Loading...
HomeMy WebLinkAboutContract 55382� •� `� - !�``� - Q - I � �-�� � ���� ����r � C��TTRACT FOR THE COl�STRUCTxO�T OF �� �� ~ � `� ���Yie•���� 9� �������.�, .li�ORTH B�ACH STR�ET AND BASSWDOD B4ULEVARD INTERSECTIOlV IIVIPROV�'1V.�E11rTS City Project No. 10��$2 Betsy Price Mayor David Cooke City Manager Willia�n Johnson Dixeciox, Transportation and Public Works Departm�nr Prepared for The City of Forf Wo�th Transpa�rtat�on and Public Works Departmen 2��� ������� �r��� �'lll�ll�,���� 6500 W �'ree�vay, Suite 700 �'ort YYorth, Texas 7b.116 -- — ` _ �� Teacas Board ofProfpssronal Engineers, Firm Regrstratrorq#�� u�� ,Ra ~� � II }i ���d. � � � �� ������ �� �-- � I ��� ������ Clt �� F��� ����h � S�a�da�d Cons�.�°uction Speci�rica�ion ]]ocuments Adopted September 2011 00 00 00 STANDARD CONiSTRUCTION SPECIFICATIOIV DOCUMSNT3 ������� �� �� �� TABLE OF CONTENTS Tlivicinn QO n [Yeneral C:onditinns Page 1 of 8 Last Revised 00 05 10 Ma or an:d Council Cammunication 07/01/2011 00 OS iS Addenda 07/01/2011 00 11 13 Tnvrtation to Bidders 03/U9/2020 00 21 13 T�starac4�ons to Bidders 03/49/2020 nn� 8�9/�0-l$ 00 32 15 Cq;�structian Pro'ect Schedule Q7/20/2018 00 35 13 Conflict of Tnterest Staternent 02/24/2020 00 41 d0 Bid Form �3/09/2020 00 42 43 Pro osal For�n Unit Price 01/2Q/2012 Qfl 43 13 Bid Bond 09/J 1/2017 00 43 37 Vendar Com liance to State Law Nonresident Bidder 06/27/2D11 00 45 11 Bidders Pre ualifications 07/01/2011 00 45 12 Pre ualification Statement 07/01/2011 pQ 45 13 Bidder Pre ualification A Izcatzon 43/09/2020 00 45 26 Contractor Coxn liauce with Warkers' Com ensation Law �7/0112011 00 4S 40 Minor�t B�siness Ente rise Goal 0 6/0 912 0 1 5 nn�-^n{--^4= ��3 00 52 43 A eement 09/06/2019 00 61 13 Performance B ond �7/01/20l I 00 61 14 Pa nuer�t Band 071d11201 � 00 61 19 Maintenance Bond 07/01/2011 00 6l. 25 Cert�ficate of �nsurance 07/01/2011 00 72 0� General Conditions 03/09/2020 a0 73 00 Su lementa� Conditzons Q3/Q9/202Q CTCY QF FORT WORTH Nor[h Beach SU'eet and Basswood Boulevard Intersection Lnprovements STANI]AIiA CANSTR[JC'['ION SPECIFICATIOM DOCiJMB%1'i'S Project Namber 101582 Ctevised March 9, 202d oa o0 00 STANi]ATtD COi+iS'FRUCT'ION SPEGIk'ICATION DOCU�ENT3 Paga 2 of 8 Ol 78 23 O eration and Maintena�ce Data 12/20/20i2 01 78 39 Pro3ect Record Docunnents 0 7/0 1120 1 1 Technical Speciiications which have been �nodi�ed by the Engineer speciiicalIy for this Project; hard copies are incIuded in fhe �rojec�'s Contract Docu�ents: Div�ision 02 - Existin Conditions n'� n� �� �n ar—rrz-r n^� D.,..:«.,. Ae,N,.,�..,1 i � - - ` ' ' ' _�:,.,s....... :.R� � ��-,.- �. . a . � :� �� Division 25 - Electrical Dxv�isxon 31- Earthwork Date Modified �,� 31 23 Ib Unclassified Excavation 7/21/2020 �,�''�^� � � 1� i7-.�� �1� �� �$�35 �8 E 1 � i r � � i 1 a CITX OF FQRT WORTH North Beach Sfreat and Sasswood �oulavard I�tarsection Improve�ner�ts STl�NI1ARD CONSTRETCTIdM SP�CIFIGATION DOCiJMB3+lT5 Frojeet ]dumber 1D1582 Revised March 9, 2020 1 � . � � �— - -�_��: � i • �: '' :.9�sir�-- :.�;i� a, i ,'! _ - �. 1.� - �z nn i� �--v-rzz � ���Cr �$ �8 � 1Z� �� � 22 !1C 17 !11 �-v�-z rvT 33 OS 14 Adjusting Manholes, Inlets, Valve Baxes, and Other Structures to O5/].3/202Q Grade � �� �� nc �n r --v�o �� �i�i���8 22� �2�3 �Z f1S'lA 7TOJZT �C7 �e ,�� b..u,. -nr,,,.,, „a r�.,.,tr„f., > >� �� '2'2 1 1 l 7 �T1�T �% ��3- --�-1--�� , �4 - �q []iT..��� 1 „�...1�. +.. '7 ;.,..i�. 22�Y �___t_�� ��� �cr-ir[=cc.'� �rxt�cci� E r � �� i� �n � �Q � �9 j �� �� cn m�� �8 ,E Ci1'X QF FOR'F }7VORTH Norih Beach Street and Basswaod Boutevard Intersection Improvements j � STAIVAAIiD CONS'�tUCTIOAT SPECIFICATION DOCUMEAITS Project Number ]01582 Revised March 9, 2024 � 00 00 00 STA.I+tI)ARL7 CONSTRUCTION SPECIFICA'f'IOAI' DOCUMENTS Page 3 of 8 00 00 00 STANDAR➢ CONSmItUCTIOIV SPECIFICATION AOCUM&NTS Page 4 nf 8 Tech�ical Speci�cations listed below are incl�ded for this Project by reference and can be �viewed/downloaded from the Ciiy's we6site at: httn://%rtworthtexas.�ov/tnw/cotttractors/ or httus:/laAps.f.ortworthteaas.govJProiectResour;ces/ CTf'Y OF FORT WORTFI North Beach Street and Basswood Boulevard intersection Improvements STANDATL� CONSTRUCTION SQECIFICATION DOCUM�NTS Project Number 101582 Re�ised March 9, 2020 Divisian 02 - Exis�in Conditions 02 41 13 Seleciive Site Demo�ition 02 41 14 Utz1i Resnoval/Abandanzn�nt 02 41 IS Pavin� Removat Dirvigion 03 - Concrete Division 26 � Electrical 00 OD UO STANDARD CO1+iSTRUCTIQN 3PECIFICATION DOCUMEiVT5 Page 5 of 8 Last Rev�ised I212�/20I2 i 2/20/2012 02/02/2016 26 OS 00 Common Work Results for Electrical 11/22/2013 26 05 10 Demolit�on for Electrical S ste�ns 12/20/2012 2b Q5 33 Racewa s and Baxes for Electrical S stems z2/2p12012 �� n� 1n�,1=, �-8�-�9 n� ���� Division 31 - Earil 31 1Q Op Site �� � �,�-'�8 � 31 25 00 Erosian and Sediment Control �'� �a�ie�s �$8 �H been 12/20/2012 n� rA�n�s 8�-�.'�9�3 ni r��gr��� 1 2/2 012 0 1 2 ,�r�� r �,��r��� Divisio� 32 � Exterior Im rovements 2'S n�1 i ?, i��iAi�? '27l17 74 i�r�n��nt� �s-v-r-=-v �r m 32 O1 29 Canc:rete �avin Re air 12/20/2012 �� � t �2 �te..;7.1e �.,.,e r+,,,,,.�e� r�i�nr�nt� �azz� �-FvrFo-zx ,'���, 1 '7 !'I�z 2�� t�J r � ���� �� 8Sl�813 32 12 16 As halt Pavin 12/20/2012 �� �� �s t�»nr�nt� �� �rFvrz,v.c� 32 13 13 Concrete Pavin 12/20/2012 32 13 2fl Concrete Sidewalks, Drivewa s and Barrier Free Ram s 06/05I2018 32 13 73 Concrete Pa�in 3oint Sealants 12/20/2012 �� , � ��-m. n�� 32 16 13 Cancrete G�ar� and Gutters a�.d Valle Gutte.rs 10/05/2016 32 17 23 Pavemen# Markin s 11/22/2013 �� i � �c ti �_rnnl�nt_� �� ,-=��o-� �'] 7 �1 1'1�� J �� txr:,.s �e.,.,e.. .,�a r_.,+o� ��-/�g��g-� �� tix r..,,a �c,...,,,,., .,.,.t r.,te., y� rh_-n-�� � ^�� 0�1•� 32 91 19 To sail Place�nnent anct Finishin o�Parkwa s I2120/2012 CITY OF FOIt'C WaRTEi North Beach Street and Basswood Bo�levard Intersect�on Tmprovements STAiVDARA CQNS'1'IZUCTIAN SP�CIFICATIpN DpCUMENTS Project iQumber ]01582 Revised Merch 9, 2420 i oa o0 00 STATIDA1tD CQNSTRUCTION SPSCiF'ICATION DOCUMENTS Page 6 of 8 32 92 13 H dro-Mulchin , Seedin , and Soddin�.x �2/2012012 �-4� m e�., .,,�,� et,,..,t,� (Has bE�SI� C170difie[l) '�'��-�%�n�� Di�ision 33 � Utilities 33 01 30 Sewer and Manhole Te �� ri,.�ea r:�,.,,.+ •roto.�..; �J�--tl�t� .. � _ - .a_. �ra' ,. _ — _- -, y.,, �. - . � :s� zs�,i-�-�s �. + - r ����� � _ - ; - �:axis"s:_:� •- 33 OS 10 �� 33 OS 13 �� n��n �-&�4 33 O5 16 33 OS 17 33 OS 20 '�r3-�-�-� �� �� �93-�4 �� 33 OS 30 33 l l 05 33 11 10 33 l l. l.l �--�-�-� �� ���� �—s� � ��� �� 33 12 30 �� �3g �� 2 ��� �2� �r-'�--��--�9 �� Trench Excavafio 6��g Cover and Grade and BackC-ill — Cast Iron > > > �'� Has been modified Concrete Water Vaults Concrete Collars A� er Bor�n T.......,1 7 : « i)1 n+.., Loeation of Existing Utilities Bolts, Nuts, ati.d Gaskets Duetile Iron Pipe Duetiie Iron Fitt�ings :.��..:� ��..��., _ :. � Resilientt Sea�ed Gate Va�ve Combination Air Valve Assemblies for Fotable Water ,_ _ , . �...:.:.�.�:°"r::� � - - ���:::��.- --- - . � . 12/20/2012 n� rn�� 1'f M��F� �% , � r�-�,,�� � n� rn� r��� n��9�3 � 12/12/2016 �� 01/22/2016 �� -�$� J,2/2012012 12/20fZQ12 12/20/2012 , �,��� �{�8 �� n�c�i�� r � r��� 12/20/2012 12/20/2012 12/24/2012 12/20/2012 , , r,�� ��B/�8� y � 1��n ��F n� rt� r » i��� 12/20/2012 ���� n��n� cro�� 12/20/2012 n i �n�� ��«�� n�ri�� � � ^ ���r�,, nzvzvi� .1 'S 1'1�i � n�n�� i � ���� CITY OF FO1tT 1�OIt'FI-I NorfE� Beach Stteat and Basswood Boulevard Irrtersection Improvaments 5"FANDt1RD CONSTRi7CTION SPECIFICATION DOCL11Vi�NTS Yroject iQum6er ] 01582 12evised March 9, 202p ; � � � a ; f � 00 00 OD ST1�NI7�1IiD COTIST1tTICTION SPSCJF'ICATION TJOCUMEI�!'fS Page 7 of 8 Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface a�d Physical Conditions GC-4.04 Underground Facilities GC-6.�6.D Minority and Wame�t Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.Q9 Fer�nits axad ITtili�ies r`_c,�r o�.'�4. ,.T,.., a; � ^�` u.� GR-Ql 60 UO Product Requirements END OF SECTION C1TY OF FORT WORTT� North Baach Street and Basswood Soule�ard Intersection �mprovements S�ANI)ARD CONSTRUCPiON SPECIFICA.TION DOCUMi�lVTS Project Number 1�1582 Revised March 9, 2020 3I3I2021 C��� ��u���� ��=�r�� DAT�: 3/2/2021 REFERENCE **M&C 2'[- LOG f+lAME: 2020 NORTH BEACI-1 STREET AND NO.: �144 BASSWOOD BOUL�VARD CODE: C TYPE: CONS�NT�UBLIC N� HEARING; SUBJECT: (CD 4) Authorize Execution of a Contract with McClendon Construction Company, Inc. in fi�e Amount af $1,537,331,40 for Construc#ion of Paving, Traffic 5ignal and Illumination Improvements for North Beach Street and Basswood Boule�ard (2D18 Bond Program) (}rfcial site of the Ciiy of for[ Worth, Texas FoRs r� R�COMMENDATION: It is recomrnended fhat the City Council authorize #he execution of a contract with McGlendon Consfruction Company, Inc. in the amouni of $1,537,331.40 for construction of the paving, traffic signaf, and illumination improvements for North Beach Street ancE Basswood Boufevard project (City Praject No. '101582}. D15CUSSION: This Mayor and Council Communication (M&C) is to authorize a construction contract for construction of paving, traffic signal, and ilfuminatiort impro�ements f�r North Beach Street and Basswood �oulevard. ihe construction con#ract will be funded usiRg 2p18 Bond program Fund and Impact Fee avaifable in the project (City Project iVa 10i582). The projectwas advertised for' bid o� December 10, 2020 and December 97, 2Q20 in the Fort Worth Sfar-Telegram. Qn January 7, 2021, fhe following bids were received: � Bidders �� Amaunt 7ime of Completion fMcCiendon Construction Company, Inc. � ��� $1,537,33'1.40� 252 Days Pavecon Public Works, LP � �� $1,576,475,87� ��� T�-T T����-���T Rebcon, Inc. The Fain Group, fnc. $'[ ,552,802.90 $'I , 7'[ 0,10Q.25 �ort Worth Civif Consiructors, LLC � $1,777,497.D0� This project will have no impact on the Transporkation and Public Works annual operation budget when completed. Construction is expec#ed #o start ir� May 2021. This project is included in the 20�i8 Bond Program. A�aifable resources within the General FuncE will be used ta provide interim financing until debt is issued, Once debf assaciat�d with fhe project is sold, bond proceeds will reim6urse the General Fund in accordance with the statement expressing afficial Intent to Reimburse that was adopted as par# of the ordinance canvassing the bond elecfian (Ordinance No�. 23209-05-2018) and subsequent actions taken by the Mayor and Council. MIWBE OfFice: McGlendon Cor�struction Company, Ir�c. is in compliance with the Cify's BDE Ordinance by committing to 61% MB� participation on this project. "�he City's MB� gaal on this project is 61%. This project is lacatecf in COUNCIL DISTRICT 4. F'ISCAL WFORMATIONICERTIFICATION: The Director of Finance certifies fhai funds are availabls in the current capifal budget, as previously appropriated, in the Transportation Impact Fee Cap F�nd and tne 2Q18 Bond Program Fund for the Beach St & Basswoad Blvd projec# to support the approval of tF�e above recommendation ar�d execution of t�e contract. Prior to any expenditure being incurred, the Transportation and Pubfic Works �epartrneni has the responsibiiity to validate the availabilify of funds. � Fund f Department I 117 Account � Project � Pragrarn � Activify Budget ID Year Account �E7 Su�mitted for City Manager's 4ffice by_ Originating �epartment Head: Additianal Infarmation Contack: M&C Re�iew Year Dana Burghdoff (8018} William Johnson (7801) Moniy Hali (8662) Reference # I Amount apps.cfwnet.org/council_packet/mc review.asp?ID=28696&councildate=31212021 912 3I31202 � AT7ACHMENTS 2i0i25_MAYOR&COUNCIL MAP.pdf M&C Review apps.cfwnet.orglcouncil_packetlmc_review.asp?] D=28896&�ounci Idate=3121202i 212 �605 IS - I AD17�1�* �A �age 1 uf 3 ��ii-F�F��II\ tiFU S�Jr' �� ri t#AJA+�.� #J2 k �:��.x�r v�� �o��r wa��i, �r�x�i� A�.���r��u� ��. � Te� llt� .�pe�:i�icae�¢�s �n�l Con�riar� bn�n�ue��ta ra�• f��rih Ber�rl� Strcat �zr�d 1����wc�ud Iiouievnrc! [nter9eci�on vnprova�neuls C� ty 1'r[�j ect l�o. 10�. S!� �s�u�ed: D�c�mb�r �3, 2#i�U Thix �rlJcrkd�tnt f�t•�na �t ��nrt af the ��gc�ifick���ar�w n�Xd �c�ntrac:l f)nc��nents f��• �i�e nbova i�e��t�n�er] ��c5j��l nn� rr�cs�1�!'�r:� �l�e origina! 5�ecif�c�k�onN �Mnd f'nnt,r��cl �)o�:r�mar�[s. B�c��er �I�all acknawjed�e i+ece��R af 11��5 G��dan�C�r�i i�i tk�� s�ace �rovfd�€� helaw And nvknow�e4��� o��cr�ip� r�i� llte �u��r �nvai�p� nf yva4� �id, rail�rc la ��ck��wlo���� r�cei}�t �f t��is �d�endknl� c�uld s�b,��cE t�� bi�de�• ta �i�qu�li��utj�r�. This ��der���rn 1ncIudr.� �ho foflaw]ng: f. Ps��idPr�sar�tati�e� f�n Ql�ctr.cxni� v�r�ic�n �j�� PDF farrnaij of �ha pt�s��e�lior� �ivot� durirM� if�� ��on- inanda���•Y �'�-ls�� meating i7e�d u[ 10:p� 11.M. �5T �n Docember?1, 2�2� a� ��f��h�d tc� khiK r�delrr��Uri7. �. iv,lins�ri[y Buslncss L�u#,��riae (MBF3) �S��hM� �l i� i+�com[nei�d�c� [#�at al! �ontea�#ors p��r�nin� [a �ul�te�i[ f�i�ig fai• Ihn Pro,�ect c�r�tact ti�e �lty nfF���E �'V�rth - O�'fi� c�f l�usinoR� �iver�ity �r�d ie��est Ih� ����,$t �c��il�ed I�1�}3 �i�t. 'I`ht� c�rti�i�:� �tst aan be i�qe�esl�d by e-��ii��r�,ll�V �1 BEC�fart�+ort�#exa9•�, 3� �L'�`�iCl �.+�C�`t1110 �i1�3' #�clf!$ 1�q1'in� th� �r�-bic� r��c�ing. [ha �ttend�es �sked ��� fc�1lowing �n��tk�n.a sr�d ti�� �ity of F�a�•[ �Vorth respond�d jn tho fol��wi��; maun�r: �rcesfi.vu �7: fs t#re cr���rr��c�u+' �`�c��r�+�ed r�p1•avfde �1�div�dtr�r� bo�tds�rer-���[f� Ii�sporr�ee �!: No. Adr��frd��r�� Nn. !�i���� �r}r_fRrr�e rr pa}r i�e�x� f or�r�e }�nrrd fa�• r�l� rr�rits cor�ibrned, ���e�tivrt �,' SrYl�aJ f.� f!� � O�tcor rarefc�� c�ostT 14e�sgo�r�e �f fil�fe�• cost fs ����k� c� wi��t c�t �J�i� Itr1� c. Btrc��e1,�3,0�0 fn�• ur��er irr l�ir�. �Ju�xf[na� �f �: L�r #k��� c� �+�y dt�+r� fnr the 3" afa• vrr�ve �sscrr�bfij� f ox' �a+��r�'7 ]:'usperrlb'e ��: Y�s`. 77t� r��r w+r��s,c e�s���xr�i�� [s ir�c'�uded �a �.J���t �: Urff�ly A[�jus#�netalsl eYli,rr��r�[c�Rsorts S��'������rs 1l�Jrrs#�rRe��r. LCrY L}FFURl' WUA'!'!i t�arth�aa�L 3irrt�t pnd Da�waod DooTovnr�l Inlew::�+�IIwF Tn��rovaaoun9x S'I'�4�1ElAfii] C�h2S'�`!i�lC1'j[733i SFFs{:IFI�f►Ti�C� Ft0€:TJMii1d'I'S Ca7Y PRO]E?G'C IYO, EU15R� ]�awiaot} lu�p i, 2�1 I t�ao-s�s-2 ADbuNllA Rngc � u� 3 �Jrr�sfia�� �`�: ki'r�r !!�e C:�1}F {�1�ovlde ff�� r����l�RtY �+SS�1��'rrrrc{r rrrr.�cerraf,r resri��,�7 R���rri�sa �954: �`�,s'. [;'t ty 4E�i�� ��� �ovfde firsf s+�fi �f ��rr���t� A �.4a�.r�ar�ce ��s����g; G'wit�x�f�f�r !o �r'�v�ri� �t��r��fy G'o���1�of rc�st�ra,� a��� .s�tr�is�te��1t {�r�r���t}� 1Lxs���x�r�cc ��,���►r,�, �u�s�for� �'S: S���r�rf r��e 1�x�,�7r; r.er�r�rcr! ��+rre be �lre scr�ua [!5 tf[� !'ll1F��7��'r ��r�e? Ras{��kRa �e �.5: No, �r�J�Fc �'o�irr�J w�f! �r� {� rafrr� �1�,�� rrrrr� Cu�trr�r�: ���r�� PS� dt�yx. �,I���s�c,�a #��: �[�[ con��f�trctfa�i s�rrk�r�g #� �t ���a����r�y �rera1 f��aporrs� #fF: 1'es. �4 t�rlerldr�r�� ]'�'o. � w��d fr�t[��d� +� p�� #r�rrlx for Ca��srruc�inn ,S'��+�;frtg. ��rvstrvr� �7': 1's Khe�re � �r�y f�er�rx j��� ��i�{���r�,f�� �e�pn��se �T: Y�s, tlr�ir #f; Ttt'+ff�c Irrr{�rak���a��nra�ll�e��� �1. �,7��e�lfun �dl: J.r fhe�-r t�{,�ry ��err� fa�•�erripor�a���,si,g�ar��.s? J4a.��ror�s�� �`�; Yea, �lnir��• 7��r{�'rs fr��rr�v��r���rrsllre€�x,s 76 arrr! 79, �rre�tir�a� �l9: Whax c�r'e ffrs ��#:�f dCl����t� c f p�� ff1� cv��rcc� rr��d ��C�i�1 �d #rl�d�[�rj cnrr�r�tc� i l�+�s�or�sc #�: Cr,forec� rr�:d rex�ur�d c`��c'�ret� �v��� be ��s .s,�oys�1� v�r p{rrrrs. {����sf�nr� +ill0; �lrrGt are �h� w��k hours� R�rrp�r�se �4`I0: }�u�r��r��' x+�al�rfr�� fioters c���e �.'�4 �1h� #�i �.'�N7 Y�4fi �idu�rrfa,y �hrou�h Fr��{r�y. e�xr:2��r1lx�� ff�e cr[y #�Iidray�, 1YnW�v��; �h� frir�� c�os���•e�s} �s crn[y ui�ox+��� �rer�ves�t � rrt�� rn 4 p�n. �T7� e fec,fnr �f�e s�r�cr.� ua�r pgr#n i� is ,� 1 U0.0� Qt�d sh v�s�d �i� ,��e�is�dia�y to r�re �vr�rk. �lresn�r� �}�: VYh�r� e��c �he ���i�ifies ��, c�,if���r ww���� �Jxc�rroja�r �o �� refocarr:�? J��rs;�,v�rs�#17r T'he ft'�r�c���'� o����rty �v�ff f�e x�►f�e�r[e�fpr��r'tn x1�� �'nnft�rl��' xrtobfir2�rt� �o rl�s a'ue. fl f,w ffr� r'c�+ff��cror•'.s r�espnr��f�r[#�fy �r� fuc�re rr�f �rr�d�r'g�'o�rnri W��ilr�e�,�. {f ���e eo��f7tct ts irtzlttrfie�da+fi,rg c�r��ts�r�t�c�tfo�x, �h� �onl���ctnr�.shr�f�.�r�r��tnie fh� RT�. �rtesfro�i #I�: Ffow rt�rut,ypa,•��bfe� nt�ss�rge s!�{ria r���e r'�qr��r'er�P Re�po��sa #?2: !'O�tt ��J �D1'f[���E ��kPSSugB,�ig�Y f11'e i�t}�ff�'�CL 4. �o�ssr��t�ar► plaas hflue �een ��evir�,s� ar�d s�sissue�. �. ���dify tho pi�evjous QO 4� �'� �'i�(]�'E]�AL F�C)�ii�r1 ���ian lo r�z���� [I�� 40 �� 43 PR�POSAL I�C�Ri1� sec�tnn alEachecl [r� th�� ��tidcnd4�xn, . Ik�rr�s 36, 42, 85, �7. �r��l �0311�ve �re� c�elela�. * Isr,r� 84 +��u��i�y �tia� been m�r�i�icd t'r��x 4�v �. . I�i�s�ellaue��� se�li��� ��s L��ci� �dded. �i. 'Cf��s Ad��fld�m Ido, 1 ti��nas ���'t �rF Eh� �pe�iiicuEi�s�� r�nci (.'�nl]'�Cl i}�3ct�m�nls t�r Che above iefeaen�:cel pIcoject anc� mod�#��s thc �rra��n�� 3peci�io�ti�na �nd Ccr�ak����:[ Aoc��rrenty �t the surn�. CF!'YOf F{7RTWi7R7'Ff l�ar�hHeadr�are�tand C�uesrvoodlinu[evnrd �fi[rioecilnn frnprorarnnpis s��As�iUARh I.�}��IIkLfGl7�N 4PPCIfi�AT'lObC [�OClkAdst+�f5 �rr n��R�s nro_ ia�se� Rav3aod ]uky I, �01 I � � i 5 �I Y��� ly���y-A.} %4���YTilfl Pag� a af 1 1�c]c���vler�ga your rc:c�9��� n� Addendkrrrr i�i�. 1 by carn�leling �t« iaq�esie� in�orfnal�an ut tC� �nE�a�viiyg lo�ot3o�3s' (i }!r� lE�� s�ace p��vfd�d in Sec�io� �a �41 [1{}, }3ici No���xx (�) �i�d�c�tE� �n u�por uas$ letters �n the �}�tiHitl� o�' ynur sen[e�d €��d anve�opa: "12�#CC+i��} A�Y� A�fC.[�iO�,i�LIiDGED �1D�1��?i�17[JA+11�10. I�� lrxvl��� a sigr��:d c���y af At�dend��m ��. � aM� �h� seal�d h�[I �G�v��o��e �t the t��� �i bi[! ��tbnxittal. f#�ifult [o x�knsrwl�dg� �rx;eip� of Adden�l��rr� i�c�, ! be3r�w c�l� car�sc ��� sa��eci bidd�:r tc� be cansic�e�red "�(}l�'i�S!'OA15jVT3," i�,gulbhg in d3s�u�sli#'ic�ii���ti, I��?CEIP`�' A���I3L1C#�l� M��L�h��O�! C��J�� �0,, I�C. �� �U#����P�, T��AS 7�Q�7 E�#�7 {}l�' .S��TI4�+1 �plln7� a�isnd Lwr IekRl 9qopulhe �`�� Anlo„4�P�12.23 �- t i:aa:r� �o-'oa' Isl�el �hrss#ha�, �'�3 �'ity Pr�jc�! i�Pur��g�r � ..� I,� f� � [;FTY Oi� HC1f�7` 1V�t{'�'pj Nor�lf Tinr.elM Srre�i� nnd 1�3uonvxiud �loulew�[d In l�r�rclC��G L�spsoverneiilh �TA hmA?�17 ��h�Sl�Rti{:3`!{]M �Q�Il�CGA77C]N UOCUM �N'� C1T3� FRt]�FtC:T h#i�, I U k58� ���R9�� j�ry �, �� i OOII 13 INVITATiOI�E TO BTDD�RS Page 1 of3 SECTION 0011 13 INVITATION T4 BIDDERS RECEIPT OF BIDS Due to the COVIDI9 Emergency declared by the Ciiy af Fort Wor�h and until the emergency decIara#ion, as amended, is rescizzded, seaIed bids for the construct�on o�Narth Beach 5treet and Basswood Boulevaz-d Intersection Improvemen#s, Project Nutnber 10i582 {"Project"} will be received by the Ciiy of ForC Worth Purchasing Office untzl 1:3 a P.M. CST, Thursday, Januazy 7, 2021 as further desaribed below: City of Fort Warth Purchasing Division 200 T�xas Street k'ort Warth, Texas 7b 142 Bids will be accepted by: i. US Mail at the address above, 2. By courier, F�dEx ar hand detivery from 830-1:30 on Thursdays only at the South End Lobby of City HaII located at 200 Texas Stree�, �ork Warth, Texas 76102. A Furchasing Deparltn.ent staff person will be available io accept the bid and provide a iime stamped receipt; or 3. If tl�e bidder desires to submit #he bid on a day ar time other than the desi�ated Thursday, the bidc�er must contact the Purchasing Department during norax�.al vr+orking haurs at 817-392-24G2 ia Xnalce an appointmen# to meet a Purchasing Department employee at the Sauth End Lobby of City Hall located at 200 Texas Street, Fort Worth, Texas 76I 02, whe:re the bid(s) will be received at�d time/date stamped as above. Bids will be opened publicly and read aloud at 2:00 PM CST in the City Council Cha�nbers and b:roadcast through live stream and CFW pablic television which can be accessed at httn://fortworthtexas.�ov/fwtv/. The general public will not be allowed in the City Council Channbers. In addition, in lieu of delivcring completed MBE foriris for the pz'aject to the Purchasing Office, bidders shail e-mail t1�e caz�pleted MBE forms to the City �'roject Manager no Iater than 2:00 p.m. on the second Ciiy business day after the bid opening date, exclusive of the bid opening date. CITY OF FbRT WOTtT`I-I North Beach 5treet a�d Basswaad Bo�levard Tntersectivn Tmprovements STANDARD CO3VSTRUCTION SPECIFICAT103+� DOCUIviENT ProjeeE I�umber 10I582 Temporarily Revised April 6, 2D2Q d�e tn COVII�l9 Bmergancy 00 11 ]3 TNIVITATION TO BIDF)��S Page 2 of 3 GENERAL DESCRIPTXON �F WORK The major work wilI consist of tf�� (approximate) following: Rerraaval of 1,80� SF of sidewalk, 7 ADA Rannps, 1,350 SY of concrete pavement; removai of 702 SY of asphaIt pavement; removal of 16 trees frozin the existing media��s i�� Basswood Baulevard; instal�a#ion of 2,140 feet af electricaI conduit for traffic signals, street ligh.ts, and ADA ca•ossings; fulI iniersection signal modifica�ions with all related appvrtenar�ces; insialling 4,260 SY of 11" conerete pavement, 7 ADA Ramps, 1,�1�40 SF of 5' sidewalk, installing l 6 trees; removal and replacement of air reiief valve az�.d vault; and recons�i•uction oiwatsr valve vault Iid. PREQUALTFTCATTON T11e improvements included in this project �nust be parformed by a contracto�• vvho is pre- qualified by the City at the time of bid opening. The prncedux'es for quali�cation and pre- quali�cation axe outlined in the Sec#ion 00 21 13 -- INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PR4CUREMEI+TTS The Bidding and Contraci Docuinents may be ez�amined or obtained on-line by visitizxg Yhe Cify of ForC Wortli's Purchasing Division. website at �i ,tEn.//www.fortvvorthtexas.�o�rLpurcha:5ing/ and clicking on the link to the advertised project folde�•s oia �he City's electxonic document ma�nagement and collaboratio�� system si#e. The Contr�ct Documents nnay be dawnloaded, �viewed, and printed by interested coiitractors andlor suppliers. Copies of the Biddi�g and Contract Doauments may be pu rchased from Pape-Dawson Engiya�ez's, Inc., A"1"�`N: M�•k C. SpeAr, P.E, b500 W�st Freevvay, 5uite 700, Fort Worth, Texas 761 Ib. 'The cnst of Bidding and Coniract Docuznents is: Set o�Bidding and Conii-act Docutzaents with fuII size drawings: $40Q.00 Set of Bidding and Contt'act Docu�nents vvith half size {if available) drawings: $75.OQ PREBID CONFERENCE A prebid coz�ference may be held as discussed in Section 00 21 13 - INSTAUCTI4NS TO BTDDERS at f.�e fallowing date, and time via a web confer�ncing application: DATE: December 21, 2020 TXME: 10:Q0 A.M. CST If a prebid conference will be ]aeld online via a web conferencing application, invitations will be distributed directly ta thase who have submitted Expressions of Interest in tl�e proje�t to the City Project Manager and/or th� J]eszgn Engineer. "The presentation given at #he prebid conference and any questions aand answers provided at the prebid conferenae will be issued as an Adde�adum to the call %r bids. If a prebid canference is not being iieId, prospective bidders can e-mait questions or comments in accordance witl� Section 6 ofthe Instructions to Bidders referenced above to the project nnanager{s) at the e-mail addresses listed below. Emailed questions wiII suf�ce as "questions in wriling" and the requirennent fo farrrially mail questions is suspended. If neeessary, Addenda wilI he issued pursuaut to the Tnst�uctions to Bidders. CITY'S RIGHT TO ACCEPT ORRE�ECT BIDS City reserves the right to waive �•regularities and to accept or reject bids. Cl'I'Y OF FORT WORTH Tiorfh Beach Street and Basswood Boulevard Intersaciion IrnprovemenEs STANllAR1] CONSTRUCTION SPECIFIGAT1dN DOCUM8N7' Project Number 201582 Temporarily Revised April 6, 2020 due to COV1D19 Emergency 00 I 1 13 IAIVITATION TO BITIDERS Page 3 of3 AWA1tD City will award a contract to the Bidder presenting tlte lowest price, qualificaii4ns and competencies considei•ed. INQiTIItI�S A11 inquiries relative to this procurenrzent should be addressed to the £ollowing: Attn: IskaI Sl�t�estha, P.E., City of Fort Vlrorth Transporl:ation azad Pubtic Worlcs Department Emaii: Iskal. S�aresYht�@fortworthtexas.gov Phona: $17-392-7254 AND/OX2. Attn: Ma�'lc C. Spaar, P.E., Pape-Dawsan Engineers Inc. Email: rnspear@pape-dawsoz�.com �'hone: 817-87Q-3668 EXPRESSIOI�i OF IlVTEREST � To ensure bidd�xs aXc kept up to date of arry new information pertinent to this project or the C�VID19 emergency declaration, as amended, as �t may relate ta this project, bidders are reyuested to e�nail Expressions of Interest in this procurernent to the City Project Manager and ihe Design �ngineer. The einail should incIude the bidder's company name, contact person, that indi�iduals etnail address aud phone number. All Addenda will be distributed directly to those who la�ve expressed an interest in the procuretnent and will also be posted in the Ciiy of To�rt Worth's purcliasing wehsite ai http://fottw�rthtexas.gov/purcltasingl PLAN HOLDER� To ensure you are �ept up to date of any new informatian pertinent to this project such as when an addenda is issusd, downIoad the P1an Holda�• R�gistratioi� form to your compuier, coznplete and e�nail it to the City Project Martage�� or �he Design Engineer. The City Froject Manager and design. Engineer are responsible ia upload ihe Plans Holder Registration form to the PIan Holders foider in BIM360. Mail your campleted Plan Hoider Regisi�ration form #o those ]isted in INQUIRIE� above. ADV�RTISEMENT DATES December 10, 2Q20 D�ce�xzber 17, 2020 END OF SECTION CI'1'Y OF FORT WORTI•I Norlh Beach Streat and Basswood Boulevard Intersection Improvements STATlDARD CONSTRCiCTiON SPECIFICATION DOCUMENT Froject Number 101582 Tempararily Revised April 6, 2420 due to CQViD19 �merger�cy 002] 13 INS'I'RUCTIpN3 Tp BI1717ERS Page 1 af 10 SECT�ON 00 2113 1NSTR�TCT�E)NS TO BIDDERS 1. Defined Terms 1.1. Terms used ui tl�ese INSTRUCTIONS TO BIDDERS, wl-►ic� are def ned in 5ection 04 72 QO - GENERAL CONDITIONS. 1.2. Certain additional ternts used in these INSTRUCT�ONS TO BIDDERS have the �nneanings indicated below which are appIicable to both the singaIar and plural t�aexeof 1.2.1. Bidder: Any person, iu�n, pa��nea•ship, company, association, or corporatian acti�ig directly througit a duly authorized represen#ative, submitting a bid for performing the work contetatplated iu�der the Contract Documerzts. 1.2.2. Noru•e$ident Bidder: Any pe�•son, firm, partnership, car�papy, association, or corporation acting directly tUrough a duly autl�orized representative, submiiting a bid for performing the work contemplated unda:r tlae Cantract Documents whose principal place ofbusiness is not in the Sta#e of Texas. I.2.3. Successful Bidder: The low�st responsib�e and responsive Bidder to whom City (on tl�e basis of City's e�a�uation as hereinafter provided} makes an award. 2. Co�ies of Biddiag Documenfs 2.1. Neither CiYy nor Engineer shall assume any xespo;nsibility for errors or misinterpr�tations resulting fcom the Bidders use oi incompleYe sets of Bidding Doctunents. 2.2. City and Engineer in making copies of Biddi�g Documents available c3o so only for the purpase of obtaining Bids for fhe Wark and do noi authorize or confer a license or grant for any oiher use. 3. Prequalificaiion of Bidders (Prime ContracEors and Subcontracfars) 3.1. All Bidders and theij• subconiractors are required to be preyualified for the work typas requiri:ng prequaIification at the time of biddin.g. Bzds received from contractors who are nat prequali�ed shall not be opened and, even ii inadvertently opened, shall not be cansidered. PrequaIification requireme�at wark types and documentation ara avaiIable by accessing aII required files t1�t'ough the City's website at: httns:fl.'[pD3.fortwort��e�as.govlProiectResourc�s/ 3.1.1. Paving — Rec�uirements document located at; Il S:IIi! 5.fb1'[1�VD1'iili�R85, ov/Pro'e�YResflurc�slResouraesP/02%2�- °/v20Construction%o20Doc.ume�ts��ontractax'��2(�Pr�qualification/TPW%20Pavin� %20Contractor%o2{1Pne ua�ification°lo20Pro am/PRE UALiFICATION°Ia20RE UIREIVIENT�%24FOR° g 0 AVING%o2fiCONTAACTORS f 3.1.2. Roadway and Pedesh'ian Ligliti�►g — Requirements dacument loca#ed at; CITY OF F012T WORTT-I Nocth Beach Street and Basswood Bou[avard Intersection Improvements STANDARD CONSTRUCTIbN SPECIF'ICATION DOCUMENT Project Number 10I582 Temporari[y Revised April 7s4, 2020 due to CpVIDl9 Emergency 00 21 13 IMSTRUCTIDNS TO F3IDAER5 Page 2 of 10 https•//a�ps forkworthtexas. o� vCPro�eetKesouress/Re�ource�PI42Eo�0- %20Gonstruction°Co�QDocurnentslContrac�or%ZOPre uali�cation/TPV1�%o�4Roadwa ^%ZOand%ZOPedestri�n°�o20Li htin /a20Pre ualifcation%o2QPro am/STREET°10 20LIGHTa%�OPRE U�L°�o2�RE NINTS. df' 3.1.3. Water and Sai�itary Sewer—Requirements document located at; h s://a s.fortvvqrt exas. ov/Pro'ectResauresslResourcesPl02%20- %o2QConstruction%o20Documents/Cantr�ctor'�a20Preq�zal i�ca#ion/Water%�Oand4/o2 OSanitarv°Io20Sewer°1o20Contractor°ls20�reyu,alification"1o20Progt'atn�SS%20pre ual°/ti20re uirements. d� 3.2. Each Bidder, uuless currentIy prequalified, must submit to Ciiy at least seven (7) caIendar days prior to Bid opening, ti�e dociunentation identified in Section 00 45 11, BIDDERS pREQUALIFICATI4NS. 3.2.1.Suhmission of and/or questions related to prequalification should be addressed to tlie City car�tact as provided in Paragraph 6.1. 3.2.2.TEMPORARY PROCEDURES DUE TO COVID-19: A$idder whose prequalification has expired du�•ing the time period wheze a valid emergency order is in place (federal, state, local) and for 30 days past th.e expiration of the emergency order with the fi7rthest expiration date — by day and month, will x�at be autamatically disquali�ed from having the Bidder's bid opened. A Bidder in this situation will have its bid opened and read alaud and will be allowed 5 business days (close of business on the S�h day) to submit a complete prequalification renewal package. Failure to timely s«bmit, or submittal of an incomplete package, will render the Bidder's hid no�i-responsive. If the prequalification renewal docutz�ents show the Bidder as no•w not-qualified, the bid wil( be rendered non- responsive. A Bidder may not use this exception to seek a prequalificatian status greater than th�t which was in �lace of tlie date of expiration. A Bidder who seeks to increase its preq�alification status must foliow the traditional submittallrevie� process. 3.3. The City reserves the right to require any pre�qualified contractor who is f,he apparent low bidder(s} for a projeat to submit such additional infot-t�►ation as t�e City, in its sole discretion may require, including but not l�itaaited to manpower and equipment records, information abnut key personnel to be assigned to the project, and constructioii scIiedule, to assist the City in e�aluating and assessing ihe ability Qi the apparent low bidder(s) to deliver a c�uality product and successfully complete projects %r the amount bid w�thin the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding ihe award of a contract wilt he madc to �he City Council. Failure to submit the additional in%rmation, if requested, may be grounds for rejeciing the apparent law bidder as non-responsive. Affected cor�tractors r�vill be notifzed in writing oi a xecammendation ta the City Cauncil. 3.4. In addition io prequalification, additional requirements for quali�catio�� may be required within various sections of the Contract Documents. 4. Examinat�an of Bidding and Contraci Documents, Other Related Data, a�c� �ite CITY OF FOTZT WORTH ]�lorlh Beach Sireet and Basswood Boulevard Inteisection ImprovemenEs STA]*fAARD CONSTI2UCTION SAECIFICATIdN C70C[3MENT Project I�Iumher 101582 'Femporarily Ravised April 24, 2020 due to COVIDI9 Emergency .... . . . ...... .................. ........ _. ....... .........._ ..................... ..... _.... aaar i3 INSTRUCTION,S 3'O BIDDEAS Page 3 of l0 4.1.B�fore submitting a Bid, each Bidder shall: �4.1.1. Exarnii�e ax�d carefully st�zdy the Coni�ract Documents and oiher related daia identif�d in the Bidding Documen�s {including "technical data" refer�'ed to in Parag�'aph 4.2. beiow). No information given by City or any representative of the City other than that contained in the Cantract Doc�ments and o�cialty p:roznulgated addenda ihereto, shall be binding upon the City. 4.1..2. Visit the si#e to become fatz�iliar with and satisfy Bidder as to the general, local and site conditions that may a�'eot cost, progress, perFortmat�ce or furnishing ofthe Work. 4.13. Consider fedez'al, state and locaI Laws and Regula.tions that may affect cost, progress, pez'�o�mance or furnishing af the Work. �.1.4. Study all; (i) reports af exploratioz►s and tests of subsurface conditions at or corztzguaus to the Si�e and all d�'avair�gs of physical conditions relatiu�g to existing snrfaea or subsurface structures at the Site (except Undergraund Facilitiss) that ha�+e been identified in ih� Co�tract Documents as containing reliable "#echnical data" and (ii} reports and drawir�gs of Hazardous Enviranr�zental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reIiable "fechnical data." �4.1.5. Be advised that the Contract Docum.ants on file with the City shall constii-�ite all of the infoz�nafion which the City will �urnish. Ali additional infazxx�ation and data �vhich the City will supply after promulgation of the fortriaI Gontract Dacuments sh.al] be issued in the form of vvritten addenda and shall becozne part of the Contract Documents just as though such addenda were actualiy �vritten into the original Coniract Documents. No information given by the City other #han that contained in the Contract Docr.�ments and officially promuIgated addenda thereto, shall be hinding upon the Cify. 4.1.6. ��z'form independenf research, i�a�+estigations, tests, borings, and such other means as may be necessary to gain a comp�ete knowledge aithe conditions which wi�l be encountered during the construction of the project. On request, City may provide each Bidder access to the site ta conduct such exazninations, investigatians, ���lorations, tests and siudies as each Bidder deez�r�s necessary for submission ofr a Bid. Bidder must i'zIl all holes and clean up aiad resiore the site to its former conditions upon coznpletion of such explorations, investigations, tests and studies. �4.1.7. Determine the d'zf�iculties of the Work and all attending circumstauces affecting the cost of doing tla� Work, time required %x iis complation, and obtain all infortnation required to make a proposal. Bzdd�rs shall rely exclusiveiy and saleIy upon iheir own estiznafes, investigation, research, tests, explorations, and othez' data which are nac�ss�ty for fu11 and compl�te ittformation upan which �he proposal is to be based. It is understood that the subrnission of a proposal is prima-facie evidence that the Bidder has made the i�vestigation, e�minations atad #ests herein required. Clairn.s for additional co:tz�pensation due to variations between conditions actually eneountered in construction and as indicated in the Contraet Documen�s will not be allowed. CITY OF FORT WORTH Alorth Beach Street and Basswood Boule�ard Intarsaction Improvements STAAEI]tLRD CONSTRUCI'dON SPHCIFICEITION AOCUMENT Project 1Vumber 1U1582 Temporarily Revised Apri124, 202D due to COVIDI9 Emergency 00 2I 13 31VST'RI1C"TIONS TO BI]aAERS Paga � of lU 4.1.8. Promptly notify Ciry oi all canflicts, errors, ambiguities ar discrepancies in or between the Contract Docurnents and such other related documents. The Confxactor shall not take advantage of any gross error or am.isszon in the Contract Documents, and the City s�alI be permitted to make such corrections or interpretatians as may be deemed neaessary for fulfilIxnent of �he inten# of the Contract Doauznte�ts. 4.2. Reference zs xnade to 5ecifon 00 73 00 — Supplezz3entary Cond'ations for identification of: 4.2.1. those reports of explorations az�d tests of subsurface conditians at or contiguous to the site which hava been ntzlized hy City in prepaxa�ion of the Contract Documents. The logs of SoiI Borzng;s, if any, an the plans are far general information only. Neither the City nor tlae Engineer guarantee that 1he data shawn is representatzve af conditions which actually exist. 4.2.2. ihose drawings a�physical conditions in or ;rela�ing to existing surface and subsuriaca structures (axcept Underground Facilities) which are at or eqntiguous to #he szte that have been utili�ed by City i�� pz'eparation of the Gont�ract Documents. 4.2.3. cvpies of such reports and drawings vaiIl be made available by Cify to any Bidder on z'equasf, Those reports and d�-awings may not be part of tlxe Contract Documents, but the "technioal data" contained therein upon which Bidder is entitled to rely as provided in �az-agraph 4.02. of the General Con.difions has been identified and established in �'aragaph SC �4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "techt�ical daia" or any other dafia, inter�retat�ons, opinions oz' information. 9�.3. The submission of a Bid wiII constitute an incontrovertible representatian by Bicider {i) that Bidder has complied wit.� evety requirernent of this �aragraph 4, (ii) #ha� without exception the Bid is premised upan performing and fuz-nishing the Work required by #he Contract Documents and applying the speciiic means, methods, techniques, sequences ar pmcedures of construction {if any} #hat may be shown or indicated or expressly required by the Coniract Documents, (iii) that Bidder has given Ciiy written nottce af a1I conflicfs, erraxs, ar�biguities and discregancies in the Contract Docum�nfs atad the written resalutions thereof by Ciiy are acceptable to Bidder, and when said conflicts, etc., have nat been resoIved throu�h the it�terpretations by City as desc:ribed �n Paragraph 6., and (iv} that the Contract Doauments are generally sufficient to indicate and conv�y �nderstanding ai all ter�s and conditions for per�orming and fizrnishing the War�. 4.4. The provisions af #his Paragraph 4, inclusive, do not apply to Asbestos, Polychlorina�ed biphenyls (PCBs}, Petroleu:ttx, Hazardous Waste dr Rad'zoact�ve Material covered by Paragaph �.06. of the Ge�aeral Conditions, unless specifically identified in the Contract Documen�s. 5. Availability of Latads �or'V�'ork, Etc. CITY OF FORT WORTH I�Torth Beaah 5treet and Basswoad Boulevard Tnterseclion Improvements STANBARI] CONSTRUCTION SPECTFTCAT[ON DOCU3VIEi�lT Project Numbar 101582 Temporarily Revised Apri124, 2020 due to COVIDI9 Emergency 40 21 13 INSTRUCTION3 TO BTDDERS Page 5 of 10 5.1. The lands upan which ihe Work is ta be performed, rights-af-way and easements for aecess thereto and other lands designated for use by Confractor in per%rnning the Work are identi�ied in th� Co�tract Documents. Ali additional lands and access thereto reyuired for temparary consiructian faciliYies, construction equipment or storage of materials and equipmen# to be incorpora�ed in the Work are to be abtained and paid for by Con�ractor. Easaments for permanant structures or pennanent changes in existing faciIities ax•e to be obtained and paid for by City unless othe:rw:ise provided in the Contrac� Documents. 5.2. Outstanding righ#-of-way, easerx��nts, and/or permit,s ta be acquired by the Ciiy aa'e listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- of way, easements, andlor pe:rmits are nai obtai�aed, the Ciiy reserves the right to cancel t�e a�vard of contract at any time before the Bidder begins any constrtaction� vvork on the project. 5.3. The Bidder sha11 be prepared to comrne�nce construction without all executed right-of- way, easexn�nts, and/or permits, and shall submit a schedule to �he City of how constructian vviil proceed in the othe:r areas of the project that da not require permi�ts and/or �ase:nr►ents. I 1 CITY O� FORT WORTH North Beach Street and Basswaod Boulevard Intersectian improvements STANDARD COTlSTAilCT10�[ SP�CTFICATI03�I DaCUNIENT ProjectNumber 161582 Tempararily Revised April 24, 2020 due to COVIDI9 Emergency ooz� i3 INSTRUCTIONS TO BIDI7E1tS Page 5 oi ] 0 6. I�terpre#ations and Addenda 6.1. All questions about the meaning or intent af the Bidding Docu�nents are to be directed to City in writii�g on or before 2 p.m., f.�e Moizday prior to the Bid opening. Questions received after this day may a�ot be responded to. Tnterpretations or clat'ifications considered necessary by City in xesponse to stich c�uestions will be issued by Adde��da delivered io all parties reoorded by City as having rec�ived the Bidding Documents. Onty questians answered by faz�mal wri#ten Addenda will be binding. Ora1 and other interpcetations or clari%aatio�as wiIl be without legal effeet. Address questions to; Ciiy oiFort Womth 200 Texas Street Fort Worth, TX 76102 Attn: Iska1 Shrestha, P.E., City o�Fort Worth Transportation aztd Public Works Depa�ttnenf Em ai I: Iskal. Shrestl�a@fortvvo:rthtexas. gov Phone: 817-392-7254 6.2. Addenda may alsa be issued to modify the Bidding Documents as deemed advisable by City. 63. Addenda or clarificaiions may be posted via the City's electronic dacument managem�i�t and coIlabo�•ation system at htYp:f/�ortwart�t�tas.�purchasin�. 6.4. A prebid conference may be held at the time and place it�dicated in tlie Advertise��ent or INVITATION TO BIDDERS. Representatives of City vvill be preseni to discuss the Projeet. Bidders are encouraged to a�tend and participa#e in tite conferenc�. City will transmit to all praspective Bidders of record sucl� Addenda as City conside�'s ztecessary in response to ques#io��s arising at t�.e conference. Oral state�nents rnay isot be relied upon and will not be binding or legally e�ective. '�. Bid Security 7. ]. Each Bid musi be accorrtpanied by Bid Bor�d made payable fo City in an amount of �t�e (S) perc�nt of Bidder's rnaximt�m Bid price an form attached, issued by a surety meet�ng the requirements ofPa�t'agraphs 5.01 o�the Gei�eral Con�ditions. 7.2. The Bid Bond of aIl Bidders will be retained unfiit the conditions of the Notice of Award have been satis�ed. If the Successful Bidder fails to execute and delive�• fhe complete Agreement wiY�ain 1 Q days after the Notice of Award, City may consid�r Bidder to be in default, reseind the Notice of Award, and the Bid Bond of that Bidd�r will be forfeited. Such foz'feiture shaII be City's exclusive rernedy ifBidder defaults. The Bid Bond of all oth�r Bidders whom City belzeves to have a reasonable chance of receiving the award will be retained by Ciiy until fmal coz�tract executio��. CITY OF FORT W017'I`H Tlorth Beach 3treet and Basswood Boulevard Intersection improvements STANDARD CONSTRUCTIOiV 5F'ECIFICATiQI�f DOCUNIENT ProjectNum6er I015$2 Temporarily Revisad Apri124, 2020 dae to COVIBI9 Ernergency 00 21 13 INSTRUCTIQNS'FO BItaDERS Page 7 of 10 8. Contratt Tirnes The number of days within wlaich, az' Yhe da#es by which, Milestones are to be acl�ieved in accardaiice with the Generat Req�rirements and the Work is to b� completed and ready for �'inal Acceptance is set farth in the Agreernent or incorparated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquidated da�nages are set forth :ua tl�e Agreement. 10. Substitute a�d "Or Equal" Items The Cantract, if awarded, will be on tha basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or 'br-equal" ite�ns. Whez�ever it is indica#ed or speci%ed in the Bidding Docurn.en�s thaf a"substitute" or "or- aqual" item of material or equipzz�ent may be fi�rnished �r used by Coi�tractor if acceptable to Ci�Ey, application for such acceptance will not be conszdered by City nntil after the Ef-��ative Date of ihe Agreenn.ent. The procedure for submissxon of any such application by Contractor and consideraiion by City is set forth in Paragraphs 6.OSA., 6.OSB. and 6.OSC. o�ihe GeneraI Conditions and is supplemented in Section 01 25 00 of the General Aeyuirements. 11. Subcontractors, Suppliers aud Others 11.1. In accardance with the City's Business Diversiiy Enterprise Ordinance No. 20�20- 12-2011 (as amended), �e City has goals for the p$rEicipation of minority business and/or smalI business en#erprises in City contracts. A copy of the Ordinane� cata be ol�tained fram tb.e Office af the City Secretary. The Bidder shall submit tb:e MBE and SBE UfiIizafion Form, 5ubcontractor/Supp�ier i7tilization Form, Priniae Coni�actor Waiver �orm and/or Good �'aiih Effort �'onrn with documentation anc�/or Joint Venittre Form as appropriate. Tk�e Forms including documentation rnust be received by the Ci#y no later that� 2:OQ P.M. CST, on the second business day after the bid opening date. The Bidder s�alI obtain a receipi frazzi. the City as evidence the dooumentation was received. F'ailure to compIy shal� render fhe bid as non- responsive. 11.2. No Cont;t'actor shall be required to e�tr�ploy any Subcontractor, Suppliar, other person or organization against whom Contn'actor has reasonable objection. 12. Bid Fornre 12.1. The Bid Fortn is incl�ded with the Bidding Documents; additianal copies may be obtained from the City. 12.2. AlI blanlcs on the Bid Form must be completed by printing in ink and the Bid Form signed in ink. Ez'asures or alterations shall be initialed in ink by the person signing the Bid Form. A Bid price shall he indicated for each Bid item, alternative, and �tnit price itam Iisted therein. In the case of optionat alternatives, the words °No Bid,"' "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, written in ink in both words and numerals, far which the Bidder p;roposes to do the vvork contemplated or fuzxi.ish materials required. All priaes shall he written legibly. In case of discrepancy hett�veen price in written waxds at�d the price in written numerals, ihe price in t�vrit�en words shall govern. C1TY OF FORT WORTH North Beach Street and Basswood Boulevard Cnfersection Improvements 3TA�lbATtD COAISTRUCTIQN SPECIFTCATION BOCUMETfT Project Number 101582 Tempararily Revised April 24, 2020 due to CQVIDI9 Emergency 0421 l3 IN3TRUCTIONS TO BIDDSRS Page8of16 ].2.3. Bids by corporations shall be execuied in the carporate name by the pz'esident ar a vice-presidez�t or other corporate a�'ic�r accompanied by evzdence of authoriiy to sign. The corporate seal shalI be affaxed. The corporate address and state of incorporation shall be shown belovv the signature. ] 2.�4. Bids by partnerships shall b� e�cecuted in the part�nership name and signed by a partner, whose tiile must appear under the signature accompanied by evid��ce of authority io sign. The off'zcial address of tha part�aership shall be shovan below the signature. J.2.5, Bids by limited liability companies shall be executed in the r�azne o�the �irm by a member a�ad accompaniad by evidence of authority to sign. The state of forma�ion of the %z�rn ax�d the official address of the f�'m shall be shown. 12.6. I2.7. 12.8. 12.9. Bids by individuals shall show ih� Bidder's name and o�"�cial address. Bids i�y jaint ventares shali be executed by each joznt venture in the manner indicated o�a the Bid Form. Th� official address of the joint vent�ire shalI he shown. AII names sh�ll be typed or printed in ink below the signature. The Bid sha.11 cox�tain an acknowledgernent of receipt of all Addenda, the numbers of which shali be �Iled in on the Bid Form. 12. � 0. Postal and e-rnail addresses azzd feiephone number iaz' communica#io�s rega.rding the Bid shali be shown. 12. �.1. Evidence of authority fo conduct business as a Nonresident Bidder in the state of Texas sha11 be pz'ovided in accordance with Section 00 43 37 — Vendor Compliance to S#ate Law Non Resident Bidder. 13. Submission af Bids Bids shall be submitted an the pz�escribed Bid Form, pravided with the Bidding Docume:nts, at the time and place inc#icated in Yhe Advertise�ent or INVITATION TO BTT7DERS, addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed envelape, marked with the City Project Nuxnber, l'rojecf title, the narne and address of Bidder, at�d accompanied by the Bid securiiy and other required documents. If the Bid is sent thu'ough tl�e mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notat[on "BID ENCL�SED" on fhe face of ii. 1.4. Modifcatiou and Wi�drawa� of Bids I�F.1. Bids add:ressed to the Purchasing Manager and �led wi�h the Purchasing Office cannot be withdrawn prior to the time set for bid openi�g. A request far withdrawaI must be made in writing by a�a appropriat� docu�x�.ent duly executed in the znanner t�at a Bid must be �xecuted and deIivered to the place where Bids are to be submitted a� any iime prior to the opening of Bids. After a11 Bids not requested for withdrawal are opened and gublicly read aloud, the Bids for wI�ich a withdrawal request has been properly filed znay, at the optio� of fhe City, be returned uz�opened. CdTY OF FORT WORTT-T I+lorth Beach Street and Basswaod Sotzlevard Tntersection ImproveEnents STANDAItD CONSTkZUGTION SI'ECIFICATIDN DQCUME�VT ProjectNum6er 101582 Temporarily 12evised April 24, 2Q20 due to C�VID19 Emergency 00 21 13 i�VSTR.UCTIONS Tb B117DERS Page 9 of 10 14.2. Bidders anay madify their Bid by electronic cozxamunication at any tirr�e prior fo the time sef for the ciosing of Bid receipt. 15. Openi�g of Bids Bids will be opened and read aloud pubIicly at #he place where B�ds are to be submitted. A.n absh'act of the amoui�ts of thc base Bids and major alternates (if any) wiIl be made available ta Bidders after the opening of Bids. 1.6. Bids to Re�nain �abjecf ta Acceptance AlI Bids wiIl remain. �ubject to acceptance for tla� ii�a� e period specified for Not�ce of Award and execution and delivery of a complete Ag,xeem�nt by Successful Bidder. City may, at City's sole discretion, ze�ease any Bid and nulIify t}�e Bid security prior to thaf date. 17. �valnat�on af Bids and Award vf Contract 17.1. City reserves fhe right to rej�ct any ar all Bids, including without limitation the rights to reject any or a.11 nonca:��ornaing, nonresponsive, unbal�nced or conditional Bids and to reject the Bid of any Bidder if Ciiy believes tlaat it �+ould not be in tl�e best interest af the �roject io make an award to tha� Biddex, vvhether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability oz' £ails ta meet any other pertinent standard or criieria established by City. City also rese;rves tha right to waive informalities not involving price, contract time or changes in tl�e Work with the Successful Bidder. Discrepazxcies befween �Ehe multiplication of units of Work and uni# priees wi11 b� z'esoIved in favor of the unit prices. Discrepancies beiween the indicated sum of at�y coiumn of figures ar�d the correct sum thereof wiII be :resolved in favor of the con'ect sum. Discrepancies betr�een words and figures will be resoived in favor of the words. 17.1.1. Any or ali bids will be rejected if City has reasan #o believe that collu:sion eafists am.ong the Bidders, Bidder is a�� iilterested party to any Iiiigatian against City, Cify or Bidder may have a claam against ihe other or be engaged in lit�gation, Bidder is in arrears on auy existing contract or has defaulted on a previous contract, Bidder has perFormed a prior contract in a� t�nsatisfactory manner, or Bidder has unco:tx�plated work which in the judgnnent of the City will pre�ent or �inder the pronnpt completion �f additional vvaz'k if awarded. 17.2. City may consider t�e qualifieations and experience of Subcontractors, SuppIzers, and other persons and organizations proposed fo:r those portions of the Woz'k as to vvhich the identity of Subcontrac#ors, Suppliers, and other persons and organizaiiorts must be submitted as pravided in the Contract Documents or upon the request of the City. City also :tx�ay consider the operating costs, maintenance requiremen.t�, per�ormance data ax�.d guarantees of major iterrzs of materials and ec�uipment prapased for incorpoz'ation in the Work when such data is required to be sub�a7ritted prior to the Notice of Award. 1'1.3. City �nay conduct such znves�igations as Ciiy deems �zecessary to assist in �1�e evaluation of any Bid and to establish the rasponsibilify, qualifications, and �nancial ability of �idders, proposed St�bcoiitxactors, Suppliers and other persons and organizations to perform and iurr�ish the Work in accordance wztk� the Contract Docuix�ents to City's satisfaction wi�lain the prescribed time. CITY OP FOR'F WORTH North Beach Streei a�d Basswoad Boulevatd Intersection Improvemants STANDA.RD CONSTRC1CTfON SPECIFICATION T)DCUMENT ProjeciNumher 101582 Temporarily 12evised A.prit 24, 2020 due to COV11739 Emergency 00 21 13 INSTRUCTIONS TO BIDDERS Page l0 of 10 I7.4. Coiitractor shall perform with his own organizatia�i, worIc of a vaius naf less than 35% oithe value embrAced on the Can1�'act, unlass otherwise appraved by the City. 17.5. If the Contract is to 6e awarded, iY will he awarded to lowesf responsible and respon€sive Bidder wliose evaluaiiaz► by City xndicates that the avrard will be in th� best interests of the City. 17.6. �ursuant to Texas Goveratxient Code Chapter 2252.OQ1, the City will not award contract to a Nont'esident Bidde�• unless the No:�reszdent Bidder's bid is lo�ver than the Iowest hid snbmitted by a respansibte Texas Bidder by the same �nount that a Texas resident bidder would be required to �nderbid a Noiiresident Bidde�• to obtain a compaxable oontract in the state in wI�ich the nonresident's principat placa of business is located. 17.7. A contracf is not awarded until fnrcnal City Council authorizaYion. If the Coniraci is �o be awarded, City will awaat'd the Contract wiihin 90 days after the day of ihe Bid opening unless extended in writing. No other act of City or others wiIl constiiute acceptance of a Bid. Upon the coiitractor award a Notice of Award wilT be issued by the City. 1'7.7. I. The con�tractar is required to �il ouf and sign the Cer#ificate of Znterested Parties Form 1295 and the fornn xn�st be submitted to the Project Manager be�'ore the contrac� will be presented to the City Cout�ciL The form can be obtained at httus://www.e#l�ics.state.tg.�s/dats/forms/1295��29�.�df i 7.$. Failure or refitsaI to cornply with the requiremen#s �aaay result in rejection of Bid. 18. Signing of Agreemenf 18..1. V1�k�en City issues a Notice of Award ta tl�e Successful Bidder, it t�rill be accompanied by the required num6er of u�asigt�ad counterparts of il�e Agrceinant. Wit�in 14 days thereafier Contractor shaII sign and deliver the required number of counterparts of the Agreennent to Cify with the required Bonds, Certificates of �nsur'ance, and aIl othez- z'eqtured documentation. 18.2. 18.3 k'aiIure to execute a duly awarded contact may subjectthe Contractor to p�n�l�ies. City shalI thereaf$ar deliver one fu11y signed cnunierpart to Coniractor. END OF SECTION C1TY OF FORT WORTH AEorth Beach 3treet and Basswoad Boulevard Intersection improvamants STANDI�.