uslct:4�.ilt�a�trt�lt��;lt��i�,�ei� I 7.8. Failure ar refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement 18. l. When City issues a Notice oi Award to the 5uccessful Bidder, it will be accompanied by the rec�uited nu�tniber of unsigned counterparts of the Agreeme�at. Within 14 da�+s thereafter Contractor shall si�n and deliver the j•equired number� of counterpat-ts of the Agj-eement to City with the reyuit-ed Bonds, Certificates of Insurance, and all oihe�- required documentation. 18.2. Fai�ure to execute a duly awarded contact may subject the Contractor to penalties. 18.3. City shalt thereafter deliver one fully signed counterpaxt to Contractar. END OF SECTION CITY OF FORT WORTH 209 8 Bond Year 3, Contract 7 STANDARD CONSTRUCTIO%I SPEC[FICATIUN DOCUMENT City Project 3Vo. I01453 Temporarily Rcvised Apri124, 2020 due to COVIDI9 Emergency 0031 15 -0 EN(iINEER PRDIECT SCHEDULE Page 1 of 10 SECTION 00 31 15 ENGINEEK PROJECT SCHEDULE PART1- GENERAL 11 SUMMA�2Y A. Section Includes: �. General requirements far the preparation, submitta�, updating, status reporting and management of the Engineer's Project Schedule B. Deviations from thfs City of Fort Worth Standard Specification 1. None. C. Reiated Specifcation Sections include, but are not necessarily limited to: 1. Division I--- General Requirein�nts D. Purpose The City of Fort Worth {City) is comrnitted to delivering quality, cost-effective infrastructure to its citizens in a timely manner. A key tool to achieve ihis 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 of the project. Data from the updated project schedule is utilized in status reporting to various levels of the City organization and the citizenry. This docuxnent complements the City's Stat�dard Agreement to guide the Engineer in preparing and submitting acceptable schedules for use by the City in projeci cEelivery. The expectation is the performance of the work follows th� accepted schedule and adheres ta t�e contractual timeline. The Engineer will designate a qualified :representative (Project Scheduler) responsible for developing and updating the scheduIe and preparing status reporting as required by the City. 1.2 PR�CE AND PAYMENT PROCEDURES A. Measurerr;ent and Payment 1. Work associated with this Item is considered part of professional services and E�gineer will be compensated in accordance with the schedule of rates. 2. Non-compliance with this specification is grounds for City to withhold payment of the Engineer's invoices until Engineer achi�ves said compliance. 1.3 REFERENCES A. Project Schedules Each project is represented by the City's master project schedule that encompasses the entire scope of activities e��visioned by the City to properly deliver the work. Wh�n the City contracts with an Engineer to perfornn engineering and design services, the Engineer will develop and maintain a schedule for their scope of work in alignment Cl'1'Y OF FORT WOR'I'H 201 S Sond Year 3, Contract 7 ST�INDARD SPECIFICATION City Project No. ] 01453 Revised IULY 2a, 2018 QO31IS-0 ENGINEER PRO]ECT SCHEDU�,E Page 2 of 10 with ihe City's schedule require:naents as de�ned herein. The data and inforrnation o� each such schedule will be leveraged and become integral in the master project schedule as dee:nried apptopriate by the City's Pro�ect Control Specialist and approved by the City's Project Manager. 1. Master Project Schedule The master project schedule is a holistic representation of the scheduled activities anc! milestones for the total project and be Critical Path Method {CPM) based. The City's Project Manager is accountable for aversight of the development and maintaining a master projeci schedule for each projeet. When the City contracts for the design and/or construction of the project, the master project schedule will incorporate e�ements of the Design and ConstrUction schedules as deemed appropriate by the City's Project Control Specialist. The assigned City Project Control Specialis# crea#es and maintains the master project schedule in P6 (City's scheduling software). 2. Engineer's Schedule The Engineer is responsible for develaping and maintaining a schedule for the scope of their contractual requirements. The Engineer will issue ari initial schedule for review and acceptance by the City's Project Control Specialist and the Cify's PrQject Manager, as a basetine schedule far Engineer's scope of work. Engrneer wi11 issue current, accurate updates oitheir schedule (Progress Schedule) to the City at the end of each month throughout ti�e life of their wark. B. Schedule Tiers The City has a portfolio of projects that vary widely in size, complexity and content requiring different scheduling to effectively deliver each project. The Cit�+ uses a "tiered" approach to align the proper schedule with the criteria for each project. The City's 1'roject Manager determines t�-je appropriate schedule tier for each project, and includes that designation and the associated requirements in the Engineer's scope af work. The following is a summary of tha "tiers". 1. Tier 1: Smalt Size and Short Dura�ion Project (design not required) The City develops and �naintains a Masier Project Schedule for the project. No schedule submittal is required from Engineer. City's Project Control Specialist acquires any necessaxy sc�edu�e stat�ts data or information through discussions with the respective party on an as-needed basis. 2. Tier 2: Small �ize and Short to Medium Duration Praject The City develops and maintains a Master Project Schedule %r the project. The E�agineer identi�es "starf" and "finisla" �ilestane dates o�a �ey eletnents of their work as agreed with the City's Project Manager at the kickoff of their work effort. The Engineer issues to the City, updaies to the "start" and "finish" date,s for sueh milestones at the end of each month throughout the life of their wark on the project. 3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration The City develops and main�ains a Master Project Schedule for the project. The Erzgineer develops a Baseline Schedule and maintains the sc�eduie af their respective scope of work on the proJect at a level of detail (ge�erally Leve] 3) and in alignment CITY pF FO�t"F WORTH 2Q18 8ond Year 3, Contract 7 3TANDARD SPECTf iCA7'ION City Project No. 101453 Revised 7ULY 20, 20i 8 0031 IS-D ENCr1NEER FR0IECT SCIIEDULE Page 3 of t0 with the WBS structure in Section ].4.H as agreed by the Praject Manager. The Engineer issues to the City, updates of their respective schedule (Progress Schedule) at the end of each month throughout the life of tk�eir �wark on the project. C. Schedule Types Project delivery for the City utilizes two types of scheaiules as �oted below. The City deveiops and maintains a Master �roject Schedule as a"baseline" schedule and issue xnantk�ly updates to the City Project Manager (end of each month) as a"progress" sched�ale. The Engineer prepares and submits each schedu�e type listed below to f►�1filI their contractual requirements. Baseline Schedule The Engineer develops and submits to the City an initial schedule for their work in alignment with this specificaiion. Once r�viewed and accepted by the City, it beco���es the `Baseline" schedule and is the basis against which all progress �s measured. The baseline sched�ale wiIl be updated when there is a change or addition to tlae scope of vvork inapact�ng the duration of the work, anc� o�aly after receipt of a duly authorized amendment issued by the City. In the event progress is significantly behind schedule, th� City's P��oject Manager may authorize the updating of the schedule to facilitate a more practical evaluation of progress. An example of a Baseline Schedule is provided in Specification 00 31 15.1 Engineer Project Schedule — Baseline E�ample. 2. Progress Scheduie The Engineer updates their schedule at the end of each month to represent the progress achieved in the wo:rk which includes any impact from authorized changes in the work. The updated schedule must accurately reflect the current status of the work at #hat paint in time and is referred to as the "Progress Schedule". The City's P:roject Manager and Project Control Specialist reviews and accepts eacla progress schedule. In the event a progress schedule is deemed not acceptable, the unacceptable issUes are ic�entified by the City within 5 working days and the Engineer must provide an acceptable progress schedule within 5 working days after receipt of non-acceptance noti�cation. An example of a Progress Schedule is provided in Specification 00 31 15.2 Engineer Project Schedule — Progress �xample. ] .4 CITY STANDARD SCHEDULE REQUIREMENTS The following is an overview of the meihodology for developing and maintaining a scheduie far delivery af a project. A. Schedule Framework The schedUle vvili be based on the defi�ed scope af �work and follow the (Critica] Pat}a Methodolagy) CPM method. The Engineer's schedule will align with the requirements of this specificaiion and be tesource loa�led to refleci their plan for execution. Overall schedule duration wil� align with tlie contractual requirements for the respective scope of work and be reflected in City's Master Project Sched�le. The Project Nurnb�r and Name of the Project is required on each schedule and must matcl� the City's project data. CITY OP FORT WOR1'Ii 2018 Bond Year 3, Contract'7 STANDARD SPECIFICATION City Project No. IO1453 Reviscd JULY 20, 2018 003] 15-0 E�1GINEER PROJECT SCI�EAULF, Page 4 of 1p B. Schedule File Nanr�e All schedules submitted to the City for a project will have a file name that begins with the City's project num6er foliowed by the name of the project followed by 6aseli�ae (iia baseli�e schedule} or the year and month (if a progress schedule), as shown below. � Baseline Sch�dule File Name Format: City Project Number Project NaKne_Baseline Example: 101376 North Montgomery 5treet IIMAC Ba.seline Progress Schedule File Narne Format: City Projec# Number Project Name YYYY-MM Example: 101376 North Montgomery Street HMACW2018 O1 � Project ScheduIe Progress Narrative File Name Formai: City Project Number Project Name_PN_YYYY-MM Exa�nnpie: 101376 North Montgomery Street HMAC_PN 2018_O1 C. Schedule Templates The Engineer will utilize the relevant sections fram i}�e City's templates provided in the City's document management system as the basis for creating their respective project schedute. Specifically, the Engineer's schedule wili aiign with the layaut af the "Design" and "ROW & Easement" and "utility" sections. The templates are identified by type of project as noied below. o Arterials • Aviation � Neighborhood Streets � Sidewalks (later) Q Quiet Zones (later) � Street Lights (later} � Intersection Improvements {later} Q Parks • Sfiorm water a Street Maintenance � Traffic � Water D. Schedule Calendar The City's standard calendar for schedule deveIopment purpases is based on a 5-day workweek and accounts for the Ci#y's eight standard holidays (New Years, Mar�in Luther King, Memorial, Independence, Labor, Thanksgiving, day a�'ter Thanksgiving, Christmas). The Engineer will establish a schedule calendar as part of the schedule development process and provide to the Project Control Specialist as part ofthe basis for their sci�edule. Variations between the City's calendar and the Engineer's calendar znust be resotved prior to the City's acceptance of their Baseline project schedule. E. WBS & Miles�one Standards for Schedule Developinent The scope of work to be accamplished by the Engineer is represented in the schedule in the form of a Work Breakdown Structure {WBS). The WBS is the basis for the CITY OF FORT WORTH 2O18 Bond Ycaz 3, Contraci 7 STANDARD SPECIF7CATION Ciry Project No. 101453 Revised JUJ.Y 20, 2018 043115-0 ENGiNEER PRO.TECT SCHEDULE Page 5 of 10 development of the schedule activities and shall be imbedded and depicted in the schedule. The following is a suzxzzzaary of the standards to be followed in preparing and rnaintaining a schedule for project deliWery. I. E:ngineer is required to utilize the City's WSS structure and respeciive project type template for "D0S(�tl", "ROW & Easements" atlC� "Ut1�1t1B5" as shown in Section 1.4.H below. Additional activities may be added to Levels 1- 4 to accommodate the needs of the organization executzng the work. 2. Engineer is required to adhere to the City's Siandard Milestones as s�own in Sectioj� 1.4.I below. Engineer will include additional milestones representing intermediate deliverables as required to accurately reflect tlie work. F. Schedule Activities Activities are the discrefie elements of work that make up the schedule. They wil� be orgazai�ed �nder the umbrella of the WBS. Acti�ity descriptions shouId adequately describe the activity, arid in some cases the extent af the activity. All activities are logically tied with a predecessor and a successor. The only exception to this rule is %r "project stat-t" and "p�•oject finish" milestones. The activity d�ration is based on the physical amount of work to be performed for the stated activity, with a maYimum duration of 20 working days. If the work for any one activity exceeds 20 days, break that activity down incrementally to achieve ihis durafiion constraint. Any exception to this requires review and acceptance by the City's Project Control Specialist. G. Amendment When an Amendment is issued by the City, the impact is incorporated into the previously accepted baseIine schedule as an update, ta same to clearly show impact ta the project timeline. The Engineer submits this updated baseIine schedule to the City for review and acceptaz�ce as described in Section I.5 beIaw. Updated baseline schedules adhere to the foIlowing: �. Time extensions associated with approved contract modifications are limited to the actual arnount of time ihe project activities are anticipated to be delayed, unless otl�erwise approved by the Program Manager. 2. The updated baseline schedule is submitted by the Engineer within ten workdays after receipt oi the Amendment. 3. The changes in logic or durations approved by the City are used to analyze the impact of the change a.nd is included in the Amendment. The coding for a new activity{s) added to the schedule due to the Atriendment includes the Amef�dment number in the Activity TD. Use as many activities as needed to accurately show the work of the Atnendment. Revisions to the baseli��e schedule are not effective until accepted by the C�ty. H. City's Wark Breakdown Stcucture CITY OF PORT WORTH 2O18 F3ond Yeaz 3, Contract 7 STAiVDARD SPECIFICATIpN Cily Projeck Na. 1 D 1453 Revised JULY 20, 201$ 00 31 15 - D ENGIiVE�R PR07ECT SCHBDULE Page 6 of 10 WBS Code WBS Name �i:XXXXX Project Name XXXXXX.30 Design XXXXXX.30.10 Design Engineer Agreemeni XXXXXX30.20 Canceptual Design (30%) XXXXXX.3030 Preliminary Design (60%} XXXXXX.30.40 Final Design XXXXXX.30.SQ Environmental XXXXXX.3Q.6U Pe:rzxzits XXXXXX.30.60.10 Permits - Identification XXXYYX30.b0.20 Permits - Review/Approve XXXXXX,40 ROW & Easements XXXXXX.40.10 ROW Negotiations XXXXXX.40.20 Condemnation XXXXXX.iO Utility Relocation XXXX��X.70.10 Utility Relocation Co-ordination XXXXXX,SO Constraction XXXXXX.80.81 Bid and Award XXXXXX.80.83 Construction Execution XXXXXX. 80. 8 5 Inspection XXXXXX.8Q.86 Landscaping �i: �XXXX.90 Closeouf XXXXXX.90.10 Construcfiion Cor�tract Close-o�t XXXXXX.90.40 Design Cantract Closeout I. Ciiy's Standard Mil�stanes The following milestone activities (i.e., important events on a project that mark cx'itical poinis in iime} are of particular interest to the City and must be reflected in the project schedule for all phases of wark. Activity ID Design 3020 30A 0 3100 3120 3150 316Q 3170 3220 3250 32bd 3310 GITY OF FpRT WORTH STANDARD SPECIf'1CA"T'ION Revised JULY 20, 2018 Activity Na�ne Award Design Agreement Issue Notice To Proceed - Design Engineer Design Kick-off Meeting Submit Conceptual Plans to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer Peer Review Meeting/Design Review meeting (technical) Conduct Design Public Meeting #1 {req�irecE) Conceptual Design Complete Submit Preliminary Plans and 5pecifications to Utilities, ROW, Traffic, Parks, Storm Water, Water & 5ewer Conduct Design Public Meeting #2 {required) Preliminary Design Complete Submit Final Design to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 2018 Sond Year 3, ContracE 7 Giry Project No. 101453 0031IS-0 ENGI�]L"•ER PROJECT SCHEpULE Page 7 of EO 3330 Conduct Design Public Meeting #3 (if required) 3360 Final Design Complete ROW & Easements 4000 Right of Way Start 4230 Right of Way Complete Utility Relocation 7000 Utilities Start 7120 Utilities Cleared/Camplete Construction Bid and Award 8110 $I50 8240 Start Advertisexnent Conduct Bid Opening Award Construction Contract Constraction Execution 8330 Conduct Construction Public Meeting #4 Pre-Construction 8350 837Q 8540 9130 9150 9420 1.� SUBMITTALS Construction Start Substantial Completion Construction Completion Notic� of Completion/Green Sheet Cansiruction Contract Closed Design Contract Closed A. Schedule 5ubmittal & Review The City's Project Manager is responsible for reviews and acceptance of the Engineer's schedule. The City's P�•oject ControI �pecialist is responsible for ensuring aIignment af the Engineer's baseline and progress sch�dules with the Master Project Schedt�le as support to the City's Projeci Manager. The City reviews and accepts or rejects the schedule within ten workdays of Engineer's submittaI. � . Schedule Format The Engineer will submit each schec�ule in two electronic forms, one in native file forrr�at (.xer, .x�ni, .mpx) and the second in a pdf forrriat, in the City's document managemenf system in the location dedicated for this purpase and identi�ed by t�e Project Manager. In the event the Engineer does not use Primavera PG or MS Project for scheduling purposes, the schedul� information must be submitted zn .xls or .xlsx format in compliar�ce with the sample layaut {See Specifcation 00 31 I5.1 Engineer Project Schedule Baseline Example), including activity peedecessors, successors, and total float. 2. Initial & Baseline Schedul� The Engineer will develop their schedule for their scope of work and submit their initial schedule in electronic form {in the file formats nofied above}, in the City's dacument managetrzent system in the lacatian dedicated for this p��-pose within ten warkdays of the Notice ofAwr�rd. The Ciiy's Project Manager and Project Control Specialist review this initial schedule to deter�nine alignment wiih ihe City's Master Project Schedule, including format & CITY OF k'ORT WORTH 201 R Bond Year 3, Contract ? STANDARD SPECIFICAI'lON City Project No. 101453 Itevised 7ULY 20, 20l S 003115-0 ENGINEER PRO.TECT SCHEDULE PageSoflO WBS structure. �'ollowing the City's review, feedback is provided to the Enginee�- for their use in finalizing their initial scheduIe arid issuing (within five workdays) their Baseline Schedule for final review and acceptance by the City. 3. Progress Schedule The Engineer will update and �ssue their praject schedule (Progress Schedule) by the last day of each month througl�out the life of thei r ovork on the p:roject. The Progress Schedule is submitted in electronic %rm as noted above, in the City's doc�men# manage�nent systam in the location dedicated for this purpose. The City's Pt-oject Control team reviews each Progress Schedule for data and information that support the assessment of the update to the schedule. In the event data or information is missing or incomplete, the Project Controls Specialist communicates directly with the Engineer's sc�eduler for providing same. The Engineer re-submits the carrected Progress Schedule within 5 work�lnys, following the submifital process noted above. The City's Project Manager and Project Cont�•ol Specialist t-eview the Engineer's progress schedule for acceptance and to monitor performance and progress. The following list af items are required to ensux'e proper s�atus information is contained in �he Progress ScheduIe (See Specification DO 31 15.2 Er�gineer Project Schedule Progress Example}. o Baseline Start date m Baseline Finish Date � % Camplete o Float • Activity Logic (dependencies) � Critical Path � Activities added or deleied � Expected Finish date � Variance to th� Baseline Finish Dafie B. Monthly Engineer S#atus lZeport The Engineer submits a written status report {referred to as a progress narcative) at the end of each month to accompany the Progess Schedule submittal, using the standard format provided in Specification OQ 3� 153 Engineer Project Schedule Progress Narrative. The content of the Monthly Engineer Sta#us Report should be concise and com�lete to: o Reflect the current status of the work for the reporting periad (including actual activities started and/or completed during the reporting period) � Explain variances from the baseline on critical }�ath activities � Explain any poiential schedule conflicts or delays � Describe recovery plans where appropriate • Provide a summary forecas� of the wark to be achieved in the next reporting period. C. Subrnittal Process o Schedules and Monthly Engineer Stat�is Reports are submitted in Buzzsaw fo�lor�ving the steps outlined in Specification 00 32 15.4 Engineer Project Schedule Submitta� Pracess. CITY OF FORT WORTI-f 2D18 Bond Year 3, Contract 7 S`I'ANDAK.t7 SPECIPICATIOt3 City Project �Io. i 01453 Revised JULY 20, 2018 00 31 15 - D �NGINEER PROJECT SCHEDULE Page 9 of 10 � Once the project has been completed and Final Acceptance has been issued by the City, no further progress sched�ales or monthly status reports are reqi�ired from the Engineer. 1.6 ACTYON SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] Li CLOSEOUT S�iBMITTALS [NOT USED] 1.$ MAINTENANCE MATERIAL SUBMITTAL� [NOT USEDj 1.9 QUALITY ASSUR.ANCE A. The person preparing and revising the Engineer's Project Schedule shall be experienced in the preparation of sched�ales 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 Engineer's scope of work. C. The Engineer is responsible for the quality of all subrnittais in this section meeting the standard of care for the construction industry %r similar projects. 1.I0 DELIVERY, STORAGE, AND HANDLING [NOT U�ED] 1.11 F�ELD [S�TE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 1.i3 ATTACHMENTS Spec 00 3 i 15.1 Engineer Project Schedule Baseline Example Spec a0 31 15.2 Engineer Project Schedule .Progress Exazn.ple Spec 00 31 15.3 Engineer Project Schedule Progress Narrative Spec 00 31 15.4 Engineer Project Schedule Submittal Process PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF �ECTION CITY OP PORT WORTH 2O18 Bond Year 3, Cor�tract 7 STANDARD SPECIFICATION City Project No. 101453 Revised JULY 20, 2015 0031 IS-0 ENGiNEER PROJECT SCHEDULE Page ID of 10 Revision Log DATE NAME SUMMARY OF CHANGE July 20, 201 S M. Jarrell Initial Issue C1TY OF FpRT WORTH 201 S$ond Year 3, Contract 7 $TANBAR.I) SPEC11�1CATION City Project AIo. ] 01453 Revised dULY 20, 201$ 003215-0 CONS'f12�UCTTON PROGRESS SCHEIJULE SECT�ON 00 32 15 CONSTRUCTION PROJECT SCHEDULE PART1- GENERAL 1.1 SUMMARY A. S�ctian Includes: Page 1 of 10 1. Ge�eral requirements for the preparation, submittal, updating, staius reporting and management of the Construction Project Schedule B. Deviations from this Ciiy of Fort Worth 5tandard Specification 1. None. C. Related Specification Sections include, but are not necessarily iimited to: 1. Division 0---- Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — Generai .Requirements D. Purpase The City of Fort Worth (City} is committed to delivering quality, cost-effective infrastructure to its citizens in a ti�naely manner. A key tool to achieve this purpose is a properly structured schedule with accurate updates. This supparts effective monitoring of progress and is input to critical decision rriaking by the project manager throughout the tife o£the project. Data from the updated project scheduie is utiiized in sta�us reporting to various levels of the City organization and the citizenry. This Document complements the City's 5tandard Agreement to guide the construction con#rac#or (Contractor) in preparing and submitting acceptable schedules for use by the City in praject delivexy. The expectation is t�e performance of the work fol�aws the accepted schedule and adhere to the contractual timeline. The Contractor will designate a qualifed representative (Project Scheduler) responsible for deveZoping and updating the schedute and preparing status reporting as reyuired by the City. 1.2 PRICE AND PAYMENT PROCEDiJRES A. Meast�rement and Payment 1. Work associated with thrs Ifena is cor�sidered subsidia:ry to the various items bid. No separate payment wiIl be allowed for this Item. 2. Non-compliance with this specification is grounds for City to withhold payment of the Contractor's invoices until Cantractor achieves said compliance. 1.3 REFERENCES A. Project Schedules Each project is represented by City's master project schedule that encompasses the entire scope of activities envisioned by the City io properly deliver the wark. When the City contracts with a Contractor to perform construction of the Work, the Contractor CiTY OF FORT WORTH 2O18 Bond 'Year 3, Contract 7 STANDARD SPECIFICATION City Project No. 101453 Revised 7UI.Y 20, 2018 003215-0 CONSTRUCTION PROGRESS SCHFDl3L� Page 2 oF Ep wilI develop and maintain a schedule %r their scope of work in alignment with the City's siandard sc�aeduIe requrrements as de�ned herei�n. The data and infarcrzation af each such schedule wil� be leveraged and become integral in the master project schedule as deemed appropriaie by the City's P�-oject Controi Specialist and approved by the City's Project Manager. Master Project Schedule The master project schedule is a holistic representatian of the scheduled activities and milestones for �he total project and be Critical Path Method {CPM) based. The City's Project Manager is accountable for oversight of the development and maintaining a master project schedule for each project. Whez� the City cantracts for the design and/or consfiruciion oithe project, the master project schedule will incarporate eIennents of the Design and Construction schedules as deemed appropriate by tne City's Project Control Specialist. The assigned City Project Control 5pecialist creates and maintains the master project schedule in P6 (City's scheduiing software}. 2. Construction Schedule The Contractor is responsible for deveioping and maintaining a schedule for the scope of the Conti•actor's contractual requirements. The Contractor will issue an initial schedule for review and acceptance by the City's Project Control Specialist and the City's Project Manager as a baseline schedule for Contractor's scope of work. Contractor will issue current, accurate updates of their schedule (Progress Schedule) to the City at the end of each month throughout the life of their work. B. Schedule Tfers The City has a portfolio of projec�s �hat vary widely in size, complexity and content requiring differeni scheduling to effectively deliver each project. The City uses a "�iered" approach to align the proper schedule with the criteria for each praject. The City's Project Manager determines the appropriate schedule fiier for each project, and includes that designation and the associated requirements in the Contractor's scope af work. The following is a summary of the "tiers". L Tier 1: Small Size and Short Duration Project (design not required) 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 status data or infox-mation through discussions with the respective party on an as-needec! basis. 2. Tier 2: SmaIl Size and Sl�ort to Medium Duration Project The City develops and maintains a Master Project 5chedule for the project. The Contractor identifes "start" and "fnish" �nilestone dates on key elements of their work as ageed with the City's Project Manager a# the kickoff oftheir work effort. The Contracfior issues to the City, updates to the "start" and "finish" dates for such z�tilestones at the end of each month throughout the life of their wark on the project. 3. Tier 3: Medium and Large Size aj�d/or Complex Projects Regardless af Duratian The City develops and maintains a Master Project Schedule for the project. The Contractor develops a Baseline Schedule and maintains the schedule of their respective scope of work on the project at a leve� of detail (ger�erally Leve13) and in CfTY OF FORT WORTr1 2018 Bond Year 3, Contract 7 STANDARD SPECIFICATION Cily Project 3Vo- 101453 Reviscd JULY 20, 201$ 003215-U CDNSTRl1CTION PROGRESS SCHEDULE Page 3 of 10 aligmnent with the WBS structure in Section I.4.H as agreed by the Project Manager. The Contractor iss�es to the City, updates of their respective schedule (1'rogress Schedule) at the end of each month throughout the life of their work on the praject. C. Schedule Types Project detivery for the City utilizes two types oischedules as noted below. The City deve]ops and rrzaintains a Maste:r Project Schedule as a"baseline" schedule and issue monthly updates to the City Project Manager {e�d of each month) as a"progress" schedule. The Contracfior prepares and submits each schedule type to fulfill their contractual requirements. 1. Baseline Schedule The Contractor develops a��d submits to the City, an initial scheduIe for their scope of wor�C in alignment with this specificatian. Once revievved and accepted by the City, it becomes the "Base�ine" schedule and is tl�e basis against which all progress is measured. The baseline schedule will b� updated when fihere 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 sigt�ificantly be�ind schedule, tlae City's P�-ojeet Manager may authorize an updat� 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 Constructian Praject Schedule Baseline Example. 2. Progress Schedule The Cantractor updates their schedule at the end of each month to represen� the progress achieved in the work which includes any impact from authorized changes in the work. The updated schedule must accurately reflect the curre�at status of the work at that point in time and is refe�•red to as the "Progress Schedule". The City's Project Manager and Proj�ct Control Specialist reviews and accepts each progress schedule. In the event a progress schedule is cleemed not acceptable, the �nacceptable issues are identified by the City withir� 5 working days and the Contractor mi7st provide an acceptabie progress scheduZe withi� S working days after receipt of non-acceptance notifcation. An example of a Progress Schedule is provided in Specification OU 32 15.2 Constructian Project Schedule Progress Example. 1.4 CITY STANDARD SCHEDULE REQUIREMENTS The following is an overview af the methodology for developing and iaaaintaining a schedule for delivery of a project. A. Schedule Frannewor�C The schedule will be based on the defined scope of work and follow the (Critical Patli Methodology) CPM method. The Contractar's schedute will align with the requirements af tl�is specification and will be cost loaded to reflect their plan for execution. Overall schedule duration will align with the contractual requirements for the respective scope of work a�ad be te�i ecied in City's Master Praject Schedule. TIae Project Number and Name of the Project is required on each schedule and must match the City's project data. B. Schedule File Name CITY OF FORT WORTH 2O18 Bond Year 3, Contract 7 STA�IDARD SPECIFICATION Cify ProjectNo. 1D1453 Revised JULY 20, 2D18 ao3zis-o CONSTRiJCTION PROGRESS SCHEDULE Page 4 of 10 All schedules submitted to the City for a project r�vili �ave a file naxne that begzns with the City's project �umber followed by the name of ihe project followed by 6aseline {if a baseline schedule) or the year and month (if a progress schedule), as sliown below. a Baseline Schedule File Name Format: City Project Number_Project Name Baseline Example: 101376 North Montgomery Street HMAC_Baseline � Progress Schedule File Name Format: City Project Number Project Na:rz�e_YYYY-MM Exaraple: 101376 North Montgomery Street IIMAC 201 S 0� • Project Schedule Progress Narrative File Name Format: City Project Number Project Name PN Yl'YY-MM Example: 101376 North Montgornery Street HMAC_PN 2018_O l C. Sck�edule Templates The Contractor will �tiiize the relevant sections from the City's templaies provided in fY�e City's docu�aent znanagement system as the basis for creating their respective project schedule. Specifically, the Contracto�'s schedule wiii align with the layout oithe Construction section. The tezziplates are identifiec� by type of praject as noted below. o Arterials o Aviatio� � Neigliborhood Streets � Sidewalks {later) O Quiet Zones (later) o Street Lights (later) • Int�rsection Improvemients (later) o Parks � Storm water • Street Maintenar�ce o Traffic � Water D. Schedule Calendar The City's sta�dard caIendar for schedule development purposes is based on a 5-day workweek and accounfs for the City's eight standard hotidays {New Y�ars, Martin Luther King, Memorial, Inciep�ndenee, Labor, Thanksgiving, day after Thanksgiving, Christmas). The Coj�tractor will establish a schedule calendar as part of the schedu�e development process and provide to the Prajeci Cont:rol Specialist as part of t�e basis far their schedule. Variatians between the City's calendar and the Contractor's calendar must be resolved prior to the City's acceptance of their Baseline project schedule. E. WBS & Mitestane Standards for Schedule Devetopment The scope of work to b� accomplished by the Ca�tractar is represented in the schedule in the form of a Work Breakdown Structure (WBS}. The WSS is the basis for the development of the schedUle activiiies and shal� be imbedded and depicted in the schedule. CITY OF FORT WORTH 2O18 Bond Year 3, Contract 7 STANDARD SPECIFICATION City Projecf No. 10t453 I2evised JULY 20, 201$ Q03215-D CONSTRUCTION PROGRESS SCH .F.TaULE Page5of10 The following is a summary of the standards to be followed in preparing and maintaining a schedule %r project delivery. Contractor is required to utilize the City's WBS structure and respective projecfi type template for "Canstruction" as sho�w�a in Section 1.4.H belov►+. Additional activities may be added to Leveis 1- 4 to accommodate the needs of the organization executing the work. Specifically the Contractor will add activities under WBS XXXXXX.$0.83 "Const�-uction Execution," t�aat delineates the activities assaciated vvith the various components of tl�e work. 2. Contracior is required to adhere to tl�e City's Standard Miiesto.nes as shown in �ection 1.4.I below. Contractor will include additionaI milestones representing i��termediafie deliverables as required to accurately refleci their scope of work. F. Schedu�e Activities Activities are the discrete elements of work that make up the schedule. Th�y will be o;rganized under the umbrella of the WB�. Activity descriptions should adeyuately describe the activity, and in some cases the exte��t of the activity. All activities are logicaily tied wit1� a predecessor and a successor. The only exception to this rule is for "project start" and "project fnish" miles#ones. The activity duration is based on the physical amount of work to be performed for the sta#ed acti�ity, with a maximt�m duration of 20 working days. If the work %r any one activity exceeds 20 days, break that activity down incremantaIly to achieve this duration constrafnt. Any exception to this requires review and acceptance by the Ci#y's Projec# Control Specialist. G. Change Orders When a Change Order is issued by tk�e City, the irn�pact is incorporated i;nto the previously accepted baseline schedule as an update, to clear�y show impact to the project ti�neIine. TYte Contractor submits ti�is updat�d baseline schedule to t1�e City for review and acceptance as described in Section 1.5 below. Updated baseline schedules adhere to the following: 1. Time extensions associated with approved con#ract modifications are limited to tl�e actua! amount of time the project activities are anticipated to be delayed, unless otherwise approved by #he Program Manager. 2. The re-baselined schedule is submitted by the Contractor within ten workdays after the da#e of receipt of the approved Change Order. The changes in logic or durations appro�ed by the City are used to analyze the impact of the change and is inc�uded in the Change Order. The coding for a new activity(s) added to the schedule for the Change Order includes the Change Order number in the Activity TD. Use as many activities as needed to accurately show the wark of the Change Order. Revisions to the baseline schedule are not effective un#il accepted by the City. H. City's Work Breakdown Structltre C1TY OP rORT WORTH 201 & Bond Year 3, Contract 7 STANDIIRD SPECIFiCAT10N Ciry Proj�ct No. 1D1453 Rcvised IULY 20, 2018 003215-0 CONSTRUCTION PROGRESS SCHEDULI: Page 6 of 10 WBS Code WBS Name XXXXXX Project Nanrae XXXXXX.3U Design XXXXXX.3Q.10 Design Contractor Agreem�nt ��XXXX��.30.20 Concept€�al Design (30%) XXXXXX.3U.30 Preliminary Design (60%) XXX��XX.30.40 Final Design XXXXXX.30.50 Environmental XXXXXX30.60 Permits XXXXXX.30.60.10 Permits - Identification XXXXXX.30.60.20 Permits - Review/Approve XXXXXX.40 ROW & Easements XXXXXX.40.10 ROW Negatiations XXXXXX.40.20 Condexnnation XXXXXX.iO Utility Relocation XXXXXX.70.10 UtiliEy Relacation Co-ardination XXXXXX.80 Construction XXXXXX.80.81 Bid and Award XXXXXX.$0.$3 Co�astruction Execution XXXXXX.$Q.85 �nspection XXXXXX.80.86 Landscaping XXXXXX.90 Claseout XXXXXX.90.10 Construction Contract C1ose-out XXXXXX.90.40 Design Contract Closure I. City's Standard Milestones Tne following milestone activities (i.e., important events on a project that mark critical points in time) are of pa�ticular interest to the City and must be reflected in the project schedule for all phases of work. Activity ID Desi�n 302Q 3040 3100 3120 3150 3ib0 3170 322� 3250 3260 CITY OF FORT WOR1'f-I STAi�DARD SPECIFICFITION Revised JULY 20, 2018 Aetivxtv Name Award Design Agreement Issue Notice To Praceed - Design Engineer Design Kick-off Me�iing Submit Conceptual Plans to Utilities, ROW, Trafiic, Parks, Storm Water, Water & Sewer Peer Review Meeting/Design Review meeting {technical) Conduct Design Public Meeting #1 (required) Concepival Design Complete Submit Px'eliminary Plans and Speciiications to Utilities, ROW, Traffic, Parks, Siornn Water, Water & Sewer Conduct Design Public Meeting #2 (required) Prelirzai:nary Design Complete 2018 Bond 1'ear 3, Contract 7 City Project No. 101453 003215-0 CONSTRUCTION PROCfRESS SCHED�JLE Pagc 7 of i0 3310 333a 3360 Submit Final Design to L7tiliiies, ROW, Traffic, Parks, Storin Water, Water & Sewer Conduct Design Public Meeti�g #3 (if required) Final Design Complete ROW & Easements 4000 Right of Way Start 4230 Right of Way Complete Utility Reiocation 7000 Utilities Start 7120 Utilities Cleared/Cornplete Construction Bid and Award 8110 5150 8240 Start Advertise�aaent Conduct Bid Opening Award Construction Contract Cot�struction Execufion 833Q Conduct Construction Pt�blic Meeting #4 Pr�-Construction 8350 Construction Start 8370 S�bstantial Cafnpletian 8540 Construction Completion 9130 Natice of CotnpletionlGreen Sheet 9I50 Construction Contrac# Closed 9420 1.� SUBMITTALS D�sign Contract Closed A. Schedule 5ubmtttal & Review The City's Project Manager is responsible for reviews and acceptance of the Contractor's sclaedule. The City's Frojecfi Control Specialist is responsible for ensuring alignment of the Contractor's baseline arzd progress scheduIes with the Master Project Sc�edule as support to the City's Project Manager. The City reviews and accepts or rejects the schedule within ten workdays of Con#ractor's submittal. Schedule Format The Contractor will submit each schedule in two electronic fot7ns, one in native file format (.xer, .xml, .mpx) and the second in a pdf format, in the City's document management systet�a in the location dedicated for this purpose and identified by the Project Manager. In the event the Cotttractor doas not use Primavera P6 or MS Project for scheduling purposes, the schedule infarmation must be sub�ztted in .xls or .xlsx fortz�at in comp�iance with the sample tayoui (See Specification 00 32 1 I5.1 Construction Project Schedule Baseline Example), including activity predecessors, successors and total float. 2. In�tial & Baseline Schedule The Contractor will deveIop theij- schedule fot their scope of work and submit their initial schedule in �lectro�aic form (in the file formats noted above), in the City's dacunnent rnanagement system in the location dedicated for this purpose withan ten ►vorkdays of the Notice ofAwa�d. CITY OP FORT WORTH 2O18 Bond Year 3, Contract 7 S`3'ANDARD SPECll�1CATION City Project No. l O1453 Revised JULY 20, 201 S 003215-0 COI�ISTRUCTION PROGRESS SCT-I�.T�IJL� Page 8 of 10 The City's Project Manager and Praject Control Specialist review this initial schedule to deterinine a�ignment with the City's Master Project Schedule, including fo3•mat & WBS structure. Followir�g the City's revier'w, Feedbacl< is provided to the Contractor for their use in finaEizing their initial schedule and issuing {within five workdays) their Baselin� Schedule for final review and acceptance by the City. 3. Progress Schedule The Contractor will update and issue their project schedUle (Progress Schedule) by the last day of each mo�th throughaut the life of their wark on the praject. The Progress Schedule is suUmitted in elec#ronic form as noted above, in the City's documeni management system in the location dedicated for this purpose. The City's Project Controi tea�n reviews eacI� Progress 5cheduIe for data and information that support ihe assessment of the update to the scheclu�e. In the event data or infortnation is missing or incomplete, the Project Controls Specialist cammunicates directly with the Contractor's scheduler for providing same. The Contractor re-subnaits the corrected Progress Schedule within 5 workdr�ys, following the submittal process noted above. The City's Project Managet� and Project Control Specialist review the Cantractor's progress schedule for acceptance and fio monitor performance and progress. The following list af items are required to ensure proper status infortn�ation is contained in the Progress Schedu�e. � Baseline Stari date o Baseline F�nish Date • % Co�nplete • Float � Activity Logic (dependencies) � Critical Path � Activities added or deleted � Expected Baseline Finish date o Variance to the Baseline Finish Date B. Monthly Construction Status Report The Coniracfior submits a written status report (referrec� to as a progress narrative} at the end of each month ta accompany the Pragress Schedule submittal, using t�e standard format provided in Specification 00 32 153 Construction Projec� Schedule Progress Narrative. T�ae content of tlae Canst�ruction Project ScheduIe Progress Narrative should be concise and com�lete to: • Refl�ct th� current status of ihe work far the reporting period (inc�uding actual activities started and/or completed durizzg the reportzng period) � Explain variances from the baseiine or� critical path activities � Ex�lain any potential sehedule conflicts or delays � Describe recovery plans where appropriate • Frovide a summary forecast of the work �o be achieved in the next reporting period. C. Submittal Process CI'I'I' OF FORT WORTH 2D18 Bond Yeae 3, Contract 7 STANDARD SPECIFICAi'ION City Projcct No. 101453 Revised JULY 2Q 2018 003215-0 CONSTRUGTIQ�I PROGIiESS SCHEDULE Page 9 of i 0 o Schedules and Monthly Cons#ruction Status Reports are submitted in Buzzsaw following the steps outlined i�� Specification 00 32 15.4 Construction Project Schedule Submittai Process. � Once tI�e project has been completed and Final Acceptance has been issued by the City, no further progress scheduies or constructior� status reports are reyuired from the Cantractor. 1.6 ACTiON SUBMYTTAL�/�NFORMATTONAL SUSNIITTALS [NOT USED] I.i CLOSEOUT SUSMITTALS [NOT USED] 1.8 MAINTENANCE MATERiAI, SUBMITTALS �NOT USED] 1.9 QUALITY ASSURANCE A. The person prepari�zg and revising the Contractor's Project Schedule shall be experienced in the preparation of schedutes of simiiar complexity. B. Schedule and supporting documents addressed in this Specification shaIl be prepared, updated and revised to accurately reflect the pe;rformance of ihe Contractor's scope of work. C. The Contractor is responsible far the quality of al� submittals in this section meeting the standard of care for the construction indusiry for similar projects. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] I.11 FIELD [SITE] CONDITIONS [NOT USED] 1.1.2 WARR.ANTY [NOT USED] 1.13 ATTACHMENT,S Spec 00 32 15.1 Construction Project Schedule Baseline Example Spec QO 32 15.2 Construction Project Schedule Progress Example Spec 00 32 I5.3 Construction Project Sched�le Progress Narrative Spec 00 32 15.4 Construction Project Schedule Submittal Process PART � - PRODUCTS [NOT IISED] PART 3 - EXECUTTON [NOT USED] END OF SECT�ON CITY OF FORT WORTH 2O18 Bond Year 3, Contract 7 STANDARD SPECIFICATION Ciry Project No. 101453 Re�ised JULY 20, 2018 003215-0 CONSTRUCTIQN PROGRESS SCHEDULE Page lfl of 10 Revision Log DATE NAME SUMMARY OF CHANGE 7uly 2d, 2018 M. Jarrell Initial Issue CITY OF FOitT WORTH 2O18 Bond Year 3, Contract 7 STAAIDARD SPECIFICA'1'fON Cii7� Project No. 101453 Revised JULY 20, 2018 003215.� -0 COIVSTRUCTION PRpGRESS SCHEIIULE — BASELiNE EXAMPIaE SECTION 00 3� 15.1 CONSTRUCTION PROJECT SCHEDULE — BASELINE EXAMPLE PART 1- GENERA.L Page 1 of 5 The fallowing is an �xample of a Contractor's project schedule that illustrat�s the data and expectation for schedule content depiciing the baseline far the praject. This version af the schedule is referred to as a"baseline" schedule. This example is intended to provide guidance for the Contractor when developing and s��bmitting a baseline schedule. See CFW Specificatian 00 32 15 Construction Project Schedule far details and requirements regarding the Contractor's project schedule. CITY OF FURT WORTH 201$ Bond Year 3, Contract 7 STAND/1RI) CONSTRl1CTION SPFCIFIGATION DOCUMENTS City ProjectNo. ID1453 Revisad JULY 20, 201$ 00 32 IS.I - 0 CONSTRUCTION PROGRE55 SCHEBULE — BASELIiVE EXAMPLE Page 2 of 5 aa � � � � � � ? � � � � � ai iis � � Ll- � � � � �' � �{R FS � � � � e�% � �1.� � � -� ' d� � � � � 4f../ � � � � � � � � � --------+----------�--- -.,'_�_'_"_" "'h_� _'_'_..},� _-_-"'7 � ---•---••-•-�-•---....�-•-•---- � •-•-• ••,--•---•-•--�'•j-•� • ------ -- -•---- - - ----- - - �� r.��E�""" . - •-•-•- - - •--- 44�� --- - - � . � aA � 4 4J 4? C? ... _ � � i i i i. i � "49 � i•� �'�V ,, � i i i I,e 1;.� r �! Y-�. ii � t.. • r., ��, ;4 =� � - -.. , , , �. �. � w �" �� , ,., � ., v 'a ''l :.� 5d �S sn '.4tr� .. IM1 � . � . � � .Y .n , � ., �. �. � � '.l &S u m J tiu � O i+ u G t: � .i y� i l3 , � ' i3 r.9- stl i �I 1� W� tl. � ti ti .�� m ii� i.� r. i' � t � i i i _�� !� i. i� . i i i, r^� t� r, � i f1 tn � � � n: W � �.� �� w:i �+ �•� aa ��� x: ��. aa � w�. n. ro.., ., m.� 6'k a� � � i rg.] [� .'� �i � . u��� ` r � t� Yl �i i { I:Y f.i 4` � u^� 1:] i'i i^ •' I a' •'I 'i '' C' ++i� •'I !' �I ��� � �d, _ '�a rh� `'� .. � Y � � o- iy � W t} .J � Y.ti ' ��� rf =�' '�{ { `� R r:. "� r �' a�� u �r ' � 't� � � '�. i:. Cs ti: � u r:. r9 � E, ; � �', � _ , . � � , � � i _ . M `-% '..4 i : , ` i _ � - r � h da t? � j� . _ `n �: b 3 c� e • , :i - ra - ii � w u- t. .w �. d3 er3 ro . �c+ �.+ - . .ei ai w i: � �'i i: `: oi ' ~ � w; �n � ii � ^ _i � i±' � +� +� ' i � s� %� ;� `' � � � �i s: �: ,' "f � '. f o. .� , i� i�i �a , � �r: i� i :i ` � � � � � � � '�" i. � l� ` ~ �' �' �' �' S " � � ^ � 'r ' y � �'," rv�, �F�r, �,��,.;,i�7 � -�,�,�������v ;�,44� �- �i �. � � � � i�� � �i rF � �. � s� . � ,�:.. .�i •i �a .i `-� :� . ;� '„ ,+^F ;' � ' `� � _ _ _ • - � . ry ..+. o n � :. j � r: � i � � � . ; � ` � ; ry �F ;' f� _ _ ' � ws � n �' j ", r � � , � n N ti ., � u 4 — 1 1� + � 2.'1 t r � I Y{ �� ;� �� �r �i u5 'y ii� N� i i (^.� , � i ��� r r �n m �� � F'�{ �i v� � k I r� � �{i +i i t.L � � � � �s '�, � � -��", � � � �+�i � 63 4�i i+; � � � � � � � � � � � � �� � `4� 4� r� � i � � r-d � � � � � %« u c � .�. � I � � � � �� � � � � � � � �� � � � � �� � � +► .� � � ' ,: � - � � � � �� ;: � _ � � ,. � . � �; � �''' °,� � ^�� �„;��;� � c � r a�'.+ � � � � � �n � a�, � � � Y, �S � � n w �t- � �� u: �i �i. . � � 1�: „ � F ,. � � +s � � � � •i� � ��' �- 'i' �' � Y� r} � � � � •� �� ,. �, ' ' �' �� I: � ", � .`; ;� � m ', I" �� r a�^ nl K, ^ ¢ �� � � -' " n. '� F� � � -= n cR i� n ; � .7 � ri � -� � �4} l? � '� {' ' � �+ � � F ��` F �� � �' � i� E F �� F �r. � :.r � � • �' � � � ���--r. � .�: wl*ro� � �,�i.a �� �,m �� — il i 1.�I J l'l _ � � ri t 1�� �I� � i�+i � k� ��. J i1 i�� i� CA� II� t� - � '� f� *1n� , r:a o�3 . cf r, 'a . sa c+ �t o r. .a ca r , ca � Fs�' ,'._��" - � n r' .' 4� � c�r` � r' c"s �'t :� �y � �.� �� P. :,F m c � �� a} � �^e � .� CL h.� F i ~i i�t � � }�`J i � �+� M M{ r PJ s�i � �i � � �r a �, � a �'., ... � ry� ��� � aa h� . q�r �} M I � � G�TY pF FORT WORTH 2Oi8 Bond Year 3, Contract 7 STANDA.RT3 CONSTRTJCTION SPECIFICATION DOCUMENTS City Project No. 1�1453 Revised JULY 20, 2018 00 32 15.1 - D CONSTRUGTTON PROGRESS SCHEDULE — BASELItVE EXAMPLE Page 3 of 5 � � � � � �c� � � � r� � � ,-. TS7 I� � � � � SIi � ; , , , , , ; : , . , . , , . , . `---------'--- ---- ---1---------�----------'-----------'---------a. � � - �.-..-�.......r....�_.._...--.�__.._"�'"__""'..' '"""..' __"""' '...,...._ ..-.....�.. ..»_...._ �__^_•"_ '-_'�»._ _—' _' t � . ;,j�� ���r.i�.,� �� �� ��� � ��.i.i�� � ��:,•7w�F,� �.7�a•��e�� .��.�:�ar�i:� ''�' �.�: � �: �r ,� � 4' �` �* � �+, �a � i '�.s i i . . � .i .i ii �i ei �i . } .i �i s� - c�in `� r�i w ., �� !� �, �i -� �%: �� '� , %i � "' •'� �� �l :% ,� '� "� � . , ,� � � :� � �+ i iV � � � i :i n ��i �+ ��1 �'Y 'N i" ��5. i� � -!T5 '� si 1 Y1 C1 t� a5 t a.t � ir Y.] J-1 � K] u i� CI iF � GF[ QJ 7 .�:_� .�r�'s;;.;mwa xs�,,,,:;z.. ,^mm^;'�;� ,,,;��;�'s �'� ,,, �, _t , , � �, . � �, , .; , ., , � ,¢ . �. m , , �, . . � u. .,, ,,, � . � ,� � ' : ��i `''i � ` `. . u :,'a c� sti `j ti ."a ` � : � � i . � �': : a ev �. � � �i ' � : +� "�'i F � '. ��: i# .`F � iL ; i `„�� � � i� s M n� i Yl ��1 �n +i. w +`u '� u 'k i; i; "��' � Y a �., � � ��� u � �i.: � � c X� �4 c �� � �t i, � r.7 i '� �r n � � o� ��� 'i '� �� �. �+ s ��� q� � rt� 7 ix iF i-� �� 4�' - aS -� .� i. -d -ti r- n ab i_ • -.1 .5 � � � . i_ i'_ � ��yy�_ �5 . .- ��� — r � i � N i i �4 i � � �'� M .. i � � . l9 O i � � i i I ' � i — _ ' , _ ^ '.uj i KKl � � .� 2' w - .s+ �w ,n � rn [� m - .. . .. n �� ��y � S'+ � Y- � . . i � � i' �� r� i � F � '� ri •' {i � ' dl � i . � �'i a � •r? Y�'+M ��� � � `� •� �� :i ' } , • i � i w :i . Fa �i i �i .� i Gi �d 3 �; k ';' ei ;, ;' ,; d �; ,*� } 1; �� { � 1. J d � ,;, : � i � �i 4 -� �i `; "�.', `r.' � i' t�' � 'i� c n i f� �r. a} . � {i ' _i � � � � �+ :r ' 'i' � , � F' ik � � � ^a �R �d I Ka , 3y us � ,1� �� u'� �' = � � � . �} :. �- — i I . � .. . 4•1 • 1 Ys � j .�1 � � i i aV � '.LI . � } i'} ' � � ii _� �I ��1 � u ,,. . „ � . - w � ;z ,. � � � _ fi; , , :i r . � :i � ;.1 � � ��i � . � .' �:.' N ; i �: n 1'. ; i !, �n .- . � ,� �; � � ...� i.. .. �� t� .e � i � tiy' �i ,� til -. i�� � . w (sl ��� — � i rr ih �.�' . i iil 4 ii "�i' �+ � ' � � � ' � � � � � � � � � i�l i � � � � � � --' � �:a � � fF � #i # � � � '" I" �_ � � „ �w ,. � `c. : � � � � ,x ' � � � � `; ��r}; :a i� � u � ;, .� �� %.� x ; ',�, LF �� ° y �. � , Aa in Li u �= ,.,4,.' � ,;, ; '' �+, i `.'' U c� [� �'' `, � � `. � ',' ' R' � � I' !�. iJ �i7 � S� G � �. � i ° `v'" ` ; ryi ^' F" !'! y' r, i •, R , � n i� r `w �y �i d3 � y � � �� � n � r•; ,' �c '� y3 i� '' n` C {� �' n i - � ii ^ � 1 '�� � �1ii o, A ^ � � ,i ' ii i' � '� r t! � - '`.�� � � I^ !' e �� • t. } F -; .• �� � n :� an „ �. ,`e��°.' : �_ a, ' �' �ry � 1 � L' C9 � €Ys .,�"'�.., tla '- ,. ' � � ;� ,� 1: m i� r � S r F �Y � � ti 'i� `l i' I � • � � � r � � � � � I�' �j .�� �? �- .l � i o �� �S �: .��. F.' � i ' '.3 . � i�. � � � . , � � �. � t4 � y e w � � � . �` � � � oR v [: r r6 �!9 �r � . , n � � . �.'s � c� , r� • � rn r� c� � � _ n }� � �k� � � F� ri � �� "; Y3 :� •i � ?, � � . . h� � ., +'s' { .; � � �'1 �'�l `l � ' `—' � — y-� i � . � . � � � r� '.l A�J � '� .. � �� e��' � 4? �" � cio- , x� vi rc'O�' �. ' m u �� �I'jI � � } � LJ � � � _ - — — - - CITY OF FOR7' WORTH 2O18 Bond Year 3, Contracf 7 S'I'ANDARD CONSTRUCTION SPECIFiCAT10N DOCUMENTS City ProjectNo. 101453 Revised JULY 20, 2018 00 32 15.1 - 0 CONSTRUCTIOI�I PROGRESS SCFIEDiJLE — BASELIN£ EXAMPI,E CITY OP POitT WORTtI STANDARD CONSTRUCTION SPECIFICATIpN DOCUMENTS Revised JULY 20, 2018 Page 4 of 5 201 S Bond Year 3, Contract ? City Project No. 101453 0032f5.1-0 CONS'fRUCI'ION PROGRE;SS SCHBDULE — BASELINB E7{AMPLE END OF SECTIDN Page 5 of 5 Revision Log DATE NAME SUMMARY �F CHANG� July 20, 20I8 M. Jarrell lnitial Issue CITY OF FORT WORTH 2Ot8 Bond Year 3, Contract 7 STANDARD CONSTRUCTION SPECiPICATION DOCUMENTS Gity Project No. I01453 itevised dULY 20, 2018 00 32 15.2 - 0 CpNSTR�ICT10i� PROGRESS SCH�bUL� — YI20GRl?SS �XAMPL� SECTION 00 3� 15.�. CONSTRUCTION PROJECT SCHEDULE — PROGRESS EXAMPLE PART1- GENERAL Page 1 of 4 The following is an e�aaaple of a Coniractor's project schedule that illustxates the data and expectation for schedule content depic#ing the progress for the project. This version of the schedule is referred to as a"progress" schedule. This example is Entended to provide guidance for the Cont:ractar vvhen developing and submitting a progress schedule. See CFW Specification 00 32 15 Construction Project Schedule for details and requirements regarding the Contractor's project schedule. C1TY OP FORT WORTH 2O18 Band Year 3, Contraet 7 STANDEIJZD CONSTRUCTIO�1 SPECIF[CATION bOCUMENTS Ci#y Project No. 101453 Revised ]ULY 20, 2018 00 32 15.2 - 0 CONSTRUCTION PROGR�SS BCHEDLILE — PROGRFSS EXFIIVIPLE Page 2 of 4 � � � � c� � � � � —s � � � f`+J f�`i CU �" .�3 � � � �, U} [�' {11 Y� � �11 � � � � � � � 1 i'!' 1L.! . �F3 1""' � �F �i .. �-i �r .��i r. ,: r� r.0 r.� r� ra w. .a .r ,..i �a cv cv ev �. n� �<� w iv .. va .. - f:� �: ��P �n � n r, .i r. r, =� r' '- -'a _i � 4= fa r.i . r, �t r� �;" 4� I I{-= i I. fi� r, ., ., ?.� ^' • � y Y' { � n' ?i :� �r a: `a' � _�} �� ��� � � '�* � a K x +. �n: ti y L} �{- � q� pp ��} �,� ; a �;i :; t;� � � ;: Y i �'I � 5 9{ ,. . f: £I �[ �. �' �" � '� Ft - � ��;: r � 1}���" � � �,:� i��— _ . - ut 1�� _i - :I':f{` ti'i�:i '�1� �� 1 � � � � �� ���;� � I uL'u'i c� �� �. �� -� .� ��, �� �i. ::, ��� �� .. ro .� m .� �� � .� �. �o- „„a ,�+'�., a� �� �.� .n � '� F? :.I9::1 ' �;o � o/ti�a o"�o u;� r'-rv�I 'kj�t�,vnii4l ti Y' `!ry � � � s' � i�a {�. �L •L L J�}. �i� ', �i� {h i;. 'j 1 - � E� i� „ ii .r' +1 f� !1 i* �1 f�+ s�1 f t'7 17 f� - i : � i I � � , �,} _ d� �. .�, ,6 �b .L _ '� � {f 1. � � � � �r s� +� �y S _ � �� — n ri r, r c+ n .� ri r w r r ri rh N� a i i- ui �+ W i , � 0"1 N�O W OP sp r' .�� x n M1li :��,� ���: �r;;;��^;; ki:;i : ;;�i�� �,���r :7::;:: � � .,,�. �, : �'�„'��;,�,������. ��;�, —�' 'm ~��,�;,�; fwi t � r't; ' 1.'a�+; �, M- ;'"i"�.� � u t. :� , ��, � � — — f: :I F. .� . :�I r: ; � � e, a . a. ,� w nn a 1�� ��� `� �' ��i j' .: ,' ;;� �: ;��I ;,I k' f� {�� ,,, ,l �,' �� ;' ''� :: � � +"�.' �I t: �' V;� '�; � � y� r, ,{ �j � ti � _ ti ;�i �t �j� '�; 1'i � :b i �r� � ,�' +� t� tii 4� c�i � ci q�' � ia "' '' c�,a a ;; � � ni ^ '•' #' �^ � h � . ��. � `� �' J� �` 4� . � "' �� � s' � �i d+ � .. . ��. ,� � , �, �: � fi {j. ±� � .� :`� _���,:;���r _� �^ �r� 1 } ;� ', � ,r L l `lI ~ rf' '< � 1 L l 'i n �' � 4� {' � � Y ,' !�' � � i� i 4� � � : :�; , � �� J' r {�i �fi rl� . � � i i :�� ;�j � . . � .� .'I S? � � ,'' ru r3� r3 P o � , � L� ti} f} W iJ � 1 U C+ ;3 �} {} C . . . i] rs �5 �_ 4 1 s �} t � [: , i �� ra r'.a y y} i� i �I �� i � ii. i� i i i i � 'r W r� � i� ..� ��� �'� u. u� � CN v-� '�i: � � w �I +I � '� Y .. • u i� i� i. 4 ♦ � � =� =� P� � - -- ;1 w „ ^ � `F ° ",� - � � � � , , � ". � �= '� . ur � � '� �• G: , � � � � � A � �5 W r. a 4 �LI _� G7 � �,] �� tL � {i � �o �� �4 � i1 � � _ C �z � � I� � � ��* . ii � • ry � w S} � .i � .j� J� ? � � �; i�' S� � n �": i l. � l� c I r�� :. � � ;� :� � �� � � 3� � ;, . � :: � G 4 ry M.�-I} kt � iii W.. 4�+ e0 Pa �t �v Yt � �`� � � � � ;� � �: *� :1. e �' ** �G {, r� �' ' h ? � o- � i� ' � r " '� � ' L, j � 's ti� L�� `� �� • �G :: �:g;t ,. `i��, i�'�':��=�' ':� � '; ;,�.�' f� �` , � � I'J �n � ' , � �� � � u }� ��j �fi � � � � °" L� " P �ry � � ;C ' tI � i � � �: � 'l i� i �.� �° ti.t. � �� r� 'I f� 'rl �r +.; .`�4 �.; � � £�� � � �� '1 b t � ._ , �;, � ,R� � . r . ' � = ; , � �,. �., . � � � . �, � �, �, - � ++ . , .� � � �, . 4' �� �?Nii� �#�Sili�1C?;?f? � � r'; ^..�� A r'-. �.� aainr��" � }�i ,5��' R T � � � ''� � � � [l! � � o � � � � � � � � � �� � V? � � � ad�i ,`� �` �L � j� �� � � i � � � � � � � � c � � � � i? y- .h'� . � � � � :� � — � � .�: i„r l:J � � � � � � � � � � � O ,� � � � � � � � '� � '�r � � � +L� � %sk � � 1.! CCTY OF FORT WORTH 2O18 Bond Year 3, Contract 7 S�'�1NDARD CONSTRUCTION SP�CIPICATION DOCUMENTS City Project Nv- l O1453 Revised 3ULY 20, 2018 003215.2-0 COI�STRUCTION PROGRESS SC�IEDULE — PKOGRE55 EXAMPLE Page 3 of 4 � � � � cv � � � [V � R7 � � �y LR_ C!i C.9 � R..? � ti � ,x'`i�'' �} � �'f � � H � � �� � �� :�! ` � � � fl r,r '+!° ni a sw a- �r. m a. o� !n p zr � �� �_ �U � h� �� �� ?± rt� ti i.a G t� i. �. _�i _'.' i^ {� ,i- �� "_ � •i i I u �� i� t} L u ;� .�,' kl ' tv ii � ii 7=� �I �' c, i k: Sj � il �; �J I ���e c,+;a :i �. �+ .� �-�. � "i 1� h � d �S {� y� �� . s� � � � � ?i �i -� �i �7 � � n > j � �P � � +� ; �s 4 +j � :� Ci ,�., � 7 r � ai � � :' `� ' �f� '� ' 7 � � � ��, � i e i , 7 i� � � � .- � '!, rc A��h�d. .4 ;��I '�j ir. �q� �ti r. i. � � � �. t, :: i �' i �> ,� �.�' i � x� a� �: a — r=—— c a��— r- , ,� qa4' a� cp •, ... � �[� gp rr ..� � ai .�� .. _ ,, pp ra� it .. .. m rn �� .h ,h r.. ,� }� � fi N�� i� �`F r�� � al N v'�� i J{ ii .} �� N h iv i�l �i Ir s�� f� e�u i �t � �� `; Y � 4;` �F �x �I� i�' � ,_5�.� •`r %, � �� '� ' �' � � i} s � � s �'� � 'i x � ;� � � � r`�i � �"-� � �" �:' � . ex � �y ��� . � �`� <: � , S5� ;� �) F 4's Z ZS c'k .'4 � ;� :- !�� . � ��. ii 9f (�l aw LV e! i � Il . t. c� tN FI IN el cY YJ �. • � � � :•� �'r i1 ttl iv S`l�iN'�� �+� i i rt �. � � ca ri 4J nl r< � ;d �r li> �. � .� i � r-, �, � . . ., . . , � � .. ., ., � " ` �' ' ' ' �' ' : I 21 � � „ � � . � W 3�n�' dY ' � W 4� � �{� i I '—' %H eV t4 � i'i i I �� �,1 ;'� ,�I Y'I �'I r i ,, `,f{ " '.ti � + � , _ A _ � d " 'h r '`�}' fr il l �i ! ili is ' � � , � ` �h lr U {� '1` 5i � � h ili i�Ij i '��i � 'u �' i '} . _�� �� .� 'li . �I� 14 {� ��y ��y tiY �'.. �r� � •.� �^ �'r � Nj �`d r+ f � L�I � I (a � � ��� +v 4f .'I i�� i . i i ��S }' �` �.� � �"� �'4 �4 !� � � �+�� a ir, �' y; 5F � . . 'k�', _. . . . "� , ': ,. �,i ni ^r r• i • � i � d: ,r J 1' r O [� L'I 4 1:. 1} LI I'i .. � � i i i.� �t �. � � � i i.. u 3E AT � � �.���� i � �!� T � �y� � � AS� .+� +J 4^��J K� G� t] r.� n � �'����5 , � ., ,� G � �.., � ., �,. i ii i t�, t�u � ii � t ii� i . ^' #i � " i21 - . i . � i ' w '�u � `,' �i � � • Ji i�� i�. � t�y ,`w c, �. y� �i � t rr �n. u� v v .. r, � i �� ri�' - iz I t°ai � rs r.� � �i * �� � � . '� � :� M � �e � � _' ` � a 'J r� ��,��� �ti � U * � � ��� u ± , [+ ' 'r U, `� l �, •-5 I{ ''� �-� � 3 � � � {" ' }y . .L t � . � %; i i W : � �. �: � _, [i. c7 a� i i �, j;� , , .r } � � : � � M `n. ' �, ^' xl ' � � ��;������� �����<��'��� ?�..�4� �, . � �. �, � -0 s �.., , : El�� „fi:��M��" � �,,.�� �, �� „s��', ��:s;: a � � � � I+� � � 'Y :�. � � �.�� n r' il f� � t' C; �` ,a � 3' �! ;S��r o `,-, �� �� � r •7 a� �, r. � �` � �.�_ ,° � r ry ` �� .� ��� µW 9G ..� �{ !�! ii '•� , i� ��� ��� +'I y I �' t ^I f+ I+ ^ .E, i . � `'� � `* �� l }� �fj � ;'I �I 7{r � �I. i�l ''� �'�� � � � ,'� i" :� . , ?; ri � �. _� u u u'��i,�.�. '.'' " " n. � � ;` � . � � i �� 41 ki iii I^ � � vl� — � - I � � i� } � � � � � }� ;,�ryk� � ik �i: � �� ��'S'}I I� • .� 4 i L � 7 � � {'� +! �E � jy {� �' y; ���� ��� � ��. A li :� ,��,��„�,��; . ��g,.� „��, ,„� U' ,� 4 L� � � � ^k� C� ."'.' � Vx � � � � 4�r � � �'"� � � � � � � V� � � ;� �N �r � � �1 � ti�-i � I � � � � � � � � � .� � � �L � � � � � � � � � � � 3c — a � � � `� � � � � �� � � `� � � � � � � CITY OF FOR"f WORTH 2O18 Bond Year 3, Contract 7 STANI7ARD CONSTRUCTION SPECIFICA`i'lON DOCUMENTS City Praject No. 101453 Revised IiJLY 20, 2018 00 32 15.2 - 0 CONSTRLICTIqA] PRQGRESS SCH�biJLB — PROGitESS EXAMPLE END OF SECTION Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE July 20, 201 & M. Jarrell initial Issue CITY OF� FOR'1' WORTH 2O18 Bond Year 3, Contract 7 STANDARD CONSTRUCTiON SPECIFICATION bOCUM�NTS City Yroject No. 1 D1453 Rcvised JULY 20, 2018 003i 15.3-0 — PROGRESS NARRATI VE Page 1 of 1 SECTION 00 32 15.3 CONSTRUCTI�N PR07ECT SCHEDULE PROGRESS NARRATNE Reporting Period: Date Issued: Project Name: Company Name: City Project No: fngineer's Project iVo: City Project Nianager: Engineer's Project Nlanager: �. Lisfi of activifiies ac 1. (insert text here) 2. (insert text herej 3. (insert text here) 4. (insert text here) 5. (insert text herej 6. {insert text here) ished in �he reborEina aeriod. �. �isfi ofi acfivities to be acco 1. (insert text here} 2. (inser# text herej 3. (insert text here) 4. {insert text here) 5. (insert text here) 6. (insert text herej in the next r�eaortina neriad C. �ist any potential delays ancf provide miiigation acfiions 1. (insert text hereJ 2. (insert text here) 3. (insert text here) �. List any ac�ual de 1. (insert text herej 2. (�nsert text herej 3. (insert text here) and pro�icle recovery acfions City of Fort Worth, Texas 20i8 Bond Year 3, Contrad 7 Cpnstruction Project Schedule iVarrative Report for CFW Projects City Projecl No. ! D 1453 TPW Official Release Date: 7.24.2018 Page 1 of 1 00 31 15.4 - 0 CdIVSTRLJCTION PROGi�SS SCI-i�T7UL� — SllBNIITTAL PROCF,SS SECTION 00 31 15.4 ENGINEER PROJECT SCHEDULE — SUBMITTAL PROCESS PART�- GENERAL Page 1 of 7 The following information pravic�es the process steps for the Engineer to fallow for submitting a project baseline or progress schedule for a capital project to the City of Fort Worth. See CFW speci�cation 00 31 15 Engin�er Project Schedule for details and requiremezzt,s regarding the Engineer's project schedule. If you are not a registered CFW Buzzsaw user, please email or contact: Fred Griff�n, Buzzsaw Administrator City of �'ort Worth Fred. Grif� n@fortworthgov . org 817-392-8868 Using your registered userna�ne and password log into the City's Buzzsaw Site hit�s:l/p�•�i ectt�oint. b��zzsa��=.comlcli ���t:'fc�rt�vc�rlYi�av � � Navigate to your Project Folder. Verify that your Project ID and Project Name are consistent with Project Folder Name. Navigate to the Sched�le Directory under your Project Folder. The 00701-Flaxseed Drainage Tmprovements project is used far illustration. C1TY OP �ORT WORT�I 2018 Bond Year 3, Contract 7 STANI�ARD CONSTRUCTIpN SPECIFICATION DOCUM�,I�iTS City Projecf No. l O1453 Revised JULY 20, 2018 �0 31 15.4 - 0 CONSTRUCTION PROGRESS SC�IEL3ULE — SUBMITTAL PROC�:SS Page 2 of 7 F;. �r ^?.r� Fac:s IiW�p �r J ��_ �� .�' � k 4t �3t ylf�w ��r� . -ti � ��a,y ;� i_n,..ei .�., , I �'u_c.ir. c , F . � �� k ��1 "tF� `,rr I��� � — —'._3 qOT3i-F!azsee. Dran'-�7=3mgxcx•e s� a: ;'� e3n���:$ - � � +. � £�dRebxnses +, ;,;J CuttsHuc4er, � :1 ;� �4�L�faft$ . � C6'It(3{tpf . . ' .� L�!P2�4Ri�E'lEE �+ �� ;] Gc-�erei Cantact aac�ceats ar� 5� . € `y ,_J PrajectL.s�rngs <,,�-� puLdicM�lmgs " " . ;� Real Praperte ��::i�.T� - � ; j -��res v'��_A 0�3�5-L'�ban'di�esCer�s:Guster? ':+: ��70394 - Lkxn Y��zs Cer�an Ciuster r :+,.t} 7f7fL1e-fiba��:�3a'ys�5c•-Lius�3'3e.•ry €+' f'� c7�1}��,-lk�hz;i'�EacescEG�astert�F� '.' � ��3s.3�� _ conitary Sener Reha6 Cu!FNae -.+� � 00355 -h'.esG�uife Rd 2��74 CIP Yeae = Q E. � 00768 - Caks Rcad -�Yant Irrv� to Ge � �.= f *� 0977c - Lebovs L�a;�r � +{'j 00785 - 4immer �reek d S;N�mare 5� � a: � D�373i - Cranbury Raac -{dt��Aa to �+ , k r. i , ��- r * u�. x}• , _yum� z �. b.i��.r��.l.}..�_�J:. .����.It���.r�...ti.'�.�.i L� • ' — . . . . Kdld�++ � ii,���. i S,_�r��. i� �-���� I —�--` -i.. .�� �'ctter�es [rdex.�s Frep Griffin i5,334 f��c�oft Exce? �:... [c}.�rin��ia�l: :fic � Two �les v►+i�l be uploaded for each submittal. A native schedule fle format either Primavera .xer or MS Project .mpp and a PDF version of ihe schedule wiIl be uploaded Verify that the file name contains the 5-digit Project ID, Project Name, and Submittal Date and follows �he standard naming convention. Initial schedule submittal will be labeled as `Baseline' for exarnple: Q0701-FlaxseedDrainageImprovements-Baseline Schedule submittal updates will be labeled with Schedule Submittal Date `YYYY MM' for exarrtple: 007D 1-FlaxseedDrainageImprovements-2009_Q 1 Expand or select the Schedules fo�der and add bath the native file and PDF file to the directory. From the Toolbar Select ❑Add ❑Document CITY OI� rQ1ZT WORTH 2O18 Bond Year 3, Contract 7 STANDARD CONSTRUCTION 5PECIFICA'I'ION DOCUMENTS City Project No. 101453 Revised JULY 20, 2018 0031 is.4-o CONSTIZIlC7'lON PROGRE55 SCH�DULE — SCJI3MITTAT. PROCESS Page 3 of 7 1 F� [61 '.Yn Tr„1� ti.-c y5 �I "�.� _ 'J � [�a..��+� ��'� ��FoEii.r . . 9bf�:��n� -' Naiz � X Li�t � .... . .I Fdder � � �� . �. , I i_ 5 �.� t'F 4i ,�. I .� � j��� � I : „� I � �es;l � � 'µd �'* 4�. +� �� �� _� � 1 . �;.l s: I-FWxseEd prainage ID�p�aee: e� if� 8� Forms � �.'� E�I Responses + � C�tructlan -i � ��e�sultsnLs '_'�, Cantractor '_� Csrcespordersce t: J Gener� Cwt€�act oowrrrtsiis a� �:ea _ _ � P�ojeet D: a.aings .i:-J �' _" �hYeiings 3:-i� CealP:operty _.c� ,� �.; � 5cFsedulesindex.zs -;� Jlk_e;. -+;L �7Cl5-L'rean�iiNaqeseentralCk:sierS;x: �+�: � £=�7�'S - Lh�an V�ages �entr�l Gk�'t� Sa�l ;+�� � 007:f - 4rC+an V�a9es SE Clusfer ierry-rZis :+�, � v03"ti,5 - lA'iaan V�la9efr SE Ckrst�' F�?' `�5 �{:� �>>77s�-�anitar5'Se•.aerRehsbCo^L•a�i:.i .+'..� CC755 -F1esG.:tte Rd 2�ia�CIP'ie�� : {Jes r: -� ��753 - �u[:s Road - BrYairi Irxin tn C"�a� .}; { ] ^^7T's - Eebv.a daannel -....i_� �^-^�5 - Survaer Geek & Syca��o�a �: �o€ � T Select Browse atid go to the locatian of the files on your desktop. SeIect Open I �il�!!'t flM1LLIIL1�f1F5 !,I Iry h {r�i �u. ,i. 5WW5n7 i�ad'tri4nF {Kl �`y-4€trfc•amsLLsieaddvlhrP�l�rx�¢yte�iLucmd:o-atltllaaM�rimLfkrCeFer{apr:r.sP �0'.5'!!�—I � � � � � �_ �._ne . t A.,e:.n� t _ . ..._ � . � � • V� I �.� � � i i Lack j� I.�l L+.efi" • I L;P �' JFI � �ociv:,ei�fs �M1Yn4rtf hlind�'anager Pro 7 �_. � 1 rf � �.nrt{i_• �fA.1r:�FeS A'Qyer Flv�caM ;� Dn�an.t��kFbces 'i„cEnse�ro�c�s �'::+r���IF �,� }".o-;!;.:eaat?��ofess�a.^.al " G_:�dn9Pa5s.pAf � ',� . G..� Cps & Ot�: ;�'� QearTYR�T�at9 I '� C e._��._•13 ;yJsaolRecadE,:itPre � {"�'+w :� [r7�i HI��. [�'PP: l.�J o �s.: ;.1 a�.;� Exam c n�.1 �,'�F=ie3�a Gi�eni ;j' Cryste`sAep:vis 71708 � � S �t Ecrh g;t :v: Q�clsRe�er�ue G�de.pdY � ' =Fi'Phoias^�artc�c^.fes� �p��Disk�efraa�ter I I}+Ue,�..I�uYi �wzPhates^�artP�enier ��reefiaundReeorder I * ;,�� '�o�?�u�:Cen�t {r�FreeSaundRecarder.�xe � y '{ �a���•xCaru+.�rt �11�Lapta�5ecui3fy � nh':snex�e� +!�T.f..� .�J�iogn.��� � M�awft �isw �a��von 2�i;Z [nsa?e EASF e3ook � I,a W e_:Fa�g �� ` ' � i�ir��� r��.x�+�. 'I 0 ��x+ G:.+. �.� ��t'. I. ] I�c5 � .I Le'cx! I The file will appear in the Buzzsaw Add to Project — Select Docurnents window Select N�t. CITY OF FOR`f WORTH 201 S Bond Year 3, Contract 7 STANDARD CONSTRUC�'ION SPECIFICATION bOCUMENT5 Ciry Projcct Na. 101453 Revised JULY 20, 2015 00 31 15.4 - 0 CONS'�RUCTION PROGI7GSS SCHEbUL� — SUi�MI"1'TAL P120CESS Page 4 of 7 Da not select Finish at this ti�ae. ab.'��II.:�f.-�, },. i�`_-i'rrs �o-, ��nM ho �dd h� �c P�+'l�st � WE, rnu �+ �kc add k a G[•i,i+w d r�r.��tiu lt,�ka i=_r � ��Sr'Jr�. 1_.�r8r_Srt�_� �' � . pp�ua�ents _ �ILv:..iCacn�=:it Fil3ileme _ nkLo�ibal. MYJ;... tir_ .-- I�' - -- - .. .- -- - .I_.._ ._� . „� oa�o� r��ecma�aae���,U�„�s�coa_aati� �;1p,��,�s arm ., rnr�,,. ���:°^ .rr1d Eir.sl m,bfichhrn —� � I — — — — — � —G �L . l Fi�.sh i Crxel � heb You will be placed into the Attach Comment window to enter a record into the Project Schedule Submittal Log. Enter the Project TD-Project Name-Submittal in the Subject Line. Type Submittal and Company Name into the Comment window along with Contact Name and Contact Phone Number. Select Next. ,_� I y� �_re-s!e n icxm[ `U.876r.CGmes�e rrsinndh�6nnn�xl fxiFdnn�uir.IFen lor9esyx.ngadrktl. � Yr'�i cSSI' �c =R�� :� k=i D.a!FtmenK � BCai�i+��nkk.9.+e�r•lY.�=.��� iitlerJ�LyAn�ntent I— — — — I3 . � { � � �.��I .� � . 'm I .= I #.���I _ R�:1�J .. � 7eaid Gr 51 ; I{4t4;ak4A � � �� ;Nx�;ac7' I ='�:i�f�e�•-.edGrslnaGeIo�pro3�-em�is-�cselfn= P•��r5r-s� Sd�ed�e Su6mi.tr' i�-am �:empw�q Mam= r_onts�t!Vame t:oria� �Im�e ;Or I 7?date Sd2e;itt�e S�tEal !rorn'Compaap Ntme fo€ n�oric per(om�ed up io 3sr:uary 3.1, �GC�9 Cairact �a�e cnra:.i Phane� � L+axr o- F Fdsh � wa��� _ I Hea � CITY OF FORT WORTH 2O18 $ond Year 3, Contract 7 STANDARD CONSTRUCTION SPECTFICATIOI�I �OCUMENTS City ProjecE No. 10I453 Revised JULY 20, 2018 00 31 15.4 - D CONSTRUCTION PROGRESS SC1I�DULE — SUBMITTAL PI20CESS Page 5 af 7 You will be placed into the Send Email Notification window. Select To and the Select Recipients window will appear witl� a list of Project Contacts. Select the Project Manager as the To Recipient and the Project Controls Gro�ap as the Copy Recipient. ,� r,•. �_._ �_„�. � - „-. .. ,�. . „ ... . . . �,.� , ��,.., � .. .,_� ..��.�,.,...... �t,�� .,,,_.,,� � yli.�i_i.-...tr I � � ��� � x � ril I iiul fi.. I MN�/�[ftlri I -- I �.lil�rii lini�rr�i_ "" + _ . .. n _� � � �� � x� �+nd :tuu:� :luRlar .�.�xf Iv�trN 9�� Beery-lt+�. y rv�csr sas Cnnhn[tA1 raar a ETias 1t�r ii ��.'1 ' i -..�� I. —� ,.i �i� . i .� I - I I � � �... i .�i5 I � :. I�-._ �� :... ': _ r Fl;... Ih'n_.. �n�cY 5t... T... .',... C.... �ve... F+u... rrol.5a,.. T... .3.., .�bC.., W-... YN-.. �ro.t�... . . . :x�... �.•�r... vaie:.Wi... V... 'l... Cl�•... xlX... crn... y�.�':r�'--. 1 ^ C'�:_. Hre__ Yc#2Mc..� Y,.. f�'... CF'-�. 5`i.rtr4xx... - . >... NC�... Nr.... P.6. ai.. 1He�dY... :'i..- C... �N... 9.']... i)e... lLTe %�-.. x.r:# R... C�1... bc... .. � n� a •.a,va�„ ... , c... n�� . �... . ... � aa. n �� �::�zx,.. �,... �... r_F... :ao.., s_+... fvckin.. F'.. �I .Lj.. Za�3.�... Z... F�.. .>o-.-. %ee,:. CY�3... �'S1xYc¢eF.., . p�?Y ASIh.e _ A3... M1�.. �:H_., i•P.. �. �� �.e,ar .-- F.. u... r.F.. a,3... :�t... •.-SM M �c[..� - ; ... � :ttis_Nt ... �3... fr... Y'3i... i%]... ]-if... � _• � ilii ��. I I ���r�.,., Ii�844.�n.�r..w,qr...i � I � . � _...i ...� ^•_ � I Select the Paste Cornmer�t buttan to copy the Comment inta the body of the erzaail Select Finish. CITY OF FORT WORTH 2O1S Bond Year 3, Contract 7 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projcct No_ ] 01453 Revised JULY 20, 2018 DO 31 15.4 - 0 CONSTRUCTIOIV PROGRESS SCHEDUI,E — SUBIVIITTAL PRaCESS Page 6 of 7 ._ I �]� r4fl� 2� 07 41h[f �4�:1 i�ru �ri �,v hF}�ry U�m A{ *C r�:r ar i{Y,�]I�.y �Ti. 1' ��� ;1rr : ry�hrr.ry� ".�i�r! Fiatam;ents f— Pa.� �M, ---� Attach Cr.r..�;�:nt I I � �I � �i �r: Ssnd Cmell Io,,, I � F•=i Griffin tJ4lifi[�#14n "' �:.. I I �I'rolect Canh�ls T�am G4��� I � - .. r�r.ti �=.�'7_.F[axsz_d�ainage[m�ave�ents�=_ekr.a �E,� r� ie �i+.ed�le Stabmi�[;ai fi�ona C;�r:�;�v ilsn�r 7 IC�n�r,cF M1;��e ICantact Phane �� � l:p=a�-� Sche�9e Subr�.�tFol �ro.m �Cr�m�rsy ?lame' fcr sva�tc p�rf�rmed up Fv ]anuary 3:, 2DuS � �Con+,,-; Ftamz `� �f,.ant��t P�aie � w@z� I I �tr�h I Cnncel I I-�r'o The schedule file is uploaded to the directory. An email is sent to the City's Project Manager and Projec# Control Specialist. ,�. �� �� _�:, .�.ti '7 ti aat- � r w'.] � $� }� a� �S LE .Sfi� ,,.i � .� �' : � ' �'d�l �r1Ml�'Ih]15� `I Eli�i 4. . FahF�ir f' �.'W I'� �� y�i .� �'T� . [� 3a7�:-ratxseedx��9eir:src _. �_� �ir�. .�5.ir.. �t�. . �=fr�� � 4��F6lil5 .3IYJL1`5��'I:Y�!� fie�.cx:fCai Ih,iaS t�acosoftex�Ei�... ''_:l2tl�t��f �'�„r � B+lRes. s 1 iti ���'*� '+_"'i :� �.Cia�... 74�25d XEnz�le ]/9jtiti9 4:ir �, _, ;a. ' � J ;.c-zs��cCar: _ _ `�',-�J CuAul:zr.ts . _ _ � Cm�sa: or . . ` C.cc<rre �wfxkt+ce . . .w: ;_ j GCICTW �:RS03::�.RJI!�2RS5 af`d �E[� � ��?rp7.CYafh�'N�J? _ , ._;,;1•��:_I�ieelrm - .f:. ��,;] Qeai Prc�rt� _ _ ., � F+"r Hi, - - . ' :�Gi;�!�v:�^t�l'E9'�EGCFf1FgGY'C�Y• - $:F:[GVifS G`�lY.YIS � ��� 'S ,+�. �,� 3�705�-:3�n a�-q�es C_mtrai Ck.�s=� 5'rx I .: t7 �aa,s -;.��� v�� e�ua� ek .� � � � :«: [*� r��ao-:�.�e:sec�:era�,*��r. +.��� t71i�16-Lsha�Y�ageeSEGusfzfiieMEz! .+� �a �7_N - Ssrxtay Sener Reha6 t:m"aa3 L! . ik..[� 9�7]a-':RE99�SeRdZWzCsYfea[i21z� x{� a��s -:� K� -���.,�y,� a a��� � �.