[tD CONSTRUCT'lON SPECIFICATION DOCUMEIdT Project Number I01582 Tcmporarily Revised April 24, 202D due to COVfD19 Emergeacy 003215-D CO%lSTRUCTIpN PROG12ES5 SCHSDULE Page I of 10 SECTION 00 321� CON�TRUCTZON PROTECT SCHEDULE PART1� GENERAL 1.1 SUMMARY A. Section Includes; i. General requirements for the preparation, submittal, updating, status reporting az►d nnainagement of ihe Consiruction Project Schedule B. Deviations f�•om this City of Fart Worth Standard Specification 1. None. C. Related Specification Sectians include, but are not necessariIy Iimited to: 1. Division 0-� Biddzng Requirements, Ca:ntract Fortns and Conditions of tlxe Coniract 2. Division 1-� G�n�ral Requiremenis D. Purpase The City of �'oz� Worth (City) is cammitted to delivering quality, cost-�:ffective infrastruc#ure to its citizens in a t:inr�ely manner. A key tool to achieve this purpose is a properly st�'uctured schedule with accurate updates. This supparts effective monitoring of pr�gress and is input ta crztical decision making by the praject manager throughout Yhe life of the project. Data from the updated project schedule is utiiized in stai�s reporting to various le�els af the City organiza�io�a and #he citizenry. This Docum.ent complements the City's Standard Agreement ta guide fhe construction contractor (Confra.ctor} in preparing and submitting acceptable scheduIes for use by �he City in project delivery. The expectation is the performance oithe work foIIows the accepted schedule ar�d adhere to the contractual timeline. The Contractor will designate a qualified reprasentative (Proj ec# Scheduler) responsible for developing and updating the schedule and preparing stafus reporting as required by the City. 1.� PRxCE A�TD PAYMENT PROCEDURES A. Measurement and Payment 1. Work associafed with this Item zs considered s�bsidia�y to the va�-ious items bid. No separatc payment wi11 be allowed �or this Item. 2. Non-compliance with this speciftcation is grounds for City to withhold payment of the Co�tractor's invoices until Con�t•actor achieves said compliance. x.3 REFERENCE� A. �z'oject Schedules Each project is represented by Ciiy's master project schedule that enconnpasses ihe entire scope of actzvities envisioned by ihe Cify ta properly �eliver �he wark, When tlte City con�acts t�ith a Contractor to pe�arrr► construction of the Work, the Contractor CITY OF FORT'4riTORTH Tlorth Beach Sfreet and 9asswood $oulevard Intersection Tmprovernents STA3�IDARD SPECIFICATIOAi ProjectT[umber 101582 Revised JULX 2Q 20i8 oa3zis-o C�NSTRUCTIpN PRQGRESS SCHEDi1LE Page2of10 wi11 develop and maintain a schedule for their scope o� worlc in alignment with the Cify's standard schedule requirements as defined herein. The data and in�ox:tnaiion of eac� such schedule will be leverageci aild become integral in the znaster project schedule as deamed appropriate by tha City's Project Contz'ol Specialist and approved by the City's Project Max�ager. Master Project Sched�l� The maste,r project schedule is a holistic representatian of flie scheduled activities and nrxilestones far the total project and be Critical Path Method (CPM) based. The City's �'raject Manager is accountable fox oversight of the deve�apmeni and :txzaintaining a master project sch.edule for each project. Wl�en th� City coniracts for the design and/or consixuction oithe project, #he master projeci schedule will incorporate eIemen�s of fhe Design and Construction scheduIes as deerned appropriate by �e Czty's Project Conh•oI Specialist. Th� assigned Czty Project Cont�•oI Specialist c�'eates and mainiains �e master praject schedule in P6 (Ciiy's scheduIing saiware). 2. Constx'uction Schedule The Contractar is responsible for devalopr.t�g atad maintaining a schedule :fot' the scape of the Conhactor's contractual rcquirements. The Confxacior will issue an initial schedule for review and acceptance by the City's �roject Contirol Specialist and the City's �'roject Manager as a baseline schedule for Contt'actor's scope of work. Contractor will issue cu:rxent, accurate updates of their schedule (Progress 5chedule) to ti�.e Czty at the end of each month throughout tlae life of their work. B. Scheduie Tiers The City has a po�£oiio of projects that vazy widely in size, complexity and confent r�quiri�ng dif%rent scheduling to effeativeIy deliver each project. The Ciiy uses a "tiered" approach to aIign the propaz� schedule with the criteria for each proj�ct. The City's Project Manager detennincs t�e appropriate schedule tier %r ea��a project, and inc3udes that designation and the associated requirements in. ihe Coni�'actor's scope of work. The following is a sut�zz�aty of the "tiers". 1. Tier 1: S:tnall Size and Short Duration Projecf (design not required} The City develops and maintains a Master Proj�et Schedule for the project. No schednie submittal is required from Cont�'actar. City's Project Control Specialist acquires any necessary schedule staius data or information ihrough discusszon.s vviih the respec�ive party on an as needed basis. 2. Tier 2: Smal1 Size and Short to Medium Duration Project The City deve�ops and maintains a Master Project Schedule for tlae pz'oject, The Contractor identiiies "start" and "finish" milestone dates on key ele�nents of #heir work as agreed with the City's Froject Manager at tbe lcickaff of tl�eir work effort. The Gontractax issues to the City, updates to the "stark" and "imish" dates for such milestones aY the end of each month tbroughout the life of their work on the project. 3. Tier 3: Medium and Laxge Size and/or Comp�ex Projects Regaardless o�Duration T�e City develops and nr�aizttains a Master Project Schedule for the praject. The Contractor develops a Baseiine Scliedule and maintaitas t�� scheduie of their respective scopa af vvork on fhe project ai a level of defail (generaily Leve13) and in CIT'Y OF FORT WORTH I*la�ih BeacE� Street and Basswood Baulevard Intarsection Improvaments STANDARb SPECIFICATION F'rojectNumber i01582 Ravised ]iJLY 20, 2018 003215-0 CONS1'�LUCTION PROGT�SS SCI�EDULE Page 3 of ] 0 ali�l]lllent wifih the WBS siructure zn Sect�azl 1.4.H as agreed by the �roject Manager. The Contractor issues to the City, updatas oftheir respective schedule (Progress ,Sc�edule} at the end af each n�aanth throughout t1�e life of their work on the project. C. Schedule Types Prajact delivery for the Ci[ty ntiIizes two iypes of schedules as noted below. The City develops and maintains a Master Project Schedule as a"baseline" schedute and issu� monthly updates to �e Cify Project Manager (end of each month) as a"progress" schedule. The Cantractor prepares and submits each schedule type to fulfili tlaeir coiitractuaI requiz'ements. 1. Baseline Schedule The Contractor develops and su3�m.�ts to the City, an initial schedule for their scope of work in afignment wit� this specificaiion. Once review�d and accepted by the City, it becomes the "Baseline" schedule and is the basis against which all progress is measured. The haselzne schedule will 6e updated when t�aere is a change or addition to the scope af tvork impacting the duration of the -work, and only after receipt of a duiy aut}�arized cha�ge order issued by the City. In the event progress is significantly behind schedute, the City's �'roj�ct Manager may authorize an update to the baseline schedule to facilitaie a morc: practical evaluation o� progr�ss. An exarnple of a Baseline Schedule is provided in Specification 00 32 15.1 Construction �'roject Schedule Baseline Exatnple. 2. Progress Schedule The Confractor updat�s �Zeir schedule at the end of each :taaonth to represent the progress achieved in tlze work which includes any i�pact from authorized changes in tI�e work. The updated schedule must accuraiely reflect the current status of �e work at that paint in time and is refe��•ed to as fhe "Progress Schedule". The Ciiy's Project Mazt.ager and Project Control Specia2ist reviews and accepts each progress schedule. In the e�ent a progress schedule is deemed not acceptable, the unacceptable issues are identi£'ied by the City within 5 working c�ays a.rid the Contractor must provide at� accaptable progress schedule within 5 working days after receipt oinon-acceptance notification. An exarnple of a Progress ScheduIe is provided in Speciixcation 00 32 15.2 Construction Project Sc�ed�zle Progress Example. 1.�4 CZTY STANDAR� SCHEDULE REQTJIR�MENT� The folIowing is an. ovarview of the methodology %r developing and maintaining a schedule for dalivery of a project. A. Schedule Fz'atneworlc The sclaeduIe will be based an tha defined scope of work and folIovv the {Critical Path Methodalogy) CAM meihod. Th.e Coniractor's schedule will aIign vvi�h the requirements of this specification and will be cost loade�l to refiect tlaeir plan for execution. OveraIl schedule c�uration vvill aiign with the contractual :tequirements for the respective scope of work and be rcflected zn City's Master Project ScheduIe. The Project N�mbez• and Natne of the Project is required on each schedule at�d must match tl�e City's project data. B. Schedule File Name CiTY O�' FORT WORTH Narth Seach Street and Basswood Boulevard [ntersection [mprovements STANDARD SPECIFICATION ProjectNumbar 1Ql S82 Ravised JIJLX 20, 2018 OD32I5-0 GO]RSTRUC7'ION PROGRESS SGHEDLILE Page q of 1 D All schedules subnnztted to the City for a praject will have a fle narrae �hat begins with fihe City's project numbe� followed by the name of tlae project follawed by baseCine (if a baseline schedule) or the year and �nontla (if a progz'ess scheduIe}, as shown below. � Baseline Schedule File Nanne �'armat: City Proj�ctNumher Project Naz�ae Baseline Example: 101376 North Montgomery Street HMAC Basetine • Progress Schedule �ile Name Format: CityProjectNumber PrajectName YYYY-MM Example: 101376 North Montgomery �treet ��VIAC_201.8�01 a Project Schedule Progress Nanrative File Name Forz�aat: City Project Number Project Name �'N Y'YYY-MM Example: 101376 North Montgomery Str�et HMAC PN 2a18_O1 C. Schedule Templates The Contractor will u�ilize the relevant sectians from the Cify's templates pravided in the Ciiy's document rrianagement system as the basis for creating their respective project schedule. 5pecifically, the Contracior's schedule �will align with the layout nf the Constnzction section. The templates are idanti�ed by type of project as noted below. � Arterials o Aviation • Neiglaborhaod Streets • Sidewalks (later) • Qui�t Zones (Ia#er} • Sireet Lights (later} • �tersection Improvements (Iater} • Parlcs � Storm water � Street Maintenance a Traffic o VVater D. ,Sohedule Calendar The City's standat'd calendar for schedt�e de�+elopment purposes is based on a 5-da� workweek and accounts far ihe City's eight standard hoIidays (New Years, Martin Luther King, Memorial, Independence, Labor, Tlaanksgiving, day afte:r Thanksgiving, Christmas). The Contractar will establislz a schedule calenda�• as part ofthe scla�dule deve�opmenf pxocess and provide to the Projeci Cantx'al Specialist as part of the basis for their scheduIe, VariatiQns between the Ciiy's calendar and the Contractor's calendar must be xesolved prior ta the City's acceptance of f.heir BaseIine project schedufe. E. WBS & Milestone Sfandards for Schedule Development Tf�e scope of work to be accomplish�d by #he Contractar is represented in the schedule in the form of a Work Breakdown Sfructure (WBS}. The WBS is the basis for the de�elopmezzt of the schedule aativities and shalI be itnbedded and depicted i�n �Ze schedu�a. � CITY OF FQRT WORT�1 No�h Beach 5treet and Basswood Boulevard Intersection Imp�-ovements STANDAF2D SPECIFJGATIOI�T Project Number 101582 Revised 7ULY 20, 2418 ao3zis-o GQNSTRl1CTION PROGRESS SCHB}7LTLE Page 5 of 10 The followin� is a surzaznary of the standards to be followed in preparing and maintaining a schedule for �roject �elivery. Contractor is required to utitize the City's WBS st:ructure and respec�ive pz'oject type template fo�• "Construction" as shown in Section l.A.H beiow. AdditianaI activities rriay be added to Levels 1-�4 to accommodate the needs of th� organization executing the work. SpecificaIly the Contractor will add activities under WBS XXXXXX.80.$3 "CQnst�uctior� Exectrtion" that delineates the activities associated with the various components a�tt�e work. 2. Contractor is reqt�ired to adlier� to the City's Standaa-d Milestones as shown in Sectiort 3.4.I below. Contractor will include additionaI milestones representing intert�ediate deliverables as required io accurataly reflect their scope of wark. F. Sck�edule Activities Acfivities are the discrete elemen#s of work that make up the sched�e. Tbey wiIl be o:rganized under tbe utnbrella ofthe WBS. Activity descriptions should adeguately describe fihe activ:ity, and in some cases ihe extent of the activity. All activities are logicaIly tied with a predecessor and a succes,sor. The only exception to this ruie is for "project stai�t" and "praject finish" xnilesfones. The activity duration is based on the physical amount o£ work to be performed %r the stated activity, with a maximuzn d�ration of 20 working days. If the work �or any one act�vity exceeds 20 days, b�reak that activity down. zncrementally to achieve t�is duration canstraint. Any exception ta this requires reviaw and acceptance by the City's �rojeci Contral Specialist. G. Change Ordexs When a Change Order is issued by the City, tlte impact is incorporatad into th� previously accepted bas�line scheduIe as an update, to clearIy show impact to t�ie project tim.eIine. The Contxactor submits this updated baseline schedule to the City for review and acceptance as described in Section 1.5 below. Updated baseline schedulas adhere to the following: 1. Time extensions associated witl� approved contract modiiicatians are litnited to the actuaI amount of �ime the project activities are anticipated to be delayed, unless otherwise approved by the 1'rogrann Manager. 2. T�e re-baseIined scheduIe is submittcci. by the Contractox tivithin te�a workdays after the date of z'eceipt of the appro�+ed Change Order. The chatages in logic or durations approved by tk�e Czfy are used to analyze 1he impact of 1he change and is included in the Change Oz'der. The coding for a new activity(s} added to the schedule for the Change Ordez' includes the Chat�ge Oz'der number in the Activity ID. Use as �ruany activities as needed to accurataly slaow ihe work of the Change Order. Revisions to the baseiine schedule are not effective until aocepted by the City. H. City's Work Breakdown Structure CTTY OF FORT WOIti'Ii l+iorth Beach Street and Basswood Boulevard Tntersection Improvements S"1'ANDARD SPECIFICATIb�I Projectl�Tumber i01582 Re�ised JULY 2U, 2018 003215-0 COT�STRUCTION PROGRESS SGiiEDUL� Page 6 of 10 WBS Cod� WBS Na�e �:XXXXX Project Nazx�e XX�ZX.30 D�sign ��XXX��X.30.10 Desig� Contractor Agreemeni XXXX.���3Q.20 Conceptual D�szgn (30%} XXXX��X.3Q30 PreliminaryDesi�n(60%) XXXXXX,30.�0 Final Design ��XX��XX34.50 Enviranmantal ���XXX,30.60 Penxzzts XXXX��.X.30.60.1Q Permits-Ider�tification XXXXXX.30.60.20 Permits - Review/Appr�ve �i:XXX.XX.4Q ROW & Easements X��XXXX.Q-0.10 ROW Negotiations XXXX.��.X.44.20 Condemnatian �iCXXXXX.70 Utility Relocation ��XXXX.70.10 UYiIrty Relocation Co-ordit�ation �+'XXXXX.80 Cons#ruction XXXX��X.80.8 T Bid and Award XX���KXX.80.83 Construction Execution �+;XXXX��.80.85 Inspection ��XX��.80.$6 Landscaping �:XXXXX.90 Closeont XXXXXX,90.I0 Constr�tction Contract Close-out XXXXXX.90.40 Design Contract Closure I. City's �tar�dard Milestanes The %Ilowing milestone activit�ies (i.e., important events on a project that :t�ark critical pozn.ts in fime) are of'particular inicrest to the City and must be reflected z�a ihe project schedule for alI phases oiwork. Ac�iviYv ID � Design �oza 3040 31p0 3120 3150 3160 3170 3220 3250 32b0 CITY OF FORT WORTH STAN[DARD SPECIFICATION Revised 7ULY 20, 2018 Activity Nanne Award Design Agreement Issue No�ice To Proceed - Desigz� Engineer Design Kick-ofFMeeting Submit ConceptuaI �Ians to UtiIities, ROW, Txa££'�c, l�arks, Storm Water, Water & Sewer Peez' Rcview Meeting/Design Rev�ew zneeting (technicaI} Canduct Design Public Meeting #1 {required) Conceptual Design Complete Submit �reli�ninary PIans and �pecifcations to Utilities, ROW, Traffic, Parks, Storm Watez, Water & Sewer Conduct Design Public Meeting #2 {�equired) Prelirt�inary Design Complete Aforth Beaeh Street and Basswaod Boulevard Tntersection Improvements ProjectNmnber 101582 003215-U Cd]VSTALTCTIO]V PROGRESS SCHEDULE Paga 7 of 10 3310 Submit Final Design ta Utilities, ROW, Traffic, Parks, Stortn Water, Water & Sewer 3330 Conduct Design Public Meeting #3 {if rec�uired) 33bU Final Design Complete ROW & Easements 40�0 Right of Way �tart �230 Right of Way Cozr�plate Utility ReIocation 700Q Utiiit[es Start 7120 Uiilities Cleared/Co�nplete Constr�c�ion Bid and Avc�ard 811 � �tart Advertisement 8150 Canduct Bzd Opening 8240 Award Construation Contract Consfruction �xeeutiion 8330 Conducf Construction �ublzc Meeting #�4 Pre�Gonstruction 8350 Constr�ctiort Start 8370 Substantiai Cort�piefion 85�0 Consfruction Campletion 9130 Notice of Completio�n/Green Sheet 9154 Consttuctian Contract Closed 9420 Design Contract CIosed ].5 �UBIVYITTALS A. Schedule Submit�al & Review The City's Project Manager is responsible for reviews and acceptance of the Contractoz''s schedule. The City's Project Control Specialist is responsible for ensuring alignznent of the Contractor's baseline and pro�'ess schedules with th.e Master Project ScheduZe as support to tt►e City's Project Ma�ager. The City review� and accepts or rejects the scheduIe within ten wor•kdays o� Con�ac#or's submitt�l, l. Schedule Format Thc Contractor will submit each scheduI� in. two elec#ronic forms, one in native file fot•�x►at (.xer, .xmX, .snpx) and the secand in a pdf format, ir� the City's document rnaxaagement syste� in the location dedicated for this purposc and identifiec� by the Proj ect Mana�er. In the event the Conttactor does not use Primavera Pb or MS Project far scheduling purposes, the scheduie information xx�ust be submiited in .xls or ,xlsx fonnat in campliance with the sa.mple layoui (See Speci�cation 00 32 11S.1 Consiructia�t Project 5cheduIe Base�ine Example), including activity predecessors, successors and total float, 2. Inifial & Baseline Schedule The Contractor will develop their schedule for their scope of work an� submit their initial schedule in electronic form {i:n the file formats noted above), in the Ciiy's document nrzanagement system in the location dedicated for this purpose within ten workdays af the Notice ofArvard. CITY OF FO12T WORTH Tiurth Seach Sueet and Basswaod Soulevard Intersection lmprovements STANDARD SPECIFTCATION PrajectNwnber 101582 Revised JiTLX 2D, 2Q18 DO 3215 - D CONSTI2LiCTION PROGR�SS SCH�D�ILE Page 8 af i0 The City's Praject Maz�ager and Project Control Specialist z'eview this ini#ial schedule to de#ermine alig�a�nnent t�vith the City's Masier �roject Schedule, including fo�•inat & WBS siructure. Following the City's revievv, Feedback is provided to the Cantractor for their use i� �naiizing their initia� sahedule and issuing (within five wo�kdays) their Baselir�e Schedule for final review and acceptance by ihe City. 3. Progress Schedule The Contractor will update and issue their project scl�edule (]'rog�•ess Schedule) by tlae last day of each monfh f�xoughout the life of th�ir wor�C on the project. The Progr�ss Schedule is submitted in elecf�onic form as noted abovc, in the City's documeni ma�iagement systezn in the locafton dedicated for tIais purpose. The City's Pxoject Control team reviews each Progress Schedule for data and in%rrnatio;� that support the assessr�n.enf of the update to the scheduie. �zx tk�e event data ox infannation is missing or incompiete, the Project Controls Speaia�ist communicates directiy with the Contractor's scheduler fo�• p�•oviding same. The Contractor re-submits the corrected Pf•ogress 5chedule within S workdays, following the submittat process noted above. The City's Project Managet• and Project Confrol Specialist review tlae Co�tractor's progress schedule for acceptance and ia monitor performance and progress. The followzng lisf af items are required to ensure proper s#aius information is contained in the Progress ScheduIe. � Baseline Start date • Baselu�e Finish Date � % Cornplete � Float o Act�viiy Logic (dependencies) � Critical Path o Activities added or deleted o Expected Baseline Finish date � Variance to the Baseline Finish Date B. Monthly Construc�ion Status Report The Coniractor subnnits a w�'iften status report (refarred to as a progess narrative} at the end of each nr�anfh to accompany the Pra�ess 5chedule submittal, using th� standard format provided in Specification 00 32 15.3 Construetion Project Schedule Frogress Narrati�e. Tb.e cantent of the Cons#raciion Praject Schedule Progress Natx'ativc shauld be concise and complete to: � Reflcct the current status of the wark for the reporting period (includung actual activities startecl arid/or com�pleted during ihe reporting period) � ExpIain variances fro:m. t1�e baseiine on critical patl�► ae�ivities � Explain any pot�ntia� schedule conflicts or delays � Describe recovezy plans where appropriate � Provide a summary forecast of the work to be achieved in the next reporting pez':iod. C. Submittal Pracess CTl'Y OF FORT WORTH Nortf► Beach Street and Basswood Bo+�Eevard Intersection Fmprovements STANDt1RD SPECIFICATION ProjectNumber 101582 Revised JULY 20, 2018 00 32 15 - D COTlSTRUCTION PROCrRESS SCHEDUI,E Paga 9 of 10 � Schedules and MonthIy Constr�ction Status Reports are submiited in Buzzsaw foliowing the steps outlined in �pecificatio�a 00 32 15.� Construc�ian �Project Sched�Ie �ubnaittal Process. � Once the praject has been cazzxpleted and Final Acceptance has been issued by fhe City, no further progress schedules or construction status reports are required frotn th� Cantractor. 7..6 ACTION SUBN.�TTALS/INFORMATXONAL SUBNIITTALS [1viOT USED] 1..7 CLOSEOUT SUSMITTALS [NOT US�D) 1.8 MAINTENANCE MATERTAL SUBMITTAL� [NOT USED] 1..9 QUALITY ASSURAPTCE A. The person preparing and revising the Canta'actor's Project Schedul� shall be experienced in the preparation of schedules of similar comple�city. B. Schedule and supporting documents addressed zn this Specificaiion shaIl ba prepared, updated and revised to accurately reflect tl�e performance of the Cont�'actor's scope of work. C. The Contractor is xesponsible for the qualiiy of all submiitals in this section meeting the standard of care for the construction industry for simiIar proj ecis. �.� 0 DELIVERY, STOR.AGE, AND AANDLING �1�TOT USED] �.11 FIELD �SITE) CONDITIONS �NOT US�D] 1.12 WARRANTY [NOT USEDj 1.13 ATTACHMENTS Spec 00 32 15.1 Consh-uction �rojeci Schedule Baseline Example Spec 00 32 i 5.2 Construction Project Schedule krogress Exarnple 5pec 00 32 15.3 Canst�uction Project Schedule Progress Narrative Speo 00 32 15.4 Construction Project Schedule �ubmittal �rocess PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUT�ON [NOT USED] END OF SECTION CITY OF �ORT WORT�T Narth Beach Street and Basswood Boulevazd Intersectian I�npravements STATiDAILD SFECIFICA'I'ION ProjectNmnber i0[582 Revised .TULY 20, 2018 i f 3 1 I I � aos2ys-o COTISTRUCTIpN YTtOGRE55 SCHEI7ULE � Page 10 of 10 � Revision Log DAT� NAME SUMMARY OF CHA.NGE 7uly 20, 2018 M. Iarreil Initial Issue � � � i } i Cl'�Y OF I'O1tT WORTi-I l+Iorth Beach Sireet and Basswood Boulevard Intersection improvements STANDARD SPECT�'ICAITON ProjectNumher 101582 Revised 1ULY 2D, 2018 i � D0 32 15.1 - D CONSTI2UC'�ION PROGRESS SCHEDl1LE -- BASELIN� E3CAMPL� Page 1 of 5 SECTION 00 32 ].�.X CONSTRUCTION FROJECT ,SCHEDULE — BASELINE EXAMPLE PART I - GENERA.�.� The following is an example of a Coz�tractof•'s project schedule that illustrates the data az�d expeciatzon for schedule conient depicfing the baseline for �e projec#. This version af iiie sclaedule is referred to as a"baseline" sched�le. This example is intended to provide guidance for #he Contractor wheta deveIoping and subnnitt�g a baseline scheduie. See CFW Speci�'ication 00 32 15 Cons�t'uction Project Schedule fo:r details and r�quirements regarding tk�e Contcactor's proj�ct scheduie. i � i i CiTY OF PORT WdTtTH 3�lorth Beach �treet and Basswaod Bouievard Tntersecdon ImproveEneats , STANDARD COTlSTRUCTIOT! SI'BCIFICATION DOCUMENTS ProjectiVumher 1Q1582 Revised JULY 20, 2D1$ 003215.J -0 COT[STRiICTION PROGRE55 SCHEDULE — BASELTI3L EXt1MFLC Page 2 of 5 � LL E �� � i��% 1 Q [�J �J ���._ ». � � .._�..""" qi � � � """"" "��._.... . �. � ..�.� � � � ' � "�""".�1�..........�."' �.. �wa I � '�'II � C� � Ii�ity % � � . � �� � �� ciF � � � � � � � � � � n 0 0 � �, �� n� •� x au �u � � c. 4 � � � :� m � .� � 15 � � t� QyF C rjy :I] i�I ' � � �i� ��,� � f� C1 d � �c'� p � � �'m � � :i jr;� iM; � � Ai�!�_T.�n r:iS' f� N r� _'"'��.n��� R� u :I ������:al.. . �i .��,.i:�g , ��:.�� 2 �:� :.,,� ,�,�1�i.. ���y x � � �I�1^:� -In ���.,. �P �-��r, �� � O C �% Q ¢1 � � �� � ��� .s U a 9a � ���� p d [i ���am ;;;; � � �w �-�- , - ���; r.� -1- �---- I itlii�i3� ��F' ��,'a':�, � ��I,� 4i'ii ij V Li�3i I- u, �h � •��'�� �: ., �;�� ��t xl r];�h FI� I� ��i�iE v���5 i:il �S fh +}I�i �i] � I I I�{ I . I � . I �} � 8y.8p14 � {TJ � Y�i W�� W IYiI� � Li�rt {! � ui �{ O 0 ♦J'6�Q p r� q qq � 81' i rY Ih Ih �}'}Iri.�'F iY+IP} IM1 �'JII'1:1'� �i M �+Y ri rl , � � � � � � . � . . _ .. . in w � u4 M�ri. y a+ . is 5� 4 ��1 + i? T��' �a � �u i�i w YJ N� �Y rlr. �� n � �3 l �ly � �:;;I� ?� �*; ��� ���' � F' ��F.�P 9 � �1 ��� � �.r � �` � 5: � �• {. r �; � � i � �' ft 4 p � � '� �mj y 7i� {'tyl'f �I� � �' �I,�i� �' �i�i� � _ �? �i�16 �S � w ., ��,�m�� ���� � n o.�' .4 wi�� .,ii�i��� �,'.,� ., .,� ainn ■i � � 9 .=;";�. ";� :'- `�::: rJ �:i : .. `i;� :�1 "��l�r� �';;' �� � � . � � '� ;,�4 � �;'-� �,��'�� �.�5 "� �'� :� 1j � %s�i� � J L 4 � � a �,s;�'� ���;�I���� ���' � �i;�!� � rl:h��'; �'� � �,i� � �; , _ : �. �.-#--j.-� � __ _ . �.�' �:"�n���4 w,.� .�I�, ;� 1�' iPlo r° �{�''iF i�. m �'iy:'� ��, ��� �3��i� u�. R I ' I � . ....�� _ . ��� ��p- �(J 4i.V r�l�q �1 i�l.�+,� �� •',4n.} us oB 1/1 �y N+ ur ii5 ����� ::� � �r� I I I I �`-- -- I, �� 3' � �' � I � � � � r, w i �� :' �' a`= �� �. �: '� - � u F'�� � � �" µ � �� , ^ - `}��', r. � � i.� �i I � 4� � d � � N � . � � � � � ' I }] N f� L� � �I' � � i�� � r * � I �7 � n l'z+l ��3.r �? p�, �µ li � I E Y, r R-.'�;;: ��m is r� � �: :����m�x � p f�� In f:�{il .��� ���� t� � IS n I' r�[m�io y� n a ii ra-.I¢ .�1 c w w� � 5 � �i ¢ � p .,�r .� n r, n ., .� I yy� � } I r ' I n� � � � I I i ; a !L a u � � � � � � � � � � � C � � � � � � � � � 1^V �3 r�A � f� � �' � % � �� � � � v c _ � � � ti � � � � ' �`.1. � � � � � � � � � � � � � �� u � m `� .� � � .�� � � OC 5..: � � � CIT'Y OF FORT WORTH Tlorth Beach Streef ��ad Basswood Boulevu•d Fntersection Improvements STANA,ARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Project Tlumbar 101582 Revised 3[J�.�' 2U, 201 S 00 32 15.1 - 0 CONSTRUCTION PROGRESS SCHEDiJLE — BASEL1h1E EXAMPLE Page 3 af 5 � o r�� w � � ui � � � 4, � 4 F�. � � r � � .� � u...�i� .• r.. a�l�i�u a� rpl� .i'�r�liF�i, F.Ir_ �'w:� a n. in�:::7 4 µ' I u I I _ _ I " I� �I � �� I� ��� .1„ . � ,.� v�a' , .�i 3 ��:., �� � �....:�, � ;,-,;, # " � � I� 'fi;.r� si��:��X�:d:�, P��k;���:�� :�%S�4iF'�� ` .� . � I �,; � ;�� , � I �i o- . c o o� �a��rl�o-l� a m. a^ �+ o'���.-, ~I{� �i ��f� �a,�a ��i'%� �$'�,'�`�!�i� �:� �i,��.�•�i � ��4�'0 w W il�� t�4i'w ui i�" in �M1 r T}�� aair�M ���,n Pp �I�li.�� �i,�+,V €I CI ..�yFl^r��i G N F3 ��I� rt ��'� ' t+� tj�i� ��� i7; f l���i if�A �; i- i���� '{� �+� " 1 i4 n�� �� ;y ri,1 ` �.:4�,' �4�4 (T5 r7I }Tr� n`r}[ � dF 3� �fi r r°y-'�' ,��i� r�;� `�4 uii�'1. �'� ff+l"Fi16'1- 'V i� 74 %i��lii �i S.ii[I li ii "t1 � ri ����'� i.�. �ti �. I _.-- - �t-.ia �� � iill�i������ r�Y_ �I '��o wyib yi�mi^il�ylw �li }�O` 4� {Yl���ry � ~ � I � �''��k �t; �,� .� k4i:� `d i�� y �`����h�`���' ���'i��� a ,��� �}i� `�� � Yi��!Im -�' �' �I,� .i.'.6�� 'i� i1����11�!� ��� 4'� � '�.[5 �I +Y.i +-1 rl1i 4 H� 6Ir{ : . I { { I : . . i . i I , � � yl,.� ,��iS 111 IIII�� �S] �� L'i�iM�y�Wl11 ��r �F Sllil y O �� ! I _ I- -1— F-���. . y��� �.i�i� �i�, ��-.�:S:i.�,y�Mi"��g;r �r }��fyjr.. � �4 1 � r��' O � � � � � 1 � �� �- � ] � :4 �n " � £ 1 � � � � � � N �� ������ � � �' � � z: 's"i � k x y�. =i , �!o'' •' I�'�n w�� � ' „; ; � r 4� 'v' L - � U � �. a r� � �3 '� " � i` s�� r- 4^7 �,i�" i1 � n�SI y � u. �: � P �-P`C; �•' . � a. �n'� :� ti r ri� ��j � y� �� r��. ��. I �` � i•�-�, � r."I � h� 4i�Fl F 4iiS �� 1i4� til � T' M1F � n IIC �� 7n n g n V=., �i.�� � c' � I:? ol�o.���� ri � oi4n�c� a 0 rvl:k3 ��� �.i ri���lry Y,`I� �� F}I", `��i'�' .�.����'� � r'� i�ii:S�rA n�i n �r. p, j � ,_ �� r �� ��i� � �I� � I i� � o � � n � �M M � � ��a� U� � ,i� �ivi.a � .f�If� � �I�� +SI� ��� �R;� � �y 4I r� I . __i _ �I tl� �u' {��I s. �, � � � �I�i'� :� nl NiF�� �P r ��li — i�lr � � p � � � � � � U �� �� ��� �� � � � � � � � �i� s� ��� a� rl : I ��. ��: t„ ;� i�� ;�' � � � � � ; i� �2a. G: �� �� � 4 �� rn .. .. �.� �� ,., O,R .. a, � . �b � � L 5• �} � r � R � ri A. �+ � �� r� Y i�l .i��1M1 W�� �� � ��' �r1� � i � R��� �r+i fR � � Y_+' m �+ ri.�rt ri � �i ��{ w � � w � i�. ^ � I I ��; � "I .�� ti � ��� ;�� ,. ., � � � � s.i � � �' �� �L 7!��Ci a 4 � fl Y� �� �� �i :1�: �14 :� '� ��.� �, � m V .' � � V .� �� � � � �� � � � � � � /W � F-r '� I � � � � a� c � � � � � � � � � � � n ♦ ♦ � � � � rn � •� U � � �� � � � CITY OF FflRT WORTH Norih Bcach Streef and Basswood Saulevard Interseation improvements STAi�l1�ARD CONSTRUCTION �PECIFICATIbl�! llOCUMENTS Project Number I01582 Revised JULY 20, 20J $ 00 32 I5.1 - D CONSTRUCTION PROGTZESS SCI-IE�[3LB—BASELI[�E� B7fAMPLE Page 4 of 5 CITX OP F012T WQRTH North Beacl� 5treet aiid Htisswood Boule�vard Intarsectiont I�nprovements STANDF�RI? C�NSTitUCT10N SPECIFIGATIdN DOCUMENTS L'rojectNuniber ID1S82 Revised JULX 20, 2018 0o sz is. i- a CON3TRUCTIO%[ PROGI�ESS SCHEDULL� — BASELINE EXAIvIYLE Page 5 of 5 END OF SECT�ON C1TX bF rOILT WORTH North Beach Street and Basswood SauEevard IntersecEion Improvements STANDARD COItfSTRUL"I'ION SP�CIFICATIOI`I DOCtJMEiQTS ProjectNumber 101582 Ttevisad JULY 2D, 2018 OU3215.2-Q COTlSTRUCTION PROGRBSS SGHEBULE—PROGRESS EXAMPLE Page 1 of 4 SECTION 00 32 IS.Z CONSTRUCTION PR4JECT SCHEDULE — PROGRESS EXAMPLE PART1- GENERAL The following is an example of a Cont�acta�'s pzaJect schedule tk►at illustrates the data and expectation for scheduie contenf depicting tlae pragress %r the project. This version of the scheduie is z'efeaa'ed to as a"pxagress" schedule. This example is intended to pro�t+ide guidance for tlae Contractor �vhen developir�g and submitting a progress schedule. See CFW Specif�cation 40 32 15 Canstruction Pz'oject Schedule �or details and requirements regardit�g the Confracto:r's project schedule. CTTY OF FORT WORTH North Beach �treet and Basswood Boulevard Intersection Improvements STANDARD CON31'RUC170TI SPECIFICA.TIQ1+[ i730CUMEiV'I'S PrajectNumber 1O1582 Revised 7i1LY 20, 2D18 00 32 15,2 - D CONSTRLJCTION PROGR�SS SCI-IEDULE — PROGI�?SS EXAMPLE Page 2 of 4 � � N � C � � .�.. � � � � � Q r� nr .� � �y�y° � �. � � '� � � � �� L`� � � � w, � r � �. � � � I u� e � � � 4 � � � � � f. � � a � � s I �4� c� n ��'I" .� �'� �t�1 ��4 I: �ijl.��oIoiuis+ �6 �: ��iG �= �� �.�� � �t �.i'c� [ y ��" �^��. .�- +n,l, I � � �u���.�rv�n�ns Q, ro. i�. � o. m.�°-, K��. �.�m m �,�.i�al .� b�� „' �o-.��ll�.��., � M m� b �'�i;� -� ' '�' � b �I'� ... � U &.` o � w � � ^ `�` 7�.FI fi ;�.;j �.f+'i'ti7 k' :y'��I�j�I�F A TM } � �� �� ��� � ` � °a��'���,�. I ;sl�.�,��n�#$� � �' ��� .��I�.k r 5� I'� V 4 � 3 ;4 �, � ����r �� r�� � � � �t ��'?,� � �.� �a;7��i,� � ;� �I�,��;; ,�, !� f� ,� � ����� �; , , . , . r{��{ �� X m ��� -,- ..� w.� u� u��u��r��nl ��r hliu. ��I�i{ ifi': ui c ��� �. 4'�I r.i � ns ns. �. ro:m'ya m w � � �- �-.�- I� * � , �, � � i � I f� kl �'7 � ,7 s� �i�L� �l �_�:�_������"i �#4 fyl I� � �F � yj 'sl .F{��� � �, I ' ��'' � �P 'il��^, �V, 9�7, "h T� .I� � � � �.� � T��-�,�� �' �'�:I.f 'x �� � �i �I�� '��'� � .' "i � � � ��� g���a �y L� a 4�is r��'�t7 o��lr E� 41� �1 4+��} �iU �.i , � I ' � � I 1 � 1 � I � � +I:,� I � m w w T �i �i a. ��R ,,,�n��Ni{rl��. . miu�'.�� �� ti� .� ���^, _ ��� ,,., �� qi .�, �i m� �>' � s�,, �1 �i ��y �i ;�}��r�,;C"T,�'='k ��I�:ii��`:�I �� �i ;.j;���:;1�`�,�1„ s � :1 �'i;l k1��1 a� � � tt; � 1��5;�` � ��. ���� �y �'_' ii F � ����a, �'} + �� � i5 n i. aL I �S �� ��� ��� p� j ��-r��i i���i���,�; ti ^ r� ��� :zF y�:� �S i� i� � ;� �'�F4 � ,�, .� � ���;a r.,,�,;._,_, i.Y q7 ra W[n oy �a .�:a] �� ��m r.ri�l�. luil���i�`�I:: ri I i'i LL� �ii ii��•ii. i^ �i a5 � i��' '^� ' r1 �I 3 `��i: � N� � �" � �.� �a����: .�;;�.� n-� €� � `s� y��, ��� �,� � � i� � � � �, � � � �".� � � t �'� � �� 1 �. I�� k ` � I } J � �[����Ir�� ��i���ii. '� �j ��;j '��- :�`T ,; � 7r fa �i a l� � � �:� � Q R� _ ,�R � ,i r'�.J. LY er.'��� rt �' � � f-Y i��3 � �� �12i�� �'�'b' e o!oinl°� �i� � n o x� ,io i'� �a '� L-£� �* n�a .i„j �_ � j � i �., � j ���� �I� C."_�:�'� R711 F �}V� �1 IJI�'MiVI �:iil� �/:M'C+I� RI A�riTY i.�fli�lq fl' M'u Y� W� VI4. �+} y W + i ri i'a � w ' jI' p I �` I • I I ' u��m I, �� I� � nfd�� r•- �`; .� �� c�'o'.�'n���vslw��,�!�'lo !i.��C+Iinl i I�n L� �I�r M�� r,i� i• .. a F I r�. � t � -- - � : ' L._ _� . j � -�... , � _ � � a E� � � � � �� ti C p� I rr � �+ I �� � � 1 � � '�f � A � � �� � �j�p � � C K � L" lA p ��'y���'u � I o I� �' € - �; � �J � � I �a��i�`= � � E�� � �� � �� � �� �j;�'� ¢i�� '�I� � � ���i�;� �,3 s � 3 � � �� ������ �. �.�:�,�� � i�,� - � y. �$^�}� �ert..l � � � � r:r� :��:� ��: ��� � �� � � y � �� a„ '� ts,�.�,;� ��,��,�� ��! �� ��� �';�.�;� r ti U� } �� , ! � �i ��� ,� i �' .,�,:., a �mr.j r�+�n .����. � i:...'r'��l..r,:� �.�� � ir r:i, i.i'.i � L F� � ���';�i� .�i� �"kt i���: � � � :s�: ;�i: �.�� .. � �, ,, s�'�i � � � r��� ao oo� �'�� ���� ��� �.� �! I � � � �� ,� I , � � •� � � � � � � � � � � � I � � � � H � I�d � � .� �k � � � �� � � � � �. � tJ O � � � � 0 � .� � � � � � � � � � � ' CITY OF FORT WORTH I�[ortE� Beach 5traet and Basswood l3oulevard Interseckion Improvements STANDARD CON3TRUC'I'ION SPECIFICATIQN DOCUMENTS ProjectNumbe�� 101582 Aevised JL1LY 20, 2618 on �a 1s.a - o CON3TRC[CTION PROGRESS SCHEDUL�—PROGR�SS E3iAMPLE Page 3 of 4 w ti � � � f'J N4�6 �y � 0.. � C3 w .� � � � �, � � ii. � � � .� �, � �w � � � � � � H � � I ' I I�il �R ra b; 4� r� L� � � .. fi �t ;� Q ;, „?t, �� �, U' � ;� ��;� � �� �fi� ��n �.�ro �� ��� .; n� �� :r., �, iri � R,��� �„ �.o�:".���.;i.��� 9�'.Ftil�l k� `� :; ��� b:��'1 k1 f.i �'ii Fk1�1�� ���:fT �����f,��� � ��.� � � ��� ��;�S;�:-:.} . ..,•�i� ka � � � s'f �� �iK�4 "�ei: a n•Fj'c.���r� � kr�Mi�� .�., ^ V, �� �:;a y.., A �, ���w M m�al:o��;.� � �� .�'] F'I �L' �] ��," €I 1 `�,�'� ILaN�y��{i�d'E 'y �;� � � � �� �� ��� � � � ����;� � �:���'�� L ��, �.r-� G:�'. � I. , _._�.__ � , " _ I I , w Iw i ' ii, , �-- .. #1 � i i tl^ (h �M1�Iw hi ii_ �ii� i� r� ���r� I � O�:P: �'r:��� � ���yy:7�'s`1 �r+ � � P' }.� tr;` f� � � ;"� fJ Il� } i'����1 ��pp I yV J+� }} ��.���' � 4 p � I � [J LY�f I F.� �'i.Yi±� ���il�' � I'i 1, i�; �. :� il��'.�:+i:':4�5'.�a bi��:�s:rl ��i�r.F -�.�*ii�: „_ ,.,',.,�� �. ,� � '� ;�,, o , �'..!� �,�la�l����.. � #1 YI ar � { � � 1`2,�� �� � � F I� �� � �I� � ��, � � �� � ±} � ;`` '}�.� �_ �P� �I�� �. fi �ikl.l; L- �i���ll.�' � f: ' �:, .} L�. '� S � '�'"� P � u�u I � �I� � :a u� � � �n � � � „ �{ .� . Fi ;� : . �i �'��.�,� „, 4k �,�., i� �! � k���v � � r��li��li� � ri r O� �"i' ia'1 M�. b I! I�. [} C� ty�ty�Mlp � -. ---- - �'' F ! �I � I I I � I h �a_ � y� � �i � F �Fi . .� � ' .a ra W N fi � � J � ,h � �.����- � . Y ��. � =a � w � y�.^ ` �� r �� � � �; -��:- � � � � o � y �� ��� aa}� �� � � � �I� � 'n`E��py, ,L�� .' �� u� 1�� Y� r� i i� ol ��� 'u� �r � I i����Fl�ir�����`,��:t;s.��"��(��':�i�P�� � � � I� .-. � ,a u:c•.a I I f�l rl :j �'��'�� < <� � � � + �' 'F � iJ ry � ��Li - F ��y u�� �� ii r1��Ll1 �4. � '� � { ��" O i�.l� •, �I�I � � � �' ��!� � � h �!��� ���' �Inl �����. � � � � ��� ;��'�'u'��'�v r ?l�' �`i �� I ��+�����o €� �� � � �p m ta _.n .� ��.FF n u n r:�..•:: I I�I� � � ,..� ia o k! I:�',� � o o a:a�n lyj� � m.� ,�,.�� ,� ,,,�,,. � �^��'i &o� fl.� Yi�#'f:�'�iy{. ��� � �� � ��� ������ �, i � ^�� �I� �� � { �: � n� . w ...I� � ' ;� i a� � i;.' ,� �� �� ;�.�, s , y. J � �� yytrtrI 5 � 1� �1' wl f�l �. �; � �. �; m m m^,n m��n�� r.r�l �'� ?� �� .a 1�,���'� � ��j � � ; r. ���1 i: i' 44 'C- �' �'�I;��i�l=f ,� � � � ,� ,�� .{ F'f � 9 � �������:w � �� � n u' Y � ���i� 9i n. ��i�l � k3 x. o�'il : m � �� I �� �� a � �i� �k �'{ �i�' I � �'�'�,��i�:�1s1 � � }� ul' � 2i I � 'i �'��� � ` � iR � � � ��IfJ:�'�; � � h LLIF '� ��iL fj� �lj' '�� i � �' � ������ {i�l � � � � , � , `—' ;1��� �:�a; ., I � 'r � ,��, ��•�,:r„� !I � � ,� � � � � � �� � �� � � .a S� Ci? � � �� I I � � � � � � 5i ,�.V � � � �p d U � � � Q � � � � � � � � � � c � � � � �� '� � QC U � � Q � n � I CiTY OF POlZ7' WORTH North Seaclt Sireet and Basswood Boulevard Jntersection Improvements STANDARD GQNSTKUCi'ION SPPGIFICATTON DOCUMBiJTS Frojecl Number IO1582 Revised JULY 20, 2018 003215.2-0 CONSTRUCTION Pi20CsRESS SCHEDULE—PROGRESS EXAMPiE Page � af 4 END OF SEC'iZON CITX OF �'ORT WORTH Narth Seach Sireet and Basswood Boulevard Intersection Improve�zents STAT[D/#ItD GOPFSTRCTCTION SP&CIFICATIO%I DOCUMEN'1'S Project Nuinber 101582 Revised JiJLY 20, 20i8 40 3215.3 - 0 — PRDGRESS NARI�ATIVE Page 1 of 1 SECTION 04 3� 1�.3 CONS�RUCTION PAOJECT SCHEDULE PROGRESS NARRATNE Iteporting �eriod: bate Issued: Praject Name: Cc�mpany �lame: Gi#y Project No: Engineer's Project No: Ciiy Project �/lanager: �ngineer's Project Manager: A, l�ist of acti�ifies accomplished ir� t�e 1. (insert fiext here) 2. (insert text here) 3, (insert text herej 4. (insert text her�} 5. (insert text here} 6. (insert text here} �. List of acti�ities to be accnmptished in �he r�e�i �.. jinsert text here) Z. (insert text here) 3. (fnserttexthere} ' 9-. (insert text here) � 5, (insert text h�re) 6. (insert t�xt here) C. �.isf any po�eniial 1. (insert text here) 2. (ins�rt text here) 3. (insert text herel D. List any act�al de 1. �insert texfi here) 2. �insert text here) 3. (insert text here] delays and provide rni�igafion actions [ays and pravicle recov�ry acfiions City of Fort worCh, iexas Constr�ctlan Praject Schedule Narrative Report for CFW Pro]eds TPW Official Release Date:7.20.2018 Page 1 vf 2 s � � t i OQ 32 15.4 - 0 CONSTRUCTION Y120GI2ESS SCHEI]ULB — SUBMIT"I'AL PROCESS Page 1 of 7 SECTION 00 32 1.5.4 CONSTRUCTION FROJECT SCHEDULE — SUBMITTAL PROCESS PART 1 � GENERAI, The fnllo�ving info�rnation provides the �rocess steps for the Coi�iractor ta follow for subtxaif�ing a project baseline or progt'ess scheduIe for a capital p�•oject to the City of �ort Worth. See CFW Speciiication QO 32 15 Constructioz� Project Schedule for de#ails and requirements regarding the Cnntractor's project sclaedule. If you a�•e not a�'egistered CFW Buzzsaw use;r, please email or contact: Fred Gri�n, Buzzsaw Administrator City of Fort Worth �red.Griffii�@fortworthgov. org 8l 7-392-8858 Using you�• registered usex�nanr�e and password 1og into �e City's Buzzsaw Site - „ . . . , . ,. ..a . _ --� -- a L� : �� • — '���- - �---- �'��� „ �„ ,�� , ,n, �,a- �as =� �� .r. (�-�. ' .I ��,r. �'--- ....�..F�.. �S�i��i.Y-.r. � ��� � � Navigaie ta �+our Project Folder. Vei�fy that yaur Project ID and Project Name are consistent with Project Folder Name. Navigate to the Schedule Directozy under your Frojeci Folder. Thc 00701-Flaxseed Drainage Improvemenis project is used for illustration. C1TY OF �'ORT WORTH I*iorth Beacl� Street and Basswoad Boulevard Jntersection Iinprovements STANF�ARD CONSTRUC"CfOAI SPEGIFICATIOAi DOCUMENTS Praject I�Eu�nber 101582 Revised JUi.Y 20, 2018 OU 32 15.4 - 0 CQTISTItUCTIOi+! PROGIt�SS SCIIEDULE— SU�MITTAL PROC�55 Page 2 of 7 pP : "� � mos 1xm �� Y: i� �,wd =� i i" _l i I �' i.�' fA I C, }C � f? I�'� I L�C ?� �_I�+�� � � T[+ �i'] ��° I r-' I L4} � ���,,,• �•:�;,,,���:Y ��� f � � � Ili�:ri�i:r ° � `4.F'��fJ:. - �iFrl.�Ylli i I � ' 'i� �� i= �' -.«w�:�+�l:�ilql�ql.i.n. . �eEAeu. . � -' W- 1. .. C � a4rFi-Fw.�a4lN�or�m�x c r. rir.. ._. _ k,�or Ri+ T� � � # � `4.d�aw�u L���h7e,tidocads F,rilrmNki l5,3ai Kn �t' [7 e�J�a^-:"'..� �i i � i � � i=cr�so.cNar, � I� ' ? I �1-� CP�fuftfllts ; i F' � CDllh'd�61 1ti��� � i ��c�� j �;��Ge�s�foaikartDa�r+aKsaodSl � • � � '. . � Ct� � lkOkcf Fkar.ngs '---y � � [8-�AA�*atFkei�a ��! I I �: � Re�Prcpaty �� ,f�' � I �'�9� . "`- � . s_ ���Q li4'�^s �,}4.x_, ' �£:�� 007D5-N6ei.YAa9e5CmtrdCluttFJ: 1" " C�-� Cd965-fJrhwlLAdgesCentrdCt�sMf . . ���Q OON6-Lhhw�4VeH�%SEQLcfcBry � I (�-�,j 00706-lLhrukV3egr.=5£CkqEer7�L:er 1 �'-� �1�'$id11i�S�YtiYR!}Wbtq]}!IX � ($�� m755-MKqiA0ri1d20U4CIFYenri� ��. � (£.� U07�9'➢uissRaed'&Y�7rr9fY�Ca . ` �-� U07Jd • Lehu� Gt2mr' ' n� � �-� U7785-S�ar�os.GKlciS�CztmreSd�� �2: , [� � @3787-�*anLe�rpRa�A-Ai�mF�bA 1� .� - i 1� nrr-xee.r.[..��oi�.na nl.n_i�..ls.+'Y � � ' . }� # . �..�.�i�r.�!�re�[zexr-.'n�aret2Ya��W..r�i�r_adqGen�:7s�nh]RcmkW]nF:PS� _ I UG.. IJ.F1 I Tvvo �les will be uploaded far each submittai. A native schedule file format either k'rimavera .xer or MS Praject .rnpp and a PD�' version af the scheduIe will be upJoaded Verify that the file name contains the S�digit �'roject ID, PrQject Na�xxe, and Submittal Date and follows the sfiandard naining conventzox�. �nitial schedule subnnittal will be labsled as `Baseline' fox exampie: 00701-k'laxseedDrainagelmproveinents-Baseline Sch.edt�le submittal updates will ba labeled with Schedule Subtnittal Date `YYYY MM' �ar example: Op701-FlaxseedDrainageImproveinents-2009_01 Expand or select the �chedules folder and add both the aiative file and PDF � Ie to the directory. From t1�e Tooibar Select ❑Arld Docurttenf CITY OF FORT WORTI� North Bepch Street and Basswood Boulevard Infersection Imptovements S'I'ANDARD CONSTRUCTiON SPBCIFICATIOTI DOCUMEN'TS Project Number I01582 Revised JULI' 20, 2018 Op321S.4-0 CONSTRUCTION PROGRESS SGHEAUL.� — SUBM3TTAL FROCESS i'age3 oF7 'i �P CGL ilen i��p4 �-0� I a.. J I�uax •:] r�� . F�� �Q Gr�6n� L�' �� �i�eew �T �roIF � � Llrk I� ; ;� r� �'''�'�i�l�: �,� � �,�+�M1��'I I I + {. � i � �_�' � X!� ?C �.'-'' �` 1 LC � I ts411a1 41� ���; f�f�l_ ��_I �._ �[� . i --- ,r������«',��uil7'�.. �� io7a� - aveaA PrrJn�r Ny�u'� emer � p �;r�.,.., � nA R.;pa�ses „� {mlWclirn "� G:.i_.'$:R� � u.,tr.Lm. � c,xrery�ondmm _, j G++�S Crw�ihract �ncuments �d Speu � FvIJ�n slneex.�le fredGnt±r s6,�ai riocccfl . .� � E3..�'j W4jea6rsv�.ngs � , '-'F i Lsl^�j F';i w..re.x..� �� � £ ���ilealP*epertF': ��i�Li_z}��. I 3 � � . . . .. � 3 £ ..��q��blf �11d2%.7e5 ; I _'ll� �I�C: �� I p-� �TOS-UfianY�E39PstentrlCinGerSi�ci : ,� 1 �j�� pp7p5-Ih6anYaYapesCentraEC+�tirSoui ��. i, .• _!! � � � =i.�.'�,�:k: I G.-� 00706-ElrhanV�fayesSEClustzreerry�Rfi �-� 007I15-L76anVdlnqzsSECfusterN�asEas � ���� 94)30-Sanitsry5nwert�i�bConha�tiM �-� (q755•M^w:TeRd2(104fIPYCar1(Oee �- U07S8-a:TkrsRoad•BryantIr+ri�foGrardn `C�J-� �?TB-Leiw'mChimnd &]-i� OJ7B6-SwnmvCreek�l5y'wawreSdmoF.+ ' .} Select Browse and go to the locafion of tlie files on your desktnp. Select Opett seled �GCwnnul'r �StJxMCrnrterL 6mdLnei no�3ron � {� V'' ielect�6a�nviued+b�U'rryWerkr�wh�►.wrvwi+dw�ddmanaamen±RepL�kr{qr�ul}, �aHK,,, J rii.lr� F�f��:+�li� ii�IllJlr!rvJi'I•!' Leukh. � [ka�luo �� '�- L' 1 i� �* - � y�� ��;v[��nH tV.iJeY�f�lirvpe I'�v J l-.� �'�FIvC�"�uter �Mursiomt�sPN1'� FbF�ecar �1��rntnt�nkwxs y.1+."n.er+��cs D.r�x�w■ �„�benerebvtahv'��w.+� �n����a�` � W)g�T,�FioWr . Llc�''fSA�T�nin4 T���FIr�, �y�e2L�?0 Ca�RernrdEdtPro ���^? Ort�+IHa1.5�M Crossa§�dPi+�Exam56n7�1 � rh�� .i �Iq�a�faFo-,� �drsts'kwc+ts?0�8 ����f•� � :,�uc��. Ue4Q�@dcRefemnceG�i+le.pdF - — -- p�FUx+�ntW� �'t6PF�otasmxltE�ess �DisltBeTr[CmznMr p? Fi�e7nLwa�: Pfeld27 H'eeSoondRecwdzr �J �sl !P facl�pnn Ctl1iG FIkESO�IdRK�der.Pxe M`� #�NiY1CoME[t ��aP�eaaEtY �1' ��' Y R�rxs �logh.]PG Flbowfl4fYOY;�con79pZrr�4ir(lute8oak �Nalpleexng � � ! - — -- � 1� � �7FNdx�k Heruve� =.� � I`ncr� Cviral pmdiMK ��u�lr#i + � .� The file vvill appear in the Buzzsaw Add to Project — Select llocumenis �vindaw Select Next. C1TY OF FORT WORTH North.Beacl� Street and Basswovd Boulavard Intersection Improvements STANDARD CONSTRUC'FION SP�CIFICATION T}OCUMEI+lTS ProjectNumber l01582 Revased JULY 20, 2018 00 32 15.4 - 0 CONSTR UCT10N P120GRESS SCHEDULE — SUBMITTAL PROCESS Page 4 of 7 Do a�ot select Fi��ish at this time. <K LJ �ele[id�nm.�i.iaad.�lnd+lP�lLl4kl�lU,YAYonalw�6oe08anleiLllEl�d6eF{dptld'I�J� 4.fir.leik � �_�'�aix�., r;�ni�it: ����� rr�n �� J�=��:��:t, _ RYLYIFl��ds - AM7StiCqrnmrT FJeNere Fir1.00AUM ---- N.4C�f��. SW f4�'�!?lCt�ldx�rl.67reliM�L'��c�"6.r�-[nIF_7�J�pn.arr Ci1pW�ryyitl#r'���� I�+'f.'�-� 7?:+�'S� SFryd €�� Fk�tRrn'Yn � � � IoNI��f�O��uu�r#kr�i��=�ii _..- I � • �.�: �� _�'� � L� +��?�I,rI.J��d�r,It,Il���iKJ�.��1�If�����;�IM,:r.S:7J5n_wJ �� �'i'i'Ji��'S1a�4"IXGlfll''72f�1:{t{... •,�.i I {{���} I ftisti c��id ��r�r You will be placed into the Attach Comment window ta en.tex• a record into the Project Schedule �ubmittal Log. Enter ihe Projeet ID-k'roject Name-Submiital in the Subject Line. Type Subnnittal and Company Name into the Camfnent window alang with Contact Name and Contact Phane Number. Select N�.rct. .�� �€rea?eamrw[rl11ca1beG4�s71csa�illCsa�3F1nH11d�kdiCSY+lnllPm��4���Q�- FfisslepWtpG6nal S�le�s �or�,xnenYs �" pr.l� tyirrr�r lo ner� dmnaon 4_�Altech[c�smr+�a` � -1 I" �..J � �1�,��'a �� g � ��� i. �'-_�il���l r;� ur,��FEma3 �s'ukel; U:?n�.�xseedpfainsgeTenprove�neMs-B�Vne Wulltlta#xi . _.. .. . �____...._,,.-- 11nrm f �x: c��;,�!ht ���p,��Y_��e fnr wark�rFom� up to3amiary 31, 2609 M�'^C Vhone� �' K�'q�� tiexG>�I FYtills Caf+[K f�7 � r — CITY flF FORT WORTH Nnrtli Be�ch Slreet ancE k3asswood Doulevard Iutersection Improverae�tts STATIC3A1tD CONSTRUCTION SPECIFTCATION DOCUMENTS ProjectNumher 101382 Revised ]ULY 2U, 2028 003215.4-0 CONSTRUCTION PitOGRESS SCHEDULE — SUBMIT'I'AL PROCESS Pege 5 af 7 � You will be placed into the Send Email Noii�ication window. Select Ta and tl�e Select Recipients window vti+ill appear with a list of Yroject Coirtacts. Select the Projeci Manager as tlte To Recipient and #he Froj ect Controls Group as the Copy Recipient. ���..� t.«;��",.:.:�_"L_ � w�r — _1 rJYv�liirr`1�.4�N�i�����x�UNV�unallli�iir�crNW�YJ4�.lIw�4oY�hl��i.� xrvr[iuc.��+�rn� ��w^"� ,.,,.,.. �...,,,.,R : i:.! I°_,I '_ I� I? I.' tl+' I �1}..J�.i��.l �.,� �. __'_—_ _ ' _ _"' ws5ficaWan -- ' � � ���. •�--� P - _____ _ �w.o �a,. — - -- i _ --- — � � a.�a�o �in4�S�t Tmle� SwF uSdnY� ![!i_dr Cdu uno'actLY Yaer 1(am ���x�'�'� __ �� w.w�� ][p co�ni n.�..�ni•� . nW� Pii f4.ru..""3'M.-7'i...:'lc�._ FsF.,,,r�iir��l,,: ■�+rl... C. � 5... t�._. 9lT... lio... li�Yir_.. T. � 5... C.... fb�.. 1'v¢.�� /�..r �� . I.�. r... JeF... Na.�. IMc... Ti¢f W_�� T... lti. �� 'Ri �� 12f.�. H[.�. �iw�H V... N.. Yl... NE... Fra... 4xv.lo' .� V..� T.. iT�.. R�2... �'+f �IM_.. Y= T... b'._. iJH... Wa.. �ia��4.. V.. N... Gf��. �/3�.. YXai� . [t . 3�d.-. kYSM .� W. � . K= . Na... P.k. r w.ndr... w._� r..� •,i,,. Vz-., oe... tiwa�... wr �. , r+:,... r.o... o. , rv�n�... w._. c_. n�,�... w... r.�... nu�x... vl.�. r�.� :%,�- �zl.., �... Yveil2 . Y... �... !SI til... �••hr�.. S�. �. � lJo... Na... GIY .. ro-edal... F�.�. n... Fb..� AuIA ... A... ia... [Y1�.. 1M.�. FYed Gr... t... 4... C/+... 1!]... 5q... ■I�r1Y—� f� _.. _... ._ ... . . � i4AerY^i�rtrlN���� I Ioy�,...�„ J �. . I uF• JJ�Ni�� J I s. , I �fiLA4Y�r r.u..i���r5�iii !_"_ � �_ __ . �I {�i� � Select the Paste Comment button to copy the Comment into the body of the email Select Finrsle. CITY OF FOR1' WORTH 1Vorth Deacl� Sfreet a�id Basswoad Baulevard Intersection Improvements STANDATtD CONS'fRUCTION SPECIFICA'F1QN DOCUMENTS ProjecENumber 101582 Revlsed IULY 20, 2018 00 32 I5.4 - 0 CONSTRUCTION PROGR�SS SCHEDULE— SUBMiTTAI. PROCESS Page 6 of 7 Sr.lctl Dr-a: �xn:s nt�r,Fi �.�.wseni {_+ SCRd tmaq rJ�llfi�linu �� � �Saz�d�l7olhaproktLq��m6e�s,wOFsYNthps�oFlhonaworypd�a3Nes,TNsiit�4[ritlan� I �IIC4PRFs4'�k � J�J� 5'�' �_� �,� F L� I� �0� F�sd .C,�fln ___. _��.._� -- . ._ €S �-� Pl��ect C{`nlroi��rlCA ~�—• QuLu. --- ' � � SuSletLi �*}7R7�flaYstva![JrnreoeLnRU.r,setKs�6ase5'K der_r•,e 5[f iedlr :.t�'[�1 fixvc'C�: p��v Maane` o��e:1±15A1C on�etPho�e x fsi+'�4c`k�•��a:,�.:��.y.u.r.,�� :,.,.,,.�'�-s����r„�•:�fn�ru�ary31,T.Oc79 Cc^le�tr+::� i.un�ct Ri�hr� , �9ad� � L"� � Farh� Caneef He� The schedule file is uploaded ta the d'n•ectory. An email is s�nt to �e City's Project Manager and Project Conirol Specialist. � �G �� � � _. _- ' _'—_—'--'—"__""" �' S!� �' �L���r-�i ��11�i �i�n - ��t�� �ILI ��4C �:����1� :,'��' ' fm�.. ��+.:i..:r� . I .i � r r .�'i�ll�f�`i±"L]'_!___�-!I5lwiir.�i�_�.i_iii��._.I__ ..__'1iii:�i�L+�WIII�hLL fll�i+fl:_� �i51 �'y �� , ;�i� �'�i w � �� .� i. � .. � r'��'�i � a.i:nn.. 1 ���YYi.uwR+es i@ {wYYIX[,A N3-� ConAlRenM1 i �-� Cantrukr ��-I'� Fzrrnoonde1re � ��I�FnY's'CaritreftGx:,eWa.�i� { [g�]h��nlfharh4F : [k-�1 �Meec�ps �[o-�] Rularoperh C�-PiSdied![s � � '�� 0070!#lsuteeg7raift9�FCro'+� � � SdieA".n Indc%.17s ��-� U�Cef (� QO]OS-IF6er�Yifsyntentrdf(]uulzr5uti ��� O070S•lAhMllf�yz.�'Csi7SIGYuifr:9u1 15� WTP6-Vr6�1iF9�%SEddSlvBeny�lrt. I �f� 06N5-ihLLrilYA�4�5EC45ls�NearEm � oono--sar+rs�rsrn�rrta�cenamu� � � QOfSS.Masq�fh? Rd 7fq9tIDYss l�es p�� 00768•a;inRaad-&�rantWn[ot�r�rh [� 4077d-I.ebowCh�ne! v FrertC�iRn ih 9B{ tk.aroRflmEl W... fL�:+TP�'} 9i �,Ck lip� �� 7i,lSh YLllS'. SfdjXq9 4;75 '�'I Uplaad the PDF �le using tl�e sam� guideline. END OF SECTION C1TY OF FORT WqRTT� 3Vorth Beach Street and Basswoad Boufevard Intersection i,nprovements STANDAI2D COT35'FRUCTION SPECIFTCA'I'ION DOCUM�NTS Project NuEnber 101582 Revised JULY 20, 201 S DO 32 15.4 - 0 CONSTRUCTIOI�f P1iOGRFSS SCF�EbULE -- SUBMITTAL PROCBSS Page 7 af 7 Revision Log DATE NAME 5IJMMARY �F CHANGE 7uly 20, 2018 M. 7arrell Initial Issue ; CITY OP FORT WO1tTH North Beach Streef and Basswou[i Soulevard Tntersection Improvements ; STANT3ARD CO�TSTRUCTION SPECIFICATTON DOCUMEi�TS ProjeckNuinber 101582 � Revised ][1L'Y 20, 2018 0035I3-1 GONFLICT pF INTLItCST AFFIbAVIT Page 1 of 3 sEeTioN o0 3� 13 CONFLICT OF INTEREST AFFIDAVIT Each bidd�r, offeror, or responcient {hereinafter also referred to as "you"} to a City of �'ort Worth (alsa referred to as "City"} procurement are r�quired to complete Canflict of Interest Questionnaire (ihe attached CIQ Form} and Local Government O�cer Conflicts Disclosure Statement (the attached CIS Form} below pursuant to state law. This affdavit will certify that the Bidder has on file with the City Secretary the required documentation and is eligible to bid on Cit}� Wark. The referenced forms may be downloaded from the vvebsite links provided below. �1Li�_rwww,�i�ii�..��Gic. i.LiuiiVTuwriJ�(�.�7RI �"�ELW+:' Lt.}lls'c �tc1iE t7L.11�/fr�I'IT1S11��.�'.�Cl� . i� 0 � CIQ Form is on file with City Secretary CIQ Form is being provided to the City Secretary CIS Form is on File with City Secretary CIS Form is being provided to the City Secretary BIDDER: 1V�cClendon Cvns�ruction Co., Inc Company PO Box 999 Address Surlesan, TX 76097 City/S#ate/Zip Justin Blair By: {Pleas�.��i�} � � ��� Signatu��e(���_,�� _�— , --� _ r . Vice President Title: (Please Print) CITY OF FORT WORTH ':�, �. r x. " ' ' S'TANDARp CONSTRUGTION SPEC[FICATIQN DOCUMENTS , � .. `e„5 Revised July I, 2411 Q03513-2 CONFLICT OF Ti1TEItE3T AFFIAAVIT Yage 2 of 3 �`t.������w'fis �i'� ��i���1i�s�� �a������'�i�d���� E-'�� +.+�:��d�sr ��� �eu��r �a����e� rl�i�� l����nee�� ��f�, Er���� �sra�.r�r�t�rs��.i �r��ni.�, �rr,� e�,��b�vr�srrno ��9r�F� as���e� �tis� �,a � ssw r�+� h.s_ �s�i. r��t, r..�. ��ar srra�rn �iei� r�er �`G�n.sil`c F's�i�4� �Si�� C�'i:3 taa:[iIStVS�HAi1�►C:#���s�� '€74��. !rr•a� ��+�s�rRC� i3j(3�t7%'{*' .'iiFSil�}tif��t5�it51�3SFi+%;�xriY�R�11�(�d�.S�GF�E�`;��ii5lfi��i1.���1-��`51.9�i�.�tid.1�1 �����iad �°�'S��Yd 1�7� ��7Ei Y!lf2L�"i Ci.''��i[E �[F€4ik� JL►e�.T�f,'I'G#R T�CP-��I.�i��p. B� Rr�+�si,����,,•k���n��i����.r�-n�+�i�r�o�sr��a��n�a-tr�t��t�ir.�u�v��a�er��� a,r,�"ryr ms3t-�tf�1n:��s tk[� 7G � a�s�,ta�� �1ay�'�•wih��i� f]� �sa�4�-�x�m�s �s+�.�� r�fs� EJ"'v�€��IIfi�llBie�-Sf1�:1'GI�f9R:9r�f+I�. ��+F�-_�i£�'�'934���.��.+�r,����;�rennn►�ati��. .� �:���ri!� ����+� �rx s�eatis� i r ti�� �s�i+ i�nraurs"��y �r��� :5��r #7� �+�i�, kfxal� S'sCRs�Tltsr+�ri� �nl��.i@r�+.��!` �9R�..P4isis 5��%��ri t� � G�.�ras � re�i s�� •r�6� fi�nn*. �ff�r.�af �5w� ia;a�:+5�u:-.�r�� ��rui��tti��it�sio�u p�avc+�m��4a1 tnf%Y�� �""� �et-kthi��xif�u,uafiju��ae�up�4�#tr�,p�ria9tifi�RT�o11�n�s��mrv�e. }� ���� ��� r�lls"��IiflY s�aa ��•� � �"n� f��w r�+rzmF� 1�fai yor.� Li� �GY api�df�d c��rt�R�f�J �{u�Sc'a�tut��id� fHi[dt EEt� ��{?Sa�r�t� �f +rd� ��zC��%Hi� ns�4 �7F� it�r+ iire: 7t,H ��35tr�s � :� il�e u� fk�� -�`r-frs��;rr ��s�t! �9r�f�sn�lag ���i �rn�pidc�4.* +E� �ar7�f�.) �,i�ans� a��6,�.+reetnrrea����f'wts'w"sfiu �e`�tniir�� h� �nty�Fer�e�a+��t� i�t�i,s�a� rrfaiia�l��_ — ---- - --- , fJarn� �� �}Cf�owr 'Ft�ii� s��a� {�€s-t 3 a�oFtx3ir� srr�paei� �i. �. � � #'�� :���Fi E�.$ earn�i�te�l fcx ��: � �fi[n�� w� wtna+rn efi�� F.�i• ��� ,� �trqi�ri�rrGsfi �;t� +�u �s�n� ra�%*.�.��r� rs d�in�d F�y �� 374.t►�itl��,�j, ta.���1 C�nr�rr�n� ��ad�. I4tirach ��+i t�ik,4 �� i� iPd� �aar�. G�i�E � n�s� �. L iE�� �1) ��rrsr�.� 4tkr.�r e�:iriie;i �� 6�is s�Y;�aa¢ ��a+�; ar ��,fj+1n r��e+�+� fsr3�i� �. atis�, lt�s� ins�6�� �+k i.i[�nm�k 1`�t,d-z i�xe f.�+' u�t►� :�ur��aire�' � `e�s �'r�a �. i� tl� til�,ra� �I,� ��iir�rrt �iY,� wl:��tyi��?��rw'Y.�e� �n�mr., d"m� �fR3n inve��sex�� i�can�� �crarn �c ai tit� �i���x rifi fit,� R�� +�s�enaaer€rii ��:�n �ar��ai +ii i�t�u s+1�ti�ra 9�1� IEte 5��it� �n.�n� �s ►�t ��;vr�l €ru� #tar_ ta�eal {���fn§�t,�8 �+1fiN? � •frt� ��4 l:_ f� l.fte fite� 31 th�*. qn�sii�;�� e�t��tx �� cxwpa��� i, �i6tfr �xs��t�� �n€±�y vrri► v�s�?ct�t +� s�;'trit t6ic �ra�s1 �rr:�orur���� v�"+r�� �ti�'ig a� an a6���ri�► �ir�a�, r�' fi�yd� 3h dir+++=asii� c+� til pg+€r�l� c++ ��e� � 'ies� � flk+ � ��f� ��h �ysiar�rn2rd b¢' �ctx�►resY rEt�ti�f�i� �ritlt t�t� 'ae.� r�v�s:nrte► ae'.i��ee' rr.sna��rJ � iE��t �+e+- �,p: ��ye t�� p�rrt+� +ar,�;u� a�r:ri� aidv it�, c�m�s°uercrf�! cefi�� �"."�,�� � �StF6�a.e� ot5�'9"�C#� CITY OF FORT WORTH :; �,��nc�'�� atr.e�.- L`�r,�,:;cr 3�' STANDARD CONSTKUCTION SPECIFiCAT[ON DOCi7MENTS C'�tv Projec� 'o. 111225 RevisecE July 1, 2011 003533-3 COt�fFLiCT OF 1NTERES I' AFFIDAVTT Page 3 of 3 �����, ����+����rt��i ��'����,�. �����.���� �«�������� ���g����� �[n�'++reHai-4a`s�f rs+ e�ir�3is:zi�ta�.i fdiny�.tlsi:fvsnns� �+t��ricit?�i�+[ t�r�:'ad � � ���� ��� i�ra �a�h�marni r;�t�-tt c�artqE� neac�� ta� ir�e ��.a 1�� ft�_ 11�9, ns�fn l.�.. �pra(ues s�srEine�. 'Ths,:, i�+ SEtr rsasi�,� E� eFcsa s�gx�p�i�i.� 6e�c31 ��rmes��nE�l en�Ey iEsa! f� lalPaRrr'rr� Ia�at (�Ave�u�+�ktsCftexer• Fe��t�€ ��e�e aths� o4f��.i31F�t�uts�tlrn �Faes ic fiF� `ini� s.�6v�r�rsn. i+��,�daxi rr'S➢s Cr,� j�t� 9��, �nesaE �iu:�n�7+*�S�sx�� __ - -- � ita�n�otE.�'��YePftl111�R��iilJ�td / F � ^ � / , n�� .r �}�IPL� �'i4`kl� :u - F r ra.� €�: s� sl�nhlei�sf;a�a��s�ribre���S�#�¢��c����.ti1�T$�.���d �3@:6�3i��.S�sd���r�oa�rr�e���tdc� �'a"r�srai�t.ia� a� t�s� ��rt:�r+�a�dr:r4+��t�����a���r�iS�� �xl����Et�si��s,s SrGY�dRSi�i�91��[`a�F5+��1 n7rT�� i'fii f4C�y � p kst Q�fL� �:��e�t�+3 �Sp tt►� twe:c�:: ����ni[���' biE�+�r i naI ahy tmmil��s �aam�: !.$IG����YfL� �[i�3 ��i°�'4�i+.1� i3�'' ST�l;S'6�h1 i`��.lfE�sa: ��. iFag��t{�aEe v�f�ta z�fi :fi� �:iits� �s�p'c�d �'s�ni p�as+�u€ tryrmP�t's� �i�+A�,'�, �ait.z�e� $i�aC du�enp':h� #�-:nonfr� y,� drs� ne::�uin«� �� 5� eei��g 0T�5.iF���aj��IE�� ��taGi��c�s�e��c�t9�„� L�+���ii�fi4�4E3fi�i:f1 �t� �ii��s�pt�l — -- - -Y------ ����i�4ioa� �sff �ii+f �i�.Caifi�4�v.•i�pi� fiJ�'r��9i:�»fti�(Y _..,,,,,�,� -----��.._ (ai��i �dA�ition3T fi�sm►s � n�a:�j'} � la�rcu�i���a�ii��rp�i+�ie.�fi��� �ah-n,��4±�:ier���nea l�r:�t.�++�s� L'LT[ 1Tti tF.L[1�1t31�g �F'[�'1� fs� u t'i�fdly` t'di�iEP �df� ilei�+�d '��' ��ki� Y7�.�3i�'��, l�i Gu;�rerrt� �j C�' a�'� Wo-at ga�re�tr�*+�it �i[K.�i4Y. 1.36ctst ae7uerskfdge �',d, i9fR; r�U:e[�.�% [�. et�.' !�^ iw+v�Yul�� ��iac5 �st7@t6� Ly �.: '�refl t ir'r �3a',��. tt7� CsG�`e�rFn�+t �:�. -- — — -- di��ti5�[+� nY E�r.� ��;+�wmr�E Oilf�' fiKKE7d 3ilf'YiRfBY L' irFF�f i Yi�Cl3 AeIY'•dE-. fiaicm�hlii5ii�lLui►e�lydf�-'��t�ai^,ty�etCnqS� -- —"..."'.._�,^.�^^^,iEs.49SJ�..,...._— �-�,siiY �`{'�,.,..,,,,,,,,�_�._�.:,b-_.�......i c� .�'I��'�r.+;+��Yti+te�stifff]P-��u+.d�t+4ii+I.iE�Gie'ifee. �cl�[Fiia4i'TEpCN~W�' S3-I;SUk1E7=YC15�0.�IQF '�inSc�niv:�e+7�[¢�rT�m(rcaieri��orti �f'!['C�{Fji1{{Vu11V14R�iStti*;��iG�f Ada�fl� L�4��!l2QD� END OF SECTION CITY OF PaRT 1nTORTH =�•~ ' " ' � ` " � STAi*lDAItD COIVSTIZUGTIbN SPECiP1CAT[ON DOCiJMENTS � '' • Revised July I, 2011 00 41 00 BID FORM Page 1 of 3 SECTIOR! 00 41 00 BID �ORM T�: The Purchasing Manager clo: 7he Purchasing �ivision 200 Texas Street City of Fort Wor�h, 7exas 76102 FOR: North Seach Street and 8asswood Boule�ard lntersection Impro�ements Cify Project �!o_: 101582 Units/Sectiar�s: Unit I: Paving Improvements Unit I: Uti[ity Adjustments Unit il: Tra�c Adjustments Unit III: Illumination lmpro�ements Unit IV: Landscape Impro�ements 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in #hE form included in th� Bidding Documents to perform and furnish all Work as specified or indicated in the Gontract Documents for the Bici Price and within the Contract Time ir�dicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BlD�ER Acknowledgemenis anc� Cer#ification 2.1. In su6mitting this Bid, Bidder accepts all of the terms and conditions of the INVfTAT101V TO BIDDERS and INSTRUCTIONS TO BIDDERS, including withaut limitation those dealing with the dispositian of Bid Bond. 2.2. Bidder is aware of all costs #o provide the requireci insurance, will do so pending contract award, and will provide a �alid insurance certificate meetirtg aEl requirements within 14 days of notification ot award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individuaE or entity and is nat submitted in conformity with any collusi�e agreement or rules af any group, association, organization, or corporation. 2.4. Bidder has not directly or indirect{y induced or salicited any other Bidder to subrnit a false or sham Bid_ 2.5. Bidder has not solicited or incEuced any individual ar entity to refrain firflm bidding. 2.6. Bidder has not engaged in corrupt, fraudulen#, collusi�e, or coerci�e practices in competing for the Confract, For the purposes of this Paragraph: a. "corrupt practice" means the offering, gi�ing, receiving, or soliciting of any thing of value like�y to influence #he action o'f a public official in the bidding process. b. "fraudulent practice" means an intent�onal misrepresentation of facts made {a) to influence the bidding process to t�e detriment of City (b) #o es�ablish Bid prices at artificial non-competiii�e le�els, or (c) to deprive City of the benefits of free and open competition. c. "callusE�e pracfice" means a schem� or arrangement between two or more Bidders, with or without the knowledge af City, a purpose of which is to establish Bid prices at artificial, non-competiti�e CIN OF FORT WORTH STANOARD CONSTRUCTION SPECIFICAT[0�3 DOCUMENTS Form Re�ised March 9, 2020 00 41 00 Bid Proposai Workbook (For Addendum) 0o a� ao BID FORM Page 2 of 3 IeVBIS_ d. "coercive practice" means harming or threatening to harm, directly or indirect{y, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequafifcatior� 7he Bidder acknowledges that the following work types must be pertorrned only by prequalified contraciors and subcontractors: a_ Concrete ConstructionlReconstruction <15,000 SY b. Water and Wastewater Rehabilitation and Rede�elopment Open Cut 36" and under c. f�oadway Pedestrian Lig�ting 4, iime of Completion 4.1. The Work will be complete for Final Acceptance within 252 days after the date when the the Contrac� Time commences to run as pra�ided in Parag�aph 2.03 af the General Condi#ions. 4.2. Bidder aceepts the pro�isions of the Agreement as to liquidated damages in the e�ent of failure ta complete the Work {andlor achievement oi Mi�estones} within the times specified in the Agreement. v. At#ached to this Bid The following documents are atiached to and made a part of this Bid: �'This Bid Form, Section 00 41 00 i�equired Bid Bo�rd, Section 00 43 13 issued by a s�arety meetfng the requirements af Paragraph 5.01 of fihe General Conditions. �e! Proposal Form, Section 00 42 43 �.r�' Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid} ,�!prequali�cation Statemeni, Section 00 45 12 ,,g. Conflic# of Interest Statement, Section 00 35 13 *I# necessary, CiQ or CIS farms are to be provicied directly �o City Secrefary h. Any additional documents that may be required by Sectian 12 of the Instructions io Bidders 6. Total Bid Amount 6.1. Bidder will complete the Wark ir� accordance with the Contract Dacuments for the following bid arnount. In the space provided below, �lease enter the total bid arr�ount for this project. Only �his figure will be read pub�icly by khe City at fhe bid opening. CITY OF FORT WORTH STANDARi7 CONSTRUCTION SPECfFICATION DOCUMENTS Form Revised March 8, 2020 00 41 06 Bid Praposal Workbook (For Addendum} 00 41 DO BID FORM Page 3 of 3 6.2. It is understooc� and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to �erification andlor modification by multiplying the unif bid prices far each pay item �y the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 7. �id SubmitEal This Bid is submitted on 1-7-29 lay the entity named below. Respectfully subm�ittesi, _ _ �' (Signature) Justin Blair (Printed Name) Title: Vice President Company: McClendon Cvnstruction Address: PO Box 999 Burleson, TX 76097 State of Incorporation: TX �mail: ,�Iu�,�,.�mcciena��cona-ir�c't�v��.��rn Phone: 817-295-0066 EAED O� �ECTIOfV Corporate Seal: C3TY OF FORT WORTH STAN�ARD CONSTRUCTION SPECIFICATlON DOCUMENTS Form Revfsed March 8, 202U 00 41 00 Bid Proposal Workbook (For Rddendum) 00 42 43 BR7PROPOSAL Pago 1 af3 L�R�IT ��IC� E3�� SECTION OU +�2 43 PROPOSAL FORM Project item Infortnation ��dder�'� �ap�li�a�ian Bidder's Proposal Bidlist Specification Unit o� ��a IJnit Price Description ��(ion No. Measure Quantity item 1Vo. UNI� I: PAVING IIVIPROVEIVIENTS 35,000.00 1 Q170.0100 Mo6ilizauon 41 70 00 LS 1 � 2 0241.D100 RemoveSidewalk 02�}113 5F 1804 $ 5.00 3 02�F1.0300 Remove ADA Ramp 02 41 13 EA 7 $ 1,500.00 4 02�1.1060 Remove Conc Pwnt 02 4I 15 SY i35D $ 20.00 5 02�}1110U Remove Asphalt Pvmk 02 41 15 SY 702 $ 15.00 6 02�41. i300 Remove Conc Curb & Gntter 02 41 15 LF 1931 $ 10.00 312316 CY 458 $ 115.00 7 3123.0] O1 l3nclassi�ed Excavation b Plan 31 25 00 L3 l $ 5,500.00 8 3125.0101 SWPPY > 1 acre 9 3213.0106 11" Couc P�mt 32 13 13 SY 4260 $ 95.00 10 3213.Q301 �i" Conc Sidewalk 32 13 2� SF 1440 $ �5•Q4 11 3213.0502 Barrier Free iiamp, Type i3-1 32 13 20 EA 2 $ G,SOOAO 12 3213.0504 Barrier Free Rannp, Type M-2 32 13 20 EA i $ 5,500.00 13 3213.OSD9 Barrier Free Rainp, Type C-2 32 l3 20 EA 4 $ 4,000.00 1�4 321G.O10i 6" Conc Curh and Gulter 32 16 13 LF 98 $ 55.00 15 3217.0001 4" 5LD Pvmt Marking IiAS (W) 32 17 23 LF 1054 $ 0_90 1 G 3217.0002 4" 5LD Pvmt Marking HAS (Y) 32 17 23 LF 86 $ 1.20 17 3217.0003 4" BRK Pvmt Marking HAS (W} 32 17 23 i,F 1226 $ 1.25 1 g 3217.0005 4" DOT Pvmt Mazking I�AS {1� 32 17 23 LF 207 $ 2.00 19 3217.0201 8" SLD Pvmt Markittg I3A5 {W) 32 17 23 LF 2165 $ 1,50 32 17 23 LF l D13 $ 6.50 2p 3217.D501 2A" SLI� Pvmt Marlein I�AE (W) 32 17 23 EA 31 $ 115.D0 21 3217.1002 Lane Legend A�traw 22 3217.1 OQ�4 Lane l,egend Only 32 17 23 EA 17 $ 135.00 23 3217.2102 1tEFL Raised lvZarker TX T-C 32 17 23 EA 94 $ 5.00 24 3217.2} O�i REFL Raised Marker T�' TI-C-R 32 17 23 E/1 732 $ 5.00 25 3217.4301 Remove 4" �vmt Maricing 32 17 23 LF 630 $ 0.50 26 3217.4303 Kemove S" PvmC Marking 32 17 23 i,F 249 $ 0.90 32 17 23 LF 72 $ 1.50 27 3217.430R Remove 12" P�nt Mazking 32 17 23 LF 930 $ 2.50 28 3217.4306 Kemove 24" Pvmt Markin 32 17 23 EA 936 $ 1.25 29 3217.4307 Remove Raised Marker 30 3217.4402 Remove l.ane Legend Arrow 32 17 23 EA 2 $ 50.00 31 3217.440A Remove Lane Legend Only 32 17 23 EA 2 $ 6Q.00 32 3471.0001 `fraffic Gonlrol 34 71 13 MO 6 $ 25,000.00 00 00 00 WK 20 $ SQ0.00 33 3471.0002 Portable Message Sign 34 9999.00OJ 8" recompacted st�bgrade 00 d0 00 5Y �}260 $ 8.04 35 9999.0002 4" Integrated Colored and Textured-Median Concrete �0 OD 00 SY 1370 $ 90.00 36 9999.0003 Yield Pvmt Markin 00 00 00 EA 16 $ 40.00 00 00 OD LF 1500 $ 4.00 3? 4999.0004 12" SLA Yvmt Marking HAE (I3) � � 3 � �}99-99&S �et� TOTAL TJN[1' I: PAVING IMPROVE1kIE1VT5 UNIT L• i}TILITY ADJ[3S"I'A7�NT8 6,OOQ.OQ 39 3305.0106 Man�ole Adjastment, Ma'or 33 OS 14 EA 1 � 33 OS 14 EA 2 $22,5DO.OQ 4D 3305.0108 Miscellaneous 3tructure Adjustment 33 OS 14 EA 1 $250.OQ 41 3305.0111 Valve Box Adjustment � } 4� 9999-909Fr�esds TOTAI. UIYIT I: E3TILTTY AD3USTNFENTS Bid Value I $35,OOa.00 $9,02Q.00 $10.500.00 $27,DOD.flD $10,530.00 $19,39 O.dO $52,670.00 $5,500.00 $404,70Q.00 $21,60a.00 $'f 3,DQ0.00 $5,5Q0.00 $16,000.00 $948.60 $'f p3.20 $1,532.50 $414.0� $3,247.50 $6,584.50 $3,565.0� $2,295.00 $224.10 $9 p8.00 $2,325.00 $1,170.00 �� ao.00 $120.00 $'� $6,DQ0 $51,250.00 C[TY OF POR7' WOHTI� Addendum Tio. 1 STAIVI)ARD CONSTRUCTION SPECIFICA"1TON DflCUMEId'PS 00 41 00 Bid Proposel Workbook (Ror Addendum) Fom� Revised 20120I20 00 42 43 BID PROPOSAL Page 2 of 3 SECTIDN fl0 42 43 PROP05ALFORM �lf�l� �RICE i�l� Bi�d�r�'� �4pplica�io� Project Item Information Bidder's I'roposal Bidlis# Speci�cation Unii of Bid ��t Price IIid Va[ue C?escription Section No. Measure Quantity [tem 1Vo. U1�TIT II: TRA�+FIC IMPROVEMENI'S �F3 2605.0111 Furnish/install Elec Sery Pedestal 26 OS 00 LA 1 44 2605.0131 Salvage Electricai E uipment 26 OS 10 i,5 1 45 2605.3015 2° CONDT' PVC SCH 80 ('I� 26 OS 33 LF 140 46 2605,3016 2" CONDT PVC SCH 80 (B) 26 05 33 LF 485 47 2605.3025 3" CONDT P VC SCH 8U (T) 26 OS 33 LF 265 48 2605.3026 3" CONDT PVC SCH 80 (B) 26 OS 33 LF 485 49 3441, I001 3-5ect Signal 1�Iead Assmbly 34 41 10 EA 1& 50 3441.I011 Ped Si nal Ffead Assmbly 34 41 10 EA S 51 3q 41,1031 Audible Pedestrian Pushbutton Station 34 41 10 EA 8 52 3a41.1209 Furnish/Instali BBU System EXT Moanted 34 41 10 EA 1 53 3441.12] 5 Furnish/Install T-iy6rid Detection System 34 41 10 APR a 54 3441.1217 Furnish/lnstali Hybrid Detection Cable 34 41 10 LF 995 5 S 3441. I220 Purnish/Install Mode1711 Preem tion Detector 34 41 10 EA 4 56 3441.1224 FurnishlInstall Precmption Cable 34 41 10 LF 1010 57 3441.1310 4/C l�} AWG Mulfi-Conducior Cable 34 41 1p LF 80 58 3441.i311 S/C l�} AWG Multi-Conductor Cable 34 41 10 LF 2460 59 34411312 7/C 1� AWG Multi-Conductor Cabie 34 4I 10 LF 130 60 34411315 20/C 14 AWG Multi-Conductor Cable 34 4I 1p LF 750 61 34411322 31C 14 AWG Multi-Condactor Cabie 34 41 10 LF 1600 b2 3441.14D8 NO fi Insulated Elec Candr 34 � 1 10 LF 50 63 3441.1409 NO S Insulated Elec Condr 34 hI 1p LF 900 64 3441.1413 NO b Bare �lec Condr SLD 34 41 ] 0 LF 25 65 3441.1414 NO 8 Bare Llec Condr 34 4l 10 LF 1120 66 34411502 Crround Box Type B, w/Apron 34 �# 1 1p EA t 67 34411503 Crround Box Type D, w/Apron 34 4t 10 EA 10 68 3441.1603 Furnisl�/Install ID' - 14' Peci Pole Assm61 34 al 14 EA 6 69 3441.1G15 Furnish/Jnstall Type 45 Sagnal Pole 34 41 10 EA 2 70 3441.1616 Furnishllnstall Type 46 Signal I'ole 34 41 14 EA 2 71 34411G25 Furnish/install Mast Arm 52' - 60' 34 41 10 EA 4 72 3441.1637 Type 33A Arm 34 41 20 EA 2 73 34411701 TY 1 S9gna1 Poundation 34 41 10 EA 6 74 3441.1705 TY 5 Signal roundation 34 41 lU EA 4 75 3441.1741 Ftiruish/Install 352i Controllcr Cabinet Assembly 34 41 7 4 EA 2 76 3441.3014 Span Wire 3/8" 34 41 11 LF 1815 77 3441.2002 Dis ose of Full Traffic Si al 34 41 13 LS 1 78 3441.3201 LED Li hting Fixture 34 41 20 EA 2 79 3441.3333 40' T�tber Pole CL 2 35 41 2Q EA 4 $0 3441.4001 Furnish/Install Alum 5ign Mast Arm Mount 34 41 3Q EA 10 $1 3441.4003 Furnish/Install Alum Sigu Ground IVfopnt Ci Std. 34 41 30 EA 15 82 9999.0007 Ralocate PTZ Catnera 00 00 00 EA 1 83 9999.0008 Furnish/Install PTZ Camera Cable 00 00 �0 LF 545 84 9999.0009 Furnish/InsCall Cantilever Ann 00 00 00 EA 2 S-3 �99�9-�en�s � � TOTAL [71VI3' II: TRA,FFIC INFPROVEMER �S C1TY aF FQRT WOR"i'H STATSbAIiD COMSTRUCTTON SPECIPICATION➢pCiJMEATI'S Foim Revised 20120120 $6,000.06 $6,DOD.00 $4,QOQ.00 $4,000.00 $28.00 $3,920.00 $46.00 $22,310.00 $3a.00 $7,950.00 $48.00 $23,280.00 $1,400.00 $25,200.00 $90D.00 $7,200.00 $1,ODD.Oa $8,000.00 $7,90b.00 $7,100.00 $9,OD0.00 $36,000.0� $4.00 $3,980.00 $2,150.fl0 $8,60D.00 $2.00 $2,D20_00 $2.00 $160.00 $2.00 $4,920.00 $5.00 $3,7v0.00 $2.fl0 $3,200.00 $2.00 $100.00 $2.�0 $1,80D.00 $2.00 $50.00 �Z.00 �a,z�a.00 $1,275.D0 $1,275.00 $1,305.D0 $13,05D.00 $1,700.OQ $10,200.00 10,600.00 $21,2�0.00 $8,60a.d0 $1i,20Q.00 5,900.D0 $23,60D.00 800.00 $1,60D.00 2,000.00 $12,�OD.00 5,500.D0 $22,D00.00 21,040.D0 $21,OOO.QD 5.00 $9,D75.00 4,OOO.DD $4,000.00 600.00 $1,200.OD 4,0OO.OD $16,ODO.OD 475.00 $4,750.QD 500.00 $7,5fl0.00 7'i5.00 $715.OD 4.OD $2,180.OD soo.oa ��,soo.00 $372,385.00 Addendum No. 1 00 4l 00 Aid Pmposal Workbook (Por Addendum) OD 42 93 BID PROPOSAL Page 3 of 3 SECTfpN OU 42 43 Pi�OPOSAL FORNE V��� ��M�� ��[� �IC�C�@P�S ����IC�'�IOt� Project Item inforrr►ation Bidder's Proposal Bidlist I�escripfion Specification Uni# of Bid Unit Price Bid Value Item No. Section No. Measure Quantity UNIT III: JLLUMINATION IMPROVEIVI�NTS 86 2605.3Di5 2" CONDT PVC SC�I 84 ("1') 26 45 33 T F 290 $ 28.00 $8,920.00 S7 2605.3D76 2" CONDT PVC SCIrI 80 (B} 26 OS 33 LF 475 $ 46.00 $21,850.00 88 3441.1408 NO 6 Insulated Elec Condr 34 41 10 LF 1660 $ Z.00 $3,320.00 89 3441.1415 NO 10 Bare EEec Condr 34 41 LO LF 830 $ 1.00 $830.00 90 3441.1502 Ground 13ox T pe B, wlApron 34 41 10 EA 4 $ �,275.00 $5,100.OD 91 344(.1637 Type 33A Arnt 34 41 20 EA 2 $ 300.00 $600.00 92 344f.3201 LEDLightin Pixture 344120 EA 2 $ 600.00 $1,200.00 93 344I.3302 Rdwy Illum Foundation'1'Y 3,5,6, and 8 34 4120 �A 2 $ 2,250.00 $4,500.00 94 344I,3342 Rdway lllum TY 18 Pole 34 41 20 EA 1 $ 3,655.OQ $3,655.00 9S 3441.3501 Salvage Street Light Pole 34 41 20 EA 2 $ 500.00 $9 ,�QO.QO 96 34413502 RelocaCe ,Sh-eet Light Pole 34 4120 EA 2 $ 2,450.00 $4,900.Q0 � 4999:�8���1 �en�s � � TO'fAL Ul1rIT 1TI: ILE,UMIIVATI01lT �MPRO'V�MEiVTS $55,075.00 UNIT IV: I�ANDSCAPI; IMPItOVE117ENT5 98 3110A1D2 6"-12"'I'reeRemoval 3I 1400 EA 14 $ 920.00 $12,880.00 99 3110.0103 12"-18" Tree Aemoval 31 10 D0 EA 2 $ 1,5�40.00 $3,0$0.00 100 3291.0100 Topsoil 32 91 19 GY 77 $ 27.00 $2,079.0� 101 3292.0104 Biock Sod Placement 32 92 13 SY 436 $ 9.00 $3,924.0� 142 3293.0103 Plant 3"'Free 32 93 43 EA l6 $ 796.00 $12,736.00 383 1499:841� �en�s � } 1`DTAL Ul�l'T iV: LAiVDSCAPE IiVIPRO'V�MF,NTS $34,699.00 MISCELLANEOZIS 104 9999-0013 Bonds (Units l-4) LS ] $ 25,000.00 $25,000.00 ]05 0171.0141 Consduction Staking Ol 71 23 LS 1 $ 15,OD0.00 $15,000.�0 MISCELT,ANF.OUS $40,400.00 iTNIT I: PAVING IMPIiO'V�MENTS $983,922.40 UNIT I: U1'ILPI'X AD.)U5fMF.NTS $51,250.Q0 I#�IIT II: TRAFFIC I1V�PROV�ME]VT5 $372,385.00 UNIT III: TLLUMiNAT'IOI� IIVIPRpV�ME1VTS $55,075.00 UN[T TV: LANDSCAPE IMPROVEMFNTS $34,699.00 MiSCEL1.ANE0US $40,000.00 TOTAL, ESTIMATED COSTS $1,537,331.40 CiTY OL F012T WORTH STAI�DAii➢ CONS77tIlCiTON SPECZNICATIDNDOCi1ME1V'CS Addendc�m Na. 7 FomiRevised20120F20 004100BidProposal Wark600k(PorAddendum) Q1D �OF�� �or�form� w34F� T P�:a Atn�ricarr In�filtu�� af Archits�ts, A.i.l� �ocumen4 R1o. �a 39fl KNOW ALL BY THESE pR�SENTS, '['hat we, 14�cCiendan Cnnstructian Company, Inc. a48 �Ilemorial Plaza �urlesan �'exas 7602� _ as Principal, herainafter called the �rincipal, and the F+�erchants �andin� Cam an {�iutuai , ag 1 Q9 �. �aric �I�d., #600, �lano, TIi 7507� , a corporatian duly organized under the laws of the State of lowa , as Sut'ety, hereinafter called the Surety, are held and firmly baund unto City of Fo� 1dk�orth, f sxas, 1�0o T'hrockmorton Arive, �nrt lfildarth, �X �Fi9�8 as 4blsgee, hereinafter called t�e Obligce, in the sum af �** �IV� ��€tC�NT' �� iQTAL A�iOlJP1T' �ID �Y PRlP�CiP��.*** Doliars ( a"/a iA� ), for the payment of �vhich sum well ar�d truly to be rnade, the said Principat and the said Surety, bind oursel�es, our heirs, execu�ors, admit�istrators, successors and assigns, joi�tly and saveta(ly, fir�t�ly isy Fhese presents. WFiE[tEAS, the Principal has submitted a bid for : t : s�f 1 � �t� � E _ �i li � � -1 -1 NOW, THEREFORE, 'tf tha Oi�tigee shall accept t�e bid of the Principai ar►d the Principal shalt enter into a Contract with the Obli�ee io accardance with the terms of such bid, and givc such bond or bonds as may be s�seeified in the �idding ar Contract Doc�ments with �ood and sut�cient sttrety forr the faithful performance of such Cantract and far the prompt payrnent of labor and materia� furnished in €he prosccution thereaf, or in the event oF the failure of the Principal to ent�r such Co�tract and give sttch band or bonds, if f.�e Principal shall pay to the Ot�ligee the diiference not to exceed the pena�ry hereofhetween the amount specifed in said bid and such larger amount for which the 4bligee may in good Eaith contraet with another pae�ty to perform the Work covered by said bid, thcn this obligation shall be null and voi�, oth��n+ise to cemain in full Farc.e and effect, Signed a�d sealec� this 7th day af Jan�a , 2021 f�lc lendon Construction tnc. f Seag • P Prj�cipal � � - J __ - ,� � Witness - i• . , Title . � W itness l�erch ts Bondi a i�iutual � � ��� ' � - Y _. tty ., eeh Attarney-zn-Fact �` ������.�� sor��nz�� ca.�P��YT� P��V�� �� ATTO�i��1P' KnowAll Petsons By ihese Presents, that MEF2CHAI�TS BONDING COMPANY (iUlUTEJAL} and MERCHANTS NATIO�IP�L BON€]ING, INC., both being corparations of the State of Eowa (herein colfeciively called fhe °Companies") do nere6y tnake, cans-�i��e and appoinf, individuatly, Andrew Addison; Be!#y J Reeh; Bryan iC Moore; Gary Wayne Wheatley; NEichael D HendricKson; Patricia Ann Lyttle their true and lawfu! Attorney(s�-in-�act, to sign its name as sureiy(iesj and to execute, seal and acknowiedge any and all bonds, underialcings, contracts and other written instruments in the nature thereof, on be�alf of the Companiss in their business of guaranteeing the fidelity of persons, guaranteeing ti�e pertormance of cantracts and executing or guaranfeeing bonds and undertakings required or permikted in any actians or proceedings allowed by law. This Power-of-Aftorney is granted and is signed a�d sealed by #acsimile under and by authority of the following By-Laws adopted by the Baard of Directors of Merchants �onding Coenpany (Mutuai} pn April 23, 2011 and amended August 14, 2015 and adopted by the Boarcf of pirectors of MerchantsNational Bonding, Inc., on Qctoher 16, 2d15. "7he President, 5ecretary, Treasurer, ar any Assistant Treas�rer or ar�y Assistant Secretary or any Vice President sha{i have power and authority to appoir�i Attarneys-in-Fact, and to au#itorize them to execute an behalf of the Company, and ai#ach the seai of tF�e Company thereto, 6onds and unde�takings, recognixances, ooniracts of indemnity and oiher writings obiigatory in the nature thereof.° "The signature of any authorized o�cer and the seai of the Company may be affixed by facsimi[e or eieatronio transmission to any Power of Atiorney or Certification thereof auihorizing the execution and deHvery of any bond, underEaking, reeognitance, or oii�er suretyship ob[igations of the Gompany, and sueh signaiure and sea! when sa used shall have the same farce and �f€ect as though manuatly frxed." M connection with obligations in favor of the Florida qepartm�n# of Transportation only, it is agreed that the power and aut hority hereby givan to the Attamey-in-�act indu�es any and alf consents for tf�e release of retained percentages andlor final esfima#es an engineering and constructian contrac#s requi�ed by the 5tate of Florida Depa�tment of Transportakion. (t is fu11y understoad that conseriting fo the S#ate ofiFlorida DeparEment of Transportation making �ayment of` th� final estimate ta the Contractor andlor its assignee, shatl not relieve this surety company ot any of its o6ligations under its bond. In connectior� with abligations in fa�or of the Kentucky Departmenk of Nighways only, it is agreed that the power and aukharity hereby given to the Attarney-in-Fact cannot be modified or revoked unless prior written personal notice af such intent has been given fo the Commissianer- Department of H�qhways of #he Commonwealti� of Kentuclry at ieast thirty (30} days prior to #he modification or revocation. In �tness W�ereof, the Companies have caused this instrument to be signed and sexled this 19 th day of February , 2q20 . `+si�i! � �s��i� • o�(�- 4-p e �r���'�����Q�'�I�i °o���•.'.���A�� .•� �.••''�+�'"•. � '• ; f+ • NlERCHANTS BOHqENG COMPANY (MUTUALj ' � '� �� �'�•.,•�yQ��% ° ��'.����A�.'�� ° MERCMANT NATIDNAL BONDING, INC. � ii ��: ��: i^� � o� C� .� :.� a ;e:� -�o� Y�s�; a�-:� -o- ��.'^,. ; �': 2003 ; ��-�i : o ��� � 939 �' �; sy � '- ' '�'' ' L�•` � •����+• ' • �`�� s��'�d�y•� � �t�r�Vp �li'iSidBlit ���•���A �•'��� oe�f'���� ' ` w 5TATEOFiOWR `,���'rEis��r►'�� ok���e�oa COUNTY O� �ALLRS ss. On this 19fh day oi February 2020 �eiore me appeared Larry Tayior, to tne personaEly known, who being by me duly sworn did say that ne is Presiderrt o� M�RCHANTS BdNIJfNG COMPANY {Mt1TURLj and MERCHANTS NA�I4NAL BONDING, INC.; and that the seais affxec[ to the foregoing instrument are the Corporate Sea�s of the Companies; and that the said instrurnent was signed and seated in behalf of the Companies �ay authority of their respective Boards of Directars. ,��iat � �OLLY �+S4N � . o � Cornmission Number 7505T6 � ��;�4�-� � � � � � '` My Commissior� �xpires } ,�p. + J��lUary 07, 2023 �ot�ry Pubria (Expiration of notary's commission does noi irivatidate this instrument) I, William Warnar, Jr., Secre�ary af MERCHANTS BONDING COMPANY {MUTUAL) and NIERCHAI�TS NATIbNAL HOP�DING, �NC., da hereby certify that the above ancE foregoirg is a true and correct copy of the POWER-OF-ATTOFtRI�Y executed by said Companies, wiiieh is stil! in #u1E force and eifect and has r�t been emended or revoked. In Witness 1N�ereoi, I have heeeunfa sef my hand and a�ixed ihe seal of fhe Companies on this�,�ay of '�F-�\ ��� . «��s�a�r�i�I� a`"`��"n �J'�}�0 q l ♦ P � .1�*p'�, V �� � �� p �h�P �l�� � ��� �,� ����� '�•� p�Q v ;`����►�' �* � f ._� / ��E�:�B ,�j;.G%$: ; �:v0 •��,;��,�;� // + �/�' � • � .� �����. � ,�;� ��. �;�� o�:' �o_ �; °. { � i�rn*,�'� � : � ; ; � o p �' � 1 �33 ' �' Secretary o � . ���� : ��: o'��• � �+: ;��•• ,. ���; ° ��;��.. � ...�k�r $ . �y'•���•�. . o e POA 0018 (1/20) •+��`''r''...`�s+a+'`� aeO���se� �.�:���������N��� -. ��!%r:���� ���.�'.�.�� �L�P�I�TA�'I' ��l'I`��� To abtain infarmatian or mal�e a compfaint: You may contact your insurance ager�t at the telephone number provided by your insurance agent. You may call Merchants Bor�ding Company's talE-free telep�ane rtumber for informatian or to mal�e a compiaint at: � ���0-678-�9 79 You may contac# the Texas �epartmer�t o# Insurance ta abtain information on campanies, coverages, rights ar complaints at: '1-SOti-�a��343� Yau may write the Texas Depar�ment of Insuranee at: P. O. Box 149104 Austin, TX 787'�4-9104 Fax: (512) 475-177� Web: http:/lwww.tdi.state.tx.us E-mafl: CansumerProtec#ion@tdi.state.tx.us �E���Al4��IV AfV� ��AI� �I��UT��: Should you have a dispute concerning your premiurn or about a clairn you should contact the agent first. If t#�e dispute is not resolved, you may contact �he Texas Clepartment of insurance. A�'iACH iblS iV07`f�� �'O'1CB�R POLlCY: This notice is fvr in#ormation only anc� does nat become a part or conditio� nf ihe attached document. su� ao�2 Tx ��ios� aD 43 37 VENDOR COMPLIANCE'f0 STATE LAW Page 1 of 1 S�CTION 00 43 37 VENDOR COMPLiANCE TO STA7E LAW NON RESIDENT 81DQER Texas Government Code Chapter 2252 was adopted far the award of contracts to nonresident bidders. '�his law pro�ides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contrac�ors whose corporate offices or principal place o# business are outside the State of Texas) bid projects for construction, impro�ements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by fha same a�nount that a Texas resident bidder wouid b� required to underbid a nonresident bidder in order to obtain a comparable contract in the S#ate which the nonresident's principal place of business is located. The a�propriate blanks in 5ection A must be filied out by all nonresident bidders in order for your bic! to meet specifications. The Failure of nonresident 6iciders to do so will automatically disqualify that bic�der. Resident bidders must check the box in Section B. A. NonresEdent bidders in the State of �=1:�!� I�i,-r� �,�� -1�;���i�. , our principaE place of business, are required to be "�: i��lt�r� percent lower than resident bidders by State Law. A copy of the statute is aktached. Nonresident bidders ir� the State of �1�+1s- :��� � c�+ E�Slaa��s , our principal place of business, are not required to under�id resident bidders. B_ The principal place of business of vur company or our paren# company or majority awner is in the S�ate of 7'exas. o BIQ�ER: McClendon Construction PO Box 999 �urleson, TX 76097 By: Justin Blair � J . � ., _ �� � - � {Signature) - 7itle: Vice President / �� �. D�te: � �ND QF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTiON SPEGIFiCATION DOCUMENTS Form Re�ised 20110827 0041 00 Bid Proposat Workbook (ForAddendum) aoas��-� BIDDERS PREQUALTFICATIONS Page 1 of 3 SECTION a0 45 �1 BIDDERS �REQUALIFTCATIONS I. Summaty. All contractors are required to be prequali�ed by the City prior to submiiting bids. To be eligihle to bid th.� cantractor must submit Section OQ 45 1.2, Prequali�ication State�►ent for the work type(s) listed wit� their Bid. Any coniraata:r ar subcontractor who is not prequalified for ths work type(s) listed must submit Section p0 45 13, Bidder �'z'equalification App�ication in accordancc �vith the requirements beiow. The preyualificatian process wilt establish a bid limit bas�d on a technicaI evaluation and financial analysis of the contractor. The informatian must be submitted seven {'1) days prior to the date af fhe opening of bxds. For e�tnple, a contractor wishing to subznii bids on projec�,s Yo be opened on i-]�e �1h of April must file tlae information by t�e 31st day of March in order to bid on these projects. In order to expedife and facilitate the approval of a Bidder's Preqpalification Applicatzon, the following musf accampany ihe submission. a. A ca�nplete set o�audited or reviewed financisi statemen�ts. (1) Classified BaIance Sheet (2} Income Staierrient (3} Statement of Cash Flows (4} Statement of Aetai �ed Earnings (S) Notes to th� F'inancial Statements, i�any b. A certified copy of the fu'm's oxganizatianat dacuments (Corporate C�arter, Artic�es of I�corporaiion, Ai'�iCIBS Of OrganlZaf�on, Certificate of �ormation, LLC ReguIations, Certificate of Limited Partners�ip Agreement}. c. A completed Bidder Prequalificatian Application. (1) The �irm's Texas Taxpayer ldentification Number as issued hy tl�.e Texas Carr�ptroller of PubIic Accounts. To oht�a.in a Te�cas Taxpayer lde;nti�ca#ion �utnber visit the Texas Comptroller of �'tzblic Accounts onlzne at the following web address vvww.window.state.i�c.us/tax erxnit/ an.d fill out the application to apply far your Texas ta�c ID. (2) The firxn's e-mail address a�n:d fax number. {3) The firm's DUNS number as zssued by Dun & Bradstz'eet. This numbez� - is used by the Cify for reguired reporting an �'ederal Aid projects. The DUNS number tnay be obtained at vvww.dnb.corn. d, Resumes re�tect�ng �tt�e construction e�perience of the pzinciples ofthe firm for �rms submitting their initial prequalification. These resurzaes should inclUde the size and scope af tho �+ork performed. e. Other inforna.ation as requested by �he City. �. Preqnalification Requxremen#s a. Fincancial �'tatements. �'znar�csal statement submission must be provided in accordance with �he following: (1) The City z'equires that tl�e ariginal Financial S�atezx�ent ar a certified copy be suhmitted for consideration. Ci'FX �F FOR'F WORTH Norih Seach Street and Basswood Boulevard Intersection Improvemenis S'CANDARD CONSTRiICTION SPECIFICA�TION i�OCiJMENTS Projectid�mber ldI582 Revised July 1, 2UI I 004511 -2 BIDDERS PI2EQUALIriCATIONS Page 2 of 3 {2) To be satisfactory, the fin.ancial state�nents �x�ust be audited or revievved by an independent, ce�rtz�ed puUlic account�ng frm registered and in good standing in any state. Current Texas statues also require Yhat accounting firtns perfarming audits or reviews on busin�ss entities witl�in the 5tate oiTe�as be properly licensed or registered vvith ihe Texas State Baard of �'ublzc Accountancy. (3} The accounting ftrm should state in the audit report or review whether the contractar is an individual, corporation, ar Iimited liability conr�pan�+. (9j Financial �tatements must be presented in U.S. doIIars atthe curreni rate of ��change oftl�e Balance Sheet date. (5) The City will not recogti.ize any certified publ:ic accountant as independent who is no�, in fact, independent. (6) The acconntant's opinion on the f�nancial statements of the contracting coznpany shoutd sta.ta that the audit or z-eview has heen conducted in accordance wi�h auditing standards genera.tly accepted in the United States af Ame� ica. This must be stated in the accounting fu�n's opinian. It should: {1 } express an unquaIifted opinion, or (2) express a quaIif'ied opinion on the statements ta%en as a whole. {7) The City x'esaz'ves t�►e right to req�ire a new statement at any #ime. (8} The iman.cial statement must be prepared as of the Iast day of any manth, not more than one year oId at�d snust be on fiie tu�th the City 16 months the:reafter, in accordance �ith Paragraph l. (9} The City will de#erxnine a cantractor's bidding capacity for the pu�poses of awarding contracts. Bidding capacity is determined by mul�plying the positive net wt�rkin�g capi#al (wor�x�g capital= curren# assets — current liabiIities} by a factor of 10. Only thase statements reflecting a positive net working capital �osition will be considered saLis�'actary for prequalifiica�ion purposes. { 10) In the case #hat a bidding dat� falis within tii� tizne a new �nancial statennent is being prepaa'ed, fhe previous statement shall be updated with proper verification. b. Bidder Prequal�cation Applicatian. A Bidder Prequali�ication Application z�ust be submitted alo:ng with audited or reviewed financial statements by firms wishing to be eligible to bid on all classes of aonstruction and znaintenance projects. T�ncomplete ApplicaYzons will be rej�cted. (3.} In those schec�ules where there is nofhing to report, the natation of "No�ne" or "N/A" should be inserted. (2} A minimum of five (S) referencas of related work must be provided. (3) Submission of an equip�nent schedula whi.ch indicates equipment under the contral of the Contractor and which is reiated to the type of work far which the Cnntactor is seeking prequali�cation. The schedule must include the manufacturer, model and general cammon description o£ each piece of equipment. Abbreviations or naeans of describing eq�tipment other than provided above witl not be accepted. 3. Eligibility to Bid a. The City sha11 be the sole judge as to a contx'ac�or's prequaiification. b. The City may reject, suspend, or modify any prequalification for faiIure by the coniractor to demonstrate acceptabl� financial ability or paz�armance. c. The City wi11 issue a letter as to the status of the prequalifcation approval. CITY OF FORT WORTH North Beach Street and Basswood Boulevard Intersection Impravements 5T,4NDARB COI�ISTRUCTiON SPECIFICATION AOCI.JivfttisTlTS Project Number 101582 Revised 3uiy 1, 20i 1 OU451I-3 BIDDERS P12EQUALIFICATIOAIS Page 3 of 3 d. If a contractor has a valid prequali�ication letter, the contractor will be elzgible to bid the prequali�ed work types uniil the expiration data stated in the letter. END OF SECTZON CTT'Y OF F�RT WORTH 11orth Seach Street and Basswood Houlevard Intersection IAnpravemen#s STAt�lDARD CONISTRUCTION SPECiFICATibN DOCUNIENTS Project Number 101582 ltevised Jaly i, 20I l 00 45 12 81D FORM Page 1 of 9 SgCiNDP� 00 4512 PREQUALIFICATIOIV STAT�MENT Each Bidder for a City procurement is required to carrt�lete the infarmation below by identifying the prequalified contractors andlo� subcontractors whom they intend to utilize for the major work type(s) listed. Majar Work Type ConiractorlSu�contractar Com�any Name �'requalification �xpirafion Date Concrete ConstructionlReconstruction McClendon Construciion Co inc. 7/31/2021 <15,000 SY Water and Wasfewater Rehabilitation and R&D Burns Brothers 4/3012a21 Redevelopment Open Cut 36" and t�ndEr Roadway I'edestrian Lighting Durable Specialties 10/19/2022 #�REFr . ������„ '.1=�ii�,� -i�_:�; ��� ��i�� �� � f": _i•: �It.; � . . ._ The undersigned hereby certifies tha# the contractors andlar subcontractors described in the table abave are currently prequalifed #or t�e work types listed. �IQ�E�: McClendon Construction PO Box 999 Burfeson, TX 76097 By: Ju�tin Blair — / � • � (Signature) � � Titie: Vice President Date: ! i � — �, � EN� O� S�CT'IOR! CITY OF FORT WORTH STANDARD CONS"fRUCTION SPECIFICATEON DOCUMENTS Form Revised 20120120 00 A1 00 Bid Propasal Workbook (For Addendum) ooasa6-a. COfdTRACTOR COMPLIANCE WITFI WORKER'S COAAPENSRTIOfd LAW Page � of 1 � 2 S�C"�ION 00 4S 26 CONTRACTOR COMPLIANCE WITH W�RKER'S COMPEIV5A7"ION LAW � pursuant to T�xas Labor Code Section 406.096{a), as arnended, Cantractor certifies tE�at ii 4 provides worker's compensation insurance co�erage for alf of its employees employed on City 5 Project No. 101.582 Canfiractor further certifies that, pursuant to iexas Labof Code, 5ection 5 4R6.096{b), as amended, it will pro�ide to City its suhcontractor's certificates of compliance wiih 7 worker's compensatian coverage. 8 COftiTRACiOR: , 0 10 11 12 13 14 �.5 16 17 1$ 19 za 2�. 22 23 2�4 25 z� 27 2$ 29 �0 31 32 3� 34 35 36 37 38 McClendon Construetion By: J�stin Bfair Company (Please Print) PO 6ax 999 Address Signatur : ;I B�rleson Texas 76b97 Titfe: y�Vice president City/5tate/Zip (Please Print) THE STATE OF TEXAS C�UNTY OF TARRANi � § BE�R� �he undersi�ned authority, on this day personafEy appeared �. ,/`� `.Q;�"'' , known to me to be the person whose name is subscribed to the foregoing ins urrten�, a�d a knowledged to me ti�at he/she executed the sarne as the act and deed of ��.�� �c� ������for the purposes and consideration therein expressecf and in the capacity therein stated. � Gl EN UNDER MY HAND ANb S�AL OF OFFfC� this ' day of , za�. ,, � ; . y11�NJ +..,��`Pava�B.,` MlSI"Y WEBB ?z;�:��Nottary Public, State of 7exas ��� 'Q: Comm. Expires �1-D9-2Q22 �iTF QF �`�� 'n�u„ti�`` Not�ary ID 126838467 �N� O� SECTIOf� � �/'f," � A .. _ and for the State of iexas CITif OF FORT WDRTN North Beach Street anc! Basswood Bou[evard Intersection Impravements STANDARD GQNSTRIJCTIpN SP�C[�iCATIOiV DOCUMENTS I'roject Number 101582 Revised July 1, 2011 ao as ao - t Minority Busi�ess Fnterprise Specificatinns Page ! of2 X SECTxON 40 45 4fl � T�MPOR�iRS- II3�"'I51Ui�i �lbl��r�U (c.::UV �U-1H 3 Minority Business Enterprise Sp�cifiaations 4 APP �If",ATiON OF+'POT TCV 5 I� fhe total dollar valu� of the contract is greatex tha� $SO,OOQ, then a MBE subcontracting goal is 6 apglicable. 8 9 O E ' 10 It is the policy of the City of Fort Worth to ensure the full and equitable partieipation by Minorzty 11 Business Enterprises {MBE} ii� the procurement of a1( goods and services. Atl reqairements and 12 regulatians stated 'u� the City's c�rrent Business Diversity Enterpz'ise Ordinance apply to ihisbid. 13 14 I5 1G 17 i8 14 20 21 22 23 24 2� 26 27 28 MR_F, PR07TG'T GOAL_ S T�e City's MB� goal on this praject is 6% of �e tafial bid value of the contract (Base bicl applies to Parlrs and ComrnunitySer�viees). �Tate; If bot� MBE �,SBE su�l�contracting goals are established for tl�is project, fhen an Offeror must submit both a N�B� Utilization Form and a SBE Uti[ization Parnit to be deemed respansive. ('p1y�T,�TANf�_'F. Tn Bl� SPT,CYT+TCAT,�,ON�S On City contracts $5�,000 or more wliere a MBE subcontracting goal is applied, Offerors are required to comply vvith the intent ofthe City's Business Diversity Enterpz'ise Ordinance by one oi�hefollowing: 1. Meet or exceed the above stated MBE goaf througb� �BE subcontracting participation, or 2, Nieet or exceed the above stated MSE �oai t�rough MBE Joint Venture pa�rticipation, or 3. Good Faith Effart docu�rnentation, or; 4. Prime Waiver dacumen�tatian. 29 SUS1VYiTTAL OF REQUII2ED DOCUMENTATiON 3D The applicalale documents must be rec�ived hy the assigned City of �ort Worth Project Manager az' 31 Department Designee, within the fallowing tunes a�located, in order for the entire bid to be cortsidered 32 respons;ive fo the specifications. Tha Offerar shall EMAII. the MBE doeumentation to tlae assigned City 33 of Fat� Worth Project Mar�ager or Department Designee. A iaxed copv will nv# be acce�ntecI. 34 35 I. Snbcontractor Utalxza#inn Forrn, if received :no Iater thaii 2:00 p.m., on the second City b�siness goal is �net or exceeded: day after the bid apening date, exclusive of the bid opening date. 2. Good Faith Eifort and received no la�er tlaazt. 2:0� p.m., on #he second City business Subcontractor Utilization Form, if day after the bid apening date, exclusive of �he bid opening ariici ation is less #han s�ated oal: date. 3. Good Faith Effort and recaived no later than 2:00 p.rr�., an ihe second City business Subcontractor Ut�liza#ion Form, if no day after the bid opening date, exclusive of tlae bid opening MSE artici a�ion: date. 4. Prime Contractor Waiver Far�rn, received no later than 2:00 p.m., on th� seeond City business if you will perform aIl day after the bid opening date, excIusi�e of the bid openinrg contractin stt lier wo:rk: date. CITY t)�' FDR7' WORTH North Beach Slreet and Basswood T3ouicvard Intersacfion Improvements STANPARD CONSTRUCITON SPECIFICATION 1]OCUMENTS Projecl Number 101582 Temporarily Revised April 6, 2020 due to COVIDI9 Emergency 004540-2 Minority Business Enterprise Specifications Page 2 of 2 1 i 5. ,�ainf Venture Form, if goal is met received x�o latez' than 2:00 p.m., on t1�e seco�ad City business i or exceeded. day after the bid opening date, exclusive of the bid opening � daie. j 2 �'AxLUR� TO COMPLY WITH THE CITY'S BUSINESS DI'V�RS�TY ENTERI'RISE ORIIINANCE � � WILL RESULT IlV THE BID BEING CONSIDERED NON RESONS�VE TO SPECIFICATIONS. j � z 4 �`AILURE TO SUBMIT THE REQUiRED MBE DOCUlY,U�NTAx�ON WILL RESULT IN TH� SID � BEING CONSxDERED NON-RESPONSN�. A SECOND FATLYTR�'WILL RESULT IN TH� O�'FEROR i S BEING DISQUALI�`�D �'OR A PERIOD OF ONE Y�AR. THREE FATLUl2�S ZN A�IVE YEAR PE1tIOD WILL RESULT IN A D�SQUALI�+'ICAITON PERIOD OF THREE YEARS. b� 7 Any Questions, Piease Con#act TLe BDE Oifice af (8I7) 392-�6'��. S END OF SECTION 9 1Q 11 CITY OF FORT WOR1'I-i Tfarth Beach Street and Hasswood Boulevard intersection Impravements F STANDARD CONS7'RUCTION SPECIFICATION 170CUMENTS Praject Numher 101S$2 Tet�porarily Revised April G, 2020 due to COVIDI9 Emergency QD 52 43 -1 Agreement Page 1 of 5 s�cTion� o0 5z 43 AGRE�M�NT T#iIS AGR�EiVYEhIT, authorized on ��,_,_,is rriade by ancf between the City of Fort Worth, a Texas home rule munitipali�y, acting by and through its d�ly authorized City Manager, ("City"}, and McCl�ndon Construction Co. Inc. authorized to do husiness in Texas, acting by and through ifis duly authorized representative, ("Contractor"j. City and Contrac#or, in consideration af th� mutual covenants hereinafter set farth, agree as fallows: Artic3e 1. WORK Contractor shall camplete al[ Work as specif�ed or indicated in the Cantract Documents for ihe Project ider�iifi�d hErein. Ariicle 2. PR03�CT The project for which the Work under the Contract Uocuments may i�e the vuhoEe or only a part is generally described as follows: Nurth B�ach Street and Basswood Boulevard Intersection Ernprovemettts Praject Numher 1.OZ582 Arfiic[e 3. COWTRACT PR10E Ci#y agrees to pay Contractar for performance of the Work in accordance wit� the Contract Docurnents an amount, in turrer�t funds, of One Miliian �i�e Hundred Thirt 5e�en Thousand Three Hundred Thirtv One and 40/_�.�0_ Dallars ($ 1,537,33z.40 ). Article 4. CONiRAGi i[ME 4.1 Final Accepiance. The Work wil) �e compfete for Final Acceptance within Z52 days after the date when the Contract Time commences to run, as provided in Paragraph 2A� of the Genera! Cnnditians, plus any extension thereof allowed in accordance with Ar-tic[e 12 of the Generaf Conditions. 4.2 Liquidated Damages Contractor rec�gnlzes that time is of t�he essence fiar completion of MiEestones, if any, and to achi�ve Final Acceptance of the Work and City will suffer financial foss if the Work is nat completed within the time(s) specified in Paragraph 4.3. above. 7he Contractor alsa recognizes the delays, expense and difficulties involved in proving in a lega[ proce�ding, the actuai loss suffered by ihe City ifi the Work is not campleted on time. Accordingly, instead of requiring any such proof, Contractor agrees that as fiquidated darnages for delay (but nat as a pena�ty), Contractnr sha{I pay City On� thousand two hundred fifty doflars and no cents ($1,250.00) for each day that expires after the time specified in Paragraph 4.1. for Fina1 Acceptance until the City Issues the Final Letter of Acceptance. CITY OF FQRT WORTH Nor#h Beach Street and Basswood 8oule�ard Intersectfon Improvements STAN�AEiD CONSTRUCTION SPECIFICATION paCUMENTS Praject Num�er 1a1582 Revised 09/O6/2019 ooszas-z Agreement Page 2 of 5 Articfe 5. CONTRACT DOCUMENTS 5.�. GOf�TENTS: A. The Contract Docurr�e�ts which comprise the entire agreement between City and Contractor cancerning the Work consist of the folfowing: 1. This Agreement. 2. Attachments to this Agreement: a. Bid Farm 1} Prapc�sai Form 2) Vendor Corripliance to State Law Non-Resident Bidder 3) Prequalification 5tatement �4) State and �ederal d�cuments (profectspecificJ b. Current prevailing Wage Rate Tabfe c. insurance ACORD �arm{s) d. Payment Bond e. Performance Bond f. Maintenance 8ond g. Power of Attorney for the Bonds h. Worker's Compensatian Affida�it i. MB� and/or SB� iJtilization Form 3. Generaf Conditians. 4. 5upplementary Conditions. 5. 5pecifications specifically made a par`t af the Contract Documents by attachmer�t or, if not attached, as incorporated f�y reference and described in the 7able of Contents of the Project's Contract Documents. 6. Drawings. 7. AcEdencfa. 8. Documentatian submitted by Cantractor prior to Notice af Award. 9. The folEowing which may be de(ivered or issued after the �ffecti�e Dat� of fihe Agreernent ancE, if issued, become an incorporated part afi the Contract pocuments: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter o# Final Acceptance. Ar#icle 6. I1V��MI�iFICA7iON 6.� Contrac�or co�enants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and a11 claims arising nui of, ar al[eged �o aris� out of, the work and services to be performed by iche con�iraetor, its offiters, agents, employees, subcontractars, licenses or invitees under this contiract. This indemnification prnvision is specif�caltv infended to operate and be e�fectiue even if ii is alfe�ed or pro�en that a[I or same of the daEna�es bein� sou�ht were caused, in who[e or in par�, by an� aci, omission or negli,�ence o# the city. 'ihis indemnity pro�ision is intended ta include, without limitation, indemniiy fvr costs, CEN OF FQftT WORTH P3orth Beach Street and Basswood Boulevard intersec#ion Improvements STANDARb CQMSTR�IC'fION SPECIFICATION bQCUMENTS P�oJecE Number 14158z Revised �9/O6/20J.9 oosz�s-3 Agreement Page 3 of 5 expenses and legal #ees incurred by the city in defending against such ciaims and causes of actRons. 6.2 Contractar co�enants and agrees to inc�emnify and hold harmless, at its own expense, the city, its officers, seruan�s and ernployees, #rom and against any and all lass, dar�nage or destruction of property of the city, arising aut n#, ar alleged to arise oufc o#, �ihe work and services fo be performed by the contrac�or, its officers, agen�is, empEoyees, subcontrac�ors, licensees or invitees under this contract. �his indemnification pravision is specificallY intended io operafe and be effectiue even if it is atle,�ed.or uroven that all or sorr�e of the dama es bein sou ht were caused in whole or in art b an act amission or ne�li�en�e af the citv. Article 7. �IYISCELLANE0U5 7.1 Terms. Terms used in this Agreement which are defined in Article 1 of the Genera! Cartditior►s wifl have the meanir�gs indicated in 'the General Conditions. 7.2 Assignment af Coniract. il�is Agreement, inclucEing al[ of the Coniract documents may not be assigned by the Contractor wEthout the advanced express written consent of the City. 7.3 Successors and Asslgns. City and Contractor each #�inds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to afl co�enants, agreements and abfigations contained in the £antract Docurner�ts. 7.�4 Se�erability. Any �ro�ision or part af the Contrac� Documents held to 6e unconstitutional, vnid ar unenforceable by a court of competent jurisdiction shall be deemed stricken, and aEl remaining pro�isions shall continu� to be �alid and binding upon CITY and CONTRACTOR. 7S Governing Law and Venue. This Ag�eement, including afl of the Contract Documents is perfarrnable in the Sta#e of Texas. Venue shall be Tarrant County, Texas, or the United 5tates District Court for the fVorthern District of �exas, Fot-t 11Varth Division. 7.6 A�thority to Sign. Contractor shall attach evidence of authority to sign Agreement if signed by someone ot�er#han the duly author�zed signatory of the Contractor. 7.7 Prohibition On Canfracts With Companies Boycotting Israel. Contractor acknowfedges that in accordance with Chapter 2270 of the Texas Go�ernment Cade, the Ci�y is prohibited from entering into a contrac# with a company for goods or services unless the contract con#ains a written verificatio� from the company that it: (1j daes not boycott Israel; and (2j will not boycott lsrael during the terrn of the contract. ClTY OF FORT WORTH North Beach Street and Basswood Souleverd Intersect€on Improvements SiAN�ARD CONSTRLIC7lON SP�CIFECATION �OCEIMENTS Praject Number 1015$2 Revised U9/D6/2D19 005243-4 Agreement Page A of 5 7.8 7.9 The terms "boycott lsrae�" and "company" shall ha�e the meanings ascribed to thos� terms in 5ection 808.001 of the Texas Government Code. By slgning this contract, Contract�or certifies that Contractar's signature pcovides written verificatian ta the City that Coniractnr: (1J does not boycatt lsrael; and (2J �nrlll not haycot� lsrae! during the term vf the contract. �mmigTation fVationaliiy Act. Contrac�or shaEl verify the identity and employment eligibility of its emp�oyees who p�rform work under this Agreement, inc[uding campleting the �mployrnent �ligibility Verificatian Form (I-9j. Upor� request by City, Cpn�ractor 5half provide City with copies ofi afl I-9 forms arod supportEng eligibility documentation far each employee wha perforrns work under this Agreemer�t. Contractor shal[ adhere to a�l Federal and State laws as well as establish appropriate procedures and controls so that no senrices will be performed by any Cantractor empEoyee who is nat legafly eligible to perforrn such services. COAlTRACiOR 5HALL 1ND�i�lliVfFY CITY AN� �iOLD CITY HARML�SS �ROfV� ANY P�i�AiTI�S, LIABIiI�'IES, OR LOSSES DUE �'O VIOLATIONS OF 71iIS PARAGRApH BY C�it�TRACTOR, CONTRACTOR'S EMPLOY�ES, 5UBCONiRACiOl2S, AGEhITS, OFi LICE#�SEES. City, upon written notice to Contractar, shall ha�e the right to immediately terrninate this Agreement for violatians of this provisian by Cantractor. No 7hird-f'arty Beneficiaries. 7his Agreemen# gi�es no rights or t�enefits to anyon� other ihan the City and the Contractor and there are no third-party beneficiaries. 7.10 �o Cause of Action Against Engineer. Coniractor, its subcantract4rs antE equipment and materials suppliers on the PROJ�CT or their sureties, shall malntain no direct action against the Engineer, its ofFicers, ernployees, anc! subcontractors, for any claim arising out of, in connection with, or resulting from the engineering senrices perFormeci. Only the City will be the beneficiary of any undertaking by the Engineer. The presence or d�ties of the �ngineer's personnel at a construction site, whether as an-site represerttati�es ar atherwise, do not make the Engineer or its personnei in any way responsible for those duties that belong to the City and/or the Ci#y's construction contractors or other entities, and do not relieve tl�e construction contractors or any o#her entity of their obligations, duties, and responsibilities, inclucling, but not limitecf fia, al! construction methods, means, techniques, sequences, and pracedures necessary for coordinating and completing al! partions of the construction work in accordance with the Contract Documents and any health or safety precautians r�quired by such construction wark. The �ngineer and its persannel have no authority to exercis� any cantrol o�er any construction contractor or other entiiy or their emplayees in connection with their work or any �ealth nr safety precautions. SIGNATURE PAG� TO FOLI.OW CITY OF �ORT WORTIi North Beach Street and Basswood Bvu�evard Intersection Improvements STANDARD CONSTRUCTION SYECIFICATION DOCEIMENTS F'roject Number 101582 Revised 09/06/2019 00'S2 q3 - 5 Agreement Page 5 of 5 !N WIifV�5S WHE#iEOF, Clty and Contractor have each executed this Agreement to be effectiv� as of tf�e date su�scribed by the C[ty's deslgnated Asslstant Cfty Mar�ager ("Effective bate"j, contractor: ��*C��ol� �i'L$�Oh City af Fort Wt��th s�J: C�0'� �nC, By. • ,: ', _ _ _ . , �, -, - �{ � , _. r � �� \ 1 f R .�..� �i re ustln Blair (Printed iVa�ej Vice President Tttl� _ .... _. _ PO 80X 999 Address Burfeson, Texas 76097 ,� Dana Bur�h off , � Assisfant C�ty M�nager � "� ` � _ ` Date Attes� - 1 . . , �� � � � � ' , f''�,.,. i ��t�� ." . ��.r �,. • �� City/State/Zip 4Seal} �� M&C• �i �.O�k�€� ��.`�;� pa�� bate• � �orm �.zg� Na: �0�.1 "���b3 Contract Camplianc� Manager: 8y slgning, I acknowledge t�at I am th� persan responsihle for tF�e tnonitaring and . adr�sinistratian of thls eontract, including ensuring a�l perfarmance and reporting � requirernents, ��_ fskal5hres#ha, P.�. Seniar Pra��ct Manager Appraved as to Forrr: anc� l.egaiity: ,_�< 6�3�%� pau�las W. BlacEc Asslstant City Attorney APP�£?VA�R �.OMM��� � � William Johnson, Direet�r Transpottation & Publlc V11orEcs i�epar�ment .,�� .` : ;� �' �' •���:: CITY OF FORT WORTFi Narth Beach Street and Bassutood �1Q!�IP��,ia�r� In4pY<eCtj�n f��rn�,gTr,,;�t5 STAN�ARD COfVSTRUCi7oiV 5PECiFICATtON DocUMENfS r r�J�ae;�z��ne,�r ae1i582 � fteVised 09/Qfi/2019 � � - - , ;�� �������g ��'� � { a 1 � � � z 3 4 5 6 7 S 9 �,{l 12 12 13 �.4 1� 16 17 18 S9 zr� z�. Z2 zs �� 25 26 27 28 29 3D 33. Bond Num6erTXCS1'E803 7'IiE S'�ATE OF T�}fAS CUEJRITY C3F TF�{iRA�l� § § s�c-r�oN aQ e� �.� P�FiF[7itMANCE BOND oo�at3-x P�BFQRiv1ANCE BafVD Page 1 of Z § KNOW d�,LL BY ii�ESE �RESE(�7"S: Thai we, McCiendon Construction Co, ]r�c. �nowr� as "Principai" herein anc� __ {�fchants Bonding Companv tMutUall ,�,, a cnrporai� surety(sureties, if more than one) duEy autharix�d ta do business in the Sfiate of Texas, fenown as "Sur�ty" herein (whether one or r►�orej, are held and firmly baund unto the City af Fort Wor�h, a m�nicipa! corparatian created pursuant to the laws af i�xas, knovan as "City" �erein, in the pet�al sum af, Qne Miflion Five Nundred Thir�Y Seven Thousand Three Hundred 7'hlrt�! One pnd 4(1/,�pp Dollars ($ ,1,537,331.�D j, lawfu! money of the tlnited State�, to be paid in Fart Wo�th, Tarrant County, Texas for the payment af which sum we�l a�d truly to be mac#e, we bi�d ourselves, our heirs, executors, adminisirators, successors anct assigns, joinily and severaEiy, fir�ly by thes� presenYs. WH�eREAS, the Principal has entered i�ta a certain written cpntract wit� the Cfty awarded the Zn� day of 20� which Contract is hereby re%rred to ar�d macl� a�aart herenf for al� purpases as if fulEy set forth herein, to furnish a!i rnaterials, equiprnent fabor and other aecessories deffned by law, in �he prasec�tion of the Woric, i�c(udtng a�►y Change Orders, as provided for in said Contract designatert as Nnt`th Beach 5trest ar�d Basswood Boulevart( lntersection impravements, City Project iVa. 1{i�,S82. N�W, TH�Ei�FtTRE, the candi�fan of this obligaiion is such fihat if the said principa! sha11 #aithfuliy per�arm it obf�gations under the Cantract and shali in ail r�spects dufy and �Faithfully per#orm the V�lork, including Clia►'�ge C}rders, under th� Contract, accarding ta the plarts, specificatians, and contract tfaeuments th.erein referred #o, and as well during any periocf of extensian of �he Contract that may be grantecE on the par� of the City, th�n this abligation sF►all be and become hul! ancE void, otherwise to remain in full force and effect. pROV€f�ED �Uiil'HER, that �i any legal actian be filed on this Bond, r�enue shali lie in i'arrant County, Texas or the iln�ted States oistrict CQurt far the �Eorthern aistrict of T�xas, For-� Worth Divisian. CITY OF FpRT �!�lORTFE Nor[h Beach Streex and 8assvuood 6oulevard lntcrsection impraverrEents 57AiVt3ARD CO�fSTRUCTio(� SPECIF1CpT10N [10CEiM�N35 ProJect No.1�1582 Revised July %,. Z011 Q06113-2 PERFOR3IAANCE BONO Page 2 nf 2 � 5 This bond is made and executed in corn�liance with the �arovisions of Chapter 2253 af the i"exas Gavernrr►ent Code, as amended, and af� liabilities an thEs band shall be determined in accordance with ihe provisions of said statue. li� WIT'hIESS Wii�R�OF, the Principal and the Surety have SfCNEQ and SEALEa this instru�nent by efuly authorazed agents and afficers on this the 3ra �ay Qf _February 6 ,2D_27_. 7 S 9 IU �� 12 13 14 15 16 17 18 �� 20 2 �. Zz �� 24 25 Z6 27 28 29 3q 31 32 �3 34 35 3f 37 38 l ATTEi �'�, _ / ,,; � ( e ary b �.- .,���,� � Wit�ess as t pal � 1Nftr�ess as 5urety � AFilNCIPA�,: McCEendQn Constru�tian Co. fnc. BY: �' "= � . �� _ _ .iusti� Blair, V�ee Presid�nt . ..______._.� �. Name and Titfe Addrass: PC7 Box 999 Burl�son, T�xas 7G097 _ . __� SUR�7Y: �na�,�..