•.e� oars-<d��:fct:..,_�� r - , o- rv- Upload the PDF file using the same guideline. END OF SECTION CITY OF FORT WORTH 2O18 Bond Year 3, Contract 7 STANDARD CONSTRUCTIDN SP�CIFICt1,TION AOCUMENTS City Project No. 101453 Revised JULX 20, 2018 00 31 15.4 - 0 CONSTRUCTION PROGRESS SCI-IEDUL� — SUBMITTAL PROCESS Page 7 of 7 Revision Log DATE NAME SUMMARY OF CHANGE 7uly 20, 20I8 M Jarrell Initial Issue CITY OF FORT WORTH 201 S$ond Year 3, Confract 7 STANDARD COIdSTRUC�'ION SPECIFICATION DOCUMENTS City Project No. ]01453 Rcvised JULY 20, 2018 00 35 13 CONPLTCT OR IN1'�REST AFFIDAVTT Page 1 ot 1 SECTTt)N 0{13_513 CONFLIC'�' (�� INTERES'1� STATE.II��N'`1 �ach biddar, oiferor or respondent to a City oi'�ort '[7U�o�a practirexnent as xec�i�ired to compiete a Canflict of Interest Qtzestionnaire or certify that one is current and azx �le wiY.la Y�ae Czty �ecretar�s Office pursuant to statc law. If a�nember of the �'ai�: Wnrth Czty Cauncil, a11� one or more ot the City M�ager ox ,A,ssistant CiEy 1Vlanagers, or an a�;ez�t of the City who exercises discretion in the pI�nning, recommeizding, select�ng or contracti��g svitt� a bidder, o�eror or raspondent is aftili�ted with yo�ir company, th�n a�,ocal Go�ernment Of�cer Conflicts Diselasure Sta�;nneixt (CIS} may be rec�iiired. You are �►rg�d io canstzlt with counsel regarding the ap}�licability aftl�esa f'orms and Local Government Code Chaptea� 176 to �otYr campany. ' The rc;fEr�nced forms rna� be dovvnloade� fraxza the links provided belaw. 3�.��s:/lww�v_,r ^�lhics�state.ix.uy/ci�fi�lfo� ms/coni�i�UC.IQ��,tlf hkt�s;!fwv��v. etl3ics,sta.te,tx.0 slctata/�or�x2s/aonffict/C�TS,� � � � � � CIQ Forrxx zs on �le with City Secretary CIQ Rorm is being �rovicied to tk�e City Secz'�tary CIS Fariaa dnes �.ot apply CXS �'ar.m xs �n rile w�tJ� Ciiy Secretary C�S �orm is bei�g p�ovided to the Ciry SecreCary �3IUll�R: Stabile & Winn�lnc. Comp�ny I'.O. Box 79380 Address By: Jerry Henderson �� ('PZ se �ri�� Signat�ure: - Sa inaw, TX 76179 �;t��; Cityl�tatelZip �ND O�` SECT�ON CITY OP POR7' WDRTH STnNUAttD CONSTRUCT�TON SPrCIrICAT[o�t Da:UMiN�r5 Rcvised Februtuy 24, 2020 Vic� Pr�sident (I'lease 1'rint) 2018 Bonci Year 3, L'oniract 7 Ci{y Project No. 1U1453 con������ o� irv������ �u�s�i���v,�i�� ���� C�C� �or r►enclor doing busin�ss with local governmentaf en#i#y This questionnaire reffeats changes made to the law by FI.B. 23, 84th Leg., Regular Session. OFFIC� USE ONLY This questionnaire is being filed in accordance with Chapter i76, Local Government Code, by a vendor who pate Received has a business relationship as defined by Section i76.001(1-a) with a locai governmental entiiy and ihe vendor meets requirements under Section 176AD6(a}. By law ihis questionnaire must be fifecE with the records administraEor of the laca! go�ernmental entity not la#er than the 7th business day afler The date ti�e vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-7}, Locai Government Code. A vendor commits an otfense if #he vendor knowingly violates Section 176.006, Local Governm�nt Code. An offense under this section is a misdemeanor. � Mame of vendor who has a business relationship with local governmental entity. Stabile & Winn, Inc. z � Check this bax if you are filing an update ta a pre�iousiy filed questiannaire. (The law requires that you file an updated completed questiannaire with the appropriate fiiing au#hority not later than the 7th business day after fhe date on wh9ch you became aware that the originally filed questionnaire was incomplete or inaccurate.) 3 Name of Iocal government officer about whom ihe information is being disclosed. [�IQN� Name of Ofiicer a Describe each employment or other business relationship with the tocal governmenf officer, or a family member of the officer, as described by Section 176.OD3(a)(2)(A). Also describe any family relationship with the local gor►ernment officer. Complete subparts A and B for eac� employment or business relationship described. AttacF� addi#ional �Oages to this Farm CIQ as necessary. A. Is the local governmen# afficer or a famify member of tE�e officer receiving or likely to receive taxable income, other than investment income, from the venclor? � Yes � Na B. fs the venclor receiving or likely to receive taxable income, other fhan investment income, from or at the directian of fhe local gov�rnmenf officer or a family member of the officer AND the taxable income is not received from ti�e locaf governmental entity? � Yes � No 5 Describe each employment or business refationship that the ver�dor named ir� Section 1 maintains with a corporation ar other business en#ity with respect ta which the IocaE go�ernment officer serves as an officer or director, or holcls an ownership interest of one percent or more. NONE 6 ❑Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts a5 described in Section 176.003{a}{2}(B), excluding gifts descrii�ed in Section 176.003(a-� ). 7 �e_ � . �o�� na of �e or dping business with the governmental entity Dat� Form provided by Texas Ethics Gomrnission www.ethics.state.tx.us Revised 11/30/2015 �oc�� �ov���v��n�� �F�F���� �o�n� ��S ����Ll��� �I��LBS��� ��i4�`���i�� (lnstructions forcompleting and fifing this form are provicied on the next page.) This quesiionnaire reflects changes made to the law hy H.B. 23, 84th Leg., Regular Session. O��IC� US� �iV�Y This is the notice to the appropriate local gavernmental entity that the foilowing local government officer has become aware of facts that require the officer to file this statement �ate Received in accordanc� wiih Chapter 176, Locai Go�err�rr�ent Code. � Name of Local Ga�ernment Officer NONE 2 Office Hefc! iV IA 3 Name of �endor descrihed by Sections 176.�07 {7) and 176.003(a), Local Go�ernrnent Code NIA q Descriptian af the nature and extent of each employment or ather business reiationship and each family relatianship with vendor namec! in item 3. NIA 5 List gifts accepted by tHe local ga�ernment officer and any famiiy member, if aggregate �alue o# the gifts accepted from vendor named in item 3 exceeds $10� during the 12-month period described by Section 176.003{a)(2)(B). Date Gift Accepted N/A Description of Gift NIA Date GiftAccepted NIA Description of Gift NIA Date Gift Accepted N/A Description o! Gift N/A (attach additional #orms as necessary) s AFFlDAVIi I swear under penalty o( perjury thaf ihe above statement is true and correct. I acknowledge that the disclosure applies to each family member (as defined by Section 176.001{2), Local Covemment Code} of this local govemment officer. f also acEcnowledge that Ehis statement covers the 12-month peripd described by Section i76.003(a)(2)(8), Local Government Code. Sigr�ature of Local Govemment Officer AFFIX IVOTARY STAMP ! 5EAL ABOVE Swarn to and subscribed befare me, by the said , this the day of , 20 , to certify wnich, witness my hand and seal of office. 5ignature of officer administering oath Printed name of of6cer administering oath Title of officer adminisfering oafh Form provided by Texas Ethics Commission www.e#hics.state.tx.us Revised 11/30/2015 0o at ao BII] FORM Page 1 of 3 s�crioN oo a� aa BID FORM TO: The Purchasing Manager clo: The Purchasing Division 200 Texas Street City of Farf Worth, Texas i6102 FOR: 20�8 BOND Year 3, Contract 7 City Project No 101453 UnitslSections: Unit 1- Wafer Improvements EJnif 2- Sanitary Sewer Improvements Unit 3 - Paving Impro�ements Unit 4- Haltom Cify Impro�ements 1. Enter lnto Agreement The undersigned Bidcler proposes and agrees, if tf�is Bid is accepted, to enter into an Agreernent wifh City in the form i�cluded in the Bidcling Documsnts to perform and furnish al] Work as specified or indicated in the Cantract Documents for the Bid Price and within the Confract 'iime indicated in this Bid and in accordance wit� the other terms and conditions of the Contract Documents. 2. 81DD�R Acknowledgements and Certification 2.9. In submitting fhis Bid, Bidder accepis alE of fhe terms and conditions of the INVITATfON TO BIDDERS and INSTRUC710NS TO BIDDERS, including without limitation those deafing with fhe cEisposition of Bid Bond. 2.2. Bidder is aware of all cosis to provide the required insurance, will da so pending confract award, and wiEl provide a valid insurance certificate meeting afl requiremen#s within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the inferest oi or on behalf of any undisclosed 'mdi�idual or entity and is not submitted in conformity wifh any colfusi�e agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has nof directly or indirectfy induced or solicited any o#her Bidder to submit a fa]se or sham Bid. 2.5. Bidder has not solicited or induced any indi�idual or entity to refrain from bidding. 2.6. Bidder has no# engaged 9n cnrrupt, fraudulent, collusive, or coerciue practices in competing for the Cnntract. For the purposes of tF�is Paragraph: a. "corrupt practice" means the offering, gi�ing, receiving, or solicifing of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" rneans an intentional misrepres�ntation of facfs made (a) to influence the bidding process to the detriment o� Ciiy (b) fo esfablish Bid prices at artificial non-competitive le�els, or (c) to depri�e City of the benefits of free and open competition. c. "coliusive practice" means a scheme or arrangement betw�en two or more Bidders, wit� or without the knowledge of City, a purpose of which is to establish Bid prices at artifiGial, non-competitive levels. d. "coercive practice" means harming or threatening to harm, directly or indirect�y, persons or their property to influence the�r participation in the bidding process or affect the execution of the Contract. CITY OF FORT WORTH S7ANDARD CON57ftUCTIDN SPECIFICATION DpGL1MENTS 2018 Sond Year 3, Contrecl7 Form Revised March 9, 2U20 Ciiy Praject No, �40i453 40 41 00 BIO FQRM Page 2 of 3 3. Prequalification The Bidder acknowl�dges thaf the fallowing work types must be perFormed only by prequafified contractors and subcontractors: a. Water Distribution, Urban and Renewal, 12-inch diameter and smailer b. Sewer Bypass Pumping, 18-inches and smafler c. CCTV, 18-inches ancE smalfer d. Sewer Collection 5ystem, UrbanlRenewal, 18-inches and srr�allsr e. Sewer Cleaning , All Sizes f. Epoxy coating of sewer manholes g. Asphalt Pa�ing ConstructianlReconstruc#ion (15,000 square yards and GR�A7ER) h. Concrete Pa�ing Cons#ructionlReconstruction (15,000 square yards and GR�ATER) 4. Time of Completion 4.1. The Work will be complefe for Finai Acceptance within 365 calendar days after the date when the fhe Contract Time commences to run as provided in Paragraph 2.03 of fhe General Conditions. 4.2. Ridder accepts the provisions of the Agreement as to liquidated damages in the event of failure #o cornple#e the Work {andlor achievement of Milesfones} witi�in tFte times specified in the Agreemeni. 5. Attached to this Bid The follnwing documents are a#tached to ancE rnade a parf of this Bid: a. This Bid Forrn, Section 00 4'! 00 b. Required Bid Bond, Section DO 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposaf �orm, Sec#ion 00 42 43 d. Vendor Compliance fo Stafe Law Non Resident Bidder, Section OQ 43 37 e. MINBE Forms (optional at iime of bid} f. PrequaEification Siaternenf, Secfion 00 45 92 g. Conflict of Interest 5tatement, Secfion 00 35 13 "lf necessary, CiQ or CIS forms are to be pro�ided directEy to City Secretary h. Any additional docum�nts that may be required by Section 9 2 of the Instructions to Bidders CI7Y O� FOR7 WORTH STANDARD CONSTRUCiION SPECIFfCA710N DOCUMENTS 2018 Bond Year 3, Contract 7 Form Revised March 9, 2020 CRy Project No. 101453 00 41 OD BI� FORM Page3of3 6. 7otal Bid Amount fi.1. Bidder will complete fhe WorEc in accordance wi#h the Contract Dacuments for the following bid ainaun#. In the space provided below, please enfer t�e to#al bid amount for fhis projecf. Only this figure will be read publicly by the Cify at the bid opening. 62. If is understood and agreed by the Bidder in signing this propnsal that the totaf bid amount entered below is subject to verification and/or modifica#ion by multiplying fhe unit bid prices for each pay item by the respective estiinated quar�tities shown in this �rapasal and then totaling all of the exfended amounts. Total Bid Unit 1+2�3+4�+Alte�nate A- POL Paving $ 3,990,032.50 Total Bid Unit 1+2+�3+4�-Alternate B- Concrete Paving $ 3,989,9$7.95 7. Bid Submittal This Bid is submitted on December 3, 2�20 by the enfity narrted below. F2especffull ubmiftey By: — J (S�gnature) � Jerry Henderson (Pri�#ed Name) Titfe: Vice President Company: Stabife & Winn, Inc. Receipf is acknowledged of the fnitiaf following Addenda: Addendum No. 1: Addendum No. 2: Addendum Na. 3: Addendum Na. 4: Corparate Seal: Address: P.O. Box 79380 Saginaw, TX 76179 State of Incorporatian: 7exas Email: ierrvC�a siabilewinn.com Phone: 817-847-2p86 END OF SECTION ciry oF FORr waRTy S7ANDARD COMSTRUCTION SP�CIFICATIpN DOCUM�NTS Form Revised March 9, 2020 2D18 Bond Year 3, Contract 7 City Project No. 101453 on 4z as k3FD PROYQSAL Pngc 1 aF5 S�C710N 00 42 43 I'i20�O5A� FORM crrr oE soxi waerEi STAN�ARF] CONSTRUCT]ON SI'T',��F�CA770N ooL;llM1iN'I'5 2Ule I3ond Yca� 3, ConMcl7 Fonn Re+uod 2a12o120 �ityProj� No_ ]u1453_nJJcnJumNo.2_llid Pnrywsnl Warklwak UNIT pRIG� �fn �idder's Applica�ion oo aa n3 llIDPROPOSAL Page 2 of 5 SECTION 00 42 43 PROPOSAL FbF2M ciTv or roaT warzn i Sl'ANf]ARD CONS'iAUC'f[UN SF'L•'CII�ICATION �OCUMFiNTs 2ole Aond Yr.ir 3, Con�nci 7 1'om� R�ris y3 20120120 Cfs�� l}nyectNo_ iu I45't /uWcndum Na_ 2_S3idYnryusnl Wmk6oak URlli �RIC� �IE} �idder's Application 0042 43 BIDPROY(xtiAL Pnge 3 nf 5 SECTIpN Op 42 43 PROPOSALFORM un�i� ��ic� �r� Item No. Eid list IIem N Unit 3- Pavin Im ro+ 1 0771.010'f 2 0241.010D 3 6241.0300 4 0249.'[400 5 0247.6409 6 0247.U4Q2 7 024'[.1300 Project [tem Informatiort Description ients ;onsirucfion Staking temove Concrete Sidewalk �emove A�A Ram ;emo�e Concreie Valle Gutler ;emove Cancrele Qriveway ;emave Asphalt Driveway ,emove Concrele Curb & Gutter lite clearing ' - 12" Tree Remo�al 8" - 24" Tree Removal 4" and Larger Tree tiemo�al W3P > 1 acre IMAC Transilion " Conc Sidewalk " Conc Sidewalk. Adiacent to Curb 16 3213.0322 Conc Curb at 17 3213.04Q1 6° Cancrete C 78 3213.0501 Barrier Free F 79 3213.0506 Bardef Free F 20 9999.0005 Barrier Free F 2'f 3213.05U7 Barrier Free F 22 3217.0002 4" SL.p Pvmt 23 3277.2002 Raised Marke 24 3277.5001 Curb Address 25 3299.0900 To soil 6" 26 3292.0900 6�ock Sod Pla 27 9935.0002 Remove and I 26 3305.0107 Manhoie Adiu P-1 ied R-i P-2 3i 3346.0008 4" Pipe Underdrain, Type S(Roof QraiR Curb ppening) 32 3471.0001 Traffic Control 33 9999.0004 Remove and Relocate Mailhox 34 3305.0105 Miscellaneous Utility Adlustmeni {Irriqalion� SpeciFicatioa Section No. 01 71 23 U2 41 13 02 41 93 02 41 15 D2 49 73 02Ai 13 02 41 15 31 10 00 31 10 06 31 10 06 31 1 d 00 31 25 00 32 12 16 32 13 20 32 'I 3 20 32 i 3 20 32 13 20 s2 � 3 zo 32 13 20 32 13 20 32 13 20 32 17 23 32 17 23 32 17 25 32 91 19 32 92 13 00 00 00 33 05 14 33 46 DO 34 91 30 33 46 00 34 71 13 06 OD 00 33 OS 14 ao ao 00 Bidder's Application Bidder's Praposa] or __ Bid Qaantity Unit Priee i3id Valne SF 1427 LF 4849 SY 200 EA 8 EA 3 EA 1 LS 1 FN 20 SF 8885 SF 7791 LF 187 SF 35329 EA 6 EA 2 EA 1 EA 1 LF 4400 EA 2$2 EA 188 CY 3S1 SY 2110 EA 5 EA 22 EA 1 �A 19 LF 171 MO 5 EA 1 LS 1 LS � 1.50 50.00 10.00 1.50 7.00 $12.00 $9.p0 ?,$OU.f ?,ODO.f 3,100, [ $73.Oi] $23.OU $14.50 $ 2,479.50 �.oao.ao s 2o,oao.00 i750.00 $ 750.00 30,000.00 $ 36,OOQOD 100,060.00 $ 106,006.a6 $ 579.34'1.90 CffY OFiOAT WOR17I STA1J!)Attl] CONS'f[iL1CClUN SPLCII'ICA770N [?OC�JMI',M'S 2018 ]3umd Ywr 3,Conirna 7 Fo�m Hrn�sw120120120 City Pr ject Nn. 101451_hriJcndum No.2_f3id ProFwsnl Wm�kl�nnk 0o aa nz nm rrtnrnsnE. ew��e Urs SECTION 00 42 43 PROPOSALFORM U1�1�� �Ir,��� ��� Ilem No.lBid list Etem �uclile 33�5.0163 Explorat 0171.014i Consiruc 0241.0100 Remove 0241.0300 Remove Q241.0401 Remove 0241.0402 Remove 024].Q403 Remove 0241.130Q Remove 3110.0101 Site clea� 311o,o1D5 24" and l 'ii�.ri (lifli CW'�P > ��dd�r's �ppfication Project 1[em Enfomiation BiddePs Proposal �escription Specification Sec[ion No. Unit of �id Quan[ity Uni[ Price Aid Vah�e Measure 331712 �F 40 $65.00 $ 2,600 33111'E TN 1 $8,500.00 $ 8,5D0 33 92 46 EA 2 $5,20�.40 $ 10,40D 33 12 20 EA 3 �7.300.00 $ 3.90D �ve 5' - 5' S ory Excavation of Existing Utilities tion Siaking Concrele Sidewalk A�A Ramn & 32 3213.0311 4" Conc Sidewalk, Ad'acent to Curb 33 3213.0322 Conc Curb ai Back of Sidewafk 34 3273.0401 6" ConcYete Drivewa 35 3213.D501 Barfier Free Ram , T e R-1 36 3213,D506 Barrier Free Ram , T e P-1 37 3217.SOD1 CurbAddressAainfing 38 3291.0100 To sail 39 3292.a100 Block Sod Placement 40 9999,0�02 Remove and Re lace fnlet 70 41 3441.411D Remove and i�einstall Sign Panel and Post 42 3471.00o1 Tra�c Control 43 9999,0004 Remove and Relocate Mailhox 44 9999.D002 Construciion Allowance c�ry or roar woRn c 8TM11VI)AA� CC]NSIR[fCT10N Sf'1?C[k'fCA'f10N DIX:L1MIiN'f3 raa� K�ris�d zoi2oizo 331210 EA 8 $9Dp.00 $ 7,200.00 33 05 14 EA 8 $32b.00 $ 2,600.00 33124D �A 1 $1,400,00 $ i,400.00 33 31 20 LF 800 $90.00 $ 72,000.00 33 39 16, 33 39 20 EA 3 $8,000.06 $ 24,OD0.00 333150 EA 18 $1,50�.00 $ 28,500.00 02 41 14 EA 2 $550.00 $ 1,100.00 33 39 60 VF 100 $330.00 $ 33,OODAU 33 09 31 LF S00 $8.00 $ &,400.00 33 OS i0 L� 8D0 $9.00 $ 800.00 33 Di 30 EA 3 $275.00 $ 825.00 320118 LF 1060 $19.0� $ 20,tA0.00 024115 SY 20D $10.0� $ 2,600.00 321313 SY 200 $150.00 $ 30,000.00 38 fl5 30 EA 2 $1,300.06 $ 2,660.60 U17123 LS 9 $7,OOD.00 $ 7,000.00 024113 SF 84 $1,50 $ 126.�0 02 41 13 EA 2 $350.00 $ 706.00 02 41 13 SF 2405 $'I.50 $ 3,607.50 Q2 41 13 SF 960 $9.00 $ 960.00 02 41 93 SF 157 $7.50 $ 226,5� 02 41 15 LF 659 $4.00 $ 2,696.00 31 10 �0 SY 20 $10.U0 $ 200.00 31 10 06 EA 1 $2,U50.00 $ 2,050.00 31 25 00 LS 1 $500.00 $ 560.60 32 13 20 SF AA2A $7.50 $ 33,180.00 32 93 20 SF 9fi28 $9.00 $ 14,652.00 32i320 LF 1�0 $12.00 $ 1,200.00 32 13 20 SF 355D $9.00 $ 31,950.00 32 13 20 EA 1 $2,800.40 $ 2,800.40 32 13 20 EA 1 $2,000.00 $ 2,OQO.Q� 32 17 25 EA 48 $73.00 $ 3,356.00 32 91 19 CY 50 $23.40 $ 1,15U,OU 32 92 13 SY 659 $6.5Q $ 4,283.50 00 00 00 EA 1 $4,706.OU $ 4,700.D0 34 41 30 EA � �7oa.ao $ 700,OD 34 71 13 MO 2 $4,000.40 $ S,OOO,OD 00 Ofl 00 EA 2 $750.00 $ 1,5D6_00 00 00 00 LS 1 $ 40,000.06 � 4�,aaa.00 2ole ISo�ui Y�ar3, Conrraci 7 Cily]'mj�c[Na.101453_MI�d��mNo.2_Ilidl'eo���snl Wnrkl�w]; 00 42 43 F1IUP20POSAL Pagc 5 of 5 SECTION 00 42 43 PROPOSALFORM C117 oN b'Oli'f WOR713 SFANDhRD CONSTRUCTION SPSC[FfCATION AOC�MF:N15 2U}g 6wW Ycer 3, Con[mcll Pozm Revised 20120F20 City Projcc[ No. 301d5.1 hddciulomNn.2_Rid Propne�l Wn�k600k Uldl�" P�IC� �ID �idd�r�'s �pp�icafior� Bid Bond Surety Department KNOW ALL MEN BY THESE PRESENTS, That we, Stabile & Winn, Ync., as Principal, hereinafter called the Principal, and the Great American Insurance Comuanv of New York, a Corparation created and existing under the laws of the Staie of New York, whose principal office zs in Cincinnati, OH, as Surety, hereinaf�er called the Surety, are held and £�irmly bound �nto the Citv of Fort Worth, Texas, as Obligee, hereinafter called the Obligee, in the sum of k�ve Percent {�%1 of �he amount bid Dollars �� ____________�� �o� �e payment of which sum, well and truly to be made, the said PrincipaI and the said Surety, bind ouz-selves, our heirs, executors, administrators, successors and assigns, jaintly an.d severally, firn�ly by these presents. Whereas, the Principal has submitted a bid for 2018 Bond Ye�r 3 Contract 7 Unit 1— Water Improvements, Unit �— Sanitary Sewer improvements, Unit 3— Pavin� Ymqrovements, U�it 4— H�ltom City �murovements Eilis Road (Mase St. ta Sand_y Ln.) f�ings Hwv (Fain St. to Wheeler St.) O�kview Street fMarsalis St. to Airport �vy.) Seaman Street (E. Belknaq St. to Clary Ave.) Selma Street Brittain St. to N. Beach St.) City Proiect No.1014g3 NOW THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such hid, and give such bond or bonds as may be specified in the bidding or contract docurrients with good and sufficient surety for the fai�hfiil perfonnance of such contract and for the prompt payment of labor and material furnished in the prasecution thereof, or in the event of the fai�ure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay io the Obligee the difference noi to exceed the penalty hereof between the amount specified in said bid and sucl� larger amount for which the Obligee may in good faith contract with another party to perfarm the wark covered by said bid, then this obligation shall be null and void, otherwise to remain in full force a�d effect. Signed and se�ed this 3rd day of December, 2020. Attest: I: : � �- • �-- - _ l� _ Stabile & Winn Inc. {Princip ) � . BY �-� ��. rry erson, Vice-President � Witness: Great American Insurance Company of New York _- � �/�� � � , • J . . By; , By '� Tracy Tuck , Attorney-in-Fact �sEA�,� Form S-32b6-4 Printed in i1.S.A. 12-70 ��Gr4� A�flI�RICAiV fNSU�AfVC� C��P�ai�Y O� N�W Y0�14 �ew York Attministrati�e Office: 309 � 4ii� S�'R��� � CIN�IPlPlAil, O�ilO 45202 a�93-369-�a ��°�X 593�723-2�40 The number of persons authoriaed by this power of attorney is not more than SIX No. 0 14893 POW�R OF ATPORP��Y 1(I�OW ALL M�N �Y Tb�.S� PR�S�P��S: ihat the GR�ATAME�RICAN INSURANC� COMPATVY OF NEW YORMC, a corporation organized and existing under and by �irtue of the laws of the State of New York, does hereby nominate, constit�te a�d appoint the person or persons namecf below its true and lawful attorney-in-fact, for it and in its name, place and stead to exec�te on behalf af the said Company, as surety, any and all bands, underkakings and contracts of suretyship, or other written obligations in the nature thereof; pro�ided that the liability of the said Company or� any such bond, undertaking or cantract of suretyship executed under this authority sha[! not exceeef the limit stated below. Name Address �imit of Power TRACY �fUCKER STEVEN TUCKER UU. LAWRENCE BROWN BENNETT BROWN KEVIN J. DUNN RdBERTA ERB ALL OF FORT WORTH, TEXAS ALL $100,0OO,ODQ.00 This Power of Attorney revokes all previous powers issued on behalf of the attorney(s)-in-fact named abo�e. IN WITNESS WFtEREOF, the GREATAM�RICAN INSURANCE COMPANY O� NEW YORK has caused these presents to be signed and attested by its apprapriate officers and its corporate seal hereunto ai#ixed this 2�ST day of APRIL , 2020 . Attest GREAT AMERICAN INSURANCE COMPANY OF N�W YORK jpRl6ylrE?g � � � � � Fs � °',SEAL �F �' `�� ' ��„-..�...�� . Assi.stant Secretnry � �1 A� ' '! r.� � � , ��; -'k' Divisronal Senivr �ce President MAEiK VICARIO (877-377-2405) STAiE OF OHIO, COUNTY OF HAMILTON-ss: On this 2�ST day of APRIL , 2o20 , before me personaEEy appeared MARFC ViCARlO, io me Ecnown, being duly sworn, deposes and says that he resides in Cincinnati, Ohio, ihat he is a Di�isional Senior Vice President of the Bond Division of Great American Insurance Companyof NewYork, the Company described in and which executed the above instrument; tha# he knows the seal; that i# was so affixed by authority of his offiee under the By-Laws of said Company, and t�at he signed his name thereto by like authority. SU�l�N A �COFiAR57 � �� _ �,: ff"a krntary P��lic t� "„f __ � Spt�t� r�i ehia �1 a,p� -re� � _ ,�� �� ��ti�?, e, %ly loQ��r ����1 � �y 1�� ���� This Power of Attorney is granted by authority of the following resolutions adapted by the Board of Directors of Great American Insurance Company of New York by unanimous written consent dated May 14, 2009. RESOLVED: That the Divisiona! Presidenf, the several Divisional Senior 1/ice Presidents, Divisional Vice Presrdents and Divisional Assisfant Vice Presidents, or any one of tl�em, ,be ar+d hereby is aufhorrzed, from time to fime, to appoint one or more Attorneys-in-Facf to execute on behalf af the Company, as surety, any and al! 6onds, underiakrngs and contracis of suretyship, or other written obligations in the nafure thereof,• ta prescribe their respecfive dufies and ihe respeciive limits of therr authorify,• and fo revoke any such appointment at any time_ RESOLVED FCIRTHER: Thaf the Campany seal and fhe signature of any of the aforesaid o�cers and any Secretary or Assisfant Secretary of fhe Company may be affixed 6y facsimile to any power of atforney or cerffficafe of eifhergiven for the execution of any band, undertaking, contract of suretyship, or other wrrtten obkgation in the nature thereof, such signature and sea! when so used being hereby adopted,by the Company as the ariginal signature of such officer and the origrnal seal of fhe Campany, to be valyd and binding upon the Companywith fhe same force and effect as fhough manually affixed. C�R I I�fCAiIOPI 1, STEPHEEV C. B�RAHA, Assistant Secretary of Great AmerRcan Insurance Company of New Yorfc, da hereby certify #hat the foregoing Power of Attorney and the Resolutions of the Board of Directors of May 14, 2009 have nat been r�voked and are now in full force and effect. Signed and sealed this �1�ir� � ¢ °�-S EA E. ,�j ��"�^`j� 3rd day of D.ecember 2020 . , — r' /' l �yW Assisianl Secrefury � 51165N (03120} 00 A3 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANC� TO S7A`fE LAW NON RESiDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of cantracts to nonresident bidders. This law pro�ides that, in order ta be awarded a contract as low bidder, nonresident bidders (out-of-state contractars whose corporate affices or principai plac� of business are outside the State of Texas) b�d projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a T�xas resident bic[der would be required to t�nderbid a nonresid�nt bidder in order to obtain a cornparable contract in the State which the nonresident's principal place of business is IocatecE. The apprapriate blanks in Section A must be filleci out by all nonresident bidc�ers in order for your bid to meet specifications. The fiailure af nonresidanf bidders ko do so will automatically disquali{y that bidder. Resident bidders mUst check the box in Section B. A. lVonresident bidders in t�e 5tate of �l�t�F> �;er� �a Cslharlc , our principaf place of business, are required to be 5% percent lower than resident bidders by Stat� Law. A copy of the sfatute is aitached. Nonresident bidders in the State of ti�kfa��. i-�er� or L3�a��k , our principal piace of business, are not required to underbid resident bidders. B. The principaf place of business of our cor�pany or our parent company or majority own�r is in the State of Texas. Ct� � BIDDER: Stabife & Winn, Inc. E'.O. Box 79380 5aginaw, TX 76179 By: Jerry Henderson �` . s (5ignature} � iitle: Vice President Date: �C.. � X;ND OF SFC`1'ION ciTY o� �oRr woRrH STANDARD CONSTRUCTlON SPEGIFICATIOiV DOCUMENTS Form Revised 2a11Q627 �t� � l.' 2018 �ond Year 3, Contract 7 City Prnject iVo. 909453 00 45 11 - 1 BIDll�RS PREQUALIFiCATI03VS Page 1 of 3 sECTroN oo as ii BIDDERS PREQIIALIFICATIONS l.. �ummary. Al� contrac#ars are required to be prequalified by the City prior to subrrtitting bids. To be eligible to bid fihe contractor must submit Section 00 45 12, Prequalification Statement for the work type(s) listed with their Bid. Any contractor or subcontractar who is not prequalified far the work type(s) listed must sub�nit Section 00 45 13, Bidder Prequaliftcation Application in accordance wifih the requiremenis below. The prequalification process will establish a bid limit based on a technical evajuation and fina�cial analysis of the contractor. The information must be submitted seven (7) days priox' to the date of the opening of bids. For exam.ple, a contractor wishing to submit bids on projects to be opened on the 7#h of April must fite the information by ihe 31 st day of March in order to bid on these projects. In orc�er to expedite and facilitate the app:roval of a Bidder's Prequaiificatian Application, the following must accompany the submission. a. A complete set oi audited or reviewed financial s#ateinents. (1) Classified Baiance Sheet (2} Income Statement (3) Stateme�t of Cash Flows (4) Statement of Retained Earnings (5) Notes to the Financial Statements, if any b. A ceirtified copy of tl�e firm's organizational documents (Corporate Charter, Articles of Incorporation, Articles of Organization, Certificate of Formation, LLC Regulations, Certificate of Limited Partnership Agreenzent). c. A compieted Bidder Preq�aalification AppIication. { 1} The fi�•m's Texas Taxpayer Tdentificatior� Number as issued by the Texas Cattaptrol�er of Pubiic Accounts. To obtain a Texas Taxpayer ldentification number visi# the Texas Comptrolier of Fublic Acco�znts online a# the fiollowing web address www.window.state.tx.us/taacper�tnit/ and �11 out the application to apply for your Texas tax ID. (2) The firrn's e-mail address and fax number. (3) The firm's DUNS numbar as issued by Dun & Bradstreet. This number is used by the City for required reporting on Federal Aid projects. The DUNS nunaber may be obtained at www.dnb.com. d. Resumes reflecting the construction experience of the principles oi the firm for firms submitting their initiai prequalification. These resumes shoutd include the size and scope of the wark performed. e. Other information as requested by the City. �. Preqaalification Requirements a. Financial Statements. FinanciaZ statement subrr�ission must be provided in accardance with the following: (1) The City requires that the original Financial Statement or a ce�rti�ed copy be submitted for consideration. CITY OF FORT WOKTH Z018 Rond Year 3, Conlract 7 STAI`}DAR.D CONSTRUCTION SPECIFICATION DOCUMENTS City Project Na. 107453 Revised luly 1, 2011 00 45 11 - 2 BID�ERS PREQUALIFICAT[ONS Page 2 of 3 {2} To be satisfactory, the financial statements must be audited or reviewed by an independent, certified public accounting firin registered and in goad standing in any state. Curren# Texas statues also require that accaunting f�rms performing audits or reviervs an business entities within the Sfiate of Texas be properly licansed or registered with ihe Texas State Board af Public Accountancy. (3} The accounting firm should state in the audit report or review wheth�r the contractor is an individual, carporation, or limitecE liability company. (4) Financial Statements must be presented in U.S. dollars at the current rate of exchange of the Balance Sheet date. (5) The City will not recognize any certified public accountant as independent r�ho �s not, in fact, independent. (6) The accoun#ant's opinion an th� financial statements of the contractin� company should state that the audit or review has been conducted in accordance with auditing standards generally accepted ir� the United States of Arnerica. This must be stated in the accounting firm's opinion. It should: (1) express an unqualified opinion, or (2) express a qualified opinion on the state�nents taken as a whole. (7) The Ci#y reserves the right to require a new stateinent at any iime. {8) The financial statement must be prepared as of the last day af any month, not more than one year old and jnust be on f le with the City 16 months thereafter, in accordance vvith Paragraph l. (9) The City will determine a contractor's bidding capacity far the put-poses of awarding contracts. Bidding capacity is determined by multiplying the positive net working capital (working capital= curreni assets — current liabilities) by a factor of 10. Only those statements reflecting a positive net working capital position will be considered saiisfactory for prequali�cation purposes. (10) In the case that a bidding date falls within the time a new financial statement is being prepared, the previous statemeni shall be updated with proper verification. b. Brdder Prequalificcrtion Application. A Bidder Prequalification Application znust be submitted along with audited or reviewed financial statements by firms wishing to be eligible to bid on all classes of construction and maintenance projects. Incamplete Applications will be rejected. (1) In those schedules where there is nothing to report, the no�ation o� "None" ar "N/A" should be ir�serted. {2) A zxzinimum of five (5) references of reIated r�vork must be provided. {3) 5ubmission of a� equip:t�ten� schedule which indicates equipment under the control of the Contractor and which is related to the type of work for which the Contactor is seeking preq�aiification. The schedule must incfude the txzanufacturer, model and general commo;n description of each piece of equipment. Abbreviations or nneans of describing equipment other that� provided above will not be accepted. 3. Eligibility to Bid a. The City sha�l 6e the sote judge as to a contractor's prequalificatian. b. The City raaay reject, suspend, or modify any prequalification for fai�ure by the contractor to demonstraie acceptable financial ability or pe�-formance. c. The City will issue a ietter as to the status of the prequalification approval. C1TY OF FORT WORTH 2O18 Bond Year 3, Contraci 7 STANDARD CON3TRUCTION SP�CIrICAT10N DOCUM�NTS City ProjectNo. 1D1453 Revised 7uly 1, 201 I 004511-3 BIDDERS PRF.QIIALIFICAT90AIS Page 3 of 3 d. If a contractor has a va.lid prequalification letter, the con#ractor will be eligible to bid the prequalifed work types until the expiration t�ate stated in the letter. END OF SECT�ON C11'Y OF PORT WORTH 2O18 Bond Year 3, Contract 7 STA.NI�ARD CpN5TRUCTIOI�i SPECIFICATfON DOCUMENTS Ciry Project No. 101453 Aevised Juiy l, 2011 SECTION 00 45 12 PREQUALIFICA710N S�'AT�MENT 00 A5 12 BI� FORNE Pageiof4 �ach Bidder for a City procurement is required to compl�te the information below f�y identifying the prequalified contractors andlor subcontractors whom they intend to utilize far the major work type(s} listed. Major Work Type ContractorlSubcontractor Cnmpany Name Prequalificatian Expiration Date Water Distributian, lJrban and Renewai, 12-inch diamefer and R&D Burns Brothers 413Q/2021 small�r Sewer Bypass �urriping, 18- R&D �urns Brothers 413d12021 inches and smaller CCTV, 18-inch�s and smal3er R&D gurns Brothers 4l30/2021 Sewer Collect�on Systern, UrbanlRenewal, 18-inches and R&� Burns Brot�ers 4/30/2021 smaller The undersigned hereby cerfifies that the cvntractors andlor subcontractors described in the taE�le above are currently prequalified for the work types listed. BIDDER: Stabil� & Winn, Inc. P.O. Box 79380 Saginaw, TX 76179 By: Jerry der on _ .�� (Signature) Title: Vice I�resident oate: ��� , 3 �-0 �U ���.% li2.v1 � lr 1�\ GC$�s o v�, �sP�'��L-r ���tfa�, END OF SECTION '� t�4 � �-� a+� � {� o � �� i'� �r��1 � � � ��-'��a�� �r���a� �`� 5������ .�-���� � p 3�� �o�� IZ[3! � ��'� CITY OF FQRT WORTH STANDARD CONSTRUCTIDN SP�CIFICATfON �OCUMEiVTS 2018 Bond Year 3, Contract 7 Form Revised 20120120 City Project Np. 101A53 ���r� ����� SECTYON 00 4513 BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet Name under which you wish to qualify Post Office Bo� Mark only one: Individual Limited Partnership General Partnership Carporation Limited Liability Company City State Zip Code Street Address (required) City State Zip Code ( ) { ) Telephone F� Email Texas Taxpayer ldentifzcatian Na. Federal EmpIoyers Identification No. DUNS No. (if applicab�e) MAIL THIS QUESTIONAIRE AI�,ONG WITH FINANCIAL STATEMENT5 TO: CITY OF FORT WORTH TEXAS 200 TEXAS STREET FORT WORTH, TEXAS 76102-6311 AND MARK THE ENVELO�E: `BIDDER PREQUALIFICATION APPLICATION" 00 �45 13 BIDDSR PREQiJALIFICATION APPI.,ICATION Page 2 of 8 BUSlNESS CLASSIFICATION The following should be completed in order that we rr�ay pz'operIy classify your fir�n: (Check the black{s} which are applicable --- Block 3 is to i�e left blank if Block 1 and/or Block 2 is checked) � Has fewer than 100 employees and/or � Has less than $6,000,OOO.UO in annual gross receipts OR � Does not meet the criteria for being designated a small business as provided in Sec#ion 2pp6.OQ1 of the Texas Government Cade. The classification of your �rm as a smalI or large husin�ss is not a factor in determining eligibility to beconne prequalified. MAJOR WORK CATEGORIES Water Department Augur Boring - 24-inch diameter casing and less Augur Boring - Greater than 24-inch diameter casing and greater Tunneling — 36-Inches — 60 —inches, and 350 LF or less Tunneling - 36-Inches — 60 —inches, and greater than 350 LF T�nneling -- 66" and greater, 350 LF and greater Tunneling -- 66" and greater, 350 LF or Less Cathodic Protectiox� Water Distribuiion, Development, S-inch diamet�r and s�nal�er Water Distribution, Urban and Renewal, 8-inch diameter and smaller Water Distribution, Developr�ent, I2-inch diameter a�d sznaller Water Distribution, Urban and Renewal, 12-inc� diameter and smaller Water Transmission, Development, 24-inches and smaller Water Transmission, Urban/Renewal, 24-inches and smaller Water Transmission, Development, 42-inches and smaller Water Transmission, Urban/Aenewal, 42-inches and smaller Water Transmission, Development, All Sizes Watex' Transmission, Urban/Renewal, All Sizes Sevver Bypass Pumping, 1$-inches az�d smaller Sewer Bypass Pumping, 1$-inches — 3b-inches Sewer Bypass Pumping 42-inches and laz'ger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smailer CCTV, 24-inches and smaller CCTV, 42-inches and smaller CCTV, 48-inches and smaller CITY OP FORT WORTH 2O18 Bond Year 3, Contract 7 STAMDARD CONSTRUCTIQN SPECIFICAI'IOtt! DOCUMENTS Ciry ProjectlVo. 10l453 Rcvised March 9, 2020 00 45 13 BfDD�it PREQUALIFICATION APPLICATIp€�] Page 3 of 8 MAJOR WORK CATEGORIES, CONTINUED Sewer CIPP, 12-inches and smaller S�wer CIPP, 24�inches and smaller Sewer CIl'P, 42-inches and smaller Sewer CCpp, Ail Sizes �ewer Collecfiio� System, Development, S-inches and smaIler Sewer Collection System, Urban/Renewal, 8-inches and smaller Sewer Collection System, Development, 12-inches aud smaller Sewer Collection System, Urban/Rener'val, 18-�nches and sma�ler Sewer Interceptors, Development, 24-inches and smaller Sewer Interceptors, Urban/Ren�wal, 24-inches and smaller Sewer Interceptors, Developjnent, 42-inch�es and smaller Sewer Interceptors, Urban/Renewal, 42-inches and smaller Sewer Interceptors, Development, 4$-inches and szaaalier Sevver Interceptors, Urban/Renewai, 48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smalier Sewer Pipe Enlargement, AII Sizes Sewer Cleaning , 24-inches and smaller Sewer Cleaning , �2-inches and sma�ler Sewer Cleaning , All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or Iess Sewer Siphons 24-inches or less Sewer 5iphons 42-inches or less Sewer Siphons All Sizes Epoxy Coating of Sewer Manholes Transportation Public Worl�s Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Asphalt Paving Construciion/Reconstruction {15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance (UNDER $1,000,000) Aspha}t Paving Heauy Maintenance {$1,Q00,000 and OVER) Concre#e Paving Construction/Reconstruction (LESS THAN 15,OOD square yards) Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER} Roadway and Pedestrian Li�h#ing CITY OF FORT WORTH 2Q18 Sond Year 3, Contract 7 STANDAI2D COiVSTRUCTIOi�f SPECIFICATIOAI DOCUMENTS Ciry Pro}ect No. 101453 Revised March 9, 2020 00 45 ] 3 BIDDER PR�QLIt1L1FICATION .APPi3CAT10N Page 4 of 8 List equipment you do not own but which is available by renting DESCRTPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under yo�ar preseni name? List previous business names: 3. How many years of experience in had: (a) As a General Coniracior: construction r�ork has your organization {b} As a �ub-Contractor: �4. �What projecis has your organization completec� in Texas and elser�v�ere? CLA5S LOCATION NAME � DETAILED CONTRACT OF DATE CITY-COUNTY- ADDRESS OF OFFICIAL TO AMOUNT WORK COMPLETED STATE WHOM YOU REFER *If requalifying only show work per�armed since last statement. S.Have you ever failed to complete any work awarded to yau?_ If so, where and rr�hy? 6.Has any officer or owner of your arganization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual, other organization ancE reason. 7.Has any officer or owner of your organization ever failed to comple#e a cantract execut�d iii his/her name? If so, state ihe name of the individual, name of awner and reason. CITY OF FORT WORT}f 2015 Bond Year 3, Contract 7 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projecl No. 101453 Revised March 9, 2020 00 45 13 BIDDER PREQUALIFICATION APPLICt1TIO�I Page 5 of S 8. In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? If so, when and to whom do you refer? I Q. S#ate names and detailed addresses of afl producers from whom you have purchased principal materiais d�ring the last three years. NAME OF FIRM QR COMPANY DETAILED ADDRESS i l. Give the names of any aff�liates or relatives currently debarred by the City. Indicate your relationship to this person or f rm. 12. What is #he cons#ruc#ion experience oithe principal individuals in your arganizaiion? PRES ENT MAGNITUDE POSITION OR YEARS OF AND TYPE OF 1N WHAT NAME OFFICE EXPERIENCE WORK CAPACITY 13. If any awner, officer, director, or stockholder of your firm is an employee af ihe City, or shar�s the same household with a City employee, please list the name of the City e:aaployee and the relatronship. ln addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance frotxi that person as a direct result of a documented medical condition. This includes foster cl�ildren or those related by adoption or marriage. CITY OF FORT WORTH 2O18 Bond Year 3, Contract 7 ST�INDARD COI�STRi1CT10N SPECIFICATION DOCUMENTS City Project No. 101453 Revised Marcii 9, 2020 OD �45 13 BICJI7ER PREQ[3ALIFICATIDN APPI.ICATIpN Page 6 of 8 CORPORATION BLOCK PARTNERSHIP BLOCK Yf a corporation: If a part�ership: Date of Incorporation State oi Organization Charter/File No. Date of organization Presiden# Is partnership general, limtted, or registered limited liabiiity partnership? Vice Presidents File No. (if Limited Partnership} General Partners/Off"icers 5ecretary Lamited Partners (if applicable) Treasu re r LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorpo�ation Date of organization Fil� No. Individuals authorized to sign for Partnership Officers or Managers (with titles, if any} Excepi �or limited partners, the individuals listed in the blocks above are presumed to riave Iull signature authority for your �rm unless otherwise advised. Should yorr wish to grant signa�ure authority for additional individuals, please attach a certified copy of the corporate resolutian, corporate minutes, partnership agreement, power of attorney or other legal documentation which grants this autharity. CT`FY QF FORT WORTH 201 S Bond Year 3, Contract 7 STAND�.RD CONSTRUCTION SPECIFTCATIOAI DOCUMENTS City Project No. i 01453 Revised March 9, 2020 00 �ES 13 B�DDER PREQUALIPICATION APPI.ICATION Page 7 of 8 14, Equipment TOTAL BALANCESHEET ITEM QUANTITY ITEM DESCRIPT�ON VALUE 1 2 3 4 5 6 7 $ 9 10 11 12 13 14 15 l6 l7 18 19 20 21 22 23 24 25 26 27 28 29 30 Various- TOTAL Similar types oi equipr�aent may be lumped together. it your i�rm has more tnan su rypes or equipxxxeni, you may show these 30 types and show the remainder as "vaz'ious". The City, by allowing you to show only 30 types of equipment, reserves the right to request a complete, detaiied list af all your eyuipment. The equipme:nt list is a representatiott of equipment undar the controi of the frm and which is related to the type of work for which the firm is seeking quali�cation. In the description include, the manufacturer, model, and g�neral common description of eaclz. CITY OF FQKT WORTH 2O18 Rond Year 3, Contrack 7 STANDARl7 CONSTRUCTION SPEGIFICATION DOCUMEIdTS Ciry Project No. 101453 Revised Ivlarch 9, 2020 00 45 13 BIDI]ER PREQUALIFTCA"1'f�3V AFPLICATION Page & af $ BIDDER PREQUALYFICATION AFFIDAVIT STATE OF CQUNTY OF The undersigned hereby declares #hat the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein firsi given; that this statement is for the express purpose of inducing the party to whom it is subz�n.itted to award the subxnitter a con.tract; and that the accountant who prepared the bala�ce sheet accompanying this report as well as any depository, vendor or any other agency herain named is hereby authorized to supply each party with any informaiion, while this statement is in force, necessary to verify said statement. , being duly sworn, deposes azid says that he/she is the of , the entity described in and which executed the foregoing statement that he/s}�e is familiar with #he books of the said entity showit�g its fnancial condition; that the �oregoing financial statement talcen fronrz the books of the said entity as of the date ther�of and that the answers fio the questions of the foregoing Bidd�r Prequaliiicatioi� Application are correct and true as of the date of #his affidavit. Firm Naine: S ignature: Sworn to before me this day of Notary Public Nota�-y Public mast not be an officer, direc#or, or stocl�holder or relative thereof. CITY OP FORT WQRTH 2O1S Bond Year 3, Contract 7 STANDF�RD COIdS`I'RITCTIOt�€ SPECIFICATION DOGUMENTS City Pro�ectNo. 3fl1453 Revised Mazch 9, 2020 004526-1 C(7NTRAC7'OR CQMFLlANCk. �JU1Ti1 WORKER'8 COMPEiV5f1T]OA! 1.,AVJ Page 1 of I 1 Stabile & Winn, Inc. Company � 2 CONTR.ACT�R COMPLTANCE WXTH WO�KER'S C�MPENSATION LAW 3 Puisuant to Texas Ldbnr Code See�.on 40ti.09C(a), as amended, Cont�•actor c�rtiiies that it 4 provides worker's oompensation insurance co'verage for a�l of it�s employces exxzptoyed on City 5 Project I�o, 101�53_ Contractor further oe�i�es tha�, pursuant Co Texas Labar Cc�de, Seetion .6—�--406:496(b};-as-�arr}cnded;-itwill�provide-to-Eit�it��ubco�atra�tt�r's-eertifieaf:�s�-cr%crors�p�ian�ce-tivitlr----- _..__._._. .._..... '� wo��lcer's �ornpexzsation coverage. � 8 9 CONTRACTOR: lU il 12 13 14 1S 15 1� 18 19 20 21 22 23 24 25 26 27 2$ 29 30 31 32 33 34 35 36 37 3S 39 P.O. Box 79380 Address Saginaw, TX i6179 Gity/Staie/Z�ip '1'HE �TAT� 0�' '�'�,�AS COUNTY OF TARRANT SFC�ON OU 4� 25 § � �3y: Jerry Hendersnn (P se Yrin � Sig�ature: Titi�: Vice President (Please Print) B�FORF 1VIE, the undersigned �uthority, on thzs day personally appeared Jerr�r Henderson , lcnown to me to be the person whase n�une is subscribed to the f.o�-egoin�; ixistrument, ancl acknowledged ta nie t3iat he/she executed the sa.ine as the act and deed of Stabile & Wlnn, InC. for tk►e purposes and consideration therein e�ressed and in t�ie ca�acity the�ein sl:ated. GZ'S�EN'CTNDFR MY HAND AND SEAL OF OFk'�CE t:k�is 1�th day of __Januar� , 2�21. :Y �« p��sRA �Ut;ki���. �,�: ���n iVotary Pv4�lic, �t�te of%3 ��� �� Comm. �xpu�:s 09-(�7-2�' '''�,���! �i�otary iD 13'� . � Notary �ublic in a f h� State Texas �Nn a� s�C�rrarr G7TY OF FORT W ORTI-I 7.OI R Bond Year 3, Cunlracl7 S'1"AiVbhRD CO]VSTRiSC"I70N SPECIFICAfIOI�i llfICUMENTS CityProject No. 101453 �2evised duly 1, 2011 00 45 40 - 1 Minority Busincss Enterprise 5pecifications Page 1 of 2 1 � 3 4 5 6 8 9 10 1� 12 13 14 i5 i6 i7 18 19 20 �1 22 23 24 �5 �6 2� 28 29 30 31 32 33 34 35 SECTION 00 4� 40 `t�..�'�. . �. � , � 1', i r.�ft,r�;'�.� .. {� "���,r��-. � , Minority Business Enterprise �pecificatipns APPLICATION OF POLICY Tf the total dollar value oi the contract is greater tha�a $50,000, then a MBE subcontracting goat is applicable. POLICY �TATEMENT �t is ilae policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of all goods and services. AlI requirements ar�d regulations stated in the City's current Business Diversity Enterprise Ordinance apply to thisbid. MB,� PRO TECT (�nAL� The City's MBE goal on th�s proj�ct is ,l0% of tlae total bid value of f�e contract (Base bid applies to Parks and Community Services). Note: If bofh MBE �nd SSE su�contracting goals are esfablished for this project, then an Offeror must submi# bofh a MBE U#ilization Form and a SBE Utilization Form to be deemed responsive. C:nMPLiANCE TO BID SPECIFIC.ATTnNS On City contracts $50,000 or mor-e where a MBE subcontracting goal is applied, Offerors are �•equired to co�nply with the intent of tIae City's Business Diversity Enterprise Ordinance by one af the fotlowing: l. Meet or exceed the above stated MRE goal thraugh MBE subcontracting participa#ion, or �. Meet or exceed the abvve stated MBE goal through MBE Join� Ventare participation, or 3. Gaod Faith Effart documentation, or; 4. Prime Waiver documenfation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by tk�e assigned City of Fort Worth Project Manager or Departxneat Designee, within the following times allocated, in order for the entire bid to be considered t�esponsive to the speciiications. The Offeror shall EMA�L tkze MBE documentation to the assigned City of Fort Wo�-th Pro�ect Manager or Department Designee. A faxed copy will not be accepted. l. Subcontractor Ufi�ization Form, if received no later �han 2:00 p.m., on the second City business goal is met or exc�eded: day after the bid apening date, exclusive of the bid opening date. 2. Good Faith Effo�-t and received no later than 2:00 p.m., on the second Cify business Sub�ontractor Utilization Form, if day after the bid opening date, exclusive of the bid opening artici ation is less ihan stated oal: date. 3. Good Faith Efforf and received no later ti�an 2:00 p.m., on the second City busi�aess Subeontractor Utilization Fornn, if no day after the bid opening date, exclusive of the bid opening MBE artici ation: date. 4. Prime Contractor Wai�vew Form, received no later than 2:00 p.m., on t�e second City bt�siness if you will perform all day after the bid opening date, exclusive of the bid opening contractin /su Iiet- woric: date. CITY OP FORT WORTH STANDARD GOI*ISTRUCTION SPECIFiCATION I70CUMF.IVTS Temporarily Revised April b, 2020 due to COVID 19 Emergency 2018 Bond Year 3, Coniracd 7 City Project Na. 101453 00 45 40 - 2 Niinoriry Business Enterprise S�ecifications Page 2 of 2 5. Joint Venture Form, if goal is met or exceeded. received no laier than 2:00 p.m., on the second City business day afte�- the bid opening date, exclusive of the bid opening date. 2 ��'AILURE TO COMPLY WITH THE C�TY'S BUSINESS DIVERSITY ENT�RPRISE ORDINANCE 3 WiLL RESULT IN THE BID BEING CONSYD�RED NON-RESON�IVE TO SPECI�ICATIONS. � FAILURE TO �UBMIT THE R�QU�RED 3VIBE DOCUMENTATION WILL RESULT IN THE SID SEING CONSIDERED NON-RESPONSYVE. A SECOND RAILURE WILL RESULT IN THE Ok'k'EROR $ BEING DISQUALIFIED k'OR A PERIOD OF ON� YEAR. THREE FAiLURES 1N A FIVE YEAR PER.IOD WILL RESULT IN A DISQUALIFICAITON PFRiOD O�' THREE YEARS. 6 7 Any Questions, Please Contact The BDE Of�ce at (817) 392-2674. S END OF SECTION 10 11 CITX OF FORT WORTFi 20I8 Bond Year 3, Conlract 7 STANDARD CONSTRUC7ION SPECiFICATiON DOCUMEIdTS City Project No. 101453 Temporarily 1Zevised April 6, 2020 duc to COVIDI9 Emergency 00 52 43 - 1 Agreement Page � of 5 SECTION 00 �� �43 AGREEMENT THI� AGREEMENT, authorized on � 7i is made by and beriveen tlae City of Forth Wot-th, a Texas home rule municipality., acting by and through its duly authorized City Manager, �«C��»�, and ��4��� .L � ..�.� . 1�.� , authorized ta do business in Te�as, acting by and through iis duly authorized representative, ("Contractor"). C�ty and Contractor, in consideration of t1�e mut�aaI covenants hereinafter set forth, agree as %llows: Article 1. WORK Contractor shall complete a�l Wark as specified or indicated in the Contract Docurnents for the Project identif�ed herein. Article �. PROJECT The project for which the Work under the Cont�-act Documents may be tlie whole or only a part is generally described as foliows: 2015 l3ond Year 3, Contrcact 7 City �roject No. 101453 A�-ticle 3. CONTRACT PRICE City agrees to pay Contractor for performance of the Work in accordance wi#h the Contract Documents an amottnt, in current funds, of� �«,,�a� ���� 1�.,,,,,�� Dollars ($ �_� ,9��E .�'� }. �t��w �,.�� �a.�.���, ���� a�.�.s��� '�.���-`4 s�-v�.-� ca.as p��w��-z� F�ev�, e�w�.� Article 4. CONTRACT T�ME 4.1 Final Acceptance. The Work will be complete for Final Acceptance within 36S days aftet t}�e date wk�en the Contract Time commences to run, as pro�ided in Paragraph 2.03 of the GeneraI Conditions, plus any extension thereoi allowed fn accordance wiih A�-ticle 12 of the General Conditions. 42 Liquidated Damages Cantractor recagnizes that time is of the es�sence for completion of Milestones, if any, and to achieve Final Acceptance of the Work and City wi11 suffcr financial loss if the Wark is x�ot co�tzzpleted within the time(s) specified in Paragraph 4.1 above. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding, the actual loss suffered by the City if the Work is nat campleted on time. Accordingiy, instead of requiring any se�ch proaf, Contractor agrees that as liquidated damages for delay (but not as a penalty}, Contractor shall pay City six hundred fifty Dollars ($650.00) for each day that expires after the time specified in Paragraph 4.1 for Final Acceptance until the City issues the �'inal Letter of Acceptance. C1TY OF FORT WORTH 2OI8 Bond Year 3, Cantract 7 STANDARD CONSTRUCTIpN SPECIFICAi'ION DOCUFv1ENT5 City Project No. 1 D1953 Revised 09/06/2019 005243-2 Agreemen[ Page 2 of S Article S. CONTRACT DOCUMENTS 5.1 CONTENTS: A. The Cont��act Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: 1. This Agreement. 2. Attachments to this Agreement: a. Bid Fornr� � ) Proposal Form 2) Vendor Corr�pliance to Siate Law Non-Resident Bidder 3) Prequaliftcation Statement 4�) State and Federal documenfis (project specifac) b. Current Prevailing Wage Rate Table c. Insurat�ce ACORD Form{s) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. Wark�r's Co�alpensatian Affidavit i. MBE and/or SBE L7tilization �'ot-m 3. General Conditions. 4. Supplementary Conditions. 5. Specificaiio�as specifically made a paj-t of the Conh-act Documents by attachment or, if not attached, as incorporated by reference aztd described in #1ie Table of Contenis of the P�-oject's Contract Documen#s. 6. Drawings. 7. Addenda. S. Doc�mentation st�bmitted by Contracto:r prior to Notice of Award. 4. The following which may be deIivered or issued after tl�e Ef%ctive Date of the Ag�-eement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. Article 6. INDEMNIF�CATION b.l Contractor covenants a�nd agrees to indemn�fy, �old harmless and defend, ak ifs owr► expense, the city, its officers, servauts and employees, fwom and against any and all claims arising out of, or alleged tv arise au# of, the work and services to be performed by the contractar, its officers, agents, employees, subcontractors, Iieenses or invitees under #his contract. This indemniiication ro�isio� is s ecifcall intended to o erate and be effective eve�n if ii is alle�ed or proven fhat all or some of the c�ama�es being svu ht rvere caused in whole or in art b an act omission or ne li ence of the ci . This indemnity provision is intended ta encludc, withont limita#ion, indemnity for costs, expe�nses and legal fees incurred by #he city in defendix�g against such c�aims and eauses of actions. CITY OF FORT WORTH 2O1813ond Year 3, Contract 7 STANDARD CONSTRUCTIOId SPECIFICATION bbCUM�NTS City Projec! No. IOI453 Reviscd 09l06/2019 OD 52 �43 - 3 Agree�nent Page 3 of 5 G.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its officers, seN-vants and employees, from and agains# any and all loss, damage or desiru�tian qf property of #he city, arising out of, or alleged to arise out of, the worl� and services to be performed by the eontractor, its of�cers, agents, employees, subcontractors, licensees or invitees under this contract. This ir►demnification ro�vision is s eci�'icall in#ended to o erate and be effective even if it is alle ed or proven that ail or some of the dama�es beip� sought were caused, in whoie or in part, b an act omission vr ne li ence of the ci . Article '�. MISCELLANEOIIS 7.1 Terms. Terms used in this Agreement which are defined in Article 1 of the Genetal Conditians will have the rneanings indica#ed in the General Conditiot�s. 7.2 Assignment of Contrac#. This Agreement, including all of the Contract Documents may not be assigned by the Contrac#or without the advanced express written consent of the City. 73 Successors and Assigns. City and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other pavty hereto, in res}�ect to all covenants, agreenaents and obligations contained in the Contract Documents. 7.4 Severability. Any provision or part of the Contract Dacuments held to be unconstitutional, void or unenforceable by a court of cornpetent jurisdiction shall be deemed stricken, and all remaining provisions shall cantinue to be valid and binding upon CITY and CONTR.ACTOR 7.5 Governing Law and Venue. This Agreement, including all of the Contract Documents is performable in the State oi Texas. Venue shall be Tarrant County, Texas, or #he United Staies District Court for the Northern Distric# of Texas, �'ort Worth Division. 7.6 Authority to Sign. Contractor sl�all attach evidence of authori�y to sign Agreement if signed by someone oiher than the duly authorEzed signatoty of the Contractor. 7.7 Prohibition On Contracts With Companies Boycotting Israel. Contracfior acknowledges that in accordance with Chap�er 22'10 of the Texas Gavernment Code, the City is p�-ohibited firozaa e�tering into a con#ract with a company for goods or services unless the contract contains a written veri�cation from the company that it: {�) does not boycoti Israel; and (2) will not boycott Israel during the term of the contract. CI fY OF FORT WORTH 2O18 Boncl Year 3, Condract 7 STAt�fDARD CONSTRUCTIO�1 SPECIFICATION DOCUMEN�S Ciry Praject No. 101453 Revised 09/06/2019 005243-4 Agreeroe�t Page 4 of 5 The terms "boycott TsraeI" and "company" shall have the mea�ai�ags ascribed to those terms in Section 808.001 of the Texas Governrnent Code. By signing this contract, Contraclor certifies that Contractor�'s signature pravrdes writlen verificrrtion to the City that Contractor: (1) does not 6oycott Israel; and (2) will not boycott .Ixrael during the term of the contract. 7.8 Itnmigration Nationality Act. Contractor sha11 verify the identity and employment eligibility oi its employees who perform work under this Agreement, including compleiing the Employment Eligibility Veri�cation Form {I-9). Upon request by City, Contractar shall provide City with copies of ali I-9 far�ns and supporting eligibility documentation for each empfoyee who performs work under this Agreement. Contractor shall adhere to all Federal and State Iaws as wel! as establish appropriate procedures and cont:rols so that no services will be performed by any Contractor employee who is not legally eligible to perform such services. CONTRACTOR SHALL INDEMNIFY C�TY AND HQLD CITY HA1t1VII.,ESS FR�M ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Contracior, shall have the right to immediateIy #erminate this Agreement for violations of this provision by Contractor. 7.9 No Third-Pa�-ty Beneficiaries. This Agreement gives no rights or benefits to anyone other than the City and t�ie Contractar and there are no third-pa�-ty beneficiaries. 7.10 No Cause of Actian Against Engineer. Contractor, its subcontractors and eyuipment and materials suppliers on the PROJECT or their slueties, shall maintain na direct actian against the Engineer, its officers, employees, and subcontractors, for any clai�n arising out of, in connection with, or resulting from the engineering se�-vices perfoimed. Only the City r7vil� be the beneficia�y of any undertaking by the Engineex. The presence or duties of the Engineer's personnel at a construction site, whether as on-site representatives or otherwise, do not tnake the Engineer or its personnel in any way responsible for those duties that belong to the Cify and/or the City's constr�action contractors or other enti#ies, a�d do not relieve the construction contractors or any other eniity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary far coordinating and completing all portions of the constructian work in accordance with the Co�tract Documents anc� any health or safety precautions required by such construction work. The Engineer and its personnel have no authority to e�ercise any cantrol aver any const�-uction contractar or other entity or thei3• employees in connection with their woj•k or a;ny health or safety precautions. SIGNATURE �AGE TO FOLLOW C1TY OF FORT WDR'I'I�i 2018 Bond Year 3, Contracd 7 STANDAI� CONSTRUGTION SPECTPTCA fION bOCUMENTS City Projecd Na. 101453 Revised 091DGR019 0052-03-5 Agrecmenf Puge 5 of 5 IN WI'f NESS WHBREOF, City and Cai�Eracto�� l�a�e eacli executed this Agreement ko be effectIve as of ihe date subscribed by t�►e City's desig�3ated Assistant City M�nager ("�ffective Date"). contraator; �'�'bil� �. lf�i�i� ; 1Y1c... City of T'ort Woa•t17 By: g ure Jerry Henderson {Prinfed Name) Vice Presldent Title P.O. Box 79380 Address .Saginaw, TX 76179 City/State/Zip Date CITY Of•' T'OR7' WORTH S 1'AN�A'RD CONSTRUCTION SPECfFICA'i'IOiV DOCI31VIEiVT3 Revised 09/0b1Z019 : "i; � �� Da�ya C3tirghdoff -` ./lssistant Ci�y Man�g�f _ r -� L' i-' � Date , � Attest: � . ,• � " i � T - City S cr y � ' (Seal) M&C: Z1��OZO Date: �[ 6�. f arm 1295 Nn.: ,� �. � � Canh�act Coinpliance Mar�age�•: By sig�iin�, I acicnawlecEge that I air► the persot� respon�ible far the monitoring aild admiiiistration of this contract, including e�Ysu�•i��g all per%rtnance and t•epoiting �•equirements. ��� ____ -- Gr eg Ral�bi�rs, P.E. ProJect Manager Transporiaflon arrd Publlc INorks Deparfinent Appt'oved as to Form and Legaiity: B� Douglas W. C3lacic Assistaiit City Attorney APPROVAT� RECOMME 4 4 WiIliam Joi���son, D �•ect Transpoi�tation & Publi Works Depat•tment �f�fb uo,rn ren�• .s. Cax1t•ac1 � -� - , Gil���rnisoail+o- .x(ko`�i� � r � Bond No. CA 3714761 DD6113-1 FERFC3R.MANCE HOND Page ] of 2 l 2 3 4 5 G 7 $ 9 SECTIQI� 00 61 l.3 PERFORMANCE BOND THE STATE QF TEXAS C-�i�11►Y 11iLi) �1111•\ 7;7\►1! 11 Th�t we, Stabile & Winn, Tnc. � § § knovvn as "Principal" herein and Grea� American Insurance Cornpany „., ...., _.._� , a corporate surety{sureties, if more #han one} duiy autharized to do business in #he State of Te�as, known as �0 "Surety" herein {wheti�er one or more), are held and firmly bound unto tlae City of �'ort l�Vorth, a 11 znuniai�al cflr}�oration ereated pursuant to tl�e laws of Texas, knar�n as "Ciiy" herein, in fhe penal Three million nine hundred eighty nine thousand nine hundred 12 sum o#', e� ------------ ------------------------------- Dollars j 3 ($ 3,989,957.95 ), tawful money af the Uni#ed States, to �e paid in Fort Worth, 14 Tarrartt County, Texas for the payxnen� of which sum wel� and f�-uly to be tnade, w�; bi�nd 15 16 ourselves, o�ur heirs, executors, adminisfrators, successa�s and assigns, jointiy and severally, firmly by these prese�ts. 17 WHEREAS, the Principal has entered into a certain written cantract with tlie City 18 awarded the �� day of �,, 20 ZI , which Contract is hereby referred to and 19 made a part �aexeaf far alI purpases as if fully set forth herein, ta iurnish all nn,aterials, equipmen# 20 �abar ar�d other a�cessories defined by law, in t�e prosecution af the Work, including any Change 2 i Orders, as provided far in said Cantract dasignated as 201$ Bond Year 3, C41'l� 1C� 7, City Pmject 22 No.101453 23 24 25 PTOW, THEREFORE, the coridition of#liis obligation is such that if#he said Principa� shal� iaithfully �erft�rm it obligations under the Contract at�d s#�all in a1l :respects duly�and faithfia�ly per�'orjxa the Work, including Cl�ange Orders, undsr the Contract, according to the plar�s, 2b speeifications, and con#ract documents tharein referred to, and as well dwri�g any periad of 27 extension of the Contract that may be granted on the part of the CiLy, then this obligatic�n slaail be 28 and become nuil and voic�, othe.rwise �o remain in full farce and effeet. 29 30 31 PROVIDED FURTFIER, that if any iegal actian be �led �n this Bond, venne shall iie in Tarrant County, Tex.as or the United States District Caurt for the Northern District of Texas, Fort Worth Division. CITY �fi �ORT i�pRTH STAi�IDARb CONSTRIICTiflN SPECiFICATION DOCUMENTS fievised ]uly l, 2al 1 KNQW ALL BY THE�E PRESENTS: 2018 Bona' Year 3, Contrac� 7 City /'roject No. i 01453 00 61 13 - 2 PERFORMAI+iCE BONI? Page 2 of 2 l This bond is made and execu#ed in compii�ce with the provisions of Cl�ap�er 2253 of #he 2 Texas Gavernme�t Code, as arnended, and all liabilities on ti�is band shal] be determined in 3 accordance witt� the }�ravisions of said statue. 4 IRT Wl'Y'1�1E55 WHEREOF, the Principal and the Surery have SIGNED and SEALED 5 this instrUment by duly authorized agents and d�ficers on this the Z� st day of fi 7 $ 4 lQ ll �z 13 14 15 16 17 18 19 �o z� �2 23 24 25 26 2? 2$ 29 30 3l 32 33 34 35 36 37 38 39 40 4I 42 43 44 45 � � 20�. ATT'EST: _ � . > (Principal) Secre � � ;_��_T_,/I ,_�' r—� �_ - �._�....�...__ �'"" ���.. � � Wi�ess as to Surety PRINCiPAL: Stabile & Winn, Inc. . � _ /�. ��-.�...;,,. �� _,� Jerry Henderson, Vice Fresident Name and Title ��� � Address: P O Box 79380 Sa inaw, TX 76179 SUI2�TY: _Great American, Insurance Campany �Y: - �: _ igna - Trac Tucker, Attorney-in-Fact Name and Title ^^ Address: � z� N Rayner Sk Fart Worth, X 761 i 1 Teleph4ne Number: 817/336-8520 *Note: If signed by an off'icer of �tl�e Surety Compaxry, there must be an fiie a certi�ed exh•ac# from� the by-laws showing that this person has autharity to sign such obligation. If Surety's �hysical address is different from its mailing address, both musk be provided. The date of the bond shall not be prior to t�e date the Cantract is awarded. C1TY OF POFtT WORTH STANDARD CONS7'IZUCTION SPECIF3CATIOTI DOCi7MENTS (ievised 7uly 1, 2011 2018 Bond Year 3, Contract 7 City Projec� No. 101453 Bond No. CA 3714761 � 00 61 14 -1 PAYMENT BO1Vb Page 1 of 2 l 2 3 � S 6 THE �TATE OF TEXAS CO[JflTTY OF TARRAPiT SECTIOIiI' 00 61 14 PAYNiENT BOND � � �70W ALL BY THESE PRE�EI�TTS: § 7 That we, Stabile & Winn Inc. l�txown a5 $ "P�rinc�pal" Ite�'eii�, and Great American Insurance Com an , a 9 corparate sure#y (sureties), dnly authorized ta do business in the State of Texas, kno�n as 10 "Surety" hereitt (whether one or more), are held and �rmly bound unto the City of �ort Worth, a i] municipal corpora#ian created pursuant to the laws of the Sta.te of Texas, known as "City" herein, Three million nine hundred eighty nine thousand nine hundred 1�. lIl �i1B �5�117j Si1i11 Of eiehtv seven and 95liD0-----____. --------------------------------- D01�1CS �3 ($ 3,989,987.95 ), lawful maney of fhe United States, to be �aid in Fort Worth, 14 Tarrant Caunty, Te�s, for the payment of w�i�h surn wel� and truly be made, we birnd ourselves, 15 16 our heirs, executors, administrators, successars and assig�s, joint�y aiad severally, firmly by #hese presents: 17 WH�EREAS, Principal has en#ered inta a certain written Contract with City, awar�ed the l8 �_ ir` day of �'p�� �� , 20 7.i , which Contract is hereby referred to and 19 made a part hereof for al! purposes as if fully set forth herein, ta furnish all materials, equipment, 20 labor and other acc�ssories as defined by law, in the prosecution of tb.e Work as prflvided for in 21 said Contract and designated as 20l 8 Bond Year 3, Contract 7, City Pro�ect No. 101453. 22 iiiOW, THEREFORE, THE CONDIT.iON OF THIS OBL�GATI�N is such that if 23 Principal shall �ay all rnonies owing to any (and all) payment bond beneiiciary (as defined xn 24 Chapter 2253 of the Texas Governnaent Code, as amended} irt the prosecu�ion of the W�r� under 25 26 27 2$ 29 30 the Co[�tract, then this obligation sha�l be and becom�e nutl ar�d void; o#herwise to remain in full farce and ef.Fect. This boz�d is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond sha11 he detenmin�d in accordance with the pravis�ons af said statute. cisy a� FOR� woR� aar8 eorat �e� �, conna�t 7 STAI�II7ARB CONSTRUGi'IOId SPECIFICA'ITQN bQCUMENTS CityProject No. 101453 Revised July i, 2011 0 0061 14-2 PAYM&TI�' BQTTD Page 2 of 2 i IN�TNESS WHEREOF, the Principai and Surety �ave each 5IGNED and SEALED 2 this instrument by duly authorized agents and officers on this the �� s� day of A�c`i � - , 20 'jii�l i 3 4 PRINCIFAL; Stabile & Winn, Inc. ATTEST: a BY• --- � jerry Henderson, Vice President Name and Tit�e Address: P o �ox �9�sa Saginaw, TX 76179 SURETY: Great American Insurance Com�any ATTEST: (Surety) Secretary /t�`��� Witness as to Surety , . r- B�: ��L �.., �" ��gnature Tracy Tucker, AttorneY-in. Fa�t Name and Title At�dTeSs: 121 N Rayner St ' Fort Worth, TX 76 i 11 Telephone Nuxnber: s171336-8520 Note: If signed by an officer of the Surety, there r►�ust be an file a certified e�tract from t�e bylaws showing that #his person has authority to sign such obligation. If S�reiy's physical address is different from its mailing addt-ess, bot�► must be pruvided. The date of the band shali no# be prior to the date the Contract is awarded. 5 6 7 8 9 10 EPTD OF SECTIOF: lI 12 CITY OF FORT WOR'�`H STANDARb CONSTRi1CTIpN SPECIFICAI'[ON DOCl3lvitc.'NTS Revised July 1, 2411 - 2018 Bond Year 3, Contract 7 Crty ProJect No. 101453 ,' � Bond No. CA 3714761 ' 00 51 19 - 1 _ MA1I�ETEIdANCE BOND Page 1 of 3 1 2 3 4 5 b 7 8 L� SECTIOi�T 00 61 �9 MAINTENANCE BOND THE STATE OF TEXAS § § �TOW ALL BY THESE PRESEI�TS: COUIeTTY OF TARI�AI+iT § That we 5tabile & Winn, Inc, lcnawtl as "Prineipal" herelu and Great American Insurance Com an a cp1'p�rate sut"ety (sureties, if more than one) duly authorize� ta cio busii�ess in the State of Texas, known as 1t1 "5urety" herein (whether one or more), are held and firmly bound unto the City of Fart Worth, a �� mu�icipal corpoxation created pu�rsuant to the laws flf the State of Texas, known as "City" herein, Three million nine hun3red eighty nine thousand nine hundred l2 i11 the su� vf � e and 9 ioo-------------------------------------------- Dollars 13 ($_3 989,987.95 ), lawfui money of tlae United Sta#es, to be paid in Fort �ort�, l4 Ta�r,rant Cauuty, Texas, for paymeni of which sum well and truly be made unto the City and its l5 successors, we b#�td ourselves, aur heirs, executors, adrninistrators, suecessors and assigns, j�ointly 16 17 18 19 20 21 22. 23 24 25 25 27 28 29 30 31 32 33 34 and severally, firmly by these presents. WHEREAS, the Priz�cipal has entered into a certain written contract wit� the City awarded the l�{"' day of ah 2� �.� , which Contraat is hereby referred ta anci a made part hereof for a!1 purpases as if fiilly set forth herain, to furnish all materials, eqt�ipment labor and other accessories as deftned by law, in the prosecution of the Work, including any Work result.�ng from a duly au�harized Change arder (collectively herein, the "Wflrk") as provided for in said contract aud designatec� as 201 S Bnnd Year 3, Contract 7, City Praject No. 101453; and WHEREA�, Frincipal binds itsalf to use such materials and �o so canstruct t�e Work in accardance vvith the pZa�xs, specifcations and Gontract Doeuments that ihe Work is and will remain free fro� defects in nnateria(s or workmanship far and during the p�riod of two (�) years af�er t�e date o�Final Acceptance of the Work by the City ("Maintenance Period"); and WHEREAS, Princi�al binds itsel€to repair ar reconstruct the Work in whole or in part upon receiving nntice from the City nf the need tttersfor at any time within the Maintenance Period_ CITY OF FORT WORTH STANDAI2D CONSTRUCTION SPECIFICAI'IOT[ DOCUNIEP!`t'S Revised July 1, 2011 2018 Bnnd Year 3, Conrract 7 City Project Na. I01453 005119-2 MAINTENAIVC� BOND Page 2 af 3 ] RiOW TH�REFO�tE, the condition of this nbligation is such that if Principal shall 2 r�medy ar�y defeetive Vi7ork, for which timely notice was provided by Cit}r, to a completion 3 satis#'actory to t�e City, then this obliga�ion shall beco�ne null a�nd void; ath�rwise to rernain in 4 full force and effect. 5 6 PROVIDED, HOWEVER, if Principal s�all fail so to repair or recansYruct any timely 7 �noticed defective Work, it is agreed that t�e City may cause any and ail such defe�tive Work ta 8 he repaired and/ar racans#r�eted with all associat�d cos#s thereof �eing borne hy fihe Principal and 9 the Snrety under this Maintenance bond; and xa 11 PROVIDED FURTHER, that if any legar act�on be filed nn �his Bond, venue shal! lie in ] 2 Tarrant Caunty, Texas or tkie United States District Court for the Northern District of Texas, �ort l3 Worth Division; ar�d 14 15 PR�VIDED FURTHER, that this obligation shall be �ontinuous in nature and 16 successive recoveries �ay be had hereon for suacessive breaches. l7 l8 19 C3TY OF FORT WORT}3 STA3VDARD CO7�iSTRUCTiOTi SPECIFICAI'TON DqCU1VIENTS Revised 7uly 1, 20� 1 2018 Bond Year 3, Conh'rrc[ 7 City Project No. 10I453 OOb1 19-3 ����v.�Hc� �au� Page 3 of 3 1 Il�( WITI�TESS WHCREOF, the Principai and tJae �urety have each SIGNED and SEALED this 2 instx�xr.�ent by duly authnrized agents and off�cers on this the Zl gk day of 3 �A r i 4 20�. 4 4 l f� If �2 13 14 15 16 17 18 19 20 2i 22 23 24 25 26 27 28 29 30 31 32 33 3�k 35 ATTEST: Principai) Secre ary � � �. _�...