(Mutuaj] �� � BY: ign t e E Betty J. RL�eh, Aitorney-in-Fact Narr�e and 7itle Address: P� Box 1449$, Des Moines, !A 5E�3�6 6700 Westown F'arkway, West Des Maines, �A 5a266 Telephane iVum6�r: 210.697.2230 39 40 41 *Note: lf signed by an o�Ficer of #he Surety Company, there rriust be on fife a certified extract 4Z frort� �he by-iaws shawing that this persor► has authority to sign s�ch ob[igation, if 43 5ureiy's physical adc{ress is difFerent frorn its mailing adcfress, both must b� provided. �44 The ttate nf the banc! sh�l! n�t be prior tn the daf� the Contract is awarded. ClT1' OF FOHT WORTH North Beach 5treet and Basswoad 8ou[evard Intersection Impr4vemenYs STANDqRa CpNSTRUCfION SPECIFfCR370N pDCUM�NTS Projeci No. ID1582 Hevisecf lufy 1, 2011 Bond �lum�er TXC61'�803 � 2 3 � 5 6 THE 5TATE QF i�)tAS C�tli�lTY CiF'€AfiRAiV7 SECCIOiU OA G13.4 P/•1YM�NT BQE�D § § § ��GNOW ALL �Y TH�SE pRES�N�"5: oosx��-i Pavn���u� sarua Page i of 2 7 That we, McCfendon Construction Co. fnc. ... , known as 8 "Principal" �ereih, and Merchants �onding Corrtpany [Mutual] a 9 c�rporate surety (sureties), duly autharized ta da business in f�e State qf �'exas, krtown as �0 "5urety" herein (whether one ar r�orej, are held and firmly bound unto the Gty of �art Worth, a 13 r�unIcipal corporatian created pursuant to the laws of the State af Texas, fcnown as "City" �� herein, in the penaf sum of One Miflion �ive Nuttdred Thirt Seven ihous nd ihree Hundred �.3 Thirt`y Or�e and 40/1C10 , Q.oElars [��1.537,33�.4� ), IavuFuf r�oney nf the l�nited States, to be �4 paid 'tn Fort Worth, Tarrant County, Texas, for the paym�nt of which sum well and trt�ly Eae 15 rl�ade, we bind ourselve5, our heirs, executors, administrators, successars ar�c! assigns, �ointiy 16 ar�d se�eralfy, firm�y hy these presertts: 17 W�l�#t�RSA, �Principaf has entered into a cer�ain written Contract with City, awarded the �.8 �tEay of IY�A,('C�� _, 2E}_�_, which Contract is hereby referred to and �.9 rna�le a par� herenf for alf purposes as if fully set forth f�ereir�, to furnFsh aIl materials, 2� eq�ipmertt, labor anc# ot�er accessories as defined �y law, in -the prosecutio� of the Work as 21 pror�idetl for in said Contra� and designated as North Beach Street and Basswood Boufevard 22 Ir�tersectEon Improve►nenYs, Ci'ty ProjeGt iVa.1D1�8Z, 23 IiiQW, TH�REFOFtE, THE COf�DITl.f3t� OF THfS OBLIGA710N is such fii�at if Principaf sha�i 24 pay aii mar�i�s awing to a�y (and all) payrnent bar�d �aene-�ciary (as defi�ed in Chapter 2253 a'F 2S the Texas Gn�ernm�r�t Co[Ie, as amendedj in the �rosecution of #he Work under the Con�Eracfi, 2B then this obligation shall be and becotne nul) and void; otherwise to rerriain in fu�f farce and 27 effect. 28 7'his bbnd is rnade and executed ir� compliance �vifih the provisirat�s af Chapter �25� af 29 the Texas Governtnent Code, as amertcied, and ali IFabilities on this band s�ail be determir�ed in 3D accorciance with the prnvisians �f saicE statute. 31 �2 3� C[TY aF fOR7' 4VOtiTFE North Beaeh Streek and $asswond boulevard fntarsectinn improvements S'fAiV6AR�] GONSTRUCf[ON SPECIFICATiON DOClJMENTS Pfoject N0,-1D1582 ltevised lufy 1, 2011 OD6114-2 PAYM�NTBQN� Rage 2 of z 4 1 1N ViJ#�'[�ESS WH�R�UF, th� Principal and Surety h�ve each 51CNED and SEAL�D tf�is 2 ins�rument by duEy authorized agents and offi�ers on this t�e 3rd day of � February .�.�.20 21 RTf�ST: , , / �+. �� b 1 1.:�� � i5�{= ::,�� . D��6� Witness as 5ureiy PRI�lCIP,4L: --McCiendon constructivn Co. Ir�c._..�. HY: � �c �- .� � ure ✓ .Eustin Blair Vice President Name and Titie Address; P� �oX 999 Bt�rleson• Texas 7b097 SURETY: Merchartts Bonding Campany [Mutual] r BY: � ` �.L� 5i nature ; U Betty J. Reeh, Attorney-in-Fact TVame and iitle � f Address: PO Box 14498, �es Moines, IA 50306 � �700 Westown Parkwav, West Dea Moines, IA 50266 ? F Telephone Number: 210.697.2230 5 6 tVate: If sigrted by an officer of the 5ur�ty, there must be on fil� a c�rtified extract fram the 7 bylaws shpwing ihat this person has auYhority to sign such ol�[igatfan. If 5urety's physical 8 address is different frarr� its r�aiEing address, both must be pro�rided. 3 The date of the bonrl shalf not be pr9arto the date the Cor�tract is av�►arc�ed, �o END OF SECTI4M f CITY OF FaRT WORiIi Nqrth Seaeh S#reet and Basswooc! eouleuard InfersQctlon Irr�provemenis Si"ANRARd CONSTRUETIfl�f SPECIFICAi"ION DOCUMENiS Project No.10158i Revlsedlaly 1, 2017. Bor�d Number TXC611S03 � 2 � � 5 6 7 8 9 10 11 12 13 �� 15 16 �7 18 �9 20 2�. 22 23 �'HE ��'/�1iE O� iEX�i5 § aoe�.�.9-� �v1AlldTENA1V[E 6QND Page 1 of 3 �J������ Q� ��. �� MPiINTENANC� BOND § KNOW ALL BY TH�5� PRES�NTS: CUU�ITY U�'CARFtAN� � That vue McCl�ndon Consfructian Co, fnc. Ecnown as "Pri�cipal" herein and Merc��nts Bondirtq Cotnpany [Mutual� _ �, a enrporate surety (sureties, if rnore �han one} duly author�zecE to da business in th� State of Tex�s, known as "Surety" herein {uvhether one ar morej, are hefd and firrnly bound unto the Ciiy of Fort Worth, a rn�nicipaf corporation created pursuant to the iaws of ttte State of 7exas, known as "City" herein, in the sum af C7ne Millivn Five Hundred Thitt�Sev�n Thous�t�d Three Hundred Thirtv Orre and 4Q/10D Doflars ($ 1,5.�%331,40 ), lawfuJ money ofthe Uni#ec� 5tates, to i�� paid in �ort Worih, Tarra�t County, 7exas, for payment of which sum well and truly be macie ut�ta ��e City anc! its successars, we bind ourse[�es, our heirs, executors, administrators, successors and assigns, �ointly and severally, firmfy by these preser�ts. WH�R�A5, the Frincipal has entered inta a certair� written contract wlth the City awarded the,� day a�F 20� vuhich Contract is her�by referred �a and a tnad� part h�reof for ali purposes as if fully set for�h herefn, to #urnish all materialsf equipment fabor ancf other accessaries as cEefined by law, in the prosec�tian of the Work, including any iNork resul�ing from a duly aut�arizeci Change Order (coflec�iv�ly herein, the "Work") as provided for in said cnntract and designated as North Beach Street �nd Basswoad Boulevard intersection Im�ro�err�ents, City Project No. 1C1�.5$2; ar�d 24 W[�ER�AS, E'rinci�al binds �tseif ta use such rrtaterials and to so constr'uc# the Wor�C in �5 accordance with the plans, specif�caticsns and �'or��ract Documents that the Wor� is and wi�l �6 remain fre� from defects in rnateriais ar worfcrnanship for and during ihe periocf oftwo (2) years 27 �fter the date of Fi�af Acceptance af the Work by the City ("Maintenance Per'tod"); and 28 29 WEIEREAS, Principai binrls itself to repair or recanstruct the Work in whole or in parf �pon 3D receiving nofiice fram the City af the need t�r�re#ar at any tiime within the Maintenanc� F'eriod. 31 CI'iY OF FORT 1NORTli SiAiU[3Att0 CON5T"RUCTipN SPECIRCATIQ�1 i7�Cl1MENi5 Revised July 1, 2011 North Beach 5treet and Basswand Boulevard Entersectlor� �mprovements � � ProJecf No.1D15$2 � 0 DO 6119 - 2 iNA1NTEi�ANCE BONLI Page 2 of7 1 �OW ��IEREF�RE, the cor�dition af this o6ligation is suei� that if Principai shall rem��fy 2 any defective Wvrk, �For which time{y natice suas provided by City, to a compfetian satisfactory 3 to the City, the� this o�Rigatfon shal( #�ecorn� r�ul( and �oid; otherwise to remain in fuif farce ancf 4 effect. 5 PROViD�D, HODUEVER, �f PrincEpaf shail fail so to repair ar reconstruct any timeiy 6 ncsticed c#ef�ctive Work, it is agreed that th� City may cause any and afl such defective Work to 7 be repaired and/or reconstrucrer� t+vith all assoe3ated costs thereof being borne by the Principal 8 and t#�e Surety under this Maintenance borrd; and 9 RROViD�p �UR'�HE�t, that if any lega! actian be fiied on this Boncf, venue shalf tie in IO 7�rrant County, 7exas or the United States �istrict Court far t�e Northern District nf Texas, Fort 11 Wort� Qivision; ar�d �2 PROVI€]�f} FURT�I�R, that this abligatian shaf! be eontinuaus fn nature and success�ve 13 r�coveries tt�ay be had her�on far successive b��ach�s. �.4 15 16 ; CiTY DFFOR7 WORT}I Narth BeacE� Streei and Basswood BouEevard lntersectEon Improvements � STANDA�D CONSTRUCTiO1V SPEClFICATION L3L3Cilf�(IENTS PCoject �Sa. 101582 � Revised July 1, 2011 � E O(} 6119 - 3 NfAINI�idANCE BON� Page 3 of 3 1 � IN WITNESS WHER�OF, the Principai and the Surety have eaeh 5IGN�D and S�AL�C� this instrumet�t by duly aufhorized agents and officers on this the 3th day of 3 February , 20 21 . 4 5 6 7 S g , - 1� 1 A" J,�� r �.1 ATfE57: 3.� �, y .� 13 �.4 (P r� er , �.�5 16 , � �.7 _ �� 18 ` t: � ��, � 19 ,��, .� � � u —e....� � 20 Witr�ess as to Pr�ncipaE 23. 22 23 24 25 � xs 27 28 Z9 ATi�5T: 3 3� � 32 �r��dE�4t� 33 � �, 3R� 35 Witness ta Surety 36 PftfNCIPAL: McCiendon Construction Go. Inc. - �_ . BY — - i ignature Justin B9air. Vice President Narne anct Titfe Address; P� Box 999 8urleson 7exas 7G09i SUR�7'Y: Merchants Bondin Company (Mutuaij /�' ,� � , B`(: S' a ur� getty J. Ree�', Attorney-in-Fact Name and iitEe ^ �� Address• � ox 94498, Des Moines, IA ,50306 _F%�Q_W�stowr� Parkway, We.st I7es Moines, IA 5Q266; ! [ Telephone I��rnber; 2'E0.697.2230 � i � t 37 *l�ote: lf sighed by an officer oithe Surety Corr�pany, there must 6e on file a c�r�ified extraci 38 from the by-Eaws showfng that this person has authorlty to sigt� such obiigatian. If 39 Surety's physicai address is different ftom i#s mailing address, both rnust be pro�ideci. A�0 ihe date of th� hond shalk not be prfor to the d�ie the Contract is awarcfed. clrY flF FOfiT WORiH Nnrt� Beath Street an[E 6asswaod 6oulevard �ntersection IrEeproverrEenis STANAARO CONSFRUCTION SP�ClFICRiiON PQCIfRRkN75 Pruject No.10S582 Rev4sed.tuEy �, 201]. - ��,���..���___�_'"�_____� B(J .[�T 17 I.t�T G C O i�1� P.A � Y;� ��r��� �� �i�����Y PCnowAll Persot� By 'I'hese Preserhs, that MERCHA]V7S 80NDING CaMPANY {MIJTlJALj and iVI�RCHANiB NATIONAL BO�fDING, INC., both being corporations af tite Staie of lowa {herein collectively calEed the "Companies") do hereby make, constitute and appoint, indi�iduafly, Andrew Addisan, Beify J Reet�; Bryan K Moore; Gary Wayne Wheatley; Michael D Hendrickson; Pahicia Ann Lyt#Is their true and larufu4 Attorney(sj-in-Fact, #o sign its name as surefy(ies} a�td to execute, sea! ancf acknowledge any and all I�onds, undertakings, contracts and other ruritten instruments in the nature thereof, art beMalf of the Cornpat�ies in their business of guaranteeing the fidelity of persons, guaranteeing ihe perFormance of contracts and executing or guaranteeing bonds and undertaftings required or permitted in any actions or proceedings ellowed by law. This Power-af-Attorney is granfed and is signed and seale@ hy fac:simile under and by au#hority of Ehe folfowing By Laws adopted by the Board o'f []irectors af Merchants Bondtng Cvm�rany (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by #he Boarcf �f Directors of FNerchantsNational Bonding, Inc., on October 1f, 2D15. "The Presiderit, Secretary, '�reasurer, or any Assistani Treasurer or any Assistani 5ecretary or any Vi ce Preside�t shall �ave power and authqriEy to appoint Aktarneys-in-Fact, and to aut�orize them to execute on behalf of the Campany, and attach the seal o# the Gampany thereto, bonds and underiakirXgs, recognizances, contracts of indemniry ancf other wrifings ohligatory in tfie nature thereof." "The s�qnature of any authorized officer and the seai of the Company may be affixed by facsirnile or electronic transmission #o any Pawer qf At#orney or Gertification thereoi authorizing the execution and delivery of any Imnd, undertaking, recognizance, or other suretyship obligations of the Company, and such signatur� and seal wher� so used shall ha�e the same force and effect as though manuafly fxed." In connection with obligations in favor of the �loricfa Departmenfi flf Transportation only, it is agreed that the porr�er and aui hority hereby givan to the Attorney-in-Fact includes any and alf cansents tor the release of retai�red percentages andlor final estimates on engineering and consfructian contracts rec{uired by the State of Florida Department of Transportation. �t is fully understoad that conseniing to the State ofFlorida Deparkment of Transportation making payment af the fnak estima#e to the Contractor andlar its assignee, sf�all not relieve this surety com�any of any of its obligations under its bond. in conneation with nhliga#ions in favor o# tYte Kentucky Qepartment of Highways only, it is agreeci that the pawer and authority hereby given fo the AL#omey-in-�act canrtot be modifieal ar revokec! unlass priar wriiten personal notice of such intent has been given ta the Comm�ssioner- Depertment of Highways of the Cotnrnonweai#h of Kentucky at least thirty (3(7) days prior to the modificafior� or revocation, In Wifness Whereof, the Gompanies have caused this instrument to lae signec! and seafed this 9�th day of February , 202U . �,,..r..,... ao._.oc ,.•`�„�y 1� 1�,��'•.�� Q • �,�G . �Q,�.,. .� �.• • � * � � , A MERCHAN7S $ONd1NG COMPANY(MUTLiAL) ���r�Et�C��+�•.,�8 F 6�.0,•��4F�U9� '7%� o N[Ef2CHANT NATIONAL BOPFDWCs, lIVG. : � .' �1 � : `� • ° • S� � ; .Gd tl e��� ��� ���� o-�'`� -O- ��' a 6�� ���: 2d03 ,:��,� � ,°��,'y,� 1933 ���� sy � �J- ` ° ��;' . � +����••.,�..•��"�►`O' �o�•��',... ''�"�oa`� P1e51C1e17t � • STATEOFIOWA •+,����'ei•�'rs+`��' 4b�dmea+° COUNTY OF DALLAS ss. On Yhis 11th day of February 2020 , before me appeared Larry Taylor, ta me personally known, wha being by rrEe duly sworn did say that he is President af MERCHAf�ETS BONOiNG C(JMPANY (MUTUAL) and iNERCHAN7S NATIONAL BONBING, INC.; and that the seats affixed io the foregoing instrument are the Corporate Seafs of the Companies; arrd thaf the said instrument was signed and sealed in behalf of the Companies by authorify af their respec#ive Boards of Direc#ors. ��ilA( � ����i �a�?�N � v � Gommission Number 7'5Q576 � �M,.�.,� � ° ° ° '" My Commissian Expires �' k,a�P i January 07, 2023 Notary Public (Expiration of noiary's corrtmission does not invalidate fhis instrument} I, Wiiliam Warner, Jr., Seeretary 4i M�RCHANTS BONbINC COiVlPANY {RAUTUAL) ar� MERCHANTS NAiIONAL BONDING, INC., do �reby cettify that the above and foregoir�g is a#rue and correct copy af the PQWEF2-OF-ATTORI�EY executed by said Gompanies, which is still in fuH foroe and eifect and has not t�een amended or revokecE. In IlVitness Whereof, E have hereunto set my hand and affixeci the seal of ihe Compan9es on thi�� day af �� 's���Y���l�f+�.I o��e _�v4pF .,,•���e�,�t'••. .° o��� ���,�a ;- ? ���� ��. � o�' gi�09 �'. � � aw��e,a R'�j' :�= ° `�'�,4 '!j;•��-o • . :�:�' t�+:�- a�:� _o_ R+; � r�'��''�°'%�, '� ��� �' • �:�' � �` ;� �' �003 ; ;,� : � � 1 �3� ' �' secretary � • : � ��,�a. : . ,�••, :.��i•. '���.: d ,,>�..� ••'L� .° �O�j� '� �'� ��� a� Qo T"Q/�a��8�t/�V� ••�'+e�...�s�*``• a.`no,em�o �� �:�: �:���,.� ��'�� ��-�� r�t�� ��������� ����J�.�`A�T� N�'�']���E Ta obtain information or maLce a complaint: You may contact your insurance agent at the telepf�one number pro�ided by your insurance agent. You may eail Merchants Bonding Campany's tail-free telephone number for informa#ion ar to make a carr7pEaint a#: 9 m8U0-67�-$R7� Ya� may contact the Taxas Departrr�ent of Insurance to abtain information on companies, coverages, rig�ts or compiair�ts at: 1-�$00�����343� You may wr�te the Texas Depar�ment of Insurance at: P. 4. Box �49144 Austin, TX 7$714-9104 Fax: (v�2) 47�-1771 Web: ht�p:l/www.tdi,state.tx.us E-mail: Cons�merProtectiort@tdi.state.tx.us ����d11�Uf�Y �NQ ��AIN� �l�P�i��: Should you have a dispute concerning your premium ar about a claim you should contact #he agent first. ff the dispute is r�o� resol�ed, you rnay cantact the Texas Department nf Insurance. �YiA�H YR�I� N�TI�� �'8 Y��J� P�L�CY: This notice is far infarma�ion onEy and does not become a part or condi�ivn of the aftachec# document. SUP Q�32 TX {1/€�9) �TAI�II�ARI) GE�IERAL C�I�DITIOI�fi� OF THE COl�TSTRUCTI01� CO�TTRACT CTfY O�' PORT WpRTH STANDARD CdI�lSTRUCTION SYECIFICATION AOCUMENTS Revision: Ma�h 9, 2020 STAND�RD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CO�TTENTS Page Article 1— Def nitions and Terminology ..........................................................................................................1 I.OI Defined Terms ...............................................................................................................................1 1.02 Terminology .................................................................................................................................. 6 �lrticle 2 — Preliminary Matters ......................................................................................................................... 7 2.01 Copies of Documents .................................................................................................................... 7 2.Q2 Commencement of Contract Time; Notice to Proceed ................................................................'i 2.D3 Starting the Work .....................................................................................•---................................. 8 2.�A Before �tarting ConsYruction ..........................•--...........................................................................$ 2.05 Preconstruction Conference ..........................................................................................................8 2.06 Public Meeting .............................................................................................................................. S 2.07 Initial Acceptance of Schedu�es .................................................................................................... 8 Arlicle 3-- Contract Documents: I�tent, Amending, Reuse ........................................................ 3 . Q ]. Intent ..... ........................................... ................ .......................................... ................ 3.Q2 Reference Standards .................................................................................................. 3.03 Reporting and Resolving Discrepancies .............................•---.---.............................. 3.04 Arr�ending and Sup�lementing Contract Documen#s ............................................... 3.05 Reuse of Documez�ts ................................................................................................. 3.06 EIectror�ic Data .......................................................................................................... ................. & ................. 8 ................. 9 .... ............. 9 ...............10 ...............10 ...............11 Article 4— Availability of Lands; Subsurface az�d �'hysical Conditions; Hazardo�s Environnaental Conditions; Reference Points .............................. 11 ............................................................................. 4.01 Availability of Lands ..................................................................................................................1 l. 4.02 Subsurf'ace and Physical Conditions ..........................................................................................12 4.43 Differing Subsurface or 1'hysical Conditians .............................................................................12 A.04 Underground Facilities .................................•--...........................................................................13 4.05 Reference Points .........................................................................................................................14 4.06 Hazardous Environmental Candition ai Site ..............................................................................14 Article 5— Bonds and Insurance ......................................................... 5.01 Licensed Sureties and Insurers ....................................... 5.02 Performaz�ce, Payment, and Mainter�ance Bonds........... S.Q3 Certiiicates of Insurance ................................................. 5.04 Contractor's Insura.nce .................................................... S.aS Acceptance of Bonds and Insurance; �ptian to Replac ............................................................16 ............................................................16 ............................................................16 ............................................................16 ............................................................1 S e........................................................... X 9 Article 6 — Contractor's Responsibzliiies .................................................... 6.01 Supervision and Superintend�nce ........................................... ...........................................19 ...........................................19 CCl'Y OP FORT WORTH STANDARD CQATSTRUCTION SP�Ci�1CA"�'ION L70CUMEN"I'S Revision: Ma�f�9,2020 6.02 Labor; Worlcing Hours .................•..............................................................................................20 6.03 Services, Materials, and Equipment ........................................................................................... 20 b.04 Project Schedul� ..........................................................................................................................21 6.05 Substiiutes and "Or-Equals" .......................................................................................................21 6.06 Concerning Subconfiractors, Suppliers, and Oihers ....................................................................24 6.07 Wage Rates ..................................................................................................................................25 6.Q8 Patent Fees and Royalties ...........................................................................................................2b 6.09 Pernnits and Utilities ....................................................................................................................27 6.10 Laws and ReguIations .................................................................................................................2'7 6.11 Taxes ...........................................................................................................................................28 b.12 Use of Site and Oth�r Areas .......................................................................................................28 6.13 Record Documents ......................................................................................................................29 6.14 Safety and Protection .................................................................................................................. 29 6.l 5 Safety Representative ..........................................................................................................•--•--..30 6.16 Hazard Co�rnunication Prograans .............................................................................................30 6.17 Ernergencies ancl/or Reciification ...............................................................................................30 6.18 Subrnittals ....................................................................................................................................31 6.19 Continuin.g the Work ................................................................................................................... 32 6.20 Contractor's General Warranty and Guarantee ..........................................................................32 6.21 Indemnif cation ......................................................................................................................... 33 6.22 Delegation of Professional Design �ervices .............................................................................. 34 6.23 Right to Audit .............................................................................................................................. 34 6_24 Nondiscriminatian .......................................................................................................................35 Article7- Other VVork at the Si�e ......................................................................................................... 7.01 ReIated Work at Site ......................................................................................................... 7.02 Coordination ...................•---.....................................................................----...................... Article8 - City's Responsibilities ......................................................................................................... 8A1 Communications to Contractor ......................................................................................... 8.02 Furnrsh Data ...................................................................................................... 8.03 Pay When Due .................................................................................................. 8.0� Lands and Easements; Reports azad Tests ......................................................... 8.05 Change Orders ................................................................................................... 8.06 Inspections, Tests, and ApprovaIs .................................................................... 8.07 Limitaiions on City's Respo�sibilities ............................................................. 8.08 UndiscIosed Hazardous Environrr�entaI Condition .......................................... 8.09 Compliance with Safety Program ..................................................................... ................., ................., .................. ..... ............. 35 3S 36 ....... 36 •-----.36 ....... 36 ....... 36 ....... 36 ....... 36 ....... 36 ....... 37 ....... 37 ....... 37 Article 9- City's Observation Statu,s Durir�g Construction ..................................................... 9.01 City's Project Manager ....................................................................................... 9.02 Visits to Site .......................................................................................................... 9.03 Authorized Variatiaris in Work ............................................................................ 9.a4 Rejecting Defecrive Work .................................................................................... 9.05 Determinations for Work Perfo�ed .................................................................... 4.05 Decisions on Requtreinents of Contraci Documenis and Acceptability af Work ................37 ............... 37 ...--•---.......3'7 ,............... 3 8 ,............... 38 ........---..... 38 ............... 3 S CITY OF FORT WOIZTH STANDARD CONSTRUCTTON 5PBCIFTCATION DOCUMENTS Revision:lVl�ch 9, 2020 Article I O- Changes in the Work; Claims; Extra Work ........................................................... 10.Q1 Authorized Changes in the Work .......................................................................... 10.Q2 Unauthorized Changes in the Wor� ...................................................................... 10.03 �xecution of Change Orders .................................................................................. ].0.04 Extra Work ............................................................................................................. 10.05 Notification to Surety ............................................................................................. 10.06 Contrraci Claims Process ........................................................................................ 38 38 39 39 39 39 40 ArticIe 11 - Cost of the Work; AlIovvances; Unzi Przce Work,1'Ians Quantity Measurement ......................4I 11.01 Cost of the VLTork ......................................................................................................................... 41 11.02 Allowa�ces .................................................................................•----............................................43 ll.03 Unit Price Work .......................................................................................................................... 4�4 11.04 Plans Quantziy Measurement ......................................................................................................45 Article 12 -� Change of Contract Price; Change of Contiract Time .................................................................46 12.01 Change of Contract Price ............................................................................................................ �46 12.02 Change of Cont�ract Time ............................................................................................................47 12.03 Delays ...................................................................................•--....................................................47 Article 13 - Tests and Inspections; Correciion, Removal ar Acceptance of DeFective Work ...................... �8 i3.01 Notice of De�ects ........................................................................................................................ 48 13.02 Access to Work ...........................................................................................................................48 13.03 Tests and Inspections ..................................................................................................................4$ 13.04 Uncovering Work ........................................................................................................................49 13.05 Ciry May Stop ihe Work ............................................................................................................. 49 T 3.06 Correction or RemovaI of Defective Work ................................................................................ SO 13.07 Correction Period ........................................................................................................................ 50 13.08 Acceptance of Defective Wark ................................................................................................... 51 13.09 City May Correct Defective Wark ............................................................................................. 51 Aztzcle 1 A� - Payments to Coniracior and Completio� ....................................................................................52 14.0 l Schedule of ValUes ...................................................................................................................... 52 14.02 Progiress Payrr�ents ......................................................................................................................52 1�.03 Confractor's Warranly of Tiile ...................................................................................................54 14.04 Partial Utilization .....................................................................................•---...............................55 14.05 Final Inspection ...........................................................................................................................SS 14.06 Final Acceptance .........................................................................................................................55 14.07 Final Payznent ..............................................................................................................................56 14.08 k'inal Completion Delayed and Partial Retainage Release ........................................................ S6 14.09 Waiver o�Claims ..............................................................................................�•----....................57 Article 15 - Suspension of Work and Termination ........................................................................................ S7 l5.01 City May Suspend Work ............................................................................................................. 57 15.02 City May Terxninate far Cause ................................................................................................... 58 15.03 City May Terminate For Convenience .............................•---.----................................................. 60 Article 16 - Disput� Resalution ...................................................................................................................... 61 16.01 Metihods and Procedures .............................................................................................................61 CIT'X pF FORT WORTH STANDARD COI�TSTnLFCTION SPECIT'ICATION DOCIJMENTS Re vision: Manch 9, 2{120 ArticIe I7—Miscellaneous .................................................................................... 17.O1 GivingNotice .................................................................................... 17.02 Computaiion of Times ...................................................................... 17.03 Cumulaiive Remedies ....................................................................... l 7.0A Survival of Ot�ligations ..................................................................... 1'7.05 Headings ............................................................................................ .......................... . ............ 62 .......................................... 62 .......................................... 62 .......................................... 62 .......................................... 63 .......................................... 63 C17Y OF FORT WORTI�I STANDARD CO?JS"i'RUCTIDN SP�CEFICA'1'ION DOCj.]ML:NTS Revision: March 9, 2620 OD7200-1 G�iVERAL CONDITIONS Yap,e 1 pt'63 ARTICLE I— DEFYNYTIONS AND TERMINOLOGY l. A 1 Defined Terms A. Whereverr used in these General Conditions or in other Contract Documenis, the terms Iisted below have the meanings indicated which are applicabie to botn fihe singular and plural thereof, and words denoting gender shall incIude the mascUline, feminine and neuier. Said terms are generally capitalized or written in itaIics, but noi always. When used in a context consistent wiih the definition of a listed-defined ierm, the texm sha11 have a meaning as defined beIow whether capitalized or italicized or oiherwise. In addition ta terms specificalIy de�ned, terms with initial capitaI letiers in the Cont�act Documents include references to identified articles and paragraphs, and the titles of other documents or foz�s. 1. Addenda—Written or graphic instrtzments issued prior to lhe opening of Bids which clarify, correct, or change the Bidding Requirements or t�e proposed Contract Documents. 2. Agreement The written inst�meni whick� is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment The form acceptable to Czty wk�ich is to be used by Contractor during the course of the Work in xequesting progress or final payments and wk�zch is to be accompan�ed by such supporting documentation as is required by the Contract Documents. 4. Asbestos Any material that contains more ihan one percent asbestos and is friable or is releasir�g asbestos fibers znto the air above current action levels established by the United States Occupational Safe#y and �-Iealth �ldminisiration. S. Awa�d — Authorization by the City Council for the City to enter into an Agreeinent. 6. Bid The offer or proposal of a Bidder submitted on the prescribed foz-rx� setting forth the prric�s �or the Work to be perforrried. 7. 13iddeY—The individual or entity who submits a Bid directly to City. 8. 13idding Documents—The Bidding Requirements and the proposed Contract Documents {incIuding all Addenda). 9. Bidding Requirerraents The advertisezx�eni or Invitation ta Bid, Instructions to Bidders, Bid security of acceptable fonn, if any, and the Bid Farm with any supplements. 10. Business Day — A business day is deftned as a day thai the City conducts normal business, generaIly Monday fihrough Friday, e�cept for federal or state holidays observed by the City. 1�. Calendar Day ---- A day consisting of 24 hours measured from midnight to �he next midnight. ci� oF FoxT wonrx S'1'ANDARD CONS"IRUC'I'ION SPECIFICATION DOCUMEiJ"I'S Revision: Ma�ch9, 2020 00 �z ao - � GENERAL CON�lTIONS Page 2 of 63 12. Change Or�de� A document, which �s prepared and approved by ihe City, which is signed by Contractor and City and authorizes aa� additian, deletion, or revision in the Work or an adjustment in the Contract Price or the Confract Time, issued on or after t�e Effective Date of the Agreeznent. 13. City— The City of Fort Worth, Texas, a home-rule municipal corporaiion, authorized and chartered under the Texas State Statufies, acting by its governing body ihrough its Ciiy Maa�age�', his designee, or agents authorized under his behalf, each of which is required by Charter to p�rform specific duties witb respansibiIity for iinaI cnforcernent of the contracts invoiving the City of �ort Worth is by Charter vested in the City Manager and is the entity witI� whom Caniractor l�as entered into the Ag7reeznent and for whom the Work is to be performed. 14. City Atto�ney — T�e officially appointed City Attorney oP the City of k'oz-t Worth, Texas, or his duly autk�orized representative. 15. City Council - The duly efected azad qualified governing body of the Crty of Fort Wort�, T�xas. 16. City Manager — The officially appointed and authorized City Manager of the City of Fort Worth, T�xas, or his dt�y auiharized representative. 17. Contr�act Clairn A demand or assertion by City or Contractor seekiz�g an adjusiment oi Confracl Price ar Contract Time, or boih, or otk�er relief with respect to the terins of the Contract. A demand for money or se�rvices by a third party is not a Contract Claim. 18. Cont�act—Tlae entire and integrated written doctunent between the City and Contractor concerning the Work. The Contract contains th� Agreement and al1 Contract Documenis and supersedes prior negotiations, representations, or agreements, �c�vheiher written or aral. 19. Contr�act Documents—Those items so designated in ihe Agreezx�ez�t. AlI items listed in t�e Agreement are Contract Documents. Approved Submittals, oth�r Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 20. Cont�crct PNice—The moneys payable by City fo Contractor for completion oi the Work in accordance with the Coniract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 21. Conl�act Time The number oi days or the dates siated in the Agreement to: (i) achieve Milestones, if any and (ii) compleie the Work so that it is ready for Final Acceptance. 22. Cont�actor The individual or entity with whom City has entered into the Agreement. 23. Cost of the Work—See Paragraph 11.0 I of these General Conditions far definition. C�`I'X O�' FORT WORTH STANDARD CONSTRUCTION SPECIF'ICATI011 DOCUMENTS Revision: Ma�h 9,2Q20 00 �a oo - a GENERAL CONDITIDNS Page 3 of63 2�. Damage Claims — A demand for za�oney or services arising from the Project or Site frozxa a third party, City or Contractor exclusive of a Contract Claim. 25. Dcry or day --- A day, unless otherwise defined, shaIl �nean a Calendar Day. 26. Director of Aviation -- The officially appointed Director of the Aviatian Depart�x�ent of the City of Fort Worth, Texas, or his c�uIy appointed representatzve, assistant, or agents. 27. Director of PaNks and Community Se�vices — The officially appointed Director of the Parlcs and Community Services Department of the City of Fort Worth, Te�as, or his duly appointed representative, assistant, ar agents. 28. DiYector of Plaraning and Develapmenf -- The officially appointed Dir�ctor of the Pfanning and Development Departrx�ent of the City oi Fort WortI�, Texas, or his duIy appainted representative, assistant, or agents. 29. Director of Transpo�tcation Public Yi�orks — Tk�e officially appointed Director of the Transportaiion Public Works Department of the City af Fart Worth, Texas, or his duly appoin�ted representative, assistant, or agents. 30. DiYector of Water Department — The officially appointed Directar of the Water Depat-�nent of the City of Fort Worth, Texas, or his duly appoinied representative, assistant, or agents. 31. Drawings--That part of the Contract Documents prepared or approved by Engineer which graphically shows ihe scope, exteni, and ck�aracter of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 32. Effective Date of the AgNeernent—The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, ii means the date on which the Agreemez�t is signed and delivered by the last of the two parties to sign and deliver. 33. �ngineer—The licensed professional engzneer or engineering firm registered in the S�ate of Texas performing professzozaal se�rvices for 1:he City. 34. Extra iWo�k — Additional work made necessary by changes oz' alterations of tl�e Contract DocLun.e�is ar of quantities or for other reasons for which no prices are provided in tY�e Contraci Documents. ��tra work shaIl be part af the Work. 35. Tiedd Or�det� ----- A written order issued by City which requires changes in the Work but whic� does not invoive a change in the Contract Price, Contract Time, or the intent of the Engineer. �'ield Orders are paid from FieId Order Allowances incolporated into the Coniract by ftznded work type at the tirne of award. 36. F'inal Acceptance — The written notice given by the City to fihe Contracior that the Work speciiied in the Contract Docum�nts has been complet�d to the satisfaction of the City. crrx a� �onrwoxTx STANDARD CONSTRUCTION SPECIP1CATlO1V DOCUMENTS Revision: Ma�h 9, 2020 D07200-1 GENERAL CON�ITIONS Page �1 of 63 37. Tinal 1"nspeclion -- Inspection carried oui by the City to verify that the Contractor has completed the Worrk, and each ar�d every part or appurienance thereo�, �ully, entirely, and in conformance with the Contract Documents. 3$. General Requirements Sections of Dzvisian l of the Contraci Docurnents. 39. Hazardous Envi�onmental Condition—T�e presence at the Site of Asbestos, PCBs, Pebroleuna, Hazardaus Waste, Radiaactive Material, or other materials in such quantities or c�rcumstances ihat may present a substantial danger to persons ar proper�y exposed ihezeto. 40. Hazardous Waste Hazardous waste is defined as any salzd waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 41. Laws and Regulations—Any and all applicab�e laws, rules, reguIatzons, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 42. Liens Charges, security interests, or encumbrances upon Project funds, rea� proper[y, or perr�oz�al proper�y. 43. Major Item — An Item of wor� iz�cluded in the Contract Documents that has a total cost eyual to or greater than 5% of the original Contract Price or $25,000 whic�ever is less. 44.1Vlilestone A principal event specified in the Coniract Documents reIating to an intermediate Contraci Tirne prior to Final Acceptance of the Work. 45. Notice of AwaYd—The written natice hy City to the SUccessful Bidder sfiating that u�on timely complianc� by the Successful Biddez with the conditions preceden� listed therein, Ciiy wilI sign and deliver the Agreement. 46. .Notice to Proceed—A written notice given by City to Contractor fixing the daie on vvhich the Contract Time will commence to run and on which Contractor shall start to perf'ortn the Worrk specified in Contract Documents. , 47. PCBs—Poiychloxznated biphenyls. �8. Petroleum—Petroleum, incl�ding czude oiI or any fraction thereof which is liquid ai siandard conditions of temperaiure and prressure {6Q degrees Fahrenheit and 14.7 pounds pe� square inch absolUie), such as oil, pet�oleum, fuel oil, oil sludge, ail refuse, gasoline, kerosene, and oiI zx�ixed with other non-Hazardous Waste and crude oils. 49. Plans — See def nition of Drawings. CIT"Y OF FdK7' W OIiTH STANDAi2D CONS iTRUGT[ON SPECIFICATION DOCUMEN7'S Revision: Match 9, 2020 oo7zoo-i GEiVERAt COIVDITIONS Page 5 of 63 S0. PYaject Schedule A schedule, prepared az�d maintainec� by Confractor, in accordance with the General Requirezxzents, d.escribing the sequence and duratzon of the activities comprising the Cantractor's plan to accomplish the War� within �he Contract Tirne. 51. Project—The Work ta 3�e performed under the Contract Dacuments. 52. Project Manage� The autharized representative of the City who wilI be assigned to the Srte. S3. Public Meeting — An announced meeting conc�ucted by the City to facilitate pubIic participation and to assist ihe public in gaining an informed view o�the Project. 54. Radioactive Mate�ial—Source, special nuclear, or byproduct material as de�ned by ihe Atomic Ener�y Act of 1954 (42 L1SC Section 2011 ei seq.) as amended frozn time to fiime. 55. RegulaN Working Hours — Hours beginning ai 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday {excluding legal halidays). 56. Scrmples Physical e�amples of zzaaterials, equipm�nt, or vworkmanship that are representative o� sarne portion o� th� Wark and vvhich establish the standards by which such portion of tk�e Work will be judged. 57. Schedule of Suhrytiitals A schedule, prepared and maintained by Contzactor, of required submittals and the ti�e requirements to support scheduled perfoz-�nna�ce of related construction activities. 58. Schedule of Yalues A scheduIe, prepared and maintained by Contractor, allocating portions o� the Contract Frice to various portions of the Worl� and used as the basis for revier�ving Contractor's Applications for Payment. 59. Site---Lands or areas indicated in the Contract Documents as being :furnished by Ciry upon which the VVork is to �e performed, including rights-of-way, permits, and easements for access thereta, and such other lands furnishec! by City which are designated for the use o� Contractor. 60. Specifications--That part of the Con�ract Dacuments consistzng of written requirements for materials, equzpzx�ent, systems, standards and workmanshzp as applied to the Work, and certain adminisirative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachn:ieni or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 40 00) of each �'raject. 61. Subcont�actor An individual or en�ity having a direct contraci with Contractor or with any ather Subco�tractor iar the performance of a part of tk�e Work at the Site. C1TY OF FORT WORTFT 57'ANT7ARD CONSTRUC7'ION SPECIFICATION DOCUNf�.N`1'S Revision: Ma�h 9, 2620 OU7200-1 GENERAL CONDITiONS Page G af63 62. Submittcrls All drawings, diagrams, illustrations, schedules, and other data or information whzck� are specifcally prepared or assennbled by or for Contractor and subm�itted by Contractar fio itlustra�e soine portion of the Work. 63. Successful �idder Tk�e Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 64. Superintendent — The representatzve of the Contractor who is avaiIabXe at all times and able to receive instructions from th� City and to act for the Contractor. b5. Supple�nenta�y Conditions That part of the Con�ract Documents whzc� amends or supplements these GeneraI Condiiions. 66. Supplier—A manufacturer, fabricator, supplzer, dzstributar, �naterialman, or vendor having a direct cantract with Coniractor or with any Subcontractar to furnish materials ar equipment ta be incorporaied in the Work by Coniractor or Subcontractor. 67. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, rntaanholes, vaults, tanks, iunne�s, or other such faciIities or attachments, and any encasements containing such facilities, including bu� not limited io, those that convey electricity, gases, steam, liquid petroleurn products, telephone or ather communications, cable television, water, wastewater, storm �ater, oiher liquids or chemicals, or traffic or other control syst�ms. 68 UnitPrice Work�ee Paragraph 11.03 of ihese General Conditians for definition. 69. Weekend Working Hours — Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturrday, ,Sunday ar legal holiday, as approved in advance by the City. '�Q. Wo�k—The entire construction or the various separately identifiable parts thereaf required to be provided under �he Contract Documents. Work includes and is the result of perfoxxning or providing all labor, sezvices, and documentation necessa�ty to produce such canstruction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equiprr�eni into such construction, all as required by the Coniract Documents. 71. Working Day -- A working day zs de�ned as a day, not including Saturdays, Sundays, or legal �►olidays authorized by the City for contract purposes, in which weather or oY1�er condztions not under the contro� of the Contractorr will permit the perforrnance of the principal unit of work underway for a continuous period of not Iess tha� 7 hours between 7 a.m. and 6 p.m. 1.02 Te�rninology A. The words and �erms discussed in Paragiraph 1_02.8 tl�rough E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated xzaeaning. B. Intent of Ce�lain Terms or Adjectives: CITY OP FORT WOIi'I'�-1 S'I'AN]]ARL? CONSTRUCTIbN SPEC�TCATION DOCUMENTS Revisian: Mazch9,2020 00 �z ao - � GENERAL CONDITIONS Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as dixected" or terms of like effect or import to authorize an e�erczse of judgm�nt by City. � addition, the adjectives "reasonable," "suitahle," "acceptable," "proper," "satisfac#ory," or adjectives of lil�e effect or import are used to describe an action or detertnination of City as to ihe Work. It is intended that such exercise of professional judgment, action, or determinatiton will be solely to evaluate, in general, the Work for compliance with the infortxxation in the Contraci Documents and with the desig� concept of tne Project as a functioning whoIe as shown or indicated in the Contz�act Documents {unless there zs a specific statement indicating; othherwise). C. Defective: 1. The word "defective," wk�en modifying ihe word "Wark," refers ta Wark that is unsatisfactory, faulty, or def cient in that it: a. does nof conform ta the Contract Documents; or b. does not meet the requirrezxaents of any applicable inspection, reference standard, test, or approval refez�red to in the Contract Documez�ts; ar c. has been damaged prior to City's w�rziten acceptance. D. Furnish, 1'nstall, Perforrn, Provide: T�e word "FUrriish" or the word "Install" or the rvord "Perform" or the ward "Provide" or the word "Supply," or any combination or similar directive or usage thereo�, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessazy to perform the Work in:dicated, unless specifically linaited in the context used. E. Unless siated otherwise in the Coniract Documents, words orr phrases that have a�ell-l�owxi technical or cansYr�ction zndustry or frade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICL� 2 — PRELINIINARY MATTERS 2.41 Copies of Documents City shall furnish to Contz'actor one (1} original e�ecuted copy and one {1) electronic copy af the Contract Docuzaaents, and four {4) adc�iiional copies of the Drawings. Additional copies wi11 be fiunished upon request at the cosi o�reproduction. 2.02 Cofnmence�nent of Cantf-act Tirrae; �Votiee to P�^oceed The Coniiract Time will commence to run on lhe 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 agre�d to by both parties in wriiiz�g. CITY O�' T� ORT WOIZ.TI�I STfll�TDARD GONSTRUCTION SP�CTFICATION A�CIJMENTS Revision: Ma�h9,2U20 0072DO- l G�NERAL CONDITIONS Page S ofG3 2.03 �5'taNting the Wo�k Cozat�ractor sha11 start to perfarm the Work on the date when the Contract Time commences to run. No Work shall be done at the Site priox to the date on which the Contraci Time comirience,s to run. 2.04 13efo�e Starting Constructian I3aseline Schedules: Submit in accordance with the Contract Documents, and prior to starting ihe Work. 2.05 Preconstruction Conference Before any Work at the Site is started, ihe Cont7ractor shall attend a Preconstruction Conference as specified in the Conirract Documen#s. 2.Ob Puhlic Meeting Contractor �nay not mobilize any equipzn�nt, zx�aterials or resources to ihe Site prior to Contractor attending the Public Mee�ing as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress paymeni shall be made to Contractor until acceptable scheduies are submitted to City in accordance with t.�e Schedule Speciiication as provided in the Coniract Documents. ARTICLE 3-�- CONTRACT DOCUN�CNTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are cornplementary; whai is required by one is as binding as if required by all. B. It is the intent of the Contract Documents io describe a funciionally complete pxoject (or part ihereof} to be constructed in accorciance wi�h ihe Coniiract Docurrients. Any labor, documentation, services, materiais, ar equipmeni ihai rreasonably may �e inferred from the Contract Docuzx�ents or from prevailing custorcx� or irade usage as being required to produce the zndicated result wiil be provided wk�ether or not specifically called for, at no add'ztional cast ta City. C. Clarifications and interpretations of the Contrract Documents shall be issued by City. D. The Speci�cations may varry in �orm, format and sryle. Some Speci�cation sectzons may be written in varying degrees of streamIined flr declarative style and same sections may be relatively narrative by comparison. �mission o� such words and phrases as "the Cantractor shall," "in conformity �vitih," "as shown," or "as specif ed" are intentional in siream�ined sections. �zx�ztted words and phrases shall be supplied by inference. Sirr�ilar iypes of provisions rnay appear in various parts of a section or articles withzn a pat-� depending on th� format of the CTI'Y OF FOIiT WORTH STANDt1I2D CONSTKUCTTON SPECIFTCATION DOCLTM]'sN'I'S ILevision:ll�f�ch 9,2020 oo�zoo- i GEiVERAL CONDI710NS Page 9 of63 section. The Contrractor shall not take advantage af any variation of form, format or style in making Con1ract Claims. E. The crass referencing of specifcation sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provzded and shall be responsi�Ie to coordinate the entire Work under the Contract Docurr�ents and provide a camplete Project whether or not the cross referencing is provided in each section or whether or not i�e cross re%rencing is coi�plete. 3A2 Reference Standcc�ds A. Standards, Speci�'ications, Codes, Laws, and R�gulatians i. Reference to standards, specifcations, �anuaIs, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be speciiic or by implication, shall xzaean the standarc�, specification, manual, cade, or Laws or Regulations in effect at th�e time of opening of Bids (or on the E.ffective Date of the Agreement if there were no Bids), except as rnay be othez-wise specificaliy stated in the Contract Documents. 2. No provision of any such standard, specificaiion, manual, or code, or any instruciion of a Supplier, shalI be effective to change the dulies or res�onsibilities of Ciiy, Coniractor, ar any of their subconiractors, consultants, agents, or employees, from those set %rth in the Contract Documents. No such provision or instrruciion shall be effeciive to assign to Ciiy, ox any of its officers, directors, members, pat�ners, employees, agents, consultatats, or subcontractors, any duty or auihoxity ta supervise or direct the perfozmance af the Work or any d�iy or authority to undertake responsibiliiy inconsisteni with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Repot�ting Discreperncies: Contractor's Revie� of Coniract Docurrcents Befo�e Starling YYork: Before undertaking each part of the Work, Ca�tractor shall carefuIly study and co�npare the Coniract Documents and c�eck and verify pertinent figures therein against all applicable field mea�urements and conditions. Contractor sha11 prortaptly report in writing to City any conflict, error, ambiguity, or discrepancy wk�ich Conlractor discovers, or has actual knowledge of, and sha11 obtain a written interpretation or clari�ication fronn City before proceedin� vvith any War�C a�fected thereby. 2. Contractor's RevieVv of Cont�crct Documents Du�ing Pe�formance of Wo�k: If, during ihe pexforanance of the Work, Contractor discovers any conflict, error, ainbiguity, orr discrepancy wi�hin the Contract Documents, or beiween the Contract Documents and (a} any appIicable Law or Regulaiion ,{b) any standard, speci�caiion, manual, or code, or (c) any instruction of a�ay Supplier, then Contractor shall promptly report i# to City in writing. Co�tractor shall not proceed with the Work a�fected thereby (except in an emergency as required by Paragraph CiTY OF FOIi"1' WOR'I'H STAN77ARD CONSTRUCTIOIV SPEC�'iCATION AOCUMENTS 12evision: Maich 9,2020 00 72 04 - 1 GENERAL CONDITIONS Page I O of 63 6.17.A) until an azx�endnaent or supplernent to the Cont�act Documeni;s has becn issued by one of the methods indicated in Paragraph 3.04. 3. Coniractor shall not be liable to City for failure #o report any conflict, error, arz�biguity, or discrepancy in tbe Coniract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be oiherwise specifically stated in the Contract Documents, the praviszons of the Contract Documents shall fiake precedence i�i resolving any conflzet, ez-rar, ambiguity, or discrepancy beitiveen the provisions of the Contx�act Documents and the provisions of any standard, specification, �nanual, or the insttuction of any SuppIier (�whether or not speci�ically incorparated by reference in the Contract Documents). 2. In case of discrepancies, �gured din�ensions s�alI govern over scaled dimensiotts, PIans shall gav�ern over Speci�cations, Supplementary Canditions shail govern over General Conditions azzd Specif cations, and quantities shown on the Plans shall govern aver those shown in th� proposal. 3.04 Amending and Supplementing Co�atrc�ct Documents A. Tk�e Contract Doczunents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and condztions thereof 6y a Change Order. B. The requirements af the Coniract Documents may be supplemented, and mi�or variations and deviations in the Work noi invoIving a change in Contzact Price or Contract Time, may be authorized, by ane or more of ihe following ways: 1. A Field Ordez-; 2. City's review of a Submittal {subject to the provzsions of Paragxaph 6.18.C}; or 3. City's writien int:erpretation or clarif cation. 3.05 Reuse of Documents A. Co�tractor and any Subcontractor or Supplier shall not: have or acqt�ire any iitle to ar ownership righ�s in any of the Dravvings, Specifications, or other documenis (or copies of any thereof} prepared by or bearing the seal of Engineer, incIuding electronic media editions; or 2. reuse any such Drawings, Specif catzons, other documents, or copies thereof on extensions of the Prroject ox any other project without written consent of City az�d specific writlen verification or adaptation by Engineer. CITX OI' FOR7' WORTH STANDARD CONSTRUCTIOhI SYECIFICATION JaOCUMENI'S Revision: Match 9, 2020 ao�zaa-i GENEF2AL CONDITIONS Page I ] of 63 B. The prohibitions of thzs Paragraph 3.05 will survive final paymeni, or termination of the Con#�ract. Nothing herein shall preclude Contractor from retaining copies of the Contract Dacuments for record purposes. 3.06 Electronic �ata A. Unless otherwise stat�d in the ,Supplementary Condziions,,the c�ata furnished by City or Engineer to Coniractor, or by Coniractor to City or Engineer, that may be re�ied upon are limited to the printed copies included in the Contract Documents (also kt�own as hard copies) and other Specifica�ions r�ferenced and located on t.�e City's on-line electronic document managenaent and colla�oration system site. Files in electronic media format of texi, data, graphics, or ofiher types are furnished onIy for the convenience of the receiving party. Any conclusion or information obtained or derived from such electranic �les wzXl be atthe user's sole risk. Ifthere is a discrepancy between the electronic files and ihe hard copies, the hard copies govern. B. When transferring documents in electronic media format, ihe transferring party makes na representations as to long term compatibility, usability, or reacfability of documents resulting fro� the use of softvvare application packages, operating systems, or camputer hardware differing from those used by the data's creator. ARTICLE 4�--� AVAZLAB�LYTY OF LANDS; SUB�URFACE AND PHYSTCAL CONDTTIONS; HA7.ARDOUS ENVIRONMENTAL COND�T�ONS; REFERENCE POINTS 4.01 Availa�iility of Lands A. City shall furnish the Site. City sha11 notify Contractor af any encumbrances or restrictions not o� general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely ma�er and pay for easemEnts for permaneni strizciures or permanent cha�ge,s in existing facilities. The City has obtained or anticipates acquisition of and/or access to righ�-of-way, anal/or easerr�ents. Any outstanding right-of way and/or easements are anticipated to be acquired zn accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Corttz'actor in accordance with the Contract Documents must consider any outstanding ri�ht-of way, and/or easements. 2. The City has or anticipates removing and/or relocating uiilities, and obstructions to ihe Site. Any outs�anding removal ar relocation of utilities or obstruciions is anticipated in accordance witk� the scheduIe set forEh in the Supplem.entazy Conditions. Thc Project Schedule submitted by the Contractar �n accordaa�ce with tl�e Confract Documents must considex any autstanding utiilities or obst�ructions to be removed, adjusted, ar�d/or relocated by others. B. Upon reasanable written request, City shall fixt-nish Contractor with a curreni statiement of record legal title and legal descriptian of tk�e lands upon which tl�e Work is to be perfoxrr�ed. CiTY OP FORT WORT[-I S'I'ANDARD CONSTRUCTIOT! SPECIT�'CCATION DOCUMI:IVTS Revision: Ma�ch9,2D20 007200-1 G�NERAL CONDITIONS Page 12 of 63 C. Contrac�or sl�all provide for al1 additional la�ds and access thereto that may be required foz- canstruction facilities or starage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Repo�ts and Drawings: The Suppleznentary Conditions identify: l. those reports known to City of explorations and tests of subsurface conditions at or contfguous �a the Sit�; and 2. those drawings kno�wn to City of physica� conditions relating to existing surface or subsurface siruciures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Autharized• Contractor may rely upon the accuracy of the "technical data" contair�ed in such reports and drawings, but such reports and drawings are not Contract Docurnents. Such "technical data" is identz�ed i� the Supplementary Conditions. Contractar may not make any Contx�act Claim against City, ar any of their officers, directors, members, partners, eznployees, agents, consu�tants, or subcontractors with respect to: 1. t11e compl�teness af such reports and drawings for Contractor's purposes, including, but nai limited fa, any aspects of ihe means, zxzethods, techniques, sequences, and procedures of consiruction to be empIoyed by Contractor, and safety precautions and programs incidenfi thereto; or 2. other dala, inter�aretations, opinions, az�d iza�ormation contained in such reporY� or shown ox indicated in such drawings; ar 3. any Cantractor interpretation of or conclusion drawn from any "technicaI data" or any such other data, interpretations, apinions, or infarrnation. 4.03 D�ering Subsurface oN Physical Conditions A. Notice: If Contractor believes that an� subsurface or physical condition thai is uncovered or rev�aled either: 1. is of such a natur� as ta establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is maierialiy inaccurate; or 2. is of such a nature as to require a change in the Contract Documer�ts; or 3. differs inaterially from that shown or indicated in the Cor�tz�aci Documents; or 4. is of an unusual nature, and differs maierially fror�a conditions ordinarily encountered and generally recognized as inherent in wark of ihe character provided far in the Co�tract Documents; ci� oF Fon�� wox�rx STANDAR}� COIVSTRUCTIpN SPECIFICATION DOCUME31T5 Revision: Ma�h9,2020 007200-1 GENERAL COiVDITiONS Pagc 13 of 63 theza Contractor shall, prompt�y after becoming aware tkzereof and before further disturbing ihe subsurface or physicaI conditions or performing any Work in cannection th�rrewith (excepf in an en�aergency as required by Paragraph 6.17.A), notify City in wiriting about such cond.ition. B. Passible Price and 7'ime Adjustments Contractor shall not be entitIed to any adjustment in the Cantract Price or Coniract Time if: 1. Contt�actor knew oi fihe existence of such conditions at t�e time Contractor made a fnal commitment to Ciiy with respect to Contt-act Price and Contract Time by the submisszon o� a Bid or becoming bound under a negotiated contract; or 2. th� exzstence of such condition cauld reasonably have been diseovered or revealed as a result of the examination of the Contract Docizments or the �ite; or 3. Contractor failed to give i�e wri�ten notice as required by Paragraph 4.03.A. 4.04 Unde�ground Facilities A. Shown or Indicated: The infortnatzoza and data shown or indicated in the Contract Docuzxzents with respect to existing Underground Faci�ities at or contiguous to tkze Siie is based on information and data furnished �a City or Engineer by the oumers of such Underground Facilities, including City, ar by oihers. Unless it is otherwise expressly provided in t�e Supplementary Condrtions: I. City and Engineer shalI not be responsible for the accuracy or cornpleteness of any such in�ormaiion or data provided by others; and 2. the cost of all of the %llowing wiIl be included in tlae Co�tz'act Price, and Confractor shall have iull responsibiliiy �or: a. revie�ing and chec�zng all such in%rmation and data; b. locating all Underground Faciliti�s shown or indicated in the Contract Documents; c, coordination and adjusfinent of the Work with the owners af such Underground FaciIities, including City, during construction; and d. the safety and protection of all such Underground Facilitzes and repairing any damage thereto resulting fro�n the Work. B. Not Shotivn o� Indicated.• 1. If an Undexground Facility which conflicts vvith the Work is uncovered ar revealed at or con1:iguous to the Site w�ich was not shawn or indicated, or not shovvn or indicaied witk� reasonable accuracy in the Contract Documents, Contractor shall, proznptly after becoming aware thereof and before further disturbing conditions a£fected tllereby or performing any C1TY OF FORT WORTFT STAbIDARD CON5T1tUC'I10N SPECIFICATION DOCIIMEN"1'S Revision: Ma�h9,2020 aonoa-i GENERAL CONDITIONS Page I4 of 63 Wor� in connection therewith (except in an emerrgency as required by Paragraph 6.17.A}, identify the ovcmer of such Undergiround �'aciliry and give natice to that own.err and to City. City wiIl review the discovered Underground Facil�iy and deEermine the extent, if any, to which a change may be required in the Contz�act Documents to reflcct and docurnent the consequences of the e�istence or location of the Unc�erground Faciliiy. Conix�actar shall be responsible far ihe safety and prot�ction of such discover�d U�derground FacFlity. 2. If City concludes that a change in the Coniract Documents is required, a Change Order may b� issued to re�lect and docUznent sucl� consequences. 3. Veri�catian of existing utilities, structures, and service lines sk�all include notification of all u�:ility companies a minimum of 48 hours in advance of consiruction including expIozatozy excavatian if necessary. 4.05 Reference Points A. City shali provide engineering surveys to esiablish reference points for construction, which in City's judgmen� are necessary to enable Contractor to proceed with the Work. City will provide construction sta�Ces or other customary method of marking to establish line and grades for roadway and uti�ity construction, centerlines a�d benchmarks for bridgework. Contractor sha�l prroiect and preserve the established reference points and property monumen�s, and shall naa�e no changes or relocations. Cantractor shall report to City whenever any reference paint or property rnonument is lost or destroyed or requires relocatio� because of necessary changes in grades ar locatians. The City shall be r�sponsible for the replacement ar relocation of refexence points or property zxiozaUments not carelessly or willfulIy destroyed by the Contractor. The Cantracior sha11 notify City in advance and vvit� suf�iczent tzme to avoid delays. B. Whenever, in ihe opinion of the City, any reference pai�t or monument has becn carelessly or wil�£ially destroyec�, disturbed, or rernoved by the Cantractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will 6e deducied from paymenfi due the Contractor. 4.06 Hazcrrdous Environmental Condition al Site A. RepoNts and �rawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at ihe Site. B. Limited �e7iance by Contracto� on Technical Data Authorized: Contractor may rely upon the accuracy of �he "teck�ical data" contained in such reports and d�rawin�s, but such reports and drawings are not Contract Documents. Such "techz�ical data" is identiiied in the Supplementary Conditions. Contractor may not make az�y Contract CIaim against City, or any of their o�fzcers, directors, members, paz�tners, employees, agents, consultanis, or subcont�ractars with respect to: 1. the completeness oi such reports and drawings fox Caniractor's purposcs, including, but not limited ta, any aspects of the means, inethods, techniques, sequences and procedures oi CITY OF FORT WOKTII STAhIDATiT7 CONSTRUCTION SPrC[�[CATION DOCi.JMENT5 Revision: Ma�ch9,2020 00 72 00 - 1 GENERAL CONDITIONS Page 15 of 63 construciion to be employed by Contractor and safety precautions anc� prograzx�s inc�dent thereto; ar 2. ofher data, intezpreiations, opinions and information contained in such reports or shown or indicated zn such drawings; or 3. any Coniractor interpretation of orr conclusion drawn fro�n any "technical data" or any such other data, interpretiations, opinians ar information. G Contractar shaIl not be responsible for any Hazardous Environmenial Coz�dztion uncovered or revealed at the Site which vvas not shawn or zndzcated in Drawings or Speciiications ar ideniified ir� the Contract Documents to be within the scope of the Work. Contractor shall3�e responsible forr a Hazardous EnvironmentaI Conditian created with any zxiaierials brought to the Site by Contractor, Subcontraciors, Suppliers, or anyone else for whom Contractor is responsible. D. If Cont�actor encouniers a Hazardaus Environmental Condition or if Contractor or azayane for who�x� Co�tractaz' is responsible c�eates a Hazardous E�vironmental Condition, Coniractor shall immediately: (i) secure or otherwise isoIaie such condition; (ii) stop all Work in connec�ion vvith such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and prornptly thereatier coniirm such notice in wrifing). City may consider the necessity to retain a qualz�ed expert ta evaluate such condition or take corrective action, if ar�y. E. Contractor shall not be required io resurr�c Wor� in connection with such condition or in any affected area until after Ciiy ha,s obtained any required permits related thereto and delivered �vritten notice io Contractor: (i) specifying that such condition and any affected area is or has been xendered suifable %r the r�surnption of Work; or (ii) specifying any special conditians under which such Worlc may be resurx�ed. F. If after recezpi af such written notice Contracior does not agree to resuzne such Work based on a reasonab�e beli�f it is unsafe, or cloes not agree to resume such Work under such special condiiians, then City may order the portion of the Work fihat is in the area affected by such condition to b� deleied fram the Work. Cily may have sUch deleted partion of the Woz� per�ormed by City's own forc�s ar others. G. To the fullest extent pe�rytitted by Laws and Regula2ions, Contractor shall indemn� and hold harmless City, from and against all claims, costs, lasses, and damcrges (including bui not limited to all fees ancl charges of engineers, architects, atto�neys, and other professional's c�nd all court or arbitration o� other dispute resolution costs) arising out of or relating to a�Iazardous Environmental Candition created by Cont�actor or by anyone fo� whom ContYactor is respansible. Nothing in this Paragraph 4.06.G shall obligate Contrcrctor to inderran� any individual or� entity from c�nd against the cansequences of that individual's o� eniity's awn negligence. H. The provisions of Paragraphs 4.�2, 4.03, and 4.04 do not apply to a IIazardous Enviranmental Conditzon uncovered or revealed at ihe Site. CITY OF FORT WORTIi S`1'AIVDARl7 CONSTRUCTION SPECI['ICAT[07� DpCi_IMENTS Revision: Manch9,2020 00 �z ao - a GENERAL CONDITIONS Page 16 of 63 ARTICLE 5 — BONDS AND �NSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance reqnired by the Contract Documents to be purchased and maintained by Contractor sha11 be obtazzaed frarr� snrety or insurance com�anies that are duly licensed or a�thorized in the State oi Texas to issue bonds or insurance policzes �ar the limits and cov�rages so required. Such surety and insurance companies shal� also naeet such additional requiremen#s and quati�"ications as may be provided in the Supplementary Conditions. 5.02 Pepfor�nance, Pay�nent, and Maintenccnce Bonds A. Coniractor shall fiaz7nish per�ormance and payment bonds, in accordance vvith Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and paym�ent of all of Contractor's obIigations under the Coniract Documents. B. Coniractor shall furnish maintenance bonds in an amotznt equai to the Cozatract Price as security to protect the City against any defects in any po�rtion af the Work described in the Contract Documents. Maintenance bo�ds shall remain in eifect for twa (2) years after ihe date of Fi�zal Acceptance by the City. C. All bonds shall b� in the form prescribed by the Co�atract Documents except as provided otherwise by Laws or Regulations, and shaiI be executed by such sureties as are nazxzed in the list of "Cozx�panies Holding Certiiicates of Autharity as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Campanzes" as published in Circular 570 (amended) by the Financzal Management Sezvice, Surety Bond Branch, U.,S. Department ofthe Treasuz-y. AlI bonds signed by an agent or atfiorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney�itt-fact signed each bond. D. If tihe surety on any band furnislied by Contracior is declarec� ba��upi or becomes insoivent or its right to do business is terminated in the State of Texas or it ceases to meet ihe requirements of Paragraph 5.02.C, Contractor shall proznptIy notify City and shall, within 30 days after tl�e event giving rise to such notification, provide another bond and surrety, both of which shall comply with the z'eguirements of Paragraphs 5.01 and 5.02.C. 5.03 Ceriificates of Insurance Contractor shalI deliver ia City, with copics to each addiiional insured and Ioss payee identified in the Supplementary Conditions, certificates of insurance (other evidence of insurance requesied by City or any other addiiionaI ins�red) in at least the minimum amouni as specified in ihe Supplenrxentary Conditions wk►ich Contractar is required ta purchase anc! rnaintain. 1. The certificate of insurance shall docuzx�ent the City, and all ide�tifed eniities na�ned �n the Supplementary Canditions as "AdditionaI �nsured" on all liability policies. cr�x or �ouT wo���x STANDARD CONSTRUCTION SPECIFICATION DOCUMEN7'S Revision: Manch9, 2020 oo7zoo-i GENERAL COi�lDI710NS Page 17 of 63 2. The Contractor's gen�ral Iiability insurance shall itacIude a, "per project" or "per location", endorsement, which shalI be identified in the certificate of insurance provided to the Cziy. 3. The certificate shaIl be signed by an agent authorized to bind coverage on behali of the insured, be complete in its eniirety, and show connplete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. T�e znsurexs �ar all policies must be licensed and/or approved to do business in the State of Texas. Except for vvorkers' coznpezasatian, aIl insurers inust have a minimurn rating of A�: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent �nancial sti�rength a�d solvency to the satisfaction of Rislc Mat�ageznent. If the rating is below that required, written approvaI of City is required. AIl applicable policies shalI include a VlTaiver of Subragation (Rights of Recovery) in favor of the City. In addition, the Cantractor agrees to waive all rights of subrogation againsi the Engineer (if app�icable}, and each additzonal insured identified in the Supplementary Conditions b. Failure of the City �a demand such certifica�es or oiher evidence of full compIiance with the insurance requiremenis or failure of the City to identify a deficiency from evidence that is provided shall z�ot be construed as a waiver of Cantrac�or's obligation to �xaainiain sucl� lines of insurance coverage. 7. If insurance poIicies are not written for specified coverage limits, an Umbxella ox Excess Liabiliiy insuraz�ce for any diifierences is required. Excess Liability shall fallow form of the primary coverage. S. Unless otherwise stated, all required insurance shall be written an the "occurrence baszs". if coverage is underwritten on a clairns-made basis, the rreiroactive date sha11 be coincident wit3� or prior to the date of the effective date of the agreemenfi and the certificate of insurance shall state ihat the coverrage is claims-made and the retroactive date. The insurance coverage shall be zxaaintained for the duration of Yhe Contract az�d for three {3) years following Final Acceptanc� provided under the Contract Documents or for the warranty periad, vvhichever is longer. An annual certificate of insurance submitted to the Cziy shall evidence such zn:surance coverage. 9. Policies shalI have no exclusions by endorsements, which, neiiher nulli�y or amend, ihe required lines of coverage, nar decrease tl�e Iimiis af said coverage unless such endorsements are approved in writing by the City. In the event a Co�txact has been bid or executed and the exclnsions are determined to be uzaacceptable or the City desires additianal insurance coverage, and the City deszres the contractax/engineer to obtain such coverage, ihe cantract price shall be adjusted by the cost of the premium for such additzonal coverage plus 10%. 10. Any se�f-insured retention (SIR}, in excess of $25,aao.00, affecting required insurance coverage shall be approved by the City in regards io asset value and stackholders' equity. In C1TY O�' FOR'1"WORTH STANDARI� CO�ISTRUCTION SPECIFICATION DOCUM��I1'S Revision: Ma�h9,2020 oonoo-� GEN�RAL CONDIiIONS Page 18 of63 lieu of traditional insurrance, alternative coverage maintained through insurance pools or risk retentior� groups, must also be approved by City. 1 L Any deductible in excess of $5,���.00, for any policy that does not provide coverage on a first�dallar basis, ix�ust be acceptable to and approved by ihe City. 12. City, at its sole discretion, reserves the right to re�iew the insurance requiremenis and to make reasonable adjusiments Lo insurance covexage's and their �imits when deemed necessazy and prudent by tk�e City based upan changes in statutory law, court decisian or the cIaims hzstory of the industry as well as of Y1�e contracting pax-ty to ti�e City. The City shaIl be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written requesi and without e�pen;se, to receive copies af policies and endorsements thereio and may make any reasonable rec�uests for deletion. or revision or modifications of pazticular policy terms, conditions, limitations, or e�clusions necessary to canform the policy and endorsemenis to the rrequirezxaents afthe Coniract. Deletians, revisions, or modifications shall not be required where poIicy provisions are es�ablished by law or regulations bindzz�g u�on either party or the underwriter on any ,such policies. J.4. City shall not be responsible for the direct payznent of insurance premium costs for Contractar's insurance. 5.44 Contractor's .Insurance A. Workers Compensation and Erraployers' Liability. Contractor shall purchase and maintazn suck� insurance coverage wzih Iimits consistent with statutory benefttis outlined ita the Texas Workers' Compensatzan Act (Texas Labor Code, Ch. 40b, as amended), and minimum limits for Employers' LiabiIity as is appropriate forr the Work being performed and as will provide protection �rom claims sei forth belovv whzch may arise out oi or result frorn Contractor's perfozx�nance of the Work and Contractor's other obligations under the Contx�act Documents, whether it is to be perfanned by Contractor, any Subcontractor or Supplzer, or by anyone directly or indirecily employed by a�y of ther� to perfoz�a any af the Work, or by anyone for vvhase acts any of iherr� may be Iiable: 1. clainns Under workers' compansation, disability benefits, and other similar �mployee benefit acts; 2. claims for damages because af bodiIy injury, occupaiiona� sickness or diseas�, or death of Contractor's employees. B. Corrcmercial General Liability. Caverage shall inciude bui not be Iimited io covering liability (bodil� injuty or pxoperty damage) arising from: premises/operations, independent contractors, products/comp�et�d operations, personal inju�ty, and liability under an insured contract. Tnsurance shall be provided on an occurrence basis, and as comprehensive as the curre�t Insurance Services Of�ce (ISO) policy. This insurance shaIl appl� as primazy insuranee with respect to any other C1TY OF FORT WOIZTH S'I'ANllARDCONSTRUCTION SPEC�ICATIOII I70CIJNLEIVTS �Zevision: M���ki9, 2U20 DO 72 00 - 1 G�NERAL COND1TIOfVS Page 19 of63 insurance or self-insurance programs afforded ia the City. The Commercial Ger�eral Liability policy, shal� have no exclusians by endorsements that would alter of nullify premises/operalions, products/campleted operations, cantractual, personal i�jury, or advertising injury, vvhich are nortxaally con1:ained with the p.olicy, unless the City approves such exclusions in vvriting. For construction projects t�at present a substantial completed operration exposure, the City may require the contractor to maintain completed operaiions coverage for a minimum of na less than three (3) years falIowing f,he compl�tion of the project (if identified in the Supplementary Conditions). C. Autorriobile Liability. A commercial buszness auto policy shall provide coverage on "any auto", defined as autos o�t,vned, hixed and non-ov,�ned and pravide indemniiy for claims for damages because boc�ily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by tk�e Contractor, any �ubcontractor or Suppliez, or by anyone directly or indirectly employed by any of them to perforix� any of the Work, or by anyor�e for whose acts any oithem may be liable. D. RailNoad Protective Liability. If at�y of the work or any warranty work is within the Iimits of raiIroad right-of-way, tk�e Contractor shall cornply wiYh the requireznents identified in the Suppl�znentazy Condiiions. E. Nntification of Policy Cancellation: Conit'acior shall 'unmediately notify City upon cancella#ion or oiher loss of insurance coverage. Contractor shall siop vvork until z-eplacement insurance has been pracured. There shall be no time credii fox days not worked pUrsuant ta this section. S.QS Acceptance of Bonds and Insu�ance; Optian to I2eplace If City has ar�y objection to the coverage afforded by or oiher provisions oi the bonds or insurance requixed to be purchased and maintained by ihe Contractor in accordance wiY� Arti.cle 5 on ihe basis oi non-conformance �t�vi�h the Co�trac# Documents, the City sha11 so noiify the Contractor in writing �c�vithin 10 Business Days afier receipt of the certificates (or other evidence r�c�uested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may rcasonably request. If Contractor does not purchase or maintain alI of tk�e bonds and insurance required by the Contract Documents, the City shall notify ti7e Co�ntractor in writing of such failure prior to the start of the Work, or of such failure to �aaaintain prior to any change in the required coverage. AR.T�CLE 6 — CONTRACTOR'S RE�PON,S�B�L�TIES 6.OT Supervision and Superintendence A. Coniractar shali supervise, inspect, az�d diz'ect ihe Work competeniIy and efiiciently, devoting such attention thereio and applying such skills and expertise as may be necessary ta perform the Work in accoxdance with th� Contract Documents. Contractor shaIl be solely responsible for the means, methods, iechniques, sequences, and procedures of construction. CITY OF FORT WORTH STANDATtI] COATSTRUCTfON SPECIFICATION DOCUlVfENTS Revision;ll�v�1� 9, 2020 oonoo-i GENERAL CONDITIONS Page 20 of G3 B. At all times during the pragress of ihe VVor�, Contractor shall assign a comp�tent, En�lish- speaking, Superintendent who shall not be replaced without ovritien notice to City. The Superintendent will be Contractor's representaiive at tk�e Site and shall ha�e authority to act on behalF of Contractor. All communicatzon given to or received from the Superintendent shall be binding on Contiracior. C. Cozatt'acior shall notiiy the City 24 hours prior to inoving areas duxzng the sequence oiconstruction. 6.02 Labo�; Wo�king I�ours A. Contractor shall provide compe�:ent, suitably qualified personnel to perfor�xz cor�struction as required by the Confract Documents. Contractor shall at aIl iimes mainfiain good ciiscipline and order at the Site. B. Excepi as othexwise required for t�e safety �r protection of persons or ihe Work or properry at the Site or adjacent thereto, and e�cept as othez•wzse stated in tl�e Contract Documents, all Work at the Site sha11 be perfonnaed duxing Regular Vdorking Hours. Contractor t�vill nat per�xzit the perfo�nance of Work beyond Regular Working Hours or for Weekend Wor�ing Hours without City's written consent (which will not be unreasonably witk�held). Written request (i�y letter or electronic communication) to perform Work: 1. for beyond Regular Warking Hours request musi be made by noon at Ieast two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. foz �egaI holidays regues# musi be made by noon two Business Days prior to the legal holiday. 6.03 Services, 1Ylate�ials, and Equipfn�nt A. Unless atherwise specif ed in the Contract Documenis, Contxactar s�iaII provide and assurr►e full respor�sibility for aIl services, materials, equipment, labor, tra�sportation, construction equipmeni and machzne�ry, tooIs, appliances, fu�I, power, light, heat, telephone, water, sanitary iacilities, temporary facilities, and all other faciliiies az�d incidentaIs necessary for the performance, Contractor required tesiing, start-up, and campletion of the Work. B. AiI rna�erials and eaUipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees rrequzred by the Specifications shaIl expressl� run to the beneft o� City. If required by City, Contractor shall fumish satisfactory evidence (including reports of requzred tes#s) as fio fihe source, kind, and quality of nnate�als and equipment. C1TY OF FO1tT'WORTH STnNDA� GONSTRUCTIpN SPECIFICATTOI+2 DOCUM�,NTS Revision: M�h 9, 2020 pp72DO-1 GENERAL CONDiTIONS Pagc 2�I of 63 C. All materiais and equipment io b� incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and concEiiioned in accordance with instructions of ihe applicable Supplier, except as oihezwise may be provideci in the Contract Docu�ents. D. A�l iterris of standard equipm�nt to be incorporaied into the Work shall b� the Iatest model at the iime of bid, ut�less otherwise specified. 6.Q4 Project Sched�cle A. Contractor shall adhere to the Project Schedute established in accordance with Paragraph 2.07 and ihe General Requirements as it may be adjusted from tzzne to time as provided beIar�v. Contractor shall submit to Czty for acceptance (to the extent indicated in Paragraph 2.07 and the General Requize�nents} proposed adjustments in the Project ScHedule that will not resuli in changing the Contract Time. Such adjustznents will comply with any provisions of the General Requirements applicable tk�ereta. 2. Coniractor sha�l subzaait to City a monthiy Project Scl�edule with a znantl�ly progress payrnent for the dUration ofthe Contract in accordance with the schedule specificatian Ol 32 16. Proposed adjustments in the Project Schedule lhafi wilI change the Cont�ract Tzme shall be sub�nitled in accordance with th� requirements of Article �2. Adjusrinents in Contract Time may only be made by a Change Order. 6.OS Substiiutes and "ON-Equals" A. Whenever an iterza of inaterial or equipment is specif ed or described in the Contract Documents by uszng the name of a proprieta�y item or ihe name of a particular Supplier, the speciizcatian or description is intended to establish the type, iunctian, appearance, and quality required. Unless the specificaiion or description contains ar is followed by words reading that no like, equivalent, or "or-equal" item or no substiiution is permitted, other items of material or eyUipment of other Suppliers inay be subzxtitted to City %r review under the circumstances described below. 1. "Or�Equal" rtems.• If in Ciiy's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufFciently similar so that no change in related Work will be required, it may be considered by City as an "or-equal" item, in which case review and approval of the proposed item xx�ay, in City's sole discreiian, be acco�nplish�d wifihout compliance with sorx�e oz' all of the requirements for approval of praposed substitute i�ems. Far the purposes of this Paragraph 6.OS.A.I, a propos�d item of material or equipment will be cansidered functionally equal to an zterCxa sa named if: a. the City determines that: 1) it is at least equal in materials of consiruciion, quality, durability, appearance, strength, and design characteristics; CITY OF �Oi2T' WORTH STA]dAARI� G�NST1tUCTION SPECIFICAT[ON T]OCLiMENTS Ke�ision: Ma�h 9,2020 QD720D-1 GEiVERAL CONDITIONS Page 22 of 63 2} it wi�I reIiably perform at least equally rvell the functzon and achieve the results imposed by the design concept of tlae completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Coz�tractor certifies that, if approved and incorporated into the Woxk: 1) thez'e will be no increase in cosi to the City or inerease zn Cor�tt-aci Time; and 2} it will con%rm substantially to the deiailed requixeznents of the iiem named in the Contract Docutxients. 2. Suhstitute Ilems: a. Tf in City's sol� discretion an iiem of rz�aierzal or equipment proposed by Contractar aoes not qualify as an "or-eqUal" itern under 1'aragraph 6.OS.A.1, it may be su6mitted as a proposed substitute item. b. Contractor sl�ail submit suf'�cient infozx�aation as pf•ovided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that na�ed and an acceptable substitute thcrefor. IZequests for review of proposed substitute items of material or eqUipment rvi11 not 6e accepted by City from anyone other than Contractor. c. Contractor shall zx�a�e written application to Ci .ty for review of a proposed substitute item o� ta�aterial or equipment that Contractar seeks io furz�zs� ox use. The applicatian shall comply with Section OI 25 OQ and: 1) shall certify that the proposed substitute item will: a) perforin adequately the functions and achi�ve the xesults called for by the genera� design; b} be sinnilar in substance �a that specified; c} be sui�ed to the same use as thai speci�ed; and 2) wi�l state: a) the ex�ent, if any, to which the use of the proposed substitute item �vill prejudice Contracior's achievement of finaI campletion on tinne; b} whether use of the proposed substitute item in the Wark will require a change in any af the Contiract Documents (or in the provisions of any other direci contract with City �or other work on the Project) to ada�t the design to thc proposed substitute item; CITY OF FORT WORTH STANDARD CON59"121UCTTOAI SPECIFICATION DOGUMENTS Revision_ Ma�i� 9, 2020 oo�2ao-i GENERAL COiVDITiONS Page 23 of 63 c} wk�ether incorporation or use of the proposed substitute iiezxz in connec#ion with the Work is subject to payxx�ent of any license fee or royalty; and 3) will identi�y: a) all variations of the proposed substitute item from that specif ed; b) available engineering, saIes, maintenance, repair, and replacernent services; and 4) shall contain an itemized estimate of all cos�s or credits that vvill result dir�etly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other coniractors affected by any rresu�iing change. B. Substitute Construction Methods or Procedures; Yf a specific �neans, method, technique, sequence, or proceduz�e of co�nstruction is expressly r�quired by the Contract Docuzx�e�ats, Contractor may furnish or utilize a substitute means, inethod, technique, sequence, or procedure of construciion approved by City. Coniractor shall submif sufiicient informaiion to altovv City, in City's sole discretion, to determine that the substitute proposed is ec�uivalent to that expressly calied for by the Contract Documents. Contractor shall ma�e written application to City for review in the same manner as those provided ar� Paragraph 6.05.A.2. C. City s Evaluation: City wiIl b� aIlowed a reasanable time withi�z which to evaluate each proposal or submittaI made pursuant to Parag7raphs 6.OS.A and 6.05.B. City may require Cantractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. Na "or-equal" or substitute wiIl be ordered, installed or utilized until City's review is complete, which wiIl be erridenced by a Change Order in the case of a substit�ate and an accepied �ubznittaI for an "or-equal." City will advise Contractor in wriiing of its determination. D. Specicrl Guarantee: City may require Contractor to fUr�ish at Contractor's expense a special performance guarant�e, warranty, or other surety with respect to any substitute. Contractor shall indemn� and hold harmless City and anyone direcily or indirectly employed by them f�otn and against any and all claims, dan-rages, losses and expenses (including attorneys fees) a�ising out of the use of substituted materials or equipment. E. City s Cost IZeimbursement: City will record City's costs in evaluatiing a subsiituie proposed or submitted by Contractor pursuant to Paragraphs 6.OS.A.2 and 6.OS.B. Whether or not City approves a substitute so prflposed or submitted by Contractor, Contractor may be required io reimburse City for evaIuating each such proposed substitute. Contractar inay also be required to reizx�burse City for the charges for making changes in the Contract Documents (or in the provisions of any other direci contract with City} rresulting �rom the acceptance of each proposed substitute. F. Cont�acto�'s Expense: Contrac�or shall provic�e alI data in support of any prroposed substitute or "or-equal" at Contractor's expense. CI'I'Y QF FORT WORTH S`l'ANDARD CO�TS`I'lZ[]CTION SPECIFICATION DOCiIMENTS Revision: Ma�h9,202D 00 7z oa -1 GEN�RAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursernent: Cosis (sa�ings or charges) atf�ributable to acceptance of a substitute shaIl be incorporat�d to the Contract �y Chan�;e Order. II. Tirrze Txtensions: No addit�onal time will be granted for substitutians. b.06 Concerning Subconir�actors, Suppliers, and Others A. Contractor shall perform vvith his own organization, work of a value nat less than 35% of the value embraced on the Co�tract, unless otherwise a�proved by the City. B. Contracior shall not employ any Subcontractor, �uppIier, or other individual or entity, �whethez initially or as a replacement, against whom City may have rcasonable objection. Contractor shall not be required tio employ any Su.bcontractor, Supplier, or oiher individual or entity to furnish or perfor� ar�y of the Work againsi whom Contrraciox has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City inay from tizxae ta time require the use of certain SUbcontractors, Suppliers, or other individuals or enti�ies on th� project, and vviIl provide such requirements in the Supplemeniary Conditions. D. Mino�ity Business EnteYprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business �nterprises (MBE) in the procurement of goods and sezvices on a contracival basis. If Yhe Con#ract Docurr�ents provide far a MBE goal, Conh'actor is required to compIy vvith the inte�t of ihe City's MBE Ordinance (as azx�ez�ded} by the folIowing: 1. Cont�ractor shall, upon request by City, provide cafnplete and accurate information rregaz-ding actual work perfor�ned by a MBE on fihe Contraci and payment t�exefor. 2. Cantractor will not make additions, deletions, or substitutians of accepted MBE vcrithout written consent of the City. Any unjustifed change or deletion shall be a nr�aterial breach of Contract and may res�lt in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any baaks, records, or files in the possession of the Contractor that wiIl substantiaie the actual work performed by an MBE. Material misrepresentaiion of any nature will be grounds for tierminatzon of t�e Co�iraci in accordance with Paragraph 15.02.A. Any such misrepresentation nnay be grounds for disqualification of Contracior to bid on future con:tzacts wit1� the City for a period af not less than three years. E. Co�trac�or shall be fully responsible to City for all acts and omissions of the Subcantractors, Suppliars, and other individuaIs or entities performing or fiirrz�zs�ing any of the Work just as Contractorr is responsible for Contractar's owza acts and omissions. Noihing in the Con�ract Documents: CITY OF FORT WaFtl'H STANDARD CONSTRUCTION SPECIFICAT'IOIV DOCUMENTS T2evision: IVlacch9, 2U20 00 �a oo - i GENERAL CONDIilOf�S Pagc 25 of 63 1. shall create #'or ik�e benefit of any such Subcontractor, Supplier, or ather individual ar entiiy any contractuaI relationship i�etween City and any such Subcontractor, Supplier or other individual ar entity; nor 2. shall create any obligation on the part oF City to pay or to see to the payment of any rnoneys due any such S�bcontractor, Supplier, or other individuaI or entity except as zxzay oiherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for schecEuling and caordinaiing the Work of Subcontractors, Stappliers, and other individuals or entiizes perforrr�ing or furnishing any ofthe Work u�der a direct or indirect contract with Co�tractor. G. All Subcoz�tractors, S�ppliers, and such other zndividuals or entities performing or fizr.nishing any of t�e �Vork shall communicate with City through Contractor. H. All Work perfonned for Contractor by a Subcontractor oz Supplier will be pursuant to an appropriate ag�reement bettiveen Contractor and the Subcontxactor or �upplier which specifically binds the Subcon#ractor or Supplier ta the applicabIc terrns and condiiions a� the Contract Documents for the benefit of Ciiy. b.07 Wage Rates �. Duty to pay Prevailing Wage Rates. The Contractor shall comply wzih all requirements of Chapter 2258, Texas Government Code (as amended), including the payment af not Iess tl�an the rates deiez�r�ai�ed by the City Council of the City of k'ort Worth to be tI�e prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contiractor or any Subcontractor who daes not pay the pxevaiIing wage shalI, upon demand zx�ade by the City, pay ta the City $60 �ox each warker employed far each calendar day or part of the day that the worker is paid �ess than the prevailing wage rates stipulated in ihese contract documents. Thzs penalty shall be retained by the City to offsei its administrative costs, pursuant ta Texas Goveznment Code 2258.023. C. Complai�ats of Violations and City �eter^mination af Good Cause. On receipt of info�ation, including a compiaint by a vvorker, concerning an al�eged violation of 2258.023, Texas Government Code, by a Coni:ractor or Subcontractor, the City shall make an initial detertnination, before the 31st day af(er the date the City receives the information, as to whether good cause exists to believe lhat the vzolation occurred. The City shall noti�y in writing the Contractar or Subcontractar and any affected worker of its znitial determination. U�on the City's de�erminatioza that ihere is goad cause to believe the Contractor or 5ubcantractor has violated Chapter 2258, the City shall retain the fuIl amounts claimed by the claimant or claimants as ihe diifier�nce between vvages paid and wag�s due under the prevaili�g wage rates, such amounts being subiracted frorn successive progress payments pending a final determination of the violation. C1TY OF �'OIiT WORTH STANDARD CONSTK{ICTTON SP�,CIFICATION DOCUMENTS TLevision:11+1�ch9, 2f�0 00 72 00 - 1 GENERAL CO�]DITIONS Pagc 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violatian of Section 2258.023, Texas Govexnment Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbiiration in accordance with t�e Texas General Arbitration Act (Article 224 ei seq., Revised Statntes) if ihe Con�ractor or Subcontracior and atay affected worker does not resolve the issue by agreement before the i Sth day after the date the City makes its initial detezxnination pursuant to Paragraph C above. If the persons required to arbzirrate under this section do not agree on an arbitzator before the 11th day after the date that arbitration is required, a district court shalI appoint an arbitrator on the petition of any af the persons. Tl�e City is not a party in the arbi1ration. The decision and awarrd of the arbitrator is final and binding on all parties and may be enforced in any caur� of campetent jurisdiction. E. Records to be Maintained. The Confractor and each Subcont�ractor sha11, for a period of three (3) years following the date of acceptance of the work, inaintain records that show {i) the name and occupation of each worker ezx�ployed by the Confiractor in the constructio� of the Work provided for in this Cantract; and (ii) the actual per diem wages pazd to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paxagraph 6.23, Right to Audit, sl�all pertain to this znspection. F. P�og�ess Payments. With each progress payt�ae�t or payroll period, whichever is less, the Contractor shalI submit an affidavii stating that the Con�ractor has complied with the requirejnents of Chapter 2258, Texas Governmenfi Cod�. G. Posting of Wage Rates. The Confractor shaIl post prevai�ing wage rates in a cdnspicuous place at all times. H. Subcontractor Complia�ace. The Contractor shaIl include in its subcantracts and/or shall otherwise require alI of its ,Subcontractors to cozxaply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor ,shall pay all Iicense fees and royalties and assume a11 costs incident �o the use zn ihe perfoz-�x�ance of the Wark or the incorporation in the Work of any invention, design, process, product, or device vvhich is tk�e subject oipatent rights or copyriglats held by others. If a particuiar in�reniion, design, process, prodnct, or device is specified in the Contract Documents for use in �e pe�r£ormance of the Work and if, io the actual knowledge of City, its use is subject ta patent rights or copyrighis calling for the payment of any license fee ar royalty to others, the existence of such rights shall be disclosed by City in the Cantract Doc�zx�ents. Failure of tne Ciiy to disclose such infarmation does not relieve the Con�iractor from its obligations to pay forr t�e use of said %es or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Cont�actor shall inde�tan� and hold harmless City, _ fi-orya and against all claims, costs, losses, and da�aages (including- but not Iimited to all fees crnd charges of engineer�s, architects, attorneys, and other p�ofessionals and all cau�t o� aNbitration o� othe� dispute �esalution costs) arising out of or relating to any inf�ingernent of patent rights o� copy�ights incidenl to the use in the perforrnance of the YYork or resulting frorra CITY OF FORT WO1tT�T S`I'AN}�ARD CONS'I'1tUCT[ON SPECIFICATION DOCCJIVIENTS Revision: Ma�h 9,2020 00 �2 00 - i GENERAL COND]TfOiVS Page 27 of 63 lhe incoNpo�ation in the Wo�k of any invention, deszgn, process, �roduct; or device not specified in the Cont�act Documents. 6.09 Per�nits and Utilities A. Cont�actor obtai�aed pe�mits and licenses. Contractor shall obtain and pay for all cozast7ruction permits ar�d licenses except those provided for in the Supplementazy Conditions or Confiract Documents. City sha11 assist Contractor, when necessary, in obtaining such permits and licenses. Coniractor shall pay all governmental charges and inspection fees necessary for ihe prosecution of the Work which are applicable at the tirr�e of opening of Bids, oz-, if there are no Bids, on the Effective Daie of the Agreement, except for permits provided by the City as specified in 6.09.B. City shalI pay all charges of utility owners for connec�ions for providing p�rrnnanent service to the Wark. B. City obtained permits and licenses. Ciiy will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Con�ract Documents. It wi�� be the Contractor's respansibility ta carry out the provisions of the pez7tnit. �f tkze Cantractor initiates changes to the Contraci and the City approv�s the ck�anges, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agenc�+. The City will not rreimbuxse the Contractor for any cost associated vvith these requirremenis of any City acquired permit. Th� follorving are pert�nits the City will obtain if reqnired: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Pez�its 3. Texas Corrunission on Environmental Quality Permits 4. Razlroad Campany 1'ermits C_ Dutstcanding permits and licenses. The City anticipates acyuisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance wzih ihe schedule set forth in the Supplementary Conditions. T�e Praject Schedule submit�ed by fhe Contractor in accordance vviY11 the Contract Doctaments must cansider any outstanding permits and licenses. 6. i 0 Lcnvs and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable �o the perforrnnance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the Citiy shall noi be responsible for monitoring Contractor's compliance with any Laws ar Regtzlations. B. If Contrac�tor pez-£ox�rns any Vdork lrnowing or having reason to know that it is cont�ra�ry to Laws or Regulatzozas, Contrac�or shall bear all cIaims, costs, Iosses, and damages (zncluding bui not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CI7Y OF FOR"I' 1�O1tTH STf1N�Al2D CO�lSTRUCTIpN SPECIFICATION DOCUMI'NTS Revision:lVla�i� 9, 2D20 �07200-] GENERAL CONDI710N5 Pagc 28 of 63 court or arbitration or other dispute resolUiior� costs) arising out of or relating to such Work. Howev�r, zt shal� noi be Contractor's responsibility io make certain that t�ie Speci�cations and Drawings are in accnrdance with Laws and Regulations, but this shall not reiieve Cantracior of Contractor's obligations under Paragirap� 3.02. C. Changes zn Laws or Regulations not known at ihe time of opening of Bids �aving an effect on the cost or time of performance of the V47ork may be the subject af an adjusfiinent in Contract Price or Contract Time. 6.11 Taxes A. On a confract awarded by fhe City, an organization which qualifies %r exemption �ursuant �o Texas Tax Code, Subc�apter H, Sections 151.301-335 (as amended}, the Contractor may purchase, rent or lease a11 materials, suppIies and equipment used or constuxzed in the performance of this contract by issuing to his supplier an exeznption certificate in Iieu of the tax, said exemption certificate �o compIy wzt� State Comptroller's Ruling .007. Any such exemption ceriificate issued to th� Cozatractor in lieu oithe tax shall be subjeci to and sha11 comply with the provisian of State Camptroller's Ruling .Ol l, and any other applicable rul�ngs pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: Comp�roll�r of Public Accounts Sales Ta� Division Capital Station Austin, TX 78711; or 2. http:'/www.window.state.taL.�s��info��axforms/93-forms.huni 6.12 Use of Site crnd Other AYeas A. �imitation on Use ofSite and Othe�Ar^eas: 1. Contraciorr shall confine consiruction equipment, ihe siorage of maierials and equipment, and the opexaiions of workers to the Site and ather areas permitted �y Laws and Regula�ions, and shall not unreasonably encumber the Siie and other areas with consiruction equipment or other materials or equip�er�t. Contractor shall assume fuIl responsibility for any darcx�age to any such lat�d or area, or to the own�r or occupani thereoF, or of any adjacent land or areas resulting from the performance of the Wark. 2. At any tiine when, in t�e judgment of the City, the Contractor has obs�ucted orr closed ar is carrying on operations in a portion of a stre�t, rrig�t-of-way, or easement greater �han is necessary for proper execution of the Work, the City may require the Contractor to finish the section on w�aich operations are in progress before �work is commenced on any addi�ional area of the Site. crT�r o� �onr woxTx STANDARDCO�IS7'RUCTION SPECII^[CATION DOCUMENTS Rcvision: Ma�[� 9, 2020 aorzoo-i GEN�RAL CONDITIONS Page 29 of 63 3. Shauld any Damage Claim be made by any such owner or occupant b�cause ofthe performance af the Work, Coniiractor s�all promp�ly attempt to resolve the Da�r�age Clai�a. 4. Pursuant to Paragraph 6.21, Cont�acto� shall indemn� and hold harmless City, fram and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Perforsnance of the Work: During the progiress o� the Work Cont�ractor shall keep the Sitc and other areas firee frorn accuznulations of waste materials, rubbish, a�d ather debris. Removal and disposal of such waste materials, rubbish, and oti�er debris s�all conform to applicable Laws and Regulatians. C. Site Maintenc�nce Cleaning.• 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding zn a zx�anner unsatisfactory to the City, if tihe Contractor fails to correct ihe unsatisfactory procedure, the City may take sucla direct action as the City deems appropriaie to correct 1:he clean-up deftciencies cited to the Contractor in the written notice {by letter or electronic communicaiion), and ihe costs of such direct action, plus 25 % a� such costs, shaIl be deducted fro� t�e monies due or to become due to the Contractorr. D. �'inal Site Cleaning: Prior to Final Acceptance of tk�e Work Contractor shall clean the Site and tk�e Wor1c and make it ready for utilization by City or adjacent property owner. At t�e cornpletion of the Work Contractar shall remove from the Siie all tools, appliar�ces, construct�on equipment and naachinery, and stuplus materials and shall restore to original condition or better a11 property disturbed by the Work. E. Loading St�uctures.