— -; " �, �. � ATTEST: (S�arety) Secretary . ��� Witness as to Surety PRiNCIPAL: Stabile & Winn, Inc. BY: - - _ i a Jerry Henderson, Vice President Name at�d Title Address; P O Box 79380 Saginaw, TX 76179 SURETY: Great American Insurance Company , BYl � '- . -. �_��- !' _ �— S�gnatur - Trac Tucker, Attorne -in-Fact Name and Ti�le ^ Addres,s: 121 N Ra er St Fort Worth, TX 76111 'I'elephone Number: 817133b-8520 3S 37 *Note: If signed by an afficer of t�e Surety Garnpany, there must be an fike a csrti�ed ��traet 38 frozn �e by-laws showing tha# this person t�as autk�ority to sign such dbligation. If 39 Surety's physical address is different from� its mailing address, both r�ust be pravided. ¢p The date a�#he bond sha�l noi be prior to the date th� Contract is awarded. !!I CITY pF FORT W4RTH STAtd�ARB CCITISTRUC'I'ION SPECIF1CASiON DOCITMEt*1TS Revised 7uly 1, 20T 1 20I8 $and Yeur 3, Contract 7 Cily Projecl No. 1 p14S3 ��Ei4T �►Rl��F���AR� IR�SURr4NC� C�I���NY� Administrati�e Office: 3Q1 E 4ib S�R��T � CINCIPIIVAiI, OFilO 45202 • 513-369-50U0 � FAX 513-723-2740 The num6er of persons authorized by this power of attorney is not more than SIX No.O 14893 POW�R OF ATTORNEY KNOW ALL MEN SY THESE PRESENTS: That the GREA'['AMERICAN 1NSURANCE COMPAMY, a corparation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constifute and appoint the person or persons named 6elow, each individually if more than one is named, its true and lawfuf attorney-in-fact, for it and in its name, place and stead to axecute on behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall nat exceed the limit stated below. TRACY TUCKER W. LAWRENCE BROWlV KEVIN J. bUNN 1�4ame STEVEN TUCKER BENNETT BROWN ROBERTA �RB Address ALL UF F'ORT WORTH, TEXAS Limit of Pawer ALL $10D,OOO,d00.00 This Power of Attorney revokes all previous powers issued on behalf of the attorney(s)-in-fact named above. I�T WITNESS WI3EREOF the GREAT AMERICAN IN3URANCE COMPAN'Y has caused these presents to be signed and attested 6y 'its appropriate officers and its corporate seal hereunto affixedthis 2iST day of APRIL , 2020 . Attest GREAT AMERICAN INSU�2ANCE COMPAN�' �� _i��u�.y ¢��� � " � � � ,4{ j! _� y?+�� � �� .. �� ���J ��� • �� i Assrstant Secrefaly Divisianul Senior Vice Presidenl STATE OF OIdIO, COi7NTY OF HAMILTON - ss: MA�t�c vicaRio (s�7-3�7-2ao5) On this 21 ST day of APRIL 2020 before me personally appeared MARK VICARip, to me known, being duly sworn, deposes and says that he resides in Cincinnati, Ohio, that he is a Divisional Senior Vice Fresident of the Sond Division of Great.American Insurance Company, the Company described in and which executed the above inskument; that he lrnows the seal of the said Company; that the seal affixed to khe said instrument is such corporate seal; that it was so affixed hy suthority of his office under the By-Laws of said Company, and that he signed his name ihereta by like authority. a t � �.r. T � � ;���r� =-�g � � StlSkN i� i6QbQ�.ST NatAr�c �ublic 5tak� �f d�io r�y co�,�►. �a�e� r�� ��, �o�� .�f�i� � `•'[�-� i This Power of Attorney is granted 6y authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated 7une 9, 2008. I{ESOLYED: That the Dfvisionad Presade�tt, the several Dtvisiorral Sentor �ce Presddetats, Divisiona! �ce Pr'esrdents artd I�ivisonad Assrstani �ce Presidents, or any one of thern, 8e artd hereby is audharrzed, from trme to time, to appoint one or more Attorneys-itt Fact to execute on behadf of the Comparry, as suredy, any and all bonds, urrdertakings and cantracts of suretyship, or other written obligatro�as in the nature thereof,• to prescribe their respectfve duties and dhe respectrve Iimits of their authoriiy; and to revoke any such appointment at any time. RESOLYED FURTHER: Thal the Camp�ny seal anr! the sigrratt�r•e of any af the aforesai� o�icer•s and arty Secretary or Assisiant Secretmy of the Company may be e,�iced 6y facsinaile to any power of aitorrrey or ceet�cate of either give�� fw• the execution of any 6ond, :rndertakin� contract of suretyship, or other written obligation in the nature thereof, such signature and seal whert so used beirtg hereby adopted by dhe Campany as the origirraT srgnature of such o,�cer and tlze original sea! of ihe Con:pany, to 6e valid and binding upon the Company wirh the san�e force and effect as thauglr �nnnually a,�frxed. CERTIFICATION �, STEFHEN C. BERA�iA, Assistant Secretary of Great American insurance Company, do hereby certify that the foregoing Power ofAttomey and the ResoiuYions of the Board of Directors of June 9, 2008 have not been revoked and are now in full force and effect. Signed and sealed this q�t� ^ , �r �.,.�'�'k�:� day of : � � f �� 1� =.�.,� Assistant Secrelary �r.srars GREAT��, qERICAN Ihi5l1RANCE GROUP IMPORTANT l�iOTICE: Great American Insurance Company of l�Tew York Great American Alliance Insurance Company Great American Insurance Company To abtain information or rnake a complaint: You may cantact the Texas Department of Insurax�ce to obtain information on companies, coverages, rights or camplaints at: 1�800���2�3439 You may write the Texas Department of Insurance at: P.O. Box 149104 Ausrin, TX 78714-9104 FAX: 1-512-�75-1771 Yaur notice of claim against the attached bond may be given to the surety company that issued the bond by sending it by certified or registered mail to the following address: Mailing Address: Physical Address: Great American Insurance Company P.O. Bax 21 �9 Cincinnati, Ohio 45202 G�eat American Insurance Company 301 E. Faurth Street Cincinnati, Ohio �k52D2 You may also contact the Crreat American Insurance Company Claim oifice by: Fax: Telephone: Ernail: 1-888-290-3706 1-S 13-369-5091 bondclaims@gaic.carn PREMIUM OR CLAIM DISPUTES: If you have a dispute concerning a premium, you should contact the agent first. If you Have a dispute concerning a claim, you should contact the company first. If the dispute is not resolved, you may contact th� Texas D�partment of Insurance. ATTACH THIS l�TOTYCE TO YOIIR B01�1D: This notice is %r informatian only and does not become a part or candition ofthe attached document. F.9667A (3/11) STANI)ARD �E1�TERAI, COl�1�I'�'IOl�S OF THE C'011�S'�['RUC'TIOl� COl�TT1��T CiTY OF FQItT WORTi�I STANDAILDCONSTRUCT[OA! SPECIFICATTON 17QCj.TMENTS Revision: Ma�h 9,2020 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF COl�TEliTTS Article 1— Definitions and Terminology ........................................................ 1.01 Defined Tertns ..........................................�•---........---------...----...... 1.02 Tez�x�inologY ................................................................................ Page ..........................�------------...1 ..........................................1 ........................�--�---�----��---. 6 Ariicle2— Preliminary Matters .......................�-----------------........---.....................................................................7 Z.O1 Copies ofDocurnents .......................................................................................�-----.......................7 2.02 Conunencement of Contract Time; Notice to Proceed ................................................................ 7 2.03 Starting the Work .......................................................................................................................... 8 2.04 Be#'ore Starting Construction ................................................................................................. ... S 2.05 PreconstructionCanference ..............................................�----------------...........................................5 2.06 Public Meeting ..........................................................................................................�--------�--•---....8 2.07 Irutial Acceptance of Schedules-----------------•--•--............................................................................. 8 Article 3— Contract Documents: Intent, Annending, Reuse ............................................................................ S 3.01 �ntent ......................................................................................................................•---.....-�-----------..8 3.02 Reference Standaxds ......................................................................................................................9 3.03 Reporking and Resolving Discrepancies .......................................................................................9 3.04 Amending and Supplementing Contract Documents .................................................................10 3.�5 Re�s� of Documents .................................................................................•-------..........................10 3.06 Electronic Data .............................................................................................................•--•--------�--11 Article 4— Availability of Lan.ds; Subsurface and Physical Conditions; Hazardous Environmental Conditians; Reference Points .........................................................�--...............................................11 4.01 Availability of Lands ................................................................................................�--------------�--11 4.02 Subsurface and Physical Condi�ions ..........................................................................................12 4.03 Differing Subsurface or Physical Conditions--------------------------•-------...........................................12 4.04 Undexground Facilities ....................................................................................�-----------------.........13 4.05 Reference Points ..............................�--------..................................................................................14 4.Ob Hazardous Environmental Condition at �ite ..............................................................................14 Article S— Bonds and Insurance .....................................................................................................................16 5.01 Licensed S�reties arzd Insurers -�-------��--�--------------•--....................................................................16 5.02 Performance, Payment, and Maintenance Bor�ds .......................................................................16 5.03 Certzficates of Insurance ................................................................................................... ......16 5.04 Contractor's Insurance ................•--••--��-•------------------•-----.............................................................18 S.OS Accepiance of Bonds and Insurance; Option to Replace ...........................................................19 Article 6 — Contractor's Responsibilities ......... 6.01 Supervision and Superintendence ................................•----......------...-----19 .........................................................19 CITY OF FORF WORTH STANDARD CONST1tUCTION SPECIPICATION DOCUMENTS Kevision: Mareh9,2020 6.02 Labor; Warking Hours .........................�------------.....---------................. ' 6.03 Services, Materials, and Equipment ................................................. 6.04 Project Schedule ....................................�-----..................................... 5.Q5 Subst�tutes and "Or-Equals" ............................................................. 6.06 Concerning Subco�iractors, Suppliers, and Others .......................... 6.07 Wage Rates ....................................................................................... 6.08 Patent Fees and Royalties ................................................................. 6.D9 Pe�nit5 and Utilities ......................................................•------------------ 6.10 Laws and Regulations-----�-�� .............................................................. 6.11 T��s .............................................................................•------------------ 6.12 Use of Site and Other Areas ............................................................, 6.13 Record Documents .........................................•-•-----------��---------�----�--- 6.I4 Safetyan.dPxotection--�-� .................................................................., 6.15 Safety Representative ........................................�--------•-----------------..... 6.16 Hazard Comnnunicaiion Programs ................................................... 6.17 Emergencies andlor Rectification ..................................................... 6.18 Submittals...-------� ............................................................................... 6.19 Con�inuing the Wor� ....................�--�-�---............................................ b.20 Con�ractor's General VVarranty and Guarantee ................................ 6.21 Indemnification ............................................................�--------....----.... 6.22 Delega�ion of Professional Design Services .................................... 6.23 Right to Audit ..........................�...----....-----......................................... 6.24 Nondiscrimination ..................................................................�---------� Article 7- Othex Worlc at the Site 7.01 Related Work at Site 7.02 Coordination ............. ....................................... - � � .................................... .................................. ..... ....................... 35 ....................... 35 -� ................................................ 36 Article8 - Ciry's Responsibilities ...................................................................................................................36 8.01 Communications to Contractor ...................................................................................................36 8.Q2 Furnish Data ........................................................�-�-----------�------�--------..........................................36 8.03 Pay Wlaen Due ....---...-�-�--• ...................................................................... .......36 ---�� ......................... S.Q4 Lands and Easemen�s; Reports and Tests ................................................................................... �6 $.a5 Change Orders ..........................................................�--------------------•-•-•--.......................................36 8.06 Inspections, Tests, and Approvals ............................................................................ ----.. 36 8.07 Limitatians on City's Respor�sibilities .......................................................................................37 8.0$ Undisclosed Hazardous Environrnental Condition ....................................................................37 8.09 Compliance with Safety Pragram ...............................................................................................37 Article 9-- City's Observation Staius During Construction ........................................................................... 37 9.O1 City's Project Manager ............................................................................................................37 9.02 Visits io Site ................................................................................................................•-•--•-------�--37 9.03 A�thorized Variations in Work ........................................�-----------..............................................38 9.D4 Rejecting Defective Work .......................................................................................................... 38 9.05 Determinations �or Work Perfor�ned-----------• ..............................................................................38 9.06 Decisior�s on Requirements of Contract Documents and �cceptability of Work ..................... 3$ ......................................... 20 .........................� �----.......... 20 ......................................... 21 .........................................21 ............................. ... ......... 24 ......................................... 25 ......................................... 26 ......................................... 27 ......................................... 27 -��-• ....................................28 ........................•------------.... 28 . .. ...................................... 29 .........................�------•--...... 29 ......................................... 30 ..........................��------....... 30 ......................................... 3 0 -----------------��---................... 31 ......................................... 32 �--�--��--�� ............................. 32 ....................................... 33 ...............-�------.................. 34 ......................................... 34 ......................................... 35 CiTY OF FORT WORTH 5'fANbAiZI] CONSTI2UCTTON SPECIFICATION DOC[TMENTS ReVision: Ma�r.1�9,202D Article 10 - C�anges in the Work; C�aims; E�tra Work ............................................ 10.01 Authorized Changes in the Work ........................................................... 10.02 Unautharized Changes in ih� Work ....................................................... 10.03 Execution of Change Orders ................................................................... 10.04 Extra �Ti�ork ...............................................................................�--....--•---.. 1Q.Q5 No�ifcation to Surety .....................•--------..........---................................... 10.06 Contract Claims Process ......................................................................... ................................... 3 8 ........................��---------38 ................................... 39 ....................... ............ 39 ................................... 39 .................�------........... 39 ................................... 4Q Article 11 �- Cost of tl�e Work; Allowances; Unit Price WarI�; Plans Quantity Measurement ......................41 11.01 Costofthe Work ...............................................................�-----....................................................41 11.02 Allowances ..................................................................................................................................43 11.03 UnitPrice Work .................................................�--------•-•---..............................................------------44 11.04 Plans Quantity Measurement ......................................................................................................45 A�ticle i 2- Change of Contract Price; Change of Contract Time .................................................................46 12.01 Change of Contract Price ............................................................................................................46 12_02 Change of Contract Time ..............................................................................................•--...........47 12.03 Delays .................�--..............................................------------............................................................47 Article 13 - Tesis and Inspections; Conection, Removai or Acceptance of Defective VVork ................. 13.01 Notice of Defects .......................................................................................................�---........ 13.02 Access to Work ...................................................................................................................... 13.03 Tests and Inspections .................�---.......................................................-----�-------.................... 13.04 Uncovering Work ............................................................................................................�------ 13.05 City May Stop ihe Work ...............................................................••----........----....... 13.�6 Corr�ction or Aemoval of Defect�ve Work ........................................................... 13.07 Correction Period ................................................................................................... 13.08 Acceptance ofDefective Work ............................................................•-•----.-------... 13.09 City May Correct Defective Work .............•---------------.-•--...................................... Artic�e 14 - Payments to Contractor and Completion ................................................... 14.01 Schedule of Values ..................................................................................... 14.02 Progr�ss Payments .....................................�---------....................................., 14.03 Contractar's Warranty of Title .................................................................. 14.04 Partial Utilization ....................................................................................... 14.05 FinalInspection .............................................�------...................................... 14.06 Final Acceptance ...............��---..............................................---...--�-�----......, �4.07 Final Payment ............................��-----��------.................................................. 14.08 Fznal Completion Delayed and Partial Retainage Rel�ase ....................... 14.09 Waiver of Clainr�s ......................................................................................� Artacle 15 - Suspension of Work and Te�rnination . 15.01 City May Suspend Work ...................... 15.02 Ciry May Terminate for Cause ............ i 5.03 City May Terminaie For Convenience Article 16 - Dispute Resolution ....................... 16.0� Methods and Procedures .............. ........................................... ........................................... ......... .................................. ................................. .......... .............. .............. .....9�8 ..... 48 •----48 .....48 ..... 49 ..... 49 ..... 50 ..... 50 ..... 5 � .---- 51 ........................... 52 ........................... 52 ..._....---��--�----....... 52 ........................... S4 ........................... 55 ................�---------- 55 ........................... 55 ........................... 56 , .................... ...... 56 ........................... 57 ....... ......................... 57 .......................•-•------ 57 ................................ 58 ............ .................... 60 .............................. 61 .............................. 61 CITY OF FORT WORTI� STANbARDCONSTRUCTION SPECiFICATION DOCUME�ITS Revision; Macrh9,2020 Article17—Miscellat�eous .................................................................�----.......................................... 17.01 GivingNotice ..........................�------.........................................................--------.............. 17.02 Camp�tation of Times ...........................................�--.................................................... 17.03 Cumulative Reznedies ............................................................................�-•--.................. 17.04 Stuvival of ObIigations .....................•--...............................................................---....... 17.05 Headings...........-�-------------�---.........................................--•-----•------.......----....................... ............ f2 ............ 62 ---�--......62 ............ f2 ............ 63 ---...------63 CTTY QF F012T WORTH STANDARD CQNS"i'RUCTION SPECIFICATTON DOCUMET�TS Revision: March 9, 20�0 00 �z oo - � GENERAL CONqITIOiVS Fage 1 of 63 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions ox zn other Cantract Documents, tt�e terms listed below have the meanings indicated which are applicable to both the singular az�d p�ural thereof, and words denoting gender shall include the masculine, feminine and neuter. �aid terms are generally capitalized or writ�en in italics, bnt not always. When used in a context consistent with the definition of a listed-defined term, �e te�n sI�all have a�neaning as defined �elow whether capitalized or italicized ox otherwise. In addition to terms specifically defined, tex�s with ini�ial capital letters in the Contract Documents include references to identified articles and paragraphs, and the tiiles of other docuznents or forms. 1. Addenda Written or graphic instruments issued prior to the opening of Bids which ciarify, correc�, ox change the Bidding Requirements or the proposed Contract Documents. 2. Agreement—The written instrurnent which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Paynaent The form acceptable to City which is to b� used by Contraciar during the course o� the Work in requesting progress or final payments and which is to be accompanied by sucY� supporting documentation as is required by the Contract Documents. 4. Asbestas—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Adminis�ratio�z. 5. A}vcard — Auihorization by t1�e City Council fo� the City to enter into an Agreement. 6. Bid—The offer or proposal of a Bidder submitted on tkze prescribed form s�tting forth the prices for ihe Work to be perforrnec�. 7. Bidder The individual or entity who submits a BicE directly to City. S. 13idding Documents----The Bidding Requirements and the proposed Coniract Documents (including all Addenda). 9. 13idding Requirements—The advertisement or Ynvitaiion to Bid, Instruetions ta Bidders, Bid security of acceptable form, i� any, and the Bid Form with any supplements. 10. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Calendar Day — A day consisting of 24 hours measured from miainight to the nexi midnight. CITY OF FORT WQRT11 STANbA.Rb CONS'I'RIJCT{QAI SPECIFICATION IlOCUMEA]TS Revision: Mairh9,2020 QO 72 00 - I GENERAL CONDITIONS Page 2 of 63 12. Change Order A docuz�r�ent, which is prepar�d and approved by the City, which is signed �y Contractor and Ciry and authorizes an addition, deletion, or revzsion in the Work or an adjustment in the Con�ract Price ar the Contract Time, issued an or after the Effective Date of the Agreernent. 13. Cit� The Ciry of Fort Worth, Texas, a home-rule rnunicipal corpora�ion, authorized and chartered under the Texas State Statu�es, acting by its governing body through its City Manager, his designe�, or agents aut�orized under his behalf, each of which is required by Charter to perform specific duties wifih responsibility for fmal enforcernent of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and 'zs the entiry with whom Contractor has entered inta the Agreeznent and far whom the Work is to be perfoz�xxaed. 14. City Atto�ney — The officially appointed City Attorney of the City of Fart Worth, Texas, or his duly authorized representative. l S. City Council - The duly elected and qualified governing body of ihe City of �art Worth, Texas. 16. City Manager — The officially appointed a�d authorized City Manager of the City of Fort Warkh, Texas, or his du�y authorized representative. 17. Coniract Clai�ra A demand or assartion by City or Contractar seeking an adjustment of Contract Price or Contraci Time, or both, or other relie� with respect to the terms of the Contract. A dexnand far money or services by a third pariy is not a Contract Claim. 18. Contract—The er�tixe and integrat�d �written document between the City and Contractor concerning t.�e Work. The Contract contains the Agreezx�ent and ali Contract Documents and supersedes prior negotiations, representations, or agreements, whether written or oxal. 19. Contract Documents—Those iterns so designated in the Agreement. All items listed in the Agreement are Coniract Documents. Appraved Submittals, other Contractor submittals, and the xeports and drawings of subsurface and physical conditions are not Contract Docun:�ents. 20. Contract Priee The moneys payable by City to Contractor for comple�ion of the Work in accordance with the Con�ract Doc�.unents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 2l. Contract Time--The number of days or the dates stated in the Agreezx�e�t to: (i) achieve Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance. 22. Con�rcactor—The individual or entity with whorn City has entered into the Agreement. 23. Cost of the Work�ee Paragraph 11.01 of these General Conditions for definition. CiTY OF FORT WORTlI STANT]ARI] CONSTRUC']'ION SPEC]FICATION DOCUMENTS Revision: Martah9,2020 oo�zoo-i GENERAL CONDlTIONS Page 3 of 63 24. Dan�age Claims — A demand for �noney or services axzszng from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 25. Day or day -- A day, unless otherwise defined, shall mean a Calendar Day. 26. Director of Aviatian — The official�y appoin�ed Dizector of the Aviation� Department of the City of Fort Worth, Texas, ox his duly appointed representative, assistant, or agents. 27. Director of Pa�ks and Community Services — The officially appoinied Director of the Parks and Community Service� Department of the City of �'ort Worth, Texas, ox his duly appointed xepresentative, assistant, or agents. 28. Di�-ector af Plc�nning and Develop�nent — The officially appoi�nted Director of the Plannitig and Development Department of the City of Fort Worth, Texas, or his duly appointed repxesentative, assistant, ar agents. 29. Director o.f' Trcansportcrtion Public Works — The officially appointed Dir�ctor of the Transportation Public Works Departrr�ent of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Directo� of Water Departrraent — The officially appointed Directox o� the Water Department o:F tk�e City of Fort Worth, Texas, or his duly appointec� representative, assistant, or agents. 31. Drawings—That part of the Cont�act Docuixzents prepared or approvec� by Engineer whic�a graphically shows the scope, extent, and character of ihe Work to be perfortned by Contractor. Sub�nittals are not Drawings as so defined, 32. �ffective Date of the Agreement The date indicated in the Agreement on which it becoxnes effective, but if no s�ch date is indicated, it means ihe date on which fihe Agreement is signed and deliv�red by the last of the two paz��ies to sign and deliver. 33. Enginee� The licensed professional engineer or engineering firm registered in the �tate o�F Texas performing pxofessional services for the City. 34. Extra Work — Additional work made necessary by chaa�ges or alterations of the Contract Dacuments or of quantities or for othex rea�ons for which no prices are provided in ihe Cor�tract Documents. Extra work shall be part of ihe Work. 35. Field Order — A written order issued by Ciry which requixes changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders axe paid frorn Field Order Allowances incorporated into the Contract by funded work type at the tirne of award. 36. Final Aceeptance -� The written notice given by the Ciry to the Contractor tk�at the Work specified in the Con#�act Documents has been completed to the satisfaction of the City. CiTY OF FORT WORTH 57'ANbAR17 CONSTRUCTION SPECIPICATTON DOCi1MF•.idTS Revision: Ma�h9,Z020 oo�zoo-� GENERAL CONDITIONS Page 4 of 63 37. Final Ins�ection — Inspection carried out by the Cify to verify that the Cont�actor k�as completed t�e Woxk, and each and every part or appurtenance thereaf, fully, entirely, and in conformance with the Contract Docuznents. 3 8. General Requirements Sections of Division 1 af the Cont� act Document�. 39. Hazardous Environmental Condition The presence at the Site af Asbestos, PCBs, Petroleum, Hazardous Waste, Radioaciive Material, or other materials in such quaz�tities or circumstances that may present a substantial danger ta persons or pxoperty expos�d thereto. 40. Hazardous Waste—Hazardous waste is defined as any solid waste Iisted as hazardous or possesses one ox mare hazardous characteristics as defzned in the federal waste reguIa�ions, as amended from time to time. 41. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any azad all gov��-nmental bodies, agencie,s, autkzorities, and courts having jurisdiction. 42. Liens—Charges, security interests, or encuzxzbrances upon Project funds, real property, or personal property. 43. Major Item — An Ytem of work included in the Contract Documents that has a total cast equal to or greater than 5% of the original Contract Price or $25,000 whichever is less. 44. Milestone A principal event specified in the Contract Documents relating to an iniermediate Contraci Time prior to Fznal Acceptance of the Work. 45. Notice of Award The writ�en �otice by City to the Successful Bidder stating that upon timely coirz�pliance by the Successful Bidder with the co�nditions precedent listed therein, City will sign and deliver ihe Agreement. 46. Notice to Proceed—A written notice given by City to Cont�actor fixing the date on which the Contract Time will commence to run and on which Cantractor shall start to perfarm the Work specified in Contract Documents. 47. PCBs Polychlorinated biphenyls. 48. Petroleum---Petroleu�n:, incIuding crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as ail, petroleum, fiiel oil, oil sludge, oil refuse, gasoline, kerosane, and o�l mixed with at.�er non-Hazardous Waste and crude oils. 49. Plans — See definition of Drawings. CTTY OF FORT WqRTtI STANDARD CONSTRl1CTI0iV SPECIFICATION DOCiJMENTS Revision: Mard� 9, 2D20 00 7z oa - i GENERAL CONDITIONS Page 5 of 63 50. Project Schedule A schedule, prepared and maintained by Contractor, in accordance with the Genexal Requirem�nts, describing the sequence and duration of ihe activities comprising the Contractor's plan io accarnplish the Work witivn ihe Co�ntract Time. 51. Project—The Work to be perforrr�ed under the Contract Docurz�ent�. 52. Project �Vlanager The authorized representative of the City who will be assigned to the Site. 53. Public Meeiing — An announced mee#ing eonducted by the City to facilitate public participation and to assist the public in gaining an in.formed vievv of the Project. 54. Radiocrctive Material Source, special nuclear, or byproduct materia.i as defined by the Atornic Energy Act of 1954 (42 USC Sectfon 2011 et seq.) as amended fronn time to time. 55. Regular Working Hours — Ho�zrs beginning at 7:00 a.m. and ending at 6:00 p.xza., Monday tlu1� Friday (excluding legal holidays). 56. Samples—Physicai examples of xr�ateriais, equipment, ar worlrn�anship that are representative of some portion of the Work and which establish the standards by which such portion of the Work �will be judged. 57. Schedule of Submittals A schedule, prepared and maintained by Contractor, of required submittals and the time requixements to support scheduled per�ormance of related construction activities. 58. Schedule of Vc�lues—A schedule, prepared and maintained by Contractox, allocating port.�ons of the Contract Price to various portions of the �TiTork and used as the basis for reviewing Contractor's Applica�ions for Payment. 59. Site—Lands or areas indicated in the Contract Doctunents as being furriished by City upon which the Work is to be performed, including rights-o� way, permits, and easements �or access thereto, and such other lands furmished by City which are designated for the use of Contractor. 60. Specifrcations That part of the Contract Documents consisting of written requiremenis for materials, equipm.e�t, systems, star�darc�s and woxkinanship as a�plied to the Woxk, and c�rtain administrative requirements ar�d procedural matters applicable thereto. Specifications rzxay be specifically m.ade a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 40 00 00) of each Proj ect. 61. Subcontractor—An individual or entity having a direct contract with Contractor or vc+ith any other Subcontractor fox the performance of a part oi the Work at the Site. CITY OF FORT WORTH STANDARD CON5IRUCTION SPLCIPICATiON DOC11Iv�NTS Kevision: Mareti 9, 2020 DO 72 00 - 1 GENERAL CONDITIONS Page 6 of 63 62. Submittals—Al� drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate sonne portion of the Work. 63. Successful Bidder—The Bidder submitting the lawest and xrzost responsive Bid to vvhom City r3r�akes ar� Award. 64. Superintendeni — The representative of the Contractor who is available at all times and able to receive instructions frorn the Ciry and to act for the Contractor. 65. Supplementary Conditions That part of the Contract Documents which amends or supplements these General Conditions. 66. Supplier--A manufacturer, fabricator, supplier, dis�ributar, maierialman, or vendor having a direct con�ract with Contractor or with any Subcantractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 67. Underground Facilities All undergrouz�d pipelines, conduits, ducts, cab�es, wires, manholes, vaults, tanks, tunn�ls, ar other such facilities or attachments, and any encasements cantaining such facilities, including but not limited to, those that convey electriczty, gases, stea�n, liquid petroleum praducts, telephone or other communications, cable television, water, wastewater, storm water, oth.er liquids or chemicals, or traff c or other control systems. 68 Unit P�ice Wor�k�ee Paragraph i 1.03 o�these G�neral Co�ditions for definition. 69. YVeekend Working Hours — Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Sat�rday, Sunday or legal holiday, as approved in advance by the City. 70. YVork The entire constructior� or the vat-ious separaiely identifiable parts thereof req�aired to be provided under the Contract Documents. Wark includes and is the result of perfornxing or providing all labor, services, and documentation necessazy to produce such construction including any Change Order or Field Order, ar�d icurnishing, installing, and incoxporating all matexials and equipment into such construction, aIl as required by the Contract Documents. 71. Working Day — A working day is defined as a day, nofi including Saturdays, Sundays, or legal holidays authorized by the Ciiy for contract purposes, in which weather or other conditions not ut�der the control of the Contractor will permit the performance of the principal unit of work underway fox a con�inuous period of not less than 7 houx�s between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requi�-ements or Contract Documents, �ave the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WOR'fH STANbARb CO3�l5TRUCTIQN SPECIFICATION DOCL1MCiNTS Aevisi[rn: Marr}�9,2020 00 7z oo - � GEN�RAL CON�ITIONS Page 7 of 63 1. The Contract Doeuments include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of Iike e�fect or import to authorize an exercise of judgznent by Ciiy. In addition, the adjectives "reasonable," "s�itable," "acceptable," "proper," "satisfactory," or adjectives of like effect or itnport are used to describe an action or detexrninatian of City as to the Wox�. It is intended that such exercise of professianal judgment, action, or deternunaiion will be solely to evaluate, in gen.erai, the Work for compliance witl� tk�e znformation in the Co�tract Docurr�ents and with the design concept of the Project as a funetioning whole as shawn or indicated in the Contract Documents {unless there is a speciiic statement indicating ot�envzse). C. Defective: l. The vvord "defective," when nnodifying the word "Work," refers ta Work t1�at is unsatisfactory, faulty, or �eficient in that it: a. does not con�orm to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's writter� acceptance. D. Furnish, Install, Pe�form, Provide: 1. The word "Furnish" or the ward "Insfiall" or the ward "Perform" or the word "Provide" or the word "Supply," or any combinat�on or similax directive or usage thereof, shall mean furnishing and incorporating in the Work including alI necessary labor, matexials, equipment, ar�d evezything necessaty to perform the Work i�dicated, unless specifically limited in the context used. E. Unl�ss stated othenvise in ihe Contract Docurr�ents, words or phrases t�aat have a we11-kno�c�vn technical or construc�ion industry or trade �neaning are used in the Contract Documents in accordance with such recognized meaning. ART�CLE 2 — PRELIMINARY MATTERS 2.01 Copies af Documents City shall furnish to Contractor one (1) ariginal executed copy and one (1) eIectronic copy of the Contract Documents, and four (4) additional copies of t�e Drawings. Additional copies will be �wnished upon request at the cost o�reproduction. 2.02 Commencement af Contract Time; Notice to Proceed Tk�e Contract Time will commence to zun on the day indicated in the Notice to Proceed. A Notice to Proceed may be given no earlier than 14 days aftex tk�e Effective Date of the Agreement, unless agreed to by both part�es in writing. CTTY OF �'ORT WOR'E'H STAt�IDAAD CONSTRUCTiON SPECIPICATION DQCLTM�N`1'S Re�ision: March9,2020 oo�zao-i GENERAL COND�TIONS Page 8 of 63 2.03 Sta�ting the Wo�^k Contractor shall start to perform the Work on the date when the Contract Time commences to zun�. No Work shall be done at the Site prior to the date on which the Contract Time cornmences to run. 2.04 Before Startrng Construction Baseline Schedules: Submit in accordan.ce with the Contract Documenis, and pxiox to siarting the Wor�. 2.05 Preconstruction Conference B�fare any Work at the Site is started, the Contractor sha11 attend a Preconstruction Confexence as specified ixz the Contract Documents. 2.06 Public Meeting Contractor may not mobilize an,y equipment, materials or resources io the Szte prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 I�aitialAcceptance ofSchedules No progress payment shall be made to Co�tractor until acceptable schedules are submitted to Ciry in accordance with the Schedule Specifzcation as provided in the Con�raci Doc�unents. ARTICLE 3— CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementaxy; what is required by one is as binding as if required by all. B. It is the inient of tlae Contract Documents to describe a functional�y complete project {or part thereo� to be constructed in accordance with the Contract Documents. Any labor, docu�entation, services, �xaaterials, or �quipment that reasonably may be in�erred from the Contract Documents or from prevai�ing custom or t�ade usage as being required to produce the indica#ed result wi11 be provided whether or not specifically called for, at na additional cost to City. C. Clarificat�ons and interpretations of the Cont�act Documents sha11 be issued by Ciky. D. The Specifications may vary in form, format and style. Some Specification sections may be ruritten in varyir�g degrees of sireas�nlined or declarative style and some sections nnay be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformiry with," "as sh.owx�," or "as specified" are intentiona� in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types ofprovisions may appear in various parts of a section or articles within a part depending on the format of the CITY pF FpRT WORTH STt1N17AR1? COAISTRUCTIOAI SPECiFiCATION DOCUMENTS Revisio�i: Mar�h9,2020 OD 72 00 - 1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variation of forin, fonnat or style in making Cont�act Claims. E. The cross ref�rencing of specification sectio�s under the subparagraph heading "Reiated Sections include but are not necessarily limited to:" and elsewhere within each Specif cation section is provided as an aid and convenience to ihe Contractor. The Contractor shall not rely on the cross referencing provided and sha.tl be responsible to coordinate the entire Work under the Contract Docurnents and provide a complete Project vvhether or not the cross refexencing is provided in each section or whether ar not the cross referencing is complete. 3.02 Reference Standards A. Sta�dards, Specif cations, Codes, Laws, and Regulations Reference to standards, sp�cif cations, manuals, or codes of any tecl�nical society, organization, or association, or to Laws or Reguiatians, whether such reference be specz�"ic or by implica�ion, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the �ime of apening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specificatian, rnanual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities o� City, Contractar, or any of their subcontractors, consultar�ts, agents, or e�aployees, from those set forth in the Contract Documents. No such. provision or inst�uction shall be effective to assign to Cify, or any of its off cers, ciirectors, members, partners, employees, agents, consultants, or subcontractors, any dury or authority to supervise or direct the pe�ormance of the �hlark or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents_ 3.03 Reporting and Resolving Discrepancies A. Repopting Discrepancies: Contracto�'s Review af Contract Documents Before Sta�ting Wor�k: Before undertaking each part of the Worlc, Contractor shail carefully study azad compare the Contract Docu�nents and check and verify pertinent figures th�rein against all applicable field measurements ar�d condit�ons. Contractor shall promptly repoxt in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification fiozx� City before proceeding with any Work a��ected thereby. 2. Contracto�'s Review of Contrc�ct Docurraents During Perfarmance af Work: If, during the performance of the Work, Contractor dzscovers any conflict, error, ambiguity, or disc�epancy wiihin the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation ,{b) any standard, specification, manua�, or code, or (c) an.y instruction of any Supplier, then Contractor shall promptly report it to City in •writing. Cont�actor shall not proceed vvith the Work affected thereby (except in an emergency as xeyuired by Paragraph CIT'Y OF FORT WQRTI-I STANDARb CONSTI2i�CTION SP�CIFICATIOI+I DOCUMENTS Revisioci: Ma+ch 9, 2020 007200-1 GENERAL CON�ITIOt�fS Page 10 of 63 6.17.A) until ar� amendrnent or supplement to the Contract Documents has been� is,sued by one of the methods zndicated in Paragrapk� 3.04. 3. Contractor shail not be Iiable to City for failure to report any conflict, error, ambiguity, or discrepancy in t�e Contract Documents unless Contractor had actual knowledge thereof. B. Resolvfng Discreperncies: 1. Except as may be atherwise specifically stated in the Con�ract Documents, the provisions of tkze Con,tract Dacuments shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Doc�aments and the provisians of any standa3rd, specification, manual, ar the instruction of any Supplier (whether or not specifically incorporated by reference in the Cont�act Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dirnensions, Plans shall govern over Specifica�ions, Suppleznentary Conditions sha11 govern over General Conditions arid Specifications, and quantiiies shown on the Plans shall govem over tllose shown in the proposal. 3.04 Amending and Supplementing Cont►-act Documents A. The Contract Documents may be amerzded to provide for additions, deletions, and revisiorns in the Work or to modify the terms a.rid conditions thereof by a Change Order. B. The requi�rements af the Contract Dacuments may be supplemented, and minor variations and deviations in the Work not involving a change in Coniract Price or Contract Time, may be authorized, by one or more o�the following ways: 1. A Field Order; 2. City's xeview of a Submittal (subject to the pravisions of Paragraph 6.18.C); or 3. City's w�itten intez'pretation or cIarification. 3.05 Reuse af Documents A. Coni�actor and any Subcontractor or Supplier sha�l not: 1. have or acquire any title to or ownexship xzghts in any of the Dra�ring�, �pecifications, or other docutnents (or copies of any thereo fl prepared by or bea�ring the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City ax�:d specific written verification or adaptation by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS Revision: Ma�r,h 9, 2020 aonoo-z G�NERAL CONDITIONS Page 11 of 63 B. The p�ohibitions o� this Paragraph 3.05 will survive final payment, or t�rn�ination of the Coniract. Nothing herein shall preclude Contractor from retaining copies of tlae Contract Document� for xecord purposes. 3.06 Electronic Drxta A. Unles� otherwise staied in the �upplezx�eniazy Canditions, the data furnished by City ar Engineer to Con�ractor, or by Contractor to City or Engineer, that may be relied upon are limited to the print�d cop'res included in the Con�ract Documents (also known as hard copies) and otller 5pecificatians referenced and located on the City's on-line electronic document management and collaboration system site. Files in electronic xnedia format of text, data, graphics, or other types are furnished only far the convenience of the receiving pariy. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. Tf there is a discrepancy between the elect�ronic files and the hard capies, the hard copies govem. B. When transferring documents in electronic media format, the transferring pariy makes no representa�ions as to long term compa�ibility, usability, ar readability of documents resulting from the use of software application packages, operating sysiems, or coznputer hardware differing frorn those used by the data's creator. ARTICLE 4-- AVAILAB�iL�TY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HA7.ARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall f�uriish the Site. City shall notify Contractor of any enc�.un3�rances or restric�ions not of general application but specifically re�ated to use of the Site with which Contractor must camply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. The City has abtain�d or anticipates acquisition of andlor access to right-of-way, and/or easements. Any outstan:ding right-of-way and/or easemer�ts are anticzpated to be acquired in accordance with tlie schedule set forth in the Supplementary Conditior�s. The Project Schedu�e submitted hy the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easernents. 2. The City has or anticipates removing a�nd/or relocating utilities, and obsiructions to ihe Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementaty Conditions. The Project Schedule submitted by the Contractor in accordance with the Coniract Documents rnust consider any outstanding utilities or obstructions to be reznoved, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Cont�actor wiih a clu7ent statexxi.ent o�record legal title and legal description of the lands upon whzch the Work is to be performed. CIT'Y OT� PORT WORTH STANDARD CONSTRUCTiON 5PECIFICATION DOCUNIENTS Revisia�: March9,�020 OD 72 00 - 1 GENERAL CO�DITIQNS Page 12 of 63 C. Contractar shall provide for all additional lands and access thereto that may be required for construction facilztzes ox storage af materials and equipment. 4.Q2 Subsurface and Physical Conditions A. Reports and Drcrwings: The Supplementaiy Conditions identify: 1. those reports known to City of explarations and tesis o� subsurface conditians at or contiguous to the Site; and 2. those drawings l�own to City of physical conditions relating to existing surface or subsurface struciures at the Site {except Underground Facilities). B. Limited Reliance by Cantractor on Techniccrl Data Authorized.• Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, b�t such r�ports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not rnake any Contract Claim agai�st City, or any of their afficers, directors, members, partners, employees, agents, cansultants, or subcontractors with respect to: 1. tr�e compleieness of such reports and drawings for Contractor's purposes, including, but not �imited to, any aspec#s of the means, methods, techniques, sequences, and proced�res of construction to be employed by Confractar, and safety precautions and programs incident thereto; ar 2. othex data, interpretations, opir�ons, and information contained in suc�a xeports ar showri or indicated in such drawings; or 3. any Con�ractor inierpretation of ar conclusion drawn frorn any "�echnical data" or any such othex data, interpretations, apinions, or information. 4.03 Differing Subsu�face or Physieal Conditions A. 1Votice: If Contractor believes that any subsurface or physical condition that is uncovered ar revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccuxate; or 2. is of such a nature as to require a change in the Contract Docunaents; or 3. differs material�y from that shown or �ndicated in the Contract Docurnents; or 4. is of an unusual natu�re, and differs materia.11y from conditions ordinarily encountered and generaily recognized as inherent in work of the character provided for in the Contract Docurnents; CITX OF FORT WQRT�T STANDARDCONSTRUCTIQN SPECIF]CATiON dOCi.TMENTS Re�isian: Much9,2020 06 72 00 - 1 GENERAL CONDITIONS Page 13 of 63 then Con�ractor shall, promptly after becoming aware thereof and before fiuther disturbing the subsurface or physical conditions o�r performing any Work in connectio�: t�erewith (except in an emergency as required by Paragraph b.17.A), notify City in writing about such condit�on. B. Passible Price and Time Adjustments Contractor shall not be entrtled to any adjustrnent in the Contract Price or Cont�-act Time i£ 1. Canhactor knew of the existence of such conditions at the time Contrac�tor made a final commitment io City with respect to Contract Price ar�d Contract Time by f11e submission of a Bid or becoming bound under a negotiated contract; or 2. �e existence of such condition could reasonably have been discovered or revealed as a result of the examinatio� of the Contract Documen�s or the Site; or 3. Contt-actor failed to give the written notice as xequired by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or .Indicated: The informaiion and data shown or indicat�d in the Coniract Documents vaith respect to existing Underground �acili�ies at or contiguous to the �ite is based an information and data fiu-nished to City or Engineer by the awners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Concixtions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any s�ch information or data provided by others; and 2. the cost o� ali of the following will be included in the Contract Price, and Contracfor shall have :Eull responsibility for: a. reviewing and checking all such information and data; b. locating alI Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjus�nent of the Work with the owners of such Underground Facilities, including Ciry, d�ar�ng construction; and d. the safety and protection of all such Underground Faci�ities and repaixing any damage thereto resulting from the Work. B. Not Sho�vn or Indicated: l. If an Underground FaciIity which conflicts with the Wor� is uncovered or revealed at or contig�ous to the 5rte which was not shawn or indicated, or not shown ox indzcaied with reasonable accu�racy in the Contract Documents, Contractor shail, promptly after becoming aware thereof and before furtlaer disturbing conditions affected thereby or performing any CiTY OF FORT WORTH STANDARDCONSTRUCT[ON SPECIrICATION DpCLTMENT� Revision: March9,2020 00 72 DO - 1 GENERAL CON�ITIOiVS Page I4 of b3 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Faciliry and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if ar�y, to whzch a change may be required in the Contract Docurnents to reflect and document the cansequences of the existence or location o� ihe Underground Facility. Contractor sha11 be xesponsible for the safety and protec�ion of such discovered Underground FaciliEy. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued ta reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys ta establish reference paints for construction, which ix� City's judgrnent are necessaty to enable Contractor to proceed with the Work. Ciiy will provide construction stakes or other custamary rnethod of marking to establish line and grades for roadway and utility construction, centerlines and benchrnarks for bridgework. Contractor shall protect and preserve ihe estab�ished reference points and property monuments, and shall nnal�e no changes or relacations. Contractor shalI report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessaty changes in grades or locations. The City shail be responsible for the repIacement or relocatian of reference points or property monu�nents not carelessly or �willfully destroyed by the Contractor. The Contractor sha11 notify Ciiy in advance and wiih sufficieni time io avoid delays. B. Whene�er, in the opinion of the City, any refexence point or monurnent has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his empioyees, the full cost for replacing such poinis plus 25% will be charged against the Contractor, and the full amount will be deducted from paymet�t due the Contractor. 4.06 Hcrzardous Environmental Condition at Site A. Reports and Drawings: The Supplernentary Conditzons identify those r�ports and drawings known to City relating to Hazardous Environrnental Conditions that have been identified at the Szte. B. Limited Reliance by Contractor an Technical Data Authorized.• Contractor may xely upon the accuracy of the "technical data" contained in such xeports and drawings, but such reports and drawings are not Co�tract Docum�nts. �uch "technical data" is identified in the Supplementary Condi�ions. Contracior may not make any Contract Claim agai�st City, or any of their officers, directors, rraex�abers, partners, employees, agents, consuliant�, or subcontractors with respect to: 1. the completeness af such reports and drawings for Contractor's purposes, including, but not limited to, any aspect� of the means, rnethods, techniques, sequences and procedures of CITY OF FORT WORTH STANDAI2D COAlSTRUCTIbN SPECIFICAT[Ot�I DOCUMENTS Revision: MvrAi9,2020 do �2 oa- i GENERAL CON�ITIONS Page 15 of 63 construction to be employed by Con�ractor and safety precautians and programs incident thereto; or 2. other data, intezpretatians, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusian drawn from any "technical data" or any such oiher data, interpretations, opznions ox information. C. Contractor shali not �e responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not showri or indicated in Drawings ar Specifications or identif ed in #11e Contract Documents to be within ihe scope of the Work. Contractor shall be responsible for a Hazardous Environzx�ental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whonn Contractor is responsible. D. If Coz�tractor encounters a Hazardous Environmental Condition or if Contxactox or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i} secure or otherwise isolate such condition; (ii) stap all Work in connection with such condition and in any area affected thereby (except in an ernergency as required by Pa�•agraph 6.17.A); and {iii} not�fy Ciiy (and promptly thereafter conf � such notice in writing}. Ciiy may consider the x�ecessiry to retain a qualified expert t� evaluate such condition or take corrective action, if any. E. Contractor sha11 not be required to resurrie Work in connection with such condition or in any affected area until a�ex City has abtained any required pe�nits related thereto and delivered written notice to Contractor: (i) specifying that such cox�dztion and any affected area is or has been rendered suitable for the resumption of Work; or {ii) specifying any speciai conditions under which such Work may be resumed. F. If after receipt of such w�itten notiee Con�ractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special condi�ions, then City may order the portion of tkxe Work that is in the area af�ected by such condition to be deleted from the Work. City may have such deleted portion o� the Work performed by City's own farces or othexs. G. To the f�allest extent permitted by .�aws and Regulations, Contractor shall inderranify and hola' harmless City, frona and against all claims, costs, Iosses, crnd damcrges (including but not limited to ali fees and chcrrges af eragineers, architects, attorneys, and other prafessionais and arl court or arbitrcation or ather dispute resolution costs) arising out of or relating to a Hazardou.r Environmentul Condition created by Contractor or by anyone for tivhom Contractor is responsible. Nothing in this Parag�aph 4.06.G shadl obligate Contractor to inde�ranify any individual or entity from and against the consequences of that individual s or entity's ovvn negligence. H. The provisions of Paxagraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition ur�covered or reveaied at the �ite. CITY OP PORT WORTH STANDAFtD CONSTRUCTION SPECIFICATION DOCUiv1ENTS Revision: �v1a�h9,20�0 oa �z oo - i GENERAL CONDITIONS Page 16 of 63 ARTICLE � — BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Cantract Documents to be purchased and maintained by Contractor sha11 be obtained from surety or insurance companies that are duIy licensed ar authorized in the State of Texas to issue bonds or insurance palicies �or the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in t.he Suppleznentary Conditions. 5.02 Perfornaance, Payment, and Mainteraance Bonds A. Contractor sha11 furnish performance and payment bonds, in accordance with Texas Governrnent Code Chapter 2253 or successor sta.tute, each ir� an amount ec�ual to the Contract Price as security fax the faithful performance and payment of all of Contractor's obligations under the Contract Documenis. B. Contractor shall furnish mainterzance bonds in an amount equal to the Contract �rice as sec�rity io protect t�e City against any defects in any portion of the Wark described in the Contract Documents. Maintenance bonds shall remain in effect far two (2) years after the date of Fina1 Acceptance by the City. C. All bonds shaIl be in the form prescribed by the Contract Docurraents except as provided otherwise by Laws or Reguiations, and shall be executed by such sureties as are nameci in the list af LSCorxipaxzies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Cornpanies" as published in Circular 570 (azz�ended) by the Financial Management Service, Surety Sond Branch, U.S. Depariment of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a seaied and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bai�kr«pt or �aecomes insolvent or its right to do business is terrninat�d in the State of Texas ar it ceases to meet the requirerrients of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days afker the event giving rise to such notificatian, provide another bond and surety, both of which shall comply with the requirements of Paxagraphs 5.01 and 5.02.C. 5.03 Certificates of InsuNance Contractor shaIl deliver to City, with copies to each additional insured and loss payee identified in the Supplementaxy Canditions, certif cates of insurance (other evidence of insurance requested by City or any other additional insu�red} in at �east �ie minimum amour�t as speczfied in the Supplementaiy Conditians which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identi�ied entities named in the Supplementary Conditions as "Additional Insured" on all liabi�ity policies. CITY OF FORT WORTH STANbARI7 CONSTRUCT[ON SPECIFICATTON DOCCIMENTS Revision: Mar�h 9, 202a oo�2oa-� GENERA� CONDETIaNS Page 17 of 63 2. The Cont�•actor's general liability insurance sha11 include a, "per project" or "per locatian", endorsement, which shall be identified in the c�rtificate of insuz�ance provided to the City. 3. The certif cate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entireiy, and show cornplete znsurance carrier names as Iisted in the current A.M. Be,st Pxoperty & Casualty Guide 4. The insurers for all policies znust be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, al� insurers rrxust have a minimu�n rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent fina�ncial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. S. All applicable policies sha�l include a Waivex oi Subrogatian (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive aIl rights of subrogation against the Engineer (if applicable}, ar�d each additionai insured identified in the Supplementary Con.ditions 6. Failure of the City to demand such certificates or other evidence of full compliar�ce w�ith the insurance rec�uirernents or failure of the City to ideniify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to ar�.aintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Urnbrella or Excess Liability ins�a�rance for any differences is required. Excess Liability shall follow foznn of the primary coverage. 8. Unless otherwise stated, all required insurance shall be wiritten on the "occurrence basis". If covera�e is underwritten on a claims-made basis, the retroactive date slaa�l be coincident with or prior to the daie of the efFective date o� the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3} years following Final Acceptance provided under the Contract Doc�ents or for the warranty period, whiche�er is ionger. An annual certificate of insurance submitted to the City shall evidence such insurat�ce coverage. 9. Policies shall have no exciusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. Zn the event a Contract has been bid or executed and ihe exclusions are determined ta be u�acceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer fo obtain such coverage, the contract p�ice sha11 be adjusted by the cost of the premiutn for such additional coverage plus 10%. 10. Any self-insured �-etentian (SIR), in excess of $25,000.00, affecting required insurar�ce coverage shall be approved by the Ciry in regards to asset vaIue and stockholders' equity. Ix� CTTY OF POR`f WO�TH STANDARD CONSTRUCTION SPF.CIFICATION DOCUMENTS Revision: Ma�rh 9, 2020 00 72 OD - 1 GENERAL CQNDITIONS Page I8 offi3 lieu of traditional insuran.ce, altex�ative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 11. A.�zy deductible in exc�ss of $5,000.00, for any policy that does not �rovide coverage on a first-dollar basis, must be acceptable to and app�oved by the City. 12. Ciiy, at its sole discretion, reserves the right to review the insurance requirerxxents and io make reasonable adjustments ta insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the ciaims history of the industzy as well as of the contracting parky to the City. The City shali be required to provide prior notice of 90 days, ar�d the insurance adjustments shall be incoxporated into tlae Work by Change Order. 13. City shail be entitled, upon written request and wiihout expense, to receive copies of policies and endorse�ents thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, lir�nitations, ox exclusions necessa�y to confar�n the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisaons are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall nat be responsible for the direct payment of insurance premiutn costs for Contractar's insurance. 5.04 Cont�acto�'s Insurance A. Wor�kers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas WorI�e�s' Compensation Act (Texas Labor Code, Ch. 406, as atxzended}, and minimuin limits for Employers' Liabzlity as is apprapriate for the Work being performed and as will provide proiection from claims set forth below which tnay axise out o#' or result from Contractor's perforrnance of the Work and Contractor's otl�er obligatians under the Contract Documents, whether it is to be perfortned by Cont�actor, any Subcontractor ar Supplier, or by anyone directly or indirectly employed by any of them to perfarm any of the Work, or by azryone �ar whose acts any of them may be Iiable: 1. claims under workers' compensatian, disability benefits, and otk�er sirnilar employee benefit acts; 2. claims for danrzages because of bodily injury, occupa�iana.I sickness or disease, or death of Coniractar's employees. B. Camrnercial Gene�crl Liability. Coverage shall include but not be limited to covering liabiliry (bodily inju�y or property damage) arising from: pre�nises/operations, independent contractors, products/completed operations, personal znjuny, a.nd liability under an insured contract. Insurance shall be provided on an occut-rence basis, and as comprehensive as the current Ynsurance Services Office (ISO) policy. This insurance shall apply as pri�nary insurance with respect to any other CITY O�' FORT WORTH STAN[7ARD COiJSTRUCTION 5PECIFECATION DOCLIiv(ENTS Revisio�3: iVla�rli9,2020 oo�zao-i GENERAL CONDiTi0�l5 Page 19 of 63 insurance or self-insurance pxogz-ams afforded to the City. The Commercial General Liability policy, slaall have no exclusions by endorsements that would alter of nullify premises/operaiions, products/completed operations, contractual, personal injury, or advertising inj�uy, wk�ich are noxrz�ally contained with the policy, unless ihe City approves such exclusions in writing. For construction projects that present a substantial completed operation exposuxe, the City rnay require the contractor to maintain co�zpleted operations coverage for a rninim�n of no less than three (3) yeaxs follawing the completion of the project (if identified in the Supplementary Canditions)_ C. Autorraobile Liability. A cornmerciai business auto policy shall provid� coverage on "any auto", defined as autos owxzed, hired and non�owned and pravide inderntuty for claizns for darnages because badily injuYy or death of any person and or propexky d�.mage arising out of the work, mainienance or use of a�y mator vehicle by the Contractor, any Subcon�ractox or Supplier, or by ar�yo�e directly or indirectIy employed by any of them to pe�r�Form any of the Work, or by anyone for whose acts any of them may be liable. D. Raal�oad P�otective Liability. If any of the work ar any r�arranty work is withui the �izrzits af railroad right�of-way, the Contractar shall comply with the requirements identified in il�e Supplementary Conditioz�s. E. Notafication of Policy Cancellation: Contractor sha11 immediately notify City upon cancellatior� or ot�.ex Ioss of insurance caverage. Contractor shall stop wox� unt�l replacement insurance has been procured. There sha11 be no time credit for days not worked pursuant to this section. S.OS Acceptance ofl3onds and Insurance; Option to Replace If City has any objectian to the coverage a�forded by or other provisions of the bonds or insurance required to be purchas�d and rr�aintained by the Contractor in accardance with Article 5 on the basis of non-conformance with the Contrac� Documents, the City shall so notify the Contractor in w�riting within 10 Busines� Days after receipt of the certificates {or other evidence requested). Contracior shall provide to the City such addirional information in respect of insUrance provided as the City may reasonably request. If Contractor does not purchase or rnaintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such fail�re to maintain prior to any change in the required coverage. ARTICLE 6 — CONTRACTOR'S RESPONSIBILIT�ES 6.01 Supervisian and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in aecordance with the Contraci Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. CITY QF FOR`f WOi2TH STANDARi7 CONSTRiICTION SPECIFICATiON DOCUMEI�TS Revision: March 9, 2020 oa 72 00 - � GENERA� CONDITIONS Page 20 of63 B. At alI tirnes during the progre,ss of the Wark, Cont�actor shall assign a competent, English- speal�ing, Superintendent who shall noi be re�laced without written natice to City. The Superintendent wili be Contiractor's representative at the Site and shall have authority to act on hehalf of Con�ractor. AIl comrnunication given to or received froza� the 5uperintendent shall be binding on Contractor. C. Contractor shall notify the City 2� hours prior to naaving axeas during the sequence of constnzctian. 6.02 Labo�; Working Hours A. Coniractox shall provide competent, suitably qualified person�el to pexfo� construction as required by tl�e Cont�act Documents. Contractor shall at all times maintain good discipline and order at �he Site. B. Except as otherwise required �or the safety or protection of persons or the Wark or property at the Sit� ar adjacent thereto, and except as otherwise stated in the Contract Documents, aIl Work at the Site shall be perfonned during Regular Working Hours. Contractor will not perrnit the performance of Work beyond Regular Working Hou�rs ox for Weekend Working Hours without City's w�ritten consent (which will not be unreasonably withheld). Written request (by letter or �lectronic communication) to perform Work: for beyond Regular Working Hours request rziust be rn.ade by noon at least two (2) Business Days priox 2. far Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be rzaade by noon two Business Days prior to the Iegal holiday. 