• Cantractor shall not load nar perrmzi any part of any siructure to be loaded in any manner that will �ndanger the stiructure, nor shall Confractor subj�ct any part af the Worlc or adjacent properiy to st�esses or pressures �hat will endanger it. 6.13 Record Documenis A. Contractor shall mainlain in a safe p�ace at the Site or in a place designated by the Contractor and approved by the City, one (l ) record copy of aIl Drawings, Specificatzons, Addenda, Change Orde�rs, Field Orders, and written interpretations and clarifica�ions in good order and annotated to show changes made during construction. These record docum�nts iogether vvith a11 apprroved Samples and a counterpazt of all accepted Submittals r�vi11 be avaiIable ta City for reference. Upon completion of the Work, these record documents, any operration and maintenance manuaIs, ar�d Submitlals will be delivered to City prrioz to Final Inspection. Contractor sha11 include accurate locatians fox buried and imbedded items. 6.14 Safety and Protection A. Contractor sHal1 be solely respansible for initiating, maintaining and supe�tvising all safety precautions and programs in cannection with the Work. Such responsibility does not reIieve Subco�tractors of their responsibility for the safety af persons or property in the per�'ormance of fheir work, nor for comp�iance wzih applicable safety Laws and Regulations. Contractor shall C1TY OF POKT WOR"1'�T STANDARD CONSTRl1CT'�ON SPECIFICATION D�CUM��+lTS T2evision: Ma�h9,2020 007200-1 G�NERA� COiVDITIONS Page 30 of 63 Zake all �ecessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or Ioss to: 1. alI persons on the Site or who rnay be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. ather property at the Site or adjaceni thereto, includ�ng trees, shrubs, lawns, walks, pavements, roadways, structures, uii�ities, and Underground Facilities noi desig,7nated for removal, relocation, or replacement in the course of construciion. B. Contractor shall comply with all applicable Laws and Reg�lations relating to the safety of persons or property, or #o the proteciion o� pexsons or property from damage, injury, orr loss; and shail erect and mai�tain all necessary safeguards for such safety and prrotection. Contractor shall notify owners o� adjacent property and af Underground Faczlities and other utility owners vvhen prosecuiion of the Work may affeci thezx�, and shall cooperate with them in the protection, removal, re�ocation, and replacemenfi oitheir property. C. Cantractor shall corxaply wit11 t:he applicable requirements of City's safety programs, if any. D. Cantractor shaIl inform Ci�y of the specific requirements of Contractor's safety program, if any, with which City's employees anc3 represeniatives musi comply r�vhile at the Saie. E. All datx�age, injury, or loss to any properiy refertx�ed to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly ar indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, orr any other individual or entity dizectly or indirectly emplayed by any of therCx� to perform any of the Work, or anyone foz whose acts any of them may be liable, shall be re�nedied by Contractor. F. Contractor's duiies and responsibzliiies for safety and for proiection of the Work shall continue until such tinr�e as ali the Work is compieted and City has accepted the Work. 6.15 Safety Rep�esentative Contractor shall inform Ciiy in wz�iting of Contractor's designated safety representat�ve at the Site. 6.16 Hazard Coanmunication PYograms Contz�actar shall be respansible for coordinating any exchange of material safety data sheets ar other k�azard communication inFormation rrequired to be made available to or exchatxged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/ar Rectification A. In emer�encies affecti�g the safety or proteciian of persons or the Wark or property at the Site or adjacent thereto, Contrac�:or is obligated tio act to prevent threatened damage, injury, or los,s. Contractor shall gi�e City prorzapt written notice if Coniractar believes t�at any significant CI fY pF FORT WOKTII STANDARD CONSTRUCT70N SPEGIFICATIOAT DOCi.1M1�NT5 Revision: Manch9,2D20 OU7200-1 �EN�RAL COND]TIONS Page 3 l of 63 changes in the Work ar variations from the Contraei Docuzx�ents have been caused thereby or are required as a result thereof. If Ciiy determt�ines that a change in the Contract Docuznents is required because of the actzoz� taken by Contractor in response to such aza emergency, a Change Order may be issued. B. ShouId the Contractor fail to respond ta a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirrements of the Coniract Dacuments, the City shall give the Contractor written notice that such work or changes are to be pe�r£ormed. The written notice shall direct attentioza io the discrepant candition and request tk�e Contractor to take remedial action to correct the condition. In the event the Contractor does not take pasitive steps ta fulfill this written request, or does not show just cause for not tal�ing the proper action, within 24 ha�rs, tY�e City may take such remedial action with City forces orr by contract. The City shall deduct an amount equal to the entire costs for such rremedial action, plus 25%, from any funds due or become due the Contractar on the Projeci. b.18 Submittals A. Contractar shall subznii required Submittals to City for review and acceptance in accordance with the accepted Schedule af Sub�nittals (as rec�uired by Paragraph 2.07). Each sub�mittaI will be identified as City may requzre. 1. Submii number of copies specif ed in ihe General Requiremenis. 2. Data shown on the Submittals wilI be complete with respect to quantities, dirnt�ensions, specified performance and design criteria, materials, and simiIar data to show City the services, maierials, and equipment Contracior proposes to provide and to enable City to revi�w the information for the limited purposes required by �aragraph 6.18.C. 3. SubmittaIs submitted as herein provided by Coniractor and reviewed by City for con%z�x�ance with the design concept shall be executed in conformity vvith the Co�tiract Documents unless otheravise required by City. 4. When Submittals arre submitted for the puxpose of showing t�e installation in greater detail, their review shall not excuse Contractor from requi�ements sha�rn on the Drawings and Specifications. S. For�Information�Only submitlals upon which the City zs not expected to conduct revievv or take responsive action may be so identified in t�e Contracfi Doc�aments. 6. Submit required number of Samples specified in the Specifcations. 7. Clearly identify eackz �ample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City io review the submittal for the �imitied p�poses required by Paragraph 6.18.C. crrY o� ro�� waR�rx STANDARD CONSTRUCTIO71 SPECIFICATIUI� T]QC[.TMENTS Itevision: Mair.ki 9, 2020 oa7zoo-i GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contx�act Dociunents or the Schedule of Subinittals, any related Worl� perfozxx�ed prior to City's review and acceptance of i�e pe�rtinent submitlal will be at the sole expense and respor�sibility of Contractox. G City's Revievv: 1. City will provide timely review of required Submittals in accordance with the Schedule of �ubmitlals acceptabl� to City. City's review and acceptance will be only to determine if ihe items covered by tihe su�mittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with fihe design cancept of the campleted Project as a functioning; wk�ole as indicated by the Coniract Docuinents. 2. Ciiy's review and acceptance wiIl not extend to means, rnethods, tecbz�iques, sequences, or pr4ced�ares af construciion {excepi where a pariicular meazas, method, technique, sequence, or procedure of construction is speci�cally and expressly cailed for by the Contiract Documents} or to safety prrecautians or programs incident tnereto. The review and acceptance of a separate item as such will not indicate approval of t�e assembly in which the iiem functions. 3. City's review and acceptance shall not relieve Contractor frozxz respansibility for any variation frozn the requirements of the Contract Documents unless Contractor has complied with the requirements of Section O1 �3 aQ and City has giver� written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shalI not relieve Contractor from responsibility for complying with the requiremen:ts of the Contract Documents. 6.19 Continuing the Wor]c E�cept as otherwise provided, Contractor shall carry on the Work and adhere to the Project ScheduIe during aIl disputes or di,sagreenaents with City. No Work shall be delayed ox postponed pending resolution of any disputes or disagreemenis, e�cept as City atad Contractor may otherwisa agree in wz-iting. 6.20 Contracta�'s General Warranty atad Gua�antee A. Contracior warrants and guarantees to City that a�l Work wiIl be in accordance with the Contract Docurnenfis and wiIl not be defective. City and its officers, directors, memberrs, partners, �m�loyees, agents, consuIta�ts, and subcontractors sha11 be entitled ia rely on representation of Contraciorr's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or dainage caused by: 1. abuse, modi�cation, ox zmproper mairrt�nance or operation by persons oiher than Contractor, Subcantraciors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF PORT 4VOItTH STANDARD CO�lSTRUC'1TOAI SPEC�'ICATION ➢OCU11+fENTS Revision: Mac�134, 2020 00 72 00 - 1 GENERAL CONDITIONS Pagc 33 of 63 2. norma� wear and tear under normaI usage. C. Contractor's obligation to perform and complete the V4�ork iza. accordance with the Cantract Documents shall b� absoluie. None of the fol�owing will constitufie an acceptance of Work tk�ai is not in accordance with the Contx�act Documents or a re�ease of Contractor's obligaiion to pert'orm the Work in accordance with the Contract Documents: 1. observations by City; 2. recammendaiian or paymeni by City of any progress or f nal payrtient; 3. ihe issuance of a certificate of FinaI Acceptance by City or az�y payment related thcreto hy City, 4. use or occupanc� of the Worrk ox any part thereof by City; 5. any review and acceptance af a Submittal by City; 6. any inspection, lest, or a�prova� by others; or 7. any correction of defective Work by Ciiy. D. The Contractor shall remedy arty defects or damages in the Work and pay fox any damage to other work ar property res�alting there�rom which shall appear wii:hin a period of two (2) years from the date of Final Acceptance of i�e Work unless a longer period is specified az�d shaIl furnish a good and sufficient maintenance bond, complying vvith the rrequirements of Article 5.02.B. Tk►e City will giv� notice of observed defects with reasonable promptness. b.2I �ndemnification A. Contractor covenants and agrees to indemnify, hold harmle�s and defend, at its own expense, the City, its officers, servants and employees, frona and against any a�d all c�aims arising aut of, or alleged to arise out of, the work and services to be performed by the Contractor, its offtcers, agents, employees, subcontractors, licenses or iz�vitees under this Contracfi. THIS INDEMN�kI�ATTON PROVISION IS SPECII+�CALLY INTEND�D TO OPERATE AND BE_EFFECTIVE EVEN IF IT IS ALLEGED_OR PROVEN THAT� L, OR SOME OF THE DAMAGES BEING SOUG�' WERE CAUSED. IN WHOLE OR IN PART BY ANY T ONIISSION OR NEGLYGENCE THE CITY. This �ndemnity provision is in�ende�l io include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such clainns and causes of actions. B. Co�trac#or covenants and agrees to indemnify and hold harmless, at i#s own e�pense, the City, its officers, se�-v�nts and exnployees, from and against any and all loss, damage ar destruction of property of the City, arising oat of, or alleged to ax-�se out of, the work and services �o be perform�ed by t�e Contractor, its officers, agents, em�Iayees, subcontractors, licensees or invitees under this C�ntract. TffiS �1P_EMNYl�'ICATION PROVISION I� CI7'Y O� FOIZTWORTH STAIVAARD CpNSTRUCTION SPECIPICA'1'ION DOCUMEN"I'S Revision: Mamh9,2020 00 �z oo - i GEiVERAL CONDI710NS Page 34 of 63 SPECIFICALLY INT ND�D TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLFGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED�TN WHOLE OR IN PART. BY ANY ACT. OM�SS�ON _(ZR NEGLTGENCE OF THE CITY. 6.22 Delegation of Prafessianal Design Ser�vices A. Cont�ractor vuill not be required to provide professionai design servic�s uz�less such services are specif cally rcquired by the Contract Documents fox a poz-tian of the Wark or unless such s�rvices are required io cazxy out Contractor's responsibiIities for construction means, method,s, teclarnzques, sequences and procedures. B. Ii professionaI design services or certzfication�s by a design professional related ta systems, materials ar equipment are specifically required of Contractor by the Contract Documents, City will specify aIl performance and design criteria that such services must satisfy. Contractor shall cause such services ar certi�cations to be provided by a properly licensed professional, whose signatiure and seal shalI appear on all drawings, calculations, specifications, certificaiions, az�d Submittals prepared by such professionaI. Submittals related ia tk�e Work designed or certified by such prof�ssional, if prepared by others, s�all bear such prafessional's writ�en approval when submitted to City. C. City s�►all be entitled to rely upon the adequacy, accuracy and co�apletet�ess of the services, certifications or approvals perfortned by su.ch design pro%ssionaIs, provided City has speci�'ied to Cont�racior performance and design criteria tI�at such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and accepta�ce of design calculations and design drawings vsrill be only for the �inr�ited purpose of cl�ecking for conformance with performance and design crite�a gi�en and the design concept expressed rn the Coniract Docuxx�ents. City's review and acceptance of Submittals (excepti design calculatzons and design drawings) wilI he only for the purpase stated in Paragraph 6.18.C. b.23 Right to Audit A. The Contractor agrees that the City shall, until ihe exp�ration of three (3} years after finai payment under t�is Coniract, have access to and the right to e�arnine and photocopy a�y directly pertinezai books, documenis, papers, and records oFthe Cantractorr involving transactions relating to this Contract. Contractor agree,s that the City shall have access during Regular Working Hours to all necessary Cantracior facilities and shall be provided adequate and appropriate vvork space i� arder ta conduct audits in compliance vvith ihe provisions of thfs Aaragraph. The City shall give Contractor reasonable advance notice o£ intended auc�tts. B. Contractor further agx�ees to include in all its subconiracts hereunder a provision to the eff�ci th�at t�e subcontracto� agrees that the Ciiy shall, until ihe expzratzon of three (3) years aFter imal payment under this Contract, ha�ve access to and the right to exarr�ine and photocopy any directly pertinent boo�s, documents, papers, and records of such Subcontractor, involvi�ag transactions to the subcontract, and furlher, tnat City sha11 have access during Regulax Warking Hours to all CTTY OF FORT WORTII STAt�DAIZDCONSTRUCTION SP�CQfCATION DOCC7MEIdTS Revision: M�ch 9, 2020 00 72 00 - 1 GENERAL COiV[IITIONS Page 3S ofG3 Subcontractor facilities, and shaIl be �ravided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcantractor reasonable advance notice af intended audzts. C. Contractor ar�d Su.bcontractor agree to phatocopy such documents as may be requested by the City. The City agrees io reimburse Cont�ractor for the cost of the copies as follows at t�e rate published in ihe Texas Administrative Code in effect as af the time copyi_z�g zs pez-formed. 6.24 Nondiscrfmination A. The City is responsible for operrating Public Transportation Prograins and imple�nnenting transit- related projects, which are funded in part with Federal £'znancial assistance awarded by the U.S. Department of Transportation and the k'ederal Transit Adrninistration (FTA}, without discriminating against aziy person in the United States an the basis of race, color, or natianal origin. B. Title I�I, Civil Rights Act af 1964 as arraended.� Contracior shal� camply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7— OTHER WORK AT THE S�TE 7.OI Related Work at Site A. Cifiy may perform other wor� related to the Project at the Site vvith City's ezinployees, or other City cont�ractors, or through other direct contracis therefor, or have ol:her work performed by utility ow�ers. Tf such other work is not noted in the Contract Documents, then written natice thexeof will be given ta Coniractar prior to starting any such other work; and B. Contractor shaIl afford each other contractor ovho is a party io such a direct contract, each utility owner, and City, if Ciiy is performing other work with City's employees or othex Ci�ty contrac�ors, proper and ,safe access to the Site, �rovide a reasonable opportunity for the introduction and storage of maierials and equipment and the e�ecution of such other work, and pro�erly coordinate t�ie Work with iheirs. Contracior shall do all cutting, fi�iing, and patching of the Work that may be required to properly cannect or oi:herwise make its severaI parts come together and properly integrate with such other wor%. Contractor shall nof endanger any work of others by cutting, exca�ating, or otherwise altering such work; provided, howe�er, ihai Contractor �x�ay cut or alter others' work wiih tk�e written consent of Ciiy and the others wk�ose wark will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon vvork perfozmed by others under this Article 7, Coz�tractor shall inspect such other work and promptly report to City in rvritzng any delays, defects, or de�ciencies in such other work that render it unavailabie or unsurtable for the proper execution anci resuIts of Contractar's Work. Contractor's failure io so report will constitute an acceptance of such other war1� as fit and proper for integration with Contractor's Work except for latent defects in ihe vvork provided by athers. CI'I'X OF FQRT WORTH STANDARD CONS"I'RUCTION SPECIFICATI03V DQCi 1ME3v'TS Revision: Ma�h 9,2020 OD7200- l GENERAL CONDI710NS Page 36 olf G3 7.02 Coordination A. If City intends to conYract �with otk�ers for the per�'ormance of other rvorl� on the �'roject at the Site, the followzng will be set%rth in Supp�e�nentary Condifions: thc zz�dividual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identif ed; 2. the speci�"ic matters ta be covered by such authority and responsibzlity will be iteinized; and 3. the exie�t af such authority and responsibilities wilI be pravided. B. Unless oiherwisc provided in the �upplenaentary Conditions, City shall ha�ve autlaority for such caordination. ARTrCLE 8 — CITY'S RESPONS�B�LITIES 8.01 Co�tamuniccrtions to Contracto� Except as otherwise provided in tk�e Supple�nentary Conc�iiions, CiLy sha�l issue alI co�nmunica�ions to Contractor. 8.02 Fu�nish Data City shall timely furni,sk� tlae data required under the Contract Docuzx�ents. $.03 Pay When Due C�ty shall make pa�menis to Co�tractor in accordance with Article 14. 8.04 Lands crnd �asements; I�epo�ts and Tests City's duties with respeci to providing Iands and easements and providing engineering surveys to establish reference points arre set farth in �aragraphs 4.01 and 4.05. Paragraph 4.02 re%rs to Ciiy's identifying and nna�Ctng available to Contracior copies of rreports of explorations and tests of subsurface conditians and drawings of physical canditzons relating to existing surface or subsurface stiructures at or contiguous to the Site that have been utilized by Ciiy in preparing the Contract Documents. S.OS Change D�deNs City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, andApprovals City's responsibility with respect to certain inspectzons, tes�s, and ap,provals is set forth zn Paragraph 13.03. CTI'Y O�' �'ORT WORTH STANDARD CbNSTR[7C1'CON SPEC�'ICATTON DOCUMENTS Revision: N1atGh 9, 2020 oo�zoo-� G�NL�RAL CONDITIONS Yage 37 of 63 8.07 Li�titatians on City s Responsibilities A. The City shall not supervise, direct, or ha�e control or authority over, nor be responsible for, Contractox's �neans, methods, techniques, sequences, or procedures of construciion, or the safety precaufiions and programs incident th.erreto, or for any faiIur� of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordaz�ce with the Contract Documents. B. City wi11 notify the Contracior of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condilion City',s respansibility with respect to at� undisclosed Hazardous Environmental Candriion is set fort� in Paragraph 4.06. S.Q9 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific appiicable requirements of Conlractor's safety programs of whicn City has been informed pursuan� to Paragraph b.14. ARTICLE 9--- CITY'S OB�ERVATrON STATUS DURING CONSTRUCTYON 9.01 City s P�oject Manager City vvill provide one ar more Project Manager{s) during tk�e construction period. The duties and responsibilities and the limitations of autk�ority of City's Project Manager during constrUction are set forth in the Contract DocUrnents. The City's Project Manager for this Coni�ract is identifiied in the Supplementary Conditions. 9.02 Visits lo Site A. City's Project Manager wilI make visits to the Site at intervals appropriate io the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the vaxious aspects of Contractor's e�ecuted Work. Based on informaiion obtained during such visits and observations, Czty's �'raject Manager will datermine, in general, if the Worlc is proceeding in accordance with the Cantract Documenis. Ciiy's Proj�ct Manager will not be required to make exlaaustive or continuous inspections on the Site ta check the quality or quantity of the Work. City's Project Manager's efforts will be directed toward �roviding City a greater degr�e of con�dence thai the completed V�ork wilI conform gezaerally to the Contract Documents. B. Cziy's Project Manager's visits and observations are subject to all the lirnitations on authorrzty and responsibiIity in the Con�ract Docurnents including those set i`orth in Pa�ragraph s.a�. CITY OF FORT WOKTI-I STAtJDARD COTiSTRUCTION SPECIFICATION DOCOM�NTS Revision: Macch9,2020 oo�zoo-t GEN�RAE CpNDITI0iV5 T'age 38 of 63 9.03 Authoriaed varic�tions in Work City's Project Manager may authorize zx�inor variations in the Work fro�n i:he requireznents of ihe Contract Docuinents which do not involve an adjustment in the Coniract Price or the Contract Time and are compatible with the design concept af the cozr�pleied P��oject as a fi2nc#ioning c�vhole as indicated by the Contract Documeni:s. These may be accomplished by a Fie�d Orderr and wiIl be binding on City and also on Cantractor, wha shall perforrn the Work invoIved promptly. 9.�4 Rejecting Defective Work Czty will have authority to reject Work wl�ich City's Project Manager believes to be de�ective, or will not produce a co�pleted Project that con%rms to the Contraci Docuzx�ents or that will prejudice the integ7rzty of the design concept of the completed Project as a functioning whole as indicated by t11e Contract Documents. City will have autk�ority to conduct special inspection or tesiing of the Work as provided in Article I 3, whether or not the Work is fabricated, instal�ed, or completed. 9.05 Determinations for Wo�-k Performed Contractor will determine tl�e actual quantities and classifications of Woxk pez�farmed. City's Project Manager wi11 review with Contractor the preliminary determinations on such matters before rendering a w�ritten recominendation. City's written deciszon will be final (excepi as modified to rreflect changed factual conditions or more accurate data). 9.06 Decisions on Requirenients of Contract Dacumenis and.h[cceptability of Work A. City will be the iniiial interpreter of the requirements a�the Contract Documents and judge of the acceptability of the Work thereunc�er. B. City will render a written decision on any issue refez7red. C. City's written decision an the issue referred wilI be final and binding oza ihe Con#ractor, subj�ct to the provisions of Paragraph 10.0b. ARTICLE 14 — CI-IANGES IN THE WORK; CLAIMS; �XTRA WORK 10.01 Authorized Charages in the Wo�k A. Wiihout invalidatiz�g tlae Contract and without notice io any surety, City may, at any tirne or fram time to tirr�e, order Ex�ra Work. Upon notice of such Extra Work, Contracior shall promptIy proceed with tY�e Work involved wk�ich will be performed under the applicable canditions oF the Cantiract Docu�xaents (except as oiherwise specifzcally provided}. Extra Work sha11 be menr�orial�zed by a Change Order which may orr zx�ay nat precede an order of E�tra vvor�. B. For minor changes of Wor� noi requirFng changes to Contract Ti�nne or Contract Price, a Field Order may be issued by the City. CI"£Y OF POIZT WOR'1'H S'i'ANDARD CONSTKIJCTION SYECIFICATION 1�OCUM�,NTS Ttevision: March9,2020 00 72 OD - 1 G�NEFiA� CONDITIONS Page 39 of 63 l 0.02 Unauthorized Changes in the Work Contractor shall noi be entitled to an increase in the Cantract Price or an extension o� the Contract Time vvith respect to any work performed that is not required by the Coniract Documents as amended, modi�ed, or supplemented as provided in Paragraph 3.04, except in the case of an ezx�ergency as provided in Paragraph 6.17. 10.03 Execution of Change OYders .A. City and Contractor shall e�ecuie appropr�ate Change Orders covering: 1. changes in the Work �c�+hich are: (i) ordered by City �ursuant to Parag�rap� I O.a1.A, {ii) required because of acceptance af defective Work under �'aragraph 13.08 or City's correction of defecfiiv� Work under Paragraph 13.09, or {iii) agreed to by the parties; 2. changes in the Cont�ract Pxice or Confract Time whicl� are agreed ta by the parties, including atay undisputed sum or amount of time for Work actually performed. 10.04 Extra WaYk A. �hould a difference arise as to what does or does not constitute Extra Work, or as to the paymen� thereof, and the City insists Upon its perl'ormance, the Contractor shall proceed vviYh the work after making written request for w�ritten orders and shaIl keep accuraie accaunt of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be znade pursuant to Paragraph 10.06. B. The Confractor shall furnish the City such installation records of all deviations from t�e original Contract Documenis as may be necessary to enable the City to preparre for per�nanent record a corrected set of plans showing the actual installatio�. C. The compensation agreed upon for Extra Work whe�her or not initiated by a Change Ordex s�all be a full, complete and final payment for all costs Contractor incurs as a res�lt or relating to the change or Extra Work, whether said costs are Iczzown, unknown, �oreseen or un�oreseen at that time, including without limitation, az�y costs for delay, extended overkead, rripple ar impact cost, or any other effect on changed or unchanged rx�ork a,s a resuit of the change or Extra Work. 10.05 Notification to Surety If the provisians of any bond require notice to be given ta a surety of any change afifecting the general scope of the Work or the provisions of the Contract Docuz�r�ents (including, but not limited to, Contraci Frice or Contract Time), the giving o� any such notice will be Contractor's z-espo�sibility. The amoun� oi each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CI'1'Y pF PORT WORTI-I STANDARD COhiSTRUCTIOAi SPECIP'ICA1'ION BOCi]MI?]+tTS Revision: Ma�ch9,2020 00 �z oo - � GENERAL CQNDi�IONS Yage 40 of 63 1 Q.06 Contract Claims Process A. City's Decision Required: Al� Coniract Claiins, except those waived pursuant to Paragraph 14.49, shall be refe�red to the City for decision. A decision by City shall be required as a condition prrecedezai ta any exercise by Cantractor of any rrzghts or remedies he rriay otherwise have under tl�e Contract Documenis or by Laws and Regulations in respect of such Contract Clairtzs. B. Notice: l. Written notice stating ihe general nature of each Contract Claim shall be delivered by the Contractor io City no later t�an 15 days aiter the start of ihe e�renti giving rise tk�ereia The responsibiliiy to substantiate a Contract Clairr� shall rest with the party making the Contract Claiin. 2. Noiice of the amount or extent of the Contract Claim, wiih supporiing data sk�all be delivered to the City on ar before 45 days fram the start of the event giving rise thereto (unless the City allows additional time for Contractorr to submit additional or morc accurate data in support o� such Con�Eract C1aim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the pravisions of �'aragraph 12.01. 4. A Contract Claim forr aza adjustment in Contract Time shall be prepared in accordance wifih the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accozx�panied by Contractor's written staternent that the adjustment clazzxzed is ihe entire adjustment to which �he Contracior believes it is entitIed as a resuIt af said event. 6. The City sHall subinit any rresponse to the Contractor within 30 days after receipt of the claimant's last submittal {unless Contract allnv,rs additional tinae). G City s Action: City will r�view each Contract Clai�a and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of th� follovving actions in writing: 1. deny the Coniract Claim in whole or in part; 2. approve the Contract CIaim; or notify the Coniractor that the City is Unable to resolve the Contract Claim if, in the Ciiy's sole discretion, ii wo�ld be inappropriate for ihe City to do so. For purposes of fi�ther resolutio� of the Con�ract Claim, such notice s�aIl be deemed a denial. cz� or �orz•r wo�Tx STANDARD CONSTRUCTION SPECIFICATION AOC[.JMENI'S Revision: March9, 2U20 oonoo-i GENERAL CON�ITIONS Page h 1 of G3 D. Ciry's written action under Paragraph lO.Ofi.0 will be frnai and binding, unless City or Contx�actor invoke the disp�te reso�ution procedure set foz-th iz� Article 1b within 30 days of such action or dental. E. No Contract Claim for az� adjustment in Confract Price ar Contract Tizxze will be valid if not subzxzitted in accordance with this Paragraph 10.06. ARTICLE ll — COST OI' THE WORK; ALLOWANCES; ITN�T PRICE WORK; PLANS QUANTITY 1V�A,�UREMENT 11.01 Cost of the Work A. Costs rncluded.� The term Cost of the Worl� r�x�eazas the sum of all costs, except iho�e excluded in Paragraph l 1.O1.B, necessariIy incurred and paid by Contractior in the proper performance of the Wor1�. Wben t�e value of any �ork covered by a Change Order, the costs to be reimbursed io Contracfior will be only those additionaI ax incremental costs required because of the change in the Work. �ucl� costs sha11 not znclude any of the costs itemized in P�agraph ] 1.O�.B, and shall include but not be limited to the following items: Payroll costs for employees in the dizect empIoy of Contractor in ihe perFortnance of the Work under scheduIes of job classiiications agreed upon by City and Contractor. Such empIoyees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll casts for employees not emplo�ed fulI iinne on the Wark shall be appar�ioned on th� basis of their time speni o� the Work. 1'ayroll costs shall include; a. salaries �ith a 55% nnarkup, or b. saIaries and wages plus the cost of fringe benefits, vvhich sha�l include sacial security contributions, unemplayr�ent, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay appIicable thereto. The expenses of per%rming Work outside of Regular Working Hours, Weekend Working Hours, or legal halidays, shalI be included in the above to the extent authorized by Ciiy. 2. Cost of all rx�aterials and equipment furnished and incorporated in the Wark, including costs of transportation and storage thereof, and Suppliers' field services required in cannection therewith. Rental,s of alI construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreem�nts approved by City, and ik�e costs of �ransportation, loadzng, unloading, assembly, dismantling, and remaval thereof. All such costs sk�aIl be in accordance with ihe �erms of said re�tal agreements. The rental of any such equipment, machinery, or parts shall cease when the us� thereaf is no longer necessazy for the Work. CTT'Y OF FORT WOIZTI I STAt�1DAi2ll CONSTRUCTTON SPECIFTCATTON DOCLTMGNTS Rcvision: Matct�9,2D20 Q0720Q-1 GENERAL CONDITIONS Page 42 oP 63 �. Payrrients made by Contractor io Subcantractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competiiive bids from subcontractors acceptable to City and Contractor and shall del'zver such bids to City, who will then determine, which bids, if any, wilI be acceptable. If any subcontract provides that �he Subcontzactoz- is io be paid on the baszs o� Cost of �he Work plus a fee, the Subcozxtzactor's Cost of the Work and fee shall be defiermined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. Costs of special consultants (including but not limited to engineers, archiiects, testing labora�ories, surveyors, aitorneys, and accountants) employed for services specifically related to the Work. 6. Supplemenial costs including t�e fo�lowing: a. The proportion of necessary iiea�sportation, firavel, and subsister�ce e�penses af Contractor's employe�s zncurred in discharge of duties connected with the Work. b. Cost, including transportatian and rnaintenazace, of al� materials, supplies, equipment, machinery, appliances, affice, and ieznporary facilities at the Site, and hand tools not owned by the wor�ers, which are consUmed in ihe perfortnance of the VVork, and cost, less mar�et value, of such items used but not consumed which remain the property of Contractor. c. SaIes, consumerr, use, and ather similar ta�es reIaied to the Work, and for which Cozai�ractor is 1ia61e noi covered under Paragraph 6.11, as imposed by Laws and Regulaiions. d. Deposits lost for causes ather than negligence of Co�iractor, any Subcontractar, or anyane directIy or indirectly empIoyed by any of lhein or for whase acts any of them may be Iiable, and rayalty paynr�ez�ts and fees for permits and licenses. e. Losses and darr�ages (and related expenses} caused by damage to the Work, not conapensated by insurance or otherwis�, sustained by Con#ractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractar, or anyone directly or indirectly employed by ar�y of them or for whose acts ariy of thern may be liable. Such losses shalI include settlemenis t�aade with the written consent and apprroval of City. No such losses, damages, ar�d expenses shall be included in the Cost of the Work %r the purpose of detennining Contractor's fee. f. The cost of utilities, fuel, and sanitary facilities ai the Site. g. Minor expenses such as teiegrams, long distance telephone calls, telephone and coaxamunication services at the Site, express and caurier services, and sirnilar petty cask� items in canneciion with the Work. ci� oF H o�zr �von�x STANDA� CONSTAUC170N SPECIFICATION DOCUNIENTS Revision: Nia�h 9, 2D20 pD7200-1 GENERAL CONCiITIONS Pagc 43 of 63 h. The costs of premiulns for all bonds and insurance Contractor is required by fhe Contract Documents to purchase and maintain. B. Costs �'xcluded.• The term Cast of the Wor,k shall not inclnde any of the follovaing itezxzs: 1. Payroll costs and ather compensaiion of Conlractor's officers, executives, principals (o� partnerships and soIe p�'opriefiorships), general tnanagers, safety managers, engineers, architect,s, esiimators, attorneys, auditors, accoU�ntants, purchasing and contracting agents, expediters, tirnekeepers, clerr�Cs, and other personnel employed by Contracior, whefiher at the Site or in Contractor's principal or branch of�ice for general adminis�ration of the Work and not specifically included in the agreed upon schedule of job classi�cations referred io in Paragraph I1.O1.A.1 or speci�calIy covered by Paragraph 11.OI.A.4, all of which are to be considered admznistrative costs covered by the Contractor's fee. 2. Expenses of Contractor's p�•incipal and branch offices other than Cantractor's office at the Site. 3. Any part of Cantractor's capital expenses, incIuding interest on Contractor's capital empIoyed far the Work and charges against Contrractor for �elinquer�t payments. 4. Costs dUe to ihe negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of t�em or %r whose acts any of them zxzay be liable, including but not limited to, the correction of defective V�ark, disposal of materials or equipment wrangly supplied, and making good any c�amage to properiy. 5. Other overhead or general expense costs of any l�ind. C. Cont�c�ctor's Fee: Wl�en aIl the Wor� �s performed on the basis of cost-plus, Con;tractor's fee shall be determined as sei forth in the Agree�nent. When the value of any Wark covered by a Change Order for an adjustment in Contracl Price is deterrr�ined on the basis of Cost of the Woxk, Cantracfior's fee shall be deteztni�ed as set forth in Paragraph 12.D1.C. D. Docufnentation: Wl�enever the Cost of the Work for any puzpose is to be dete�nined pursuant fo Paragraphs 11.a1.A and 11.01.B, Contractor will e�tabIish and maintain records thereof in accardance with generall� accepted accaunting practic�s and submit in a for,m acceptable to City an itemized cost breakdown to�;ether with supporting data. 11.02 Allowances A. Specified Allotivance: Ii is understood ihat Contractor has included in the Contract Price all allowances so nazx�ed in the Contract Documents and shall cause the Work so covered to be perfo�naed �ar such sums and by such persons or entities as may be acceptable to City. B. Pre-bid Allowances: L Contractor agrees that: CITY OF FORT WORTC� STANL)ART7 CONSTRUC'I'[ON SYECIFICATION DOClJMEENT'3 Revision: Ma�h 9, 2020 ao�zoo-� GENERAL CONDITIONS Page 44 of 63 a. the pz-e-bid aIlawances include tne cost to Contractar o�'materials and equipzxaent reyuired by the allowances ta be delivered at �e Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installaiion, averhead, pzoft, and other expenses contemplated for the pre-bid aIlowances have been included in the allawances, and no derriand for additional payment on account of any o� the foregaing wi�l he valid. C. ContingencyAllorovance: Contractor agrees ihai a contingency allowa�ce, if any, is for the sole use oi City. D. Prior to final payfnent, an appropriate Change Order will be issued to reflect actual aznounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 71.03 Unit P�ice Work A. Where the Contracfi Documents provide Y1Zat a11 or part of the Work is to be Unit 1'rice Work, initially the Coniract Price wilI be deezt�ed to include for all Unifi Price Work an amount equal to Y1�e sum of the unii przce for each separately ide�tif ed item nf Uni� Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Utait Price Work are nofi guaranteed and are soleIy for the puzpose of corr�parison of Bids and determining an initial Contract Price. Determinations of fhe actual quanfiities and classifiaations of Unit Price Viloxk perforntaed by Contractor will be made by Ciiy subject to the provzsioz�s of Paragraph 9.05. C. Each ut�ii price will be deemed to include an amount considered by Contractor to be adequate to cover Con#ractor's oWerhead and proiit for each separately identified i�em. Wark described in the Coniract Docur�ae�ts, or reasonably inferred as requYred for a functionally cozxiplete insiallaiion, but not identified in the Iisting of unit price iiems shall be conszdez-ed incidental to unit price work listed and the cost of incidental work included as part of fihe unit price. D. City may make an adju,stzz�ent in the Contraci 1'rice in accordance with Paragraph 12.01 if: 1. the yuantity oi any item of Unit Price Work perfortned �y Contractor dif%rs inaterially and significantly from the esiimated quantity of such item indicated in fihe Agreement; and 2. there is no coz7responding adjustment with respect to any other itert� of V47ork. E. Increased or DecYeased Quantities: The Ciiy reserves the right to ordex Extra VVork in accordance with Paragraph � 0.01. 1. If the changes in quantities or the alteratians do not significantly cl�ange ihe character of wor�C under the Contract Documents, the al�ered worI� wi�l be paid for at tl�e Contract unit price. CiTY OF FORT WORTH STANDATtl7 CONSTRUCTION SP�CIL'iCAT10N DOCUMENTS Revision: Maich9, 2fl20 aonoo-i GENERAL CONI7lTIQNS Page 45 of 63 2. If the changes in quantities or alterations significantly change tkze character oi work, the Contract will be amended by a Change Order. Tf no unit prices exist, this �viil be considered Extra Work and the Contract will be azx�ended. by a Change Order in accordance with ArticIe T 2. 4. A significarit change in the enaracter of wor� occurs when: a, the charact�r of wor�C for any Iie�nn as altered differs materially in �Cind or nature fiozxz that in the Contx�act oz b. a Major �tem af work varies by more tl�an 25% frorx� t�e original Contract quantity. 5. When the quantity of work to be do�e under any Majar Item of the Contract is morre than 125% of the original quantity stated in the Con�raci, then either party to tk�e Contract may rrequest an adjustment to the unit price on the portian of the work that is above 125%. 6. When the quantity af �c�vork to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjus�nenfi fio th� unit price. 11.04 Plans Quantity Measurement A. Plans quantities zaaay ar may not represent the exact quantity of wozk performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantzties are designated as final payment quaniities, unless revised by the �overning Section or this Article. B. If the quantity zneasured as outlined Under "Price and Payrn�ent �'racedures" varies by rnare than 25% (ar as stipulated under "Price and Payznent Procedures" for specific Items) from the tatal estimated quantity for an zzadividual Item originalIy shovvn in the Coz�tract Documents, an adjustrn e�t may be made to the quantit� of authorized work done for paymeni purposes. The party to �he Contract requesting the adjustment wi�l providc field measurements and caIculations showin� the final quantity for wl�ich payrnent will be made. Payr�x�ezai �ar revised quantity will be zx�ade at the unit price bid for that Item, except as provided for in Article l 0. C. When quantities are revised by a cha�ge in de�ign approved by the City, by Change �rder, or to carrect an error, or to carrec� an error on ihe pIans, the pla��s quantity wili be increas�d or decreased by the am;ount involved in the change, and ihe 25% varzance will app�y to the new plans quantity. D. If the tota� Contract quantity znultiplied by the unit price bid for an individual Jtem is less than $250 and the Itiein i� not originally a plans quantity Iiem, then the Iter�x� may be paid as a pIans quantity Ttem if the City and Contractor agree in writ�ng to fix t:he finai c�uaniity as a pl�ns quaniity. CITY OF FORT WOR'1'H STANDAItD CONSTRUCTION SPECi�'ICATION DOCUMEI�TS Itevision: Iv�ch 9, 2020 QO 72 00 - I GENERAL CON�lTIONS Page 46 0£ 63 E. For callout work oj• non-site specific Coniracts, Yhe plans quantity �neasurement requirements are not applicable. ARTYCLE 12 — CHANGE OF CONTRACT PRTCE; CHANGE OF CONTRACT TIME 12.01 Change of Contr°act Price A. The Contraci Price may only be changed by a Change Order. B. The vatue ofany Work covered by a Change Order wilI be determined as folIows: 1. where the Work involved is covered by unit �rices contazned Tn the Conlract Documents, by application of such unit prices to the quaniities of ihe items involved (subject io the provisions of Paragraph 11.03); or 2. �vher� t�e Work involved is not covered by unit prices contair�ed in the Contract Documents, by a mutualIy agreed lump suzx� orr unti price (which may incIude an a11o�c�vance for overhead and profii not necessarily in accordance with Paragraph 12.01.C.2), and shall include the cost of a�ay secondary impacts that a�e foreseeable ai the iime of pricing the cost of Extra Wark; or 3. where the Wor� involved is not covered by unit prices contained in the Cantract Documents and agreement to a Iump sum or unit price is not rreached under Paragraph T2.0] .B.2, on the basis of the Cosi o�the Worrk (detezmTned as pravided in Paragra�h 11.01) pl�s a Contractor's fee for overhead and proiit (determined as provided in Paragraph 12.�1.C}. C. ContNactor's Fee: The Contractor's additional fee for overhead and proft shall be determined as follows: 1. a mu�ivally acceptable fixed fee; or 2, if a fixed fiee is not agreed upon, then a fee based an the %llowing percentages of the various portions of �he Cost of the Work: a. for costs incurred ur�der Paragraphs 1I.O1.A.1, 11.O1.A.2. and 11.01.A3, the Cantractor's additional fee shali be 15 percent except for: 1) rental �ees for Contractor's own equipment Using standard renial rates; 2) bonds and insurance; b. for cosis incurred under Paragraph � I.O1.A.4 a�d 11.01.A.5, the Cantracior's fee shaIl be five percent (5%}; 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fx�d fee is agreed upon, ihe intent of Paragraphs 12.01.C.2.a and 12.O1.C.2.b is that ihe Subcontracfar who actually performs the Work, at whatever C['I'Y OF FORT WORTH STANDARDCONSTT2UCTION 3P�CI�'ICATION DQCi.TMENTS Revision: Mm�ch9,202D 007200- 1 GEN�RAL COND]TIONS Page 47 ot63 tier, will be paid a fee of 1 S percent of the costs incurred by such Subcontractar under Paragraphs T 1.O1.A. l and I I.O1.A.2 and that any higher tier Subcontractor and Contractor will eack� be paid a fee of five percent (5%) of the anr�ount paid to the next Iower tier Subcontractor, however in no case shall t11e cutx�ulative totaI of fees paid be in excess of 25%; c. no �ee shall be payable o� the basis of costs itcmized under Paragraphs 11.O1.A.6, and zz.at.B; d. the amount af credit io be a�lowed by Contz�actor ta City for any change which results in a net decrease i� cost wilI be the amount of the actual net decrease in cost plus a deductian in Cantractor's fee by an amount ec�ual to five perce�t (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may onIy be changed by a Change Order. B. Na extenszan ofihe Conf�act Time will be allovved for Extra Worrk or far clai�ned delay unl�ss the Extra Work contemp�ated or claimec� d�lay is shown to be on the critical path of the Projeci �chedu�e or Contractor can show by Critical Path Method anaIysis ho�w the Exira Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor zs reasanably deiayed in the per�ormance or cozx�pletzon of any part oi the Work within the Contract Time due to delay beyond the controI af Coniractor, the Contract Titne may be extended in an amount equal to the time lost due to such delay if a Contract Claizx� is �aade Y11ereFor. Delays beyond the control of Contractor sha1l includ�, bUt zaat be limited to, acts or neglect by City, acts or neglect of utility owz�ers or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnarmal vveather conditions, or acts of God. Such an adjUsttnent shaIl be Cantractor's sole and e�clusive rennedy for the delays described in this Paragraph. B. If Caniractor is delayed, City shalI not be liable to Contractar for any claizx�s, costs, losses, or damages {itacluding but nat limited to all fees and charges of ezagineers, architects, attorneys, and oiher professionals and all court ar arbitratzon ar other dispute resolUiion costs} sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall r�ot be entii:led ta an adjusiment in Coniract Price ox Contract Time for delays within the control of Contractor. Delays attributable to anc� within the control of a Subcontractor or Supplier shall be deerrx�ed to be delays within the control of Coniracior. D. The Contraetor sha11 receive no corripensation for delays or hindrances to the Work, except when direct and unavoidable e�tra cost to the Contractor is caused by the failure of tihe City to provide information or material, if any, which is to be furnished by the City. CITX Q�' �'ORT WOItl'H STANDARDCONSTRUCTIOi�T SYECIFICATION DOCUiv1ENTS Revision: Ma�h9, 2Q20 60 72 00 - 1 GENERAL. CON�fTIQNS Page 4$ of 63 ART�CLE 13 — TESTS AND INSPECT�ONS; COI2RECTION, REMOVAL OR ACCEPTANCE OF DEFECTYVE WORK 13.01 Notice of Defects Noiice of all defective Work of which Ciiy has actual knowledge wi11 be given to Contractor. Dcfecttve Work may be rejected, carrected, ar accepted as provided tn this Article 13. 13.02 Access to Wo�k City, independent testing laboratories, and governmental agencies with jurisdictional interests will hav� access �o �he Site and the Work at reasonable times for iheir observation, inspection, and testing. Cont�ractar sha11 provide t�em properr a�d safe conditions for such access and advzse tl�em of Confiractor's safety procedures and programs so that tY�ey may comply therewiih as applicable. 13.03 Tests and Inspectians A. Contracior shall give City timely notzce of readiness of the Work for all required inspections, tests, or approvals and shall coopera#e with inspection and testing personnel to facilitate required inspections or tests. B. If Contract DocUments, Laws or Regulations of any public bady ha�ving jurisdiction require any of the Worlc {or part t�ereof} to be inspecied, iested, ar approved, Contractor shaIl assume full responsibility for arranging and obtaining such independent inspections, tesis, retesis or approvaIs, pay alI costs in connectzon therewith, and furnish City the required cez-tificates oi insp�ctian or approvaI; excepting, however, those fees specifically identified in the Supplementary Condi�ions or any Texas Deparlmeni of Licensurre atad lZegulation (TDLR) inspections, which slaall be paid as described ir� the Supplemet�tary Conditions. C. Cantractor sha�l be responsible for arranging and obtaining and shalI pay all costs in con�ection with any inspections, tests, re-tests, or approvaIs required for Ciiy's acceptan.ce of materials or equipment to be incorporated in the Work; or acceptance of materials, znix designs, or equipment submitted far approval prior to Contractor's purchase thereof for incorporaiion in the Work. Such inspections, tests, re-tesis, or approvals shall be performed I�y organizatiozas acceptable to Caty. D. City may ar�ran�e for the services of an independ�nt testing laboratory ("Testin� Lab"} to perfarm any inspections or tests ("Testing") for any part of the Work, as detez-mined solely by City. 1. City will caordinate such Testing to Yhe extent possible, with Contracior; 2. Should any Testing under this Section 13.03 D result in a"fail", "dici not pass" or other similar negative rresult, the Contractor shali be responsible for paying for any and all retests. Contractor's car�cellafiion wiihoui cause of City initiated Testing shaIl be deemed a negative z-esult and require a retest. C17Y OF FOIt1'�T70RTH STATTDARI7 CONSTR�JCTION SPECIPICATTON DOCUMENTS Revision: Maz�h9,2020 00 72 00 - 1 GENERAL CON�ITIONS Page �49 ofG3 Any azx�ounts owed for any reiest under this Seciion 13.03 D shall be paid directly to ihe Testing Lab by Contractor. City wzll farward all invoices for retests to Contractor. 4. If Cantractor fazls ta pay the Testing Lab, City vvi11 noi issue Final Payment until the Testing Lab is paid. E. If any Work (or the vvork of ot.�errs) tlaat is to be inspected, tested, or app�'oved is covered by Contractor without written coz�currence oi City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragiraph 13.03.E shalt be at ConYractor's e�pense. G. Conit-actor sha11 have the �•ight to make a Cantraci Claim regardiz�g any reiest or invoice issued under S�ction 13.Q3 D. 13.04 UncoveYing Work A. If any Work is covezed contrary to the Cont�'act Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and repIaced at Contzactar's expense. B. If City considers it �necessary or advisable that covered Wor� be abserved by City or inspected or tested by athers, Contractor, at City's request, shall uncover, expose, ar othervvise zx�ake avaiiable for observation, inspection, ar testing as City may require, that portioza of the Work in question, furnishing all necessary labor, material, and equipment. 1. If it is found �hat the uncovered Wor� is defective, Coniractor sha11 pay all cla�ms, costs, losses, and damages (including but not limitec� �o a11 fees and charges ot' engineers, architects, attarneys, and other professionals and all court or other dzspute resolution costs) arising out of or relating to such uncoverzng, expasure, observa�ion, inspection, and testing, and of satisfac�ory repiacenaent or reconstruction (including but not limited to all costs of repair ar replacezxxent of work o� others); or City shall be entitIed to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shaIl still be responsi6le fox ali costs associated with exposing, obserrvzng, and testing t11e defective Work. 2. If tk�e uncovered Work is not found to be defective, Confiractor shall be allowed an increase i� the Contract Price or an e�tenszon of the Contract Time, or both, directly attrzbutable to such uncovering, exposure, observation, inspeciion, testing, replacement, and recor�siructEon. 