6.03 Se�vices, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume fuil responsibility for all sezvices, zx�aterials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanita�y facilities, temporary facilities, and aIl other facilities and incidentals necessary for the performance, Contractor required testing, siart-up, and completion of the Work_ B. All materia�s and equipment incorporated into ihe Work shatl be as specified or, if not specified, shall be of good quality and n�w, e�cept as othen�ise provided in the Cont�act Documents. A�1 special warranties and guarantees required by the Specifications shall expressly run to the benefit of Ciry. �f xequired by City, Contractor shall fizrnish satisfactory evidence (inc�uding reports of required tests) as to the souz�ce, kind, and quality of materials and equipment. CITY OF FORT WORTH STANbARb CONSTRLiCTIQN SPECIFICATION DOCUMENTS RevisiUn; Mo-uch9,202U oo�zao-� GENERAL CON�ETIONS Page 21 of 63 C. All materials and equipment to be incorporated into the Wark sha11 be stored, applied, installed, connected, erect�d, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment io be �ncorporated into the Woxk shal� be the latest model at the tirr�e of bid, unless othe�-wise specif ed. 6.04 Praject 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 iime to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicatec� in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule ihat will not result in changing the Contract Ti�xae. Such adjustments wi11 comply with any provisions of the Gene�al Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a mont.�ly progress payment for the duration of the Contxact in accordance with the schedule specification O1 32 16. 3. Proposed adjustments in the Project Schedule that wi�l change the Contract Time shaIl be submitted zn accordance with the requirements af Article 12. Adjustments in Contract Time may only be made by a Chan�e Oxdex. 5.05 Substitutes cand "O�-Equals " A. Whenever an item of material or equiprnent is specified ox descxibed in the Contract Documents by using the naz�ne of a proprietary it�m ar �the name of a particular Supplier, the specification or desc�iption is intended io establish the rype, funcfion, appearance, and qualiiy required. Unless the specification or description contains or is followed by worc�s reading that no �ike, equivalent, or "ar-equal" item or no substitution is permitted, othcr items of material or equipment of other Suppliers may be submitted to City for review under the circum,stances described below. "O�-Equal " Items.• If in City's sole discretian ari item of material or equipment proposed by Con#�actor is fi�nctionally equal to that narned and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or-equal" item, in �cnrhich case xeview and appraval of the proposed item may, in City's sole discre�aon, be accornplished without cornpliance with some or a�l o� the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.OS.A.1, a proposed ite�n of rz�.aterial or equipment wil� be considered functionally equal to an ite�n so named if: a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; C[TY OF FORT WORTH STA3VDARbCONSTRUCTION SPECiFICATION DQCUMENTS Revi5ion: Mo-urh9,2{l20 00 72 00 - 1 GENERAI. CONDITIdNS Page 22 of 63 2) it wilI reliably per%xx� at least equally well the function and achieve the results imposed by the design concept of the completed Project as a Functioning whole; and 3} it has a proven record of perfor�ance and availability o:f xesponsive service; and b. Contractor certifies t.�.at, if approved and incorporated into ihe Work: 1) there will be no increase in cost to �tiie City or increase in Contract Time; and 2) it will conform substantially to �ie detailed requirements of the item named in t�e Contz-act Documents. 2. Substitute Items: a. If in Ciry's sole discretion an item of material or equipment proposed by Contractor does nat qualify as an"or-equal" item under Paragraph b.OS.A.I, it may be subrnitted as a proposed substitute item. b. Contractor shall submii suffzcient infonnation as provided below to a11ow C�ty to d�termine if the item of material ar equipment proposed is essentially equi�ralent to that named and an acceptable substitute therefor. Requests for review of proposed substitut� items of materia� ar equipment wiIl not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipnnent khat Contractor seeks to furnish or use. The application shall comply with Section O1 25 00 and: 1) shaIl certify that the proposed suhstitute item wiIl: a) perfornr� adequat�ly the funetions and achieve the results called for by the general design; b) be similar in substance io that specified; c) be suited to the same use as that specif ed; and 2} will state: a) the extent, if any, to which tt�e use of the proposed substitute.item will prejudice Contractor's achievement of final completion on time; b) rn�hether 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 direci contract with City far other worlc on the Projeci) to adapt the design to the proposed substitute item; C1TY OF Fp�tT WORTH 5'I'ANDARD CONSTRUCTION SPEC[FIC/1TiO3V DOCUMENTS Revision: March9,2U20 oo�2ao-� GENERAL CONDITIONS Page 23 of 63 c) whether incoiporation or use o� the proposed substitute item in connection with th� Work is subject to payment of any license %e or royalty; and 3) wiil identify: a) all variations o� the prapased substiiute item from that specified; b} available engineering, sales, mainienax�ce, repair, and replacement services; and 4} shall contain an itemized estimate of a11 cost� or credits that wili zesult directly ar indirectly from use of such substitute item, including costs of redesign and Da�nage Clainras o� other contractors affected by any resulting change. B. Substitute Construction Methods o� Procedures: If a specific means, method, iechnique, seque�ce, or procedure of construction is expressly required by tl�.e Contract Documents, Contractor may fiarnish or utilize a substitute means, method, technique, sec�uence, or procedure of constxuctioz� approved by City. Contractor shall submit suf�cient in�ormation to allaw City, in Ciry's sole discretion, to deiermine that the substitute proposed is equivalent to that expressly called for by the Con�ract Documents. Contractor shall make w�ritten application to City for review in the satne manner as those pxo�ided in Paragraph 6.05.A.2. C. City's Evcrluation: Ciiy will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.OS.A and 6.OS.B. Ci#.y may require Cont�actor to furriish additional data about the proposed sub�titute. City will be the sale judge of acceptability. No "or-equal" or substitute will be ordered, iz�stalled or utiliz�d until City's review is complete, which will be evzdenced by a Change Order in the case of a substitute and aza accepted Submittai for an "or-equal." City will advise Contractor in writing of its determination. D. Special Guarantee: Ciry may require Contractor to �urnish at Conh-actor's expense a special per�armance guarantee, warranty, or other surety with respeci to any substitute. Contractor shall indemn� and hold harmless Ciry and anyane directly or indirectly employed by thenz from and against any and all claims, dc�mages, losses and expenses (including attorneys fees) at-ising out of the use of su�stituted matericrls or equipment. E. City's Cost Reimbursenzent: City will xecord City's costs in evaluating a substitute proposed ar subzx�itted by Contractor pursuant to Paragraphs 6.OS.A.2 and 6.OS.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Coniractor may be required to rezmburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in tk�e provisions af any other direct contract with City} resulting from the acceptance af each proposed substitute. F. Contractor's Expense: Contractor shall provide ali data in support of any proposed substitute or "or-equal" at Contractor's expense. CITY OF FQRT WOIZTH STANDARi] CONSTRUCTTOI+� SPECIFICATION DOCUMENTS Revision: Mareh 9, 2020 oo7zoo-i GENERA� CONDITIONS Page 2a ofb3 G. City Substitute Reimbursement: Costs (savings or charges} attributable to acceptaa�ce of a substit�te shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Cotzcerning Subcontractors, Suppliers, and Others A. Contractor shall perforxn with his own arganization, work of a value not less xhan 35% of the value embraced on the Contract, unless oiherwise approved by the City. B. Contractor shall not err�ploy any Subcontractor, Supplier, or other indivzdual or entity, whether initially or as a replacement, against who�nn. City may have reasonable objection. Contractor shall not be requi�red to employ any Subcon�ractor, Supplier, or other individual or entity to fumish or perfor�n any of the Work against whom Contractor has reasonable objeetian {excluding ihose acceptable to City as indicated in Paragraph 6.06.C). C. The City may frozx� tirne to time require the use of certain 5ubcont�actors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority Business Enterprise Compliance: It is City policy ta ensure the full aaad eyuitable participation by Minoriiy Business Enterprises {MBE) in the pxocurement of goods and services on a contract�al basis. If tl�e Contract Documents provide for a MBE goal, Contractox is required to comply �rith the inteni of the City's MBE Ordinan.ce {as amended) by the fallorving J. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE on the Contract and payment therefor. 2. Contracior will not xnal�e addifions, deletions, or substitutions of accepted MBE without written cansent of the City. Any unjustified ch.ange ox deletion shall be a rnateria] breach of Contract ar�d may result in debarn�ent in accordance wiih the procedures out�ined in the Ordinar�ce. 3. Contractar shall, upon requesi by City, allaw an audit and/ar examination of any books, records, ox �les in ihe possession afthe Contractor that will substantiate tbe actual work performed by an MSE. Material �nisrepresentation of any nature will be grounds for ierminaiion of the Contract in accordance with Paragraph 15.02.A. Any such xnisrepresentation rnay be grounds for disqualification of Contractor to bid on future contracts wiih ihe Ciiy :�or a period of not less than ti�'ee years. E. Contractar shall be fully responsible to City for all acts a�n.d omissions of the Subcontractors, Suppliers, and other individuals or entities perfornvng ar furnishing any of the Work just as Contractor is responsible for Contracior's own acis and omissions. Nothing in the Contract Documents: CITY OF FORT WORTI-i STANDARb CONSTRUCTION SPEC3FICATION DOGUMEtVTS Rev is i on : 3vlar�h 9, ZOZO oo�zao-i GEiV�RAL CONDIT10N5 Yage 25 of 63 1. shali create far the benefit of any such �ubcontractor, Supplier, or othex individual or enti�y any cont�actual relationsk�zp between City and any such �ubcontracior, Supplier or other individual or entity; nor 2. sha�l create any obligation on the part of City to pay or to see to the paynnent of any maneys due any sucn Subcont�actor, Supplier, or ather ind'zvidual or ent�ty except as may otherwise be required by Laws and Regulaiions. F. Contractor shall be solely responsible for scheduiing and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any o�the Work under a direct or indirect contract wiih Contraciox. G. A11 Subcontractors, Suppliers, and such other individua�s ox entities per�orn�ing or fur�ishing any of the Woxk shall cammunicate with City through Contractor. H. All Work performed for Contractor by a Subcontractar or Supplier will be pursuant to an apprapriate agreement beriveen Contractor and the Subcontractor or Supplier which specifically binds the Subcontxactor ar Supplier to the applicable terms and conditior�s of the Contract Documents for the benefit af City. 6.07 Wage Rc�tes A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as arnended}, including the payment of not less than �he rates detennined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 22S$. Such prevailing �vage rates are included in ihese Contract Documents. B. Penalty for Violatian. A Contractor or any Subcantractor w�o daes not pay the prevailing wage shall, upon demand nr�ade by the City, pay to th� City $60 for each worker emplayed for each calendar day or part of the day ihat the worker is paid less than the prevailing •wage rates stipuiated in t�ese contract doc�nents. Tlus penalty shall be retained by ihe City to offset its administrative costs, put-suant to Texas Govexx�x�aent Code 2258.023 _ C_ Complaints of Violations c�nd City Determination of Good Ccruse. On reeeipi of information, including a complai�t by a worker, concerning an alleged vialation of 2258.023, Texas Government Code, by a Cantractor or Subcontractor, the City shall rr�ake an initial detertnination, befare the 31 st day after the daie the City z'eceives the informa�ion, as to whefher good cause exists to believe that the violatron occurred. The City shall notify in writing the Cantractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractar has violated Chapter 2258, the City shall re�ain the full air�ounts claimed by the claimant or cIaimants as the difference between wages paid and wages due under the prevailing wage xates, such amaunts being subtracted from successive progress payments pending a finaI detennination of the violation. CITY OF FORT WORTH STANDARD CDNSTRUCT101�i SPECiFICATION bOCi_TMENTS Revision: Mar�h 9,2020 ao�zoo-� GENERAL CDN�ITIONS Page 26 of b3 D. A�bitration Required if Violation llTot Resolved. An issue relating to an alleged violation of Section 2258.02�, Texas Governrnent Code, including a penalty owed io the C�ty or an affected worker, shall be submitted to hizxding a�rbitration in accordanc� �with the Texas General A�rbitration Act (Article 224 et seq., Revised Staiutes) if the Con�ractor or Subcontractor and any affected worker daes not resolve ihe issue by agreement before the 15th day after the date the City makes zts inztzal determina�ion pursuant to Paragraph C above. If the pearsons required to arbitrate under this section do not agree on an arbitrator before the l lth day after the daie that arhi�ration is required, a district court shall appoint an arbitrator on the peiition of a�ny o� the persons. The City is not a party in the arbitration. The deciszon and award of the arbitrator is final and binding oz� all parties and nnay be enforced ir� any court of co�npetent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor sha11, %r a periad of three (3) years following the date of acceptance of the work, maintain records �iat show (i) the name and occupation of each warker employed by th� Contractor in the construction o:F tk�e Work provided for in this Contract; and (ii) ihe actual pex diern wages paid to �ach worker. The records shall be open at all reasonable hours fo�- inspection by the City. 'The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment ax payroll period, whichever is less, the Contractor shall sub�it an affidavit stating that the Cantractor has complied w�ith the requiremenfs of Chapter 2258, Texas Government Cade. G. Posting of YYage Rates. The Contractor shall post prevaiiing wage rates in a conspicuous �lace at all ti_mes. H. Subcontr�actor Conzpliance. The Contractar shall include in its subcontracts andlor shall otherwise require all of its Subcont�actors to compiy with Paragraphs A tl�rough G above. 6.08 Patent Fees and Royalties A. Contractor sha11 pay all license fees and royalties and assume all costs incident to the use in the performance of ihe Work or the incarporation 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 pariicular invention, design, process, product, or device is s�ecified in the Contract Documents for use in the per�ormance of the Work and i�, to the acivat knowledge of Ciiy, its use is subject to patent rights or copyrights caliing for the payment of any Iicense fee or royalty to others, the e�stence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disc�ose such information does not relieve the Contractor from its obligatzons to pay for the use of said fees or royaliies to oihers. B. To the , fullest extent pet-mitted by Lc�vs and Regulations, Contrcaetor shall indemnify and hold harmless Ciry, f�am and against all claims, costs, losses, and damages (including but not limited to aIl fees and charges of engrneers, aYchitects, attorneys, and othe� p�ofessianals and all court or arbitration o� other dispute resolution costs) rxrising out of or �elc�ting to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting fram CITY pF FORT WORTH ST/ti.NDARD CONSTRUC'FION SPECIFICATiON DOCUME.NTS Revision: Mai�ch9, 2020 007200-1 GENERAL CONDITIONS Page 27 of 63 the incorporation in the Work af any invention, design, process, product, or device not specified in the ContYact Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obfiain and pay far all construction perxzaits and licenses except those provided for in the 5upplementary Canditions or Contract Docurnents. City shall assist Contractor, when necessary, in obtaining such perinits and licenses. Contzactox shall pay ai1 governmenta� charges and inspec�ion fees necessary for the prosecuiion of the Work which are applicable at the iime of opening of Bids, ox, if there are no Bids, on the Effective Date o� the Agreernent, except for perniits provided by the City as specified in 6.09.B. City shall pay all charges of uiility owners for conneciions for providing pernianent service to the Work. B. City obtcained permits and Iicenses. City will abtain and pay for a11 permits and licenses as provided �for in the Supplementary Conditio�s or Contract Documents. It will be the Contractor's responsibility to carry out the pxovisions af the permit. If the Contractor initiates changes to the Contract and the City approves the changes, �e Cantractor is responsible �Fox obtainir�g clearances and coordinating with the appropriate regulatory agency. The City will not reirnburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are pe�its the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Perxnits 3. Texas Commission on Environrnental Quality Permits 4. Raiiroad Company Permits C. 4utstanding permits and lieenses. The City anticipates acquisition of and/or access to permit,s and licenses. Any outstanding permits and Iicenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Condi�ions. The Pro�ect ScheduIe submitted by the Contractar in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulatians A. Contractor shall give all notices required by and shall comply wiih all Laws and Regula�ions applicable to ihe performance of the Work. Except where othenvise expressly required by applicabie Laws and Regulations, the City shall not be responsible for monitoring Contractor's coz�rxpliar�ce with any Laws ar Regulations. B. If Co�tractor performs any Wark knowing or having reason to l�ow that it is contrary to Laws or Regulations, Contractor sha�i bear all claixz�s, costs, losses, and damages (including but not limited io alI fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH ST�NDAR17 CONSTRUCTIO�! SPECIFICATION IIOCUMENTS Revision: Mar� 9, 2D20 ao�zoa-i GENERAL CONqITIONS �age 2S of 63 court or arbitration or other dispute resolution costs) arising out af or relating to such Work. However, it shali not be Contractor's responsibility to make certain that the Specif cations and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or ReguIations not kr�owza at the time of opening of Bids having an effect on the cast or time of perfornnance of the Work may be t17e subj ect of an adjustment in Contract Price or Contxact Time. 6.11 Taxes A. On a contract awarded by the City, an organizaiion which qualifies for exemption pursuant to Texas Ta� Code, Subchapter H, Sections 151.301-335 (as amended}, the Contractor may �urchase, rent or lease all materials, supplies and equip�nent used or consumed in the pe��formance o� this contract by issuing to his supplier an exemption certificate in lieu o� the tax, said exernp�ion certif cate io comply with State Comptroller's Ruling .007. Any such exemption certificate issued io the Cor�tractor in lieu of the tax shall be subject to and shall comply with the provision of State Cornptroller's Ruling .011, and any other applicable rulings pertaining to �he Texas Tax Code, Subchapter H. B. Texas Tax pern�its a�d information may be abtained from: Comptro�lez of Public Accounts Sa1es Tax Division Capitol Station Austin, TX'78711; or 2. I�t ::'/�r��r��,��rinc�c��d state.tx.��sf��i��i�a t��for�ns/9_3_ ��r_r_zns.h�nl 6.12 Use of Site and Other Areas A. Limitation on Use of 5ite and Other Areas: Contractor shall canfine construction equipzx�ent, the storage of materials and equipment, and the operations of wor�ers to the �ite and other areas pe�znitted by Laws and Regulations, and shall not unreaso�ably encumber the Site and ather areas with construction equipment or other rnaterials or equipment. Contractor shall assume fuIl responsibility for any damage to any such lanc� or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the perfozaxaance of the Wor1c. 2. At any tirne when, in th� judgrnent of the City, the Contractor has obstructed or closed or is caxrying on operations in a portion af a street, right-of way, or easernent greater than is necessary for proper execution of ihe Work, the City may req�ire the Contractar to finish the section on which operations ar� in progress before work is commenced on any additional area of the Site. CITY OF FQRI' WOiZTF� STANDARL7 CONSTRUCTION SPECIFICATIOI+I DOCUMEN'tS Revisioii: Marcl� 9, 2020 0072OD-1 G�NERAL CDNDITIONS Page 29 of 63 3. Should any Damage Claiin be made by any such owner or occu�ant because of the perFormance of the Work, Coniractor sha11 promptly atterr�pt to resolve tl�e Damage Ciaim. 4. Pursuant to Paragt-crph 6.21, Contractor shall indemnify and hord harmless City, from and against all claims, costs, losses, and damages arising out of or relc�fiing to any claim or action, legal or equitable, braught by any such owner o�- occupant against City. B. Removal of Debris Du�ing �erformance of the Work: During the progress of the Wark Contractor s�all i�eep the 5ite and other areas iree irom accurziulations of waste materials, rubbish, and other debxis. Rerno�+al and disposal of such waste materials, nzbbish, and other debris shall conform to app�icable Laws and Regulations. G Site Maintenance Cleaning.• 24 hours after written notice is given to ihe Contractor that the clean-up on the jo� site is proceeding in a manner unsatisfactory to the City, if the Contractor faiis to co�rirect the unsa�isfactory procedure, the City may take �uch direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Cor�tractor in the written notice (by le#ter ar electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Pxzor to �inai Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all taois, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better a11 property disturbed by �he Wor�. E. Loading StNuctures: Contractor sha�l not load nor permit any part of any structure to be loaded in any manner that will endanger the struct�u�e, nor shall Contracfior subject any part of the Work or adjacent property to stresses or pr�ssures that will endanger it. 6.13 Record Documents A. Cont�actar shall maintaix� in a safe place at the Site ar in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifieations, Addenda, Change Orders, Field Oxders, and written interpretations and clarif cations in good order a�ad anz�otated to show changes made during constz-ucfiion. These record docu�nent5 together with all approved Samples and a counterpart of all accepted �ubmittals will be availahle to Ciry for refer�nce. Upon completion of the Work, these xecord dacument�, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspeciion. Contractor shall include accurate locations for buried and ixnbedded items. 6.14 Scrfety and Protection A. Contractor shall �e solely xesponsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Wox�.. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in ihe performance of their wark, nar for compliance with applicable safety Laws and Regulations. Contractor shall CTTY OF FORT WORTH STANBARD CONS772UCTION SPECIFICA'f10N bOCilMEt�3TS Revision: March9,2D20 oo�zoa-� GENERAL CONDITfOlUS Page 30 of G3 take all necessary precautions for the safety o�, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Wark; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or of� the Site; and 3. other property at the Site or ad�acent thereto, inciuding t�ees, shrubs, lawns, wal�s, pavements, roadways, siructures, utiiities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulatians rela�ing to the safety of persons or propexty, or to the protection of persons or property from damage, inju�y, ox loss; and sha11 erect and maintain all necessaxy safeguards for such safety and protection. Contractor shall notify owners of adjacent properiy and of Underground Facilities and otlier utility owners when prosecution of the Work znay a�fect them, and shall cooperate �with them in the protection, removal, relocation, and replacement of their property. C. Con�ractor shaIl comply with �e applicable requirernents of City's safety programs, if axry. D. Cont�actor shall infoxr�a City of the specific requirernents o� Contractor's safety program, if any, witl� which City's employees and representatives mu�t cozxzply while at the Site. E. All damage, inj�.uy, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcon�ractor, Supplier, or any other inciividual or entity directly or indirectly employed by any o� them to perform any of the Work, or anyone for whose acts any af them may be liable, sha11 be remedied by Coniractor. F. Contractor's duties azad respansibilities for safety and for protection of the Work shall continue until such time as all the Worl� is completed and City has accepted #he Wark. 6.15 Safety Representative Contractor shall inform Ciry in wriiing of Contracior's designated safety representative at the Site. b.16 Hazard Communicc�tian Programs Contractor sha11 be responsible for coorclinating any exchange of naaterial safety data sh�ets or other hazard comm�uucation in:fornaation required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergeracies and/or Rectifacation A. In ennergencies aff�cting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened da�nage, injury, or loss. Contractor shall give City prompt written notice i� Cantractor believ�s that any significant crr� o� raxT wo�Tr� STAiVDARD CONSTRUCTION SPECIF1CATiON DOCUMEN'1'S Revision: Ma�h9,2020 00 72 OQ - 1 GENERAL CON�ITIONS Yagc 31 of 63 changes in the Wark ar variations from the Contract Documents have been caused thereby or are required as a resu�t thereof. If City deter�riines that a cha�ge in the Contract Documents is required because of the action iaken. by Cantractor in response to such an emergency, a Change Order naay be issued. B. Should the Contractor fail to respond to a request from the City ta rectify axry d'zscrepancies, omissions, or correct�on necessary to con�ozxn� with tlae reguirements of the Contract Documents, the Ciry shall give the Contractor written not�ce thai such work or changes are to be perfonned. The written notice shall direct attention to the discxepaa�t coz�dition and request the Cont�actor to take remedial action to correct the condition. In the event the Contractor does not iake positive steps to fulfill this written request, or does not show just cause �or not taking the �roper action, within 24 hours, t1�e City may take such remedial action with City farces or by contxact. The City shall deduct an amount equaI to the entire costs for �uch re�x�edial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for reviernr and acceptance in accordance with the accepted Schedule of Submiitals (as required by Paragraph 2.07}. Each submittai will be identified as City may require. 1. Submit nur�ber of copies specified in the General Requirements. 2. Data shovvn on the 5ubmittals will be connplete with xespect to quantities, dimensions, specified perforrnance and design criteria, materials, and similar data to show City the sez-vices, materials, and equipment Coniractor proposes ta provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as h�rein provided by Contractor and reviewed by City for conformance with the design concept shall be e�ecuted in conformity with the Contract Docuznents �nless otherwise rec�uired by City. 4. When Subrnittals are submitted for the purpose of showing th.e installation in greater detail, their review shail not excuse Contractor from requirements shown on t1�e Drawings and Specifications. 5. For-Informatio�-OnIy submittals upon which the City is not expected to conduct review or take responsive actioz� rnay be so identifi�d in the Contract Documents. 6. Sub�nit required nurrzbex o�F Samples specified in the Specifications. 7. Clearly identify each Sample as to tr�ateriai, Supplier, pertinent data such as catatog nurnbers, the use �or which intended and other data as City may require to enable Ciry to review the submittai for ihe limited purposes required by Paragraph 6.18.C. CIT S' OF FORT WORTH STANDARD CbNSTRUCTION SPECIFICATIOIY DDCU�vIENTS Iievisivn: Ma��ch9,2020 007200-1 GEiVERAL CONpITIQNS Page 32 of 63 B. Where a Submittal is required by the Contract Dacuments or the Schedule o� ,�ubmittals, any related Wark performed prior to Ciiy's review az�d acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. Cily's Review: 1. City will provide timely review of required Submittals in accordance with ihe Schedule o� Submittals acceptable ta City. City's review and acceptance will be only to determine if the items cavered by the submittals wiii, after installation or incorporation in the Work, conforzxz to the infortnation given in the Contract Docurnents and be compatible with the dcsign concept of the comp�eted Project as a functianing whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend ta means, met�aods, techniques, sequences, ar proced�ues of construction (except wk�ere a particular means, method, technique, seque�ce, or procedure of cor�structian is specifically and expressly ca�led for by the Contract Documents} or to safety precautions or prograrns incident thereto. The review and acceptance of a sepaxate item as such will not indicat� approval of the assembiy in which the item functions. 3. City's review and acceptance shall not relieve Contractar froyn responsibiliiy foz any variation from the requirements of the Contract Documents unless Contractor has complied with the requiremenis of Sectioxz O1 33 00 and Ciiy has gi�en written acceptaz�ce of each such variation by specif c written notation thereof zncoxporated in ar accornpanying the Submittal. City's review and acceptance sha�l not relieve Contractor fxar�a responsibility for complying with the requirements of ihe Contract Documents. b.19 Continuing the Work Exce}�t as otherwise provided, Contractor shall carry on the Wor� and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as Ciry and Conl�acfor may otherwise agree in writing. 6.2d Contractor's Gene�al WarYanty and Guarantee A. Cor�tractor warranis and guarantees to City that all Work will be in accordance with the Contract Documents anci will not be defective. City and its officers, directars, rnembers, pariners, employees, agents, consultants, and subcontractors shall be entitled to r�ly on representaiion of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunde� exclud�s de�ects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subconlxactors, Suppliers, or any other individual or entiiy �'or whom Contractor is xesponsible; or CITY QF �pRT WORTH STAIdDARD CONSTRUCTION SPECIFICATl01+! DOCUMCNTS Revision: M��ch9,2020 007200-1 GENERAL CONDITIOEVS Page 33 of 63 2_ narmal wear and tear under normal usage. C. Contractar's obligation to perform and complete the Work in accordance with the Contract Documents shall be absalufie. None af the foIiowing will constitute an acceptarice of Work #hat is not in accordance with the Contract Documents or a release of Contractor's oblzgation to perform ihe Work in accordance with tk�e Contract Documents: 1. observations by City; 2_ recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment reIated thereto by City; 4. use or accupancy of �ie Work or any part thereaf by City; 5. any review and acceptance of a Submittal by City; 6. any inspec�ion, test, or approval by o�hers; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any da� age to other work or properry resulting therefrom which shall appear �within a period of two (2) years from �lie date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good az�d sufficient maintenance bond, camplying with the requirements of Articie 5.42.B. The City will give notice of observed defects wit�i reasonable promptness. 6.21 Inde�nnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, firor� and a�a�nst any and ali claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its afficers, agents, eamp�oyees, subcantracfors, licenses or invitees under this Contract. THIS INDEMNIFICATION PRnVISION IS SPECIFTCALLY INTENDED TO OPE�ATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. YN WHOLE OR IN P�RT. BY ANY ACT. OMISSION OR_N� LIGENCE OF THE CITY. This indemnity provision is intended to include, vvithout lirnitation, indemnity for costs, expenses and legal fees incurred by the City in defending against suc� claims and causes of actions. B. Contractor covenants and a�rees to indemnify and hold harmle�s, at it� own expe�se, t�e City, its officers, seraants and e�x�ployees, from and against any and all loss, damage or destruciion of property of the City, arisin� out of, or alleged to arise out of, the work and �ervices to be performed by the Contrac�oar, its officers, agents, employees, �ubcontractors, licensees or invitees under this Contract. T�IS INDEMNIFICATIQN_��D�S�ON iS crr� or �oxT woxTr� STAiVDARD CONSTRUCTEON SP�CIFICATION DOCUMENTS Revision: March9,2020 QO7200-1 GENERAL CON�ITIOfVS Page 34 of 63 5PECIFICALLY_i TENDED TO OPERATE AND BE F T EVEN IF IT IS ALLEGED OR�ROVEN THAT ALL OR SOME OF THE DAMAG�S BEING SOUGHT RE CAUSED Il�I _V�� LE OR IN PART BY ANY ACT MI YON OR NEGLIGENCE OF T CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional desigr� services unIess such services are specifically required by the Coniract Documents for a portion of the Work ox unless such services are required to carry out Coz�iz�actor's responsibili�ies for construction means, methods, techniques, sequences and procedures. B. If professional design services or certificaiions by a design professional related to systerz�s, materials or equipment are specifically required of Con�ractor by the Contract Documents, City will speci�y all perfortnanc� and design criteria that such services must satisfy. Contractox s�all cause such services or certifications to be provided by a properly licensed prof�ssional, whose signature and seal shall appear on all drawings, calculations, specificaiions, certifzcations, and Submittals prepared by such professional. Subrzaittais related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written appxoval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and campleten�ss �f the services, certafications or approvals perforrned by such design professianals, provided City has specified to Contractor performance and design cxiteria that such services must satisfy. D. Pursuant to this Paragraph 622, City's review and acceptance of design calculations and design drawirzgs wil� be only for the limited purpose of checking for confo��nance with performaz�ce and design criteria given and the design concept expressed in the Conkract Dacurr�ents. City's review and acceptance of SubmittaIs {except design calculations and design drawings) wi11 be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the Ciry sha11, until the expiration of three (3) years after final payrnent under this Contraci, have access to and the righ.t to e�amine and photacopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions rela�z-ig to this Contract. Contractox agrees fhat the City shall have access during Regular Working Hours to all necessary Contractor faci�ities and shaIl be provided adequate and appropriate wor�C space in order to conduct audits in compliance with the provisions of triis Paragraph. The City shall give Cantractor reasonab�e advance notice of intended audits. B. Contractor fi�rtlier agrees to include in all its subcontracts hereunder a provision to the e�fect ihai the subcontractor agrees that the City sk�all, until the expiration af three (3) years after final payment under this Contract, have access to and ihe right to exan.aine and pk�otocopy any direct�y pertinent books, documents, papers, and records of such Subcontractor, involving transaciions io the subcontract, and further, that City shall have access during Regu�ar Working Hours to all CITY OF FORT WORTH STANDARD CON57'RUCTION SPECIFICATION DQCiJMENTS Revision: Ma��h 9, 2020 DO72fl0-I G�N�RAL GO�IDITIONS Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of t.his Paragraph. The City shall gzve Subcont�actor reasonable advance notice af intended audits. C. Contractor and Subcontractor agree io photocopy such docu�ents as a�x�ay be requested by th� City. The City agrees to reimburse Conti-actor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as oithe tizne copying is pe�a�ned. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Prograrr�s and implementing transit- related projects, which are funded in part with Federal financial asszsfiance awa.rded by the U.S. Depaxtzx�ent of T�ansportation and the Federal Transit Administration {�'TA), without discriminating against any person ir� the Uniied States on the basis oirace, color, ox national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements af the Act and the Reguiatioz�s as further defined in the Sr�pplementary Conditions �or any project rec�iving Federal assistance. ARTICLE 7— �THER WORK AT THE SITE 7.01 Related Work at Site A. Ciiy may perfoxm ot�er warl� related to the Project at the Site with City's employees, or other City contractors, or tl�rough other direct contracts iherefor, or have other woxk pez�fonned by utility owners. I�F such otlaer wark is not noted in the Contract Docurrients, then written notice thereof will be given to Contractor prior to startir�g any such other worl�; and B. Contractor shall afford each oiher contractor who is a pa�-E.y to such a dixect contract, each utility ow�aer, and City, if City is perfornling other work with Ciry's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such oiher work, and pxoperly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or othenuise make its several parts come #ogether and properly integrate with such other work. Cont�actor shall not endanger any work of others by cutting, excavating, or otherwise altering such wor�; provided, hawever, that Contractor rnay c�t or alter others' work with the wri#ten consent of Ciry and the oihers whose work wi11 be affected. C. If the propex execz�tion or res�lts of any part of Contractor's Work depends upon work performed by others under this Article 7, Cont�actor shall inspect such other work and pramptly report to City in writing any delays, defects, or deiiciencies in such other work that render it unavailable or unsuitable for the proper e�ecution and results of Cantractor's Work. Contractor's failure to so report r�rill constitute an acceptance of such other work as fit a.nd proper �or integration with Contractor's Work except for latent defects in the r�ork provided by others. CITY OF FORT WORTH STA3UDAR.� CONSTRUCTION SPECIFICATION DDCUMEtJTS Revision: March9,2D20 oo�zoo-� GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A. Yf City intends io contract with others for the performance of other work on the Praject at the Site, the following will be sei forth in Supplex�r�ezatazy Conditions: the individual or entity who vvi�l have authority and responsibility for caordination of the activities among the various con�ractors will be identified; • 2. the specific matters to be covered by s�ch, authorrity and responsibility will be itemized; and 3. the extent o� such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have autharity for such coorc�ination. ARTICLE S — CITY'S RESPONSIBIL�T�ES 8.01 Comryaunications to ContNactor E�cept as otherwise provided in ihe Supplexn�entary Canditians, City sha11 issue all co�nmunicatians to Contractor. 8.02 Furnish Data City sha�l tizx�ely fi�rnish the data required under the Contract Documents. 8.03 Pay When Due City shall rnake payments to Contxactar in accordance with Article 14. 8.04 Lands and Easernents; Reports and Tests City's duties with respect to pxoviding lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.41 and 4.05. Paragraph 4.02 refers to Ciiy's identifying and nnaking available to Contractar copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to exfsting surface or subsurface structures at or contzguaus to the Site that have been utilized by City in preparing the Contract Documents. 8.45 Change Ora'ers Ciiy shal� execute Change Orders in accordance with Paragraph 10.03. 5.06 Inspections, Tests, and App�ovals City's res�onsibility with respect to certain inspections, tests, and ap�rovals is set farth in Paragraph 13.03. CITY OF FORT WORfH STANDARD CONSTRi1CTION SPECIFICATION DOCUMEt�ITS Revision: March 9, 2U20 00 �2 00 - i GENERAL CONDITfONS Page 37 of b3 8.07 Limztations on City's Responsibilities A. The Ciry shall not supervise, direct, or have control or authoriiy over, nor be responsible for, Cont�acior's means, methods, techr�iques, sequences, or pracedures of construction, or the safety precautions and prograrns incident thereto, or for any failure of Contractor to comp�y with Laws and Regulations applicable to the perfoz�x�a�ce of the Worlc. City will not be responsible for Contt-actor's failure to perforrn the Wark in accordance with the Contract Documents. S. City will noiify the Contractor o� applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environrnental Condition City's responsibility with respect to an undisclosed Hazardaus Environmental Condiiion is set forth in Parag�aph 4.06. 8.09 Compliance with Safety Prog�am While at the Site, City's employees and repxesentatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9— CITY'S OSSERVATION STATUS DURING CONSTRUCTION 9.Q1 City's Praject Manage� City will provid� one or rnore Project Mat�ager(s) during the construction period. The duties az�d respansibilities and the limiiations of autlaority of City's Project Manager during canstruction are set forth ir� the Contract Documents. The Ciry's Project Manager for this Contxact zs identified in the Supple�e�ztaxy Conditians. 9.02 Visits to Site A. City's Project Manager will ma1�e visits to the Site at intervals appropriaie to the various stages of construction as City deems necessaty in oxder to observe the pragress that has been made and the quality of the various aspects of Contractar's executed Work. Based on inforrnation obtained during such visits and obsezvations, City's Project Manager will deternline, in general, if �he Work is proceeding in accardance with the Contract Documents. City's Project Manager will not be required to m�ke e�austiv� ar continuous inspections on the Site to check ihe quality or quantity of the Work. City's Pro�ect Manager's efforts w�Il be directed toward providing City a g.reater degree of confidence ihat the cornpleted Work will confortn generally to the Contract Documents. B. City's Prolect Manager's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set farth in Paragraph 8.07. CITY OF FpRT WORT�T STANI]ARD CONSTRiJCTipN SPECIFICATION bOCLJMF.NTS Revisiou: Marc1�9,2020 OD 72 00 - l GENERAL CONDITIONS Page 38 of 63 9.03 Authorized T�a�iations in Work City's Pro�ect Manager may authorize minor variations in the Work from the requiremer�ts of the Contract Documents which da not involv� an adjustment in the Contract Price or the Contract Time and are campatible �with the aesign concept of the cozxapleted Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and wi�l be binding on City and also on Contractor, who shal� perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authori�y to xeject Wark which City's Project Manager believes to be defective, or will not praduce a completed Project that conforms to the Contract Documents or that vvill prejudice the integrity of the design concepi o� the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing nf the Work as provided i� Article 13, whether or not the Work is fabricaied, installed, or completed. 9.05 Dete�minations for Work Pe�formed Contractor will deier7nine ihe act-�aI quantities and classifications of Work perfor�ed. City's Project Manager wi11 review with Contractor the preliminary determinations an such rnatters before rendering a written recommendation. City's written decision wi11 be final (except as modified to reflect chaz�ged �actual conditions ar more accurate data). 9.06 Decisions on Requirements af Contract Documents and Acceptability o�Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B_ City will render a written decision on arxy issue referred. C. City's written decision on the issue referred will be final and binding on f1�e Cont�actor, subject to the provisions of Paragraph I0.06. ARTICLE 10 — CI�ANGES IN THE WORK; CLAIMS; EXTRA WORK I0.01 Authorized Changes i�a the Wor-k A. Without invalidating the Contract and without notice to any surety, City may, at any time or froz�n time to tirne, order Extra Work. Upon notice of suck� Exk�a Work, Contractor shall prornptly proceed with the Work involved which will be performed under the applicable condiiions of the Con�ract Documents (except as otherwise specifical�y provided)_ E�tra Work shall be metnorialized by a Change Order �vhich may or may noi precede an oxder of E�ira worlc. B. For minor changes of Work not req�iring changes to Cont�act Time or Contract Price, a Field Ord�r may be issued by the City. CITY OF FQRT WORTI I STANDARDCONSTitUCTIQN SP�CIPICATION DOCi.TMENTS Revision: MarGh9,2020 ao�zao-� GEMERAL COIVDITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an ea�ension of the Contract Time with r�spect ta any work performed that is noi req�ired by the Contract Docunnents as amended, modified, ar supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orde�s A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by Ciiy pursuant to Paragraph 10.�1.A, (ii) r�quired because of acceptance of defective Work under Paragraph 13.08 ar City's correction o� defective Work under Paragraph 13.09, or (iii} agreed to by the parties; 2. changes in the Contract Price or Cont�act Time which are agreed to by the paxties, including any undisputed sutn or amount of tinne far Work actually performed. 10.04 Extra Wo�k A. Should a difference arise as to what does or does not constihate Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the wor� a�Fter making wriiten request for written ordexs and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Pa�ragraph 10.06. B. The Contractar shall fiunish the Ciiy such installation records o� all deviations fram the original Contract Documents as may be necessa�ry to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Wark wheiher or not initiated by a Change Order shall be a full, compleie and final payme�t far a.il costs Contractor incurs as a result or relating io ihe change or Extra Work, whether said costs are known, ut�iowr�, foreseen or unforeseen at that time, including wzthoLrt Iimitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchangec� work as a xesult of �he change or Extra Work. l O.OS Notification to Surety If the provisions of any bond require notice to be given to a suxety of any change affecting the general scope of the Work or the provisions of the Contract Documenis (inciuding, but not limited to, Contract Price or Contract Time), the giving of az�y such notice will be Cantractar's responsibiliiy. The axx�ount of each applicabl� bond will be adjusted by the Contracior to reflect the effect of any such change. CITY OF FORT WORT�I STANDARI] CONSTRUCTION SPECIFICA'fION DOCUMENTS Revision: Mar��9,2020 oo7zoa-i GENERAL CONDITIO�IS Page 40 of b3 10.06 Coniract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, �hall be referred to the Czty �o�• decision. A decision by City shall be required as a condi#ion preceaent to any exercise by Contractor of any rz�hts or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Cantract Claims. B. Notice: 1, Written notice stating the general nature of each Contrac� Claim shall be delivered by the Cont�actor to Ciiy no later than I S days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Clairn. 2. Notice of the amo�xnt or extent of tlie Contract Claim, with supporting data shall be delivered to the Ciry on or before 45 days from the start of the even� giving xise thereto {unless the City allows additional ti_me for Contractor to submit additional or more accurate data in support of such Contract Claim)_ 3. A Contract Ciaim for ari adjustrnent in Contract Price shall be prepared in accordance with tihe provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Confiaract Time sha.�l be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim sha�l be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall subnait any response to the Contractor within 30 days after receipt of the claimant's last subrnittal (ur�less Cantract allows additional tirne). C. City's Action: City will review each Contract CIaim and, within 30 days after receipt of the Iast submittal of the Contractor, if any, take one of the folIowing actions in wiriting: 1. deny the Contract Claim in whole or in part; 2. approve the Con�ract Clairrz; or 3. notify the Contractor that the Czty is unable to resolve the Contract Claim if, in ihe City's sole discretion, it would be ina�propriate for the City to do so. For purposes of furtl�er resolution of the Contract Claim, such notice shall be deemed a denial. CiTY OF I�ORT WORTH STANDARD CONSTRUCTiON SPECIFICATION bOCUMEt�}TS Revision: Mareh9,2020 oa 7z oa - i GENERAL CONbI't'EONS Page 41 of 53 D. Ciiy's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price ox Confixaci Tizxj.e will be valid if not sub�nnitted in accordance with khis Paragraph 10.06. ARTICLE 11— COST OF THE WORK; ALLOWANCE�; UNIT PRICE WORK; PLANS QUANTITY MEASITREMENT 11.01 Cost of the Work A. Costs 1`ncluded: The term Cost of the Work means the surn of alI costs, except those excluded in Paragraph 11.O�.B, necessarily inc�art�d and paid by Contractor in the proper perfortnance of ihe Work. When the value of any Work covered by a Change Ordex, the costs to be reimbu�rsed to Contractor will be only thase additional or incremental costs required because of the change in the Work. 5uch costs shail nat include any of the costs itexx�ized in Paragraph 1�.O1.B, and shall include but not b� limited to the follor�ving items: 1. Payroll costs for eznployees zn the direct emplay of Con�ractor in the performance of the Woric under schedules af job classif caiions agreed upon by City az�d Cont�actox. Such employees shall include, without lirnitation, superintendents, foremen, and other personnei employed full time on the Work. Payroll costs for ezxzployees �ot ernplayed full �ime on �he Work sha11 be apportianed on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55% marku}a, or b. salaries and wages plus the cost of fringe benefits, which shall include social secux�ity contributions, unemployment, excise, and payroll taa�es, workers' com�ensation, health and retiremeni benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The e�penses of performing Work outside of Regular Working Hours, Weekend �TiTorking Hours, or legal holidays, shall be included in the abov� to the extenf authorized by Ciry. 2. Cost of all rnaterials and equipment fiu-nished and incorporated in the Woxk, including costs of transportation ana storage thereof, and Suppliers' field services required in corinection therewith. 3. Rentals of all co�struction ec�uipment and machinery, and the parts thereof whether rented frozn Contractor or others in accordance with rental agreeme�ts approved by City, and the cos�ts of transportation, loading, unloading, assembly, dismantling, and rexr�oval thereof All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FQRT WORTH STANDARbCONSTRUCTION SPECIFICATiOAI BOCUMENTS Revision: M�uch9,2D20 fl0 72 00 - 1 GENERAL CONDITIONS Page 42 of 63 4. Payments made by Cont�actor to Subcontractoxs for Work p�rfarmed by Subcontractors. 7f required by City, Contractor sha1l obtain compeiitive bids from subcontractors acceptable to Ciry and Cont�•actar and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractox is ta be paid on the basis of Cost of the Wark plus a%e, the Subconhactor's Cost of the Work and fee shall be determined in th� samc manner as Contractor's Cost of the Work and �ee as pxovided in this Paragraph 11.01. 5. Casts of special consuItants {including but not li�rted to engineers, architects, testing Iaboratories, surveyors, attoz-neys, and accountants} employed for services specifically related to the Wark. 6. Supplemental costs including the following: a. The proportion of necessary transpartation, travel, and subsistence expenses of Contractar's employees incurred in discharge of duties connected with the Work. b. Cast, including transportation and maintenance, of all materials, supplies, equiprnent, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the warkers, which are consumed in the performance of the Wor�, and cost, less market value, of such iteix�.s used but not cansumed which remain the property of Contractor. c. Sales, consu�ner, use, and other similar iaxes related to the Wor�, and fox which Coniractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, azay �ubcontractor, or anyone direct�y or indirecily employed by any of thern or for vvhose acts any of them may be liable, and royalty payments and fees for permits and Iicenses. e. Losses and damages (and related expenses} caused by damage to the Work, not compensated by insurance or atherwise, susiained by Coniractor in connection with the performance of the Work, provided such Iosses and damages have resulted from causes otl�ex than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be Iiable. Such losses shall include settlements made rnrith the written consent and approval o:f City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of det�rmining Con�ractor's fee. f The cast of utilities, fixel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and commuriication services at the Site, express a.�d co�rier services, and similar petry cash iterns in cann�c�ion with the Work. GiTY OF FORT WORTH STANDA�3 CONSTRIJCTION SP�CIPICATION DOCiJNEENTS Revision: Mardi 9, 202.{) 007200-1 GENERAL CONDITIONS Page 43 of 63 h. The costs of prezx�i�nns for all bonds and ins�rance Coni�•actor is required by the Contract Documents to purchase and maintain. B. Casts Excluded: The term Cost ofthe Work shall not include any of the following items: 1. Payxoll costs and other compensation of Contractor's officers, executives, principa�s (of partnerships and sole pro�rieiorships), general zz�anagers, safety manag�r�, engineers, architects, estirnaiors, attorneys, auditors, accountants, purchasing and contracting agents, expediters, tirnekeepers, clerks, and other personnel exz�ployed by Contractor, wh�ther at the Site or in Contractar's principal or branch of�'ice for general administration of the Work and not specifically included in the agreed upon schedule of job classificatians 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 o� Contractor's principal and branch offices other than Contractor's offzce at the Site. 3. Any part of Cantractor's capital expenses, inc�uding interest on Contractor's capital employed for the Wark and charges against Contractor for delinquent payments. 4. Costs due io the negiigence of Contzactor, any Subcontractar, or anyone directly or indirectly employed by any of them or for whose acts any o:F tlaezxa may be liable, including but not limited ta, the conrection of defective Work, disposal of materials or equipment w�rongly supplied, and rnaking good any damage to property. S. Other overh�ad or general expense costs of any kind. C. Contrc�ctor's Fee: Wl�en all the Work is performed on the basis of cost-plus, Contractor's fee shal� be detern�ined as set forth in the Agreement. When the value of any Work covered by a Change Qrder for an adjustment in Contract Price is detexznined on the hasis of Cost of �lie Work, Contractor's fee sk�aIl be determined as set forth in Paragraph 12.01.C. D. Documentatian: Whenever the Cost of the Work for any purpose is to be deterfnined pursuant to Paragraphs ll.O1.A and 11.01.B, Contractor will establish and maintain records thereof in accordance wiin genexalIy accepted account�ng practices atid submit in a form acceptable to City an itemized cost breakc�own together with supporting data. 11.02 Aliowances A. Specified Allo�vance: It is iu�derstood ihat Contractor has included in the Contract Price all al�owances so narzaed in the Contract Documents and shall cause the Work so covered to be perf�ormed for such sums and by such persons or entities as may be acceptable to City. B. Pre-bid Allowances: l. Contractor agrees that: CITY OF rORT WORTH 3TANDARD CONS'fRUCTION SPECIFECATI03�I DOCUM�NTS Revision: 3V�arch 9, 2�'ZO 00 �z oo - i GENERAL CpEVDITIONS Page 44 of 63 a. the pre-bid allowances include the cost to Contractar of materials and equipment required hy the allowances to be delivered at the Site, ar�d ail applicable taxes; a�d �. Contractor's costs for uzaloading and handling on the Site, labor, installation, overhead, prof t, and other expenses contemplated for the pre�bid allowances have b�en included i� tlie allowances, arxd no de�aand for addi�ional payment on account of any of the foregaing will be valid. C. Contingency Allawance: Contractor agrees that a contingency allowance, if any, is �or the sole use of City. D. Prior to fmal payment, an appropriate Change Order will be issued ta reflect actual amounts due Contracior on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Wl�ere the Contract Documents provid� that aIl or part of the Wark is to be Unit Price Work, initially the Contract Price will he deemed to include fox ail Unit Price Work an amount equal to the sum of the unit price for each separa�ely identified item of Unit Price Work times the esti�ated quantity of each item as indicated in the Agreement. B. The estimated quantities of iiems of Unit Price Work are nat guaranteed and ar� salely for the purpose oi comparison oi Bids arzd detern�ining an initial Contract Price. Determinations of ihe actlzal quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Co�t�act Dacuments, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shal� b� considered incidental to unit price work listed and the cost of incidental work incl�ded as pa�-� of the unit price. D. City rnay make an adjustment in the Cont�act Price in accordance witb. Paxagraph 12.�1 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs zx�afiexially and significantly from the estizrzated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustznent witl� respect to any other item of Work. E. Increased or Decreased Quantities: The City resexves the right to order Extra Wor1c in accordance with Paragraph 10.D1_ Yf the changes in quantities or the aiterations do not significantly change the character of v�rark under the Conteact Docurnents, ihe altered work will be paid for at the Contract unit price. CITY OF FORT WOR'T'H ST11NT7ARD CONSTRiJCT1D3�I SPT:CT�'1CATION F70C[Jlv[ENTS Revision: March 9, 2020 00�200-� GENERAL COiVD1T10NS Page 45 of 63 2. If the chat�ges in quantiti�s or alteratians significant�y change the charactex o� work, the Contract will be a�nended by a Change Order. 3_ If no unit prices exist, this will be considered Extra Woxk and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in ihe character of wor� occurs when: a. the character of work for any Ytem as altered differs �xzatexial�y in l�ind or nat�re f�-om that in the Contract or b. a Major Item of work varies by more than 25% from khe originat Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contxact is more than 125% of the original quantity stated in the Con�-act, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. b. When the quantity of work to be dane under any Major Ttem of the Contract is less than 75% of the original quantity stated in the Contract, then eith�r party to #ne Contract may requesi an adjustment to fhe unit price. 11.04 Plans Quantity Measurement A. Plan,s quantities may or may not represent the exaet qua.ntity of work perfortned ar material moved, handIed, or placed during ihe execution of the Contract. The estimated bid quantities are designated as f nal payment quanii�ies, unless revised by the govert�ing Section or t�iis Article. B. If the quaz�tiry measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Pay�raez�t Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Docuznents, arx adjustment may be made to tl�e quantity af authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field zneasuxements and calculations showing the iz�a� quantity for which payment •will be made. Payrneni for revised quantity will be made at the unit price bid for that Item, excepi as pxovided �or in Arkicle 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to co��ect an error, or to coz�rect an error on the plans, the plans quantity will be inereased or decreased by the amount involved in the change, and the 25% variance will apply to the ne�v plans quantity. D_ If the total Contract quantity multiplied by the unit przce t�id far an individ�al Item is less than $250 and the Item is nof originally a plans quantity Ttem, then the Item rnay be paic� as a pians quantity I�tem if the Ci�ty and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANbAR3] CO�TSTRUCTIOAI SPECIFICATION DOCiJMENTS Revision: Mareh 9, 2020 OD7200-I GENERAL CONDITIONS Page 46 of 63 E. For callout work or non-site speciFc Con.tzacts, khe plans quantity measurement requirements are not applicable. ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TYME 12.01 Change of Contract Price A. The Coniract Price may only be changed by a Change Oxder. B. The value af ariy Work covered by a Change Order will be dete�nined as fo�lows: 1. where tl�e Work involved is covered by unit prices contained it� the Contract Documents, by application of such unit prices to ihe quantities of lhe ztenas i�avolved (subject to th� provisions of Paragraph 11.03); ox 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for ovexhead and profit not necessarily in accoxdance wiih Paragraph 12.O1.C.2), ar�d shall include the cost o� any secondaty impacts ihat are foreseeable at the time of priczng the cast af Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Doc�unents and agreement to a iutnp sum or unit price is noi reached under Paragraph 12.O1.B.2, on the basis of the Cost of t1�e Wor� {detexnnined as provided in Paragraph 11.01} pIus a Contractor's fee for ov�rhead and proft (determined as provided in Paragraph 12.O1.C}. C. Contractor's Fee: The Contractor's additional fee for overhead and profit sha11 be deterzrained as follows: 1. a mutually acceptable f xed fee; or 2. if a f xed fee is not agreed upon, then a fee based on the �ollowing percentages of the various portions of the Cost of the Work: a. for costs incurred unc�er Paragraphs 11.O1.A.1, 11.01.A.2. and 11.O1.A.3, the Contractor's additional �ee sh.all be 1 S percent except for: 1) rental fees for Contractor's own eq�ipxnent using standard rental rates; 2) bonds and insurance; b. for cosis incuned under Paragraph 11.O1.A.4 and I1.O1.A.5, the Contractor's �ee sha11 be five percent (5%); i) where one or mare tiers of subcontracts are an the basis of Cast of the Wark plus a fee anc� no fixed fee is agreed upon, the intent of Paragrap�s 12.0 �.C.2.a axid 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever c��r� or �oaT wo�T� STANDARD CONSTRUCTION SPBCIFICI1Ti01+1 BOCUMENTS Revision: 3v�arc.h 9,2020 oa7zoo-� GENERAL CONDITIOiVS Page 47 of 63 tier, will be paid a fee o� 15 perce�t of the costs incl.�rred by such Subcontractor under Paragraphs 11.01.A.1 and 11.O1.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the arnount paid to the next lower tier Subcont�actor, however in no case shall the cumulative total of fees paid be in excess ofi 25%; c. no fee shall be payab�e on the basis oi costs rtemized under Paragraphs 11.O1.A.6, and 11.01.5; d. the amount of credit to be aIlowed by Contractor to City for any change which results in a net decrease in cost urill be the amount of the actual net decrease ir� cost plus a deduction in Contractor's fee by an amoux�t 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 e�tension of the Contract Tim� will be allowed for Extra Wark or for claimed deiay uz�less the Extra Wark coniemplated or clairz�ed delay is shawn to be on the critical path of the Project Schedule or Contractor can shovu by Critical Path Method analysis how the Extxa Work or cIaimed delay adversely affects the critical path. 12.03 Delcrys A. Where Contractor is reasonably delayed in tiae pe�formance or completion o� any part of the Work wi�hin the Contract Time due to delay beyond the control of Contractor, the Contract Tzme may be extended in an amourzt equal to the tizne �ost due to such delay if a Con#ract Claim is made therefor. Delays beyond the control of Contractor shail include, but not be limited to, acts or neglect by City, ac� or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnorz�n,al weather condi�ions, or acts of God. Such an adjustnr�,ent shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, �osses, or daanages {including but not limited to all fees and charges of engineers, architects, attozneys, and other professionals and all court or arbitration or other dispute resolution costs) sustainec� by Contractar an or in connection with any other project or anticipated project. C. Contrac�ar shall not be entit�ed to an adjust�ent in Contract Price ox Contract Time for delays within the control of Contractor. DeIays attributable to and within the control of a Su�contractor or Supplier sha11 be deemed to be delays withan the control of Contractox. D. The Contxactox shall receive no compensation for delays or hindrances to the Work, except wkzen direct and unavoidable extra cost to tk�e Contractor is caus�d by the failure of the City to provide information or material, if any, which is to be fiunished by the City. CITY OF FORT WORTH STANDARD CON5TR�EICTION SPECIFICATION DOCUMENTS Revisioii: March9,202p OD7200-1 GENERAL CONDITIONS Page 48 of63 ARTICLE 13 — TESTS AND YNSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECT�VE WORK 13.01 Notice of Defects Notice of all defective Work of which Ci�y has actual lrnowledge will be given to Coniractor. Defective Work may be rejected, corrected, or accepted as provided in t�Zis Article l3. 13.02 Access to Work Ci�ty, independent testing laboratories, and govern�a�ental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observaiion, inspection, and testing. Contractor shall provide them proper and sa�Fe conditions for such access and advise them of Contracior's safety pt-ocedures and programs so that they may comply iherewith as applicable. 13.03 Tests and Inspections A. Coniractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and tes�i�g personnel to facilitate r�quired inspections or tests. B. Tf Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work {or part thereo� to be inspected, tested, or approved, Contractor shail assume fixll responsibility for azxazaging and obtaining such independent inspections, iests, retests or approvals, pay all costs in connection therewith, and fiarnish City ihe xequired certificates of inspection or approval; excepting, however, thase fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in cannection �w�ritl� any inspections, test�, re-test5, or approval,s required for City's acceptance of materials or equipment to be ir�corparated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Cantractor's �urchase thereof for incorparation in the Work. Such inspections, tests, re-tests, or approvals shall be per�Formed by organizations acceptable to City. D. City rnay arrange for the services of an independent testing laboratory ("Testing Lab") to p�rform any inspections or tests ("Testing") for any part of the Work, as deterrr;ined solely by City. City will coordi�aie such Testing to the extent possible, with Contractor; 2. Should any Testing under this 5ectior� 13_03 D result in a"#`ail", "did not pass" or other simila�- negative result, the Contractor shall be responsible #'or paying for any and all retests. Contractor's can.cellation withaut cause of City iniiiated Tesiing shall be deemed a negative r�sult and require a retest. CITY OF FORT WORTH STANI]ARD CQNSTRUCTi0�1 SPECIFICATIDN DOCUMEN'1'3 Revision: March 9, 2D�0 ao �a oo - � GENERA� CONDITIONS Page 49 of 63 3. Any amounts owed for any retest under this Sec�ian 13.03 D shall be paid directly to the Testing Lab by Contractor. City vv�ll forward all invoices for retests to Contractor. 4. I:F Contractor fails to pay the Testing Lab, City will not issue Final Pay�xaent until the Testing Lab is paid. E. If any Work (or the work af others) that is to be inspected, tested, ar approved is covered by Contractor with.out w�rztten concurrence of City, Contractor shaIl, if requested by City, ur�.ca�er such Work for abse��vation. F. Uncovering Work as provided in Paragraph 13.03.E sha�l be at Contractor's e�pense. G. Contractor shail have tlie right to rzia�e a Contract C1aim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Wo�k A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's obsezvation and replaced at Contractor's expense. B. If City considers it necessaay or advisable that covered Work be observed by City or inspected o� tested by others, Contractor, at City's request, shall uncover, expose, or otherwise rnake available for observation, inspection, or testing as City may require, thai portian of the Wor� in questian, furnishing all necessary labor, material, and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay al1 claims, costs, losses, and damages (incl�ding but not lirnited to all fees and charges of engineers, architec�s, attorneys, and other professionals a�d aIl court or other dispute resolution costs) arising out of or relating to such uncovering, e�posure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair ar replacement ofwork of others); or City shall be entitled to accept defective Work in accardance with Paragraph 13.08 in which case Contractor sha11 still be responsible for all costs associated �vith exposing, observing, and testing fihe defective Work. 2. If the uncavered Work is not found to be defective, Contractar shall be allowed an inerease in the Contract Price or an extension of the Contract Time, or both, directly attrzbutable ta such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.05 City Mcry Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled warkers or suitable materials or equipment, ox iaiis to perfornl ti�e Wor1� in such a way that the completed Worlc will con�Fo� to the Cantract Documents, City rriay order Contractor to stop the Work, or any pflrtion �thereof, until the cause for such arder has been eliminated; however, this right of City to siop the Work sha�l not give rise to any duty on the part of City to exercise this right for the benef t of Contractor, any crr� or roRT wonTx STANDAitB CdAIS"CRLTCTION SPECIFICAT[ON DOCU3viL;NTS Revision: M�rli 9, 2D20 ao �z oo - � GENERAL CONDfi'IOiVS Page 50 of 63 5ubconi�acior, any Supplier, ax�y other individual ox entity, or any surety for, or e�nployee or agent of any of th�m. 13.06 Co�rection or Removal of Defective Work A. Promp�ly aftez zeceipt of written noiice, Contractor shall correct all defective Work pursuant to ar� acceptable schedule, whether or not fabricated, installed, or coxnpleted, or, if the Work has been rejected by City, remove it from thc Project and replace it with Work that is not defective. Contractor shaIl pay all claims, costs, additional iesting, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and a11 court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal {includiz�g but not limited to all costs of repair or replacement of work of others). Failure to require the reinoval of any defective Work shall noi constitute acceptance of such Wot-k. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph ] 3.07, Contractor shall take no action tkkat would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Cort-ection Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee rec�uired by the Contract Documents), a�y Work is found to be def�ctive, or if the repair of any damages to the land or areas �x�ade available for Contractor's use by City ox pez�itted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with Ciiy'� written i�structions: l. repair such defective Iand or areas; or 2. correct such defective Work; or 3. if f1�e defective Work has been rejected by City, remove it frorn the Praject and replace it wi.th Work that is not defective, and 4. satisfactorily co�ect or repair or remove and replace any damage ta other Work, to the work of others or other land or areas resul�ing thereirom. B. If Contractor does not promptly comply with the terms of City's wx'itten instruciions, or in an emergency where delay would cause serious risk o� loss or damage, Ciry may have ihe defective Work corrected or repairec� or may have the rejected Work rerz�oved and replaced. AIl claims, costs, losses, and damages (including but r�ot limited to all fees and charges of engineers, architec#s, attorneys, and othex professionals and all court or other dispute resolution casts) arising out o� or relating to such correction or repair or such removal and replaceznent (including but not limited to all co�ts of repair ar re}alacement of work of ofllers) will be paid by Contractor. CITY OF FORT WORTH STANbARb CONSTRIJCTi01� 3PEC[FICATIOAI DOCUMENTS Revisioc�: Mardi 9, 2020 00 72 OD - E GENERAL CONDITIONS Page 51 of 63 C. In specia� circumstances where a particular item of equipnnent is placed in continuous service before Final Acceptance of all the Work, the correction period for ihat itena may stat-� to nul fro�n an eaz�lier date if so provided in the Contraci Documents. D. Where defecizve Work (and damage to other Work resulting tlaerefrorn) has been corrected or re�noved and replaced under this Paragrap� l 3.07, the correction period hereunder with respect to such Work rnay be required to be extended for an additional perzad of one year after the end of Ehe initial correction period. City s�ali pro�ide 30 days rnrritten notice to Contractor should such additional waxxanty coverage be required. Con#�actor �nay dispute this requirement by filing a Cantract Claim, pursuani to Paragraph 1 U.06. E. Contractor's ob�igations under this Paragraph 13.07 axe in additian to any other obligation or warranry. The provisions of this Paragraph 13.Q7 shall not be consfirued as a subsiiiute for, or a waiver of, tk�e provisions of any applicable statute of lirnitation. or repose. 13.08 Acceptance of'Defective Work If, instead of requiring correctiQn or removal and replacernent of defective Work, City prefers to accept it, Ciry may do so. Contractor shall pay all claims, costs, losses, and damages {including but not limited to a11 %es and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable ta City's evaluation of and detertnination to accept such defective Work and for the diminished value of the VVork to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Ordex will be issued incorpoxating tl�e necessary revisions in the Contract Doc�e�ts with respect to the Worl�, and City shall be entitled to an appropriate decrease in the Conl�act Price, reflecting the dizninished value of Work so accepted. 13.09 City May Cor�ect Defective Work A. If Coniractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City i� accordance with Paragraph 13.06_A, or if Contractar fai�s to perfor�x� the Work in accordance with the Contract Docurz�ents, or if Con;tractor fails to comply with any other provision of the Contract Documents, City may, after seven {7) days written notice ko Contractor, correct, or remedy any such de�ciency. B. in exercising the rights and rer�aedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remectial action, City may e�clude Contractor from all or part of the Site, ta�e passession of aIl or part af the Work and suspend Contractor's services related ther�to, and incorporate in the Work aIl rz�.aterials and equipment incorporated in t1�e Work, stared at the Site or for which Cfty has paid Contractor but which are stored elsewhere. Contractor shall allow City, Ciiy's representatives, agents, consultants, employees, and City's other contractors, access to the Sit� to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but nat limited to all fees ar�d charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION �OCUMGNTS Revisipn: INarrli9, 2020 00 �z ao - � GEN�RAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in e�ercising the rights and remedies under this Parag�aph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Docuxnents with respect to the Wark, and City shall be entitled to a�a appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the perforrnance of the Work attribuiable to ihe exercise of City's rights and r�medies under this Paragraph 13.09. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of T�alues The Schedule of Values �or lump sum con�racts established as provided in Paragraph 2.07 will serve as th� basis for progress payments and will be incoxporated into a form of Application for Payment accepiable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: Cantractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Appiication far Payrnent fillec� out and signed by Contractor covering the Work completed as of the date of tl�e Application and accompanied by such supporting documentataon as is required by the Contract Documents. If payment is requested on the basis of materials and equiprr�ent not incorporated in the Work bui delivered a�d suitably stored at the S'rte or at another location agreed to in wriiing, the AppIication for Payment shall also be accompar�ied by a bill of sale, invaice, or other docu�nnentation warranting that City has received the materials and equipment free and clear of all Liens and evidetzce that the materials and equipment are covered by appropriaie insurance or other arrangements to protect City's inierest therein, all o� which must be sa�isfactory to City. 4. Beginning wiih the second Application for Payment, �ach Application shall include an affidavit of Contractor stating that previous pragress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obliga�ions assoczated with prior Applications for Payment. 5. The amount of retainage with respect to progress payxnents will be as sfipulated in the Coniract Docurz�ents. CITY pF FpRT WORTH STANDARDCO]+ISTRUCTIpN SPECIFICATION T�OCi.TMENTS Revision: Mareh9,2020 OU 72 DO - 1 G�N�RAL CDNDIT[OiVS Pagc 53 of b3 B. Review of A�pZications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payz�nent or return the Application to Contractor indicating reasons for xefiising payment. In the Iatter case, Cant�actor may make the necessary conections and resubrr�it the Application. 2. City's processing of any payment requested in arx Applicatian for Payment will be based on City's observations of the execut�d Work, and an Ci�y's review of the Application for Payznent and the accornpany�g data and schedules, that to the best of Czty's know�edge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance �with the Con�-act Documents (subject to an evaluation of the Work as a functioning whoie prior to or upon Final Acceptance, the resuits of any subsequent test� called for in the Canfiract Documents, a finai determination of quantities and classifications for Work performed undex Paragraph 9.05, and any ather quali�cations stated in the recomrnenr�ation). 3. Processing any such payment will not th�r�by be deemed to have represented that: a. inspections made to check ik�e quality or the quantity of the Work as it has been performed have been �xhaustive, extended to every aspect of the Work in progxess, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not b� other matters or issues between the parties that might e�ztitle Contractor to be paid additionally by City ar en�itle City to withhold payment to Contractor, or c. Contractor has complied witla Laws aa-�c� Regulations appiicable to Contractor's performance of the Work. 4. City xz�ay refuse to proc�ss the vvhole or any part of any payment hecause of subsequentiy discovered evidence ox the results of subsequent insp�ctions or tests, at�d revise or revoke any such payment previously made, io such extent as rxxay be necessary to protect City frorn loss because: a. the Work is defective, ar the completed Wa�k has been damaged by the Contractor or his subcont�actors, requir�ng correction or replacemen�; b. discrepancies in quantities contained in previous application.s :For payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance witla Paragraph 13.09; or C�TY OF FQRT WQRTFI STA�IDARD CONSTRUCTIOId SPECFFICATION bOCLlMENTS Revision: M�rh9,2020 aa�zoo-i G�NERAL CONDITfONS Page 54 of 63 e. City has actuaI knowledge of the occurrence of any of the events en�nerated in Paragraph 15.D2.A. C. Retccinage: l. For contracts less than $400,D00 at the time of execution, retainage shal� be ten percent (10%). 2. For contracts greater than $400,000 at ihe iime of execu�ion, reta�inage shall b� �ive percent (5 %�. D. Liquidated Darraages. �'ar each calendar day that any work shall remain unco�np�eted after the time speci�ed in the Contract Doc�nents, the sum per day specified in the Agreez�aent, will be deduct�d from the monies due the Contractor, not as a penalty, but as Iiquidated darnages suffered by the City. E. Payment: Contractor wili be paid pursuant to the �-eq�irements af this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Pcrynaent: 1. City may refuse to mat�e payment of the amount requested because: a. Liens have been filed in connection �vith the Work, except where Contractor laas delivered a specific bond satisfactory to Czty io secure the satisfaction and discharge of such Liens; b. there are at�Zer items en�itling City to a set-off against the amount recam�nended; o�• c. City has actual �owledge af the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.S.4.e ox Paxagraph 15.02.A. 2. �f City refuses to make payment of the amouni requesiec�, City will give Contractor rvritt�n notice staiing the reasons for such action and pay Contractor any amount remaining aftex deduction of the atnount so withheld. City sha.11 pay Contractor the amount so r�ithheld, or any adjustment thereto agreed to by City and Cont�actor, when Contractor renaedies the xeasons for such action. 14.03 Contracto�'s Wa�-ranty of Title Cantractor warrants and guarantees that title to all Work, nnaterials, and equipment covered by any Applicatzon fox Payment, whether inco�orated in the Project or not, wili pass to City r�o latex than the �ime of payment free and clear of ail Liens. CIT�' OP FORT WpRTFi STANDARD CONSTRLJCTI01d SPECIFICATIOIV bOCi.lMENTS Revision: MarcE�9,2U20 007200-1 G�iV�RAL G�NDITIONS Page 55 of 63 1�.0� Partial Utilizcrtion A. Prior to Final Acceptance o:F all the Wor�, City rz�ay use or occupy any substantially complet�d part of the Work �vhich has specif cally been identif ed in the Contract Documents, or which City, determines constitutes a separately functioning aaad usahle part of t�e Work that can be used by City for its intended putpose witl�out signifcant interference with Cont�actor's performance of the remainder of the Work. City at any time rnay notify Contractor in writing to permit City lo use or accupy arfy such part of the Work which City determines to be ready for its intended use, subject to the following condrt�ons: 1_ Contractor at any iirne may notify City in w�-�ting that Contractor considers any such part o� the Wor� ready �ar its intended use. 2. Within a reasonable iime after notification as enumerated in Paragraph 14.OS.A.1, City and Contractor shall make an inspection of that part o� the Work to determine its status of com�letion. If City does not co�zsidex that part o� the Wox�. to be substantially cornplete, City wi11 notify Con�ractor in writing giving the reasons therefor. 3. Partial Utilization will not constitu�e Final Acceptance by City. 14.45 Final rnspectian A. Upon written notice frozx� Con�ractor khat the entire Woxk is complete in accordance with the Contract Docurnents: 1. within 10 days, City rvill sched�le a Fina1 Inspection with Contractor. 2. City will notify Contractor in writing of a.il particulars in which this inspection reveals that the Work is incomplete ar defective. Contractor sha11 immediately ta�e such measures as are necessary to complete such Work or rernedy such deficiencies. B. No �ime charge will be mad� against the Conl�actor between said date of notification of the City and the date of Final Inspec�ion. Should the City determine ihat the Wark is not ready for Final Inspection, City will notify ihe Coniractor in wriiing of the reasans and Coniract Time wilI resume. 14.06 Fin�l Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Conl�'actor a letter of Final Acceptance. CITY OF FORT WDRI'f-I STANDARD CONSTRUCTiON SPECIF[CATION DOCUIV�NTS Revision: Nfa�� 9, 2020 oo�zoo-� G�N�RAI� CONDITlONS Page 56 of b3 14.07 Final Pcryment A. Application far Payment: 1. Upon Final Acceptance, a�d in the opinion of City, Contractor �ay zxza�e an application %r f nal paynr�ent following the procedure for progress payments in accordance with the Coniract Documents. 2. The final Application for Payment sha�l be accompanied (except as previous�y de�ivered) by: a. all documentation called for in ihe Contract Documents, includi�g but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, ta final payxnent; c. a list of all pending or re�eased Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases ar 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 acce}atance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limi#ed to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by tk�e Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractar o�F any guarazxtees or ather requirexr�ents of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Rele�se A. If final completion of the Work is significantly delayed, and �f City so confirms, City zx�ay, upon receipt of Con�ractox's f nai Application for Payment, and without terminating ihe Contract, mal�e payment of the balance due for that portion of the Wark fully completed and accepted. I� the remaining balance to be held by City for Wox� not fully completed or correcied is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of #he surety to the paytnent of the balance due for that CTTY OF FORT WOR'I7I STANBARD CON5TRl1CT]ON SPECIFICATiON DOCUME%ITS Revision: Mareh9,2020 oo�zoo-t GENERAL CONDITIONS Page 57 af 63 portion af the Work fi�lly completed and accepted shall be submitted by Contractor to City with the Application �ar such payment. Such payment shall be made under the terms and condition� governing final payrnent, except that it shall not constiiute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establish�nnent and mainienance, and test and perfornnance peziods following the completion of all ott�er construction in the Con�ract Doc�.unents for all Work locaiions, the Ciry may release a portion of the amount retained provided that all other wark is completed as determined �y the City. Before the release, a11 submittals and final quantities must be completed and accepied far all other work. A� amount sufficient to ens�ure Contract coznpliance will be xetained. 14.09 Waive� of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished ar relating to the work under the Contract Docum�nts or any act or neglect of City related to or connected with the Contract. ARTICLE 15 — SUSPENSION OF WORK AND TERMINATION 15 A 1 City May Suspend Work A. At any time and without cause, City zxaay suspez�d the Work or any portion thereof by vv�itten notice to Contractor and which may fix the date on which Work wiil be res�ned. Contractor sha11 resume the Work on the date so fi�ed. During temparary suspension of the Work covered hy these Contract Documents, for any reason, the City will make �o ext�a payment for sta.n.d�by time o� consiruction equipment and/or construction crews. B. Sho�ald fhe Contractor not be ahle to complete a portior� of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be detez�ined by mutual consent o� the Cantractor and City that a solui�on to allow construction to proceed is not avaiIabie within a reasonable period oF tirz�e, Contractor rnay xequest an extension in Contract Time, directly attributab�e to any such suspension. C. �� it should become necessary ta suspend the Wor� for an indef nite period, the Contraciar shall store all materials in such a zx�anner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shal� take every precaution io preveni damage ox deterioxaiion of the work performed; he shall provide suitable drainage about the work, and erect tempo�ary struchires where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and ret�arning the necessary equipment to the job when it is determined by the City that constructian may be resumed. Such reimbursement shall be based on acival cost to the Contxactox of x�rxoving the eyuipnaent and no profit wi11 be a.�low�d. Reimbursement may not be allowed if the equipment is moved to anotl�er construction project for the City. CITY OF FpRT WORTf T STANDA,I2D COiNSTRUCTION SPECIFICATIOhT bOCC]MENTS Revision: M�c1�9,20Z0 aonao-z Cti�NERAL CON�ITIONS Page 58 of 63 15.02 City tl�lay Terminate for Cause A. The occurrence of any one or more of the following events by way of exa�ple, but not of limitation, xa�tay jusfi�£�+ termination far cause: 1. Contractar's persistent failuxe to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficieni skilled workers or suiiab�e materials or equipment, failure to adhere to the Project Sch�dule established urider Paragraph 2.07 as adjuste� from time to time pursuant to Paragraph b.04, ar failure to adhexe to the City's B�siness Diversity Enterprise Ordinance #20020-12-2011 established under Paragraph 6.06.D); 2. Contxactor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of tI�e au�zozity of City; or 4. Contractor's violaiion in any substantial way of az�y proviszons of the Contract Documents; or 5. Contractor's faiiure to promptly make good any d�fect in �naterials or workmanship, ar defects of any r�ature, the correction of which has been directed in writ�ng by the Ciry; or 6. Substantial indication tl�at the Contractor has made an unauthorized assignix�en.t o� the Contract or any funds due therefro�n for the benefit of any crec�itor or for any other purpose; or 7. Substantial evidence that the Cantractor has become insolveni or bankrupt, or otherwzse financially unable to carry on �e Work satisfactorily; or 8. Contractor commences legal ac�ion in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paxagraph 15.02A. occur, City will provide written notice to Contractor and Su�-ety to arrange a conference with Contractor and Sia�rety io addxess Contractor's failure to perforzx� the WorIc. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perfarm the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor defauIt and formally ter�ninate the Contractor's xight ta complete the Contract. Cantractor de�ault shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to adclress Contractor's failure to pexforzn the Work. 2. If Contxactor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence perfortnance ihereof within 15 cansecutive calendar days after date of an additional �rrritten notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CdNSTRUCTION SPECIFICATtON DOCUivIENTS Revision: Ivla�h 9, 202D ao �z ao - � GENERAL CDNDI'TiON5 Page 59 of 63 obligations, then City, without proce�s or action at law, m.ay take over any portion of the Work and complete it as described beiow. a. If City completes the Woxk, City may exclude Contractor and Sur�ty �rom the site and take possession of the Worl�, and a�l materials and equipment incorporated into the Work stored at tiie Site or for which Ciry has paid Contractor or Surety but which are �tored elsewhere, and finish the Work as City rr�ay deem expedient. 3. Whethe�r City or Surety completes the Work, Contractor shall not be entitled to receive any fiu-ther payment until ihe Work is finished. IFthe unpazd balance oithe Contract Price exce�ds all clai.ms, costs, losses and darnages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Coniractor. If such clainns, costs, losses and damages exceed such unpaid balance, Contractor shaIl pay the difference to City. Such claims, costs, �osses arid damages incurred by City will be incorporated in a Change Order, pravided that when exercising any rights or remedies under this Paragraph, City si�all not be required to obtain the lowesi price for the Work perfornaed. 4. Neither City, nor any of its respective consultants, agents, officers, directors ar erz�ployees sha11 he in any way liable or accountable to Contractor or Surety for the method by which the comple�ion of the said Work, or any portion ihereof, may be accomplished or for the price paid tln.exe:Eor. City, notwitlistanding the rz�ethod used in completing the Contract, sha11 not forfeit the right to recover damages from Contractor or Surety for Contracior's failure io timely complete the erztire Contract. Cantractor shall not be entitled to any claim on account of the method used by City in completing the Contraci. 6. Maintenance of the Work shall continue to be Contracior's and Surety's responsibilities as provided for in the bond requirements of the Contracf Documents or any special guarantees pro�ided for under the Con�ract Documents or any otk�er obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.B, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminat� to correct it� farlure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt o:f said notice. D. Where Contractor's sercrices have been so terminated by City, the termination wil� not affect any rights or remedies of City against Contractor then existing or which may ih�reafter accrue. Any retention or payment af moneys due Contractor by Ciiy will not release Contractor from liability. E. Ii a�c� to the extent �hat Contractar has provided a perfarmance bond under the provisions of Paragraph 5.02, the termination. procedures of that bond shall not supersede the provisions of this Article. c��r� o� ro��r wox� STAi�IDARD CONSTRUCTIbN SPLCiFICATION DOCiJMEi�}TS Revision: March 9, 20�0 00 �a oo - t GENERAL CONDITIONS Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and withoui prejudice to any other right or remedy of City, terminate th.e Contract. Any termi�ation shall be effected by mailing a notice of the tem�ina�ion to the Contractor specifying the extent to which performance of Work under t1�e contract is terminated, and the date upon which such ter�nination b�comes effective. Receipt af the notice shall be dee�nec� conclusively presumed and estabiished when the letter is placed in the United States Postal Sezvice Mai1 by the City. Fiu-ther, it sha11 be deemed conclusively presumed and established that such termination is made with jusi cause as therein stated; and no proof in any claim, de�nand ox suit shalI be required o� the City regarding such discretionary action. B. After receipt of a notice of termination, a.nd excepi as otherwise directed by the Ciiy, the Contractor shall: 1. Stap woxk under the Contract on the date and to the extent specified in the no�ice oft�rminaiion; 2. place no furthex orders or subcontracts for materials, services or facilities except as may be necessary for campletion of such portion of the Work under the Contract as is not ierminated; 3. ter�ninate all orders and subcontracts to the extent that they relate ta the performance of the Wor� terminated by notice o� tez�xiination; 4. transfer iitle to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. tkze �abxicated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the perforrx�ance of, the Work terminated by the notice of �ie terminaiion; and b. the completed, or pariially complet�d plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. S, complete performance of such Work as sha11 not ha-ve been terrninated by the notice of termination; and 6. take such action as may be necessa�ry, ar as the Cily may direct, �ox the proteciion and preservation af the property related to its contract which is in the possession of tl�e Contractor and in which the owner k�as or may acquire the rest. C. At a tirne not later than 30 days after the ternunation date specified in the notice of termination, the Contractor may subrnit to the City a list, certified as to quantity and quality, of any or all items of terrnination invento�y not previously disposed of, e�clusive o� items tlae disposition of w�ich has been directed or ae�thorized by City. � C�TY OF FORT WORTH STANDARb CONSTRUCTION SPECIFICATION DOCUMEt�ITS Revision: March9,2D20 aonoo-i GENEFZAL COIVDI710NS Page 61 of 63 D. Not later than 15 days thereafter, the City shall accepi title to such ztezx�s provided, that the list submitted shall be subject to verification by the Ciry upon remova] of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjusttnents to correct the list as submitted, shall be made prior to final settlement. E. Noi laier than 60 days after the notice o� terniina�ion, the Conttactor shall submit his termination claim to the City in the form and with the certification prescribed by the Ciiy. Unless an extens�on is made in writing within such 60 day period by th� Contractor, and granted by the City, any and all such elaims shall b� conclusively deemed waived. F. Zn such case, Contractor sha11 be paid for (without duplication of any items}: 1. completed and acceptable Work exec�zted in accoxdance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and prof t on such Work; 2. expenses sustained priar to the effective date of tezxnination in pexforming services and fi�ishi�g labar, xaaaterials, or equipment as required by the Con�ract Documents in connection with uncomple�ed Work, plus fair and reasonable su�xas �'ox overhead and proft on such expenses; and 3. reasonable e�penses directly attr�butabl� to terminatian. G. In the event of the failure of the Contractor and City ta agree upon the whole amount to be paid to the Contractar by reason of the termination of the Work, the City shall determine, on the basis of inforzxzation avaiIable to it, the amount, if any, drze to the Contractor by reason of the termination and shall pay to the Cont�actor the amounts determined. Contxactor sk�all not be paid on account of loss of anticipated profts or reven�te or other economic loss arising out of or resulting from such termination. ARTICLE 16 -- DISPUTE RESOLUTION 16.01 Methods and P�ocedu�es A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph l 0.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Ti�xaeIy sub�nission of the �equest shall stay the effect of Paragraph 10.06.E. B. City and Contractor shail participate in the mediation process in good faith. The process shall be cornmenced within 60 days af fi�ing of the req�est. C. If ti�e Cont�act Claim is not resoIved by mediation, Ciiy's action uz�der Paragrapkz 10.06.0 or a denial puxsuani to Paragraphs 10.06.C.3 or 10.06.D shall become final and binding 30 days after terrnination of the mediatian unless, within that tirx�e pexiod, City or Contractor: cir� or �oR�' woxTx STANDARD GONSTRUCT1bN SPECIFICATION DOCUiv[ENTS Iievision: Ivla�rh9, 2020 00720p-1 GENERAL CONDIT]ON5 Page 62 of 63 1. elects in writing to invoke any other dispute resolutian process pro�ided for in the �upplementary Conditions; or 2, agrees wiih the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of t�e intent to submit the Contract Clairn to a caurt of competent jurisdiction. ARTICLE 17 — NIISCELL�IN�OUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deezned to have been validIy given if: 1. delivered in person to the individual ox to a rr�ember of the firm or to an officer of the corporation for �rhorn it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address kr�own to the giver of the notice. B. Business address changes must be promptiy made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shal� be deexned sufficient upon confirma�ion of receipt by the receiving party. 17.02 Computation of Tirraes When any period of time is re�erred to in the Contract Documents by days, it wi11 be computed to exclude the first and include the last day of such period. If ihe last day of any such period falls on a Satwrday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulcrtive Remedies The duties and obligaiions imposed hy these General Conditions and the rights a�n.c� xexz�edies availabie hereunder to the parti�s hereto ar� in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or al� of the�x�. which a.re otherwise imposed or available by Laws or Regula�inns, by special warranty ar guarantee, or by other provisions of t1�e Contract Documents. The provisions of this Paz'agraph will be as effective as if repeated specifically in the Contract Documents in corinection with each particular duty, obligation, right, and remedy to which they app�y. CITY OF FQRT WORT�I STANDARD CONSTRUCTIQN SPEC3FICATION DOCCJML•`N"1"5 Re�ision: M�r1�9,2020 007200-! GENERAL CONDITIONS Page 63 of 63 17.04 SuNvtval of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well �s all continuing obligations i�.dicated in the Contract Documents, wiIl survive final payment, comp�etion, and acceptance of �he Work or termination or completian of the Contract ox tennination of the services o f Contractox. 17.05 Headings Article and }aaragraph headings are inserted for convenience anly and do not constitute parts of these General Conditions. CITY OF FORT WORTH STAI�IbAItb CO]VSTI2UCTION SPEC]FiCA'E'iON dOCi.1MENTS Revision: March9,202D 00 73 00 SClPPLEMCT�TARY COI�DITTON3 Page 1 of 6 SECTION 00 73 DO SUPPLEMENTARY CONDIT�ONS TO GENERAL CONDITIONS Supple�ne�tary Conditinns These Supp�ernentary Conditions modify and supple�nent Section 00 72 DO - Genez-al Conditions, and otb,er provisions of the Contract Documents as indicated below. All pro�isions of the General Conditions that are rnodified ar supplemented rernain in fu11 force and effect as so rnodified or supplemented. A�l provisions of the General Conditions which are not so modif ed or supplemented remain u� fuIl force and effect. Defr�ed Terms The tertns used iu these Snpplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specif cally noted herein_ Modi�cat'rons and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. 5C-3.038.2, "Resolving Discrepar►cies" Plans govern over Specifications. SC-4.01 A Easement limits shown on the Drar�ving are approximate and were provided to establish a basis for bidding. Upon receiving the final easetnents descriptions, Contractor shall compare ihem to the lines shown on ihe Contract Drawir�gs. SC-4.01A.1., "Availabelity of Lands" The followir►g is a list of known outstanding right-of-way, andlar easements to be acquired, if any as of October 24, 2020: Outstanding Right-Of-Way, and/or Easements to Be Acquired PARCEL OWNER NL7MBER NONE TARGET DATE OF POSSESSION The Contractor understands a�d agrees that tl�e dates listed above are estimates only, are not guaranteed, and do not bind the City. If Contractor considers the final eas�m�nts provided to differ materially from #he representations an the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the difFering easement line locations. SC-4.t11A.�, "Availability ofLands" Utilities ar obstructians to be removed, adj�sted, and/or relocafed CITY OF FORT WORTH STAI�iDARD CONSTRUCTION SPECIFICATION I70CUNIENTS R.evised March 9, 2020 2018 Bond Year 3, Conlr-act 7 Crty ProJecd No. 101453 00 73 00 SCIPPLEMENTARY CONDITIONS Page 2 of 6 The following is iist of utilities and/or obstructions that have not been remo�ed, adjusted, and/or relocated as of October 29, 2020 EXPBCTED OWNER UTILITY AND LOCA'IZON TARGET DATE OF ADJUSTMENT ATMOS Gas iines on Kings Hwy The Contractor understa�►ds and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SC-4.02A., "Subsurface and Physical Conditions" The foliowing are reports of explorations and tests of s�ibsurface conditions at the site of the Work: NONE SG4.06A., "Hazardous Environmental Condifions at Site" The following are reports and drawings of existing hazardous environmental conditrons known to the City: NONE �G5.03A., "Certi�cates of Insurance" The entities listed below are "additional insureds as their interest may appear" including their respective officers, directots, agents and employees. (1) City (2) Consultant: Lina T Ramey &�4ssocaates, Inc_ {3) Other: None SG5.44A., "Contractor's Insurance" The limits of lia6iGty for the insurance required by Paragrapk� GG5.04 shall provide the foliowing coverages for not less than the folIowing amounts or greater where required by laws and regulations: 5.04A. Workers' Compensation, under Paragraph GC-5.04A. Stadutory limats Employer's laability $100, 000 each accident/occurrence $100,000 Disease - each employee $500, 000 Disease - policy limit SC-S.04B., "Cantractor's Ins�rance" 5.04B. Commercial General Liability, under �aragraph GG5.04B. Contractor's Liability Insuranee under Paragraph GG5.04B., which shall be on a per project basis covering the Contractvr with miz�imum limits of: $I, 000, 000 each occurrerrce $2, 000, 000 aggregate limit CI1'Y OP FORT WORTH 2DI8 Band Year 3, Contract 7 STt1NT]t1,RD CONSTRUCTIOI� SP�CIFICATION DOCUMENTS Crty Project No. 101453 Revised Marcli 9, 2020 00 73 00 SUPPLEMENTARY CONDIT10N5 Page 3 of 6 The policy must have an endorsement (Arnendrr�ent — Aggregate Lir�iits of Insurance) making the General Aggtegate Limits apply separately to each job site. The Commerciai General Liability Insurance policies shalI provide "X", "C", and "U" coverage's. Verificatioi� of such coverage must be shown in the Remarks Ariicle oF the Certificate of �nsuirance. SC 5.04C., "Contractar's Insurance" 5.04C. Automobile Liability, under Paragraph GC-S.04C. Cont�•actor's Liabifity Ix�surance under Paragraph GG5.04C., which shail be ��� an; azx�.ount not less than; tkie following aznounts: (1) Au#omobile Liability - a commercial business policy shall provide coverage an "Any Auto", de�ned as autas owned, hired and non-owned. $1,000,000 each accident on a combined single �imit basis. Split lirniEs are acceptable if Iimits are at least: $250, 000 Baclily Injury per person / $500, 000 Bodily Injury per accident / $100,000 FropertyDamage SC-5.04D., "Contractor's Insurance" The Contractor's construciion activities will require its ernployees, agents, subcontractors, ec�uipment, ar�d material deliveries to cross railroad properties and tracks: NONE. The Contractor shall conduct its operations on railroad properties in such a manner as not io interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a"Right of Entry Agreernent" with the particular railroad company or companies involved, and to this end the Contractor shou]d satisfy itsetf as to the requirements of each railroad company and be prepared to execute the right-of-entry (if any} required by a tailroad company. 1�he requirements specified herein Iikewise relata to the Contractor's use of private and/ar constrnction access roads crossing said railroad campany's properties. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall prov�de coverage for not less than the foIlowing aniounts, issued by campanies satisfactory to the City and to flie Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch rai�road property: (1) General Aggregate: (2) Each Occurrence: _ IZequired for this Contract X Not reguired for tlats Corttract With respect to the above outliued insurance requirements, the following shall govern: 1. Where a single ra�lroad company as invoIved, the Contractor shall provide one insurance policy in the nan�e of the railroad coxrzpany. However, if more than one grade separation ar at-grade crossiu�g is affected by the Project at entirely separate locations on the line or lines of the same railroad coanpany, separate coverage may be required, each in the amount stated above. 2. Wher� more than one railroad company is operatang on the same right-of-way or whe�•e several railraad companias are invalved and operated on their own sepa�-ate rip,hts-of-way, the Contractor may be required to provide separate insurance policies in the name of each raiiroad company. CITY OF FORT WORTH 2O18 Bond Year 3, Contracd 7 STAIVDARD CONSTRUCTIOI*1 SPECIFICATION DOCUMEIVTS City Project No. 101953 Revised Iviarch 9, 2020 00 73 00 SUPPLEMENTARY CONDITIONS Page 4 of 6 3. If, in addiiion to a grade separation or an at-grade crossing, ather work or activity is proposed on a railraad campany's right-of-way at a location entirely separate froro the grade separation or at- grade crossing, insurance coverage for this work must be included an the policy covering the grade separation. 4. Ii no grade sepa►�ation is involved but other work is proposed on a railraad company's right-of- way, all such other work zx�ay be covered in a single policy for that railroad, even though the work may be at twa or mare separate locations. No work or activities on a railroad company's property ta be performed by the Contractor shall be commenced until the Contz-actor has furnished the City with an ariginal policy or paHcies of the insurance %r each railroad con�pany named, as required above. All such insurance must be approved by the Ciry and each affected Railroad Company prior to the Conh�actor's beginning work. Th,e insura�ice specified abave must be carried until all Work to be performed on the raiIroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work perfonned in the railroad right-of-way. Such insurance must name the railroad cornpany as the insured, togeiher with any tenant o�• lassee of tf�e z-ailroad company operating over tracks involved in the Project. SC-6.D4., "Project Schedule" Project schedule shall be tier 3 for the project. SC-6.07., "Wage Rates" The following is t�ie prevailing wage rate table(s) applicable to ihis project and is provided in the Appendixes: CC-6.0�'2013 �'RECrA1LING WAGERATES (Heavy rcnd Highway Construction Projects) A copy of the table is also available by accessing tne City's website at: https://apps.fortworthtexas.govlPrajectResonrces/ You can access the fle by following the directory path: 02-Const�-uction Documents/Speci�ications/Div00 — General Conditions 5C-6.09., "Permits and Utilities" SC-6.09A., "ConEractor obtained permits and ticenses" The following are [tnown pettnits and/or licenses required by the Contract to he acquired by the Contractor: CITY OF F�RT WORTH STRE�T PERMIT SC-G.t�9B. "City obtained permits and licenses" The following are known perniits and/or Iicenses required by the Contract to be acquired by the City: a. Texas Department of Transportation (TxDOT) Permit b. Texas Depart�r►ent of Licensing and Regulation (TDLR) c. Flood Plain Permit SC-6.09C. "O�tstanding permits and licenses" The following is a list of lcnown outstanding pernzits and/or licenses to be acquired, if any as of Qctober 29, 2020: CITY DF FORT WORTH 2p18 Bond Year 3, Cantract 7 STANDARD CONSTRiICTIOI�I SPECIPICATiON DOCUMEI�ITS City Projecd No. 101453 Revised March 9_ 2020 RO 73 00 SUPPLEMENTAIZY CO3Vb1'1'IONS Page 5 of 6 NONE SC-6.24B., "Title VT, Civil Rights Act of 1964 as amended" During the perfor-mance of this Contract, the Contractor, for itse�F, its assignees and successors in interest (hereinafter referred to as the "Conkractor") agrees as follows: I. Compliance with Regulations: The Contractor shal! comply with the Regulation z-elative to nondiscri�nination in Fec�erally-assisted programs of the Departzxaent of Trar�sportation (hereinaftei•, "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended frotn time to time, {hereinafter referred to as the Aegulations), which are herein incorporated by reference and made a part of this contract. 2. Nondiscriminatian: T�►e Contractor, with regard to the work performed by it c[uring the contract, shall not discriminate on ti�e graunds of race, color, or natianal origin, rn the selection and retention of subcontractors, including pz-ocua-exnents of materials and leases of equiptnent. The Contractor shall not participate either directly or indirect2y in the discrimination pr•ohibited 6y 49 CFR, section 21.5 of the A�gulations, inclucEi�g e�nployment practices when the contract cor�ers a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcontractors, Including Procurements of Materials and Equipment: In all salicitations either by coznpetitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontractor or supplier shall be notif ed by the Conh•actor of the Contractor's obligations under this contract ar�cE the Regulations relative to nondiscrimination on the grounds ofrace, color, or national origin. 4. Information anci Repor�,s: The Contractor shatl provide all infor-mation and reports required by fi1�e Regulations or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of ixaformation and its faci2ities as may be determined by City or the Texas Deparhnent of Traz�sportatian Eo be pertinent to ascertain comp]iance with such Regulations, orders and instructions. Where any infor�r�ation required of a contracior is in the exclusive possession of another who iails or refuses to fumish this information the contractor shall so certify to the City, or the Texas Deparhnent of Transportation, as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sancfions fnr Noncomgliance: In flie event of the Contractor's noncompliance with the nondiscrimination provisions of this Contract, City shall irzapose such contract sanctions as it ar the Texas Department of Transportation may determine to be appropriate, including, but not limited to: a. withholding ofpayments to the Contractor under the Cantract until the Contractor complies, andlar b. cancellation, tetmination or suspension of the Contract, in whole or ix� part. 6. Jncorporation of Provisions: The Cojitractor shall include the provisions af paragraphs (1} tluough (6) in every subcontract, inciuding procurements of materials a�id leases of equipment, unless exempt by the Regulations, or directi�es issued pursuant thereto. The Cont�actor shall take such action with respect to any subcantract or procurement as City or the Texas Department af 7"rar�sportation may direct as a nneans of enforcing such provisions including sanctions for non-campliance: Provided, however, that, in the ev�nt a contractor becomes involved in, or is t�•eatened with, litigation with a subcontractor or supplier as a result of such direction, tlze cont�•acto�• may request City to enter into such litigation to protect the interests of City, and, in addition, the contractor may request the United 5tat�s to enter into such Eitigation to protect the interests of the United States. Additional Title VI requif•ements can I�e found in the Appendix. CITY OF FORT WORTH 2OI8 Bond Year 3, Contract 7 STANDARD CONSTRUCT'ION SPECIFICATION DOCUM�I�ITS City Project No. J01453 Revised March 9, 2020 00 73 fl0 SUPPLEMENTARY CONDITIONS Page b of 6 SC-'�.02., "Coordination" The individuals ar entities listed below have contracts wit�-i the C�ty for the performance of other work at the Site: Vendor Sco e of Wor� Coordination Authori Lina T Raine & Associates, Inc. Cons�-uciion Phase Se�rvices CITY Arredondo Ze eda & Brunz, LL,C Construction Phase Services CITY �C-8.01, "Communications to Contractor" The Contractar shall coordinate the construction of arry sidewalks, ramps, driveways, or any other improvements outside of existing riglit-of-way between the City and the Property Owner. SC-9.41., "City's Project Manager" The City's Project Manager for fliis Contract is Greg Robbins, PE, PMP, or his/her successor pursua��t to written notification from the Director of thc Transporfation and Public Works Department. SC�13.03C., "Tests and Inspections" NONE SG15.O1 C.1, "Methods and Procedares" NONE END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1l22/2016 F. Griffin 5C-9A1., "Ciiy's Project Representaki�e" wording changed to City's Project Manager. 319l2020 D.V. Magaria SC-6.07, Updated the link such that files can be accessed via the City's website. GiTY QF FORT WORTH 2OIS Bond Year 3, Contracl 7 STANDAR.� CONSTRUCTION SPECIFTCATI03V DOCLTMENTS Cify Projec! No. 101453 Revised Mazcl� 9, 2020 oi iioo-i SUMMARY OF WORK SECT�ON O1 11 00 SUMMARY OF WORK PARTI- GENERAL 1.1 SUMMARY A. Section Includes: Pagc 1 of 3 1. Summary of Work to be performed in accardance r�vith the Coiitract Documents B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are nat necessarily liztaited to: I. Division 0- Bidding Reyuirements, Contract Forms, and Canditiotas of the Contract 2. Division 3- Genera� Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Pa�+xnent 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment wiIl be al�owed far this ltem. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQU�REMENTS A. Work Covered �y Contract Documents 1. Work is to include iurnishing al� labor, materials, and equipment, ancf performing all Work necessary for this construction project as detailed in the Drawings a�td Specifications. B. Subsidiary Work T. Any and alI Work specifically governed by documentary requirements for the project, such as conditians inaposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal a�td the item is no# a typicai unit bid itenri included on the standard bid item list, then the item shall be considered as a subsidiary item of Wark, the cost of wk�ich shall be included in the price bid in the P:raposal fvr various bid items. C. Use of Premises 1. Coordinate uses of premises under directian of the City. 2. Assume iull responsibility for protection and safekeeping of zzzaterials and equipment stored on the Site. 3. Use and occupy only portio�ts of �l�e public streets and alleys, or other public places or other rights-of-way as provide� for in the ordinances of the City, as shown in the Contract Documenis, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materia]s, and equipment for construction purposes z�rzay be stored i� such space, but no more than is necessary to avoid delay in the construction operatians. CITY OF FORT WORTH 2Q18 Bond Year 3, Contract 7 S'1'ANDAI2ll CONSTRlJCTiON SPECIFICATION DOCUMENTS City Project Na 101453 Revised December 20, 2012 01ll00-2 SUMMARY OF WORK Fage 2 oi 3 Excavated and waste materials shall be stored in such a way as not to interfere with the use a,f spaces that may be designatec� to be left free and unobstrUcted and so as not to inconvenience occupants af adjacent property. If the street is occupied by railroad tracks, the Work shaiI i�e carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shaIl be in accordance with railroad requirements set farth in Divisian Q as well as the railroad permit. D. Work within Easements 1. Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property. 2. Do not store equipment or material on private praperty unless and untzl the speci�ed appravaI ofthe property owner has been secured in writing by the Contractor and a copy furt�ished to t�e City. 3. Unless specifcally provided otherwise, clear all rights-of rvay or easerr�ents of obstructions which must be removed to make possible proper prosecution of the Work as a part of the project construction operations. 4. Preserve and use every precaution ta prevent danrzage to, all trees, shrubbery, plants, Iawns, fences, culverts, curbing, and all other types of struc#ures or improvements, to all water, sewer, and gas lines, to aIl cottduits, overhead poie lines, or appurtenances thereof, including the construction of temporary fences and to all other public or px'ivate property adjacent to the Work. 5. Notify the proper representatives of the owners ox' occupants of the public or private lands of interest in lands which might be affected by #he Work. a. Such notice shall be made at l�ast 48 hours in advance of fihe beginning of the Work. b. Notices shall be applicabie to both public and private utiIity companies anci any carporation, cotnpany, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible far al] damage or injury to property of any character resulting from any act, omission, neglec#, or misconduct in the �nanner or txzethod or execution af the Work, or at any time due to defective work, material, or eqUipment. 6. Fence a. Restore all fences etacountiered and removed during construction of the Project to the original or a better than originaI condition. b. Erect tempo:rary fencing in place ot� the %ncing removed whenever #he Work is not in progress and when the site is vacated overnight, and/or at all tiir�aes to provide site security. c. The cost for a11 fence work within easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in tY�e project proposal, unless a bid item is specificaIly provided in the proposai. C1TY OF FORT WORTH 2O18 Bond Year 3, Contract 7 STA�]DARD CONSTRUCTION SPLCIFICA'TION DOCUMENTS Ciry Froject �lo. 101453 Aevised December 20, 2012 ai �100-3 SUMMARY OF WORK Page 3 oF3 1.5 �UBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/iNFORMATIONAL SUBM�TTALS [NOT USED] �.7 CLOSEOUT SUBM�TTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELiVERY, STORAGE, AND HANDLING jNOT USED] �.Xl. FIELD [S�TE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [N�T USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 201 S$ond Year 3, Contract 7 STANDARD CONSTRUC'FION SPECIFICATION DOCUMENTS City Project No. ] 01453 Revised ]aecember 20, 2012 oizsao-i SUBSTITUTION PROC�DURES SECTION Ol �.5 00 SUBSTITUTION PROCE.DURES PART�- GENERAL �.1. SUMMARY A. Seciio�a Includes: Page 1 of 4 1. Tl�e procedure for requesYing the approval of substitution of a product that is not eyuivaIent to a product w�ich is specified by dascriptive or perfonnance criteria or de�ned by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Svbstitutions are no# "or-equals". B. Deviations from this City of Fort Worth Standard Speci�cation 1. None. C. Related Specification Sections include, hut are not necessariiy limited to: 1. Division 0— Bidding Requiremenis, 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 paymeni will be ailowed for this Item. 1.3 REFERENCES [NOT USED] 1.�4 ADMINISTRATIVE REQUIREMENTS A. Requesi for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consicEer formal requests from Contractor for s�bstitution of products in place of those specifed. 2. Certain types of equipment and kinds of material are desc:ribed in Specifications by tzzeat�s of references to nam�s of manu�acturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "ar-equals," as deternained by City. 3. Other types of equipment and kinds of materiai may be acceptable substitutions under t�e following condifiions: a. Or-equals are unavailable d�e to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, CITY OF FORT WORTH 2O18 Eond Year 3, CvnEract 7 S`I'ANDAI2D CONS"fRT]CTION SPECIFICATIpN DOCUME�ITS City Project No. 101453 Revised Iuly I, 2011 012500-2 SUBSTITUTION PROCGDURES Page 2 of 4 b. Contractor proposes a cost and/or ti�ne reduction incentive to the City. 1.5 SUBMITTALS A. See Request for 5ubstitution Forrn (attaclied) B. Procedure for Requesting Substit�rtion 1. Substitution shall be considered only: a. After a�uvaxd af Coniract b. Under the conditians stated herein 2. Submit 3 copies of each written reyuest for substiiution, including: a. Documentation 1} Cotnplete data substantiating compliance of proposed subsiitution with Contract Docu�nents 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 rep:reseniative contact nanne c) Specification Section or Drawing re£erence of originafly specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) ManuFacturer's literature ciearly marked to show compliance of proposed product with Contract Docume�ats 3) ltemized comparison of original and proposed product addressing product characteristics includ�ng, but not necessarily limited to: a) Size b) Composition or materials of construction c} Weigk�t d) EIectrical or mechanical requiremenis 4) �roduct experieczce a) Location of past projects utilizing product b) Name and tel�phone number of peesons associated with referenced projects knowledgeable concerning proposed product c) Available fieId data and reports associated with proposed product 5) Samples a} Provide at request oi City. b) Sa�nples becoxne the property of the City. c. For construction methods: 1) Detailed description of propased meihod 2} Illustration drawings C. Approval or Rejection 1. Written approval or rejection oisubstitution given by the City 2. City reserves the z'ight to require proposed product to comply with coior and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved, the resulting cost and/or time reduction will be documented by Change Order in accordance with the Generai Conditions. CITY OF FORT WORTH 2O18 Bond Year 3, Contract 7 STANDARD CONSTRUCI'ION SPECll�ICATION DOCUMENTS City ProjectNo. 101453 Revised July I, 201 I O12500-3 SUBSTTTUTION PROCEDURES 4. No additional contract time will be given for substitution. Page 3 of4 Substitution will be rejected if a. Subz�rzittal is not through the Contractor with his stamp of approvaI b. Reqiiest is nat made in accordance with this ,Specification Section c. Tn the City's opinion, accepta.�ce wi11 require substantial revision of the ariginal design d. In the City's opinion, substitution will not perform adequately �he function consistent with the c3esign intent 1.6 ACTION SUBMITTALS/INFORMAT�ONAL SUSMITTALS [NOT USED] 1.7 CLOSEOUT SUBNIITTALS [NOT USED] 1.8 MAINTENANCE MATERrA�L SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In naaking request for substitution or in using an approved product, the Cantractor represents that the Contractor: 1. Has investigated proposed product, and has deterrz�ined that it is adequate or superior tn all xespects to that specified, and that it wilI perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specifed 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, mak�ng such changes as may be required for Work to be comiplete in all respects 4. Waives all ciaims far additiona� costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED) LI1 FIELD [SiTE] CONDITIONS [NOT USED] 1,12 WARRANTY [NOT USED] PART � - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revisron Log DATE NAME SUMMAAY OF CHANGE CI`i'Y OF FORT WOR"FH 2O18 Bond Year 3, Contract 7 STANDARD CONSTRUCTTON SPECIPICAT'TON bOCUMENTS City Yroject No. 10 i453 Revised 7uly 1, 2011 of2sao-4 SUBSTITUTIO?�I PROCEDLIRES Page 4 of 4 EXHIBIT A REQUEST F�R SUBSTITUTION FORM: TO: PROJECT: DATE: We hereby submii for your consideration the following praduct instead of ihe specifi�d item for the above project: SECTION PARAGRAPH. SPECIFTED 1TEM Proposed Substitution: Reason for Substitu#ion: Include comptete information on chang�s to Drawings and/or Specificatians which proposed substitution will require for its proper installatian. Fi�l in Blanks Below: A. Will the undersigned contractor pay for changes to the buiIding design, incluc�ing engineering and detailing costs caused by the requested subs�itution? B. What effect does substitution have on C. Differences between proposed substiiution and specified item? D. Differences in product cost or product delivery E. Manufacturer's guaf•antees of the praposed and specified items are: Equal Better (explain on attachment} The undersigned states that the function, appearance and yuality are equiva�ent or superior t� the specified item. Sub�nifted By: For Use by City Signature as noted Firm flddress Date Tel�phone For Use by City: Approved City Recommended _ Recommended Not recommended Received late By — Date Remarks Date Rejected CITY OF FQ�`F WOR`�H 2O18 Bond Year 3, Contract 7 STANllAItb COid5TRUCTlpN SPECIFIGATiON DOCUM�Ni'S City Projec# No. l01453 Revised 3uly 1, 2011 013119-1 PRFCONSTRLICTION MEETING Page I of 3 SECTION 01 31 19 PRECONSTRUCTION MEETING PART1- GENERAL 1.1 SUMMARY A. 5ection IncIudas: 1. Provisions for the preconstruction meeting ia be held prior to the start of Work to clarify construction contract administration procedu:res B. Deviations from this Ci[y of Fort Worth Standard Specifcation l. None. C. Related Specificaiioj� 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 PRQCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No sepaxate �ayment will be atlowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIItEMENTS A. Coordination Attend preco�struction meeting. 2. Representatives of Conttactor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behal� of the entity each represents. 3. Maeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepar� minutes and retained by City for future reference. B. Preconstruction Meeting 2. 3 A preconstruction ttzeeting will be held within 14 days after the execution of the Agreement and before Wark is started. a. The meeting will be scheduled and administered by the City. The Project Representative �wvill preside at the meeting, prepare the notes of the meeting and distribute copies of same to aIl pariicipants who so request by iully cotzzp�eting the attendance form to be circulated a# the beginning ofthe meeting. Attendance shaIl include: a. Project Representative b. Contracto:r's project manager c. Contractor's superin#endent d. Any subcontractor or sUpplier representatives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTH 2D1 & Bond Year 3, Contract 7 STANDARD CONSTRUCTIaN SPECIFiCATION 170CUMENTS City Project Nn, i 01453 Revised August 17, 2012 �13119-2 PRECONSTRUCTIOAI iviEETING Page 2 of 3 e. Other City representatives £ Others as appropriate 4. Construction Schedule a. Prepare baseline constnzction schedule in accordance with Section Ol 32 l6 atad provide at Precanstruction Meeting. b. City will notify Contractor of any schedule changes upo�t Notice of Preconstr�action Meeiing. 5. Preliminary Agenda rzzay includ�: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of way, utility clearances, easements or other pertinent permits d. Contractor's work plan and scheduIe e. Contract Time f. Notice to Praceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Leiter for Waste Material 1. Insurance Renewals m. Payroll Certification n. Material Certificati�ns and Quality Control Testing o. Public Safety and Convenience p. DocUmentation af Pre-Construction Conditions q. Weekend Wark Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Potlution Prevention PIan w. Coortlination with other Contracfiors x. Early Warning System y. Cot�tractor EvaIuation z. Special Conditions applicable to the px'ajeci aa. Damages Claims bb. Submittai Procedures cc. Substitution Procedures dd. Correspo�ndence Routing ee. Record Drawings f£ Temporary construction iacilities gg. M/WBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment jj. Questions or Comments CITY OF FORT WORTI-I 2018 Bond Ycar 3, ConEract 7 STANDARD CONSTRUCTION SPBCIPICATION DOCUMENTS City Project Na. 101453 Revised August 17, 2fl 12 0131 i9-3 PRECdNSTRUCTION MEETING Pagc 3 of 3 ].5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBM�TTALS [NOT USED] 1.7 CLOSEOUT SUSMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSiJRANCE [NOT USED] 1.10 DEL�VERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS jNOT USED] 1.1� WARRANTY jNOT USED] PART � - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITI' OF FORT WOR"TH ZOt8 Sond Year 3, Contract 7 BTANDARD COI�ISTRUCTION SPECIFICATiON DOCUMF.NTS City Project No. 101453 Revised August i 7, 2012 013120-1 PR07ECT MEETINGS P�ge 1 of 3 SECTION U13120 PROJECT MEETINGS PART1- GENERAL 11 SUMMARY A. Section Includes: 1. Provisio��s for project meetings throughout the construction period to enable orderly review oithe progress oithe Work and to provide for systematic discussion o� pote�tial probtenn�s B. Deviations this City af Fort Worth Standarcf Specifcation 1. None. C. Related Specification Sections include, but are nat necessarily limited to: 1. Division 0— Bidding Reyuirements, Contract Forr�-�s and Conditions of the Co�ttract 2. Division 1— General Requirements 1.� PRiCE AND PAYMENT PROCEDjJRES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate pay�nent will be allowed for this Ite:tn. 1.3 REFERENCES [NOT iTSED] 1.4 ADMINISTRATIVE REQUYREMENTS A. Coordination 1. Schedule, attenc! and administer as specified, periodic progress tneetings, and specially called meetij�gs throughout progress of the Work. 2. Representatives of Contractor, subconttactors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meetings adminisiered by City may be tape recorded. a. If recorded, tapes will be used ta prepare tninutes and retained by City for fuiure reference. 4. Meetings, in addition to those specified in this Section, may be held when requested by the City, Engineer ar Contractor. B. Pre-Constructior� Neighborhood Meeting 1. After the execution of t�e Agreement, but before construction is allowed to begin, attend 1 Public Meeting vvith affected residenis to: a. Present projected schedule, including construction start date b. Answer any constructian related questions 2. Meeting Location a. Location of ineeting fio be determined by the City. 3. Attendees C1TY O�' T�ORT WORTH 201 S Bond Year 3, Contract 7 STANDARD CONSTTtUCTTON SY�CIFICA'170N 130CiJMENTS Ci(y Project No. ] 01453 Revised July 1, 2011 D ] 31 2D - 2 PROJECT MEETINGS a. Con�ractor b. Project Representative c. Other City representatives Page 2 of 3 4. Meeting Schedule a. In general, the neighborhoad meeting will occur within the 2 weeks foilowing the pre-construction conference. b. Yn no case will construction be allowed to begin until this meeting is held. C. Progress Meetings 1. Formal project coordination meetings will be heid periodicalIy. Meetings will be schedu�ed and adz�rzinistered by Project Repr�sentative. 2. Additionai progress meetings ta discuss speci�c topics will b� conducted on an as- needed basis. Such additional tneetings shall include, but not be limited to: a. Coordinating shutdowzzs b. Installation of piping and equipment c. Coordination between other construction projects d. Resalution of constnictian issues e. Equipment approval 3. The Project Representative will preside a� progress meetings, prepare the notes of the meeting a�ad distrib�te copies of the same to ali participar�ts who so request by fully completing the attendance form to be circulated at the beginning of each meeting. 4. Attendance shaIl incl�de: a. Contractor's project rnanager b. Contractor's superintendent c. Any subcontractor or suppfier representatives who:t�n the Contractor may desire to invite or the City may request d. Engineer's represe�tatives e. City's representatives £ Others, as requested by thE Project Representative 5. Preliminary Agenda may include: a. Review of Work progress since previaus meeting b. Field observations, problenas, conflicts c. Items which impede construction schedule d. Review of off-site fabrication, delivery schedules e. Review of construction interfacing and sequencing require�aaents with other construction contracts f. Corrective measures and procedures to regain projected schedul� g. Revisions to construction scheduIe h. Progress, schedule, during succeeding Work period i. Coordination of schedules j. Review s�zbmittal schedules k. Maintenance of quality standards 1. Pending changes and substitutions nn. Review proposed changes for: 1) Effect on construction schedule and on completion date 2) Effect on other contracts of the Project n. Review Record Documents o. Review monthly pay reyuest CITY OF FORT WORTH 2O18 $ond Year 3, Contract 7 S'fANDARD CONSTRUCTIOI� SPECtFICATION DOCUMENTS City Project No. 101453 Revised July l, 2011 O] 31 2D - 3 PROJECT MEETINGS Yage 3 of 3 p. Review status of Requests for Information 6. Meeting Schedule a. Progress meefiings will be held periodically as detertnined by the Project Representaiive. 1) Additional rneetings jnay be held at the requesi of the: a) City b} Engineer c} Contractor 7. Meeting Locafiion a. The City will establish a meeting location. �) To the extent practicable, meetings will b� held at the Site. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SCJBMITTALS/INFORMATIONAL SUBMITTALS [NOT USEDJ 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE jNOT iTSED) 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITION� [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PR�DUCTS [NOT USED) PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DA`I'E NAME SUMMARY OF CHANCE CITY OF FORT WORTH 2O18 Bond Year 3, Contract 7 STANDARD CONSTKUCTIpN SPECIFICAT]ON DOCUMENTS City Project IJo. 101453 Rcvised July 1, 20i 1 013216-1 CO3VSTRUCTIO�I PROGRESS SCHEDUT E SECTION O1 32 16 CONSTRUCT.ION PROGRESS SCHEDULE PART�- GENERAL 1.1 SUMMARY A. Section Includes: Page 1 of 5 1. General requirements %r the preparation, submittal, updating, statzas reporting and rtza:nagernent of the C�nstr�ction Progress Schedule 2. Specific requirements are presented in the CiLy of Fori Worth Schedule Guidance Document B. Devia�ions from #his City of Fort Worth S#andarcE Specif catioz� 1. None. C. Related Specification Sections include, but are not necessariIy Iimited to: 1. Division 0— Bidding Requirements, Coniract Forms and Conditions of the Contrac# 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDLTRES A. Measurement and Payrnaent L Work associated with this Item is considered subsidiary to the various items bid. No separatc payment wiil be allowed for this Item. 1.3 REFERENCES A. Definifiions � . Schedule Tiers a. Tier 1- No schedule submittal required by contract. Small, brief duration projects b. Tier 2- No scheduie submittal required by contract, bui will rec�uire some milestone dates. Small, brief d�zration projects c. Tier 3- Schedule submitta� required by contraci as described in the �pecification and herein. Majority of City projects, incIuding all bond program projects d. Tier 4- Schedule submittal required by contract as described in the Specifcation and herein. Y.arge and/or complex projects with long durations 1) Examples: large water pump station p:roject and associated pipeline with interconnection to another governmental entity e. Tier 5- Schedule subtnittal required by coniract as described in the Specification and herein. Large and/or very co�nplex projects vvith lo�zg durations, high public visibility I) Examples might include a water ar wasiewater tteatment plant 2. Baseline Schedule - Initial schedule submitted before work begins that will serve as the baseline for measuring progress and departures from the scYtedule. 3. Progress Schedule - MonthIy submittal of a pragress schedule documenting progress on the project and any changes anticipated. CI`I'Y OF FORT WORTH 2�1 S Bnnd Year 3, Contract 7 STANDARi) CONSTRUCI'ION SPECIFICA'f10N DOCUMENTS City ProjectNo- 1DI4S3 Revised July 3, 2011 013216-2 CONSTRUCTION PROGRESS SCHEDi]LE Page 2 of 5 4. Scheciule Narrative - Concise narrative of ilie scheduie including schedule changes, expected delays, key schedule issues, critical path items, etc B. Ret'erence Standards 1. City of Fort Worth Schedule Guidance Document 1.4 ADMINISTRATIVE REQUIItEMENTS A. Baseline Schedule General a. Prepare a cost-loaded baseline Schedule using approved software and the Critical Path Methad (CPNI} as requirec� in the City of Fort Worth Schedule Guidance Document. b. Review the draft cost-laaded baseline Schedule with the City to demonstrate understanding of the work to be performed and known issues and constraints relafied to the schedule. c. Designate an autho:rized representative (Praject Scheduler} responsible for developing and updating the schedule and praparing reports. B. Progress Schedule 1. Update the progress Schedule monthly as required in the City of Fort Worth Scheduie Guidance Document. 2. Prepare the Schedule Narrative to accompany the znonthly progress Schedule. 3. Change Orders a. Incorporate approved change orders, resuIting in a change of contract time, in the baseline Schedule in accordance with City of Fort Worth ScheduIe Guidance Document. C. Responsibiliiy for Schedule Compliance 1. Whenever it becomes apparent from Lhe current progress Schedule and CPM Status Report that delays to the critical path have resulted azzd the Contract completion date wilt not be met, or when so directed by the City, make sorne 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 Schedu�e outl i n ing. 1) A written statement of the steps intended to take to remove or arrest the delay to the criiical path in the approved schedt�le 2) Increase construction manpower in such quantities and crafts as wilI substantially eliminate fihe backlog of work and return cUrrent Schedule to meet projected baseline compleiion dates 3} Tncrease the number of working hours per shift, shifts per day, warking days per week, the amount of construction equipment, or any combination of the foregoing, sufficient�y to substantially eliminate the backiog of woz'k 4) Reschedule activities to achieve maximum pracfiical concurrency of accomplishment of activities, and comply with the revised se}�edule 2. If no written statement of the steps intended to take is submitted when so requested by the City, the City naay direct the Contractor to increase the level of effort in manpower (trades), equipment and work schedule (overtime, weekend and holiday work, etc.} to be employed by the Contractor in order to remove or arrest the delay to the critical path in the approved schedule. a. No additional cost for such work will be considered. CI"F'Y OF FQRT WORTH 2O18 Bond Ycar 3, ContracE 7 STAI�DAR.b CONS"fRUC`f10N SPECIFICATION DOCUMENTS City Project No. 101453 Revised luly 1, ZOl ] O1 32 16 -3 CONSTRUC'f10N PROCrRESS SCHEDULE Page 3 of 5 D. The Contract completion time will be adjusted on�y for causes specified in this Contract. a. Requests for an extension of any Contcact completion date must be supplemented with the %llowing: 1) Furnish justification and supporting evidence as the City may deem necessary to determine whether the reyuested extensian af tizne is eniitled under the provisions of this Contract. a) The City witl, after receipt of such justi�cation and supporting evidence, make findings of fact and will advise the Contractor, in writing thereof. 2} If the City ��ads that the requested extension af time is entitled, the City's determination as to the total number of days allowed for t�e extensions shall be based upon the approved total baseline schedule and on all data relevant to the extension. a) Such data shall be included in the next updating of the Progress schedule. b) Actual delays in activities which, according to the Baseline schedule, do not affect any Contract completion date shown by the critical path in the network will not be the basis for a change therein. 2. Submit each reqvest for change in Contract completion date to the City within 30 days after the beginning of the delay for whic� a time extension is requested but before the date o� �nal payment under this Contract. a. No time extension wili be granted for requests which are rzot subnr�itted within the foregoing time limit. b. From ti�ne to time, it �nay be necessary for the Contract schedule or comp�etion time to be adjusted by the City to reflect the effects of job conditions, weather, technical difficulties, stri�Ces, unavoidable delays on the part of the City or its representatives, and other �nforeseeable conditions vvhich znay indicate scheduIe adjustmen#s or completion time extensions. 1} Under such conditions, the City wi�l direct the Cantractor to reschedule the work or Contract completion #ime to reflect the changed conditions and the Contractor sha�l revise his schedule accordingly. a) No additional compensation will be made to the Contractor for such schedule changes except for unavoidable overal3 contrac# time extensions beyond the actual completion of unaffected wor�, in which case the Contractor shalI taice all possible action to minimize any time extension and any additional cost ta the City. b) Available f�oat time in the Baseline schedule may be used by the City as welt as by the Contracior. 3. Float or slack time is defined as the amount af time iaetweezt the eaz'liest start date and �he latest start da#e or between the earliest finish clate and the latest finish date of a chain of activities on the Baseline Schedule. a. Float or slack time is not for the exclusive use ar benefit of either tlae Contractor or the City. b. Proceed with work according to earIy start dates, and the City sha�l have the righfi to reserve and apportion float time according to ti�e needs of the project. CITY OP FOR7' WOR7'lI 2018 Bond Year 3, Contract 7 STANpAI2I� CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project AIa. 101453 Rcvised July 1, 20I 1 013216-4 COA]STAi1CTipN PItOGRESS SCHEDULE Page 4 of 5 c. Acknowledge and agree that actual delays, affecting paths of activities con#aining float time, will not have any effect upon contract coimpleiion titnes, providing that the acival delay does not exceed the float time associated with those activities. E. Coordinating Scheduie with Other Contract Schedules 1. Where work is to be performed under this Contract concurrently with or contingent upon work performed on the same facilities or area under other contracts, the Baseli ne Schedule shall be coordinated with the schedules of the ofiher contracts. a. Obtain the schedules of the other appropr�ate co�atx'acts from the City for the preparation and updating of Baseline schedule and make the required changes in his schedu�� when indicated by changes in corresponding schedules. 