13.a5 City May Stop the Work If the Worlc is de%ctive, or Contractor fails to supply sufficieni skilled workers ar suitable rnaterials or equiprnent, or fails to per,form the Work in such a way that the compieted Work will conform to the Contzact Documents, Ciiy may order Contiractar ta stop thc Work, or any portion thexeof, until the cause for snch order has been eiinain�ated; however, this right of Ciiy ia stop the Work shall not give rise ta any duty on the part of City to exercise this right fox ihe benefit of Contractor, any c�� or �o�T woR rx STANDARD CONSTRUC3'ION SPECIFICATIOIV DOCi JMENTS Revision: Mair.k� 9, 202D 007200-1 GENERAL CONDITfONS Page 50 of 63 Subcontractor, any Supplier, any other individua� or entity, ar any surety for, or employee or agent of any of them. 13.Ob CaNNection or Removal of Defeclive Work A. PrornptI� after receipt o� wri�ten notice, Contractor shall correct alI d�feciive Work pursuant to an acceptable schedule, whether or noi fabricaied, insialled, ox comple�ed, or, iifihe Work has been rejected by City, remove it from the Projeci and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and dam.ages {incI�ding but not lzznited to all fees and charges o� engineers, architects, aitorneys, and ather professionals and aiI court or arbiiration or other dispute resalution cosfis} arising out of ar rela�ing to such correction or re�novaI (zncl�ditag but no� limited to aIi costs of repair or rreplacemen,t of work oi others). Fazlure to require the remaval of any defective Wor� shall not cons�itute acceptance of such Work. B. When coxrecting defective Woz-k under the ten�s of this Paragraph 13.06 or Paragraph 13.47, Contractor shall ta�e na action that would void ar othervvise impair City's special warranty and guarantee, if any, on said Wor%. l 3 A7 CoYrection �eriod A. If within two (2) years afler the date of �'inal Acceptance (or such lo�ger period of time as may be prescribed by tl�e terms of any applicable ,speczal guarantee required by the Caniract Documents), any Work is fbund to be defective, or if the repair af any damages to ihe lat�d or areas made avazlable for Contractor's Use by City or permitt�d by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defeciive, Contractor shaIl promptly, without cast to City and zza accordance with City's written instructions: 1. repair such de%ctive land or areas; ar 2. correct sUch defective Woxk; or 3. if the defective Wor� has been rejected by City, remove it froin the Project and replace it wzih Work that is not defective, and �, satisfactorily correct or repair or retnove and replace any damage to ather Work, to the work of athers or oiher Iand ar areas resulting therefrom. B. If Coniractor does not promptIy comply with the tcrms of City's written �nstructions, or in an emergency where delay would caus� serious risk of loss or damage, City may have the defective Work correc�ed or repaired or may have the rejected Work removed and rep�aced. AIl claims, costs, losses, and damages (inciuding but not lirrziied to all fees and charges of engineers, architects, attorneys, and other professionaIs and all court or other dispute resolution cost,$) arisi�g out of or relating to sUch correction ar repair or such remaval and rreplacernent (including but not lir�zied to all costs of repair or replacement of work of others) will be paid by Contractor. CTTY OF FORT WORTkI STAi�IDARD CdNS"�`RUCTION SP�CI�'ICATCON ]]OCUNfENTS Revision: Ma�cF�9,2D20 00 �z oo - i GENERAL CONDITIONS Page 51 of 63 C. �n special circumstances where a pa�icular itenn of equip�ent is placed in cont;nuous service before Final Acceptance af all the Work, the correction period for that iiein may start ta run from an earlier date if so provided in the Contract Documents. D. Where clefective Work (and damage to other Work resuIting thereirom) has been corrected ar removed and replaced under this Paragraph 13.07, ihe correction period hezeunder with respect to such Work may be required to be exiended for an additionaI periad of one year after the end of the initial correction period. City shall provide 30 days writlen notice to Contractor should such additional warrazxty coverage be required. Contractor rnay dispute this requirentaez�t by filing a Coz�tract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any oiher obligation or warranty. The provisions of this Paragraph 13.07 shalI not be cansY.r-ued as a subsiitute for, ar a waiver of, the provisions af any applicable statute of limiiatzon ar repose. 13.a8 Acceptance ofDefective Work If, instead of requirzzag correc#ian or removal and replacement of defeciive Work, City prefers to accept it, City may do so. Contractor sna�l pay a11 claims, costs, losses, and damages (inclUding but not limited to a11 fees and charges of engineers, architects, attorneys, and o�her professionals and all court or other dispute resolution casts) attributab�e to City's evaluation of and detexmination to accept such defective Work and for the diminished value of the Work to the extent not oiherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Orrder wiill be issued incorporraiitag the necessary revisions in the Contract Documents wzth zespect to the Work, and City shall be entitled to an appropriate decrease zn the Coniract Price, reflecting the diminished value of Work so accepted. 13.09 City May CorYect Defective Wo�k A. If Contractor fails wit�in a rreasonable time afl:er written notice from Ciiy to correct defeciive Worrk, ar io remove anc� replace rejected Work as required by City in accordance with Paragraph 13.a6.A, or ii Contractor fails to perform the Wor� in accordance with the Contract Documents, or if Cantracior fails to compIy with any other provision of the Contract Docuznents, Ciiy may, after sevez� {7} days written notice to Contractor, correct, orr rez�nedy any such deficiency. B. Tn exercising the rights and reinedies under this Paragraph 13.09, City sha1� proceed expeditiously. In connectian with such corrective or remedial action, City zx�ay exc�ude Contractor from all or part af the �ite, take possession of ali or part of the Woz'�C and suspend Coniracfior's services related thereto, and incorporate zn the Worlc all materials and equipmen� incorporated in the Work, stored at the Siie or fax which City has paid Confractar but �t�vhich are stored eIsewhere. Contractar shall allo�v City, City's representatives, agents, consuItants, employees, and City's ather contractors, access ta the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, archiiects, attarneys, and other professionals and alf coui-� or atl�er dispute resoiution c�� aF �oiz7� wo�zrx STANDARDCONSTRUCTION SPECIFICATiON DOCUdv1Ei�CT5 Revision: M�h 9, 202Q 00 �� oo - � GENERAL CflNC11TfON5 Pagc 52 of63 costs) incurred or sustained by City in exercising the rights as�d rrezxiedies under this 1'aragraph 13.09 will be c�arged againsl Cantractor, and a Change Order will be issued incorporating ihe necessary revisions in the Conirract Documents with respeci to ihe Work; and City shaIl be enti�led to an appropriate decrease in the Contracl: Price. D. Contz�actor shall not be alIowed an extension of the Cantract 1"ime because of any delay in the perFo�nance of the Work attributable ta the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14 -- PAYMENTS TO CONTRACTOR AND COMPLET�ON I4.01 Schedule of Values The Schedule of Values for lump sum contracts estal�lished as provided in Paragraph 2.Q7 will serve as the basis for progress payrrients and will be incorporated znto a form of Applicaiion for Payment acceptable to City. Progress paytn.ents on account oiUnit Price Work will be based o� t�e number oi units completed. 14.02 Progress Payments A. flpplications fo� Paynaents: Contractor is responsible for providing aIl inforrtzation as required to become a vendor of Yhe City. 2. At least 2D days before the date established in ihe General Requzrements for each progress pay�xaent, Contractor shall submit io City for review an Application %r Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by suc� supporting dacu�nentation as is required by t�e Contract Documents. 3. If payment is requested on the basis of materials and eqnipment nat incorporated in the Wor� but delivered and suitably stor�d at tk�e Site or at another locaiiatl agreed to in w�rziing, ihe Appl:ication for Payment shall aIso be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the rnaterials and ec�uipment free and clear of all Liens and evidence that the materials and equipment are cavered by apprapriate insurance or oiher arrangements to protect Ciiy's interest thezein, all of which must be satisfactiory to City. 4. Beginning wiY1� Yhe second Application for Payment, each Application shall include an affidavit of Cantractor statix�g that previous progress payments received on account of the Work have heen applied on account to discharge Contractor's legitimate obligations associated witla przox Applications for Payr�ent. 5. The amount a� reiainage with respeci to progress payrnents will be as stipuIated in fhe Contracfi Documents. CTT Y OF FORT WORTI-I STANDARD CONSTRUCTTON SPTCIPICAT'TON ]70CUMENTS R ev i s i on:1Vl�ch 4, 2020 007200-1 G�fV�RAL COiVDITIbhlS Page 53 of 63 B. Review of.�pplicatians: 1. Ciry wiIl, ai�er receipi of eack� Application for Payment, either indicate i� wrfting a recommendation of payment or return the Application to Coniractor indicating reasons for refizsing payment. In the laiter case, Contracior znay make the necessary correctiions and resubmit the Application. 2. City's processing of any payment requ�sted in an Application for Payment will be based on City's abservations of the executed Work, and on City's review ofthe Application for Payment and the accompanying data a�d schedules, tl�at to the best of City's lcnowledge: a. the Woxk has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a ftz�ctioning whole prior �o or upon FinaI Acceptance, the results of any subsequent tests caIled for in the Contract Docu�ments, a final determination of guantities and classiftcations for VVorlc perforrned under 1'aragraph 9.05, and any other qualif cations sfatec� in ihe z•ecammendation). 3. Pracessing any ,such payment will not th�reby be deemed to have represented iha�: a. inspections mad� to check ihe quality or the c�uantity of the Work as it has been performed have been exhaustive, extended fia every aspeci of the Work in pragress, or involved detailed inspections of the Work beyond the respo�szbiliiies specifically assigned to City in the Contraci Documenis; or b. there rnay not be other naatters ar issues between the parties that might entztle Cantractor to be paid additionally by City or entitle City to withhold payment to Confrac#or, or c. Contractor has camplied vvith Laws and Regulations applicable to Contractor's perfoz-tnance of the Work. 4. City r�aay refuse to process tI�►e whole or any part af any payment because of subsequently discovered evidence or the results of sUbsequent inspections or testis, and revise or revoke any such payment pr�viously made, ta such extent as may be necessazy to protect City from loss because: a. the �ork is defective, or the completed Wark has been darnaged by the Con(racior ox his subconYractors, requiring correction or replacetnent:; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Pric� has been reduced by Char�ge Orders; d. City has been required to correct defec�ive Work or complete Woxk in accordance with Parag7raph 13.09; or cz�rx or roxT woRTx STANDAKD CONSTRUCTCON SPECIFICATIOIV k]OCUMENTS Revision: Ma�h9,2020 oo�zoo-� GENERAL CON�ITIONS Page 54 of 63 e. City has actual irnowledge of the occurrence a� any of �he events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts �ess t.�an $�00,004 at the time of execution, retainage shall be ten percent (J 0%). 2. For contracts greater than $400,000 at ihe tizne of execution, r�tainage shall be five percent (5%}. D. Liquidated Damages. For each calendar day that aaay work sha11 remain uncompleted after the time specified in the Contract Doctiu�aenis, the sum per day specified in the Agreennent, wilI be deducted from the r�x�onies due the Contractor, not as a penalt�, but as liquidated damages su�fered by t�e City. E. Payment: Cantraci:or �vill be paid pursuant �o the requirements of Y11is Article 14 and payment will becotne due in accordance with the Conhact Documents. F. Reduction in Payment: 1. Ciry may refuse to rnake payzx� ent of the amount requested because: a. Liens have been filed in connection wiYh �he Wor�C, except where Contractor has delivered a specific bond satiisfactory io City to secure the satisfaction and discharge of such Liens; b. thexe are other items entitling City to a set-o�f against the atx�ount recomrnended; or c. City has actual knowledge of the occurrence of any of tl�e events enumerated in Paragraphs 14.02.B.4.a tkzrough 14.02.B.4.e or Para�raph 15.02.A. 2. If City xefuses to maIce payment of the amount requesied, Czty will give Contractor written notice stating tl�e reasons for such action and pay Contractor any amount remai�ing afier deduction of the azxiount so withheld. City shall pa� Caniractor the ar�aouz�t so withheld, or any adjustment there#o agreed to by City and Cantractor, when Contractor remedies the reasons for such action. 1�.03 Contractor's War�anty of Title Contractor warrat�ts and guarantees that title ta alI Worl�, m ate�ials, and equipinent covered by any Application %r Payment, whef,her incozporated in the Projec� or not, wil� pass to City no later tk�an the time of payment free az�d c�ear of all Liens. CITY pN FpRT WORTH STANDARD COt�S"Cft[TC"rfON SPECII'ICA,TION DOCi JMENTS Revisian: March 9, 202D oo�zao-i G�NEF2AL CON�ITIONS Page 55 of 63 � �4.04 Partial Utilization A. Prior to Final Acceptance oF all th� Work, City may nse or occupy any substaniially cornpleted part of the Work which has specif cally been identi�ed in the Contract Documents, or w�ich City, determines constitutes a separately f�nctioning and usable part of �he Work that can be used by City for its znte�ded purpose without signif can� interference wit� Contxactor's pert'ortnance of the remainder of the Work. City at any time may notify Cantractor in writing to permii City to use or occupy any such pari of the Wor� which City dete�nines to be ready for itis intended use, subject to tlae folIowing canditions: l. Contractor at any time may notify City iz� writing thai Contractor considers any such part of the Work ready for its intended use. 2. Within a z-easonable time a$�r notification as enumerrated �n Faragraph 14.05.A.T, City and Contractor shall make an inspection of that part of the Work to detertnine its status of completion. If City does noi consider that pari of the Work to be substantially complete, City will noizfy Contractor in writing giving the reasons therrcfor. 3. Partial Utilization will noi constitute Final Acceptance by City. 1 �.05 Final �nspection A. Upon writGen notice from Contractar that the entirre Work is complete in accordance wiYh the Contract Docurnents: 1. wiYllin 10 days, Czty wiiI schedule a Final Inspection vvith Cont�actor. 2. City wili notify Contractor tn writing of all particulars tn which this inspeciion reveals that the Work is incamplete or defective. Contractor shall immediately �al�e such measures as are necessary to complete such Work or remedy such deficiencies. B. No iinae charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that ihe Worlc is not ready for Final Inspection, Czty will notify ihe Contractot� in writing of the reasons and Conlract Time wiIl resume. I4.06 Final Acceptance Upon completion by Cantractor ia City's satisfaction, of any addiiionaI Work identif ed in the Final Inspection, Ci�ty will issue to Contractor a Ietter of Final Acceptance. CTTY OP PORT WO1tTH STANDARD CONS'I'RUG"fEON SPECIFICATION 1]OCUivI�,NTS Revision: Macc1i9,2020 00 �2 00 - i GENERAf� CQEVDiTIONS Page 5G of 63 14.07 Final Payment A. Application for Payment.• 1. Upon Final Acceptance, and in the opinion of City, Co�tracior may make an application for final payinent following the procedure for progress payinents in accordance with the Contract Documenfis. 2. The finaI Application for Paymeni shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract DocLunents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent af the surety, if any, ta �inal payment; c. a tist af ali pending or released Daznage C�aims against City that Contractor beIieves are unsetiled; and d. affidavits o� payments and cflmplete and legally effective reIeases or waivers (satisfaciory to City) of aIl Lien rights arising out of or Liens fled in cannection with ihe Work. S. Payment Becomes Due: I. After City's acceptance of the Applicaiion %r Payment and accampanying documentation, requested by Confractar, less previous paymenis made and any sum Ciiy is entitled, including but not timited to liquidated damages, will become due and payabl�. 2. After all Danr�age Claims have been resolved: a. direct�y by the Contractor or; b. Coniractor provides evidence that ihe Damage CIaim has been reported to Confractor's insurance provider for resolution. 3. The mal�ing oi the fmal payment by the City sha11 not rrelieve tl�e Contractor af any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Fincrl Completion Delayed and Pa�tial Retainage Release A. If fnal completion af the Work is significat�tly delayed, and if City so confirms, City may, upon receipt of Cont�ractor's finaI Application %r Payment, and withou� terminating the Coniract, make payment of the balance due far that portion of the Worr� fitlly canapleted and accepted. If the remaining baIance to be held by City for Work not fully completed or corrected is less than ihe retainage stipulated in Paragraph 14.02.C, and if bands have been furnished as reyuired in 1'aragraph 5.02, the written consent of the surety to tlae payment of fhe balance due far fihat CIT`Y OF FORT WORTH STANDNZD CONSTRUCTION SPECIPICATION DOCUIVf�.NTS Revision: Maich9,2020 007200-I GENERAL CONDITIONS Yage 57 of 63 portion of the Work fully campleted and accepted shall be submitted by Contracior io Ciiy witla the Application for such payment. Such payment shaIl be made under the terms and conditions governing final payrcx�e�t, except ihat it shall not constitute a waiver o� Contract Claims. B. Pa�lial Retai�rage Release. For a Contract that provides for a separate vegetative estabIishment and rnaintenance, and test and performance periods fallowing the completion of all other canstruction in ihe Cont�ract Documents for all Work locations, the City may release a portion of the azxaount reiained provided that aIl oiher work is completed as dete�nr�ined by the City. Before the release, all submittals and final quantities m�ust be completed and accepted for all other work. An amount sufficient to ensure Contract compliance wiIl be retained. 14.09 Waiver of Claims The acceptance of final paymeni will constiiUte a release of the City from all claims o�• liabilities under t�e Contract for anything done or f�rnished or relaiin� io t1�e �vork under the Contract Documents or any act or negl�ct of City related to or connecied wzih ihe Contract. ART�CLE 1� — SUSYENSION OF WORK AND TERNIINAT�ON 15.01 City Mcry Suspend Wo�k A. At any time and without cause, City may suspend the Wark or any portion thereof by written notice to Contractor and which may fix th.e date on which Work will be resumed. Contracior shall resuzx�e the Work on the date so fxed. During temporary suspension ofthe Wor,� covered by these Contract Documents, for any reasan, tne C�iy vvi11 make no e�tra payment �or stand-by ti�ne oi construciion equipment andlorr constzuction crews. I3. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and shauld it be det�rmined by mutual consent of the Contractor and City that a solutian to allorr,� construction to proceed is nat available wzihin a reasonable period of time, Cantractor may requcst ar� e�tension in Contrac� Time, directly attributable to any such suspension. C. If ii shouId become necessazy to suspend the Work %r an indefiniie period, the Contractor ,shalI store all materials in such a manner that they vvill not obst.ruct or irr�pede ihe public unnecessarily nar become damaged in any way, and he shall take every precaution to prevent damage or deteriaration of the woxk performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of zxzoving his equipment off the job and retUrning the necessary equipnaent ta the job when it is determined by the City that const�ruciion may be resuzxied. Such reimbursement shaIl be based on ac�ual cosi to the Co�tractor of moving the equipment and no profiti will be allowed. Reirr�burseinent may noi be allowed if the equipment is moved to another construction praject for the City. CITY pF FORT WORTH STANDARD CONSTRLTCTTON SPECIFICA'I'IOl� DOGUMEAlTS Rcvisian: ivla�ch 9, 2D2D 00�200-� G�N�RAL CONDiTIOf�lS Page 58 of 63 ] 5.02 City May Te�rvainate for Cause A. Ti�e occurrence of any one or more of the foliowing events by way of e�ample, but � oi of limitation, may justi�y terinina#ion for cause: 1. Cantractor's persistent failure to perform the Work in accordance with the Contract Docu�nents (including, but not liz�zted to, failure to supply suff cient skiIled worlcers or suitable znateria�s or eqUipmeni, failure to adhere to the Project Scl�edule established under Paragraph 2.07 as adjusfied from time io time pursuant to Paragraph GA4, or failure to adhere to ihe City's Business Diversity Enterprise Ordinance #20020-12-2Qllestablished utader Paragraph 6.OG.D); 2. Contractor's disregard of Laws or ReguIations of any public bady having jurisdiciion; 3. Cor�tractor's repeated disregazd of the aufhority oi Ciry, or 4. Contractar's violation in any substantial �way of any provisions of the Coniract Docum�nts; or Contractor's failure to pramptIy make good any defect in materials or workinansk�ip, or defects of any nature, fhe correction of which �as been directed in wrziing by the City; or 6. Substantial indica�ion that the Contractor has made an unauthorized assignment of the Contracti or any funds due therefrom �'or the b�nefit of any creditor ar for any other purpose; or 7. �ubstantial evidence �hat the Contracior has become insolvent or bankrupt, or oiherwise financiaily unable to carry on the Work satisfactorily; or 8. Coniractar coinmences legal aciion in a court of cotx�petezat jurisdiction against the City. B. Yf one or more of the events identi�ed in Pazagraph 15.02A. accur, City will provide wriiten notice to Contractor and Surety to arrange a conference with Contractor and Suxety io address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of natice. If the City, ihe Contractor, and the Surcty do not agree to allow the Contiractor ta proceed to perfarm the consiruction Coniract, Y11e City may, to the exient permitted by Laws and ReguIations, declare a Contractor default and formally terminate the Contractar's right to complete ihe Cont�ract. Contractor default shall not be declared ear�ier th�an 2a days after the Contractor and Surety have received notice of conference io address Contractor's failure to perform the Work. 2. If Contraciorr's serrvzces are terminated, Surety sha31 be obligated to take over and perform the Wark. If Surety does not commence perfo�ance thereof within 15 consecutive calendar da�s after date of an additional written notice demanding Surety's performance of its Cl"f'Y OF FORT WORTH 51'AN17AR17 CONSTRUC'I'ION SPECIFICA7'ION DOCi]MENTS Revision: March9, 202a 00 �z oo - � G�NERAL GONDITIONS Page 59 of 63 obligations, then City, without process or action at law, may take over any portion af Y1�e Work and complete it as described below. a. If City compfetes t�e V�ork, City inay exclude Cantractor and Surety from the site and take possesszon of the Wor�, and all maierials and eqUip�raer�t incorporated into the Work stored at the Site or for vahich City has paid Contractor or Surety b�t which axe sto�•ed else�c�vhere, and �nish the Worl� as City may deem expedient. Wbethex City or Surety completes the Wor�c, Conirractor shaIl noi be entitled to receive any fizrther payment until the Work is finished. Xf the unpaid balance of the Contract Price e�ceeds all claims, costs, losses and damages sustained by City arising out of or resulting from connpleting the Work, such excess will be paid to Contiractor, lf such cIaiins, costs, losses and damages exceed such unpaid balance, Contractar shall pay the difference to City. Such claiz�as, cosis, lo,sses and damages incurred by City wilI be incarporrated in a Change Order, provided that whez� exercising any rights or rernedies under this Paragraph, Ciiy shall not be required to obtain the lowest price for the Wor�C performed. 4. Neither City, nor any of its respective consultants, agents, ofticers, directoxs or employees shaIl be in any way liable or accountab�e to Contractor ar Surety %r the method by which the completion of the said Work, or any portion �hereo% may be accomplished or for the pxice paid iherefor. City, nottivithstanding the method used in co�npleting the Contract, shall not forfeit th� rig�i to recover damages from Contrractor or Surety for Contractor's faiiure to timely complete tl�e entire Contiract. Contractor shall noi be entitled to any c�aim on account of the meihod used by City in completing the Contract. b. Mainienance of the Work shall continue to be Contractor's and Surety's responsibilities as provicled for in ihe bond requirements of the Contract Docu�aents or any special guarantees provided %r under the Contract Docuzxients or any other obligations othervvise prescribed by lar�v. C. Notwithstandin�; Paragraphs 15.42.B, Cantractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to termittate �Eo correct iis fazluze to perform and proceeds diligentIy to cure suck� failure within no more than 30 days of receipi of said notice. D. Where Contx�actor's services have been so terininat�d by City, the termination wilI not affect any riglats or remedies of City against Contractor ihen existing or which may thereaier accrue. �y retention or payment of zxi.oneys due Contractor by City �wi11 not release Cantrac#or from liability. E. If and to the e�tent that Contractor Has provided a pe�r£armance bond under the provisions of Paragraph 5.02, the termi�aiion procedures of ihat bond shall not supersede the provisions of ihis Article. CITX O�' �'ORT WORTH STANDARD COIYSTRIJCTIOhI Sl'ECIFICATION DOCUMENTS Revision: Matr1� 9, 202� oorzoo-� GENERAL CONQITIQNS Page 60 of63 15.03 City May Ter^minate For Convenience A. City may, wi�hout cause and without prejudice to any other right or remedy of City, tertninate the Cantraci. Any termination shall be effected by mailing a notice of ihe termination to the Contractor specifying the extent ta which performance af Work under the cozatract is terminated, and the date upon which such termination becomes effective. Receip� af the notice shall be deemed conclusively presumed and esiablished when the lettcr is placed in the United States Pastal Service Mail by the City. Further, it shall be deemed conclusively prresUz�ed and establish�d that such iexrr�ination is made with jusE cause as therein stated; and no proof in any claim, derxzand or suit shail be required o�ihe Ciiy regarding such discretionary action. B. After r�ceipt of a notice oi terminaiion, and except as oiherwise directed by the City, the Contractor shall: 1. Stop work under the Cont�act on the dale and to the extent speci�ed in the notice oftermination; 2. place no fi.�rther orders or subconfracts for materials, se�tvices or facilities except as rr�ay be necessary for completion of such portion o�the Work under the Contract as is not terminaied; 3. Eerminate all orders and subcontracts ta the extent that they relate to the pez-£oxmance of the Work texm�nated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabxicated or unfabricated parts, Work it� prog7ress, campleted Work, sUpplies and other material produced as a part of, or acquired in conr�ection �vcTith the pez�orrnance of, the Work ter�minated by the notice of the termination; and �. tbe completed, or partialIy completed pla�s, drawings, information and other property which, if the Contract had been campleted, would have been required to be furnished to the City. 5. complete performance of such Work as shall not ha�e been terminated by the notice of iermination; and 6. take such action as may be necessary, or as t1�e City zxxay direct, for the protection arid preservation of the property reIaied to its contraci which is in thc possession of the Contractor and in which the owner has or may acquire the rest. C. At a time noi later than 30 days after fihe termination date speci�ed in tk�e notice of �ermination, ihe Contiractar may submit to ihe City a list, certz�ed as to quantity and quality, af any or all items of termination inventory not previously disposed of, excIusive of items the disposiiian of which has been directed or authoxized by City. Cl'fY OF FORT WOI2'I'I{ STANDARD CpNSTRUCTIOTi SP�CIFICATION DOCUMENTS Rcvision: Match9,20'LO 007200-1 GENERAL CONDITIONS Page fi 1 of b3 D. Not later than I S days thereafter, ihe City shall accept titie to such items provided, thai the Iist submitted shall be subjecl to verif cation by the City upon removal of the itezxzs or, if the iterns are stored, within 45 days from the daie of subinission of t�e list, and any necessary ac�justmenis to correct the Iist as submi�ed, shall be inade prior to �nal settlement. E. Nat later than 60 days af�er the z�otice of termination, the Contractor shall submit his tennination claim to ihe City in the form and with the certification prescribed by t11e City. Unless an e�tension is znade in writing within such 60 day period by the Contractor, and granted by the City, any and all such c�aims shall be conclt�sively deemed waived. F. In such case, Cont�ractor shall be paid for (withoui duplication o�any items): 1. cozxzpleted and acceptabie Work executed in accordance with the Contract Docuzx�e�ts prior ta the e�Fective daie of terminaiion, including fai� and reasonable sums for overhead and profit on such Worlc; 2. e�penses sustained prior to ihe effective date af terminafiion in performing sertvices and furnishing labor, tnaterials, or eyuipment as required by the Coniract Documents in connectian with uncompleied Worr�, pIus fair ancf reasonable sums for overhead and proft on sUch expenses; anc� 3. reasonable cxpenses directly at�rrib�atable to termina�ion. G. In ihe event of the failure oi the Contractar and City to agree upon tl�e whole amount to be pazd to tlae Contractor by reason of Yhe termznatio�a af the Work, the City shall deternnzz�e, on the basis oi information available io zt, the amount, ii any, due to tl�e Contractor by reason of the t�rmination and shalI pay to tk�e Contractor the amounts determined. Cantractar shaIl nof be paid on account of loss of anticipated profits or revenue or other econamic loss arising out of or xesulting From such iermination. ARTICLE 1G — DISPUTE RE�OLUT�ON 16.01 Methods and Procedures A. Either City or ConYractor may request mediation of any Contract Claim sub�nitled for a decision under Parragraph 10.06 befiore suc3� decision becozx�es final and binding. `I"he request forr zxzediaiion shall be submitted fio th� oiher party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.a6.C. B. City and Contractor shall participate in the mediation process in good faith. The process shall be coz-timenced within 60 days of i`iling of the t'eyues�. C. Ii the Contract Claim is not resolved by mediation, City's action unc�er Paragraph T 0.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 1Q.06.D shall become final and binding 30 days after termination of the mediation unIess, within that tim� period, City or Contx�actor: cz�z�r o� roar woxTx STAMDAKD CONST'tZUCT[ON SPECI�ICt1T10iJ DOCi.JMENTS Revision: Ma�h 9,2Q?A oorzoo-� GENERAL CONDITIDNS Page b2 oi63 1. elects in vvriting to invoke a�y ather disput� resalution process provided for in the Supplezx�.entazy Condi�ions; or 2. agrees with the other parEy to submit the Contraci Claim ta another dispute resolution process, or 3. gives written notice to the other party of the intent to sub�it the Contract Claim to a court of cornpetent jurisdiction. ART�CLE 17 — NII�CELLANEOUS 17.01 Giving Notice A. Whenever any provision of the ConYract Docuzx�enis requires the giving of written notice, it vUill be deemed to have been validly given if: 1. delivered in person to tlie individual or to a member of the f z�n or ta an off'icer of the corparation for whom it is intended; or 2. delivered ai or sent by registered or certif ed mail, postage prepaid, to the last bu�iness address known to the giver of the notice. B. Business address changes must be promptiy made in wz-iiing to the other party. C. Wl�enever the Contraci Documents specifies giving notice by electronic zx�eans such electronic natice shall be deezxaed sufficient upon confirmation ofreceipi by the receiving party. 17.02 Computation of �'irraes Vdhen any period of time zs rre�erred to in the Contraci Doct�ments by days, it will be computed fio exclude the frst and incIud� the Iast day of such perzad. If ihe last day of any such period fa11s on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. I7.03 Cumulative Re�redies The duties and obligatians imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies avatlable to any orr all of them which are otI�erwise imposed or a�+ailable by Laws or R�gulations, by special wa�az�ty ar guarantee, or by other provisions of ihe Co�tz-act Documents. The provisions of this Paragraph will be as effeciive as zf repeated specifically in the Contraci Documents in connection c�vith each particular duty, obligation, right, and remedy to which they appIy. cr-r�r ox� �onr wox�z STANDARD CONSTRUCTION SPECIFICATION DOCUCvIENT3 Kevision: Maich 9,2020 00 72 00 - 1 GENERAL CONDiTIONS Page 63 of 63 17.04 Survival of Obligations A.II repxesentations, indemnifications, warranties, and guarantees made in, required by, or given in accordanc� witn the Cantract Docunnents, as weIl as alI continning obligations indicated in ihe Contract Documents, w�lI survive final payment, compietion, and acceptance of the Worlc or terminatio� or completion of th� Confract or termination of the se�rvices of Cont�actor. 17.05 Headings Ar�icle and paragrapk� kzeadings are inserted for convenience only and c�o noi constiiute parts oithese General Conditians. CTf'Y OF FORT WORTFi STANllARD CONSTRUCTION SPECTFTCATIOI�I I70CiJM��I'TS T2evision: Mac�h9, 20?A 00 73 00 SUPPLEMEN'1'ARY CqNDITIONS Page 1 of 6 SECTION 00 73 00 SUPPLEM�NTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Condiiions �'hese Supplementary Conditions modify and supplement Section 00 72 00 - Generai Conditions, and other provisions of the Contract Docuz�ne�ts as indicated b�low. All provisions of the General Condrtions that are modi�ed or supplemented remain in fuTl farce and ef�ect as so �nodified or supplemented. All provisions of the General Conditions which are not so modified or supplemented ren�ain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions k�ave the meaning assigned to them in the General Conditioz�s, unless specifically noted herein. Modi�cations and Supplements The following are instructions that modify or supplement specific paragraphs m the General Conditions and other Contract Documents. SC-3.038.2, "Resolving Discrepancies" �'lans govern over Speci�cations. SC-4.01A Easement Iiix� zts sk�own an the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving tha final easements descriptions, Contractor shall compare them to the Lines shovvn on the Conixact Drawings. SC-4A1A.1., "AvailabiIity of Lands" The following is a list of knawn outstanding right-of way, and/or easements ta be acquired, if any as af May 2020. Outstanding Right-Of-Way, and/or Easements to Be Acquired PAIACEL O �R TARGET DA`I'�', NCJMi3ER OF POSSESSION One (�.) Temporary Gateway Church Tempora�-y Construc�ion August 2020 Construction �asement Easement The Contractoe Understanc�s and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. Ii Contractor considers the final easements pro�ided to d�ffer materially from the representations on the Contract Drawings, Contractor shall within five {5) �usiness Days and before proceeding with fhe Work, notify City in wiriting associated with fi1�e dif%ring easement line locations. SC-9.Q1A.2, °GA�ailability of Lands" Uiilities or obstructions to be removed, ad,justed, and/or reiocated C1TY OP FQR'1' WORTH Norfh Beach Street and Basswood Boulevard [ntersection Tmprovements BTANDAIiD CONST'RUCTION SPECIFICATION DOCUMEiVT5 Project Number 101582 Re�ised March 9, 2D2Q oa �3 00 SUPPLEIvIENTARY COTiDIT10N5 Page 2 of 6 The list of utilities and/or obst�vctions have not been removed, adjusted, and/or relocated as of May 2020. The Contractor undersfands and agrees thai the dates listed are estin�ates only, are not guaranteed, and do not bznd the City, SC�4.02A., "Subsurface �nd Physlcal Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: Geotechnical ir�vestigation, Basswood Boulevard and North Beach Street `Aprll 17. 202a Th� foilowing are drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at ar contiguaus ia the site of the Work: Sheet 12A Sheet 12B Sheet 12C Sheet 12D Sheet l 2� Sheet 13 Sheet 14 Sheet 15 Sheet 16 SUE Sheet 1 of 5 SLTE Sheet 2 of 5 SUE Sheet 3 of S SUE Sheet 4 of 5 SLTE Sheet 5 of S Test Hofe Data — Sheet 1 of 4 'I'esi Hole Data — Sheet 2 of 4 Test Hole Data — Sheet 3 of 4 Test I-Iole Data — Sheet 4 of 4 May 13, 2020 May 13, 2020 May 13, 2020 May 13, 2020 May 13, 2020 May 13, 2D20 May 13, 2020 May i3, 2020 May 13, 2020 Rios Group Rios Group Rios Group Rios Group Rios Group LTRA Engineers L,TRA �ngineers LTRA. Engineers LTRA Engineers SC-4.OGA., "Hazardous �nvirontnental Conditions at SiEe" The foilowzn� are reports a�d drawings oi existing hazardaus environmental conditio�is known to the City: None. SC-5.03A., "Cet•ti�cates af Insurance" The entities listed below are "additional insureds as their itaterest nnay appear" including their respective officers, dir�etors, agents and employees. {]) City (2) Consultant: Pape-Dawsan Enginaers, Inc. {3) Other: None. SC-5.04A., "Cantractor's Insurance" CITY OP P'ORT WOI2`I'H North Beach Street and Basswood Boulevard Intersection Improvcmcnls S'E'ANllAI2ll CONSTRUCTfON SP�CIF[CATION DOCUMENTS Praject Num6er 101582 Revised Marcla 9, 202Q k [sryof eort Watth � IItIfNy Canllftt MatrlM � ! . �'.w��' �1 : 00 73 00 SUPYLEMEN'I'ARY CONDITIOI�fS Page 3 of 6 The limits of liability for the insurance required by Paragraph GC-5.04 shaIl provide tk�e following coverages for not less than fhe following amounts or greater where required by laws and eegulations: 5.04A. Woxkers' Coznpensation, under Paragraph GC-5.04A. Statutory limits Employer's liabi�ity $100,Od0 each accident/occurrence $100,000 Disease - each employee $SOO,OQO Disease - policy limit SC-S.QAB., "Contractor's Insurance" 5.04B. Commercial General Liability, under Paragraph GC-S.04B. Contractor's Liability Insurance under Paragraph GC-5.04B., which shall be on a per project basis covez'ing the Contractor with minimum limits o£ $1,000,060 each occurrence $2,000,000 aggregate Iiynit The policy znust have an endorsement (Amendment— Aggregate Limits of Insurance) zna�ing the General Aggregate Limits apply separately to each job sitc. The Conazniercial General LiabiIity Insurance policies shall provide "X", "C", and "U" caverage's. Verifcation of such coverage nnnst be shown in the Remarl�s Article of the Certificate of Insurance. SC 5.04C., "Contractor's Xnsu�•ance" 5.04C. Auto�nobile LiabiIity, uz�der Paragraph GC-5.04C. Contractor's Liability Insurance under Paragraph GC-5.04C., which shall be in an amount not less ihan the following amounts: (1} Automobile LiabiIity - a comzxi:ercial business policy sha11 provide coverage on "Any Auto", defined as autos owned, hired and non-owned. $1,000,000 each accident on a combzned single Iimit basis. Split limits are acceptabie if limits ate ai Ieast: $250,000 Bodily Injury per person / $50Q,Od0 Bodily Injury per accident / $lOD,000 Property Damage SC-5.04D., "Contractor's Insnrance" The Contractor's construction activiiies will require its eznployees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks None. 'I'he Contractor shall conduct its operations on railroad properties ita such a manner as not to in#erfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operalions on railroad properties may require that Conteactor to execute a"Rzght of Entry Agreement" with the particular railroad con�pany or companies involved, and to this end the Contraciar should satisfy itself as to tha requirements oi each railroad campany and be prepared to execute the right-of-entry (if any) required by a railroad company. The requirements specified herein likewise relate io the Contractor's use of pri�ate and/or construction access roads crossing said railroad company's properties. CITY OF FORT WORTi I North Beach Street and Basswood Boulevard Tntersection Iinprovements S`I'AiVAARD CaNBTRUCTIdN SPECIFICATIOhI DOCUMENTS Project Number 1Q15$2 Rwised March 9, 2020 Op 73 00 SUPPLTMTiNTARY CONL7T'I'TONS Pagc 4 of 6 'I'he Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the �ollowing amounts, issued by companies satisfactory ta the City and to the Railroad Company for a term that caniinues for so lang a.s the Contractor's operations and work cross, occupy, or touch railroad property: (1) General Aggregate: {2} �ach Occurrence: � Required for this Contract X Not �•equired ior #his Contract With respect to the above outlined insurance requirements, the �ollowing shali govern: 1. Where a single railroad company is involved, the Contractor shall provide one insurance poIicy in the name of the rai]road company. However, zf more than ona grxde separation or at-grade crossing zs affected by the Project at enti�•eiy segarate locations on the line or lines of the sam� railroad cornpany, separate coverage znay be required, each in the amount stated above. 2. Where more than oz�e railroad company is operating on the same right-of way or where several raiiroad companies are involved and operated on their own separate rights-of-way, the Contractor may be required to provide separate insurance poIicies in the name of ea.ch railroad company. 3. If, in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a railroad company's right-of way at a locaiion entirely separate fronn the grade separation or at- grade crossing, insurance covezage for this work must be included in the policy covering the �;rade separation. 4. if no grade separatron is involved but other work is proposed on a raiiroad company's xigbt-of- way, al� such other work may be covered in a single policy for that railroad, even though the worl� may be at two or more separate Iocations. No work or activities on a rai[road company's propez�ty ta be performed by the Confractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as requixed above. All such insurance must be approved by the City and each affected Railroa.d Company prior to the Contractar's beginning work. The insurance speciiied above nnus# be carried untiI aIl Work to be performed on the railroad right-o� 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 perfarmed in 1be railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of tk�e railroad company operating over tracks involved in the Project. SC-6.04., "Project Schedule" Project schedule shall be Tier 3 for the project. SC-5.()7., "Wage Raies" The foIlowing is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes: 2013 Highway and Heavy Const�ction A capy of the table is also available by accessing the City's website at: hftps://apps.fortworthtexas.�ovfPro� ec�Reaources/ You can access the file by folIowing the directory path: CTTY OF PORT WOR"1'�C North Bcach Street and Basswood Boulevard Ttalcrsection Improvements STA1VDAltll CON53'RUCTION SPECIFTCATTON DOCLFMENTS Praject Number 101582 Revised Nlarch 9, 202D 00 73 00 SUPPLEMENTARY CONDITIONS Page S of 6 02-Construction Docur�ents/Specificatians/Div04 — General Conditions SC-6.09., "Permits and Utilities" SC-G.09A., "Contractor abEsined permits and licenses" The following are knovvn permits and/or licenses required by the Contract to be acquired by the Contractar: 1 Tree removal permit from City forestry SC-6.09B. "City obtained pex'naits and licenses" The foIlowing are knowri permits and/or licenses required by the Contraci to be acquired by the City: None. SC-6.09C. `�Outstanding germits and liccnses" The folEowing is a lisi of known outstanding perinits and/or licenses to b� acquired, iiany as of May 2020. Outstandin�g �ermits and/or Licenses to Se Acquired OVh1NER �'B�M7T OR LICENSE t1ND LOCATION TARGE7' DATE OF POSSESSION None to be acquired SC-6.24B., "Title VX, Ci�il Righfs Act of 1964 as amended" During the performance of this Contract, the Coniractar, for itself, its assignees and successors in interest (hereinai�er refeaxed to as the "Contractor"} agrees as %Ilows: 1. Compliance with Regulations: The Contractor sk�al] comply with the Regulation r�lative to nondiscrzzzainatian in Federally-assisted programs oithe Departmer�t of Transportation (hereina�er, "DOT") Title 49, Code of Federal Regulations, Part 21, as tliey may be amended from time to time, (hereinafter referred to as the Regulatians), which are herein incoz�porated by reference and mac�e a part of this contract. 2. Nondiscrimins�tion: The Contractor, with regard to the work perfozxn ed by it during the contract, shaIl not discri�ninate on the grounds of race, color, or national origin, in the selection and retention of subcontractors, including procuxeznents af materials and leases of equipment. The Con#ractor shalI not participate either directly or indirectly in the discrimination prohibited by 49 CFR, section 21.5 of the ReguIations, including empIoyment practices when the conteact covers a program set fortla in Appendix B of the Regulations. 3. Solicitatio�ns for SubcontrActors, Including Procurements of Maferials and Equrpnnent:lzz all solicitations either by cornpetitive bzddiz�� or negatiation made by tlie contractor for work to be perforr�ed under a subcontract, including procurements of materials ar leases of equipm ent, each potential subcoz�tactor or supplier shall be notiiied by the Contractor of the Contractar's obligations under fihis confract and the Regulations relat7ive to nondiscrimination on the grounds of race, color, or naiional qrigin. 4. lnformation and Reports: The Contractor shall provide all information and reports required by the Regulations or directives issued gursuant thereto, and shalI permit access to its baoks, records, accounts, other sources of informatian and its facilities as may be detertrtined by City or the Texas Department oFTransporta#ion to be pertinent to ascertain cozx►pliance with such ReguIations, orders and instructions. Where any information required of a co�tracior is in the exclusive possession of anoiher who fails ox refuses ta furnish this information the contractor shall so cerEify to the City, or the Texas Depariment of Transportation, as appropriate, and shall set forth what efforts it has made to obtain the information, CITY O� FORT WOTZTH North Beach Street and Basswood I3oulevard Tn#ersection Lnprovements STANDARD CONSTRUCTION SP�CIFICAI']OTI 1�OCUMENTS Project Number 101582 Revised March 9, 2p20 oa �3 oa SUPPLEMENTARY CONDI"ITO?JS Page 6 of 6 S. Sanctions %r Noncompliance: Tn the event of the Contt�actor's noncompIiance wiih the nondisct•imination provisions af this Cantract, City sh all impose such contract sanctions as it or the Texas Depart�nnent of 7'ransportation may determine to be appropriate, including, but not liinited to: a. withholding of paymcnts to the Contractor u�der the Contract untiI the Contractor complies, and/or b. cance�lation, terminatzon o�• suspensEon of the Con#ract, in whole o� in part. 6. Incorporation of Provisio�s: 'I'he Contractor shall include the provisions of paragraphs (1) through (6} in evezy subcontract, including procurements of materials and leases of equipment, unless exempt by th� Regulations, o�• directives issued pursuant thereto. The Contracior shali take such actior� with respect to any subcontract or procurement as City or the Texas Department of Transportation may direct as a znear�s of enforcing such provisions including sanctions for non-coz�pliance: Provided, however, that, in the event a co ntractor becomes invol�ed in, or is threater�ec� with, litigation wzth a subcontractor or supplier as a resuIt of such direction, the contractor may request City to enter into such Iitigation to protect the interests of City, and, in addition, the contiraciar may request the United States to enter into such litigation to proteci the interests of the United States. Additional Title VI requirements can be found in the Appendix. SC�7.02., "CoordinaEion" The individUaIs ar entities listed beEow have coniracts with the City for the performance of otkzer work at the Site: None 8C-8.01, "Cornmunications to Contx'actor" SC-9.47., "City's Project Manager" The City's Project Manager for this Contract is Iskal Sh3restha, P.�., or his/her successor pursuant to written noti�cation from the DirecEor of TransporE�tion and Public Wor�s. SC-�3.03C., "Tests and Inspections" Texas Depart�nent of Licensing and Regulation SC-16.O1C.1, "Methods and Procedures" END OF SECTION Revisi�n Log DA7� NAME SUMMARY O� CHANGE i/2212016 F. Griffin ��-9�D1., "City's Project Representative° wording changed to City's Project Manager. 319I2020 D.V. Magana SC-6.07, Updated the link such that fi�es can be accessed �ia the City's website. CITY OP POKT W07L"1 H Alorth Beach Sireet and Basswood Boulevard Inteaseclion Improvements STA�IDARD COAiSTRUCTION SPGCTFiCA1'TON DOCUMENTS Project Number 10I582 Reviscd Nlarch 9, 2020 a11100-7 SUMIvIAKY QF WORK Page 1 of 3 SECTION Ol 1100 SUMMARY 4F WORK PART1- GENERAL 1.1 SUMMARY A. Seciion lncludes: 1. Summaty of Work to be �erformed in accordance with the Contract Documents B. Deviations from #his City of Fort Worth Standard Specifcatio� 1. None. C. Related Specif cation Sections iz�clude, but are not necessarily limited to: 1. Division 0- Bidding Requirements, Car�tract Forms, and Conditions of the Contract 2. Division 1- General Reyuirernents i.2 PRICE AND PAYMENT PROCEDURES A. Measurenr�ent and Payment 1. Work associated wifh this Item is considered subsidiary to the various items bid. No separate payment wiIl be allowed for this Item. 7..3 REFERENCES [NOT USED] Z.4 ADMINISTRATI'VE REQUIREMENTS A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, mat�rials, and equipment, and performing aIl Work necessary for this construction project as detai]ed in the Drawings and Specifications. B. Subsidiaty Wo�•k Any and all Work specifically governed by docurnentary requizeznents far the project, such as conditions imposed by the Drawir�gs or Contract Documents in which no specific ifem %r bid has been provided far in the ProposaI and the item is not a typical unit bid item included on the standard bid item list, then the item shall be consider�d as a subsidiary item of Wark, the cost ofwhich shall be included in the price bid in the Proposal for various bid items. C. Use of Preznzses I. Coardinate uses of premises under direction of the City. 2. Assume full respansibility for protection and safekeeping of xnaterials and equipment stored on the Site. 3. Use and occupy only poi�ions oi the public stz�eets and alleys, or other public places or other rights-ofi=way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be speci.fically authorized in writing by the City. a. A reasonable axnount of tooIs, materials, and eq�ipment for construction purposes may be stored in such space, but no more than is necessary io auoid delay �n the construction operations. C1TY OF FORT WOIt�'I� North Beach Street and Hasswood Boulevacd InYersection Improvements STANDARD CONSTRCJCTION SPECIFICA`TION DOGUMENTS 1'roject Num6er 101582 Revised December 20, 2012 011100-2 SUMMARY OF WOKK Page 2 of 3 b. Excavated az�d waste ►riaterials shall be stored in such a way as not to interfere with the use o� spaces that may be designated to be let� free and unabstructed and so as not to inconvenience occupants of adjacent property. c. ��the sireef is occupied by railroad tracks, the Work shall be carried an in such manne�• as not to interfere with the operation of the z�aiIraad. 1) All Work shall be in accordance with railroad rec�uirements set forth in Division 0 as well as the railroad per�aazt. D. Work within Easements 1. Do not enter upon private prope►-ty for any purpose without l�aving pi•eviously obtained pexxnission from the owner of such property. 2. Do z�ot store equipment or ma#erial on private property unless and unti] tl�e specified approval of the property owner has been secured iz� writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise, clear aIl rzghts-af way or easements of obstruc#ions which must be removcd to znake possible proper prosecution of the Wark as a part of the project co�nstruction operations. 4. Preserve and use every pzecautio�a io prevent damage to, aIl trees, shrubbery, plants, lawns, fences, culverts, curbing, and al� other types of structures or improvements, to all waiar, sewer, and gas lines, to all cond�its, overhead pole lines, oz appurrtenances thereof, including the consiruction of temporaay fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the pubIic or private lands of interest in Iands which mig�t be affected by the Work. a. Such notice shall b� znade at least 48 hours in advance of the beginning of the Work. b. Notices shaIl be applicable to both public and private utiliiy cotnpanies and any cozporation, company, individual, or o#her, either as owners or occupants, whose land or inter�st in land might be affecied by ihe Wark. c. Be responsible for aIl damage or injury to property af any character resulting from any act, omission, neglect, or tniscanduct in the manner ar method or execution of the Work, or at any time due to defective work, material, or equipment. 6. Fence a. Restore ail fences encountered and removed dur�ng construction of the Project to th� original or a better than originaI condition. b. Erect temporary fencing in pl ace of the fencing removed whenever the Work is nat in progress and when the site is vacated overnighi, and/or at all times to provide site security. c. The cost for a1I fence work within easements, including removai, terr�porary closures and replace�ent, sl�all be subsidiary to the various items bid in ihe project proposal, unIess a bid item is speci�ca�ly provided in the proposal. CI1'Y OF FORT WORTII North Beach Street and k3asswood Bou[evard Intersection Improvemcnis STANDARD CONSTIt(JCTTON SPECIFICATION DOCUMENTS Project Number IOI582 ltevised December 20, 2012 ai iiao-3 SUMMARY OP WORK Page 3 of 3 L5 SUBMITTALS [NOT US�D] 1.6 ACTION SUBMITTALS/.[NFORMATYONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SURM�TTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USEDJ 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING �NOT USED] 1.11 FI�LD [S�TE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCT� [NOT US�D] PART 3 - EXECUTION [NOT US�D] END OF SECTYON Revision Log DA`i'� NAME STTMMARY OF CHANG� C11"Y OF FORT W0127'I-I No�lh Beach Street and Basswood I3oulevard Intersection Improvcments STANDARD COIQSTILLTCTION SPECI�'IGATION DOCiTtvIENTS Projcct Number 101582 Revised Ilecember 20, 2D 12 01 25 00 - 1 5UT3S"I'I'I'UTIOAI PROCEDi.1RE5 Page L of4 S�CTION 01 25 00 SUBSTITUTION PROC�DURES PART l. � GENERAL 1.1 SUMMARY A. Section Includes: The procedure for requesting the approval of substitution of a product thai is not equivalent to a produci vvhich is specified by descriptive or pez-for�nance criteria or defined by reference to 1 or mare af the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog nurr�ber 2. Substitufions are not "or-equals". B. Deviations from this City of Fort Worth Standard Specification I. None. C. Related Speciiication �ections include, but are not n�cessarily limited to: 1. Division 0— Bidding Reqt�irements, Contract Forans and Conditions of the Contract 2. Division 1— General Requirements 1.2 YRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this ltem is considered subsidiary to the various items bid. No separate pay�ment �e�t+ill be allowed for this Itern. 