2. In case of interference betwee�z the operations of diff�r�nt contractors, the City will determine the work priority of each contractor ar�d the sequence of war�C necessary to expedite the completion oi the entire Project. a. In such cases, the decision of the City shall be accepted as final. b. The temporary deIay of any work due to such circumstances shall not be considered as justificatian for claims far additional compensation. 1.5 SUBNIYTTALS A. Baseline Schedule 1. Submit Scbedule in native file fox'mat and pdf format as reyuired in fihe City of Fort Worth Schedule Guidance Document. a. Native file format includes: 1) Primavera (P6 or Primavera Cantractor) 2. Submit draft baseline Schedule to City prior to the pre-construction meeting and bx'ing in hard copy io th� meeting for review and discussion. B. Pragress Schedule 1. Submit progress Schedule in native fiie for�nat and pdf format as required in the City of Fort Worth Sc�edule Guidance Docurnent. 2. Submit progress Schedule monthly r�o later than the last day of the month. C. Schedule Narratiive 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit sched�le narrative �nnontI�ly no later ihan the last day of the month. D. Submittal Process l. The City administers and manages scheduIes through Buzzsaw. 2. Contractor shall submit documents as req�aired in the Ci�ty ofFort Worth Schedule Guidance Docu:ment. 3. Once the project has been completed and Final Acceptance has been issued by the City, no further progress schedules are required. CITY O�' FORT WORTH 2O18 Bond Year 3, Confract 7 STANI7ARD CONSTRUCI'ION SPECIFICA'I'ION bOCUMENTS City Project No. 101453 Revised July !, 20] 1 013216-5 CONS'iRUCTION PROGRESS SCHEDULE Page 5 of 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTAL� [NOT U�ED] 1.'% CLOSEOUT SUBMITTALS �NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. The person preparing and revising the construction Progress Schedule slaall be axperienced in the preparation of schedules of simi�ar complexity. B. Schedule and sUpporting documents addressed in this Specification shall be prepared, updated and revised to accurat�ly refTect the performance of ihe construction. C. Contractar is responsible for the quality of al� submittals in this section meeting the standard of care for the constructian industry for si�nilar projec�s. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.1I FIELD (SYTE] CONDITIONS [NOT USED] 1.1� WARRANTY �NOT USED] PART � - PRODUCTS [NOT USEDj PART 3 - EXECUTrON [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2D18 Bond Ycar 3, ContracE 7 STANDARD GONSTRUCTION SPEGIFICATION DOCiIMENTS City Project No. 1 U1453 lZevised July l, 20ll 01 32 33 - 1 PRGCONSTRCJCTION VIDEO Page 1 oF2 SECTION 0132 33 PR�CONSTRUCTION VIDEO PART I - GENERA.L 1.1 SLTMMARY A. ,5ection Tncl�des: J. Administrative and prac�durai r�yuirements far: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standa:rd Specification 1. None. C. Related Specifcation Sections include, but a.re nat necessarily limited to: 1. Division 0— Bidding Requirements, Con#ract Forms and Conditions of the Cantract 2. Division 1-- General Requirements 1.� PRYCE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various ifiems bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] ] .4 ADM�NISTRAT�VE REQUIItEMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignme�at, i�clt�ding atl areas in the vicinity of and to be affected by construction. a. Provide digital capy of vldeo upon request by tlte City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.S SUBMITTALS [NOT USED] 1.6 ACTION Si1SMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] l.i CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUSMITTALS [NOT USED] 1.9 QUALITY ASSiJRANCE [NOT USED] 1.10 DELIVERY, STORAGE, A�FD HANDLING [NOT USED] L11 FIELD �SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [N�T USED] PART 2 T PRODUCTS [NOT USED] CITY UF FQRT W�RTH 2O18 Bond Year 3, Contract 7 STANDARD CONS'fRUCTION SP�CIFICATION DOCUMENTS Ciry Project No. 101453 Revised JuEy 1, 2011 O13233-2 PRECONSTRiJCTION VID�O PART 3 - EXECUTION [NOT USED] END OF SECTTON Page 2 af 2 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FOR'f WOR'f'1-I 2018 Bond Year 3, Contract 7 STANDARD CONSTRUCTION SPFCIPICATION IaOCUNfENTS City Project No. 101453 Revised ]uly !, 2011 DI3300-1 SUBMITTALS Page F of 8 SECTION 0133 00 SUBMITTALS PART1- GENERAL 1. � SUMMARY A. Section Inc�udes: I. Generai methods and requirements of sUbmissions applicable to the �'ollowing Work-related submittals: a. Shop Drawings b. Product Data (including Standard Product List subnrzitials) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification �ections inctude, but are noi necessarily littzited to: 1. Division 0— Bidding Requirements, Coz�tract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2, PRICE AND PAYMENT PR�CEDURES A. Measurement and Payznent Work associated with this Item is considered st�bsidiary to the various items bid. No separate payment will be allowed for this Ite�n. 1.3 REFERENCE� [NOT USED] X.4 ADMiNISTRATIVE REQU�REMENTS A. Coordination 1. Notify the City in writing, at the tima af submittal, of any deviations in the submittals from the requirements of the Contract Dacuments. 2. Coordination of Submittal Times a. Prepare, prioritiza and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the titxae sp�cified in the individual Work Sectians, ofthe Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times inc�uding, but not limited to: a) Disapproval and resubmittal (if required} b) Coordination with other submittals c) Testing d) Purchasing e} Fabrication � Delivery g) Similar sequenced activities c. No extension of tinne will be autharized because of the Contractor's failure to transmit submittals sufficiently in advance of the Wark. C1TY Or FOFZT WORTH 2O18 Sond Year 3, Contract 7 STANDARD CONSTRUCTION SPT'sCIFICATION DOCUMENTS City Project No. ] 01453 Revised December 2Q 2012 0�3300-2 SUSMI'I"tALS Page 2 of 8 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering When submitting shop drawings or samples, utilize a 9-character submittai cross� reference identification nurnbering system in the following manner: a. Use the first 6 digits of the applicable Speci�catian Section Number. b. For the next 2 digits nu:mber �se numbers O 1-99 to seyuentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubtxzission of the same drawing (i.e. A=2nd submission, B=3rd subm�ssian, C=4fh submission, etc.). A typical submiital number wouid be as follows: 03 30 00-0$-B 1) 03 30 00 is the Specification Sectiar� for Concrete 2) 08 is the eighih initial submittal under this Specification Secfiion 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product c3ata and samples, inctuding those by subcontractors, prior to submission to determine and verify the fo(lowing: a. Field measurements b. Field construction criteria c. Catalog numhers and similar data d. Conforrnance with the Contract Dacuments 2. Provide each shop drawing, sample and product data submittec� by the Contractor with a Certiiication S#atement affixed inciuding: a. The Coniractor's Conapany name b. Signature of submittal reviewer a Certification State�aaez�t 1) `By this submittal, I hereby represent that I have determined and verif'ied field measurements, �eld construction criteria, rr�aterials, dimensions, cataiog numbers and simitar data and I have checked and coordinated each item with other applicable appx'oved shap drawings." D. Submittal Format 1. Fold shop drar%vings larger than 8%2 inches x 1 l inches fio 8'/z inches x 11 inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of �tetxas / Table of Contents c. Product Data /Shop Drawings/Samples /Ca�culatians E. Submittal Content L The date of submission a�d the dates of any previous submissions CITY OP 1�ORT WORTkI 2018 Bond Year 3, Contract 7 STANDARI? COI�€STRUCTIdN SPECI�'iCATION DOCUMENTS City Project No. 101453 Revisec! December 20, 2012 01 33 40 - 3 SUSMITTAL3 Page 3 of 8 2. The Project title and number 3. Contractor identification 4, The names of a. Contractor b. Supplier c. Manufact�rer 5. Iden#ification of the product, with the Specification Section number, page and paragraph(s} 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of tlae Work or materials 8. Applicable standards, such as ASTM ar Federal Specification numbers 9. Identificat�on by highlighting of deviations fro�n Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contrac�or and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes, bui is not necessarily lix�ited to: a. Ct�stam-prepared data such as fabrication and erection/installation (working} drawings b. Scheduled information c. Setting dfagrams d. Actual shopwork marnifacturing instructions e. Custom iernplates f. Special wiring diagrarrys g. Coordination drawings h. Individual system or ec�uipment inspection and test reports including: 1) Performance curves and certifications i. As applicable ta the Work 2. Details a. Relation of the various parts to tlae main naezx�bers attd lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1} Provide such measurements and nota an the drawings prio:r to subzxzitting for approval. G. Product Data 1. For s�bmittals of product data for products included on the City's Siandard Product List, cleaxly identify each itetn� selected for �se on the Project. 2. Foz' submittals af product data for products not included on the City's Standard Froduc� List, submittal data may include, bui is not necessarily limited to: a. Sta�adard prepared data for manufact«red products {sometimes referred to as catalog data) 1} Such as ihe manufacturer's product specification and installation instructions 2) Availability of coIors and patterns 3) Manufacturer's printed statements of compIiances and applicability �) Roughing-in diagrams and templates 5) Catalog cuts 6) Product photographs CITY OF FORT WOIi'I'H 2U1 S Rond Year 3, ContracE 7 STANDARD CONSTRUCTION SPECIFICATIOF� DOCUMENTS City Project No. 101453 Revised December 2Q, 2012 Ol 33 00 - 4 S�38MITTALS Page 4 of 8 7) Standard wiring diagrams $} Printed performance curves and operationat-range diagrams 9) Production or quality cantrol inspection and test reports and ceriifications 10) Mill reports 11)1'roduct operating and maintenance instructions and recor�tmended spa:re-pairts listing at�d printed product warranties 12) As a}�plicable to the Work H. Samples 1. As specified in individual Sections, include, but are not necessarily limited to: a. Physical exarnples of the War�C sucl� as: 1} Sections of manufactiu�ed or fabricated Work 2) Small cuts or containers of materials 3} Complete units of repetitively used products color/texture/pattern swatches and range sets 4} Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Woric I. Do not start Work requiring a shop drawing, sample og product data nox aray �naterial to be fabricated or installed prior to the approval or qualified approval of such iter�. 1. Pabrication perfortned, tnatexza�s purchased or on-site construction accomplished vvhich does not confor�n to approved shop drawings and data is ai the Cont:ractar's risk. 2. The City will rzot be liable for any expense or cEe�ay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and instalIations in conformance with approvcd sho� drawings, applicable samples, and product data. r. Submittal Distribution Electronic Distrfbution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another ex�ernal FTP site approved by the City. b. Shop Drawings 1} Upload submittal to designated project directory and notify appropriate City repxesentatives via email of submittaI posting. 2} Hard Copies a} 3 capies for all submittals b) If Contractor requires more than 1 hard copy of Shop D:rawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2} Hard Copies a) 3 copies %r all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if req�ired in lieu of elecironic distribution} CITY OF FQ�tT WORTH 201$ Bond Year 3, Contract 7 ST/�NDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101453 Revised December 20, 2012 oi33oa-s SUBMITTALS Page 5 of 8 a. Sk�op Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all oti�er submittals c) If Cantractor requires more than 3 copies of Shop Drawings returned, Contrac#or shall submit tnore than the nu:tn�ber of copies listed above. b. Product Data 1} Distributed to the City 2) Copies a) 4 copies c. Samples 1} Distributed to the Project Representative 2) Copies a} Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and c4pies af approved product data and samples, where required, to the job site fiie and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of sk�op drawings, data and samples will be for general conformance witl� the design concept and Contract Documents. This is not to be construed as: a. Permitting any depa�ture from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The revi�w and approval of shop drawings, samples or product data by the City does not relieve the Contractor from hislher responsibility with regard to the fuIfiilment of th� terms of tkie Contract. a. All x'isks of error and omission are assumed by fihe Contractor, and i�e City will have no responsibility therefore. 3. The Contractor remains respo�sible far details and accuracy, for coordinating the Work with all other associated work and trades, for selectiztg fabrica#ion processes, for techniques of assembly and �or perfarming Work in a safe manner. 4. If the shop drawings, data ar samples as submitted describe variaiions and show a daparture from the Contract reyuirements which City finds to be in the interest of the City and to be so minor as not to invol�e a cl�ange in Contract Price ar time for perfox'mance, the City may return the reviewed drawings without noting an exceptian. 5. Submittals wi11 be returned to the Contractor under 1 of the following codes: a. Code l 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or coaaaaaaents on the submittal. a) When returned u�der this cade the Contractor may release the equipmeni and/or material for manufacture. b. Code 2 CI'PY OF FORT WORTH 2O18 Bond Year 3, Contract 7 STANDAitD CpNSTKUC'f10N SPECiFICATION DOCUM�N'fS City Project No. I01453 Revised Deceinber 20, 2012 013300-6 SUBMLTTALS Page 6 of 8 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT requi�'ed by the Contractor. a} The Contractor may release the equipment or materiaI for :nrzat�ufacfure; however, ail notations and comments must be incorporated into the finai product. a Code 3 1) "EXCE�TIONS NOTED/RESUBMYT". This co:aabination of codes is assigned when notations and comments are extensive enough to require a resubmittal of th� package. a) Tlae Contractor may release the equipmeni ox' ttzaterial for manttfacture; however, all notations and comments ttcaust be incorporated into the final product. b) This resubmittal is to address all comments, oza�issions and non-conforming items that were natied. c) Resubmittal is to be xeceived by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Cade �k 1} "NOT APPROVED" is assigned when the submittal does not nrzeet the intent of the Contract Documents. a) The Contractor musi resubmit the entire package revised to bring the submittal into canformance. b} It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. Resubmittals a. Handled in the same manner as �rst submittals 1) Corrections other �han requested by the City 2) Marked with revision triangle or other similar method a) At Contractar's risk if not marked b. Submittals for each item wilI �e reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based an the City's or City Represeniative's then prevailing rates. 2} Provide Contractor reimbursement to the City �vithin 30 Calendar Days for all such fees invoiced by the City. a Tl�e need far more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitIe the Contractor to an extension o�Contract Time. 7. Partial Submiitals a. City reserves the right to not revievv submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" uniil resubmitted. c. The City znay at its option provide a Iist or mark the submittal directing the Contractor to the areas that are inconrzplete. S. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be prqvided thereof to the City at least 7 Calendar Days prior to release for manufacture. CITY 0[' FORT WQRTH 2O18 Sond Year 3, Contract 7 STANDARD CONSTRUCTION SnECIFICA"I'ION DOCUME%!T5 City Project No. 101453 Revised December 20, 2D12 013300-7 SUBMITTALS Page 7 oF8 9. When the shop drawings have been cott�plated to the satisfaction of the City, tk�e Cont:racior may carry out the construction in accardance therewith and no further changes therein except upon written instxuctians from the City. 10. Each submittal, appropriaiely coded, will be returned within 30 Calandax Days following receipt of submittal by the City. L. Mock ups l. Mock Up �nits as specified in individuat Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the comple#ion of the Work or when directed. M. Qualifications 1. If specifically required in other Sec#ions of these Specificatians, submit a P.E. Certi�cation for each item required. N. Request for Inforrr�ation (RFI) Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes tl�ere is a canflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and reyuest clari�cation 2. Use the Reyuest for Tnformation (RFI} fortxx provided by the City. 3. Numbering of RFI a. Prefix with "RFI" fol�owed by series number, "-�x", heginning with "�1" and increasing sequentially with each additional transmittal. 4. Sufiicient information shall be attached to permit a written response without further i �formation. 5. The City willlog each request and will revzew the request. a. If review of the praject information request indicates that a cl�ange to the Contract Documents is required, the City wilI issue a Field Order or Change Order, as appropriate. 1.5 SUBMITTALS �NOT USED] 1.6 ACTION SUBMITTALS/INFORMAT�ONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMTTTALS [NOT USED] 1.$ MA�NTENANCE MATERIAL SUSNIITTALS [NOT USED] 1.9 QUAL�TY ASSiIRANCE [NOT USED� 1.10 DEL�VERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 112 WARitANTY [NOT USED] GITY OF PORT WORTH 2O18 Bond Year 3, Contract 7 5TANDARD CONSTRUCTION SPECIFECATION 170CUMENTS City ProjectiVo. i01453 Revised December 20, 2D12 p13300-5 SUBMIT"�ALS Page 8 of S PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT U�ED] I�1►1 IZ�] �[.y aL�JI Y[iJ�i Revision Log DA"I'E NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K8. Working Days modi�ed to Calendar Days C11'Y Or FdRT WORTH 201$ Band Year 3, Contract 7 STAAIDARD CDNSTRE1CT10N SPECIFICATION DOCUM�N1'S City Project No. 101453 Revised December 20, 2012 013513-1 SPECIAL P120J�,CT P1iOCEDUKES Page 1 of 8 f 2 SECTIQN O1 3� 13 SPECIAL PROJECT PROCEDURES 3 PART1- GENERAL � 1.1 SUMMARY 5 A. Section �ncludes: 6 7 8 9 10 11 ]2 13 14 15 16 l'1 18 I4 The procedures far special project circutx�stances that includes, but is not limi#ed to: a. Coardination with the Texas Deparhnent of Transportation b. Work near High Voltage Lines a Confined Space Entry Progrataa d. Air Pollution Watch Days e. Use of Explosives, Drop Weight, Etc. f. Water Department Notificatian g. Public Notification Prior to Beginning Construction h. Coordination with United States Arnny Carps of Engineers i. Coordination within Railroad pejrnits areas j. Dust Contro] k. Employee Parking B. Deviatzons frpm this City of Fort Worth Standard Specification l. Nane. 2U C. Related Specification Sections include, but are not necessarily limited to: 2l 1. Division 0— Bidding Requir-ements, Contract Por�aas and CQnditions of the Contract 22 2. Division 1--- General Requirements 23 3. Seciior� 33 12 25 — Connecdon to Existing Water Mains 24 1.2 PRICE AND PAYMENT PROCEDURES 25 26 27 28 29 30 31 32 33 34 35 36 3'1 38 39 40 41 42 A. Measurement at�d Payment l. Coo�•dination within Railroad permit areas a. Measurement 1} Measuremen# for this ltem will be by lump sum. b. Payment 1) The work perfo��ned and materials furnished in acco�-dance with this Ite�m wiIl be paid %r at the lump sum price bid for Railroad Coordination. c. The price b.id shall include: 1) Mobilization 2) Insp�ction 3) Safety tt�aining 4) Additional Tnsurance 5) Ix►surartce Certificates 6} Othej• i•equirerrients associated with general coardination with Railcoad, including additional employees required to protect the right-of-way and prope�-ty of the RaiIroad from damage arising out of andlor fronn t}�e canstruction of the Proj ect. 2. Railraad Flagnriet� CITY OF FDRT WORTH STANDA�tD CONSTRUCTION SPliCTFICATION DOCUMENTS i2evised Deccm6er 20, 2012 201$ Bond Year 3, Contract 7 CityProjectNo_ 101453 013513-2 SPECIAL PKUJ�CT PIZOCEDURES Page 2 of 8 � 2 3 4 5 b 7 8 9 10 il 12 13 a. �e35U1'0111£rit 1) Measurement for this Item will be per working day. b. Payment 1) The work perfarmed and maierials furnished in accoj�dance with t�is Item will be paid fo3• each working day that RaiIroad Flagmen are present at the Site. c. The price bid s�ail inelvde: 1) Coordination for scheduling flagmen 2) FIagmen 3) Other requirements associated with Railroad 3. All other ite m s a. Work associated with these Ttems is considered subsidiary to the various Items bid. No separate payxnent �uvill be allawed for this Item. 14 1..3 REFERENCES 15 A. Reference Standards l6 1. Reference standards cited in this Specification refer to the cuir�nt reference I7 standard published at the time of the latest revision date logged at the end of this 18 Specification, un3ess a date is specifically cited. ] 9 2. Health and Safety Code, Title 9. Safety, Subtitle A. Pubiic Safety, Chapter 752. 20 Higla Voltage Overhead Lines. 21 3. Narth Central Texas Cour�cil of Governments (NCTCOG) — Clean Construction 22 Specification 23 1.4 AD1VIiNI�TRATYVE REQU�REMENTS 24 A. Coordination with the Texas Depa�t-tment of Transportation 25 26 27 28 29 30 31 32 When wo��k i!n the right-of-way which is under the jur�sdictio�a af the Texas Department of Transportation (TxDOT): a. Notify the Texas Department of Transportation prior to cammencix�g any work therein in accot�dance with the �rovisions oft�ae permit b. All work perfo�ed in the T�OT right-of-way shall be performed in cozztpliance with and subjecY to approval from the Texas Department of Transportation B. Work near High Voltage Lines 33 1. Regulatory Requirements 34 a. All Work near High Voltage Lines (:more than 600 volts measured between 3S conductors or between a conducto3• and the ground} shaIl be in accardance with 36 Heaith and Safety Code, Title 9, Subtitle A, Chapter 752. 37 2. Warning sign 38 a. Pj-ovide sign of sufficient size meeting all OSHA requirennents. 39 3. Equiprzaent operating within 10 feet af high voltage lines wrll require the fotlowing 40 safety features 41 a. Insulating cage-type of gua�•d about the hoom or az-�r� 42 b. Inst�lator links on the lift hook connections far back hoes or dippers 43 c. Equipment must meet the safety requirements as set foa-th by OSHA and the 44 safety requirements of the owner of the high voltage lines 45 4. Work within 6 feet of high voltage electric lines CITY DF FORT WORTH 2O18 Bpnd Year 3, Contract 7 STANDARB CONSTRUCTIO�1 SPECIFICATION bOCUi1�fENTS City Project No. 101453 Revised December 20, 2012 DI3513-3 SPEC[AL PRQJEC`1' PROCGbUItES Page 3 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 i6 17 18 19 20 21 22 23 24 25 26 27 28 29 30 3I 32 33 34 35 36 37 38 39 40 41 42 43 44 45 a. b. L Noti�cation shall be given to: 1) The power company (examp�e: ONCOR) a) Maintain an accw�ate log of all such calls to power company and recat-d action taken in each case. Coordination vwith power ca�apany 1) After notification coordinate with the power company to: a) Erect temporary mechanical barriers, de-energize the lines, or raise or lower t�ae lines No personnel may work within 6 feet of a high voltage Iine before the above reyuirements have been met. C. Confined Space Entry Program I. P�-ovide and foflow approved Confined Space Entry Program in acco�•dance with OSHA. requirements. 2. Confned Spaces include: a. Manholes b. Ali othe:r co���aed spaces in accardance with OSHA's Permit Required for Confined Spaces D. Air Pollution Watch Days l. Genet-al a. Observe the following guidelines retating to working on City construction sites on days designated as "AYR POLLUTION WATCH DAYS". b. Typicat Ozone Seasan 1) May 1 through October 31. c. Critical Emission Time l) 6:00 a.m. to 10:00 a.m. 2. Watch Days a. The Texas Commission on Environnr�ental Quality (TCEQ}, in coot�dination with the National Weather Se�vice, will issue the Air Poltution Watch by 3:00 p.m, on the afternoon prior to the WATCH day. b. Requirements 1} Begin wo�-k 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 rr�otorized equipment is less than 1 hour, oY� b) If equipment is new and certified hy EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or altarnative fuels such as CNG. E. TCEQ Air Pei�nit �. Obtain TCEQ Air Permit for construction activities per require:nrxents o�TCEQ. F. Use of Explosives, Drop Weight, Etc. 1. When Contract Documenis pertnit on the project the follawing will app�y: a. Public Notification 1) Submit notice to City and proof of adequate insurance coverage, 24 hou��s prior to commencing. 2) Minimurn 24 haur public notification in accordance with Section O 1 3� 13 4C G. Water Department Coordination CITY Ol� FOR7' WORTH ST�INDARD CONS"FRUCTION SPECIFICATION 170CU�Et*ITS Reviscd December 20, 2012 2418 Bond Year 3, ConEract 7 Ciry Project Na. 101453 O1 35 13 - 4 SPECIAi. PRE�JECT PROCEDURES Fagc 4 of 8 1 1. During the construction of this project, it wiil be necessary to deaciivate, for a 2 period of #ime, existing lines. The Contractor shall be ret�uired to coordina#e with 3 the Water Department to determine the best times fo3• deactivating and ac�i�ating 4 those lines. 5 2. Coordinate any event that will require conn�cting to or the operation of an existing 6 City water line systeaaa with the City's representative. 7 a. Coordination shall be in accordance with 5ection 33 12 25. 8 b. If needed, obtain a hydrant wat�r meter from the Water Department for use 9 d�aring the life af named project. I O c. I� tl�e event that a water valve an an existing live system be turned aff and on 11 to accommodate the construction of the project is required, coardinate this 12 activity tkixougI� the appropriate City representative. 13 1) Do not operate water line valves of existing water syst�m. 14 a) Failure to comply will render the Contractor in violation of Texas Penal 15 Code Title 7, Chapter 28.03 (Ct�iminal Mischie� and the Contractor 16 will be prosecuted to the full extent of the law. 17 b) In addition, ihe Contractor �+ilI assume a�l liabilities and 18 �•esponsibilities as a result of these actions. 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 3S 39 40 41 H. Public Notification Prior to Beginning Canstruction 1. Prior to beginning construction on any block in the project, on a block by f�lock basis, prepare and deliver a notice or flyer of the pending construction to the front daor of each residence or business that will be impacied by construction. The notice shall be prepared as follows: a. Post �atice ar flyer 7 days prior #o beginning any construction activity on each block in the project area. 1) Pt-epare flyer on, the Cantractor's letterhead and include the following information: a} Name of Project b) City Project No (CPN) c) Scope of Project (i.e. type of const�-t�ction activity) d) Actual construction duration within the block e) Name of the contractor's for�man and phone number fl Nazne of the City's inspector and phone number g) City's after-hours phone number 2) A sample of the `p re-cot�struction notif cation' flyer is attached as E�ibit A. 3) Submit schedule s�owing the canstruction start and finish tirrte for each block of the project to the inspector. 4) Deiiver flyer to the City Inspector for review prior to distribution. b. No constrt�ction will be allowed to begin on any block until the flyer is delivered to al� residents of ihe block. 42 I. Public Notification of Tempot-ary Water Service Interruption during Construction 43 1. In the event it becomes necessary to temporarily shu� down wate�• service to 44 residents or btzsrnesses during construction, prepare and deliver a notice or flyer of 45 the pending interruption to the front door of each affected r•esident. 46 2. Prepared notice as follows: 47 a. Tk�e notification or flyer shall be posted 24 hours prior to the tennporary 48 interruption. CiTY OF FDRT WpRTH 2O18 Bond Year 3, Contract 7 STANDARb CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. i 01453 Revised becerrE6er 2U, 2012 fl13513-5 SPECIAL PRpJEC`l' PKOC�UUFtES Page 5 of S 1 2 3 4 5 6 7 8 9 �D II 12 13 14 15 16 17 18 19 20 2l 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 4� 41 42 43 44 b c. d. e. f. Prepate flyer qn the contractor's letterhead and include the following informa#ion: 1) Name oFthe project 2) City Project Number 3) Date a�the interruption of service 4) Period the intercuption will take place 5) Name of the contractor's foreman and phone number 6) Name of the City's inspector and phozae �aumber A sataaple of the temporary water sei�ice interruption notifcation is attached as Exhibit B. Deliver a copy of the temporary interruptian �notification to the Cify inspector for review prior to being dis�ibuted. No interruption of water setvice can occur until the flyer has been deiivered to all affected residents and businesses. Electranic versions of the sample flyers can be obtained from the Pi-oject Construction Inspector. J. Coordination with United 5tates Army Corps of Engineers (USACE) At locations in th� Project where constructian activities occur in areas where USACE permits are requit�ed, mee# aIl requirements set farth in each desig�aated per�nit. K. Coordination within Railroad Permit Areas At Iocations uz the project w�ere canstruction activities occur in areas where railroad permits are required, meet all requirements sefi forth in each desig�ated railroad permit This includes, but is not linaited to, pravisions for: a. Flag�nnen b. Inspectors c. Safety �iaining d. Additional insurance e. Insurance ceriificates £ Other employees raquired to protect t�e right-of-way and praperty of the Aailroad Company fi-om damage arising out of and/or from the construc#ion af the project. Praper utility clearance procedures shall be used in accardance with the permit guideltnes. 2. Obtain any suppletxzentaI information needed to comply with the railroad's requirements. 3. Railroad Flagmen a. Submit receipts to City for verification of working days that i-ailt-oad flagmen were present on Site. L. Dust Control 1. Use acceptable measures to co�atral dust at the Site. a. If water is used to cantrol dust, capture and properly dispose of waste water. b. If we# saw cutti�g is performed, capture and properly dispose of sl�arty. M. Employee Parking l. Provide parking for employees ai locations approved by the Ci#y. CITY OP FORT WORTH STANDARD CQNSTRUCTION SPECIFICATION DOCUMENTS Re�ised December 2Q, 20] 2 2018 Bpnd Year 3, Contract 7 City Project No. l Ot 453 013513-6 SP�CIAL PROJECT PROCEbU1ZE5 Page 6 of 8 1 1.5 SUBM�TTALS [NOT USED] 2 l.b ACTION SUSM�TTAL,�/INFORMATIONAL SUSNIITTALS [NOT USED] 3 l.i CLOSEOUT �UBMITTALS [NOT iJSED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] S 1..9 QUALITY ASSiJRANCE [NOT USED] 6 i.f 0 DEL�VERY, STORAGE, AND fIANDLING [NOT USED] 7 111 FIELD [SITE] COND�T�ONS [NOT U,SEDj 8 L12 WARRANTY [NOT IFSED] 9 PART � - PRODUCTS [NOT USED] l0 PART 3- EXECUTTON [1�TOT USED] W �2 END OF SECTION Revision Log DATE NAN� 8T_TMMARY QF CHANGE 1.4.8 — Added requirement of compliance with Health and Safety Code, Title 9. 8/31/2012 D. )ohnson Safery, Suhtitle A. Public SaYety, Chapter 752. High Voltage Overhead Lincs. 1.4.E —Added Contractor responsi6ility for obtaining a TCEQ Air Permit 13 CITY OF FQRT WORTI-I 2018 �ond Year 3, Contract 7 STANDARb CONSTRUCTiOid SPECIFICATION DOCUM�NTS City Projeci No. 101453 Revised Decem6er 20, 2012 013513-7 SPECIAL YRO]ECT YIiOCEAURES Page 7 of 8 2 3 4 5 b 7 8 9 10 11 l2 13 14 15 16 17 18 19 20 2t 22 23 24 25 26 27 28 29 30 3I 32 33 34 35 36 37 EXHYBTT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Lacation: Limits of Construction: , - - - � ' � � � il '' I i i�� I 1 , I I i �FiiS IS �O iiV�OR� YOU �HA�' UN��R A CON TRl�C� V�11 I tr,4 �H� CI�Y O� �OF�T� 1i�ORib, OUR C014�IPdR�Y EIIiIL� IdVO�F� ON UTILITY LIf��S OR1 QR AROUf�D YOUR PROPERTY, COR�STRUCTION l�ILL ��CI�! AI�PRQXIIV����L.Y S�V�M �AYS ��014� iHC �A�� O� �l-OIS iVp�IC�, I� YOU HAII� QU��YIONS A�OU�' i4CC�SS, S�CU�I�'Y, Si4���Y OR ANY DiH�R ISSU�, F���AS� CALL: �f9r. �COI�TRACTOR'S SEI�ERINT�NDENT� A� �TELEPHONE NO.� �R f�ir. <CETY INSPECTDR� �►T � TELEPH4NE �10.� �►� f�R 4:30 �fVdV �R ON 1N��K�iVDS, i'��AS� CA�� (�1 i) 392 �306 PLEASE KEEP TH15 FLYER HANDY WHEN YOU CALL CiTY OF FORT WORTH STANDARD CONSTRUCTIQN SPECIFICATION DOC[JMENTS Revised December 20, 2012 2018 Bond Year 3, Contract 7 City Project �Ia. 101453 013513-8 SPECIAL PROJECT FROCEDURES Page 8 of 8 1 2 f �/:� Q�N:3 �y: �O�'T�O�T�i �: �a� �o. � �� � ������ o� �������� �r�i�� s��'��� t�a�����t��a� DUE '4'D u3'ILY'Y'Y IIVIPROVEMEIYTS IN YOUR 1�iEIGEI�ORHOOD, YOUiR WATER SER'VIC� WILL BE 1NTEIiRIIP1`ED ON BETWEElV THE HOIIItS OF ANl? IFYOif HAVE QUESTIA1r1S ABOC7T THIS SHUT-O�[FT, PLEA.SE GALI.: MR. A�' (CONTR,�#CTOItS Sl7PERINTENDEN'i� (TELEPIiO1�iE �iUMBER) 012 MR. AT (CI'1'X INSPECTOR) (TEI.EPHON� 1+IiJ11�BER) TFIIS INCQ1vVENIETICE WiLL BE AS Si�ORT AS YOSSIBT..E. '1'IiANK YOU, CONTI2ACTOli 3 �4 CiTY QF FQRT WbR"fH 2O18 $ond Year 3, Contract 7 STANbAFZD COZVSTRUCTION SP�CIFICATIOIV �OCUMENTS City Project Nn. 101453 Revised Dcccmher 20, 20t2 ai a5 a3 TESTING AI�ID 1N5PECTION SERVICES SECTiON 01 45 �3 TESTlNG AND 1NSPECTION SERVICES PART1- GENERAL f �i.Y1J1'/ 11'I._I•.] ��'/ A. Sectian �ncludes: 1. Testing and inspectioj� services procedures and coordi��ation B. Devia#ions from this City of Fort Worth Standard Speci�catian 1. None. C. Related Specification Sections include, but are not necessarily limited to: Page 1 oF2 l. Division 0— Bidding Requix'ements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measure�nent az�d Payment 1. Work associated with this Item is considered sUbsidiary ta the various Items bid. No separate payment will be allowed for this Item. a. Cotttractor is responsible for perForming, coordinating, and payrnent o�a3l Qualfty Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1} If t�e first Quality Assurance test performed by the City fails, the Coniractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance wiIl not be issued by City until all required payments for testing by Contractor have b�en paid in full. 1.3 REFERENCES [NOT II�ED] 1.4 ADMIN�STRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Cantract Documents. 2. Coordination a. When testing is required to be performed by the City, noti�y City, sufficientiy it� advance, when testing is needed. b. When testing is required to be completed by the Contractar, notify City, sufficiently in advance, that testing wi�l be perfarmed. 3. Distribution of Testing Reports a. Electroaaic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded ta the City's document management system, or another e�ternal FTP site approved by the City. CITY OF FORT WORT41 20 i 8 Bond Year 3, Contract 7 STANDART7 CONSTRUCTION SPECIFICATION DOCUMENTS City Project �Io. 1D1453 Revised March 9, 2020 01 45 23 TESTI[�G A�1B INSPECTjaN SE1tVICE5 Page 2 of 2 2) Upload test reports to designated project directary and notify appropriate City r�presentatives via email of submittal posting. 3) Hard Copies a) 1 copy %r all submittals submitted to the Project Representative b. Hard Copy Distribution (if reyuired in lieu oi electronic distributio:n) i} Tests performed by City a) Distribute 1 hard copy to the Contractor 2} Tests performed by the Contractor a) Distribute 3 hard copies to City's �roject Representative 4. Provide City's Project Representative wit�. trip tickets for each delivered load of Concrete or Lime material including the foIlowing information: a. Nazne of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not re�ieve the Contractor froz�a obligation to perform work in accordance with the Co�tract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACT�ON SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] l.'� CLOSEOUT SUSMITTALS [NOT USED] 1.8 MAINTENANCE MATERiAL SUBMITTALS �NOT USED] ].9 QUALITY AS�URANCE [NOT USED] �..10 DELIVERY, STORAGE, AND HANDLlNG [NOT USED] 1.11 F�ELD [SITE] CONDIT�ONS [NOT USED] 1.1� WARRANTY �NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3- EXECUTION jNOT USED] END OF SECTION Re�vision Log DA"I'E NAME SUMMAAY OF CHANGE 3/9/2020 D.V. Magana Removed reference to Buzzsaw and noted t�at electronic submittals be uploaded through the City's document management systcm. C1TY OF FORT WQRTH 2O18 Bond Year 3, Contract 7 STANDARD CONSTiZ�JCTIDN 5P8CIFICATION DOCUMk'NTS City Project No. 101453 Revised March 9, 2024 Dl 50 00 - 1 TEMPORARY PACILIT�ES AND GOI�iTROL5 SECTION O1 50 00 TEMPORARY FACILITIES AND CONTROLS PART1- GENERAL l.l SUMMARY A. Section Includes: Page 1 of4 Provide temporary facilities and controls needed for t�e Work including, but not necessarily limited to: a. Temporary utiiities b. Sanitary facilities c. Storage Sheds and Buiidings d. Dust control e. Ternporary fenci�ag of the construction site B. Deviations from this City of Fort Worth Standard Specif cation 1. None. C. Related Specification Sections include, but are not necessa:rily liznited to: i. Division 0— Bidding Requirements, Cozztract Forms and Conditions of the Contract 2. Division 1— General R�yuirements 1.2 PRICE AND PAYIV�NT PROCEDURES A. Measurement and Payment 1. Work associated with this Ite� is considered subsidiary to the various Items bid. No sepa�'ate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] i.4 ADNIINISTRATYVE REQUIREMENTS A. Temporary Utilities Obtaining Temporary Service a. Make an-angements with utility serv�ce companies for temporary services. b. Abide by rules and reguIations of utility service companies or authorities having jurisdiciion. c. Be responsible for utility service costs until Wark is approved �or Final Acceptance. 1} Included are fuel, power, light, heat and other utility services necessary for execution, complefiion, testing and initial operatio� of Work. 2. Water a. Contractor ta provide water required %r and in connection rvitia Work to be performed and for s�ecified tesis af piping, equipment, devices or other use as required far the completion of the Work. b. Provide and maintain adeq�ate supply of potable water for domestic consumption by Contractor personnel and City's Froject Repi•esentatives. c. Coordination 1) Contact City 1 week be�ore water for construction is desired CITY Ol� POIZT WORTH 2O18 Bond Yenr 3, Contract 7 STANDARD CO�ISTRUCTIOi�f SP�C�PICEI,TIOiV DQCUMENTS City Project Ido. f 01453 Revised luly 1, 2011 O1 5000-2 TEIviPORA�tY FACILITIES AND CON"I'ROLS Page 2 of 4 d. Co��tractor Paytnient �or Ca��stnaction Water �) Obtain construction water meter from City for payment as billed by City's established rates. 3. Elec�r-icity and Lighting a. Provide and pay for electric powered service as required for Wox'k, including testing oi Work. 1) Provide po�uver for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generatar ta rt�aintain operations during scheduied sl�utdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assuz'e sa�e working candi#ions. B. Sanitary Facilities l. Provide and maintain sanitary faciliYies for persons on Site. a. Comply vvith regulations of State and local departments of heafth. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose anc� anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and s�ore sewage and waste so as not io cause nuisance or health problem. d. Haul sewage and waste off-site at no Less than weekly intervals and properly dispose in accordance vvith applicable regulation. 3. Locate facilities near Work Site and keep clean and maintair�ed throughout Project. 4. Remove facilities at completion of Project C. Starage Sheds and Buildings l. Provide adequately ventiIated, watertig�t, weatherpx'oof storage facilities with floor above ground level fo�' materiais and equipment susceptible to weather damage. 2. Storage af rr�aterials not susceptible to weather damage may be an blocks off ground. 3. Store materials in a �neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip buildi�g vvith lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove b�ilding from site prior to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in ca�atract documents E. Dus# Control CITY dF FORT WORTH 201 S Eand Ycar 3, Contracc 7 STANDARD CONSTRUCTION SPECIF1CATlON T�OCUMEi�iTS City Project No. 101453 Revised July 1, 2011 015000-3 TEMPORARY FACILiTIES AND CQNTROLS Page 3 of 4 1. Contractor is responsible %r maintaining dust contz'ol through the duration ofti�e project. a. Contractor remains on-call at all times b. Musfi respond in a timely manner F. Temporary Protectian of Construction 1. Contractar or subco�tractQrs are responsible for protecting Work ft•om damage due to weather. 1.5 SUSMITTALS [NOT USED] 1.6 ACTYON SUBMYTTALS/INFORMAT�ONAL SUBMITTALS [NOT USED] L7 CLOSEOUT SUBNIITTALS [NOT USED] ]..8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUAL�TY ASSiTR.ANCE [NOT USED] 1.10 DELIVERY, STORA.GE, AND HANDLING [NOT USED] 1.11 FYELD [STTE] CONDITIONS [NOT U,SEDj 1.1� WARRANTY [NOT USED] PART � - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION jNOT USED] 3.4 INSTALLATION A. Tem�orary Facilities 1. Maintain all t�mporary facilities far duration of construction activities as needed. 3.5 [REPAIR] / [RESTORATION] 3.6 RE-INSTALLATION 3.7 FIELD [oR] SITE QUALITY CONTROL �NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTlNG [NOT USED] 3.I0 CLEANING [N�T USED] 3.11 CLOSEOUT ACTIVITIES A. Temparary Facilities CTTY OF FORT WORTH 2O18 Sond Year 3, Contract 7 ST�NDARD CONSTRUCTION SPECIFICATION DOCUMEAITS Ciiy Project No. 101453 Revised duJy 1, 2pl 1 oi so 00 - a T'EMPORATZY FACIL1TiES A3�]D CONTROLS Page 4 oF4 I. Remove all temporary facilities and restore area after conapletion of the Wor�C, to a condition equal to ox' bet�er than prior to start of Work. 3.1� PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O18 Bond Year 3, Contract 7 STANDARD COAISTRUCTION SPECIFICATION DOCUMENTS City Yroject No. 101453 Revised July 1, 2011 oiss2s-� S'fREET �JSE PEitIv�IT AND MODIFICA'T'IONS TO 'FRAFFIC CONTROL Page 1 of 3 SECTION 01 �� 26 STREET USE �'ERMIT AND MODI��CATIONS TO TRAFFIC CONTROL PART1- GENERAL il�i �.YI1�•I I�'I /�:�•1 A. Section Tncludes: 1. Administrative procedures for: a. Street Use Permit b. Modification of approved traffic control c. Removal of Street Signs B. Deviations from this City of Fort Worth Standard Speci�cation 1. None. C. Related Specification Sections include, but are �ot necessari�y limited to: 1. Division 0-- Bidding Requirements, Contract Forms and Conditions oithe Contract 2. Division 1— Genera] Requirements 3. Section 34 71 13 — Traffic Control 1.� PRICE AND PAYMENT PROCEDiJRE� A. Measaremeni and Payment 1. �]Vork associated with this Ytem is considered subsidiary to the various Items bid. N� separate payment vwiil be allowed for this Item. l.3 REFERENCES A. Reference Standards 1. Reference standards cited in this s�ecification refer to the current reference standard published at the time of the latest revision date logged at t�te end of this specificatian, unless a daYe is specifically cited. 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 1.4 ADM�NISTRATIVE REQU�REMENTS A. Traffc Control 1. General a. When iraffic cont:rol pians are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 I3. b. When traffic contral platas are no# included in the Drawings, prepare traffic control plans in accordance with Section 34 71 13 and submit to City for review. 1) Allow minimum 10 working days for review oiproposed Traffic Control. B. Street Use Permit 1. Priar to installation of Traffic Controt, a City Street Use Pe:rnnit is required. a. To obtain Street Use Permit, submrt Traffic Control PIar�s to City Transportation and Public Works Department. CITY OF FORT WORTH 2O18 Bond Year 3, Contract 7 STANDARD CONSTRCJCTION SPECIFICATION DOCUMEN'1'S City Project No. 101453 Revised 7uly 1, 2D11 O15526-2 STREET USE YERMiT A�ID MODIFiCATIQNS TO TKArF1C CONTROL Page 2 of 3 J.) Allow a taainimum of 5 working days for permit review. 2) Contractor's responsibility to coordinate review of Traff c Control plans for Street Use Pertz�it, such that construction is not delayed. C. Modificaiion to Appraved Traf�c Cantral 1. Prior to installation traf�c control: a. S�bmit revised traffic control plans to City Depart�ment Transportation and Public Works Depariment. 1} Revise Traffic Control plans in accordance with Section 34 71 �3. 2} Allow minimum 5 working days far review of revised Traffic Control. 3} It is the Contracta�-'s respor�sibiIity to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. D. Reznzoval of Street Sign 1. If it is determined that a street sign �nust be removed far construction, then contact City Transportation anc� Public W�rks Depar�ment, Signs and Markings Division to remove the sign. E. Te:nrzporaxy Signage 1. In �he case af regulatory signs, replace permanej�t sign with temporary sign meeting requirements of the latest edition of the Texas Manuai on Uniform Traffic Control Devices (MUTCD). 2. If�stall temporary sign before the removal of pennanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinsialled, contact the City Transportation and P�blic Works Departm�nt, Signs and Markings Division, to reinstall the permaneni sign. F. Traff'ic Control Standards 1. Traffc Control Standards can be found on the City's Buzzsaw website. i.5 �UBM�TTALS [N�T USED] 1.G ACTION SUBMITTALS/INFORMATIONAL SUBMYTTALS [NOT USED] 1.7 CLOSEDUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT U�ED] 1.9 QUALITY AS,SiTR.ANCE [NOT USED] 1.10 DELIVERY, STORA,GE, AND IIANDLING [NOT USED] 111 FIELD [S�TE] CONDITIONS �NOT USED] 1.12 WARRANTY [NOT USED] PART � � PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY DF FORT WORTH 2O18 Bond Year 3, Contract 7 S`I'ANDARD CONSTRUCTIQN SPECIPICATION DOCUiv{EiVTS CiEy Project No. 101453 Revised Jt�ly 1, 2011 015526-3 3TREET USE PERMIT AA]]7 MdT7IFICATION5 TO TRAF�'IC CONTROL Page 3 of 3 Revision Log DA7'E NAME SLIMMAAY OF CHANGE CITY Ol� FORT WORTH 201 S Bond Year 3, Contract 7 STANDARD COi�I5TRi7CT10N 5PECIFICATION DOCUIvIENTS Ci#y Project No. 101453 Revised lttly l, 2011 015713-1 S'fORM WATER POLLUTION PRG�/ENTION Page l of 3 SECTION Ol 57 13 STORM WATER POLLUTION PREVENTt�N PART 1- GENER.A.L L 1 SUMMARY A. 5ection Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations irojn this City of Fort Woirth Standard Specification 1. NonE. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Sectian 31 25 00 — Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resuIting in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for ihis Item. 2. Constructton Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accardance witl� Section 31 25 00. 1.3 REFERENCES A. Abbreviations and Ac�onyms 1. Notice oi Intent: NOI 2. Notice of Termrnation: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Noiice of Change: NOC A. Raference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifcally cited. 2. Integrated Storm Management {iSWM) Technical Manual for Canstruction Controls 1.4 ADMINISTRATIVE REQUYREMENT� A. Generai 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwaier Pollutian Prevention Plan. CI"f�C OP FORT WORTH 2O18 Bond Year 3, Contract 7 STANDARD COMSTRUCTION SPECIFICAT[pN DqCUIv1�NTS CiEy Projec# No. 101453 Revised July 1, 2011 D15713-2 S`1'OItM WATER POLLUTIOId PREVEIVTION B. Construction Activities resulting in: Page 2 of 3 1. Less than 1 acre of disturbance a. Provic�e erasion and sediment control in accordance with Section 31 25 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Te�as Po]Iutant Discharge Elimination System (TPDES) General Construction Pennit is reyuired b. Complete SWPPI' in accordance with TCEQ req�irements i) TCEQ Stztall Construction Site Notice Required under general permit TXR150000 a) Sign and post ai job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Warks, Environmental Division, (817} 392- G088. 2) Provide erasion and sediment control in accordance with: a) Section 3I 25 00 b) The Drawings c) TXR1500Q0 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Dischaxge Elimination System (TPDES) General Construcfiion Pernnit is required b. Complete SWPPP in accordance with TCEQ rec�uirements 1} Prepare a TCEQ NOI form and submit to TCEQ along wiih required fee a) Sign and post a# job site b) Send copy io City Department of Transportation and PubIic Works, Environmental Division, (817} 392-6088. 2) TCEQ Notice of Change required if making cha�ages ar updates to NOI 3) Provide erosion and sediment contro� in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d} SWPPP e} TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Depariment of Tratzsportation and Public Warks, Environmental Division, (817) 392-6088. 1.� �USMITTALS A. SWPPP Subtaait in accardance with Section O1 33 �0, except as stated h�r�in. a. Prior to the Preconsiruction Meeting, subrt�it a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Projeci Manager will forward to the City Department of Transportation and PubIic Works, Envirox�nnenta! Division for review CITY Of POTt'1' WORTH 20] 8 Bond Year 3, CnnEract 7 STANDARD CONSTRUCTION SPECIPICATION DOCUMENT3 City Project Nu. 101453 Revised July 1, 201I 01 57 l3 - 3 STORM WATER POLLUTION P�2EVEi�TION Aage 3 of 3 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWP�P to the City in accordance with Section O1 33 00. 1.6 ACT�ON SUBMiTTAL,S/INFORMATI�NAL SUBMITTALS [NOT USED] 1.7 CL��EOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERTAL SUBMITTALS [NOT USED] L9 QUALITY ASSiJRANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND I�ANDLING [NOT USED] 1.11 FIELD [�S�TE� COND�T�ONS [NOT U,SED) 1.1� WARRANTY [NOT USED] PART � - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE N�1VIE SUMMARY OF CHANGE CITY OF FORT WORTH �Ql S Bond Year 3, Contract 7 STANDARD CONSZ'RUCTION 3PECIFICATION DQCUMENTS City Project No. 1 D1453 Revised July t, 2011 0158f3-1 TBMPORARY PROJECT SIGNAGE Page 1 of 3 SECTION O1 5S 13 TEMPORARY PROJECT SIGNAGE PARTl- GENERAL 1.1 S�TMMARY A. Sectian Includes: 1. Teza�poz'ary Praject 5ignage Reyuirements B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited io: l. Division 0— Bidc�ing Reyuirements, Contract �'orms and Conditions af the Contract 2. Division 1— General Requirements 1..2 PRICE AND PAYMENT PROCEDURES A. Measuremen� and Payment 1. Work associated with this Item is considered siibsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USEDJ 1.4 ADNIINISTRATYVE REQUIREMENTS [NOT USED] 1.5 SUSMITTALS [NOT USED] 1..6 ACTION SiJEMITTALS/INFOTtMATYONAL SUBM�TTALS jNOT USED] 1.7 CL�SEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS �NOT USED] 1.9 QUALITY ASSi7RANCE jNOT USED] 110 DELIVERY, STORAGE, AND IIANDLING [NOT USED] 1.11 FIELD [S�TE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART �. - PRODUCTS 21 OWNER-FURNISHED [o�J OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Design Criteria 1. Provide free standing Project Designation Sign in accordance with City's Standard DetaiIs for project signs. CITY OF FORT WORTH 2O18 Bond Year 3, Contract 7 STANDf1RD CONSTRUCTIQ�I SPECIFICATION DOCUMENTS Gity Pro�ect No. 101453 Revfsed July 1, 2411 Di 5813-2 TEMPORARY PR0IECT SIGNAGE Page 2 of 3 B. Materiais 1. Sign a. Constructed of 3/4-inch fir plywood, grade A-C (exterior} or better �.3 ACCES�ORIES [N�T USED] �.4 SOURCE QUALiTY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLER� [NOT USED] 3.� EXAMINAT�ON [NOT USED] 3.3 PREPARATTON [NOT USED] 3.4 INSTALLATION A. Ge�eral 1. Provide vertical installation at extents of project. 2, Relocate sign as needed, upon request of the City. B. Mounting options a. Skids b. Posts c. Barricade 3.5 REPA�R / RESTORATION [NOT USED] 3.G RE-YNSTALLATION [NQT USED] 3.'� FIELD [oR] STTE QUALITY CONTROL �NOT USED] 3.S SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT IISED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES jNOT USED] 3.12 PROTECTION [N�T USED] 3.13 MAINTENANCE A. General l. Maintenance will include painting and repairs as needed or directed by the City. 3.X4 ATTACHMENTS [NOT USED] END OF SECTION C1TY Or FORT WORTH 2D18 Sond Year 3, Contract 7 STANDARD CONSTRUCTION SPECIPICATION DOCUMEIVTS City Project No. 101453 Revised July f, 2011 O1 58 13 - 3 TEMP012AitY YT20JECT SIGN/AGE Page 3 oF3 Revision Log DATE NAM� SUMMARY OF CHANGE CITY OF FORT WORTH 2O18 Bond Year 3, Contraci 7 STANB:�,RD CONSTRliCT10N SPECIFTCATION DOCUMENTS City Projccf No. 101453 Reviscd July I, 2011 O1 60 OD PR0�7UCT REQUE1tEMEiVTS Page 1 of 2 SECTION O1 60 00 PRODUCT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. References for Product Requirements aj�d City Siandard Products List B. Deviations from this Ci#y of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: I. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Divisian 1— General Requirements 1.2 PRICE AND PAYMENT PR�CEDURES [NOT USED] 1.3 REFERENCES [NOT USED] � .4 ADMINISTRATIVE REQUIREMENTS A. A list of City approved products for use is availabie through the City's websi#e at: https://apps.fortworthtexas.gov/ProjectResources/ and following the directory path; 02 - Construction Documents/Standard Products List B. Only products speciftcaIly incIuded on City's Standard Product List in these Con�t•act Documents shal� be allowed for use on the Project. 1. Any subsequently appraved products wi�l only be allowed for use upon specific approval by the City. C. Any specific product requirements in the Contract Documents supersede similar products inciuded on the City's Standard Prod�act List. 1. The City reset-�+es the right to not ailow products to be used for certain projects even though th� product is listed an the City's Standard Product List. D. Altho�zgh a specific prod�ct is inc�uded an City's 5tandarcE Product List, not all praducts from that manufacturer are approved for use, including but not limited to, t��at manufacturer's standard product. E. See Section Ol 33 00 for sub�ittal requirements of Product Data included on City's Standard Product List. �.� SUSMITTALS [NOT USED] 1.6 ACTION SUSMITTALS/INFORMAT�ONAL SUBMITTALS [NOT U�ED] l.i CLO�EOUT SUBMITTALS [NOT USED] 1.S MAINTENANCE MATERIAL SUBM�TTALS [NOT USED] l .9 QUALITY A�SURANCE [NOT USED] CITX OF FQRT WORTT-I 2018 Bond Year 3, Contract 7 STANDARD CONSTRUCTION SPECIFICATION DDCUMENTS City Project No. 101453 Revised Iviarch 4, 2020 DI 60 00 P17017LJCT €�EQUIREiv[ENTS Page 2 of 2 110 DELIVERY, STORAGE, AND HANDLING [NOT USED] l.11 FrELD [SITE] COND�TIONS [NOT U,�ED] 1.I� WARRANTY [NOT USED] PART � - PRODUCTS jNOT USED] PART 3 - EXECUTTON [NOT USED] END OF SECT�ON Revision Log DATE NAME SUMMARY OF CHANGE 10/12/l2 D. Johnson Modifed Location of City's Standard Proc�uct List 3/9/2020 D.V, Magana Removed reference to 13uzzsaw and noted that the City approved products list is accessi6le through the City's website. CITY OF FORT WORTH 2O1S Bond �4`ear 3, Contract 7 STANDA.C2T7 CONSTRUCTI03V SPECIFICATION DOCUM�NTS City Praject No. lfl 1453 Revised March 9, 2020 0l6600-1 PRODiJCT STORACrE AND IIANDLING REQUfREMENTS Page 1 of4 SECTION 01 66 00 1'RODUCT STORAGE AND HANDLING REQUIREMENTS PART1- GENERAL f �i.YlJl'1_IU_[l��'1 A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products aga�nst darnage from: a. Handling b. Exposure to eIaments or harsh environments B. Deviations from this City of Fort Worti� Standard Speci�catiozz l. None. C. Related Specification Sectioj�s incfude, but are not necessariIy limited to: 1. Division 0— Bidding Req�airements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYIV�NT PROCEDURES A. Measurement and Payment 1. 'V4Jork associated with this Item is considered subsidiary to the various Ite�ms bid. No separate paymen# wi11 be allowed for this Item. 1.3 REFERENCES [NOT USED) 1.4 ADMINISTRATIVE REQUTREMENTS [NOT USED] 1.� SUSMITTALS [NOT USED] l.b ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.9 CLOSEOUT SUBMITTALS [NOT i3SED] 1.8 MAINTENA�TCE MATERIAL SUBMITTALS [NOT USED] X.9 QUALITY ASSiJRANCE [NOT USED] 1.I0 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery ot�products or equipment as required io allow timely installation and to avaid proIonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for person�nel or equipment ta receive the delivery. CITY OF FORT WORTH 2O18 Bond Year 3, Contract 7 STf1NDARD CONSTRUCTION SPECIFICATION DOCUM�NTS Ciry Project No. 16t453 Ttevised 7uly 1, 2011 O1 6600-2 PROBUCT STORAGE AND HANDi�1NG REQUIREMLN'I'S 1'age 2 of 4 4. Deliver products or equiptx�rent in manufacturer's original unbroken cartons or other containers designed and constructed to protect t�e contents frotn physzcal or environmental damage. 5. Clearly and fulty mark a.nd identify as to manufacturer, item and installation locatioj�. G. Provide manufacturer's instructions for storag� and handiing. B. Handlijzg Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer's recom�aaendations and instrucdons. C. Storage Requirements l. Store maieriais i� accoxdance with manufacturer's recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage af tz�ateriais and equipment. a. Place loose soil naaterials and materials to be incorpora#ed into Work to prev�nt damage to any part of Work or existing facilities and ta maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Wark. 3. Keep materiats and equipment neatly and compactly stored in locations that vvill cause minimum inconvenienc� to other cont:ractors, pUblic travel, adjoining owners, tenaxzts and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available an const:ruction site for storage of material and �quipment as shor�vn on Drawings, or approved by City's Project Rept-esantative. 5. �rovide off-site storage and protection when on-site storage is not adequate. a. Provide addresses of and access to off-site storage locations for inspection by City's Project Represezztative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession ar control of premises. 7. Store in manufacturers' unopened containers. S. Neatly, safely and co�npactly stack materials delivered and stored alo:ng line of Work to avoid inconvenience and damage to propex'ty owners and general public and maintain at Ieast 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings opcn. 10. Repair or replace damaged lawns, sidewalks, streets or other �mprovements to satisfaction of City's Praject Represantative. a. Total length which materials may be distributed alang route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City's Project Representative. CITY OF FORT WORTF-I 2fl 1$ Bond Year 3, Contract 7 STANDARD CONS'1RUCTION SPECIFICATION DOCUM�,NTS City Project No. 101453 Revised Jidy 1, 2011 016600-3 PROIJUC`I' STORAGE ANI7 HANDLING REQUIREMENTS Page 3 of 4 1.I1 FIELD jSITE] CONDITIONS [NOT USED] 1..12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT U�ED] PART 3 - EXECUTION 3.1 INSTALLERS [N�T USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION �NOT USED] 3.5 REPAIR./ RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.'i FYELD [oR] SITE QUALITY CONTROL A. Tests and Inspections ].. Inspect all products or equipment delivered to t�e site prior to unloading. B. Non-Confonning Work 1. Reject all products or equipziaent that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 31U CLEANING [NOT USED] 311 CLOSEOUT ACTNITIES [NOT USED] 3.1� PROTECTION A. Pro#ect all producis or equipment in acco:rt�ance witl� manufacturer's written directions. B. 5tore producfis or equipment in location to avoid physical damage to items wl�ile in storage. C. Protect equipment from exposure to eIemenfis and keep tho:roughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH 2O18 Bond Year 3, Contrack 7 STANDARD CONSTRUCTION SPECIPICATIOM DOCUMENTS City Praject No. [01453 Revised July 1, 2011 0166OD-4 PRODUCT STORAGE AND HANDLING REQU1REIvIENTS Page 4 of�4 Revisian Log DAT� NAME SUMMARY OF CHANGB CITY OF FORT WORTH 2O18 Bond Year 3, Contract 7 STAAIDARD CONS'CRi7CTIQN SPECI�'ICATIpN BOCUMENTS City Project No. 101453 Revised July 1, 201 I o� �o 00 - � MOBIL1ZATfON AND R�.MOBILIZATIOI� Page 1 of 4 sECT1oN o� �o oa 2 MOBILIZATION AND REMOBILIZATION 3 PA R.T � - GENERAL 4 1.1 SUMMARY 5 A. Section rncludes: 6 7 8 9 10 I1 12 13 14 15 I6 17 18 19 20 2l 22 23 24 25 26 27 28 29 3� 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 1. MobiIization. and Demobilization a. Mabilization 1) Transportation of Contractor's petso�anel, equipment, and operating supplies to the Site 2) Establishrnent of necessary general faci�ities foj- the Cantractor's operation at the Site 3) Premiums paid for performance and payment bonds 4} Transportation of Contractor's personnel, equipaa�ent, and operating supplies to another locatior� within the designated Site 5) Relocation of necessary general facilities for the Contractar's operation from 1 location to another lacation on the Site. b. De�rtobilizatipn 1) Transportation of Contractof-'s personnel, equipment, and operating supplies away frotx� the Site including disassembly 2) Site C�ean-up 3} Removal of al� buildings and/or other facilities asse�nbled at the Site foi- this Cantract c. Mobilization and Demobilization do not include activittes for specific items af wark that are for which payment is provided eIsewhere in ihe cor�tract. 2. Remobilization a. Remobilization fo�- Suspension of Work specifically required in the Contract Documents or as req�aired by City includes: 1) Demobilization a) Tran.sportation of Contractor's personnel, eyuipin�nt, and operating supplies from the ,5ite including disassembIy or temporarily s�curing equipmer�t, supplias, and other faciiities as designated by the Contraci Documen#s necessary to suspend ihe Work. h) Site Clean-up as designated in the Contract Documents 2) Remobilization a} Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary ge�aeral facilities fo�• #he Can#ractor's operation at tk�e Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilizatio� a�ad Demobtlization from one location to anothe�- on the Sife in the normal progress of performing the Work. b) S#and-hy or idle iime c) Last profits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobili�atian CITY OF FORT WOR'tH STANDARI] CONSTRUCTION SPf"sCIFTCATION DOCi1iv[ENTS Revised Novembcr 22, 2fl16 2p� 8 Bond Year 3, Contract 7 City Project No. 101453 01 74 00 - 2 IVIDSILI`LAI�ION f�3VD I2EIVIOBIL[ZA`f10N Page 2 of 4 1 2 3 4 5 6 7 8 9 10 ll 12 f3 14 l5 16 17 18 19 20 1) Mobilizatian shal� consist ofthe activiiies and cost on a Work Order basis necessary for: a) Transportation of Cant:ractor's pez-sannel, equi�meni, and operating supplies tp the Site for the issued Work Order. b} Establishment of necessary general facilities for the Co�atractor's operatiox� at the Srte �or the issued Wark Orde�• 2) Demabilization shall consist of the activities and cost necessary for: a) Transportation of Contractor's personne�, equiprrze�t, and operating suppiies firatxz the Srte including disassembly for each issued Work Order b) Site Clean-up for each issued Wark Order c) Rexiaoval of all buildings or otf�er facilities assembled at the Site far each Work Oder b. Mobilization and Demobilization do not include activities for specific items of work for vvhich payment is provided elsewhere in the contract. 4. Emergency Mabilizadons and Demobilization for Miscellaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobiiization accurs within 24 hours ofthe issuance ofthe Work Order. B. Deviatio�s :From this City of Fort Worth Standard Specification 1. None. 21 C. Related Specification Sections include, but are not necessarily limited io: 22 1. Division 0— Bidding Requirements, Contract Fortns a�ad Conditians of the Contract 23 2. Division 1— General R�quirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Paymeni �Consult City Department/Division for direction on if 26 Mabilization pay item io be included or the item should Ue subsidiary. Include the 27 appropriate Sec#ion 1.2 A. 1.] 28 1. Mobilization and Denrzobilizatio� 29 a. Measure 30 1) This Item is considered subsidiary to the various Items bid. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 are sUbsidiary to the various Items bid and no o#her compensation will be 34 alIowed. 35 36 37 38 39 40 41 42 43 44 45 46 2. Remobilizatian for suspension of Wotk as specifically requi�•ed in the Contract Documents a. Measurement 1) Measurement far this Item shall be per each remobilization performed. �. Payment 1) The wo�-k perfarmed and mate�•ials fu3nished in accordance with this Item and measured as provided under "MeasuremenY' will be paid for at the u�ait price per each "Speci�ed Rerir�obilizatian" in accardance with Contract Documents. c. The price shali include: 1} Deiaaobilization as described in Section 1.1.A.2.a.1) 2) Remobilization as described in Section 1.1.A2.a2) CITY OF FORT WORTH 2O18 Bond Year 3, Contract 7 STANDARD CQNSTRUCTTON SPECiFTCATiON DOCUMENTS City ProjectNo. i01453 Revised November 22, 2U16 01 7000-3 [viOSI�iZ,�TION AND I�MOBILIZATION Page 3 of4 l 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 2d 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 d. No payments will be made for standby, idle time, or lost profits associatec� this Ttem. 3. Remobilization for suspension af Work as required �y City a. Measurement and Payment 1) This shall be submitted as a Contraci Claim in accordance with Ai-ticle 10 o� Sectron 00 72 00. 2) No payments wilI be rr�ade for standby, idle fiime, or lost profts associated with this Item. 4. Mobilizations and Deaxiobilizations for Miscellaneous Projects a. Measuvement 1} Measurement for this Item shall be for each Mobilizatian and Demobiliaatian required by the Contract Documents b. Payment I) The Work per%rmed and materials fiirnished in accordance wit3� this Item and tneasured as provided undet� "Measurement" will be paid for a# the unit price per each "Work Or�er Mobilization" in accordance with Contract Documents. Demobilization ,shaIl be co�asidered subsidiary to mobilization and shall not be paid fot• separately. c. The price shalI inc�ude: 1} Mobilization as described in Section 1.1.A3.a.1) 2} Demobilization as described in 5ection f.l .A3.a.2) d. No payments will be made for standby, idle time, or lost profts associated this Item. S. Eme�•gency Mabilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement far this Item shall be for each MobiIization and Demobilization requued by the Contract Documents b. Paym.ent i) The Work performed and materials fiarnished in accordance wiih this Itetxz and measured as provided under "Measurement" wi11 be paic� for at the unit p�•ice per each "Woj•k Order Emergency Mobilization" in accordance with Contract Documents. Demobilizat.ion shall be considered subsidiaty to mohilization and shall not be paid for separateIy. c. The price shall include 1) .Mobilization as described in Section 1.1.A.4.a) 2) Demobilization as descrii�ed in Section 1.1.A.3.a.2) d. No pa�ments will be made for stand6y, idle time, or lost profits assoc�ated this Item. 39 �.3 REFERENCES [NOT USED] 40 1..4 ADNIINISTRATIVE REQUIREMENTS [NOT iFSED] 41 1.5 SUBM�TTALS jNOT USED] 42 1.G INFORMATIONAL SUBMITTALS [NOT USED] 43 1.7 CLOSEOUT SUBMITTALS [NOT USED] 44 1.8 MAINTENANCE MA,TERiAL ,SUBMITTALS {NOT IISED] CITY OF FORT WORTH 2a18 Bond Xear 3, Contract 7 5TANbAR17 CONSTRUCTION SPECIFICATIOIV DOCUMEIdTS City Project No. 101453 Revised November 22, 2D16 01 70 00 - 4 MUBILIZATION AND REMQBILILATION Page 4 of 4 1 1.9 QUALTTY ASSURANCE [NOT USED] 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 3 1.11 FIELD [SITE] CONDITIONS [NOT USEDJ 4 ]..12 WARRANTY [NOT USED] S PART 2- PRODUCTS �NOT USED] 6 PART 3- EXECUTION [NOT USED] 7 8 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 11/22/16 Michael Owen ��2 Price and Payment Procedures - Revised specification, including blue text, to rrfake specilication flexible for either• subsidiary or paid bid item for Mobilization. L': CITY OF FOlZ1' WORTH 2�1 & Bond Year 3, Contract 7 STANDARD CQNSTRi1CTION SPECIFICATiON DOCUMEI�€TS City Project No. i 01453 Revised Novemher 22, 2016 017123-1 CONS�'RUGTIQN STAKING AND SUTZ'VE'Y Page 1 oF 8 SECTION 017123 CONSTRUCTION STAKING AND SURVEY PARTI- GENERAL 1.1 SUMMARY A. Section Includes: 1. Requiremenis for consiruction staking and construction survey B. Deviations from this City of Fort'1�4Jorth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited ta: 1. Division 0— Sidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.� PRICE AND PAYMENT PROCEDURES A. Measurennent and Payment l. Construction Staking a. Measurem�nt 1) Measurement for this Item sha116e by lump sum. b. Payment 1) Tlae r�or� per-formed and the materials furnished in accordance with tl�is Item shall be paid for at the lump sum price bid for "Construction Staking". 2) Paymeni for "Construction Stalci�g" shall be nnade in partial payments prorated by work completed compared to total work incIuded in the lump sum item. c. The price bid shali include, but not be limrted to the following: 1) Verification of control data provided by City. 2) placement, maintenai�ce and z'epIacetnent of requix'ed stakes and markings in the field. 3) Preparation and submittal of consiruction staking documentatian in the farm of "cut s�eets" using the City's s#andard tempIa#e. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The r�vark performed and the materials furnishec! in accordance with this Item are subsidiary to the various Ttems bid and no other compensation will be allowed. 3. As-Built Survey a. Measurement 1} M�asurement for tlais �tez�n shall be by lump sum. b. Payment I) The work performed a�d t�e materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "As-Built Survey". CITl' Or rOiZT WORTH 2O18 Bond Year 3, Contract 7 STANDARD CONSTRUCTION SPECIFICATIOI�1 DOCUMEN'i'S City Project No. 101453 Rcviscd February �4, 20I8 01 71 23 - 2 CONSTRUCTION STAKitrIG AND SURVEY Page 2 of 8 2) Payment for "Construction Staking" shall be made in partial payinents prorated by work completed cojnpared to total work included in the lump sutxz itezn. c. The price bid shaIl include, but not be limited to the following:: 1) Fieid measurements and survey shots to identify location of completed facilities. 2) Documentation and submittal of as-built survey data onto contractor redline plans and digital survey files. 1.3 REFERENCES A. Defnitions 1. Construction Surv�v - The survey naeasurernents zxzade prior to or while construction is in progress to control elevation, horizontal position, dimensions and confguration of structures/improvements included in the Project Drawings. 2. As-built Survev --The measurernents rnade afte:r the construction of the improvement features are complete to provide position coordinates for the features of a project. 3. Construction Stakin� -� The placement of stakes and markings to provide o£fsets and elevations #o cut and fill in order to locate on the ground the designed structures/improvements inctuded in the Project Drawings. Construction staking shall include staking easenrzents and/or right of way if indicated on the plans. 4. Survey "Field Checks" — Measurements made after construc#ion staking is completed and before construction work begins to ens�are that structures marked on the ground are accurately located per Projec� Drawings. B. Technica� References 1. City of Fort Worth — Construction �taking Standards (available on City's Buzzsaw website) — 01 71 23.16.Oi_ Attachment A_Survey Stalcing Standards 2. City of Fort Warth - Standard Survey Data Co�Iector Library {fxl) files {available on City's Buzzsaw websife). 3. Texas Department of Transportatioj� (T�OT) Survey Manual, latesi revision 4. Texas Society of Professional Land Surveyors (TSPS}, Manual af Practice for Land Surveying in the S#ate of Texas, Category 5 1..4 ADMINISTRATIVE REQUIREMENTS A. The Contractor's selection of a surveyor must comply with Texas Government Code 22�4 (qualifications based selec�ion) for this project. 1.� SUBMITTALS A. Submittals, if reyuired, shall be in accardance with Section O l 33 00. B. All submittals shall be received and reviewed b� the City prior to delivery af work. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Field Quality Control Sub�zzitta�s CITY OP FORT WOR'I'H 201 S Eond Ycar 3, Contract 7 S'1'AIdDARD CONSTRUCTTOi�I SPECIFICATION DOCUM�NTS City Pro3ect No. 1 U1453 I2cviscd Tebruary 14, 26i8 017123-3 CON5TRUCTION S`l'AK1NG ANT3 SURVEY Page 3 of S 1. Docuinentation verifying accuracy of �eld e�agineering work, including coardinate canversions if plans do not indicate grid or grou�d coordinates. 2. Svbrrii# "C�t-Sheets" confortning to the standard template provided by the City (refer to 41 71 23.16.0 �— Attachment A— Survey Staking Standards}. 1.'� CLOSEOUT SUBMITTALS B. As-buiit Redline Drawing Submittal I. Submit As-Built Survey Redline Drawings documeniing tl�e Iocations/elevations of canstructed innprovements signed and sealed by Regisfered Professional Land Surveyor {RPLS) responsible for the work (refer to O1 7� 23.16.01 — Attachment A — Survey Staking Standards} . 2. Contractor shall submit tlae px'oposed as-built and completed redIine drawing submittal one (1) week prior to scheduling the project final inspectior► for Cifiy review and comment. Revisions, if necessary, shall be made to the as-built redline drawings and resubttzitted to the City prior to scheduling the cons#ruction final inspection. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.4 QUALITY ASSURANCE A. Construction Staking 1. Construction staking wiIl be performed by the Contractor. 2. Coordination a. Contact City's Project Representative at ieast one week in advance notifying the City of when Construction Staking is scheduled. b. It is the Contractor's responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. 3. General a. Contractor is responsible for preserving and naaintai�zing stakes. Tf City surveyors are required to re-stake for any reason, the Contractor wil� be responsib�e for costs to perform staking. If in. the opiz�ion af tlae City, a sufficient number of stakes or markings have been lost, destroyed disturbed or omitted that the contracted Work cannoi take place then ihe Contractox' wiIl be required to stake or re-stake the deficient areas. B. Const:ruction Survey 1. Construction Survey will be perFormed hy the Contracior. 2. Coordination a. Contractor tp verify that harizontal and vertical control da#a established in the design survey and reqUired far constructian survey is available and in place. 3. General a. Cons�ruction survey will be performed in order to construct the work shown on the Constr�ction Drawings and specified in t�e Contract Documents. b. For construction methods other than open cut, the Contractor sha�l perform construction survey and verify control data including, bufi not limited to, the following: 1) Verification that established benchmarks and control are accurate. CITY OF FORT WORTH 2O18 Bond Yeaz 3, Contract 7 STANDARD CONSTRUCTION SPECII'ICATION DOCUMENTS City Project Na. 101453 Revised February 14, 20iS 017123-4 CONST12iUCTIOid STAKING AND 31JRVEY Page �4 0� 8 2} Use oiBenchmarks to furnish and maintain all reference lines and grades for tunneling. 3) Use of line and grades to establish the locatian of t.�e pipe. 4) Submit to the City copies af field notesused to establish aIl lines and grades, if requested, and allow the City to check guida��ce system setup pr�o,r to beginning each h�nneling drive. 5) Provide access for t�e City, if requested, to verify the guidance system and the line and grade of the carrier pipe. 6) The Contractor remains fulIy responsible for the accuracy of t�e work and correction of it, as required. '� Monitor line and grade continuously during construction. S) Record deviation with respect ta design line a�d grade once at each pipe joint and submit daily records to the City. 9} If the instaltation does not meet the specified tolerances (as out�in�d in Sections 33 OS 23 and/or 33 OS 24), imnnediately notify the City and correct the instailation in accordance with the Contract Documents. C. As-Built Survey 1. Required As-Built Survey wiil be performed by the Contractor. 2. Coordination a. Contractor is to cootdi�nate with City to confirm which features reyuire as- built surveying. b. It is the Contracfior's responsibility to coordinate the as-built survey and required measureinez�ts for items that are to be b�aried such that construction activities are not delayed or negativeIy impacted. c. For sewer mains and wate:r mains I2" and under in diameter, it is acceptable to physically measure depth and mark the Iocation during the pragress of construction and take as-built survey after the facility has been buried. The Contractor is responsible far the quality control needed to ensure accuracy. 3. General a. The Contractor shall provide as-built survey includitzg the elevation and Iocation (and provide written documentation to the City} of construction features during the progress of the construction including the foilovving: 1) Water Lines a) Top of pipe elevations and coordinates %r waterlines at th� following locations: (1) Minitnum every 250 linear feet, including (2) Horizontal and vertical points of inffection, curvature, etc. (3) Fire line tee (4} Plugs, stub-outs, dead-end Iines {5) Casing pipe (each end) and all buried �ttings 2) Sanitary Sewer a} Tap of pipe elevations and coordinates for force mains and siphon sanitary sewer lines (non-gravity faciliiies} at the following locations: (1) Minimum every 2501inear feet and any buried fittings (2) Horizontal and vertical points of inflection, curvature, ��G. 3) Stormwater — Not Applicable C11'Y OF FDRT WORTH 2D] & Bond Year 3, Contract 7 STAIVDARD CONSTRUCTIOI`I SPECII�ICATION DOCUM�NTS City ProjeotiVo. IDi453 Rcvised February 14, 2018 017123-5 CONSTRUCTION STAKiNG AND SURVEY Page 5 of 8 b. The Contractor shall provide as-built survey incl�ading the elevation and location (and provide wriiEen dacumentation ta the City) of construction features af#er the cons#ruction is completed iiicluding the following: 1 } Manholes a) Rim and flowline elevat.ions anc� coordinates for each :nrxanhole 2) Water Lines a} Cathodic protection test stations b} Sampling stations c) Meter baxes/vaults (Ali sizes) d) Fire hydrants e} Valves (gate, butterfly, etc.) #) Air Release vatves (Manhole rim and vent pipe) g} Blow off valves {Manhole rim and valve' lid} h) Pressure plane valves i} Underground Vaults {1} Rim and flowiine elevations and coordinafies %e each Underground Vault. 3) Sanitary Sewer a} Cleanouts (1) Rim and flowline elevations and coordinates for each 6) ManhoIes and Junction Struc�ures (1) Rim and �lowline elevations a�nd coordinates �'or each manhole and junction structure. 4} ��ormwater — Nat Applicabte 110 DELIVERY, STORAGE, AND HANDLING [NOT USED] l.l.l FIELD [S�TEJ CONDITIONS [NOT USED] i �i fi•1�i'/�:7.7\►Y 11•/ PART2- PRODUCTS A. A construction survey will produce, but will not be limited to: 1. Aecovery of relevant control points, points of curvature and points of intersection. 2. Establish temporary harizontal and ve;rtical control elevatians (benchmarks) suf�ciently permanent and located in a manner to be used throughout construction. 3. The location of planned facilities, easements and improvements. a. Establishi�g �nal 3ine and grade stakes for piers, floors, grade beams, parking areas, utilities, streets, highways, tunnets, and other construction. b. A record of revisions or carrections noted in an orderly nnanner far re�erence. c. A drawing, when rec�uired by the client, indicating the horizontal and vertical location of faciIities, easernents and improvem�nts, as �uilt. 4. Cut sheets shall be provided to the City inspector and Survey Superintendent far all construction staking projects. These cut sheets shall be on the standard city template which can be obtained fro�n tl�e Survey Superintendent {817-392-7925). 5. Digital survey �les in the following formats shall be acceptab�e: a. AutoCAD {.dwg) b. ESRI Shapefiie (.shp) CITY OF F�RT WORTH 2O18 Bond Year 3, Contract 7 STA%IDARD CONSTRUCTION SPECIFiCA"tI0A1 DOCUMI:NTS City Project Np. 103453 Revised February 14, 201$ Oi7123-6 CONSTKUCTION STAK1t�IG AND SURVEY Page G of 8 a CSV file (.csv), formatted with X ar�d Y coc�rc�.it�ates in se�arate ccslu����s (�rse sianci��z�d te�.��.�1�tes, ifava.il�}�1€�) 6. Survey files shalt include vertica� and horizontal data tied to original project control and benchmarks, and shall include feature descriptions PART 3 - EXECUTION 3.1 INSTALLERS A. Tolerances: The staked location of any improvement or �aciIifiy should be as accurate as practical and necessary. The degree of precision required is dependent on rr�any factors all af which must re:nrzain judgmentaL The tolerances lis#ed hereafter are based ort generaiities and, under certain circums#ances, shall yield to specific requirements. The surveyor shall assess any situation by review of tha averail plans and through consultation v►+ith responsible parties as to the need for specifc tolera�aces. a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical toleranc�. Horizonial alignment for earthwork and rough cut should not exceed 1.0 ft. tolerance. b. Horizontal alignment on a structure shall be within .O.Ift tolerance. c. Paving or concre#e for streets, curbs, gutters, parking areas, drives, alleys and walkways shall be located within the can�nes of t�e site boundaries and, occasionally, aIong a boundary or any other restrictive line. Away from any restrictive line, these facilities shouid be staked with an accux'acy producing no more than O.OSft. tolerance from their specified locations. d. Underground and overhead utilities, such as sewers, gas, water, iel�phone and electric lines, shall be located horizantally vvithin their prescribed areas or easemenfis. Within assigned areas, these utilities should be staked with an accuracy producing no more than 0. i ft tolerance from a specified location. e. The accuracy required for the vertical location of utilities varies widety. Many underground utilities require only a minimum cover and a tolerance of 0.1 ft. should be maintained. Underground and ove:rhead utilities on plat;ned profile, but not depending on gravity flow for performance, should not exceed 0.1 ft. tolerance. B. Surveying instruments shaIl be kept in close adjusttnent according #o manufactuj•er's specifications or in complia�nce to standards. The City reser�es the right to requesi a calibratian report at any time and recommends regular maintena:�ce schednle be performed by a cer�ified technician every 6 months. l. Field measurenr�ents af angles and clistances shall be done in such fashian as to satisfy the closures and tolerances expressed in Part 3.1.A. 2. VerticaI locations shall be established fro:txz a pre-estabiished benchinark and checked by cIosing to a different bench mark on the same datum. 3. Construction survey field work shall correspond to the client's plans. �rreguIarities or conflicts found shal� be reported promptly ta the City. 4. Aevisions, corrections and other pertinent data shall be logged for future reference. CITY OF FORT WORTH 2df 8 Bond Year 3, Contract 7 STANDARD CQNSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101453 Revised February 14, 2018 O17123-7 CON3Ti2lIGTION ST11i�TNG AND 3URVEY Page 7 of S 3.2 EXAM�NAT�ON [NOT USEDJ 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.� REPAIR / RESTORATION A. If the Contractor's work damages or destroys one ar nrzo.re o�the cantrol monumenis/paints set by the City, the manuments shall �e adequately referenced for expedient restoration. 1. Notify City if any control data needs to be restored or replaced due to damage caused c�uring construction operations. a. Contractor shall perfarm replacements and/or restorations. b. The City may require at any time a survey "Pield Check" of arry monuznent or benchmarks that are set be verified by the City surveyors before further assaciated work can move forward. 3.6 RE-INSTALLATION [NOT USED] 3.i FIELD �oxj STTE QUALITY CONTROL A. It is the Cont�-actor's responsibility to maintain all stakes and control data placed by the City in accordance with this Specification. This includes easemenfis and right of way, if noted on the ptans. B. Do not change or relocate stakes or control data without approval from the City. 3.8 SYSTEM STARTUP A. Survey Checks 1. The Cifiy reserves the right io perform a Survey C�aeck at any time deemed necessary. 2. Checks by City personnel or 3`d party contracted surveyor age not intended to reiieve the contractor af lais/hez' responsibility for accuracy. 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 311 CLOSEOUT ACTIVITFES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTIQN R�vision Log CTTY OF FORT WpRTH 2O18 Bond Year 3, Contract 7 STANDA.RD CONS I'IiUCTiON SPECIFICATiQN DOCU3viENTS City Project No. ] 01453 Revised �ebruary 14, 2018 Ol 71 23 - S CQi�ISTRUCTI�N STAKI[�#G AND SLIRVEY Page 8 oi8 DATE NAME SUMMARY OF CHANGE 8/3I/2012 D. Johnson Added instructian and modificd measurement & payment under I.2; added 8/31/201? M. Owen definitions and references under 1.3; modi�ed i.6; added 1.7 closeo�t sub�rtittal requirements; modified 1.9 Quality Assurance; added PART 2— PRODLlCTS ; Added 3.1 Instatlers; added 3.5 Repair/Restoration; and added 3.8 System Startup. Removed "blue text"; revised measurement and payment sections for Construction Staking and As-�uiEt Survey; added reference to selection compliance wit�► TGC 2/14/2D18 M Qwen 2254; revised action and Closeoat submittal requirernents, added acceptable depth measurement criteria; revised list of items requiring as-built survey "during" and "after" constnxction; and revised acceptable digital survey file forznat C1TY OF FORT WORTH 2O18 Bond Ycaz 3, Cantract 7 STA3VDARD CONSTRUCTION SP�C]PICATION DOCUMENTS City Project No. ] 01453 Revised February 14, 2018 , LJ Sec�i�n 01 71 ��.�� - Att��h�er�� � ��rvey �t�ki�� Stand�rds February 2017 0:�5pecs-Stds Governance Process�Temporary Spec Files�Capital Delivery�Cap Delivery Div 01�0171 23.16.01�,Attachment A_Survey 5taking 5tandards.docx Page 1 of zZ These procedures are intended to provide a standard rnethod for construction staking services assacia#ed with #he City of Fort Worth �rojects. These are not to be considered all inclusive, but only as a general guideline. For projects on TXDOT right-of-way or through joint TXDOT particrpation, adherence to the TXDDT Survey fi/lanual shall be followed and if a discrepancy arises, the TxDOT manual shall prevarl. (htt�:l1€�nlir�emanuals.txd�at.go�ltxd�tr-nanu�IsJess/ess.pdf) If you ha�e a unique circumstance, please consult wit� the project manager, inspector, or sur�ey departrnent at $17-392-7925. Taiole of Cor�tents I. City of Fort Worth Con�act Information II. Construction Colars IIl. Standard Staking Supplies IV. Sur�ey Equiprr�ent, Control, and Datum Standards V. Water Staking VI. 5anitary Sewer 5taEcing VII. 5torm 5taking V�Il. Curb and Gutter Staking IX. Cut Sf�eets X. As-built 5urvey O:�Specs-Stds Governance Process�Temporary 5pec Files�Capital Delivery�Cap Delivery Div 01�01 71 23.15.01_Attachment A 5urvey Staking StandarcEs.docx Page 2 of 22 I. Surr�e�+ 9epar�men� �on�acf Informa�ion PF�ysical and mailing address: 8851 Camp Bowie West Boulevard Suite 300 Fort Warth, Texas 76�.16 Of�ice: (817j 392-7925 Survey Superintendent, direct line: (817j 392-8971 li. Cons�rucfion Colors The following �olors shall be used for staking or identifying features in the field. This includes flagging, paint of laths/stakes, paint af hui�s, and any identification such as pin flags if necessary. III. Standard Stakin� Supplies Item �llinimum size Lath/Stake 36" tall Wooden Hub (2"x2" min. square preferred) 6" tall Pin Flags (2.5" x 3.5" preferred) 21" long Guard Stakes Not required PK or Mag nails 1" long Iran Rods (1/2" or greater diarneterJ 1S" long 5urvey Marking Paint Water-based Flagging 1" wide Marking Whiskers (feathers) 6" long �acks (for marking hubs) 3/4" long O:\Specs-5tds Governance Process\Terrzporary 5pec Files�Capital Delivery�Cap Relivery Div 01\0171 23.16.01_Attachment A_Survey Stalcing 5tandards.dacx Page 3 of 22 Ufiility Color �V. Sur�ey �quipmen�, Conirol. and Daium Standards A. City Benchmarks Afl city benchmarks can �e found here: h#ip:/ffortwc�r�htexas.�ovli�salutionsl�IS1 Look for `Zor�ing Maps'. Under `Layers' , expar�d `Basemap Layers', and checic on 'Benchmarks'. B. Con�entional or Robotic iotal Station Equiprnent A minimurn of a 10 arc-second instrument is required. A co�y of the latest calibration report rnay be requested by the City at any time. It is recommended that an instrument be calibrated by certified technician at least 1 occurrence every 6 mor�ths. C. Network/V.R.S. and static GPS Equipment 1. It is criticaf that the surveyor verify the correct horizontal and verticaf datum prior cammertcing work. A site calibration may be required and shall consist of at least 4 cantral points spaced evenly apar# and in varying quadrants. Additional field checks of the horizontal and vertical accuracies shall be compfeted and the City may ask for a copy of the calibration report at any time. Network GPS such as the Western Data Systerns or SmartNet systems may be used for stakir�g of prvperty/R.O.W, forced-main water lines, and roug�-grade anly. No GPS stakin� for concrete, sanitary sewer, storm drain, final �rade, or anythin� that needs vertical �radin� wi#h a tolerance of 0.25' or less is aflowed. D. Control Points 5et Alf control points set shall be accompanied by a lath with the appropriate iVorthing, Easting, and Elevation (if applicablej of the point set. Control points can be set rebar, `X' in concrete, or any other appropriate i�ern with a staf�le f�ase and of a serni-permanent nature. A rebar cap is optional, but preferred if the cap is marked `control point' or simifar wording. Datasheets are required for alf control points se#. Datasheet should include: A. Horizontal and Vertical l7atum used, �xample: fV.A.D.83, North Central Zone 420Z, NAVD 88 �levations B. Grid or ground distance. — If ground, provide scale factor used and base point coordinate, Exampfe: C.S.F.=0.999125, Base paint=North: Q East=O C. Geoid model used, Exarnpfe: GEOfD1�A �:�Specs-5tds Go�ernance Process�Temporary 5pec Files�Capital Delivery�Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey 5taking Standards.docx Page 4 of 22 E. Preferred Grid Datum Although many plan sets Can be in surface coardinates, the City's p�-eferred grid datum is listed below. Careful consideration must be taken to verify what daturn each proj�ct is ir� priar to beginning work. It is essential the surveyor he familiar with coorcEinate transformations and how a grid/surface/assumed coordir�ate system affect a praject. Proiected Coordinate System: NAD_19�3_StatePlane_7exas�North_Central_FIPS_4202_Feet Projection: Larnbert�Conformal�Conic False_Easting: 1968500.00OQ0000 False_Northing: 6561666.66b66667 Central Meridian: -98.5q000000 Standard Parallel 1: 32.13333333 Standard Paraliel 2: 33.96666667 Latitude_Of Origin: 31.66566667 Linea� Ur�it: Foot US Geographic Caordinate System: GCS_North_American_1983 Datum: D fVorth American 1983 Prime Meridian: Greenwich Angular Unit: Deg�ee �,�,�_ti-�i;e��r�:�;��,� c�f��i�����,�i����,e��h�a:��;���,�:,�� pr€�je�c�€si�,c�e�i�t��<i��,���.ts�t���ity r€����� ;., c€an�r�rt.��c���r•�rt��at�� irs�� t�i� �ar�s��rr�ci �;ric1 t�.�;: i� ��, _[ ca�ay a� i I�.� c�eliver��l� s��r�i� b� i� t�� g�rc����� ci.,�� ���., {v����,.�.{��,,,�� it rr� �°,° �a�) �r�r� :l. �ca�� �����a�s� i,�� in ir�r� ��C�i��, `�"� l�cart� ��i �� r;�,i ���1� z�r��• �'�� �r���rec� �r#� I�Itz�rin�.����t�t�;;; �, ;,� �,r>�;�„� F. Preferred Deliverable Farmat .txt .csv .dwg .job G, Preferred Data Fnrmat P,N,�,Z,D,N �o�nt Number, Northing, Easting, Eleva#ion, Description, Notes (if applicable) H. Preferred File Naming Con�entian This is thE preferred farmat: City Project Number_Description_Datum.csv Exampla for a pra.jec.t that has surface coordinates which must be translated: File 1: C1234 As-built of Water on Main 5treet Grid NAD83 TXSP 4202.cs� O:�Specs-5tds Go�ernance Process�Temporary Spec Files\Capital Delivery�Cap DeEivery Div 01\0171 23.16.01_Attachment A_Survey 5taking 5tandards.docx Page 5 of 22 File 2: C1234_As-built of Water on Main Street_Project 5pecific Da#um.csv �xam le �on�ro� S�akes O:\Spees-Stds Governance Process\iemporary Spec Files\Capital Delivery�Cap Deli�ery Div 01\0171 23.16.01_Attachment A_Survey 5taking Standards.docx Page 6 of 22 � � � � � � � � � 1�1G �� _ €... ': CP E�.= �o�.aa° � r t � ��. � � � Y�v� �---- �} �� e....,., 'x::� �......_ ...,�.._ '-> A.. t _ [�"J r r, �� � CI__ �; �_`�`�'._� � � ;�:: _._._.! ..Y;„; C �.� 3..a_I ....'�-:� �_` ' 'm i �...'"."' � ;_�� L �3 f � � \._.: �� t `l3 ' � �f �i , ,..,..,...,,. �� -.. _- ._._._ _ _ _ _ __.. _ _ _ ' _ �� � � �v=�aoa.ao �=�aaa.00 �� �� , � �.�.� i--- ,�� t.,..i - � �` � �� �� ».3,., L. � �..A.... �._.... + t _ _ �---t ; '� l�.I �.% .� W 1 i.:� I._,._ � L� y", �� �/�_ ....z.._ F�� 1/. l�illater Sfiakin� Si:andarcis O:\Specs-Stds Governance Process�Temporary Spec Files�Capital Delivery�Cap Delivery Di� ��.�p171 23.16.01_Attachment A_5ur�ey Staking 5tandards.docx Page 7 of 22 A. Centerline Staking — Straigh# Line Tanger�ts I. Offset lath/stakes every 200' on e�en stations II. Painted blue �ath/stake only, no hub is required Ill. Grade is to top of pipe (T/Pj for 12" diameter pipes or smaller iV. Grade to flow line �F/L} for 16" and larger diameter pipes V. Grade should be 3.50' below the proposed top of curb li�e for 10" and smaller diameter pipes VI. Grade should be 4.00' below the proposed tap of curb line for 12" and larger diameter pipes VII. Cut Sheets are required on all staking and a copy can be retei�ed frorn the survey superintendertt Optranal: Actual stakes shal! consist af a 60D nail or hub set with a whisker B. Centerline Staking - Cur�es I. If arc Eength is greater thar� 100', POC (Point of Curvaturej offset stakes should be set at a 25' interval fl. Same grading guidelines as abave III. 5takir�g of radius points of greater than 100' may be omitted C. Water Meter Boxes ]. 7.0' perpendicular offse# is preferred to the center of the box II. Center of the meter should be 3.0' behind the pro�vsed face of curb Ilf. Meter should be staked a rninirnum of 4.5' away from the edge of a driveway IV. Grade is to top of box and should be +0.06' higher than the praposed top of curb unless shown otherwise on the plans D. Fire Hydrants I. Center of Hydrant should be 3.0' behind proposed face of curb II. Sur�ey offset stake should be i.0' from the center and perpendicular to the curb line or water main III. Grade of hydrants should be +0.30 higher than #he adjacent top of curb E. Water Vat�es & Vaults f. Offsets sho�fd be perpendicular to the propased water main II. RiM grades should only be pro�ided if on plans �xample �la�rer Si:a�es O:�Specs-Stds Governance Process\Temporary Spec Files\Capital Deli�ery\Cap Defi�ery Div 01\0171 �3.16.01._Attachment A Survey Staking Standards.docx Page S of 22 � � � � � �� d � � w � � � �' o/s � w/� �' ❑�5 � WfL ���STA=2t4t} � � � � � �� � � � L� `� � � v � � . — � —�._._�_ m �- w g � E't f." �� b-� L: � t R � ""! �` ;:C ��� �u {.: i.] r ,� &.-� �:��; Y' � .:. ;... �� � � �: �; �:.,��=� � t:., �: �- �, ��,:.� . . � �� �� �'� � SsS c': � �� .t} }d. �� 5{(1 E � } � � 1 � � ( �,;.�s .,-- � �.__ _._._�.__ �� �,." y � _�.._.�-3.62 � � ' �.- � � � � �} � . � � � ,� �; � -- - 1 � �'��� �,.- ' S7A=1+72_&1 � C-3_89 ;', r-J" � t� � � � �� � � �4 � � � � � 1017 EL— 7p1 1�� � � �1 � � � � � � � � LL � L__L� � � � •L� ?:. Z} µ; e.� � � '� �.i c „� 1=° i�. af. � � t% � � � a� �: � c� i � Ci_. � [7 � �=. G� w i� r- x u � } � � � � � � � ...� ¢� t!i -i- �.t � mm� � ��_ s� �, � i � � 4j t � � t 5} i r?�-`" �. ���.,.��� �� � d '"- ��-1 ,.' ¢"' r� ; �: t�i Y. k,,3 rY ..�, ..-. j �i v �r°'� t'3,.� Gs•";� "i ��'�:� � ��.,_.. - ���:� y �.. E�€ �; W: , ��j.,t � O �r a � ......_. �.�..�... � � �,nie', �Q--:1oa.au= ----__�__..�. �4 � �T� w �- c p :� : � � {� }, � LS. `� fs� Cfl V:! r.: l�I. Sanitary Sew�r Siaking 0:�5pecs-Stds Governance Process�Temporary Spec �iles�Capital Deli�ery\Cap DeEivery Div 0�.�0�. 71 23.16.01_Attachment A_Survey 5talcing Standards.docx Page 9 of 22 A, Centerline Staking — Straight Line Tangents I. In�erts shall be field �erified and compared against the plans before staking II. Painted green lath/stake WITW hub and tack or marker dot, no flagging r�quired Ifl. 1 offset stake be�ween manholes if rnanholes are 400' or less apart fV. �ffset stakes should be Iocated at even distances and perpendicular to the centerline V. Grades will be per plan and the date of the plans used should be noted VI. If multiple lines are at one manhoie, each line shail ha�e a cut/f�ll and cEirection noted Vlf. Stakes at every grade break Vill. Cut she�ts are required on all staking Opt�ional: Actua� stakes shall consist of a bOD nai! or hub set with a whisker B. Center�ine Staking — Curves I. If arc �ength is greater than 100', POC (Poir�t af Cur�ature) offset stakes should be set at a 25' interval I1. Staking of radius points of greater than 100' may be orn'rtted C. Sanitary Sewer Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor If. �lowline grade should be on the lath/stake for each flowline and direction nated III. RIM grade shnuld only be on the stake when pro�ided in the plans O:�Specs-Stds Governance Process�Tem}�arary 5pec Files�Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 1D of Z2 ��am�le Sanitar�+ Sew►�r Siakes �rYsui � � c. �y� � �� � ..- '�,�� � � t^a � �� �tih- �j�1;u f � � �3 C. [i > i k (!-,.-., ��c fry � � C:: C.! � i� 1 dj � � � �(��� Q� � � � � � �33 G} '.° �' � -- i.x. Sc., � �� ' 7'�.�%�a �. SS J�� I STA=3+7'I� Il�rn c-�� II �� �-��I ����� g� '� � , � i� � p t-z�a„ � �j} ��'�I � �—� ^ ~x� � �. _ � � �� �� � �; , � � ..x. � i... � :a � �� � � � � �'- �.;�� r- sr. �:; � i _c t f tg _� r�.43 � j j j J� � � 7 � � �4 i ! � � 12'�o/s � ss �f � sna �+�1°��I w� c-a� l �� �-��l � �°� r� � � . �'� � � � . ; �., � ° � C] �— �J 3� i: .: , i�� j�� I � :.; � F.] €.... <z iu . U � ' �^' rvL � � W Ex: �:':x: � � ' ,, � � �r �r # i-� .- � ' ' 1 w;��� �� r��s ��s jl��.���,*���. j����� ''�``� 1 � '; � � � � � �ti � v3 � . : � � � ��'�`` ixl � � r � � � � � � � � � � ,� s� � � �'� � � � �a � ��, �43 r...�.� � �- (�j �' :- ' .� � ��+ > �� �„ � � € � � ,,.. a,- � � .� � ,� �m � � �t�' <:-j,n � �zq" ;f �; � � v-� � � €:.. � ;�i,.. :r e., �-- �•�, .il-. _ 2 cra �?' �x. �r f r� YF" S- ;� .�:: ��,ii_ Idl +%;:- L�,.e� dn fY'i L {�, ��: � �= � g� ; . � � � " - 4 �'` ;z � w �� "� :� ';:� . '"" � `= ` � . � t� j � � � � ` "- �; �" � ` �; c: � � � ; r-�: � , _ -;•. z , rsF . �� �'��� n �.. _ w_ �:y'?` �ii.�. � '}�, , ��t" € � ` .� � t., � f:, i i�7 i� ta �: � t -R ya � I L �.. C_} � .,. � Y� � � . II � i � `3� , � aC . 7 '+� �., S�_..� � � s�'ar [r+oo � �I �z, c-a€° 11 ��n � �:_S�z I ; � ' F+� �' � �i' ' � ,- �. � .�� , M-.__ r- . � �w �� _ i � ..; ; � � ' �� � �.�'� .�,.. cs � . � ', '( ' .� � .; .. � ,� ' LL � � . � .. � ��� � � . � � ..� r-. v J � � -' . . �' L� � � � ,�� f�, � � ;�:�.� � � 1�'� 0�� � �S II ��I i,SiA-4+00";�I � �-�� Il ��n �6�I � C-6� ( �,� � �, C�' a,i--i:; ;,�,�� "� �_ f-L � �: = . �. i � � �� r��� ( .�'i�_ ``' �; s� . . g -� F ;i.i; � c. � �s .,:. � �. -, : �. , O:�Specs-Stds Governance Process�Temporary 5pec Files\Capital Deli�ery\Cap Delivery Div 01\0171 Z3.1f.01_Attachment A_Survey Staking Standards.docx Page 11 of 2Z VII. Storm S�wer 8s Inle� S�akin� A. Centerlirse Staking — Straight E.ine Tangents I. 1 offset stalce e�ery 200' on even stations II. Grades are to flawline of pipe unless otherwise shown on pfans III. Stakes at every grade break IV. Cut sheets are required on all staking 4ptional: Actual stakes shall consrst of a 600 nail or hub set with a whisker B. Centerline 5taking — Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Staking of radius points of greate� than 10fl' may f�e omitted C. Starm Drain Inlets I. Staking distances should be measured from end of wing If. Standard 10' Inlet= 16A0'total fength III. Recessed 10' Inlet = 20.00' total length IV. Standard doubfe 10' iniet - 26.57'total length V. Recessed double 10' inlet = 30.67' total fength D. Starm Drain Nianholes I. 2 of�set stakes per manhole for the purpose of providing alignment to the can#ractor II. Flowline grade should f�e on the lath/s#ake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the �lans O:�Specs-Stds Governanc� Process\Tempo�ary Spec FIes�CapitaE Delivery�Cap Delivery Di� 01�Q171 23.16.01_Attachment A_5ur�ey 5taking Standards.docx Page 12 of 22 �xample Storm Inlet Stakes 8 i"i!..i i� {�oe F�anc A.�v�] 3. � � �_ i�":: Ei.,w"4;AT3ii'8 i»' .i�, � FI��NT {SIDE FA�iiV� �� ���� (5oE Faonc a.aw} 4�t".zP,i� � ��' lIl � htsfi �..�,°.*"i� � � oi i _� . a :� �*° ;� � n :� � �i E� r- (� i� E � f Q�, �rn' i�.ilb�� � Y"�7114�t! � � g•��, : "t%i�_ 'n:' . fi!:7t���'_sfrkY`.�C• ' o� [ f � �TJC � � ;+ p� i �I � E� �� f -A € � � �� p1+5TANCES F�i2 1NLET.'+`s ��,� _ � � � ,� � m ;o � ; � r 1 � � �, � � ,i�.ii�i�l; , ,`a4:., �� ' I I� I" „ � ; . ,,�; }��"; '� i . �� � � � �I ='�i.�i �`i.,:YC�Ai : � �t,- ra�:�� r3A� �� ;taS1 -r � � i�---- �� � �>_ Tf; - :�°rt"" �"-, � i � �1 + � O � —� €'`� I . , , +, I t, C7 . I ,� � } ': ?�tiii�t "S"AA:h: �r�� C� LY.��E# _ _ ..,_ -. i-'€_�j«'h�iiiE - - - -FSiC�E l'kF PAVE}J[EMi� sranonR� �o — ia RECESSEp 10r -� 24" �aTANDPRD [7CJ�U6LE 1Q' - Yfi.67 _...._. - .-., R.EC�5�[7 ppU�LE 10' � 30 b� ' ; � _ _.. _._ _. . _.�. ._... ...� . ..... ...... ..V. .,,.. ..,.. _....,». ......,..., .Y._ � _._ _. .. � .- r. - - - - - - -��� r � � � 8AC}� €7F' [�[LET i � . . � • s LL ' • 1�-- 'y'i.'•�'.1�;..: M..: i:" �� -]°a� j1I7 �I �, �I :; � I - ���t����: � � �,1 �s' �,� �l r� :.aA .'� � �C-� MF F'rt�.+�",�1i74T Fl� � �l T �si�� F�,���� �) ,. s r.,.£...,.. . �Lsc� �F f'AMEkiEHT �t��: r�F c`uRE� � Afl'fe4.1h7� _..�. _... _ �cCu£ � �f.YEhiEWT._.._. _ O:�Specs-Stds Governance Process\Temporary 5pec FiEes�Capita] Delivery�Cap Delivery Di� 01\0171 23.16.D1_Attaehment A_Survey Sta�Cing Standards.docx Page 13 of Z� VIII. �urb and �uiter �taking A. Centerline Stal�ing — Straight Line Tarsgents V. 1 offset stake every 50' on even stations VI. Grades ar� to top of curb unless otherwise shown on plans Vlf. Stakes at e�ery grade break VIII. Cut sheets are re�uired on all staking Optional: Actual stakes sha11 consist of a 60D nail or hub set vvrth a whisker B. Centerline Staking — Curves Ifl. It arc length is greater than �.�0', POC (Point of Cur�aturej offset stakes shauld be set at a 25' interval IV. 5taking of radi�as points of greater tha� 100' may be omitted O:\Specs-Stds Governance Process\Temporary Spec Files�Capital Delivery\Cap Delivery Div 01�0171 23.16.01_Attachment A_Survey 5taking 5tandards.docx Page 14 of 22 �xarnple Curh & �u�ter Stakes FR�N T �sia� �,�c�r�c �� FI\�� I (sia� ��cin�c �.7 � � ;� 8 ���:: ��: ,..7��. �c� � �;��zz,-.��.��- �� FRONT „.�.,„ , „ (SpE FkCIN4 �' �� � �� i.�, .vf i i � FR ON7 b � {SI�E F,4CING �} � tr' - s �� f e....... : -wi W " @� " m � p � Y i7 .- cc p J�j,( ' � : � � ;�. ' � Q�l�il ' � �i� . o�F�c—; #� :.� ?� � ' � (SIDE FkCIN6 R.4,'N.} �IC. ��� �� �w�� �a s'� '�, v o '` —, rEx� ���� r�; �;;s� �._.� � ,, e� :; "' ;,+ � � ��; i i�Fi:A�7 T:��; °� � g�� �— ! I I � " � '+ —. � �;: i .� '- �— ' y� � E 1 ( �.��� ..I �� -i � € f y �i� �T�` � T�'1r •7� wS�f?� � r.t� B�A.0 r�;� i ���.._ � � ' � � F' r� .-_F..+i�f ��'; �a -�h �� � .� ( _. .,��-x w— € i . I ' {�p?Y � ) � 4 t W i f' . . . . . • --.�, � t � � � �� , . '�i . � , . ,_ ; , r � � � .: . � _ _ ; - ,�..�'�-^_'�- � i . - �3A�-� 'f f� � � � �#s`�-.,� � � ' f ; �....�.,..... . __ . =,� ' f � t � d �; .��.�-..f� 1 P ! - �----� � f f � 1 ,_._-_ - ~ Q�,� N' �,{ , fi ' � �. �`�' ! s / .! f �ti f .f f ---�------- Ti�P �sF vi��� '�-.".,��J" .r y��,. ��.r _ -- �"l '' � .,.a•T ..�µ:.�,.,„^ •- � r` --� -�—_. � �, ..l _ � �. � ,� _ �- - � � 1 _ ,., '�,� � �,. � . ✓ '� r'"_ .��' 'r x, � �t'�CK �� C:J�� �`. �-r- r,.� w,,.� �-�` '� � � = w � � �� � ��., � b� FAGE �F s��1FE3 � I ��l ��� ���-'� . �� �� �� � � . _ __ _..�..-.� " ���,� ����� i�� ���� �� �-at���i�r�r �xample �urb 8� Gutter Stakes at Intersection �:\5pecs-5tds Governance Process\7emporary 5pec Files�Capital Delivery�Cap Deiivery Div 01�0171 z3.16.a1_Attacf�me�t A_Survey Staking 5tandards.docx Page 15 of 22 ;� ��� � �- `3' t � � � ; � ; � � � ' ... ; � � . ......... .... `�'-.. ......... _ ; ���. 14' 4/5 � m� SfA=2+501I F F+O� � � � u E LL W a � � � �' .r � �:;f � hi �}C _ �i: ;, , , ;, ,, , , ; �.� _ ..... ....... . ._: Y � �-• � �=. �: W _ - _ ✓! 4,] � � � g' _ _ ' �{ 'q :. K f� �., � ;�r r� Fec � — Cp Lry �„� L.' � f? = i�F ,.-;J: :� � ��y'� � r-,"': 3 i.,F n�', �`.�� �`=� �r C:.: 'vw f� .- � � � �. � il . W 4 W (-� CD 6 �'' � 's.'S", �_ q - 9 ��k ��� �...,.. {.,.: n .`+.*d. ' '- .. � � ��I �3?3t;.�5iE: "�Y! ,t7S � � i f� '�� �� i.: y.. � ' f':�A:'%=�w � — — -� �= � ,. • :, � �., :� t:� v� � � .' 'v r:3!-'' a' � rr ,., �- � _ A, �EJ Y � xt^ di _ f µl4�;i / w lY^ � � ay L1 m � ' '=. [� � l_' c � ihL- �) r':i3 � �.. ��° � aL �- � _ � `u te.i U1 (� :x.3 _3 <i. � P3 � h= J�C? `��c � , s;� � .. �� � � ;� ..._.. _.q : C� � � �� � �' i `Fr `r�`x� � `� S �,:K .� T.-. � � . :k� � E v^. X 1 � �' :6 ' � �� � 4 .� ,� eana �o xave ;� � :�:�3ra� �_�� h�,�r ;�5 = c� y, Y . � � : i;; �i ; , fl � �:� � � ` ` �, �• �� r�C i1r� . K �. � ` :%.,c:T.. .. � � 1�' 63,�,�-;...� ���;�'� �ii: O:\Specs-Stds Governance Process��Femporary Spec Fifes�Capital Delivery\Cap Delivery �iv 01\0171 23.16.01,_„Attachment A_5urvey Staking 5tancfards.docx Page �.6 of 22 135. Cu� Shee�s A. B. C. D. E. F. G. i' � �ate of field wark Staking Method (GPS, total stationJ Project Narne City Project Nurnber {Example: C01234J Location (Address, cross streets, GPS coordinate) Survey company name Crew chief name ���-'i7�s __��r!.;, .�;`�,""-i: �-�� „i'� �i� � ,�ii ��i�" �i;� � t �83�k�ii:��'i�'i��6, , S�andard Cit�+ Cut Sheet Date: Staking Method: LOCATION: ❑ TOTAL ❑ GPS STATION CONSULTANTICONTRACTOR SURV�Y CREIII! IhlITiALS City Project Number�: Project Name: ❑ OTHER {' r'. �i'��i:', � i:�`Iltr�-: ALL GRA��S AR� TO FLO1f�JLENE OR TOP OF CURB Ui�lLESS OTWERId411SE NOTED, PT #S ATfON OFFSET pESCRIPTIOiV �ROP. STAKED _ CIfT � FILL -LTI+RT GRADE ELEV. O:�Specs-Stds Go�ernance Process�Temporary 5pec Files\Capital Delivery\Cap DeEi�ery Di� 01\0171 23.16.0�._Attachment A_5urvey 5taking Standards.docx Page 17 of 22 X. �1s-built Sur�ey A. Definition and Purpose The purpose of an as-built sur�ey is to verify the asset was installed in the proper location and grade. Furthermore, the inforr�ation gathered will be used ta suppfement the City's GIS data and must be in the proper format when submitted. See sec#ion IV. As-buift survey shoufd include the follawing (additional items may �e requested): Manholes Top af pipe elevations every 250 feet Horizontal and vertical points of inflection, curvature, etc. (AI! FittingsJ Cathodic protection test stations Sampling stations Meter �aoxes/v�ults (AI! sizes) Fire lines Fire hydrants Gate valves (rim and Cop of nutJ Plugs, stub-outs, dead-end lines Air Release valves (Manhole rrm and vent pipej Blow off valves (Manhole rrm and ualve IidJ Pressure plane valves Cleaning wyes Gean outs Casing pipe (each endJ Inverts of pipes Tur6o Meters O:\Specs-Stds Governance Process\Temporary 5pec FiEes�Capital Delivery\Cap Delivery Div q1�Q171 Z3.7.6.01_Attachment A_Survey Staking Standards.docx Page 18 of 22 B. Example Delir►erable A hand writter� red line by the field surveyor is acceptable in most cases. This should be a copy of the plans with the point number noted by each asset. If the asset is missing, then the sur�eyor should write "��� �f�t���" to notify the City. O:�Specs-Stds Goverr�ance Process�Temporary Spec Fif�s�Capitai Delivery\Cap Delivery Di� 01\01 71 23.16.01_Attachment A_5urvey Staking Standards.docx Page 19 of Zz � � ' [`� '���}�, ' y ka� I'� � ��� ! "�' �' � �� �' 6 ��'_' �'� �� �" �° `� � � ";� F g� �, ��,� � �,��,i �� 4- f�i 9'��.� I i a,'� �� � ��*�� ?_ �'���� R�'I'� �_,',.i � �, ��P � ��s� �'s'�' `�`;� £�l:� �� <y_� � � � � � �� � � �� � i � �� � ��n. � � � � �� ��;' .� � �� �� �_�z : � M.-f.: �4,,�w:} tfr 'e;.z.YYa? 1J'v"` '.i��$.R, :5$ ,'� E:G3�� 52 �" .4 �ii � � �a � ���� ��I "F�4�.: 7 ��� u�' I�� i§ Z t :� ��; %�y � I•!�{��� � � _i'�r�ri �� _.._._ ��r;��s �wn x.;.z�rr _ � ____'�',5�1�5 _ �� _ �,�-�r�� �w i � � � s__�"� ' . � k� ° > f t �- .�� �.�a � a1i' .'i 'a � F : f ' � � ' �-�11�� � . '�i �. �--'� � _ � ' ? e $��- 4 .....�._�:......., . : �r i��y��� <! � � _i.lr I �� � �. � : � ' �;. ° 1 � °,m_. : , _;�.�, ; i; . =; , � , :: , , .� k- _ .. ., �. � ... � � .�: . . _F},� ' _�� _..... : _, � ..,: .;_ � � r °`�' ���,: ; I . :. . ; , � 4 , t 4 � �� '�: . i� � E.: I s . � � � . ... � ._� � . �e� � � �.�" I� ; . � I' � � �5.� � � � ; ;._�"���� , � � .. --. a �¢ �� �.._,� , ,;-> .. . � , .� ,._ _ � ,, 4 -�. , : � "�:; ��` ' i �� i � z� .��� �t��, � ; ?� � �—� , � � � _z x ___....�. . �! � � 1 v��' . � : , , � ' ' ' , s � � � � i' .�. -a�,q I . � ' ce�9 .. ._......T ]iu::a'. �' # � , . , ._.�-,... � ';�k �l ' ' s�� � ���k�Y;i� — _ '_�' �� _ � � �� i � C;3 ' ' �,' ,�' � 3-'-, ,, �� ���� � �I''_�_�� .y � :�`��'. v� � 7 I . �' � � r�,% �����{ :,: �. 5` . _ �} • �� � �- �a �... - I�.,. ' i: �s�� �� . . ��` a�$ 'i,.*_� �i ��t ;����:; ,:� ;j� . �f,- � .� �� . � ,.-__ . , _ �$ � T1 �� . �a ;� ..�., i �£�'��Y� �� �.� '.. � � _ - . _....-�"w . Yt � ' � `,��+ ��! I' . R ��{� ��� � 4'�n � k��� �w M1`' �� : ',�� � '. , I����'� � ��� � .:x '�r �.�; ��� ���$'���1F'` -_=,c'� � � � rk� � A W-"-�---�-- t `f,. ti�i ����4 -a„ -' s d I:; i@' �"'" w. .f9;-�:�x' '.-,M1.��.�"'-. : . , ._ ��� (, \ # ? '' �'� j"yy� � " :�': " � -g' 'Y. , g s / �fj ••, ' ' } ! ' � � !�`� R@ j �/ %�{'� . I; y Q'�.,� f.,`' ���l 9 �� 14 f� ��I �S� �!p y �A\ �5�.��FS�. , . I 4�i4Fii��� �, �`�(• - ��ia€p�; i�r � � ��a:,.�� '��: �� � � • ���:{�.;�_t;;: ;�' ��s � �F,�d.l I''i � a� Y�_z� ' =f i�.� li _� ;� _��' S:'`':a y�':�f!S ,j.r:.i..j�� � I� sa -,� �z,. �. � �.�.n� I. a .� -_ — . - �-� -------. ..: .. � r�.} } 1; -;hi J i- fJw�y � "_. ...:.� � . , „ -.1y," . I ' --'-- v y+�,�, '^r z�wr= '- �,: � -�-' � � I I.Y�_..- -� 5un=: � -.. ':'.'iik'.� � ��-- _- +�^ �� ...:: � ' .. ;"if7r I ..�'�..""' .. :�'�..� . �.. ^ ' """ "..�� _ ��_____ . --�''_l�iY11 j . . ._..�I � �r�'- .�II.J__1','�_'�' Ir�i"t_. _ _I .�.:�� . , ., _;.. _ � _ .. .. .�. s� f:—�==i�: -, =��'��-::... --�---�—:r.._:.. --- - : •�.. ; ., , . . .— � T:— �.4_:I""-..i +' '��' . :.__;::- ,k:;l.,'��;�° :;:-_ ;..- . f. � .... __. . �;i���:- . . �:�., � ; , —�--� � �� ..: �. ' :���-_=...=_=r::_�. ��. -.1-��.!,-�� _-��.,,� �� ..��, � �:..---1F� ��� .:� �-1;� . :��. � :�.. , . ��__..��- �;.,I:. --. . = ----J�-���.��' � � � _t�;:_:.-�; .�` . � .. �f .. . � .��` ..—f'T-„"�a.t I. -.::..._._: � . . ��::;`��. �1,','— � - ,, y : .-- �� --;.r� �r��.. � 'r'�{ � � ,- :__-: :. � ,� -��:-. s �� -' .��� -�' � --._. : .': � � r � - } � � --�---� i i - ,+ . - . . � . �_ ^' �� 1' ' �'. .55��. .�� �_ . � .:.r� . -.--i-=' i� .._. . . .. __ �::._� , , .i :r.r . . ��,.�,; . . _.._: . .jt'. !. _5`f�. _...:i . i � � � ' :_Iri-': : +r} '��r ---� ! :. i . - � fi3t1}�a%�,:1-._. ._r. � �: �—=--�__u: .. ,' S . ...,.,�i�•�: �.s�-..�.��� -� _ — -` ��a�F.. ._ �; ..i-��`'' �x�� � - � ' �' ,ax: F. "--.,' — . i � -' _�= - ..__ . ._ . . Tfr�. --� AW Kie'I�"_' ' . . .. � � ...'iiL,. ;: ' '� C�"---- -�' _. . _a'��•����r� `� � � '' f'r'�` ' .l }I.; I '�kr+ ��-' ' I' � - .r��'.,5'�� rf.-�-!- ���i�_ :_ ' .���1"'ki � ..' ., : " . ' :'" _.'_..I. _— ' _..: . . .. I'__ '�'i I" ; ', 1'����'' ' _ — . }. � � , �� M1�' q' ![ T '�� t � 2 ) Y 0:�5pecs-Stds Governance Process\Temporary Spec Files�Capital Delivery�Cap Delivery Div 01�07. 71 23.16.01_Attachment A_Survey 5taking 5tandards.docx Page ZO of �z �.�y� - i�1�1. rw_(;t.;�l��r i� -Si'LO+dp:C�l "!�'t�L iFifA'f! LB47 �Ig �h�PP. � SYI�E'R �� FJE'X 18'� �' � f�#°�;�AVAA� F� . , �,�?/1i�7.�_ � .",1"A �Sit� - J�'�'�L fFGai'A t�?} HELS3YE �L �17'✓R�' EYlST, �':E 1�ALi'E � R�/i- t�NNf:CT 7Y3 �,Y/S'�:#'WAT'ER JJi�7'K!a P�,�'.'SY7ff!) �� 1-l<`GX 8'f�1X;�� ft2'�'EY�ldi�E �""�� f- ' i'•P�3'7J754 �„,,,�„«� �� � � t�rM'Fd'.�'NC �N'' t- rmPA'n�t3 d- '�iV 1 S7'A{7'P�%tIf- 1,2'9YL '� -�"'� �,'f I l�i1f7� t-d@'�M� �:'HD �7'Ali�.tl63'S w &�R�L �. 1h�9�ii�6f,JkZS &� , PIlSIX� �q. i,��� . �� ���� �x xk�� r� � � ltsT' � ����; C...: '� ,pae wA�q.'�+;�eray�ecrrn ���'"'� �4� criMrvewzs� �� c�.^ �RiA.�a liFiIGVE .�X137: a t2`34ATiE7f � � '£.�, °t�! ia� ������i �� �� � : T.�� � �,�: Y. ��� ., n� � � �' �. � �� � �� � ������� ,� ! . ��� ��Pll `�,✓ 7 1-d�`N 8A� tE� `P � �-S�IFE Y - -�` ,.�°"� 1-FiR£ 1A' NfF 6'frYtlf7AVr i.f'.!U ,� f rrz�aro� vwr� tr��(�iA�d9 �` �e:�?.�z'173.�'Xa9 LDV' T C� t3 �+�� �s �: w+sr-x,s :Y'CY07' � ^.✓�'n� r�s 3t�s,� tA,&,�t�7LY �sc�.a�s� �"� � �: 7:,.3.3A ( � �� ��� � ��� . ` �� TL'h! •z' .. _: r S yi�-iF��- � �� �.. � r:,_..�.. - -� - z'�j '� /�.'`�'i�d3T�f�` __� .r._ —_ __ � :. �- ___�--mm ...��.. �;,... ."� _ �-_..� s���.....:. � ..,— -. �g 4�,� � -- � . �e � s,�€v,+� �:�' v.�� - r��r tr�r a '..�s ���a+��.rrs�s � u-��.�^ ��rr ro 57'A Pti:lAk � 1K'i`LlFtt7Yf7 f 1NS'i`i�lx hiE"1l.1.''.�t.Y1� 51f'k:Y� 57 !F t�f' t�WRFFg1 PfP�' �7N�f TC1:�'i.ST.�"'d'�7'"ER N�F."v�?P)l45:.� � �3P a � � --= � �_. �_. . i i _ -,I _—_� i . � i i' � � � �_ _--- _ -- -- i -; i - _ _ . ..'i--_—_ I , - .. - . ' _ -_ T " i.+.= _- . - - -.- - - � � �; _ - - - ' - � ' . -�- �� i -I ...._ �: - - . . _ . — ' !r�z= — ^ --r -.- _ "r�— �. _ ,-. ;r �_.F.r. . . �..__. . -- ;-�;+},t „�f�_ v. xc, �. ., .�..�..� �.�_---� � � � �: {.,' ---8' —�-- -� .,� :,, - - � -�_�.�.�..�..T.. . -�' I, � � 4T- i,��,.�._. '_ � � .—...,....,e�. �a �-'.�:1- �i',�,.f Pi�Q�li�a"f,1 � ��` SAAv#i"�' ' ��"�' a�,.'�`��. S� Si��'E � �� ���� .',. `� z . ,,, �I ii MbRSaR ^^ , !lMST14�1 )-i�'-�Y� k A�Gd2.�.�°r'.� ���.�u�P =-- -'�'- � —�`iEr'i I�i _ � -i:--'I--i��----� I - . 'Ft{f'� O:�Specs-Stds Governance Process�Temporary Spec Files\Capital DeEi�ery�Cap Delivery Div 01�01 71 23.16.01_Attachment A_5urvey 5taking Standards.docx Page 21 of 22 �� �`� S ! -�$ . a 3'�P � � , � �� �� I i'`i �� `r �$ �� � 'dyg����1�3 �� ��' ! � ' I g� �'1 : . ' ' 'f �s '�`�-: ��'if .�. � . . ,�.� �� �. I a oa �� �� �y �� a�1` �j {!V L� q 4t�� �5" �x� $ �.� ]�; z �y � � � �'+� �?1-i � ��ir- � t��;� � ��� n�s +��! � T �$ ����h• *�� p S ��m �� �`L4PStr � �.;' ��, ��e� a :' i �9 ���. � �� 4a �k 4�gR w��� ..+' . � 4� &r`� { � � � & . t� 4„y=i4._i,'_ � n� `� �'' r �� a �� !'.. i..A �e � I � i ._�.,........_......,..�_ _ v I iY � j �� �.� i: � ��� � .I � ! N � � � � V � +: 3 a 2 n � I � ....��� �da, � � i�� —I '��j I � i C,+i � . � $ _........ .�.�......_ , ...,.....,.�q � Q}� i5_i ; ..r ' I s w� ; `= �w , .- �ti L ,--; _ 9- ,. ,. , + . � �� ��� .....:..:_._:���� f,' . ,, , ,. �r 'i � - c�� ?--,-�` � e����; � I 59 u. �.� ---��,�,�:- � �__. � ( ;�� �w�,e.�. '��"'.-�.� h g� � ` ��� I �����. �. -���-`��,�� h ��;\ \`�n��� c--�-= $s —��t,.. .. `$ #5FF' � +.r �`t������ � � �� € il I.���� �� ��f � r I5i � ��t j ' `���i yii�s{t�lali��;.��.1 - - � k ti 1�- '� � , - i�.���'i- r'-'if ' "'i� I :'I, ' :II �F t. I.' I �ml.t �__ �` _ � ?j'y'__�j����v� �� �� I ' � I ` .�i4 � I�y��pw$�.�bb p � I . ���E� �� 4 �9ey.4g� 3� .� i�_ ��� �� g���� a: ;�-�'L�4T. �.4h$�44:/�.?s5� i'rIl" i _ . '1 i ' j . . I � � ' ���� ` ����� �� �,i��i� �; „���. � d�) � �Y��}� 4t .,y � �`' � y+ � � i � i �.3�'u �3 i; ��:: �4 ' �� � }�I'..tix � � �`.='.,.w ���� s.� I� `���; 3� � ��� xB�lx - �� ����' z Iti � I ��3' � IS �g� Y '.� ��g��� � �{� i3Ig��K�xi��-I�..�.' ���' _ � Sxg�! �i �. � i_ ��`a`.�':'- �"�i : � p �� � �: �: i � � � � � ., . ..--- . . .. .. . ..... ... . ...... .. . . , -T ;; �� �,�?��.t`,�;�±�T?.� �',e��'� k�,:�a����-=;����,' ..r--"„ ' _�� - - --r-- "-- ' I. � - . �.:. . i' I .I.�.._ . . �_.... -ii?�=..___,... -�' -r,=--- -��,�-' li.' --�---t� �_� �Y�--� 'I� - -{�����-�r-�- -���-'-�� ���--- ,' ,�, ' I - , ' -� ' , I_ l - �+ I�.�� a--tl':Il�i._.I I�l+'I��i:-�---'�� ', fl,ll� �`_� j :.�-.:: �--�=r�- ',?������ . .;_. . _ �i�_�•�-_�-�-�-�f, .-�.T,Tr - � .,—� �..—�t�--�����'_ ',�',� . �,�,-,:I_. .;I�� , .. ,., .� }' . :i � i. _..� �.._. :'II� ._I�I� . -i' -'�'-,. .. ....... .�� �.'�rI 'IIi. .��' . __._..L.- +tf:t�"1K _��I-:. +�...�.. .T1;_ � }� ,. . �. . .F . ��i-]'- ��, n��„ , ._ . : � � � � � -.-� ky,:.a. —,�{�::;,V, �-=e-� � _�.. . _:.: .. j � � � i 1: ' ��i� � ---- -._-. ... _ ._...._._._ . ...._�I ';4�'�;�---.'�1�Ti �.. . . . :.. .:. .� � � � .� � I � .' ' . _ "�_.I i:ll4r�..'�r����' "" .';�.;.I. !_�j.'_�� �. ' ' � - � �y , �; ' . -- - �-'-' I =,1 �A° i � �F��� �',i r„ � �.. �: � . . , +� ��, � �¢ - -----� -.E�.: :r+ �'i7�.. 5j�._;1' . r .,.��;: ' �� � . ... � _ . _ � , � _ ' � � .0 .- !�' .�..' ..a -T�.� -+�r � �: :� � �4 � � � , �, _ ., :. ",' : ' : '�::_.' ..:_�� -�-- - � ;� , . .:. ��� ���� T__::,- f �� ... M w : b " , '_ ".� - � 'I..: ... �k -�r- ._�1 � :� . �'' $ �� c�e . . ._ .� � fi� . �4:_ �- �- �_:-' �E'�� .i' � ._I' ....-- - � I ,� �I�, : ..I--_i �`.� ;�.���� a� � �'r, .. .. � . I . .I .' ' -�;- �I'J I�F�r�' � 3. q:€.L�. _...�. . � ��'��__'I;'�..'-...��.:_i._i��...'i�l..-.. � i� � �� � ' �', ' :I .�'�' "I{;,--- .i; ��i.. . i. �,I�:'y .: ��--f,x` _ � , i - i I . . . ; �' ;, � �a .��---, _-L"c.::i'".'i�'_;:I' - � _��l...___,:�b'i'1 . �.. . _ :,J_�__ . f � ,.._�_ �, „ ' -.I, :'"_: � �� ;� i �- -�fG�.'.:.� �. ,r� .j; ' , � �'':: „_ �I!.:I,I-�- �j,�';, ��. �� _. .,_ ., � ;'1'''_.I;. ,-_ : .�; .. .:�; ! :'{:.�. _�. ��y��_I� �I ��I� '14 _��' F .. . ...: . .: �. _ .. _ _ ,// � r �ef .,. .i- . .. _ k .�- r .. s. s i �_ ..�.�..� ___ _ ._ ��'JF .. ._.._.__ f - - - ' � i' ������ r� ..... .. ... . ... i ���: i (ffr 'i: 'I' ' R �II I ...� —I'I.- —_ _ _ _ 'rl� . I .. . � ' .. .�„. �Fi.',y.�r� .�':., ' ,� �''.� ��'_-':' "; f�...�'.�_. �h t �_ _. ...: . �i!h''.�k��i ,: _: .�_''-_�._..---J-'.a.`o.,����� ' �k�� ? -- --�� _;�� i_�'��•::� � �y �� � , .�_ ��,�; !� .� � { 4� . . I �i:ii {�{.� � � ' � I�. � .. i5't1�h' � .� ��'+' '�''�i�` '�1-� u�.r. i' � I��� ;y' .. �;- -- . _._ . .��P�. " "- � , . _ � � �' - � . .- . , �:'�4<��:�� _ ._. , , � ��i � ���� I -y'. -.I , - '•. � ' � . ; ; ; �� ' ��.� � ' --� ----; _I .... . _ � �� _ �. . _ ._JL . . . .:+.,.. _..-- �-- — -.�i;Y.,.J; ' �.�.,. `aM`"�-'��,�. ' ,. ,i ���ty�l�"'Fot,' r ��� ��,r,.I,��FY�'I ... _ �� .:�:�� �� — .. . . ._ � . . . . � —_ , A ; . . .., .. ; � . �. . � . . �,.q�/ .. � . ._,i ._.._.. .. . � . � in . ' �S' ;'� -i-:- .. �`i:.: i o� � � .+Y.�� ;_�'.y' _..::-�.... ,t;: -: ,_,, _� ._;;.�.: _'_L:'� �: ._.. y . _ .,...----�i �I-.� i �a �� � +>.��f' � �'a� _ '=1: __� . . ..�__. � i - �Y- r'i-'+ .. �w��>� '`�,� . � YI , _�' �i ,�L Z+ � - - . _� -_ .._ � - - , _, .. ; ... �� . ,� :;�. _'�� „ w .;� . �t , .., 23.16.01_Attachment A_5urvey Staking 5tandards.docx Page 22 of 22 O:\5p 1�01 �1 Page 23 of 23 23.16.01_Attachment A_Survey Staking 5tandards.docx Obviously the .csv or .txt file cannot be signed/sealed by a surveyor in the format requested. This is just an exarnple and all this information should be noted when delivered to the City so it is clear to what coordinate system the data is in. PL�INT I`JO. i 2 3 4 5 S 7 8 9 1R il 22 13 14 li 1& 17 18 19 70 z� 22 23 24 2S zs 27 2S �9 �0 3� 32 33 31 35 3G 37 38 39 ao 41 42 a� 4� �15 �1 b NOR'iHiNG �AST9NG ELEV. 6�34635i.189 223b079.165 69hb26�.893 22�iti0S1.141 fi9G63ti7.399 2296038.30G 69�67.2p.583 2296011.[i25 694G135.23 Z?96�15.115 &9�1�i15CS.528 2295�22.724 6946i3fi.012 2295�92.115 G94Fi0Q2.267 2295919.133 fi9�t6a�3.056 2295933.4i8 G94S984.677 2Z�S88i7S2 69A598G.473 Z�95S6J.893 fi9A5895.037 2295f#GQ.462 G 9 458 9 S. 591 2 2 45 8 52.1 S 8 6945934.286 22458v'1.925 694593fi.727 229583D.�1 5�45835.h78 2295799,7(77 69�t5$17.�F88 2295827.011 6945759�77ti 2295758.6�#3 6945768.563 22�577$.42A 6145743.318 22957&&.392 6945723.219 23957543�4 6 345682.21 22957 A4.22 6945621.9(i2 2255669.A71 fi995543.407 22�35736.Q3 5995571.(359 2295555.195 69�5539.�i98 22956b3.SD3 6945515.�34 2295613.�I9 69454z7.879 229558q.27 fi34545F.557 2295G43.i45 6945387.356 2295597.701 6945370.688 2295G[f6.793 fi945�83.53 2245&1U.559 694532I.228 229555Y.105 6545319.365 Z295534.7�8 b9452�2.289 229557D_7I5 6945233.624 2295544.67& b945206.983 22955293D5 594514�.Q7.5 �?955S7.6F:{i &)45113.�€45 229552Q.335 5995449.C32 2295527.345 �sasaa:�_ozn 2295552.F75 6445Q38_878 2295552.147 69450Q�a.397 2295518.135 694A944.7�2 229SS2C1.63S 66�A943.432 2295556.479 69AA86CI.416 2295534,3'37 pESCRIPTEON 726.09 SSP/IH R3ivi 725.658 GV RIM 7�6.85 GV RINI 723.358 SSMH RIR7 722.123 GV RihP� 722.325 �H 71�J.4�t8 WM RIM 713.331 4rVEv] RIM 7i3.652 Ca RIM 721.662 SS�H Riiv1 710.Q4G WM RIM 7pZ72 WPdI RiiVl 7U$.2(35 WM R1M i09,4fi7 4Vlvl ftt[�! 710,084 CO RIiv9 if37.7i4 SSMH RIM 7U8.332 5SMH RIM 711.218 SSI�i[ RIN] 710A86 GV R{P� 730.63� GW RtM �sz.sa� sv ��n� 71-6.6�G WM RIM 723.7fi �hIM R]hA 719.737 C{3 RIM 727.51q SSMH R[M ]29.123 WM R[M 732.689 1t�lM R[M 74Q.521 4V€� RIM 736.A51 GC7 R[M 74D.75S GV RtM 7A0.976 GV RIhA i40.408 FH 7AC�3A WR1 Ri€a7 74G.777 CO RItUI 7A8.450. WNI RIM 749,59 SSI�H (tIM 751.(�58 WiN R!M 750.&53 Wi+� RtIYi 751.571 Wi4i RIM �sz.zs� ssn�s� �inn 751.79 WM €31M 751.88 WM RIM 752.G.15 WNi RIfVI 7SZ.SD� WM R1M 75Z.155 WAr1 RiM 752.�86 SStvTH RIM ' . . � �d } , � ��r..�?'��� � ;� .���• ��.�..z -. ... .. ;'�, � d��: . , ; �,_� f• �� ��. �..�. a � c.. =� �T" a • ' �r�. `. L.± � � £;:.-:� . � ; .�4: �s i'�-�- t�� � . . ..,C, ' �.- , , qt i�...3 �� cn �1 i� �s�,,n �. ��W• � �. ,'.�. " . , �.g ., r. _ -? -. �,. .... L: ; � .s, �" €c. �. . r -x-,g:,:. r> r � -`' -a'$"i�:. �� £. , ` � ���: f�_.' ..-.. ��,. �_� �� I � • _, �`�`���t�1� � � � r� �� �'� �n , � .. �` <� �� -::�` o:�5pecs-Stds Govemance Arocess�Temporary Spec Files\Capital Delivery\Cap Delivery Div 01�0171 23.16.D1_Attachrnent A_5urvey 5taking StancEards.docx Page 24 of 24 C. Other preferred as-built deliverable 5orne vendors have indicated #hat it is easi�r to deliver this inforrnation in a different format. Beiaw is an example spreadsheet that is also acceptable and can be obtained f�y request frorn the survey superintendent. O:\Specs-5tds Governance Process�Tem}aorary Spec Files�Capital Delivery\Cap Defi�ery Div 01\0171 23.16.01_At#achrr��nt A Surv�y Staking Standards.docx Page 25 of 25 O:\Specs-5tds Governance Process�Temparary Spec Files�Capital Delivery�Cap Delivery Div 01�01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 26 of 26 Ol 74 23 - 1 Ci,EANING Page 1 af4 SECTION Ol i4 23 CLEANING PART1- GENERAL ]..l SUMMARY A. Section Inc�udes: 1. Intermediate and final cleaning for Work not including speciai cIeaning of closed systems spec�fied eisewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specificaiion Sectians include, but are not necessarily limited to: 1. Division Q— Bidding Requirements, Contract Foraaas and Conditions of the Contract 2. Division 1— General Rec�uirements 3. Section 32 92 13 — Hydro-Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Paymer�t 1. Wark associat�d with ihis It�m is considered subsidiary to the various Items bid. No separate payment will be aliowed for this Item.. 1.3 REFERENCES �NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling l. Schedute cleaning operations so that d�si and other contarninants disturbed by cleaning process will not faIl on newly painted surfaces. 2. Schedule final cleaning upon co�np�etion of Work and immediately prior to final i�ispection. 1.5 SUBM�TTALS [N�T USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MATNTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSiIRANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning pcoducts ar�d ctea:ning wastes in containers specifically designed for those materials. CITY OF FOKT WORTH 201 S Bpnd Ycar 3, Con[rac[ 7 STANDARb CON57'RLICTIQN SPECIFICATION DOCUMENTS City Project No. 1DI453 Revised July 1, 2011 01 74 23 - 2 CLEAi�IINCi Page 2 of 4 111 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2� PRODUCTS �1 OWNER-FURNISHED [o�] OWNER-SUPPLIEDPRODiTCTS [NOT USED] �.� MATERIALS A. Cleaning Agents 1. Compatible witla surface being cleaned 2. New and uncontatninated 3. For manufacturecE surfaces a. Ma�erial recommended by manuiacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.�. EXAMINATION [NOT USED] 3.3 PREPARATION �NOT USED] 3.4 APPLICATION [NOT USED] 3.S REPAIR / RESTORATION [NOT USED] 3.G RE-INSTALLATIQN [NOT USED] 3.7 F�ELD (oa] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.1U CLEANING A. General 1. Prevent accuinulation of wastes that create hazardous conditions. 2. Conduc� cleaning and disposal ap�rations to comply wiih laws az�d safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in sfiorm or sanitary drains or sewers. 4. Dispose of degradable debris a� an approved solid waste disposal site. 5. Dispase of nondegadable debris at an approved solid waste disposal site or in an alternate rr�anner approved by City and reguIatory agencies. CITY DF FORT WORTii 201 S�ond Year 3, ContracE 7 STANDARD CONSTRUCTION SPECIFICATION DOCUMFNT3 City Projcc[No. i01453 Revised July 1, 2011 01 74 23 - 3 CLEANING Page 3 of 4 6. Handle materials in a controlled manner with as few ha��dlings as possible. 7. Thoroughly clean, sweep, wash and palish all Work and equipment associated with ihis project. 8. Remove all signs of temporary construction and activities incit�ental to construction of required perr�aanent War�. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 1Q. Do not burn on-site. B. Intermediate Cleaning during Construction l. Keep Work areas clean so as not to hinder health, safety or conve�nience of personnel in existing �acility operations. 2. At m�imutra weekly intervals, dispose of waste materials, debris and rubbish. 3. Con�ne construction debris daily in strategically located container(s): a. Cover fio prevent blowing by wind b. S�are debris avvay from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive �nish painting. a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Interior Final Cleaning l. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other foreign materials from sfght-exposed surfaces. 2. Wipe all lighting fixture reflectors, lenses, lamps and #rims clean. 3. Wash and shine glazing ar�d mirrors. 4. PoIish glossy surfaces to a clear shine. 5. Ventilating syste�aas a. Clean permanent f�lters and replace disposable filters if units were operated during constructian. b. Clean ducts, blowers and coils if units were operated without flters during constructian. 6. Replace ali burned out lamps. 7. Broom clean process area floors. 8. Mop office and control room floors. D. Exterior (Site or Right o� Way) �'inal Cleaning 1. Remove trash and debris containers from site. a. Re-seed areas disturbed by location oifirash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to reaaove all rocks, pieces of asphalt, concrete or any other object that :may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, b�t not liiniied to, vaults, �nanboles, strUctures, junction boxes and inlets. CITY OT� �'012T WORTH 2O18 Bond Year 3, Contract 7 STANDARD CONSTRIJCT{ON SPECIFICATION DOCUME3VTS City Project%Io. 101453 Revised .luly 1, 2011 Ol 7�4 23 - 4 CLEANITIG Page 4 of 4 4, If no longer required for maintenanc� af erosion facilities, and upon approval by City, remove erosion controI from site. 5. Clean signs, lights, signaIs, etc. 3.11 CLOSEOUT ACTNITIES [NOT USED] 3.�2 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USEDj END OF SECTION Revision Log DAT� NAME SiJMMARY OF C.HANGE CITY OF FORT WORTH 2O18 Bond Year 3, Contract 7 STANDARD CO�ISTRUCTION SPECIF]CATIOI� DOCUMENTS Ciry Project No. 101453 Revised 7uly 1, 2011 oi��i�-� CLOSEOUT REQU�REMEI�TS Page 1 of3 SECT�ON Ol 77 � 9 CLOSEOUT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for cIosing out a contract B. Deviaiions fram this City of Fort Wort� Standard Specifcation 1. None. C. Related Specification Sections include, but are not necessarily limited to: l. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requireme�ts l.2 PRICE AND PAYMENT PROCEDiJR�S A. Measurement and Payment 1. Work associated w�th this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. I.3 REFERENCES [NOT USED] 1.4 AD1V11NISTRATNE REQUYREMENTS A. Guarantees, Bonds and Affidavits 1. No applicatiian for final payment will be accepted until a�l guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application far final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. LS SUBMITTALS A. 5ubmit all required documentation to City's Project Representative. CITY OF FORT WORTH 2O18 Bond Year 3, Contract 7 STANDAI2D CONSTRUCTIQN SPECiPIC11TION DOCUMENTS City ProjecE No. 101453 Revised July 1, 2p11 OI 77 19 -2 CLOSEOUT REQUIREMEtVTS Page 2 of 3 1.6 INFORMATIONAL SUBMITTALS [NOT U,�ED� l.i CLOSEOUT SUBMITTALS [NOT USED] PART 2, - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.� EXAMINATION [N�T USED] 3.3 PREPARATION �NOT USED] 3,4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspecfiion, submit: 1. Projecfi Record Documents in accordance with Section 0� 7$ 39 2. Operaiion a�td Maintenance Data, if required, in accordance with Section O 1 7$ 23 B. Prior to requesting Final Jnspectian, perform final cleaning in accordance wi#h Section Ol 74 23. C. Final inspection 1. After final cleaning, provide r�otice to the Ciiy Project Repx'esentative that the Wark is co:mpieted. a. The City will make an initial Final Inspection with the Contractor present. b. Upon compleiion of this inspection, the Ctty will notify the Contrac#or, in writing wit�in 10 business days, of any particulars in which this inspection reveals that #he Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required ta remedy deficiencies and complete the Work to the satisfaction of the C ity. 3. Upon completion of Work associated vvith the items listed in the City's written notice, inform the City, that the required Work has been complet�d. Upan receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Fi�al Inspection of the project. 4. Provide all special accessories requirec� to place each iiem of eq�ip:t�rzent i� �ull operation. Th�se special accessory items include, but are nat limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial �il up of all che�nical tanks and fuel tanks d. Ltght bulbs e. �'uses f. Vault keys g. Handwheels h. Otbe:r expendable items as required for initial start-up and operation oiall equipment D. Notice of Project Com�letion CITY Ol� FORT WORTH 2O18 Bond Ycar 3, Gontract 7 STANDARA CONSTFtUGT[pN SPECIFICATiON DOCUMEt�iTS City Project No. 101453 Reviscd .Tuly 1, 2011 01 77 19 - 3 CL05EOUT REQUiREN1ENTS Page 3 of 3 l. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet}. E. Supporting Docu�nentation 1. Coordinate with the City Froject Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to �'inaI Payment e. Pipe Report {if required) f. Contj•acfor's Evaluation of City g. P�rformance Evaluation of Co�rtractor F. Letter af Finai Acceptance 1. Upon review and acceptance ofNotice ofProject Completion and Supporting Documentation, in accordance with General Conditions, City will iss�e Letter of Final Acceptance and release the Final �ayment Request for payrnent. 3.S REPAIIt / RESTORATION [NOT USED] 3.6 RE-INSTALLATIOl� [NOT USED] 3.7 FIELD [o�J SITE QUALITY CONTROL [NOT USED] 3.8 SY�TEM STARTLTP [NOT USED] 3.9 ADJCT�TING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.i.2 PROTECTION �NOT USED] 3.13 MAINTENANCE [NOT USED] 314 ATTACHMENTS [NOT USED] END OF �ECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OP P0121' WORTH 201 S Bond Year 3, Contract 7 STANDARD CONS"iRUCT10N 5i'ECIFICATION DOCUMENTS Ciry Pro}ect No. 101453 Revised July I, 2011 Oi7823-1 OPCRATTON AN17 MAINTENANCE DATA Page 1 of 5 SECTION 01 78 �3 OPERATION AND MAINTENANCE DATA k 7\;711i�ei �1►f �l:�ll1 11 SUMMARY A. Section Includes: l. Praduct daia and relaied infortzzation appropriate for City's maintenance and operation of prodi�cts furnished uj�der Contract 2. Such products may include, but are not limited to: a. Traffic Controliers b. Irrigation Controllers {to be operated by the City} c. Butterfly Va�ves B. Deviations froin this City of Fort Worth Standard Specif cation l. None. C. Related Specification Sections include, but are not necessariIy �imited to: 1. Division D-- Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division l— General Requirements L� PRTCE AND PAYMENT PROCED[IRES A. Measure:rzient and Payment 1. Work associated with this Itern is considered subsidiary to the various items bid. No separate payment will b� allowed for this Item. l.3 REFERENCES [NOT USED] 1.4 ADMIN�STRATIVE REQUIREMENTS A. 5chedule 1. Submit manuals in �nal fortxz to the City within 30 calendar days of product ship:ment to the project site. 1.5 SUSMITTALS A. Submit�als shall be in accordance with Section O1 33 00 . All submittals sha11 be approved by the Cify prior to delivery. � .6 INFORMATIONAL SUSMITTALS A. �ubmittal Form 1. Prepare data in form of aii instructional tnanual far use by City personnel. 2. Porrnat a. Size: S'/� inches x I 1 inches b. Paper 1) 40 pound minimum, white, for fiyped pages 2} Holes reinforced with plastic, cloih or metal c. Te�t: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH 2O18 Bond Year 3, Contract 7 STANDARD CONSTRUCTION SPGCIFICATION f�OCUMFNTS City Project No. ! 01453 Revised December 20, 2012 O1 7823 -2 OPERATION AND MAINTENANCE DATA Page 2 of 5 d. Drawings 1) Provide reinfo;rced punched binder #ab, bind in with text 2) Reduce larger drawings and foid to size of text pages. e. Provide fly-leai%r each separate product, or each piece of operating equipment. 1) Provide #yped descripiion of product, and nnajor component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each voiume with typed or printed title "OPERATING AND MAINTENANCE 1NSTRUCTIONS". 2} List: a} Tifile of Project b} Identity of separate structure as applicable c) Identity of generat subject matter covered in the naanual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When muitiple binders are used, correlate the data into :related consistent group�ngs. 4. I� available, provide a►� electronic form of the O&M Manual. B. Manual Content Neatly typewritten �able of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and teiephone number b. A list of each product required to be included, indexed to conteni of the volume c. List, with each product: 1} The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed ta conte�t of the vofume 3) Identify area of respo��sibility of each 4) Local source of supply for parts and replacement d. Identify each product by pz'oduct name and other identifying symbols as set forth 'vti Co�atract Documents. 2. Prad�ct Data a. Include only th�ose sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify da#a applicable to installation 3} Delete references to inapplicable information 3. Drawings a. Suppleznent product data with drawings as necessary io clearly illustrate: 1) Relations of component parts of equipment and systems 2) Cantrol and �low diagams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed ij�stallation. c. Da not use Project Record Drawings as maint�nance drawings. 4. Written text, as required io supplement prod�!ct data for the particutar installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CITY OF FpRT WpRTH 2O18 Bond Year 3, Contract 7 STANDARD CONS7'1RUCTION SPECIFICAT3UN DOCiIMENTS City Project No. I 01453 Revised December 2D, 2412 01 78 23 - 3 OPERATION r1N17 MAINTENANC� DATA 5. Copy of each warranty, bond and service contract issued a. Pravide information shee� %r City personnel giving: 1) Proper procec�ures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. Page 3 of 5 2. Content, for architectural products, appli�d materials and finishes: a. Manufacturer's data, giving full information on products 1} Caialog nunnber, size, composition 2} Co1or and texture designations 3} Information required for reorder�ng special rr�anufact�ared products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cl�aning agents and methods which are detrimental to product 3) Recomrnended schedule for cleaning and maintenance 3. Content, for moisture protection ar�d r'veather exposure products: a. Manufacturer`s data, giving full information on products 1) Applicable s�andards 2) Chemical compositio� 3) Details of installation b. Instructions for inspectian, maintenance and repair D. Manual for Equipment and ,Systems 1. Submi� 5 copies of compleie tnanuaI in final form. 2. Content, for eacia unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and comax�erciai number of replaceable parts b. Operating p:rocedures 1) Start-up, break-in, routine and normal ope:rating znstructions 2) Regulation, confrol, stopping, shut-down and emergency instructions 3} Summer and winter operating instructions 4} Specia� operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Aiignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer`s printed operating and maintenance instructions f. Description of sequence of operation by control :tnanufacturer 1} Predicted life of pa�s subject to wear 2} Ite:tns recafnmended to be stocked as spare parts g. As installed control diagrams by co�ntrols manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagra:tn�s Cl`i'Y OF FORT WORTH 2D18 Bond Year 3, Coniract 7 STt11VDARD CONSTRUCTION SPECIFIGATION DOC�UMLNTS City Project No. 101453 Revised December 20, 2012 O17823-4 OPERATION AND MAINTENANCE DATA Page 4 of 5 i. Charts of valve tag numbers, with location arzd function of each valve j. Lisi of original :nnanu�acturer's spare parts, manufacturer's c�zrrent prices, and recommended q�zautities to be maintained in siorage k. Other data as required under pertinent Sections of Specificatians 3. Cor�tent, for each electric and electronic system, as appropriate: a. Description of systern and component parts 1} Function, normal operating characteristics, and lzzniting canditions 2} Performance curves, engineering data and tests 3) Comptete nomenclature and commercial nurnber of replaceable parts b. Circuit directories of panelboards 1) Electrical s�rvice 2) Controls 3) Communications c. As installed colar coded wiring c�iagrams d. Operating proceclures 1) Routine and normaI operating instructions 2) �eyuences requi;red 3} Speciat operating instructions e. Maintenance procedures 1} Routine operations 2} Guide to "trouble shooting" 3) Disassembly, t'epair and reassembly 4) Adjustment and checking f Manufacturer's printed operating and iaaaintenance instructians g. Lisi of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maij�tained in storage h. Other data as required under partinent Sections of Specifications 4. Prepaxe and include additional data when the need for such data becomes apparent during instr�ction of City's personneI. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATER�AL SIIBMITTALS jNOT USED] 1.9 QUALITY ASSURANCE A. �rovide operation and maintenance data by personnel with the following criteria: 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technica� writer ta the extent required to communicate essential data 3. Skilled as draftsman competent to prepare required drawings C1TY OF FOR"C WORT'H 2O18 Bond Year 3, Contrac[ 7 STANT�ARD CONSTRUCTION SPECIFICATION DOCUMENTS City Praject No. 101453 Revised December 20, 2012 017823-5 OPERATION AND MAINTENANCE Dl�T�1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] L11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT U,SED] END OF SECTION Page 5 of 5 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2D12 D. Johnson 1.5.A.1 — title of section removed CITY OF FORT WORTH 2O18 Bond Year 3, Contract 7 STANDARD CONSTRUCTION SPECITriCATiON DOCUMENTS City Ptoject No. ] 01453 Revisec� December 20, 2012 017839-1 PROJECI' RECORD DOCllNIENTS Page 1 of 4 SECTION O1 7S 39 PROJECT RECORD DOCUMENTS PART1� GENERAL 1.1 SUMMARY A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Reco�d Drawings b. Water Meter Service Reports c. 5anitary Sewer Service Reports d. Large Water Meter Repo�s B. Deviations from this City of Fort Worth Standard Specification l. None. G Reiated Speci�cation Sectians include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRiCE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Itenrz is considered subsidiary ta the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.� ADMINrSTRATYVE REQUIItEMENTS [NOT USED] 1.� SUSMITTALS A. Prior to submitting a request for Final Inspectfon, deliver Project Recard Documents to City's Project Representative. 1.6 ACT�ON SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT ,SUBM�TTALS jNOT USED] 1.8 MAINTENANCE MATERIAL SUSMITTALS �NOT USED] I.9 QUALYTY ASSURANCE A. Accuracy of Reco:rds 1. Thoroughly coordinate changes within the Record Docurnents, 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 proper�y. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents jnay rely reasonably an inforiaaation obtained from the approved Project Record Documents. L'ITY O1' FORT WORTH 2O18 Bond Year 3, Contract 7 STAIr3DARD CONSTRUCTIQ�1 SPEGIFICATION DpCUMENTS Ciry Project No. 101453 Revised Juky 1, 2011 017839-2 PROIECT RECORD DpCUMENTS Page 2 of 4 3. To facilitate accuracy of records, make entries within 24 hours after r�ceipt af infarxnation that the chaage has occurred. 4. Provide factual infor�nation regarding all aspects of the Work, both concealed and visibie, to enable future modifcation of the Work to proceed without lengthy and expensive site tneasurernent, investigatian and examination. i.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Docunae:nts cazz�pletely protected from deterioration a�ad from loss and damage until completion of the Wark and transfer of all recorded data to #he fnal Project 1Zecord Documents. 2. In the event oi loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Confract Documents. 111 FIELD [�ITE] CONDITIONS [NOT USED] f .12 WARRANTY [NOT USED] PART 2 � PRODUCTS 2.x OWNER-FLTRN�SHED [oR] OWNER-SUPPLIED PRODUCT� [NOT USED] h•Ar� t7 DLK�]:i 171Z�Zflllu I�l►Y IE: A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set oi all Documents comprising the Con#ract. B. Final Record Documents 1. At a time nearing ihe completio�t of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 23 ACCESSORIE� [NOT USED] 2.4 SOURCE QUAL�TY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 �NSTALLERS [NOT USED] 3.� EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED� 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. IitnEzzzedzately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB �ET". CITY OF FORT WORTH 2O18 Bond Year 3, Contract 7 STAAIDARD CONSTRUCTION SPECIFICATION BOCUMI;NTS Ciry Praject No. 101453 Revised July I, 201 ! D I 78 39 - 3 PRpJECT RECORI7 DOCUiv[ENTS 2. Preservation Page 3 of 4 a. Cnnsidering the Contract connpletion time, the probable number of occasions upon wl�ich the jo6 set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable znethod for protecting the job set. b. Do not use the job set for any purpose excep# entry of new data and for review by fihe City, until start of transfer of data to fiilaI Project Record Documents. c. Maintain tk�e job set at the site ofwork. 3. Coordination with Construction Survey a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, clearty mark any deviations fram Caniract Documents associated with installation of the infrastruct�are. 4. Making entries on Drawings a. Record any deviations from Coniract Documej�ts. b. Use an erasable colored pencil (nat ink or indelible pencil}, clearly describe the change by graphic iine and note as required. c. Date all entries. d. Cal( attention to the entry by a"cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the averlapping changes. 5. Canversion of sck�enaatic layouts a. In some cases on the Drawings, arrangements of conduifis, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) �'inal physical arrangement is determined by the Contractor, subjeci to the City's approvat. 2) However, design of future rr�odifications of the facility may require accurate information as io the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set oiRecord Drawings, by dimension accurate to witliin I inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Maka alI identification sufficiently descriptive that it may �e related reliably to the Specifications. c. The City may waive the requirez�ents for conversion of schematic layoiiis where, in the City's judgment, conversion serves no usefuI purpose. However, do nat rely upon waivers being issued ez�cept as speci�cally issued in writing by the City. B. Final Project Record Documents 1. Trausfer of data to Drawings a. Carefu�ly transfer change data shown on the job set of Record Drawings to the carresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. Cl7'Y OF FORT WORTH 201$ Band Year 3, Cantract 7 STAI�#DARd CONSTRUCTIOI*i SPECIFICATION DOCUMENTS City Project No. 101453 Revised July 1, 20i 1 a��s39-a PROJECI' RECORD DOCUMENTS Page 4 vf 4 c. Call attention to each entry by drawing a"cloud" around the area or areas affected. d. Make changes neatly, consistenily and with the praper media to assure longevity and clear reproduction. 2. Transfer of data to other pocuments a. If the Docu�nents, other than Drawings, have been kept clean during progress of the Wark, and if entries thereon have been orderly to tlie approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any s�ch 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 reprod�action and handling, and carefully transfer the change data to the new copy ta the approval of the Ciiy. 3.� REPAIR / RESTORATION �NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 F�ELD [o�] SITE QUALITY CONTROL jNOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANYNG [NOT USED] 3.11 CLOSEDUT ACTYVYTIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Rer+isian Log DATE NAME SUMMAAY OF CHANGE CITY OF FORT WOR'1'i-1 2018 Boud Year 3, Conkract 7 STANDARD CONSTRUCTION SPEG[FICATEON DOCUME�ITS City PrajectlVo. 1�1453 Revised Juiy 1, 2p11 SP 34 71 13,01 TRAFFIC C4NTROL Page 1 of 4 SPECIAL PROV�S�ON TO STANDARD SPECIFICATION 3� '�1 13 TRAFPIC CONTROL For this Project, the Standaxd Specification 34 71 13 foz' Traffic Control (dated 11/22/2013} is amended with respect to the clauses cited below. No other clauses or requirements of this Standard Specification are waived or changed. Delete section 1.1. from Standard Specification 34 71 13 and replace with: 1.1 SUMMARY B. Insiallation o� Traffic Control Devices and preparatian of Traffic Control Plans, including moving, replacing, maintaining, cleaning and reznoving upon completion of the work, all temporary or permanent street clasure barricades, signs, cones, lights or other devices required to handle traffc in conformance with t�e current edition of the Texas Manual of Uniform Traffic Control Devices and as indica#ed on the Drawings or directed by the Engineer or designated City represen#ative. C. Deviatiozas from tl�is City af Fort Worth Standard 5pecification I. As outlined in this Special Provision to Standard Specificatia� 34 71 ] 3. D. Ratated Specifications Sections include, but are not limited to: 1. Division d-- Bidding Requirements, Contract Forms and Conditions ofthe Contract 2. Division 1— General Requirements Delete paragraph 1.2. from Standard Speciiication 34 71 13 and replace vvit�: 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Tnstallaiion of Traffic Contral Devices a. Measurement 1) Traffic Control Devices for the project witl be measured per month throughout the project d�aration regardless oithe number of set-ups, locations or streets under construction. b. Payment 1) The work performed and materials furnished in accordance with t�is Itenr� a�ad measured, as provided under "Measurement," shall he paid for at the unit price bid for "Traffic Control" under each Unit af Work (Water, �ewer, Paving, etc}. No additio�tal compensation is made for tzaaterials, equipment or �abor required for this Item. CITX OF FORT WORTH 2OI8 Bond Year 3, Contract 7 STAND�IRD CONSTRUCTION SPl;C1FICATION DOC[JMENTS City Project No. i01453 Revised N!A 5P 34 7I 13.01 TRAFFIC CONTROL Page 2 of 4 SPECIAL PROVISION TO STANDARD SPECIF�CATIQN 34 71 13 TRAFFIC CONTROL 2) No more than one month may be charged during the same 30 day �eriod of a contract. Projects with aaaultiple crews performing concurrent Units of Work (Watez', Sewer, Paving, etc) will be paid for 1(one} month total, under the contractor's selected unit. The selected �nit must have had active work during that periad. 3} The months for each Unit af Work will be approximated for bidding and can be adjusted during construction as the work progresses according to the Contractor's sck�edule. The Contractor's schedule shalI reflect the pz'oject being complete within the project duration set by the contract. The work performed under tI�is Item shall include, but not be limzted to: 1} Traffic Control imple�ez�tatian 2) Installation 3} Maintenance 4} Adjustnnents 5} Replacements 6j Aemoval 7) �olice assistance during peak hours Trafiic Control Plan Changes: 1) Coniractor driven changes to the sequencing, resources, or location of traffic control activities do not warrant addiiional cost for traffic control. 2) City requested changes to the scope or sequencing can be submitted as a change order with supparting dacumentation for review by the City. 3} During periods of inactivity the contractor must pravide supporting documentation that additional traffic control was required based on current site conditions and was present at the site. 2. Portable Changeable Message Board Signs a. Measur�ment 1) Portable Changeable Message Board Signs for the praject sha11 be measured per week regarc�less af the number of set-ups, locations or streets under construction. b. Fayment 1} The work performed and materials furnis�ed in accordance to this Item and m�asured as provided under "Measurement" shall be pai� for at the unit price bid per week for "Portable M�ssage Sig�". c. The price bid and work performed under this Item shal� include, but not be limited to: 1) Delivery of Portable Message Sign fio Site 2) Message updating 3) Sign nrzovement throughout construction �) Return of the Portable Message Sign post-construction 3. Preparation of Traffic Control Plans or details if not provided on the Drawings and applicable City Standard Trafiic Control DetaiI is available at: CITY OF FORT WORTH 2O18 Bond Year 3, Contract 7 STA�IDARD CONSTRUCTION SPEGIFICATIqN DOCUMEN'PS City Project No. 101453 Revised N/A SP347i 13.01 TRAFFIC CONTROL Page 3 of 4 �PECIAL PROVISION TO STANDARD SPECIFTCATYON 34 71 13 TRAFFIC CONTRQL http:I/fortwortf�texas.gov/�ploadedFiles/Transportation and_FubIic_Wor ks/Perm its/TrafficControlPl ans .pdf a. Measurement 1) Traffic Control Plans for the project shall be measured �hroughout the contract fiime period and furnished by the Contractar. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be subsidiary to the unii price bid far "Traffic Cantroi". c. The �wvork pe�or:txaed under this item shall include, but not be limited to: 1) Preparir�g the Traffic Con#rol Plans 2) Adherence to City and Texas Manual on Uniform Traffic Control Devices (TMUTCD) 3) Obtaining the signature and seal of a licensed Texas Professional Engineer for all Traffic Cont�rol Pla�as subnnitted to the City. 4) Incorpora#ion of City comments Delete paragraph 1.S.B, D, E and G from Standard Specification 34 71 13 and replace with: 1.� SUBMITTALS B. Obtain a Street Use Permit from the �treet Management Section of the Traffic Engineering Division, 311 W. l Oth Streefi. The Traffic Control Plan (TCP} for the Project shall be as detailed on the Traffic Control Plan sheets of the Drawi�ag set if provided. A copy of the Traffic Control Plan shaIl be submitted with the 5treet Use Permit and upon approval upIoaded to the City's BIM36U project page as a submittal. D. Contractor shall prepare Traff c Control Plans if required by tlae Drawings o:r Specifications. The Contractor will be responsible for having a licensed Texas Professional Engineer sign and seal the Traffic Coiitrol PIan sheets. Contractor, at his or her expense, shait prepare and submit for approval Traffic Control Plans where Contractor wishes to deviate from the approved set of Traffic Control plans if provided in the consiruction documents. E. Lane clasures (including movir�g operations) that require a lane to be closed to through traffic for 24 hours or longer shall require a site-specific traffic controi plan. G. Design Engineer will iurnish standard details for trafF'ic control. These are guidance and are :not sufficient for a site speci�c traffic contral plan for lane closures over 2�1 hours. Delete paragraph 1.S.G frorr� S#andard �pecification 34 71 13. Delete paragraph 3.3.K from Standarcf Specification 34 71 13 and replate witk�: CITY OF FORT WORTH 2O18 Bond Year 3, Contract 7 STANDARD CONSTRUCI'ION SPECIF[CATION DOCiJM�TITS City Project Na. 101453 Revised IV/A SP 34'71 13.01 TRAFFIC CONTROL Pagc 4 of 4 SPECIAL PROVi�ION TO STANDARD SPECIFICATION 34 7l l.3 TRAFFIC CONTROL 3.3 INSTALLATIDN K. Cantractor shali tz�ake azxa�agetzzents, at his or �er expense, for police assistance to direct traffic if traff'ic signal turn-ons, street light pole installation, or other construction will be done during peak traffic times (AM: 7 am — 9 am, PM: 4 prn - 6 pm). CITY OF FORT WORTf I 201 S Bond Year 3, Contract 7 STANDARD CONSTRUCTION SPECIFICATION DOCUIViFNTS City Project No. 101453 Revised A]/A �.������� GC-4A2 Subsurface and Physical Conditions GG6.06.D Minority and Wonnen 4wned Business Enterprise Compl.iance GC-6.07 Wage Rates GR�O1 60 00 Product Requirements � ���� ����� ��0�� ���u�eer�9 �e��� Geotechnical ` En�ironmental � Materials LABORA70RY RE5U�T5 k�OR PAVEfi�EAlT COR1Nf� AIVD PLASTICITY INDEX Ai�ALYSIS Profect� No. 203002-06 Apri130, 2020 Zelalem Arega. PhD, PE, PMP City of Forf Worth 8851 Camp Bowie West Blvd Fort Wortfr, TX 76115 STREET CORING SERVICES 20.�8 CIP Year 3, Coni�racr 7 City of Fort Worth, TX This report presents the results of the Street Coring Services for five streets Gsted below. %ta! of twenty-one (21J cores were drilled. Coring intervals are approximately 300'. Each core includes the approximate depth of pavement plus approximately 8-10 rnches of subgrade. Subgrade has 6een rdentifred with soil classificatrons and tested for plasticity lndex and analysis rf applicable. Streex E.oc.���ian �lm�ts StreYt Lengift Number of [LF� �nrr}s Ellis Road Muse Street to Sandy ��D00 7 Lane Kings HWY Airport Fwy to 1,500 5 Wheeler St. Seaman 5treet E. eelknap to Clary $5� 2 Ave. Brittain St to Fort Selma Street Worth City Limits 1,400 5 (Beach StJ Dakview St�reet Marsalis Street to 550 2 Arrport Frwy 4601 Langland Road, Suite 104, Dailas, TX 75244 Office: 972-713-3030/ Fvc: 972-713-3029 �� Giobe Project IVO 203002-6 --- Page 1 �����1 t.��� C�I�O�E Ee°��6r��e��� ���. Geotechnical O En�ironmental O {V�aterials �ABORATORY R�SULTS FOR PAVE�IYENT CORING AfVD 4�LASTICITY 1ft�DEX �NA�YSiS We appreciate the oppartunity to be of asslstance on this profect. Please feel free to contart us if you have any questions or if we can be of further service. Sincere[y, Globe Engineers, fnc. Firm Registration No. F-4o4z � �...�'rr� �: ��=rrr,r.' {= �ay Saremi, PE, PMP Principal/ Senior Engineering Manager 4601 Langtand Road, Suite 104, Dallas, TX 75244 Office: 972-713-3030/ Pa�t: 972-713-3029 � Globe Projecc i�IO 203002-6 -- - Page 2 P �+�11 ����� �_ ����� ���fle���e�9 D�cn Geotechnical � Environmenial � MateriaEs LA�ORA70RY RESULiS FOR PAVENiEhlT CORII�G Al\D PLASTICITY I�lDEX ANALY515 E�IIs R��d Fr�rrf: �rlusc Street 7ca� S�n�i�r L�n� 5tree# Lengt�r: 2�0�{1 ft Coring Ir�t�r�,•aI: 300' f�o o� fior�s: T ��rirag f�t�. � Location: 7341 Ellis Road (WBj 2" Asphalt Strata from Subgrade: S" �lex base 8" Tan and Yellowish Orange CLAYEY SAND (SCy Atterberg L�mits LL: 25.1 PL: 18.4 PI: 6.6 C�r�r�p f�o. � Location: 7324 Ellis Road (EB) 2 %" Asphalt 5trata from Subgrade: 10 %z' Fiex base 10" Dark Brown & Grayish Tan SANDY CLAY (CL) Atterberg Limits LL: 39.5 PL: �9.7 PI: 19.$ C�r�r�g I�o. 3 Location: 7301 EIEis Road (WB) 2" Asphalt Strata fram 5ubgrade: 8" Flex base 10" Dark Browrt & Yeflowish Orange SAND (SM) Atterberg Limits LL: �.8.5 PL: -- PI: -- 4601 Langland Road, Suite 1 Q4, �allas, TX 75244 Off"ice: 972-713-3030/ Fax: 972-713-3029 � Globe Praject NO 2D3002-6 ---- Page 3 �����i �L��� ���ir���e°�g l�co Geotechnical � Environmentai � Materials L.�4BORATORY RESUL.TS �OR PAVEf1�ENT CORII�C AIVD P�ASTICITY lIVDEX Ai�ALYSIS C�ff�� f��, G Location: 7244 Ellis Road (EB) 2" Asphalt Strata from Subgrade: 8" Flex 6ase 7.0" Dark Brown and yellowish Orange SANDY CLAY (CL) Atterberg Li�nits LL: 30.6 PL• 19.2 PI: 11.4 Corir�� i�'o. 5 Location: 7229 Ellis Road (WB) 2" Asphalt Strata from Subgrade: S" Flex base 1p" Tannish Grayish Brown SILiY CLAY (CL) Atterberg l.im�ts LL: 47.3 PL: 20.5 PI: 26.8 (:�T�.;� f�o. 6 Location: 7212 Eflis Road (EBj 3" Asphalt S#rata from Subgrade: 8" Fiex base 10" iannish Brown and Orangish Gray SANDY CLAY (CL) Atterberg Limits LL• 34.3 P�: 19.6 Pl: 14.7 C�r�n� �Jo. � 7 — - ------ ' — --- --- - �ocation: 7200 Ellis Road (EBj 3" Aspha�t Strata from 5ubgrade: S" Flex base 10" Tannish Yeflowish Brown SANDY CLAY (CL) Atterberg Limits LL: 33.3 PL: 19S PI: 13.8 4601 Langlaud Koad, Suite 104, Dallas,l'X 75244 Office: 972-713-3030/ Fax: 972-713-3D29 � Globe Project NO 203002-6 �� Fage 4 ������ ����� ��€���1��°iP�q ��Co Geotechnital � Envirpnmenta! � Materials LABORATORY R�SULTS �OR PAVEfi�ENT CORI�lG Ai�D P�ASTICfTY iNDEX ANALYSIS Coring Plan: . �:��e,. � �.7.�.�iq '� h45'9 A}+� i I t��l I II��I�;.� 4�'�11�Jf�51: �' � � I " ��I� I.. : ���i K �,'.i,• r, "r � � � _•.��� fr ' i ' ' �� � �� . . , . �� , � [�u Un �: , �� ' 7G0 {IC i I 1�'. i i'i �' �'� 6 � �.t�Qr �. f . i- - - - - O � � � � �� � . . ., , , ,_;�...._�.� ������ 4G01 L1Eigland Road, Suite 104, Dallas, TX 75244 Office: 972-713-3030 / Fa�c: 972-713-3029 ---- Globe Project NO 2Q3002-6 �-- Page 5 ��� �� G���� ��gQ������ OncFl Geotechnical � Environmental � �Vlateriafs LABORArORY RESULTS �OR PAV�MEi�T CORING AND �LASY[CITY IIVDEX ANALYSIS i��l1k,�5 i-SIIV'� Frorr�� A�r�or� F�uy �'�: Wheeler S#re�x 5tr�et �.eng#h: 1fS�� Fk Coring Intervai: 3�+J' N� o� Cvr�s: 5 C�rir�g ixlo, I � � Location: 122D Kings (SB) 3" Asphalt Strata from Subgrade: 10" Flex base 6" �'annish Brown SAND (5M) 10" Dark Yellowish/Tannish Ora�ge CLAYEY SAND (SC) Atterberg I.imits LL: 25.1 PL• 19.2 PI: 5.9 C��ing �+l�. � Lacation: 1113 Kings (NB) 1" Asphalt Strata from Subgrade: 6" Flex base 10" Yellowish Orange/Tannish Brown CLAYEY SAND (SC) Atterberg Limits LL: 25.7 PL: 19.5 PI: 6.2 ��ring F��, � Location: West o#4401 Fax Dri�e (5B) 2 1/z" Asphalt Strata from 5ubgrade: 6" Flex base 10" Tannish Brown CLAYEY SAND (5C) Atterberg Limits LL: 27.0 PL: 19.8 Pl: 7.2 4601 Langland Aoad, Suite 104, T7allas, TX 75244 O£f'ice: 972-713-3D30 / Fa�c: 972-713-3029 ---- Globe Project NO 203002-6 �--- Page 6 $���� F���� �LO�� E���neer�s� Ir��� Geotechnical � Environmental O Materials ��BORATORY RESU�TS FOR PAV�NYEf�T CORIfVG AIND PLASTiGTY INDEX AI�A►LYSIS Car�rr�; f�o, d Lotation: West af 4101 Fain St (NBj 2" Asphalt Strata from Subgrade: 6" Flex base 10" Tannish Brown CLAYEY SAND (SC) Atterberg Limits LL• 25.0 PL• 19.1 PI: 5.9 C�ring 14�, 5 Locatio�: Kings Hwy (SB} �" Asphalt Strata from Subgrade: 12" Concrete NO SOfL Atterberg Lirnits LL• -- PL: -- P!: -- Coring Pian: � ,i. I. � ! �� Nt' �. J � -� v � . .� � ��' � _ � " ''+` . � � �.I�. . , . I , V I � . _� 1 � - *'' ,"I.il-.��; � .II"n-�r- ,' . , � � 4601 Langland itoad, 5uite 104, Dailas, TX 75244 Office: 972-713-3030/ Fax: 972-713-3029 --- Globe Yroject NO 203002-6 �� Page 7 ���#�� ��O�E �n�nr���r��9 �n�� Geotechnical � Environmental ♦ Materials EABORATORY RESULTS �OR AAVEfi��NT C�RiIVC AfV!] �L.ASTIC1�1f IIVDEX AIVALY515 �rom: E, B�Eknap To: Ctary Ave. 5tre�t Len�t�: 550 �t Cotin� In#�rva�: 3#1�' f�10 of ��res: � Co�'�ng f�o, i Location: Searnan Road (NB) 1 %" Asphalt Strata from 5ubgrade: 9" Flex base 8" B�-own SAND (SM) 10" Tannish Orange CLAYEY SAND (5C) Atterberg Limits LL: 26.5 PL• 19.2 PI: 7.3 �arir�� �a, � Location: Seaman #�aad (SB) 3" Asphait Strata from Subgrade: 5%" Flex base 6" Tan SAND (SM) 10" Tannish Brown CLAYEYSAND (SC) Atterberg Limits LL: 25.1 PL: 19.1 PI: 6.0 4601 �.angland Road, Suite 104, Dallas, TX 75244 OfFce: 972-713-3030/ Fa�c: 972-713-3029 �� Globe Project NO 2030D2-6 --- Page 8 ������ �a�O�E E���ro��r��, N�c. Geotechnical � Environmental � Materials �AB�R,DeTORY RE$ULTS �OR PAV�IIJIEfVT CORIRlG Af�D PLASTiCITY II�DEX A�IA�YS�S Coring Plan: ,:�� , r � � f'F � ,� � , �xl ��;�,�,�� i „ , , , , .. �� i: .. _. _., _.�._,..,, � �J� ; �f 5 � , .II: _ � is i k.' ��u rf 4` ��i f 4601 Langland Road, Suite 104, Dallas, TX 75244 Office: 972-713-3030 ! Fax: 972-713-3029 ----- Globe Project NO 203002-6 -� Page 9 �� � �� i ��ir GL��� �����e��s9 �nc� Geotechnical � Environmental ♦ Materials LABORATORY RESULT'S �OR PAVENIEIVT CORifVC AND P�ASTICITY INDEX Af��1LYSIS _�"�; i i:�] �i� i'�'c,� �rarn: �riita� �tree� To: �!. �each S#re�# 5#�eet ��ngt#�: 1,40� #t Coring !n#erv��; 3QD' No �f C�res: 5 i urir� N�, "1 Location: 3705 Selrr�a (WB} 1 %2" Asphalt Strata frorn Subgrade: 6" Flex base 10" Yellowish Orange SAND (SM) Atterberg Limits LL: 21.2 PL: -- PI: -- Coring hl�. � � Location: 372� Selma (EB) 2" Asphaft Strata fram 5ubgrade: 5" Flex base 10" Tannish 8rown/Yeflowish Orange SAND (SM} Atterberg Limits LL: 20.1 PL: -- PI: -- C�rinp �1�_ 3 Location: 3801 Sefma (WB) 6" Cancrete Strata from Su6grade: S" Tan SAND (5M) 8" Tannish Orange SANDY CLAY (CLj Atterberg Limits LL: 31.8 PL: 18S PI: 13.3 46D1 I�ingland Road, Suite 104, DaElas, TX 75244 Oti�ice: 972-713-3030/ Fa:c: 972-713-3029 --- GIo6e Project NO 2D30D2-6 �--- Page ] 0 ����1 ��r� ��.��� �6'��11�i��lPS9 i�Ca Geotechnical � Environmental � Materials L4BORATORY RESUI�TS �OR PAVE�/iENT COFtIIVG AIVD PLASTICITY INDEX ANALYSIS : ol'ixrg I��. � � Location: 3817 Selma (WBj 1 %" Asphait 5trata from Subgrade: 6" Flex base 12" Brownish Tan and Orange SAND (SM) Atterberg Limits LL: �.5.8 PL: -- PI: -- Coring f�o. 5 — � Location: North o'f Beach St (EB) 1 %2" Asphalt Strata from 5ubgrade: 7" Fiex base 1,�" Tan SAN17 (SM) 5" Tannis� Orange and Brown SAN� (5M) Atterberg Limits LL: 18.2 PL: -- PI: -- Coring P[an: a � ��ry �-I'- : i'�.'. f�� II� II �� .wi,:��� � + �..� ��,� �, .� �: �. �- : uri� ���.,-�ii/� P, .�� `�r , i��s .��.iii i{ tifi �a f i .� _. U � � � � i � i .i� i ' i . ii. ' I ii.l ,���i ..I �_ .�il I i� 4.'f" -'r-II /'� #',il��Rl�f ��'r . ,. y '� . ' � „ 4601 Langland Road, Suite 104, �a{las, 'FX 75244 Office: 972-713-303U / Fax: 972-713-3029 --� GEo6e Project NO 2030D2-6 --- Page 11 ����e�ri ����� �����e�r�� p�G� Geotechnical � Environmental � Materials LABORATORY RESULTS �OR RAVEfV�ER�T CORING AiVD P�ASTICITY INDEx ANALY515 Fram: A�rpart Ft'�nry 5treet L�n�th: 550 ft ��ring �Vo_ �acation: Strata frorn Subgrade: Atterberg Limits ���ing �l�. Lacation: Strata from Subgrade Att�rberg Limits Coring Plan: Cor�ng Int�r�+aL 3��' 1 7.119 Oakview (SBj 1" Asphalt S" Flex base 12" Ligh� Brown SAND {SM) LL: -- PL: -- � 2 1107 Oakview (NB) 1" Asphalt 10" Flex base 14" Tannish Brown SAND (SM) LL: -- PL: -- P�: -- Ta; Nlar�ali� S�kr��t k�o of �vres: 2 ' ��� } � . , �. . ., , . , I �z "t�'..-�,. . .�._ .i � . , � i.:E. ..:-:.�? kfl.:-. , �F601 Isang[and Road, Suite 104, Dallas, TX 75244 01�"ice: 972-713-3D30/ Fa�: 972-713-3029 ---- Globe Project IVO 203602-6 ---- Page 12 �"��� ��xT� _ ... . � .� �. .�.� .�,°� ���. . � � -� A�'.� . Ci�y o� �or� I�Vorth Niinori�y �u�iness �nfierpr�ise �peeifric�f�on� S�'�CI14L If�iSTRU�TION� ���t 0����ORS �,���rc�r�o� o� �o�icv If the total dollar value a�r t�!:� �a�ntra�t E�� ���J,D�+O.ai ur r::w: �� �t�en a 4��� s�b�c�r�#ractin ���1 Ns ap li:.ah!e. �OLICY S��4 f�[�V�NT it is the policy of fhe City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of all goods a�d services. All requirements and regulations stated in the City's current Business Di�ersity Enterprise Ordinance applies to this bid. �,;�i... �,.."�, `, ��, �� i""��s�:r � �iiP �11�r'._ �tr�t-�z-• ���� C3Ci tl''� r"f�t�'C� I.�`s 1 O!. C3i i��i I �.i>... .�I'i Vc`<�II� i ii ��"i� �i��'3��s'�C€. �t��"'` II i�?�..� i"li:!_:�p�i� ; ��I wtilii'�� ili�i' . �i�.� � � � ��t'� �����9�1:����'r� I� i�' iil�:. i�i�r.�r��:' t�i�.�:� c`3� ���Y"t1t' [Y�$� 'I ^"�i � 7i' I i�r9'� : ,�a;l;l� l.liit� ��ii�_�i.l��.orrii ;tki�.i �� °';F.: �fiii�a�.i • .� ��iiii ���3����€�t��� �°��:;;��r� �i�r-� C014,�PLIARlC� �O ��� SF��CIFIC�►TIOf�S On City contracts $50,000.01 or more where a MBE subcontracting goal is applied, Offerors are required to comply with the intent of #he City's Business Di�ersity Enterprise Ordinance by one of the following: 7, Meet or exceed the abo�e statetl MBE gaal through MBE subcontracEing �articipation, or 2. Meet or exceed the above stated MBE goal through MBE .loint Venture participation, or; 3. Good Faith �ffort dvcurnentation, or; 4. Prime Waiver documer�#ation. SU�i�lf T�A� O� R�QUIR�D DOCUI��N�A�ION The appiicable documents must be received by the by the assigned Cify of Fort Worth Projeci Manager or Department Desiqnee, with[n the fo�lowing times allocated, in order ��r �I7� en#ir� bid �� be c�r�sidere� respor�sl�+� to �iiB $��Gi�C$�fOI�S_ i� � i ,� , ��� ,;i��. � � �,�: r:: i.,. i .. �_lii,i� ��� I � .����� �I i��I�.� ��I .-ii�l tilti�tvl.� � � , � Iti'���� � � .� � � �iiii. i �� .�� , � ' � . , � �� �� ' i. �� :r a"s! . 9. Suhcontractor Utilization Form, if goal is received no later fhan 2:00 p.rn., on the second City business day met or exceeded: after the bid openin data, exclusi�e of the bid o enin daie. 2. Good Faith �tFort and Suhcontractor received no lateT than 2:00 p.m., on the second City business day Utilization Form, if participation is Iess than after tf�e bid apening date, exclusive of the bid opening date. stated oal: 3. Good Faith Effort and Subcontractor recei�ed no later than 2:00 p.m., on the second City business day litilization Form, if no MBE participation: after the bid o enin date, excfusive of the bid o enin date. �4. Prime Contractor Waiver Form, if you will received no later tF�an 2:00 p.m., on the second City business day erforrr� all su�contrac#in Isu plier work: after the bid o enin date, exclusi�e of the bid o enin date. �. Joint Venture Form, if goal is met or received no later than 2:0� p.m., on the second City business day exceeded: af�er t�e bid openin date, exclusive of #he bid o enin date. FAILl1RF TO Go�?�Y LtEi!'�!-! T!-!� r!Ty'S BL1SINgSS DiVERS17Y �F�T�RPRlSE ORDlIVANC�. ti"lf[.� R��l�? T IN TWE �!w QElN� �C�!1l�li��l��� �"t^!�-R�a�Oi�SlVE �� 5:���I�fCA7101�k�. FAiLEIRE rn �[::II�Iv�IT iF�� �t�Q4i�R.�D !ti'�B� L^��`Ui�!►I�EY7A71�?�I �:r�l�� R��l�� .T !"# THE BID B4Rh7� CDhI�lnLF�E�► NON-RES����aV�_ A��G;?Nn FAl4,C�RE ti^JILL F��cL+� T I�!'�fN� ���€ROl� IBEIhtG [�!5(�L�,�LI�IEE� F�ft A� PERIOD OF Di�E Yl��!?. TMl�EE FAILURES IN A���:f� l'EA« P�:�f�� ��'[�L �tESLj�I� �N A��SQI�A�Q�yCATfO!� P�RIC)b �� �`�!!?�� Y€a��. Any questions, please contac� fhe Office of �usiness Di�ersity at (81ij 392-2674. Office of Business Di�ersiiy Ernail: mwbeoffice@fortworthtexas.gov Temporarily Revised Aprii 6, 2020 due to COVIDI9 Emergency Phone: (81 i) 392-2674 ATTACHMENT1A Page 1 0# 4 F�x��� �o����x Cify o� F or� IiP�or�h Office of �usines� �iver�i�y Il�N�� Su6�eon��ac�or�ISuppliers Uti�ization For�m OFFEROR COMPANY NAME: Check applicable bpx to describe Qfferar's CerCificatian ��r"J`tltL?�LM �� �. � I�ri "�, :; l:�"il PROJECT NA1NE: �01 ��or�d Ye�r 3, �o�irac� 7 BID DAiE City's MBE Project Goal: Offeror's MBE Project Comrnitment: PROJECT NUMBER � p% o�a '� 01453 Iden�ify all suhcontracior�slsuppliers you r�ill u�e on this proj�ct ailure to carr��lete i�is �arr��, t� i:s er�#iret� uri�h r�q�pst�ci �t;,cuix�enta#�on, ancE rec�ived b}' CI�� �UI'���Slll'�' ivis���� na later #��:� �;0�0 p,m, �s� �he ���ond �t#y L�:.�G±nas� cla, a�*e� b�� ����ir�g, ��cclusirae af bi� aper��r�g d�te. 'I�� f�`.S�J�s Ifl ��"1� �]'lii �}�il�� COT1yi�oror� f10T!-I'85�0!?YIV� �'0 k?!� !�'� �j�[:ifi_r.atinn�- T�� �nd?!�sic�r�ed �ff�r�� ��r��s k� �!�}?r int� a f��r�l'i�! �.C�I��IriE.'�'tt b"fl±h ��1� �n�E fl'�r?1(9) II���� rn th�s ��i1i?�tio�n s�t�e���,,�P, c-ordrti��ect up�?r� �xecuti�n of � �ontra�Y +.•,r�th [h� �ity p� �'�rt �inrr�h_ ThEa i�#ef�ti�!�2�1 �nCfJU� �C�u+h�i�� n�k�;eprPsent�t�o� of �acts i� �r�4!?'�'�V f�►� c��!��id�t�t��n �� �]5yUalifiG�t;u;, ��d v:�il''C resuli �n th� k��d being GQ�]Sl�arPr,� ���,'^-f�S�C}CISkV� �(3 �]IC� $�7�'CI�,uWt:�^S. f�flE3Es listed toward meeting the proj�ct goai must be located in tE�e six (6) county marketplace at the time af bid ar t�e business has a Significant Business Presence in the R�Yar�ketplace. Mark�tplace is the geographic area of �'ar�r�anf, �allas, Denfion. Johnson, �arke�, and_�ise counties. rr� con#rac�ars m�st ide�t'tfy b}r tipr ke��E �� ��� s�!�cont�a�tor�Js«�p�'r3�S, �I�f; 1'll��!�� #i�w lev�l of �c���?+r�c#ir�g b�tou+ tfze �rime c.�nt��c±^�Jc�r�s4rG±wn; t,�, � dir��� p��+rn�r�t #��m ik�e pri.r.r�� c�ntr�ct�r t� � �c�^:: �ctor �, cor��+.���A�! 'f'� t�e�. � paym�:�# t�y� � s�l�canfractof ta rts s�ppl��� i, �o�s�d�r-pC� ��� tl�r_ ��1�.' r]t'i11�� ��ra�tor is �es�a�5ibt� �� �� ovi�� proaf of p�w,,r•,s^t of �II �ier�d ��b��rrtr�ckors i�+e^±bf;ed �s a MB� �e�d a�ti!�� th�ose do!!��-s toti�,�r�;s rn���ing tF�� c�ratract corr�mitte� gaaa, ��� ���5 �us� �� c�RYi�i�� ���o�� co�����►cr �+����. Certification means khose firrns, located within the Markefplace, that ha�e been determined to be a bonafide minority business enterprise by the North Central Texas Regiona! Certificatio� Agency (NCTRCA) and the DallaslFort Worth Minority Supplier DeveEopment Council {DIF'W MSbC). If haulina serrric�s ��� utilized, t�Q Offeror will be �iven cret�i# �s Iorg �s 4#�� l'v�o� !�s+�d o::�ns a�� op�rates �t I��st �n� f�x�ly ��cens�� ar?d ��S�ro���ar��! truclt �v k�e used �n #�� con#ract. The �1JB� m�� In��� trucks from anot�re� i1�B� firRtr, �^uluding li��� ��:�ner-�4erat�c�i ��� ��LP_IVP f�u�l R��B� cred�t_ �`�tu {Vlk�� R1aV lease trucks fram n�n-kUi��s, inc�f{ ��inq o�r�r��r-op?r�#e�. b���t ��rR�� ��ly rec�iv� �r��it fo�- the f�es a�d ��mmi��inns earned by t�e hr1B+� �s outlined in #C�e Ceas� ayre�me�t. — Rev. 2113l13 FORT�VORTH ATTACHMENT 1A � Page 2 of 4 Offerors are required to identify ALL subcontractorslsuppliers, regardless of status; i_e., Minorify and non-MB�s. MB� firms are to be fisted first, use addifionai sheets if necessary. Pl�ase note that only certified MBEs will be counted to meef an MB� goal. I�j SUBCOPFTRACTORISUPPE.I�F2 ° Company Name T M W n Detail Detai! Address i g g Subcon#racting Supplies pollar Amount TelephonelFax e E � M Work Purchased Email r � Contact Person � � � � � � � � � � � � � Rev. 5I151'f 9 ���T������ ATTACHMENT 1A ���"'�� Page 3 of 4 Offerors are required to identify ALL subcontractorslsuppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are io be listed first, use addifional sheefs if necessary. Please note that only certified MBEs wilE be counted to meet an MBE goal. N SUBCOIVTRACTORISUP�LIER " Company Name r M w "' Detail Detail Address i g g � Subcontracting Supp6as Doflar Amount TelephonelFax e � E M Work Purchased Email � �' Contact Person � � � � � � � � � � � � � Rev. 5l15119 FORT �4'O�TH � ATTACHMENT 1A Page 4 of 4 Total Dallar Amaunt of f�l�� 5ubcontractorslSuppliers $ Total Do16arAmount of iVon�f�flB� S�bcontractorslSuppliers $ iOTAl. �OL.�AR i4N90UfVT' OF ALL SU�COPl�R�C�ORSISUPP�.l��S $ Tfn� �ff�r�r will r�o� rt�aice �d��r«:?s, dal�tions, �r s�bstituti:���s to �I��s �V!`!ktl�� ilSt V!rifihni�it #�4 �rior ��������� �f±hAl O�+�ce �f Bus:rtes� Diversi#y �i�r����r� #1�� subniittak �f � �4��ru�;;# ���- ���rova� a��' �h�r�g�l�4ddi#i�sr� f�rrr�, ,�,��► u�jusfi�i�c� cha:��g� or d�l�±;on �t�atl b� � rrk2�t�r�ai i�rsa�h �# �or�tract ar�d may re�sult in d�barrnsnt fni accoe� +r4�iih t�� pr�c�dures au#�ie���f in tl�a �rdir��!���_ �hQ �7fFeror shaGl �u�ri�i� ��Pta��?� ��c#�Eauna�:�� of hoe�� the r�c;��sted cl�ana�����itir�n ar d�l�ti�n ,!�i�l �1x�c€ the �o�!,!�,�#tp� MB� �oa�, if the detaiJ �',�p��rt�tio� is not submi�ke�, kt v�Y+�! ��Rct th� final compl�ar�ce [�s±e:rr�in�#i�n. By afifixing a signature to this form, the Offeror further agrees to pra�ide, directiy to the City upon request, complete and accurate information regarding actual work perFormed by all su�contractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees ta allow an audit andlor examinafion of any books, recards and files held by th�ir company. The �ffero�' agrees to allow the transmission of intetviews with awners, principals, o#fic�rs, employees and applicable subcontractorslsupplEers participating on the contrac� that wil� substanttate the actual work perFormed by the MBE{s) on this cantract, by an a�thorized officer or employee of the Cify. Any intentional andlor knowing misrepresentation af facts will be grounds for terminating the contract or debarment from City work for a period of not iess than three (3) years and for ini#iating action under Federal, State or Local �aws co�cerning false statements. Any failure to comply with t�is ordinance creates a material breach of the cor�tract and may result �n a determination of an irresponsible Offeror and debarment from partic�pa#ing in City work for a period of time not less than one {1) year. Authorized Signature iitle Company Name Address CitylStatelZi p Office of Business Diversity Email: rnwbeoffice@forkworthtexas.gov Phone: (817) 392-2674 Printed Signature Contact NameITitle (if different) Telephone andlor Fax E-mail Address Date Rev. 5115/19 �i]�T�"���'H �I�Cj/ �� �8� �OF'�il fVlinori�� �u�iness �nierp�i�e Sp�cifications Prime Con�rac�or 1Naiver For�m ATTACHMENT 1 B Page 1 of 1 pFFEROR COMPANY NAME: Check applicable box to describe Offeror's Certification f+�r�r'�11�m�: s: �C3i�-i.�,'1�1i��_ t PRQJECT NAME: 2O1 ��ond Y�ar 3, Contract 7 B'°�AT� City's MBE Project Goal: Offeror's MBE Project Gommitmenk PROJEC7 NUMBER � a°io o,0 101453 If both answers to this form are Y�S, do not compfete ATTACHMENT 1C {Good Faith �ffort Form). Al] questions on this form must be completed and a detailed explanatian pro�ided, if appiicahfe. If the answer to either question is NQ, fhen you must cornplete ATTACHM�NT 9 C. This form is only applicable if h4�h answers are yes. i Fai�ure to ��rn�let�r kh�$ forrn €r� its �ntire+�r anr! i�e rece4v�d by ih� P�rc��sin D9+risi�n no �a3er t�an �:�0 ra.m.. or� t�� s�cond G}h�b�sir�ess_�lay_af��r bid on.enin�, ex�i�$ive �fthe bid ope�ir�g c�ake, wrill resulk i� #h� aid b�ir�g �onsE�+e!'ad n���-r�sryansive ko {�i� V�e�if�c�t�o��s. 1lVi11 you perform this enicire cantracf wi#hout subcontrac4ors? Y�S If yes, please pro�ide a dekailed explanation fhat prov�s based on the size and scope of this �� project, this is your normai business practice and provide an operational prafile of your business. la9rill you perfarm �his entir�e contr�act wifihout supp�iers? YES If yes, please proWide a detailed expfanation �hat proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. NO The Dfferor further agrees to pro�ide, direc�ly to fhe City upon request, complete a�d accurate informafion regarding actual work performed by all subcantractors, including MBE{s) on this con#ract, the payment thereof and any praposed changes to the original MB��s} arrangements submitted with this bid. The Offeror also agrees to allow an audit andlor examination of any books, records and flles held by their campany that wilf substantiate the actual work performed by the MBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City wark for a period of not less tF�an fhree (3) years and for init9ating actian under Federal, State or Local laws concerning false statements. Any faifure to camply with this ordinance creates a material br�ach of contract and may result in a determinafion af an irrespansibfe Offeror and barred from pa�ticipating in City work for a period af #ime not less than one (1 } year. Authorized Signature Tifle Company Name Address CitylSfatelZip Office vf Business Diversiky Email: mwbeo�ce@fortworthtexas.gov Phone: (81'7) 392-2674 Printed Signature Contact Name (if different) Phpne Number Fax Number Email Address Date Rev. 511 b119 ATTACHMENT 1C �age 'i of 4 �F'C3�.T ��RTa� �[�j/ O�' �OI°� I�OF'�il I�lino�ifj� �u�iness �n�erpri�e ��� t�ood Faith i�ffor�i �orm OFFEROR COMPANY NAME: Check applicable box to describe Offeror's Certifcation PROJECT EVAME• �4�r���Jf[��3�: i����d '�;�'s�'�:� :� .. 2O1 ��or�d Year 3, �on�ract 7 ��� C1AT� City's MBE Project Goaf: Offeror's MBE Pro}ect Commitment: PROJEG7 NUMBER 10% o�0 101453 If #h� �fferor did not mV�t Yr e�V�ed tt�a l�!pR� u�„�w��n+racting aoal For this NRojec#, ;I�B OIF�iOF m�,st r.mm�lPtP th� � forrn, lf the Offeror's mefhod of compliance wi#h fihe IPlI�I� goaf is based u�on demonsfira#ion o# a "good faifch efforf", the Qfferar will have the burden of correctiy and accurafefy preparing and submi��ing the documentafEon required by the City. Compiiance with each item, 7 thru 11 beiaw, shall safiis"fy the Good �aith l�ffo��t rec�ui�er�ent absent proof of fraud, in�entionat andlor knowing misrepresentation o� �he fac�s or intentional discriminatior� 6y fihe Offeror. Fa�[��F�p tc� �ompfete l�hiS fforrn, �rt i:s �:��i�4±y +r*l:±h ��p�a�tiri� c�^Yur;�,e*:±�±:on, arxd recer••�� b�r th,s pur,�i�asing �ivision rto ��tet #h�n �:0�4 p.m. �n t�:e �����d ��ly busi:��Vs da•� .�f+,.�� F�6� openirt�. �xcl�sfw� •�f aid ��nenina date, will resuit in the bir! b�::z� c^::��tEe:��E tto�:-�d��ensi.r� #a l�:�i s�ecif�ca*€o�s. 1.) Please list each and every subcon#racting andlor su�plier apporkunity for the compfetion o# this project, regardless of whether it is to be provided by a IV�BE ar non-14�BE. ��O NOT L�ST NA�ll�CS OF FIRMS) On all projects, the Offeror rr�ust list each subcontracting and or supplier opport��ity regardless of tier. (Use addifianal sheefs, if necessary} List af Subcontracting Opportunities List of Supplier Opportunities Rev. 5I15/19 ATTACHMENT 1C Page a of 4 2.) Obtain a current (not �nore than two (2) months old from the bid open date) list of II�BE subcontractors ancllor suppliers from the City's Office of Business Diversity. ❑ Yes Date of Listing ❑ No 3.) Did you solicit bids from 14,flBE firms, withi� the subcontracting andlor supplie� ar�eas pr�eviously listed, at least ten calendar days prior to bid opening hy mail, exclusive of the day the bids are opened? ❑ Yes pf yes, attach MBE mail listing to include name of firm and address and a dated copy of letter mailed.) ❑ No 4.j �id you solicit b➢ds from f�iBE firms, within the subcor�tracting andlor supplier areas pre�iously listed, at least ten cafendar days prior to bid opening by tetephone, exciusive of the day #he bids are opened? � Yes (If yes, attach list to include name of MBE firm, ep rson contacted, phone number and date and time of contact.) ❑ No 5.) Did you solicit bids from filfBE firms, within the subcontracfing andlor supplier areas previously listed, at least ten calendar days prrior� to hid opening by facsirr�ile (fax), exclusive of the day the bids are opened? ❑ Yes � I�U (If yes, attach list to include name of MBE firm, fax nUml�er and date and time of contact. In addition, if the fax is returned as undeliverable, then that "undeliverable confirmation" received rrtust 6e printed directly from the facsimile for proper documentation. Failure to submit canfirmation andlor "urtdeliverable confirmation" dacumentation may renderthe GF� non-responsive.} 6.) �id you solic�t bids from M�E firms, w�thin the subconfracting andlor supplier areas previously listed, at least ten calendar days prior to bid opening 6y email, exclusive of the day the bids are opened? ❑ Yes ❑ No (If yes, attach email confirmation to include name of MBE firrn, date and time. In addition, if an email is returned as undelivera6le, then that "undeliverable message" receipt must be printed directly from the email system for proper documentation. Failure to submit confirmation andlor "undeliverable message" documentation may render the GFE non-responsive.) NpT�: T!?Y fv+,�r rrx�thA�s i�en*��iP� a��:•p �rp ���p�table i�or ���i�itir�g h�ids, �r�d �ach �eleeted �:;�thad �::��t b� a��lied to ti!:e �pAlic�k�le ���tr�: #. `��►n O��*�r�� rr��s# d�cu�fin�n# �h�! �i#hrt�r a# le�st #w� �tt�mQ�ts L'.'�:v ��C�L ��:^,��' �::'�J Qf �%1Cs �.^,llr �o±hS"',''yS �� '�hL: �t �'a,.�.,.5� i}f�.a. Sr:..'^.4:$Sjs'flA� COFIt�^tit LJ�s inade t�sing ��a �� �ft� f�UP CI�E�t�}bd5 �1} OFCi�'i #O (��B�iiBd ?"BS�Oi18�V@ L�(1 t�1B �C10L� �.� f��'Y ���4;"f f�,'`�4ira�au��. liIOTE: The Offer�or �u�t ca�ttact the Qntire II�B� list :speci�ic to ��ch sub�s�n#ractinq ��c� �upn�ie. Q�Y�rtr�ni4� �O I]B ICI G4171�]Ii�nC� w'IE�I C���esti�ns � thr�� G. i.) Did you �rovide plans and specif�cations to potential i�BEs? ❑ Yes � No 8.) Did you provide the information regarding the location of plans and specifica#ions in order to assist the MBEs? � Yes ❑ No Rev. b19 5I9 9 ATTACH�ENTIC Page 3 0� 4 9.) Did you prepare a quotation for the li�B�s to bicf on goadslservices specific to theie skill set? (If yes, aftach alE cnpies of quotations.) Yes ❑ iVo 10.} Was the contact information on any of the lis#ings not valid? (If yes, atEach the information that was not valid in order far the Office of Business Biversity to address ❑ YeS the corrections needed.} � No �i1.)Submit documentation if IMi�B� t�uotes were rejected. The documentation submitfed should be in the forms of an a#fidavit, include a detailed explanation of why the AIYBE was rejected and any supporting documentation the Offerar wishes fo be considered by the City. In #he event of a bona #ide dispute concerning quotes, the Offewor wifl pr�ovicte for confidential in-camera access to an inspection of any �elevant documentation by Ci#y personnel. Please use additFona! sheefs, if necessa , and aftarh. Com an R�ame Tele hone Con#act Person Sco e of Wor�t Reason far Re'ection A�DITION'AL INFORF1i1ATION: Please pro�ide adcEitiona! information you feel will further explain your good and hanest efforts to obtain I4�BE participation on this project. The Offerow furrfiher� agr�ees to provide, direcfily fio the Cifiy upon reques�, complefe and accura�e informafiion r�egar�ding acfival v�oY�s pe�rfor�med on this confiracfi, fihe paymen� fhereof and any proposed changes fo �he oYiginal ar�rangements submitfied wsi�h �his bid. �'he �fferor also agrees �o allow an audi� andlor examina�ion ofi any books, records and files held by fiheir company i:ha� w�ill subsfanfiafe �he acfUaf w►ork per�ormed on fhis contrac�, by an aufihori�ed officer or employee of the City. �'.ny in�en�ional andlor knowing misrepresentation of fac�s will be grounds for terminafiing fhe confracf or debarmen� firom Ci�y work �or a period of no� less �han �hree �3} years and for initia�ing acfion under �ederal, Sfafe or Local iaw�s concerning fialse sia�ements. �eny failure fio comply with #his ordinance shall creafe a maferial breach of con�racf and may resuffi in a defier�minafiion of an irr�esponsible 8fferor and debarmenfi rrom par�icipafing in Ci�y rn�orF� foY a period of tim� nof less than one {1) year�. Rev. 5115119 AYTACHB�ENT 1C Page 4 of 4 Yhe undersigned ceriifies f�a� fhe in�orma�ion provided and the N1�E(s) lisfed e�vaslwere contactied in good faith, Ifi is unders�ood tha# any �A��{sj lisfed in A�achmen� �C will be contacfed and fhe reasons for no� using them `n�+iil be verified by fihe Cifi�'s BfFice ofi �usiness Divers'rty. Author�ized S'rgnature Title Company Name Address CitylStatelZip Office of 8usiness �i�ersity Email: mwbeoffice@fo[tworthtexas.gov Phone: (8�7) 392-2674 Pri�ted Signature Cantact Name and Title (if different) Phone Number �ax Number gmail Address �ate Rev. SI15119 Joint Venture Page 1 of 3 ���RT �(3I�T H CITY OF FORT WORTH 11�IBE Joan� Venture Eli�ibility Form All questions musi be answererl; use "N/,4" if not applicahfu Name of City project:2018 Bond Year 3, Cont�act 7 � A joint venture form must be completer! on each project RFP/Bid/ProjectN�tmber: �oiass 1. Joint venture information: Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Facsimile: E-mail Cellnlar: Identify tl�� firms that comprise the jaint venture: Please attach extra sheeis if additiona! space is reguired fo provide detailed explanations of work to he performed by each firm camprising the joint venfure MBE firm Non-MBE �rm name• name• Business Address: Business Address: CiEy, State, Zip; City, Sfiate, Zip: Telephone E-mail Telephone E-mail Cellular Facsimile Cellular Facsimile Certification Status: 1�'ame of Certifying Agency: �. Sco e af wor� er�ormed b#he Joint Venture: Describe ihe sco e of work of the MB�: Describe the sco e of work of the non-MBE: Rev. 5115119 Joint Venture Page 2 of 3 3. Whaf is the percentage of MBE �articipation on #his joint venture that you wish to be counfed toward meeting the project goal? 4. Attach a copy of the joint venture agreement. �J. List components of ownership of joint venture: (Da not complete if thas information is described in joint vendure agreetraend) Profit and loss sharing: Capital confrihutions, including equipment: Other applicable ownership interests: 6. �denti�'y by name, race, sex and firm those individuals (with titles) wha are responsible far the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating _ __ ___---------------------------------------------------- b. Marketing and Sales -------------------------------------------------- c. Hiring and Firing oFinanagement personnel --------------------------------------------------------- d. Purchasing of major equipment and/or supplies Supervision of �eld operations The City's Office of Business Diversity will rer�iew your jaint venture submission and wil! have final appra�al of th� MBE percentage applied towarc� the goal for the project listed on this form. NOTE: From and a�ter the da#e of project award, if any of the partici}�ants, ihe individually defned scopes of work or the dollar amounts/percentages change from the originally appro�ed information, then the participants must inforrn tne City's Office of Business Di�ersity immediately for approval. Any unjustified char�ge or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's BD� Ordinance. Rev. 5I15I19 Joint Venture Pa e3of" -- _ � AFFYDAVYT The undersigned affirms that the foregoing statements are true and correct and include ali znate:rial infortnaiion necessaxy to identify and explain the terms and operation of the join� venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of vvoz'k, decision-making responsibilities and payments herein. The Ciry also reserves the right to request any additional information deemed necessary to deterznine if the joint venture is eligibte. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of ti�e eligibility process. The undersigned agree to permit audits, intervievvs vvith owners and examination of the books, records and files of the joint venture by any authorized representatives of tile City of Fort Worth. Faiiure to co:trnply with this provision shal� result in the termination of any contract, which may be awarded under the provisions of this jaint venture's eligibility and may initiate action tander Fedez'al, State and/or Locat laws/ordinances concerning false statements or willfuI misrepresentation of facts �_W_ V__ _______ ___________________________ ------------------------ ----------------------------------------------------------- Name of NiBE firm Name of non-MBE firm Printed Name of Owner Printed Name of Owner 3ignature oiQwner Signature ofOwner Printed N�me of Owner Frintcd Name of Owner Signature of Owner Signature of Owner Tit[e Title Date Date Notarization State of On this County of day of _ , 20 ______� before me appeared and to me personally knawn and who, being duly sworn, did execute the foregoing �davit and did state that they were properly authorized to execute this affdavit and did so as t�eir free act and deed. Notary Public Frint Name Notary Public 5ignaturc Commission Expires Office of Business DiversiLy Email: mwbeof�ce@fortworEhtexas.gov Pi�one: {817) 392-2674 (seal) FZev. 5115I19 2013 PREVAILING WAGE RAT�S (Heavy and Highway Construction Projects) CLASSIFfCATIQN DESCRIPTION Asphalt Distributor Operator Asphalt Paving Machine Operator Asphalt Raker Broom or Sweeper Operator Concrete Finisher, Paving and Structures Concrete Pavement Finishing Machine �perator Concrete 5aw Operatar Crane Operator, Nydraulic 80 tons or less Crane Operator, Lattice Boom 80 Tons or Less Crane Operator, Lattice Boom Over 80 Tons Crawler Tractor Qperator Electrician Excavator Operator, 50,000 pounds or less Exca�ator Operator, Over 50,000 pounds Flagger �orm Builder/5etter, 5tructures Form Setter, Paving & Curb Founclation Drill Operator, Crawler Mounted Foundation Drill Operator, Trucic Mounted Front End f.aader Operator, 3 CY or Less Frant End Loader O�erator, Over 3 CY Laborer, Common Laborer, Utility Loader/Backhoe Operator Mechanic Milling Machine Operator Motor Grader Operator, Fine Grade Motor Grader Operatar, RoUgh Off Road Hauler Pavement Marking Machine Operator Pipeiayer Reclaimer/Pulverizer Operator Reinforcing Steel Worker Roller Operator, Asphaft Roller qperatar, pther Scraper Operator 5ervicer Smal! 5lipform Machine Operator 5preader Box Operator Truck Dri�er Lowboy-Float Truck Dri�erTransit-Mix Truck Driver, Singie Axle iruck Driver, Single or Tandem Axle Dump Truck 7ruck Driver, Tandem Axle Tractor with Semi Traifer Welder Worlc Zone Barricade Ser�icer Wage Rate $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ S $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 1532 13.99 12.69 11.74 14.12 16.05 14.48 18.12 17.27 20.52 1�.07 �.9.80 1,7.7.9 16.99 10.06 13.84 13.16 17.99 21.07 13.69 14.72 �o.�z 12.32 15. �.8 17.68 14.32 �.7.19 16.02 12.25 13.63 13.24 11.01 16.18 13.D8 11.53. 12.96 14.58 15.96 14.73 1b.24 14.14 12.31 zz.�z 12.86 14.84 11.68 The Davis-Bacon Act prevailing wage rates shpwn for Nea�y and Highway constructian projects were determined by the United 5tates Department of Labor and currerot as of Septemher 2013. The titles and descriptions for the classifications listed are detailed i� the AGC of Texas' Standard Job Classifications and Descriptions for iiighway, Heavy, Utilities, and Industrial Construction in Texas. Page 1 of l � �� � �� ��i� �.�i� �� ���� ����� �VA�'�1� �EIPA�.'�'1VMEl\T7[' �TAI�I��� �1ZO�TJ�� I1IST �pdated: September 06, 2019 The Fort Warth �Tater Department's Standaxd Products List has been developed to minimize the submittal review of products which meet the Fort Worth Water Department's Standard Specif cations during utility construction projects. When Technical Specifications for specific products, are included as part o�the Construction Contract Documents, �he requirements o� the Technical Specification will override the Fort Worth Wafier Department's 5tandard Specifications and the Fort Worth Water Departmeni's Standard Products List and approval of the specific products will be based on the requirements o�the Technical Specification whether or not ihe �pecific product meets the Fort Worth Water Departmeni's Standard Speeif cations or is on the Fort Worth Water Department's Standard Products List. 7����e of Contem� (Click on items to �a dxrectly to the page) �tems Page A. Water & Sewer 1. Manholes & Bases/Corraponents ..--•.--•-------------------------------------------------- 1 2. Manholes & Basesl�iberglass ............................................................... 2 3. Manholes & Bas�slFrames & Covers/Rectangular ............................... 3 4. Ma�z.holes & Base�/Frames & Covers/Round ....................................... 4 5. Manholes & BaseslFrames & Covers/Water Tight & Pressure Tight .. S 6. Manholes & Bases/Pxecast Concreie .................................................... 6 7. Manholes & Bases/Rehab Systems/Cem�ntitious ................................ 7 8. Max�holes & Bases/Rehab Systertis/NonCementitious ......................... 8 9. Manhole Insert (Field Operations Use Only} ........................................ 9 10. Pipe Casing Spacer --� ............................................................................ 10 11. Pipes/Duciile Iron ................................................................................. 11 12. Utility Line Marker ..................................�----�----�---�-----------�----�--------...._ 12 B. Sewer 13. Coatings/Epoxy ..................................................................................... 13 14. CoatingslPolyurethane ...............�---��----�--�--�--------�---------�-----�------•.......... 14 15. Combinaiion Air Valves ....................................................................... 15 16. Pipes/Concrete .............................................................�---•-�----------�------. 16 17. Pipe Enlargement System (Method} .................. .......... ..... �---�--�............17 18. Pipes/Fiberglass Reinforced Pipe ......................................................... 18 19. Pipes/HDPE .......................................................................................... 19 20. Pipes/PVC (Pressure Sewer) ..--••------------------•-•--.•---.----.----•------•--.--•-•-•--. 20 21. Pipes/PVC* ........................................................................................... 21 22. Pip�slRehab/CIPP ------�-----�----� ........................................�---�----��------•-.... 22 23. Pipes/Rehab/Fold & Form .................................................................... 23 24. Pipes/Open Profile Large Diameiex ...................................................... 24 C. Water 25. Appurtenances ....................................................................................... 25 26. Bolt�, Nuts, and Gaskets ......................................•--�-�----------...----•----�---- 26 27. Coznbiz�ation Air Release Valve ........................................................... 27 28. Dry Barrel Fire Hydrants ...................................................................... 28 29. Meters ----�--�------�--�----�-----�----�-----�•--•�---�.....--•--�--------�-----�--------------�--....... 29 30. Pipes/PVC (Pressure Water) ................................................................. 30 31. Pipes/Valves & Fittings/Ductile Iron Fittings ....................................... 31 32. Pipes/Valves & Fittings/Resilient Seated Gate Valve .......................... 32 33. Pipes/Valves & Fittings/Rubber Seaied Butterfly Valve ...................... 33 34. Polyethylene Encasement --------------------------------------------------------------------- 34 35. Samp�ing �tations ................................................................................. 35 a ., 0 � � 0 �, C 'tJ d � 'O � � � KI � � � � � � � � b � � � ��1 -/� � � � � � �1 � � �^ � � � � � � � � � � � � � � � � � � � C CJ C U O a7 � 18 F^" d r � c � � a � 0 Y U � � � � b � � � � ��a �w� ��� � 0 ���� �W� H�� V�� � � � � � � � � ��-- � � 0 N b O � O 'O � a.+ � '� � � � �z� � �l E-� � � � � � � � A a � W � � � ��-�- � � � C/� � �� � � � � �. � a � 0 u 0 m � H a� r 0 s � � �, � 0 N b O � O b v � 'O II� � i^ � � � � � � � � � � � � I� � � � L^ � � � � � � tx? � � � � � � �� �, ., 0 N W C � O '� V ca 'p Q. � � �z� �wH o�� ��� �w� �� ��� ��� ��� � � �� � � � � �� � � 0 N � O � O '� � � � F7. � �"'� � � � � � W � � � � � � � � � � � � � � � ��z � � � � � ��� � � � � �J � Y U � A � � � m m O E LL � � � � a � � � �rt W � � � � � �, � � � � � � � � � �i � � � � � � �� � � �y.�� 9�iW ��I � � 0 N � 0 a Q � v � � � � � � � � � � � � � � E� � �''A3� � � � � � � � � � � � � v �� � �� � � � � a � �. � � a � � � Hz� ��� ��� �'�o ��a ��� ��� ��� � � �� � � � � � � ++ � v _ 0 u 0 � � .� � � � � � � � � � � � � G� O � � I�I � � z W � � � W � W H � � r� � r-� H � � � � � @ z � � �� � � �w� 3.�T � � a c 0 u 0 w � H m � 0 � L � d � 0 Y U ., W T O N � d O� O '� N � 'a a � � �z� � � � � � � � � � � � � � � F� � � � � V � � r/] � � � � � � � � 0 4-. 'C s�, '9 a m � S`.. 0 � � � d O O N rn rn � � � in 7 a � � � � � O O O 4 P v] V1 V U V U U ¢a¢a ¢ ���� � d a a � � 0. W Q -n a w�v � i U pq ,�, 'C � � u � � � o V U o 0 U � � U U y A' F �' G `a O o � a�'. .� � � O � L P. .0 :� .b a ' � ,� � a. Ca R p, ;; � � � d. � � ��� � � - .n c in + � ' .rt � s. � +*7 N � � p � 4 '� i : � W � �I" � �r, �' i p i a. a. a a .--� '� � A. �a. ii. i�. i�. � c c a c c � ,n o 0 0 0 0 .�', �r_ J .� � :-'; .". r � 1. � � � � � � � � ' � � � � � � � ' •Q .I� �. ":ti d! v N 0 � N � -�' Q �j ~ � �� M IOIM�M IQ r/t r�1 r�t r/1 r/1 �{�li li I Y � W r � O V O N � l0 H G] L ++ Y b 7 W � O Y Y v YJ a ❑ d � � C � C .� O it a � 0 � � 0 a � ro v � a � � H � � H � � � � � � � � � � � � � � � � � � �, � � N � ,;� �� � � � � � �+i � 0 � v a � 0 N m O � O 'b a ro a � � � � i=4 � � ��� � � ��� ��� ��� �r^ V1 � � � � @^50�.� � �(�'v{�, 1�M �. 0 Y � �..� � � � � � � E� � Z � �f�F� O � U �`d� � � � � � �� H � � � � � � � �5 ��� � � � � �°'� � d � � d � E� � � � � � � V �'d� � � � � � � � � � � � H � �, �� � � � � �. � d � � � � Fy � � � � � � � � � � � � � � � � ��z �'�� � � � � � � � � � �. C N C O u 0 � � � � d � � � � � � � � � � � � �a E� z w � � � � w � � � � F� � � � � � � � �, � � � � � � �� � � � � � !�Y .. � v � � 0 � .� � � � 0 .� 0 .� � � `ro n C N b M � O f s v � b a ;� �r� Vl �za � � � � � � � � � � � W � � @ � � � � � � � � � � � � � i� Y � d � 0 u 0 a � m � m s 0 � 0 Y Y V a �, 0 N � O � O ^O a � a a � � � � O � � � � � � H ]�1 � H z w � � � � � � � � � H C/1 � ]� � � ��/ F+I � � � z � z/1 � � � � � � � �Qt � � m � s a v � �, � � L O C 7 � � � Y u � � 0 N � C a O '� N � � d � L^ � � � � � � � � � ��F'� �w�� � ��� H�� ��� � � � � � � � � � � W � N �D 4 O� C � u a. ed 'b a � � � P�WC-� ��,A �W�-�r � � W � � � � � � � � �. � ia � � � � � � � 0 N b O T 4 ro d � � c � � � � � � � � � E @i � � � � � � � ��z �'�� � � �� � � � � �. -� v �. � � a a � � � � � � � � � � � � � � � � �S � � � W � � � � � � � � � � � � � � i/� � �� � � � � �=•a Y i w c u° a m � H a s 0 Y _ � � ac 0 � x u � ., � N b Q O� O '� � y-. eC ^C � � � � � � � � W !�I � � � �W �1 � � � � ��z V � � � �. �'�� � ��y �h�d � � � �'�1, a � c � To 'on O a � � � b N b 4 m O �] v � � "O a � z W � � � � � F+�q � � F+�d � � � � � � I�I ]� � � � � C/� � a H r� � � � � � z � � � �� � � � � � � � C a C 0 u 0 m a �a � m � 0 .. L i � N � Y � u u � � 0 � � 0 � 0 � d � � a � F � � � � � � O � V �" � � � � �� � � � ��z ���� � � � � � � � � � 0 � � � N � r-i O N b O Pt C 'O � a.+ � '� 0. ►� � �z� ��� ��� �'�o ��a ��� ��� ��� � � �� � � � � �� � � O N � O a O 'fl L �tl 'a n� � � � � � � � � � � � � � � � � � � � � � H � H t/1 � � � � � � � � �i F� � ,� �5 � � � � � � ��7 i +� � a� c 0 u a w � W d s 0 � L � d � O � u a � 0 N �O O O� 4 'Gf u � 'O d �� � � �z� ��� o��a ��� w�� ��� ��� ��� � � �� � � �� � � � �. � rl � N W 0 � O � d � W ro a � � 0 � � � a W .� p x � � 0 � � O �I � � 1� � � z w � � a w � F+�4 � � � � � �a � � O � � � � � C/� m 7 w � � rt � L d � Q�J+ F-i Sd 'C � V .ti � � LY�f 1-� �� Q � � � � y � � O 7/ �"'� 3 � v � `r , O �w�.� Z � ! � N N N N N N N � ri' I � Q � V � V b �' I u r.I� ��� � � m .o d� o 0 0 0 .-. o��� �� U V V Umoo["^moof'^`v � t. a C,' U 4: � �o� � � �r �Q',v�`•i� Q"a�� � � �X -4 z � � � C P ¢ ¢ Q Q Q 4 � ] ¢ w � � � w � x � 5 � ¢ � q v i ' ' ty � Q � � � °�° � � � w H � a' N C� � � t Cl [a q� q� Q a r°5 C c� N %TI Pa � � G F � � W � 00 � � �� � a � � ° ° � � � � p � J � m r�n U U � � f": � � � d i .� .n ^ � �- �' `'- � ^ " U [j . r � c „ � �� 0. cr� ca 3� f � " m °' b v _ji� ? 4. P. o o .� � � � � � � A A � � � � � � O k� i �' � M'3 k � � � u u u � u R R � �i � C� a a a a n. p. w { - - rti � � � � � � � � � ^�_� � i{L . � � + y s°1. s°�. i vi yu. w � i, o 0. P. P. 0.. W F4 W '0. � C �;�I V U U V U V V 'C; I_� f_� ?� ! o�. a P�. P�. c�. a o�. � t�i. u, FL cj.. p« _� N N N N N � � f� �{ r � {�i � I _ _ _ L .n rn rn rn rn rn vn r.y ,n �n y �n �n m m m m r�. -�y ��y � � � o0 00 oa o0 oa oo a, o, a, _ t e�o N h�{ N � N N �I ,i rl . I C a, a, � .� ,:, � ry =1 � _ '. 0 � � � � �� C P ^J. 0 m � N b O � O "� N 1.+ W "� � 17 � .� � u � � V � � iq�/ �r, � ¢ V �j �1 � O � � �? � ��� � �'�o v ��� � � � � � ,y � p � �j N �I � � � � m F1 � ' , � � A � � � � � �I �� vf �I �I �I 7� 7F ro� �i �I �I I ml � I � N h h � � U �� c.r u c.� ��� c..i c.� c.i c.� c.� �o 0 0 � U U iO �° � V V V � � � xC¢ ¢ ¢ ¢ zC¢ �n V V U V.. .. U U U.-� ..y .-� U U 5�� � 5 V ���� U U r.�. .r U U V 6�� Q Q Q Q � �a � m .� to Q Q Q 4 4 rn �n �n �., �n �� Q Q � � � � � � � � � � � � � � � � � Q ¢ ¢ � � � Q Q Q � � � ¢ � Q Q 4 4 ¢ u a,, a o ,on " �a ❑ rn rn y y ?e a^, tW., o U U b0 e� P. � �d m � ,� '� P. °' �`n � � w° w co .5 0 - U U � � o � b b �� 0.l 0.l � Q �"' C] � r`�i. r'�ii U A ry °� o pp a w�' '� r� v� i.,, .� c'' .a .a x� M m u � w r� r� �.. Q„o w ip �� rn rn o W " p a. p a m en �'v v o U cn � x .a '� .0 Q N n. N a. � 'a .� � � � � � o r'�ii ��-1 ..�] -�l o �o � ri� W � V � U �„,-, u -� � a x �' u L� a cx c p�, c p�, �a � Y i.L U m .� � �, ry � o � � � ��q '� '� '3 � '� ,� .� .�' o w °w' � '�3 .v pu v � �`� C� q `� `� � v p5 " � .� ��� m.S ca "`� rn o �L EL o��� 0.' Ca a C] � � .� � `� � � P7 .� �w � � 'v� in v � 0. A '� �o 0 li. � � � � O � � l4 � a � � � � � � � � W W A o� ��� U a � 'a o o � � 0.. � '1 v y � R C p, � n. o � � ;, 3 `n C'7 F^ ; 3 ti �_ � � � ,Y.., - h � -� C m � i � � � tf] +--� � V. W W � .y_� I O O O � .�'f? SI �. .� ..� :� �l�d� N lr�q p L_. R �� L+ I� 3 � � w � � O Y �+ 3 � � � Y � z � N o Q u� w �I�I� �, O ° � P V - � � � 5 ° � o. o. � � � v � �a �a � � � }4. 4 W R. -S � S <a w a a b b b v"�, v"�, °., �• �• w � � b � F� r a N r � N � W W w�� w� W �, � o � � o � o � � O l_�V f_�V O O O O O ^ O O O O O � a � a � c� �a c� � v � v .� .� � .� 0.� ai FC a � 7 � C ti ti F-�i � h � l� N W W W r%� rr rn rn rs M M M M M � d � � � � � � � a d N�O P P 6� O� O� � � � � � � � � O � O � -+ O O O � � 0 N � O O� O � � � ro a � � � � 0 � � � � � � � � v � z w � �q� 1� W � � � � � � � � H � O � �1 � � z � � � � � � � � � -�, +. C N i 0 U 0 � .� � � � S O r C � � N � s � � � � 0 � � Q a 0 � � �. � � c� � � ''��"�� �i�1E� � � � �'�O � � � � W � ��z � � � � �; ��. �� � � � �� m s � .Q � �. � u ac a � �c u a m � 0 N b 9 T O 7 � a.+ F � � � � � � I� r � lil f� � � � � � � � Fr+}d � �4 ��`z ��� � � �� � � � � � � � O N � O � C ro d � � a, � H � � � � � � � � �� � � � � � � � � � � � � ;� � � �i � � � i��l CITY OF FORT WQRTH Transportatian and Public EVai•lcs �018 CIP YEAR 3 w CONTRACT 7 City Project No.10��#S3 ADDENDUM NO. 1 Unii I: Water Improvements Unit II: Sanitary Sewer Improvements Unit YTY: Paving Improvemen�s Unit IV: Haltom City IrnproveYnents Addendam No. 1: Issued Friday, November 2,0, 202D This Addenduin, for�rt-is part nf the PIans, Conti•act Documents & specificatians for the above referenced Project and modifies tiie original Specifica�ians and Cant�•act Docutr�ents. Bidder shall acknowledge receipt of this addendum in the space provided below, in the proposal (SECTiON 00 41 00) and acknowledge receipt on tlie ai�ter envelope of yaur bid. Faiiure to acknowledge receipt of this addendum could sabject t}�e bidder to disq►aaliftcation. The plans and specification documents for 201$ CIP YEAR 3— CONTRACT 7, Ci#y Projeet No. 101453 are hereby revised 6y Addendum No. 1 as follows: I. Specifications Section 00 42 43 PROPOSAL FORM to be REPLACED in its enfiretiy �cvith the Atfached re�ised Bid Proposal. �. Constructio�t �Ians have been ch�nged as following: � Sheet 1: Cover Sheet has been revised ta add aI1 project reviewer signatures � Shee# X2: L�ne "5" — Setma Street �- Water Plan has been revised. Revised pay Iimits of asphalt paveinent repair. � Sheef 13: Wate�• Construction Details ha�e been revised. Re�ised water embedment, back�ill, atzd trench re�air details. � Sheet 31: Sewer Consiruction De#ails have been revised. Revised sewer ernbedinent, backiill, and trench repaiz• details. * Sheet 3�: Proposed Pavipg Imprqvements Locatian Map has been revised. Selma Street aiignment ID was revised fiom "SEAMAN STREET" to "SELMA STREET". � Shc�t 37: Paving Typical Sections Alternate 4ption B has been revised. The concrete reinidreetxzent notes on Ellis Rd, Kings Hwy, Oakview Street, Seaman Street, and Selma Street have been revised to read #3 BARS cx 2�" O.C.B.W". The paving d�taiIs for Ellis Rd have been re�ised to include Longitudinal Construction or Sawed Dummy Joint per 32 I3 13-D {511 or 516). � Sheet �0: Kings Highway Paving Pian has been a�evised. The ADA pedesfrian ramp in the NE corner of the intersection of Wheeler 5t and Kings Highway has been revised from "Type M-1" to Typ� P-I" � Sheet 69: Paving Construction Details have been revised. The sheet sequence has been changed to "SHEET 1 of 8" due to the additional detail sheet added to the plans 69A. Also rez�aaved the "Notes to Designer" from sheet. Added additional �otes at�d detai�s pertaining to the constructio� limits of: o Type R-1 Residential Intersection detaiI 32 12 20-D535 o Type P-1 Perpendicu[ar Curb Rarap detail 32 13 20-DS�� 2018 CIP YEAR 3�- CONTRACT 7 Page 1 of 3 City Project No. 101453 Addendu�z 1 • Sheef 69A; Paving Co��struction Details hav� been acided to the pt•oject p(ans as sheet 69A. The sheet sequence has been changed to "SHEET 2 of S" due to the additionaI d�iail s�leet added to the plans 69A. The details include: o Concrete Edge/Retainer for Asphait Pavit�g detai132 13 13-DS 1 D o Constr��ction Joint detai132 13 i3-D511 o Construction Joint (Between EYisting and Propased Paveinent} detai132 i3 13-DSi2 o E�pansian jaint detai132 I3 13-D513 o EYpansion Construction �oint (Between EYist and Prop Pavement} detail 31 13 13-D514 o Cantraction Joint detail 31 t 3 13-DS I S 0 5heet i0: Paving Consti•�zction Details have been revised. The sheet sequence has been changed ta "SHEET 3 oi 8" due to the additianal detail sheet added to the plans 69A. tldded missing dimensions to the Concreie Residential Driveway Approach with Radius — Asphalt Pa�ing detail 32 13 20-D528. Added additional detail — Concrete Residential Dri�eway Appraach with Radius — Asphalt Paving detail 32 13 20-D527. Added adcEitiona� notes and detai�s pertaining to the construction limits of Type P-2 Parailel Curb Ramp {Sidewalk Adjacent ta Curb} cEetail 32 13 20- D541. o Sheet 71: Paving Construction Details have been revised. The sheet seqttence has heen changed to "SHEET 4 of 8" due to the additionat d�tail sheet added to the plans 69A. Added additional t�otes and details pert�ining to the consta•uctian limits of Type R-1 (Madified} Resic�ential Intersection Details, Adc�ed notes to the 5tandard Curb and Guiter detail 32 16 13-D534. Remaved the Type M-1 Mid-Block Ramp (Sidewalk Adjacent to V+ralking Surface) d�tail 32 13 20-D537. a Sheet 72: Paving Construction De#ails have been revised. The sheet sec�uence has been changed to "SHEET S of 8" due to the additional detail sheet added to the plans 69A. Added notes and details pe�•taining to the sidewalk slope thru driveway iirnits to the Madified Concrete Driveway Approach deYail. � Sheet '13: Paving Construction Details have been added to the praject plans as sheet 69A. The sheet sequence has been changed to "�HEET 6 of 8" due to the additianal detaiE sheet added to the plans 69A. The de#ails added include: o Pavement Steel Reinforcing General Layout cletail 32 13 13-D508 o Sawed Joint Detaii 32 13 13-D518 o SawecE Du�my Jaint d�taii 32 13 �3-D515 o Langitudinal Pa�ing Section detail 32 i3 13-D514 � Sheet 74: Pav�ng Construction Details have been revised_ The sheet sequence has been changed to "SHEET 7 of 8" d�e ta the additional detail sheet added to t�e plans 69A. o SC�eet 75: Paving Construction Details have heen revised. The sheet seqt�ence has bee� changed to "SHEET 8 of $" due to the additianal detail sheet added tn tlYe pians 69A. • 5heet 78: �iVater Construction Details have been revised. A�ded additional detail �- Haltom City Water Service Cor�nection detail WM-049 � Sheet i9: Lin� "E" — Selma Street — Sewer Plan has been revised. Revised profile gridIines to vertical scale of 1"-4'. � Sheet �0: Line "E" ---- Selma Street — Sewer Plan has been revisec�. Revised pro�le gridlines to vertical scale af 1"=�'. o Sheet 81: Line "E" — S�lma Straet — Sewer Plan has been revised. Added 6" gas main in plan and profi�e. Revised prof�le g�•idlines to vertieal scale of 1"=4'. 3. PROJECT CLAR�F�CAT�ONS � Uni# 4- Haitonn City Improvements: Contractor can utilize City of Fort Wort� concrete mi� design specifeation 32 13 13 for pavement construction in the Halto:nn Cify limits for Unit 4. If the concrete bid option �b is chossn, then the paving shall be required to be machine-placed rather than hand-placed by vibratoiy screed. Z018 CIP YEAR 3— CONTIZACT 7 Page 2 of 3 City Praject No. 101453 Addendum 1 � Uni# �€ b�i��tona Ci�y I�aay�rove��c»ts: Ite��3 5, ::� 171.[1] 02 �s-b«ilt Sur�+ey" a�ld Itetrt 21, <`O171.Di01 Cai7st��uctio�� �tak��ig" ��•e i�iiended to cover t11e needs %�� The paving in�p�•nr��e�neiats along �vi�l� tliose fo�- th� seive�' a���f ivate�' in��i•ovclnents tl�at are ��f-� c�f Unit 4, and Unit 4a oj� LJtiit �(�. Unit �-�-�altr�a�� Ci#y T���r�Qve3rr�ienfist Wate�• meter relacatiaE� covered uncEer Unit 4 as shoiun ott Sheet 77 sl�ail be perfc�r�ned in aecardai�ce ta Haltotrt City �ate�• Se�•vice Cart�3ectio�i detait WM- 009 on Sheet 7$. Tf�e e��tire ivater se�•vic� bacJc to tE�e rnain does not ��eeci to be x•eplaced. The nelv ii�eter should b� s�liced in, whei'e availabie based fln the foliowing diE-ectives: o T`he water mete�- b�a�es are nat to be �laeed i�� tI�e f��tu�•e sidewallc. Existing services (�nast likely copper) can be ci�t and s��liced so tl�at the �vater r�eter boY is oi�tside of #11e sid.ewalk. o T��e "splice iocation" car�rioi be located unde.t• tl�e �t��eet. o�rVhi.le rtot d�sirable, 'tT tnay be ��i�avoidab(e tl�at the "splice �ocaiior�" is ti��de�� the fi�t��•e sider�valk. o Use a Forc[ co�np.ression fttirtg for th.is splice (�s specified in Ha�ton� City Watei• �ervice Connection WM.-0�9) A signecE copy of Adde��du�� No. I sE�o��l� �e iz�cliided in tlle seaIed bid envelope at the time of bid s�►binittai. Fail��re to acknowled�e tl�e �•eeeipt of Addenc�utn Na. 1 coutd caLise the subject bidde�' ta 6e cot�sidei'ed `NONRESPQNSIVE," �-esiit�ii�g i�� disqualification. Adciendum No. I RECEIPT �1:CT�NOWLEDGEMEN'I': � � �°``� �`� B �1r-��_ � _ _ _ y: � � �� : ����, �� � � P Y r , - :. . .E� - t rw�. � � -. �; Ciiy: ��}�i�.t��#-�` 5tat�: �� �zlliam Johnson Director, TPW N3i`_ �'i:i/In:. '.L1L•2lj. iT.?(i 1�_ 1: f..$T� P�„" Maiy Hanr�a, P.E. Prog��arn Manager, TP�V 201 S CfP YEAR 3— COt�i"E'RACT 7 Page 3 of 3 Cily P€s�ject�lo. I01�}�3 Adde��duni i CITY OF FORT WORTH Transporfation and Publie Worlcs 201� 84ND YEAR 3— CONTRACT i City Project Na. 101453 ADDENDUM NO. � Unit I: Water �mprov'ements Unit IL• Sanitary Sewer Improvements Unit iII: Paving Im�rovements Unit IV: Haita�n City Impravements Addencium No. 2: Issued Wednesday, November 25, �,0�0 This Addendum, forms paj•t of the Plans, Coniract Documents & Specifieations %r the above referenced P�•aject and inodifies il�e originaI Specifications and Cantract Docunaents. Bidder shall acknow�edge receipt of this addendum in the space pro�ided below, in the p�•oposal (SECTTON 00 41 00) and acknowledge 2•eceipt on tha outer e��velope of you�• bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualificatio�3. The p3a�7s and specification documet�ts for 2d1 S B�ND YEAR 3— CONTRACT 7, City Project Na. 10i453 at•e hei•eby re�ised by Addendut�� No, 2 as follovs+s: l. Spccifications 5ecfion OD 00 00 -- TABLE aF C�NTENTS to be R�PLACED in its etttirety with fhe Aitac�ed revised Table of Contents. Chat��es to the original inelude: • D�vision 32 -- Extei�tor Improvements, add row "32 O1 29 Concrete Paving Repair i2/20/20t2" o Division 32 — Exterior Iinpro�e�nez�ts, add row "32 11 29 Lime Treated Base Courses 12l20/2012" o Di�isiai� 33 — Utilities, add row "33 12 50 Water Sam�ti��g Stations 12120/2�12" 2. Sneci�cations Section 00 42 43 PROPOSAL FORM to be REPLACED in its entirety wifh the At�ached revised Bid Proposa�. 3. Construction platis have been changed as fallo�ving: o Sheet 29: Sewei• Plan -- Line "C"� Oakr+iew Street has bee�i rewised. The manhale located at S`TE14+95.00 added RIM ELEV = 535.� Sheet 37: Paving Typicat Sectinns Alternate Option B has been revised. The subgrade notes on Ellis Rd, I�ings Hwy, Oalcview Street, Seaman Street, and Selma Street ha�e been revised to �•ead "PROPOSED 6" LIME STABTLIZED SUBGRADE c{,r7 �0 LBS./SY 1'ER SECTIQN 32 I 1 29". Sheet 69A: Details of Expansion Joint, Expansion Construction Jaint (Between Exist and Prop Pave�aastrt) and Cantraction Jaint have been revised: o EXPANSION JOINT 32 13 13-D513 - add size of dowel bar and the note has been �•evised to read "#6 x 24" SM��TH DOWEL a 12" O.C.". o EXl'ANSION CONSTRUCTION .�O.iNT (SETWEEN EXIST AND 1'ROl' PAVEMENT} 32 13 13-D514 - tl�e note for the dowel bar has been revisecE to read "#6 x 24" SMOOTH ll4WEL @ 18" O.C.1NT0 �XISTiNG PAVEMENT". o CONTRACTION JOINT 32 13 13-D515 - the note for �I1e dowel bar has beeii revised #o �•eac! "#4 x 20" SMOOTH DOWEL BARS @ 18" O.C.". 2018 F3ond YEAR 3— COt�€TRACT 7 Page 1 of 2 City Projeci No. 101�153 Addendum 2 ���eet '73: Details of PAVEMENT STEEL REI]�1FORCING GENERAL LAYOUT 32 13 �3� D508 I�as beei� �•evised to be cons�ste��t witl� the cl�at�ges aaaade on �heet G9�. The nate fo�• the elowel bar has been revised to read "�� a 20" SMD�TH DOWEL BARS � i 8" O.C.". �d. I'ROJ�CT CLARiTI�ATIOI�T� CT�t:it 2, It.e��� 20, "3211.��1� 6" F[e:� Base" — Tl�is itettt is intend.ec� for ��esio.ratiotl of �lae alley surfaee fot� the sho�-t �•Ltt� a� se�Ner re�lacemca�f �oi��g into tE�e alley on SHEET 30. A sig��ed copy of Adciencluin No. 2 shauld k�e included itl tl�e sealeci 1�ici enve1o�e at the iitne af bid submittal. �a.ilu�•e to ack��owledge the receipt of AddenclErm No. 2 eould cause the subject bidde�' to be considered "NONRE��'ONSIVE," res�ltii�g in disq�ialificatio�j. Ad�er�d���n No. 2 RECETPT �CKNOWLEDG�MENT: ,f; �� + ;�� � �� B�_3 �'"on�}�a .�4c'�'�t�� ��r��1 _ Address: � � , '��� � �'�' � City: ��►�,�� St�te: � Willianl JohnSozx Di�•�ctar, TPW ��:;_ > ,:�.. - W • .. :° Maz•y Har��za, P.E. Prpg�•ain Managez•, TPW ?(1 F3 €tonci YEAit 3— CC)Nl'RACT 7 Page 2 of2 City i'rnjec� �a. 101�153 f�(�(��El(�i.iEll 2 CITY �F FORT W�RTI3 T�•ansportation and Public Works �018 BOND Y�AR 3— CONTRACT 7 City Praject No. l.Ol.4S3 ADDENDUM NO. 3 Unif I: V�afer Improvem�en#s Unit II: Sanitary Sewer Irreprovett�ents Unit III: Pav4ng Zmprovemenfs Unit IV•. Haltotn Crty Impwavements Addendum� No. 3: Xss�Yed Wedncsday, Decamber 1, 2U20 Tl�is Addendum, foi•ms part ofthe Plans, Contract Documents & Specifications foi' the above referenced Project and modifes the arzginal Specifications and Cant�'act Documents. Bidder shall acknowIedge receipt ofthis add�ndum i�l the space provided below, in the praposal (SECTION 00 41 00) and acknowledge receipt oi� the outer envelope of your bid. �ailure to ack�lowledge receipt of this addendum coutd subject the bidder ta disqualification. The plans and specificaiion documents far 201 S BOND YEAR 3— CONTRACT 7, City Froject No. � 01453 are hei•eby revised by Addet�duin No. 3 as follnws: 'f. Cor�struction pEans havc been char�ged as follflwing: e Sheei 13: "Construction Details — Water" has been revised. o Geotextile fabric is now shown anly at the top of the pipe embedmeni (when gt•oundwa#er is present} fo separate the backfi�l as is required for smalI diameter {12" and under} pipe. o Deiail 3 for Perr�anent Asphalt Pavement Repair has been revised �o change �lie callout fa�- 8" CEMENT STABILiZED BASE AS FER SEC 00 32 l3 to 8" CONCRETE �ASE MATERIAL PER SEC 03 34 16 Sheet 31: "Construction DetaiIs — Sewer" has been revised. a Geotextile fabric is now shown only at the top of the pipe ernbedment to separate the backfiII as is required for smalI daaanate�' (12" and under) pipe, o Detail 3 for Permanent AsphaIt Pavement Repair has been revised ta change the caItout for 8" CEMENT STABILIZED BASE AS PER SEC 00 32 �3 to S" CONCRETE BASE MATERIAL PER SEC �3 34 � 6 A signed copy af Ac�dendum No. 3 should be included in the sealed bid envelope at the time of bid submittai. Failure to acknowledga the rec�ipt of Addendum No. 3 could cause tl�te subject biddet- to be conside�•ed "NONRESPONSIVE," resulfing in disqualification. 20 � 8 Band Y�AR 3— CONTRAGT 7 City ProjecE iklo. 1 O 1 AS3 Addendi�m 3 Page 1 of 2 Addendui� Na. 3 RECEIPT ��KNO�fLEIa�EMENT: � �� By: � �I �� . �� �_ { om�any: 5�����.�. �-��e��.� Address: �.fl. �� ����at"� Cit,�+_S�-�lt.dti�irJ St�te:__.,�_ ��itliam Johi�son Di�•ecto�•, TPW . � ______ ._._ ..___ __..�....._ k y;:,�:�,...,�_,:., ,o�� �,._:..�;�:..�,��::_: Mary Haniia, P.E. Prp�ran� Nlana�er, TPW 2C11 A f3oETci YEAR 3— CC37VTE2AC°I' 7 C iEy Praject No. 1 Ei i�i53 ,Adden+��ttr� 3 Pa�e 2 nf 2