1.3 REFER�NCE� [NOT US�DJ 1.4 ADMINISTRATIVE REQU�REMENTS A. Request far Subsiitution - General 1. Witl�in 30 days after award of Contrac� (unless nated otherwise), the City will consider formal requests from Contractar for substitution of products in place of those specified. 2. Certain types of equipment and kinds of tnaterial are described in Speci�catians by means of references to names of manufacturers and vendors, trade names, or catalog nuinbers. a. When this xnethod of specifying is used, it is not intended ta e�clude from co�sideration other products bearing other manufacturer's or vendor's names, irade names, or catalog numbers, provided said p�'oducts are "or-equaIs," as deiermined by City. 3. Other types of equipment and ki nds of material may be acceptable substitL�ti�ns under the following condiiions: a. Or-equals are unavailable due to strike, discontinued production of products �neeting specified req�irements, or ather factors beyond conirol of Contractor; or, CITY pF FORT WORTI3 North Beach Slreet and Basswood Boulevard Intersection Improvemenfs S`iANDARD COI�lSTRUCTION SPECIIICAT[ON 170CUMENTS Project Number I O1582 Revised .Tuly 1, 2011 o� asoo-z SUFiST[TU"1'IQN PROCEDi]R�S Yage 2 of 4 b. Contractor proposes a cost and/or ti�ne reduction incentive to the City. 1.5 SUBM�TTALS A. See Request for Substitution Forir� (attached} B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the canditions stated herein 2. Subxnit 3 copies of each written request for substitution, including: a. Documentation 1} Complete data substantiating complzance of pro�osed substitution with Conti•act Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Daia relating fo changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and represeniative contact name c) Specification Section or Drawing reference of originally specif�ed product, including discrete name or tag number assigned ta original product in the Contract Documents 2) Manufaciurer's literature clearly marked to show coxnpIiance of proposed produci �c�vith Contract DocUments 3) Ttemized coinparison of original and proposed product addressing product characteristics including, but not necessarily lirnited to: a) Size b) Composi�ion or znaterials of consnuction c) Weight d) Electrical or mechanical requirements 4) �'roduct experience a) Location of past projects utilizing product b} Name and telephone number of persans associated with referenced projects knowledgeable coz�cerning proposed product c} Available field data and reports associated with proposed product 5) Samples a) Provide ai reqL�est af City. b) Samples become the property of the City. c. For constzuctian methods: I) Detailed description of praposed method 2} Tllustration drawings C. Approval or Rejection 1. Wriiten approva] or rejection of suhstitution given by the City 2. City reserves the right to require proposed product to co�nply with coIor and pattern of specif ed product if necessary ta secure design intent. 3. In the eveni the substitutzan is approved, the resulting cost and/or iime reduction will be documez�ted by Change Order in accordance wiih tlae General Conditions. C17'Y OF FORT WORTII North Dcach Street and Basswood Aotelcvard Intersectian Improvements STANDAItIa CONSTKUCTION SPECIPICATTdN 170CUMENTS ProjectNu�nbcr 101582 Revised 7uly 1, 2011 012500-3 SUBS"I'ITUTION PROCEDURES Page 3 of 4 4. No additional contract time will be givan for substitution. 5. Substitutian wi]I be rejected if- a. Submiital is not through il�.e Cantractor with his stamp of approval b. ReqE�est is not made iz� accordance with this Specificafion Seciion c. In the City's opiniozz, acceptance will require substantial r�vision oftkze original design d. In the City's opinion, substitution will not perfonn adequately the function consisteni vvith the design intent 1.G ACTION SUSMITTALS/�NFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED� 1.8 MA.INTENANCE MATERIAL SUBMITTALS [NOT USED] I9 QUAL�TY ASSURANCE A. In making request for substitutio�a ar in using an approved product, the Contractor represents that the Contractor: 1. Has investzgated proposed product, and has determined that it is adeq�zate or superior m all respects to that specified, and t�at it w�ll perform function for which it is intended 2. Will provide same guarantee for su6stituie item as for product specified 3. Will coardinate installation of accepted substitntion into Wark, to include buildiz�g modifications if necessary, �naking such changes as may be required for Work to be complete in all respects 4. Waives aIl claims for additional cos#s reIated to substitution which subsequentIy arise 110 DELiVERY, STORAGE, AND HANDLING [NOT US�DJ 111 FIELD [SITE] CONDTTYONS [NOT USED] 112 WARRANTY [NOT USED) PART 2 - PRODUCTS [NOT USED] PART 3 � EXECUTYON [NOT USED] END OF SECT�ON Revision Log DATE NAME SUIVIlVIARY O�' Ci�ANGE CI7'Y OF FORT WORTII Narth Beach Street and Basswood Boulevard Intersection Improvements STANDARD CONSTRUCTION SPECIFICATIOhI DOCUMENTS Frojact Numher ip 15$2 Revised July I,2011 012500-4 SUBS`�ITUTION PROCEDUItES Page 4 of 4 EXH�B�T A KEQUEST �'OR SUBSTYTUTION FORM: TO: PR07ECT: DAT�: We hereby submit for your consideration the following product instead of the speci�ed item for the above project: S�CTTON PARAGRAPH SFECIFIED ITEM Proposed Substitution: Aeason for Substitutian: Include cojnplete infarmatian on changes to Drawings and/or Specifications �vhich proposed substitution will require for its proper ins#allation. Fil1 in Blanks Below: A. Will the �ders�gned coniractor pay for changes to the building desi�n, including engineering and detailing costs caused by the requested substit�ztion? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified ite�n? D. Differences in product cast or product delivery time? E. Manufacturer's guarantees of the proposed az�d specified items are: Equa� Better (explain on attachment) The undersigned siates that the fiinction, appearance and quality are equivalent or superiar to #he specified item. Submitted By: For Use by City Signature as noted Firrn Addre,ss Date Telephone �'or Use by City: Approved City � Recommended Not recorrznr�anded By Date Re�aarks Date Rej ected Recoxnmended Received late CIT'Y OF FORT WOR'I'II North Beach Streel and Sasswood Boulevard Intersection Improvements STANDARD CONSTRiTCTION SPECI�'ICATION DOCUMENTS Project Num6er 101582 Revised July 1, 2011 013i ]9-1 PRrCONSTRUC"1'ION MEE"£ING Page i of 3 SECTION 0131 19 PRECONSTRUCTION ME�TING PARTI- GENERAL 1.1 SUMMARY A. Section Includes: 1. F'ro�isions for the preconstruction meeting to be held prior to t�e siart of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth 5tandard Speci�cation 1. None. C. Related Speciftcafion ,Sections include, but are not necessariiy limited to: 1. Division 0— Bidding Requirements, Cantract �`orms and Conditions of the Coniract 2. Division 1-- General Requzrements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement ar�d Payment 1. Work associated �with this Item is considered subsidiary to tk�e various items bid. No separate payment will be aliowed for this item. 1.3 R.EFERENCES [NOT USED] 1.4 ADMINISTRATI'VE REQUIREMENTS A. Coordination Attend preconst�-uction meeting. 2. Reprasentatives of Contraetor, subcon#ractors and suppliers attending meetings sk�ali be qt�alified and authorized to act on behali of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepar.e zniz�utes and retained by City for future reference. S. Preconstruction Meeting 1. A preconstruction meetzng will be he�d within 1�F days after the execution oit.�e Agreement and before Work is started. a. The meeiing will be scheduled and ad�ninistered by the City. 2. The Project Representative will preside at the meeting, prepare the z�otes of the meeting and distrihute copies of same to all participants who so req�est by fulIy cox�r�pleting the attendance form to be circulated at ihe beginning of the meeting. 3. Attendance shall include: a. 1'roject Representative b. Contractor's prajecl manager c. Cantractor's superiniendent d. Any subconiractor or supplier representatives whom the Confiractor may desire to invite or the City may request CITY OF FOTtT WORTH North Beacf� Street aad Basswood Boulevard Intersection [mprove�nents S`I'ANDARB CONSTKUCT101+1 SP�,ClFICATIONDOCU1vIGNTS PwjectNumber 10�582 Rcvised August 17, 2012 O1 31 19 - 2 PRECONSTRUCTION ME�T]1VG Yage 2 of 3 e. Other City representatives f. Ofhers as approprzate �. Construction Scl�edule a. Prepare bas�line canstruction schedule in accordance with Section Ol 32 16 and provide at Preconstruction Meeting. b. Czty will notify Contractor af any sched�le changes upon Notice of Pz'econstruction Meeting. 5. �'reiiminary Agenda may include: a. Introduction af Project Persox�unel b. General Description of Project c. Status of right-of way, utiIity clearances, easements or other perti�ent permifs d. Cont�actox's work plan and scheduIe e. Coniract Tzxne -f. �Notic�. ta �reeeed g. Constructian Stal�ing h. �'ragress 1'ayments i. Extra Wark and Change Order Procedures j. �'ield Orders k. Dispasal Site Letter for Waste Material 1. Insurance Renewals m. Payroll Certification n. Material Certi�cations and Quaiity Control Testing o. Public Sa�ety and Convenience p. Dacumentation of Pre-Construction Conditioz�s q. Weekend Work Notificatian r. Legal Hoiidays s. Trench Safety Plans t. Confined Space Eniry Standards u. Coordinatiox� with the City's representafive for operatians of exisiing �c�vater systems v. Storx� Water Pollution Prevention Plan w. Coordi�ation with other Contractors x. Early Warning System y. Coniractor Evaluation z. Special Canditions applicable ta the project aa. Damages Claims bb. Sub�nittal Proceduz-�s cc. Substitution Pxocedures dd. Correspondence Routing ee. Record Dxawings ff Tenr�porary construction facilities gg. M/WBE ar MBE/SBE procedures hh, Final Acceptance ii. F'inal Paymer�t jj. Questions or Comments CITY OF FOKT WOFtTT� NorYh Beach Street and Basswood Boulevard Intersection Improvements STANRARD CphISTRUCTION SP�CIFICATION DOCUIvI�;iVTS ProjecC Number Ip1582 Revised August 17, 2012 01 31 19 - 3 PRFCOII3TRUC"ITON MEETING Page 3 of 3 1.5 SUBM�TTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBM�TTALS [NOT USED] 1..7 CLOSEOUT SiJI3MITTALS jNOT USED� 1.8 MAINT�NANCE MATERIAL SUBMITTALS [NOT U�ED] 1..9 QUALITY ASSURANCE [NOT USED] 1.10 D�LNERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITI�NS [NOT USED] 1.i2 WARRANTY [NOT USED� PART 2 - PRODUCTS [NQT US�D] PART 3 - EX�CUTION [NOT USED] END OF SECTION Revi�sion Log DA7'E NE1ME SUMMARY OF CIIANG� C1TY OF FORT WORTH North Beac� 5treet and Basswood Aoulevard lntersection Improvements STANDARD CONS'1'RT3CT'ION SPECICICATION 170C[JMENTS ProjecENumber ]01582 12evised August i7, 2D12 013216-1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 5 SECTYON 0132 IG CONSTRUCTION PROGRESS SCHEDULE PART1� GENERAL 1.1 SUMMARY A. Section Includes: 1. General require�r�en.ts fpr the preparation, submiftal, updating, status reporting and management oftk�e Co�nstruction Progress Schedule 2. Specific xequirements are presented in the City oiFort Wortl� Schedule G�idance Do cument B. Deviations frqm this City of Fort Wor�h Standard Speci�cation 1. None. G. Related Specification Sections include, bui are not necessariiy limited ta: 1. Division 0— Bidding Requirements, Co�tract �'orms and Conditions af the Contract 2. Division 1— General Requirexnents T.2 PRYCE AND PAYMENT PROCEDURES A. Measurement az�d Payrnent 1. Wor�C associated with t�is Item is considered subsidiary to the various items bid. Na separate payinent will be allowed for this �tem. 1.3 REF�R�NCES A. Definitions 1. Schedule Tiers a. Tier 1- No schedule sub�nittal required by cantract. Smal1, briei duratzoz� proj ects b. Tier 2- No schedule submittal reqEiired by contract, bui will require some milestone dates. Sma11, b�•ief duration projects c. Tier 3- ScheduIe submittal required by contract as described in the Specification and herein. Majority of Ciiy projects, including all band program proj ects d. Tier 4- Schedule submitia� required by contract as described in the Specificafion and herein. Large and/or complex projects with long durations 1) Examples: laa�ge water pump station project and associated pip�line w�th interconnection to another goverr�nental entity e. Tier 5- Sck�edule subrnittal required by contract as descril�ed in the Speci�cation and herein. Large and/or very comple� projects wifh long durations, high public visibility 1) Examples might include a water or wastevvater treatment pIant 2. Baselir�e Schedu�e - lnifial schedule submitted befare work begins that will serve as the baseline for measuring progress and depart-�ares from the schedule. 3. Progress Schedule - Moz�thly submittal of a progress schedule documentzng progress on the projeci and any changes anticipated. CITY QF FORT WORTII North Beacl� Strcet and Basswood Boufevard Intersection Improvemenfs STf�NDAI21� COIVSTRUC ITON SPECIFiCAT101+! DOCUMENTS Yeoject Number 1D1582 Revised 7uly 1, 2011 OI3216-2 COl�iSTRUCTION PROGRESS SCHEDULE Yage 2 oF5 4. Scheduie Narrative - Concise narrative of the schedule including schedule changes, expected delays, key schedule issues, critical path items, etc B. Refexence Standards 1. City of Fort Warth Schedule Guidance Dacurrtent 1.4 ADMINISTRATIVE REQUIREMENTS A. Baseline Schedule 1. General a. Prepare a cost-loaded basefine Sck�edule using approved software and the Critical Pafh Method {CPM) as required in ti�e City of Fort Wort13 Schedule Guidance Document. b. Review tk�e draft cost-loaded baseline Schedule with the Ciiy to denrzonstraie understanding of the work to be performed and lrnown issues and constraints xeiated to the scheduIe. c. Designate an authorized representaiive {Project Scheduler) responsible for developing and updating #he schedule and prepa�iz�g reports. B. Progress Schedule l. Update the progress ScheduIe �nontl�Iy as required in the City of Fort Worth Schedule Guidance Document. 2. Frepare #he Schedule Narraiive to accompany the monthly progress Schedule. 3. Change Orders a. Incorporate approved change orders, resulting in a change of cantract time, in the baseline Schedule in accordance wiih City of k'ort Worth Schedule Guidance Document. C. Responsibility for ScheduIe Compliance 1. Whenever it becomes apparent from the current progress 5chedule and CPM Status Report that delays to the critical path have resulted and the Contract completion date will not be �net, or when so directed by the City, make some or all of ths following actions at zzo additionat cost to the City a. Subznit a Recovery Plan to the City far approval revised baselizze Schedule outlining: 1) A written statement of the steps intended to take to remove or arrest the delay tQ the critical path in the approved schedule 2) Increase construction aa�anpower in such quantities and crafts as will substantially eliminate the backlog of vvork and return current Schedule to meet projecied baselirte completion dates 3} Increase the number of work�ng hours per shift, shifi�s per day, worki�g days per week, the amount af constraction equipment, or any coanbination of the foregoing, suff ciently to substantially eIzminate the backlog of work 4) Reschedule activities ta achieve maximum p�racticai concurrency of accomp2 ishment oi actzvities, and comply with the revised schedule 2. If no written statement oithe steps intended to tal�e is submitted when so requested by the City, the City may dzrect the Contractor to increase the 1eve1 of effort in manpower (trades), equipment and work schedule {overtime, weekend and holiday work, etc.) to be �rnpIoyed by the Contractar in order ta remove or arrest the de�ay to the critical path in the approved schedule. a. Na ac�ditional cost for such work wi11 be considared. CTTY OF FORT WOR'I'I-1 hIorth Beach Street and Aasswood Boulevard Intersecfion Im�rovements STANDARD CON57'RIUCTTON SPECIFICATION DOCUMEN"I'S Praject Ne�mper 101582 Revised July 1, 2011 01321b-3 CONS'172UCT'ION PROGRCSS SCIiEDULE Page 3 oF5 D. The Contract completiar� time will be adjusted ox�Iy for causes specified in this Contract. a. Requesls %r an extension of any Contract completion date musf be suppiemented with the follawing: i) Furnisl� justi�cation and su�parting evidence as the City may deein necessary to determine vwhether the requested extension of time is entztled under the provisions of this Contract. a) The City will, after receipt of such justificaiion and suppor�ing evidence, make findings af iact and wi�l advise the Contractor, in writing thereof. 2) If the Ci#y ftnds that the requested extension oftime is entitled, the City's determination as io the totaJ number of days alIowed for the extensions shall be based upon the approved total baseline schedule and on all data relevant to the extensian. a} Such data sl�all be included in the next upda#ing orthe Progress sck�edule. b) Actual delays in activities which, according to the BaseIine schedule, do not affect any Contract completion date shown by the critical path in the netwark wiil not be the ba,sis for a change therein. 2. Submit each request for change in Contract campleiion date to th� City within 30 days after the beginning of the delay for wt�ich a trme extension is requested but before the date of iinal payme�t under this Contract. a. No time extension wilI be granted for requests which are not submitted within the foregoing ti�e limit. b. Frozx� time to time, it may be necessary for the Contract schedule or epmpletion time fo be adjusted by the City to reflect the effecis o� j ob conditions, weather, technical difficulties, strikes, �anauoidable deIays an the part of the City or its representatives, and other unforeseeable candiiions which may indicate schedule adjustments or completion time extensions. 1) Under such conditions, the City will direct the Contractor to reschedule the work or Contract coznpletion time to refIect the changed conditions and the Contractor shall revise his schedule accordingly. a) No additionaI compensation will be made to ihe Contractor for such schedule changes except for unavoidable ovezaIl contract time extensions beyond the acival completion of unaf�'ected work, in which case the Contractor shall iake all pQssible action to minimize any time extension and any additzoz�al cost to the City. b) Available float time in the Baseline schedule may be used by the City as we11 as by the Contraciar. 3. Float or slack time is defined as the amount of time between the earliest stari date and the latest start date or between the earIiest finish date and the latest iinish date of a chain of activi.ties on the Baseline Schedule. a. Float or slac� time is not for the excl�asive use Qr henefit oi either the Contracfar ar the City. b. Proceed with work according to early ,start dates, and ihe City shalI have the ri�ht to reserve and apportion iloat tizne according to the needs of the project. CITY OF FOKT WOKTH North Beach Street and Dasswood Bou[evard Intersection Improvements STANDARD COWS'I'RUCTION SPECIPICAT[OI`T llOCUMENTS Project Number 1D1582 Revisad 7uly 1, 2011 oi3zt�-4 CONSTRUC'I'ION PROCr�ESS SCHEDULE Page q of 5 c. Aclrnowledge and agree ihai actual delays, affecting paths of activifies contaiz�ing float time, will not have any effect upon contract completiQn times, providing that the actual deIay daes not exceed the i�oat tirne associated wiih those activities. E. Coordinating Schedule with Other Contract Schedules 1. Where wark is to be performed under this Contract concurrently witb or contingent upon work performed on the same facilities or axea under other contracts, the Baseline Schedule sha11 be coordinated ruith the schedules of the oiher contracts. a. Obtain the schedules of the oth�z appropriate contracts from the City for the pz-eparation and updating of Baseline schedule and make il�e required changes in his sch�edule when indicated by changes in corresponding schedules. 2. In case of interFerence between the operations of different contractors, #he City wilI determine the wot•k priority of each cQntractor and the sequence oiwork necessary to expedite the completian of the entire Project. a. In such cases, the decision of the City shall be accepied as fz�al. b. The temporary delay of any work due to such circumstax�ces shall noi be considered as justification for claims for additio�aI compensation. 1.5 SUBMITTALS A. Baseline Schedule 1. Subzx�it Scl�edule in native file format and pdf format as required in the City of Fort Worih Schedule Guidance Document. a. Native file farmat �ncIudes: 1) Primavera (P6 or Primavera Contractor) 2. Submit draft baseline Schedule to City prior to ihe pre-canstruction �neeting and bring in hard copy to t�e meeting for r�view and discussion. B. Progress Sc�edule 1. Submit progxess Schedule in native file format and pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit progress Schedule fnonthIy no later than the Iast day of the month. C. Schedule Narrative 1. Submit the schec�ule narrative in pdf format as required zn t�Ze City af Fort Worth Schedule Guidance Document. 2. Submit schedule narratzve �nonthly r�o later ihan the last day of the month. D. Submittal Process 1. The City administers at�d manages schedules through Buzzsaw. 2. Contractor sk�all submit documents a.s required in the City of Fart Wflrth Schedule Guidaa�ce Docu�rz�e�nt. 3. Once the project has been completed and Fina] Acceptance has been issued by the Ciiy, no further progress schedules are required. CTI'X O�' POi2T WORTH North Beach Strect and Basswood Boulevard Inicrsection Improvemen�.s STAT�T17A1LL7 C0315TRUCTION SPECI�'ICAT[ON DQCUNIEI�lTS nroject3lumber 1D1582 Reviscd July ], 201 I O13216-5 CONS'I'RUCT�ON PROGRESS SCHEDULTi Yage 5 of 5 1.6 ACT��N SUBMTTTAL�/INFORMATIONAL SUBM�TTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT U�ED] ]..8 MAiNTENANCE MATERIAL SUBM�TTALS �NOT USED] l .9 QUALrTY ASSURANCE A. The person preparing and r•evising the constructian Progress Schedule shall be experianced in the preparation of sc�edu�es of similar complexi.ty. B. Schedule and supporting docum�nts addressed in this Specz�cation shaIl be prepared, updated and revised to accurately reflect the perfornaa�ce af the construction. C. Contractor is responsible far the quality of all subnr�ittals in this section rneeting the standard of care for tl�e construction industry for similar projects. 1.10 DEL�VERY, STORAGE, AND HANDLING [NOT USED� 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WAl2I2.ANTY [NOT USED] PART 2 - PRODUCTS [NOT US�D] PART 3 � �XECUTION [NOT USED] END 4P SECTION Revisioa Log DATE NAMG STT1VIlVfAAY OF CHANGE�. CTTY OP PORT WOlZ1'H North Beach Street and Basswood }3oulevRrd Intersection Improvemet�ts S"I'ANDA1tD CONSTRUCTION SPECIFTCATION DOCUNirN"I'S Project Num6er 101582 Revised July 1, 2D l! 013233-1 PRECONSTRUC'I'ION VIDEO Page 1 of 2 SECTYON Ql 32 33 PRECONSTRUCTION VID�4 PART x - CGENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specifcation 1. None. C. Related Specifcation Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requii�ements, Coniz-act Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDUR�S A. Measurement and Payment 1. Work associated witl� ihis Ttem is considered subsidiary to the various iterns bid. No separaie payment will be allowed for this Item. 1.3 REFERENC�S [N�T USED] 1.4 ADMIN�STRAT�VE REQUYREMENT� A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including ali areas in the vicinity of and to be affected by construction. a. Provide digital capy of �+ideo upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintez�ance surety periad. 1.5 SUBMITTALS [NOT U�ED] 1.6 ACTIOIV SUBMITTALSI.[NFORMATIONAL SUBMITTALS [NOT U�ED] 1.7 CLOSE�UT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUSMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] I.10 DELNERY, STORAGE, AND HANDLING [NOT USED] 1.11 Fr�LD [SITE] CONDITIONS [NOT USEDj �.12 WAI2RANTY [NOT USEDJ PART 2 - PRODUCTS [NOT USEDI CI'I'Y OF FORT WORTH Aloetli Beach Street and Basswood 8outevard Intersection Improvements STANDAitD CONSTRUCTION SPECIFICATION T�OCUMENTS CZevised 3uly 1, 2071 Projecf Number 1p1582 013233-2 PRECONS`1'12UCTION VID�O Page 2 of 2 PART 3 � EXECUTYON [NOT USED] END �� SECT��N Revision Log DATE Nf1ME SUMIVIARY OF CIIANGE C1TY OF PdKT WOTZ"TH Norlh Beach Street and Basswoad I3oulevard Intersection Improvements STANDAItD CONSTRUCTION SP�;CIPTCATION DOCUM61+1TS ProjecY Number l Ol5&2 Revised du�y ], 2011 pi3300-1 SLTB114IT'I't1,1.S 1'age 1 of 8 SECTION 0133 a0 SUBMITTALS PART1� GENERAL 1.1 SUMMARY A. Section Includes: General methods and requirements of'submissions applicable to the foIlowing Work-related submittals: a. Shop Dxawings b. Pz'oc�uct Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City ofFort Worth Standard Speci�cation 1. None. C. Related Specification Sections ir�clude, but are not necessarily timited to: 1. Division 0— Biddir�g Requirements, Contract Farms and Conditions of tIae Contract 2. Divisioz� I-- Ge��eral Requirements 1.2 PRICE AND PAYMCNT PROCEDURES A. Measurement and Payinent 1. Work associaied with this Item is conside,red subsidiary to the various items bid. No separate payment will be allowed far �his Ttem. l.3 REFERGNCES jNOT USED] 2.4 ADMINISTRATNE REQUIREMENTS A. Coordination 1. Notify tk�e City in �writing, at the time of submittal, of any deviatians in the submittals from the requirements af the Contract Documents. 2. Coordinafion af Submittal Times a. Yrepare, prioritize and transmit each subxnittal suffciently in advance of performing the related Work or oth�r applicable activities, or within the time specified in the indzviduai Wark Sections, of the Specifications. b. Contractor is responsible such that the installatio�� wi1l not be delayed by processing tirnes including, but not limited to: a} Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e�) Fabrication f) Delivery g} Similar seque�aced activities c. No extension of tirne wiIl be autharized because of #he Contractor`s failure to transmit submzt�aIs s�afficiently in advance of the Work. C1TY OP POKT WORTH North geach 5treet and Basswood Boulevard Intersection Lnprovements S"I'AtVDARD CpAISTftUCTION SP�CiP[CA`I'TON DOCUMEN"I'S Project Number 1015$2 Revised J]ecembcr 20, 2012 oi 33ao-a SUBMITTALS Page 2 of S d. Make submittals promptly in accordance with approved scheduIe, and in s�ch sequence as to cause no delay in the Work ar in fhe work of any ot�er contractor. B. Submittal Numbering When sub�nnitting shop drawings or samples, utilize a 9-character submittaI cross- reference idenii�cation nutnbering system in the following manner: a. Use the first 6 digits of the applicable Speciiication Section Number. b. For the next 2 digits num6er use aaurnbers 01-99 to sequentially number each initial separate item or drawiz�g submitted under each specific Section number. c. Last use a leiter, A-Z, indicating the resubmission of the same drawing (i.e. A�2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as foilows: 03 30 DO-OS-B I) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighih initial submittal under this Speciiicatiox� Section 3) B is tl�e third submission {second resubmission} of ihat particular shop drawing C. Contzacior Certification Revievv shop drawings, product data and saaaaples, including those by subcontractars, prior to submission to determine and verify the follawing: a. Field measurements b. Field constzuction criteria c. Catalog numbers and similar data d. Canfoz'rnance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal revzewer c. Certif cation Siate�eni 1) "By this submittal, I hereby represent that I have determined and veri�ed tield �neasurements, feld construction criteria, materials, dzxnensions, catalag numbers and similar data and I ha�e checked and coordinated each itez� with other applicable approved shop drawings." D. Submitial �'ormat 1. �'old shop drawings larger ihan 8% ix�cl�es x 11 inches to S%z inches x 11 inches. 2. Bind shop drawings and product daia sheets together. 3. Order a. Cover Sheet I ) Description of Packet 2) Contracior Certification b. List of items / Table of Con#ents c. Product Data /Shop Drawings/Samples /Calculatians E. Submitial Content 1. The date of submission and ihe dates of any previous submissions CITY OF FOltT WORTH North Beach Slrcet and Basswood Boulevard Infersection ]mprovements S'I'ANDARD CONSTRUCTION Sl'EC�ICATION AQCUtvI�AITS PrajectNumber 101582 Iievised December 2a, 2012 D13300-3 SUBIVITTTALS Yage 3 of 8 F 2. The Project title and nu�ber 3. Contractor idex�tification 4. The nanaes of: a. Contractor b. Supplier c. Manufacturer 5. Identif cation of the product, with the Specificaiion Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or cz-iticaI features of the Work or �naterials 8. AppIicable standards, such as ASTM or �'ederal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 14. Identification by highiighting of revisions on resubmittals 11. An 8-znch x 3-inch blank space for Contractor and City stamps Shop Da�awings 1. As specified in individual Work 5ectians includes, but is not necessarily limited to: a. Custom-prepared data such as fabricatzox� and erection/installation (working) drawings b. Scheduled information c. Setling diagxaxns d. Actual shopwork ananufacturing instructions e. Custonra templates f. �pecial wiring diagraans g. Caordination drawings h. Individual system or equipmeni inspectian and test reports including: 1) Performance curves and c�rtifcatians i. As applicable to the Work 2. Details a. Relation of t�ae various parts to i:he main members and lines oithe structure b. Where correct fabrication ofthe Work depends upon �eId meastxrements 1) �rovide such measurements and note on the d�rawing;s priar to submitting for approval. G. Product Data 1. �or submittals of prod�ct data for products included on the City's Standard Product List, clearly identify each itcro selected far use on the Project. 2. For submittals of product data for producis not included on the City's Standard �'roduct List, submittal data �nay include, but is not necessarily limited to: a. Standard prepared data far manufactured products (sometimes refexred to as catalog data} I} Such as the manufacturer's product specification and installation instr�ctions 2) Availability of colors and patterns 3) Manufacturer's printed state�ae�ats af compliances and applicabiIity 4) Roughing-in diagams and teznplates 5) Catalog cuts 6) Product photograph�s CITY OF FORT WOR'I'I�I North Beacla Street and $asswood Boulevard Interscction Im}�rove�aients STANDAKD COiYSTItLTCTION SPECIFIC ATIpN DOCUMENTS Prpject Number 101582 Revised December 20, 2012 ai s3 00 - a SUBMITTAI.S Page 4 of 8 7) Standard wiring diagrams 8) Printed performance curves and operatianal-range diagams 9) Production or quaIity contral inspection and test reports aud certifications ] 0) Mi11 reports 11) Product operati�ag ay�d maintenance instructions and recommended spare-parts listix�g and printed procEuct warranties 12) As applicable to the Work H. Samples I. As specif ed in individual Sections, include, but are not zzecessarily limited to: a. Physical examples of the Work such as: 1} Sections of manufactured or fabricated Work 2} Small cuts or containers of znaterials 3} Complete units of a-epetitively used products coior/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 iz�dependeilt inspection and testing, as appIicable to the Work I. Do not start Work requij•ing a shop drawing, sa�nple or product da#a nor any material to be fabricated or installed prior to the approval or qualifiad approval oF such item. 1. Fabrication performed, materials pu�-chased or an�site construcfion accomplished which daes nof conform to approved shop drawings and data is at the Contractor's risk. 2. The Ciiy wiIl nat he iiable for any expense or delay due to corrections or re�tedies requiz-ed to accomplish conformity. 3. Complete project Work, materials, fabrication, and instaIlaiions in conformance with approved shop drawings, applicable sampies, and product daia. J. Submittal Distributian �Iectronic Distribution a. Confirm developxx�ex�t of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site appro�ed by tk�e City. b. Shop Drawings 1) Upload submittal to designated project directory az�d noiify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies %r alI sLib�nittals b} If Contractor requixes more than 1 hard eopy of Shop Drawings returned, Contractor shal� submit mare than the number of copies listed above. c. Praduct Data ]) Uplqad submittal to designated project directory and noiify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all sub�►ittals d. Samples 1} Distributed to the Project Representative 2. Hard Copy Dis�ibution (if required in Iieu af electronic distribution} CITY OF FOR'I' i1VOItTH IVorth Beach Street and $asswaod I3oulevard Intersectian Improvements S'�'AI�DAI2D CONSTRUCTION SPECIETCATTON DOCLTiV�ENTS Project Number 1Q1582 Revlsed Decembei- 20, 2D12 p133p0-5 SUBMITTALS Page 5 of 8 a. c. Shop Drawings I} Distributed to the City 2} Copies a) 8 copzes for rnechanica] submittals b) 7 copies for all other submittals c) If Contraclor requires more than 3 copies of Shop Drawings returned, Contractor shall submit mare than the number of copies listed above. Product Data 1} Distributed to the City 2} Copies a) 4 copies Sarr►pies 1) Distributed to the Praject Representafive 2) Copies a) Submit the number sta#ed in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site fle and �lsewl�ere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specifiad. K. SubmittaI Review l. The review of shop drawings, data and sampies will be for general conformance wztk� tk�e design concept and Contract Documents. This is not to be construed as: a. Permitting any departure fram the Contract requirements b. Relieving the Contractor of respansibility for any errors, incIud�ng details, dimensians, and materials c. Approving departures from details fi�rnished by the City, except as otherwise provided herein 2. The review a�d approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the ful�llment of the terms of the Contract. a. AIl risks of error and omission are assumed by the Contractor, and the City will have no responsibility #herefore. 3. The Contractar remains responsible for details and accuracy, for coordinafing the Work with a11 other associated wo��� and trades, for selecting fabrication processes, fQr techniques of assembly and far performing Work in a safe maimer. 4. If the shop drawings, data or sarnples as submitted describe variations and show a departure from the Contract requireinents which City finds to be in the interes� of the City and to be so z�inor as no# to involve a change in Contract Price or time for perfozzna�ce, the City may return the reviewed drawings without noting an exception. S. Submiitals will be returned to the Contractor under 1 ofthe follawing codes: a. Code 1 1) "NO CXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submzttal. a) When retur�ed zinder this code the Contractor may release the equipnneni and/oz rr►aterial for manufacture. b. Code 2 CITY O�' H0127' WORTH North Beach Street and Basswood Boulevard Intersection Improvements STf1NDARDCONSTRUCTION SYECTFTCATIONDOCUMENTS YrojectNumber 101582 Revised Decemher 20, 2012 013300-6 SLFSMITTALS P�ge 6 of 8 1) "EXCE�'TIONS N4TED". This code is assigned when a confirma�ion of the notations and comments IS NOT required by the Contractor. a) The Contractor may release fhe equipment or materza] for mai�ufacture; ho�wever, alI notations and comments must be incorporated into ihe final product. c. Code 3 1) °�XCEPTIONS NOTED/RESLIBMIT". This combination of codes is assig�ed when x�otaiions and comments are extensive enough to require a resubmittal of tk�e package. a) Tk�e Contractor may release the equipment or material for manufacture; however, afl notafions and comments must be incorporaied into the final product. b} This resubmittal is to address a1I comments, oznissions and non-confarming items that were noied. c} Resubmitta� is to be received by the City within 15 Calendar Days of the date of the City`s transmittal reqEiiring the resubmittal. d. Code 4 l) "NOT APPROVED° zs assigt�ed when fhe subinittal does not ineet the in�ent of the Contract Documents. a) The Contractor must res�abmit the entire package re�ised to bring ihe submittal into conformance. b} It may be necessary to resubmit using a dzfiferent manufacturer/vendar to meet the Contract Documents. Resubmittals a. Handled in the same zxianner as �rst subrnittals 1) Corrections other thax� requested by fhe City 2) Marked wifh revision triangle or other simiIar rriethod a) At Contracfor's risk if not marked b. Submittals for each item wilI be reviewed no more thara twice at the City's expense. 1} AlI subsequent reviews will be perfor�x�ed at times convenient to the City a»d at the Coniractor's e�pense, based on the City's or City Representative's then prevailing rafes. 2) Provide Coaatractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaaxaing City`s z'eview of submittals, will not entitle fhe Contractor to axi exiension of Contract Time. 7. Partial Submittals a. City reserves the right to not review subxxz�itals deemed partial, at the City's discretion. b. Submittals deemed by the City to be nat complete will be returned to the Contractor, and will be considez-�d "Nat Approved" until resubmitted. c. The City may at zis op�on provide a list or mark the submittal directing the Contz-actor to ihe areas that are incomplete. S. If the Contracior considers any correction indicated on the shop d�awings ta constiiuie a change to the Contract Do.cuments, then w�ritten notice must be provided thereof to the City at ieast 7 Calendar Days prior to release for manufacture. Cl`TX OF PORT WORTH Narth 8each Str�eet and Basswood Boulevazd Intersection Improvemenfs S7'ANDt112ll CONSTRUCTIOTT SPECIFICAIYON DOCI1{V1ENT5 ProjectN�ember 101582 Revised December 20, 2012 013300-7 SU13NAt[I'ITAL3 Page 7 of 8 9. When the shop drawings haue beezz coinpleted to the satisfaction of the City, the Contractor �nay carry out tl�e construction in accordance therewith and no further changes therein exeept upon written insh•uctions from fhe City. 10. Each subnaiital, appropriately coded, will be returned within 30 Calendar Days fotlowir�g receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete uniis oi the standard of acceptance for that type of Work to be used on the Project. Remove ai the cax�rzpletion of the Work or when directed. M. Qualifications 1. If specificaIly required in other Sections of these Specifications, submit a P.E. Certification for eack� item required. N. Request for Infarmation (RFI) Con�racior Request for additional infortna#ion a. Clarifcation or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Dravvings and Specifications 1) Ideniify the con#Iict and request clari�cation 2. Use the Request for I�aformaiian (RFT) farm provided by the City. 3. Numbering p� RFI a. Pref� vwith "RFI" followed by series number, "-�", beginning with "Ql." and increasing sequentially with each additional transrnittal. 4. Sufficient information shall be attached to permit a written response without further information. 5. The City will log each request and wilI revie�uv the request. a. Iireview of the project information request indicates that a change to ihe Coniract Documents is required, the City wilI issue a Field Order or Change Order, as appropriate. 1.5 SUBMITTALS [NOT USED] 1.6 ACT�ON SUBMYTTALS/INFORMATIONAL SUBMITTAL� [N�T USED] 1..7 CL4SEOUT �UBMITTALS [NOT USED] 1.8 MAINTENANC� MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED� 110 DELIVERY, STORAGE, AND HANDLING [NQT USED] l.11 FIELD [SITE] CONDITION� [NOT USED] 112 WARRANTY [NOT USED] CITY OF FORT WOKTH North Beach Streaf and I�asswood Bou�evard Intersection LnprovemenEs STANDARD CONSTRUCTION SPECI�'IC ATION DQCUMENTS Projccl Nuraber 101582 Revised Dece�nbcr 20, 2012 O13300-8 SUBdVi[TTALS P�ge S of S �ART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END �� SECTION Aevision Log DATE NAM.E SUMMARY OF CHANGE 12/26/2012 I7. 7ohnson 1.4.K.8. War[cing Days modifed to Calendar l�ays CT'I'Y OF FORT WOR'I'II North Beach Street and Basswood Soolevazd Intersection Improvements STANDARD COIVS'1'121LTCTTON SPECIFICATIOIv �OCUMENTS Praject Number ] 01582 Revised December 20, 2012 013513-1 Sl'ECTAL PROJECT PROC�AUBES Page 1 of 8 2 3 PART1- GENERAL 4 1.� SUMMARY 5 A. Section Includes: G 7 8 9 ia 1I 12 I3 14 15 16 17 18 19 SECTI�N 0135 l3 SFECIAL PROJECT PROCEDURES i. The procedures for special project circumstances ihat includes, bL�t is npt Irmited to: a. Coord��natian vvith the Texas Department of Transportation b. Work near High Voltage Lines a Con�ned Space Entry Pragram d. Air PolIution Watch Days e. Use of Explosives, Drop Weight, Etc. f. Water Depariz�eni Notification g. Public Notification Prior to Beginning Construction h. Coordinatio�a with United States Army Corps of Engineers i. Coordination within Railroad permits areas j. Dust Control k. Emplayee Parking B. Deviations from this City of Fort Worth Standard Specification I. None. 20 C. Related Specifiication Secti.or�s include, but are not necessaxily limited to: 21 1. Division 0— Bidding Requirements, Contract Forms and Condztions o,f the Contract 22 2. Divisian 1— General Require�nenfs 23 3. Section 33 12 25 — Connection to Cxisting Water Maans 2�1 1.2 PRICE AND PAYMENT PROCEDURES 25 26 27 28 29 30 3i 32 33 34 35 36 37 38 39 40 41 42 A. Measurefnent and Fayment 1. Coordination wifhin Railroad permit areas a. Measurement 1) M�asurement for ihis Item will be by lump sum. b. Payment 1) The work performed and materials furnished in accordance with this Item vvill be paid for at the lump sum price bid far Railroad Coardination. c. The price bid shall include: 1} Mobilization 2) Inspection 3) Safety training 4) Additional Insurance 5) Insurax�ce Certificates 6) Oik�er requirements associated with general coozdinatioz� with Railroad, ix�cluding addilional employees required to protect the right-of way and properfy af the RaiIroad from damage arising out of and/or from the construction of the Proj ect. 2. Railroad �'lagrnen CITY OF FORT WORTH North Eicach SEreet and Basswood Boulevard Inferseciion Imprpvements STANDARD CONSTRUCTI�N SPECTFICATIO71 DOCU1vII:NTS Project Number 101582 ltevised December 20, 2012 Qf 35 13-2 SPIiC1Ai. PROJEGT Pi20CEDURES Page 2 of $ I 2 3 4 5 6 7 8 9 10 I1 12 l3 a. Measurezr�ent l) Measurement for this Item will be per working day. b. 1'ayment 1) The work performed and materials furnished in accordance with this Ttem will be paid for each warking day thai Railroad k'lagmen are present at the Site. c. The price bid shall include: 1) Coordir�ation for scheduling flagmen 2) Flag�nez� 3) Other requirements associated with Railroad 3. AlI oiher items a. �Nork associated with these Items is considered subsidiary to the vatious [tems bid. No separate payment will be allowed for this Itezn. 14 �.3 REF�ER�NCES l S f1. Reference Standards 16 1. Reference standards cited in this Specifcation refer to the current reference ]7 standaz-d published at the time of the latest revision date logged at the end oithis I8 Specification, unless a date is speciiically cit�d. 19 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Sa%ty, Chapter 752. 20 High Voltage Overhead Lines. 21 3. North Central Texas Council of Governments (NCTCOG} — Clean Construction 22 Specification 23 1.4 ADMINISTRATNE REQUIR�MENTS 24 25 26 27 zs 29 30 31 32 33 3� 35 36 37 38 39 40 �41 42 43 44 45 A. Coordinatifln with the Texas Department of Transportation 1. Wh�n wark in the right-of way which is under the jurisdiction of the Texas Department of Transportation (TxDOT}: a. Nofify the Texas Dcpartment of Transportation prior to comxnencing any work therein in accardance with the pravisions of the pema�zt b. All wark performed in the TxDOT rigk�t-o� way shall he �erformed in compliance v�ith and subject to approval frorn the Te�as Department of Transportation B. Work near High Voltage Lines 1. Regulatary Require�nenfs a. Ali Wark near High Voltage Lines (more than b00 volts measuxed between conductors or between a cQnductor and ihe ground) shall be i�z accordance with Health and Safety Code, Title 9, Subtitle A, Chaptez- 752. 2. Warning sign a. Provide sign of sufficient size ine�ti�€g a11 OSHA requirements. 3. Equipment operating within 10 %et of high valtage lines will require the following safety features a. Insulating cage-type af guard about the boam or arm b. Insulator links on the lift hook connec#ions for back hoes or dippars c. Equipment must �neet the safety requirements as set forth by OSHA and the safety requirements of the owner of the higia voltage �ines 4. Wark within 6 feet of high voltage electric lines CITX OF �'OR7' WORTH North $each 5treat and 13asswood Boufevard Intersection Improvements STAIIDARD CO]VSTRUCTION SPECIFICATION DOCUMFNTS Project Number 101582 Revised December 20, 2012 01 35 13 - 3 SPECIAL PROJPCT PILOCET]URES Pagc 3 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 Ib 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 3b 37 38 39 40 41 42 43 44 �[5 46 a. Notification shall be given to: 1) The power company (example: ONCOR} a) Maintain an accurate log of a11 such calls to power co�npany and record action taken in each case. b. Coordinat�on with power company 1) After no#ificaiion coordinate with the power company ta: a) Erect temporary mechazzical barriers, de-energize the lines, ar raise oz- lower the lines c. No pez-sonne] may work within 6 feet af a high voltage line before the abov� requirexnenis have been met. C. Cor�fined Space Entr}+ Program �. Pravide and follow appraved Confned Space Entry Program in accordance with 05IIA requirements. 2. Confined Spaces include: a. Manha]es b. 1�I1 other cor��ned spaces in accordance with OSHA's Permit Required for Coniined Spaces D. Air Pollution Watch Days 1. General a. Observe the following guidelines relating to working on City constr�action sites on days designated as "AIR POLLUTI4N WATCH DAYS". b. TypicaI Ozone Season 1) May ] through October 31. c. CriticaI Ex�aissran Time 1) 6:00 a.m. to 10:00 a.m. 2. Watcla Days a. The Texas Commiss�on on Environmental Quality {TCEQ), in coordination with the Nationa� Weather Servzce, will issue the Air PolIution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. b. Requirements 1) Begin work after I0:00 a.m. whenever construction phasi�g requires the use of ax�otorized equipment for periods in excess of 1 hour. 2) However, the Contractor may begin work prior ta 10:00 a.m. if: a} Use of motorized equipment is less ihan 1 hoL�r, or b) Tf equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Su1f4�r Diesel (ULSD), diesel emulsions, or alternative fuels suck� as CNG. E. TC�Q Air Permit 1. Obtain TCEQ Air Permit for construction activities per requirements o� TC�Q. F. Use of Explosiv�s, Drop Weight, Etc. l. When Contract Documenis pennit on the project the follawing wi11 apply: a. Public Notification 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to commencing. 2) Minimum 24 hour public notif cation in accordance with Section O1 31 J 3 G. Water Department Coordination CITY OF FORT W012`I'II North I3each Street and Basswood �oulevard Tntersection Improvemenfs STANDAFtD CONSTRUCTTON SPEC[FICATIONDOCUM�NTS Project Number 1DI582 Revised Dece3nber 20, 2012 013513-4 SPECIAi, PRO7ECT PROC�Di1R�S Page 4 of 8 1 1. Durfng the canstruct[on of this project, it wz�l bc necessary to deactivate, for a 2 period of time, existing lines. The Cor�tractor shaIl be required to coordinate with 3 the Water Department to determ�ne the best �imes for deactivating and activating 4 tl�ose lines. 5 2. Coordinat� any event that will require connecting to or the operation of an existing 6 City water line system with the City's representative. 7 a. Caordination shall be in accordance with Section 33 I2 25. 8 b. If needed, obtain a hydrant water meier from the Watez- Departzx�er�t �or use 9 during the ]ife of named projeci. 10 c. In the event #hat a water valve on an existing live system be turned off and on 11 to accommodate the construction of ihe project is required, coordinate this 12 activity through the appzoprfate City r•epresentative. 13 ]) Do not operate water line valves of exis#ing water system. 14 a) Faiiure to com�ly wi�l render the Contractor in violation of Texas Penal 15 Code Title 7, Chapter 28.03 {Criminal Mischief} and the Cantractor IG will be prosecuted to ilie full exient of tlae law. 17 b) In addition, the Contractor will assum� all liabilzties and 1 S responsibilities as a resuli of these actions. 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 H. Public Notifcation Prior to Beginning Canstr�ction 1. Prior to beginning constz-uction on any hlock in the project, on a bIock by block basis, prepare at�d deliver a notice or flyer of the pending constructian to the front door of each residence or business that will be irr►pacted by construction. The notice shall be prepared as follows: a. Post natice or flyer 7 days prior to beginriing any construction activity on each block in the project area. �) Prepare flyer on ihe Cont�ractor's Ietterhead and include the following inforn�ation: a} Name af Project b) City Project No (CPN} c) Scope ofProject (i.e. type of construction activity) d) Actua� construction duration within the block e) Name of the contractor's %reman and phone number fl Name oit�e Caty's inspector and phone number g) City's aftex-hours phone number 2) A s�npl� of i�ae `pte-construction notification' flyer is attached as Exhibit 36 A. 37 3) Submit schedule showing the construction start and fnish time for each 3S black of the project to the inspector. 39 4) Deliver flyer to the Ci#y Inspector for review prior to distribution. 40 b. No construction wi1l be allowed to begin oz� any block until ihe fiyer is 41 delivered to al1 residents of �he biock. 42 43 4A 45 46 47 48 I. Public Notification of Temporary Water Service Interr�ption during Construction �. In the event it becomes necessary to femporarily shut down water service to residenis or businesses during construction, prepare and deliver a notice or flyer of ihe panding interruption fo the front door of each affected resident. 2. Prepared notice as follows: a. The notifcation or #Iyer shall be posted 24 houz-s priar to the temporary interruption. CITY OF FOR'I' WOItTH North Beach Street and Sasswood Boulcvard Tntersection Improvements STANDARD CONSTRISCTfON SYECIFICATI03�f DOCUMENTS Project Number 101582 Rcvised December 20, 2012 013513-5 SPECIAL YRO.TECT PROCED[1KE5 Page 5 of S 1 2 3 4 5 6 7 8 9 10 11 I2 13 14 15 i6 b. Prepare flyer on the contractor's letterhead and include the fo7lowing information: T) Name ofthe project 2} City Project Number 3} Date oFthe interruption of se�r-vice 4) Period the interruption will take place 5) Natne of ihe cont�ractor's fareman and phone number 6) Name of the City's inspector and phone number c. A sampie of the temporary water service interruption noiificaiion as attached as Exhibit B. d. Deliver a copy af the temporary in�erruption notifica�on to the City inspector for review prior to being distributed. e. No interruption of water service can occ��r until the i�yer has been delivered to all ai`fected residez�ts and businesses. f Electranic versions of the sample fly�rs can be obfained from the Project Construction Inspector. - 17 J. Caordination rx�iih United States Army Corps of Cngineers {U�ACE) 18 1. At locations in the Project where construction activities occur in areas where 19 USACE permits are required, meet aIl requirexx�ents set forth in each designated 2p pennit. 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 K. Coordination within Railroad Permit Areas 1. �it Iocations in tk�e project wl�ere construction activities occur in areas where railroad pezxnits are required, meet all requirernents set forth �n each designated railroad permit. This includes, but is not limited to, provisions for: a. Flagmen b. Inspectors c. Safety training d. Additional ins�rance e. Insurance certifcat�s f Oiher e�ployees required to protect the right-of-way and property of the Railrpad Company from damage arising out of and/or from the construction of the project. Praper utility clearance procedures shall be used in accordance with the permit guidelines. 2. Obtain at�y supplemental information nEeded to comply with the railroad's requirem ents. 3. Railroad Flagmen a. Submit raceipts to City for verification of working days that railroad flagmen were present on Site. L. Dust ControI 1. Use acceptable measures to controI dust at the Site. a. T� water is used to controI dust, capture and properly dispose ai waste water. h. If wet saw cutting is performed, capture and proper�y dispose of slurty. M. Employee Parking T. Provide parking for employees at locations approved by the City. CITY OF FORT WORTII North 4each Street and Sasswood Boulevard Intersection Improvements STANDAI2D CONSTRUCTION SPECfP1CATION DOCUMENITS ProjectNumber 1Df582 Revised December 20, 2012 013513-6 SPECIAL PROJECT PROC�,DY]12ES Page G of 8 1 L5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSIINFORMATIONAL ,SUBM�TTALS �NOT USED) 3 1.7 CLO�EOUT SUBMITTALS [NOT USEDI 4 L8 MAINTENANCE MATERIAL SUBMITTALS �NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] G 1.10 D�LIVERY, STORA.GE, AND HANDLTNG [NOT USED� 7 1.11 TIELD [SITEJ COND�T�O�TS [NOT USED] 8 1.12 WARRA.NTY [NOT USED] 9 PART 2- PRODUCTS [NOT USEDj 10 PART 3 � EXECUTYON [NOT USED] 11 12 END OR SECTION Revision Log DATE NAME STJIvIMARY OF CHANGE 1.4.B -- Added requirement of compliance with Health and Safety Code, 'I'ille 9. 8/31/2012 D. .Tohnson Safely, Subtitle A. Public Safety, Chapter'752. High Vo1#age Overhead Lines, 1.4_E — Added Confractor responsibility for obtaining a TCEQ A�r Permit 13 CITY O� �OltT WOlt1'FT North Beach Street and Basswood 13oulevard lntersection Tmprovemenfs STANDARD CONSTKUCTiO1�I SP�CTFTCATIONDOCUNIEN'I'S Project Number ]01582 Revised December 2D, 2012 oi3s�s-� SPECIAL PR07EGT PROCEiIUltES Pagc 7 of 8 2 3 4 5 6 7 s 9 10 11 i2 13 14 l5 IG 17 18 19 2Q 2I 22 23 24 25 26 27 28 29 30 31 32 33 34 3S 36 37 EXHIBYT A {To i�e prinfed on Confractor's �etterhead) Date: CPN No.: 10'I582 Project Name: North Beach Streat anc! Basswood Boule�arc! fntersection Irnprovements Ma�sco Location: Fort Warth Map 262, F6 Limits ofi Construction: North Beach Street and Basswood Boulevard Intersection - - - - - i - � I ��` I THIS IS i0 INFORIVi YOU THA7 UND�R A CONTRACT WfTH THE CITY OF FORT WORTH, OUR COii�PAR�Y WILL WORK �N UT�LITY LfNES O1V OR AROUR�D YOUR PROP��rv. CONSTRUCTION WfLL BEGIN APPROXI[�AATELY SEVEIV DAYS �RO1Vi THE DATE OF TFflS NOT1C�. fF YOU HAVE QUESTfONS ABOU7 ACC�SS, SECURITY, 5i4F'ETY OR ANY OTHER ISSU�, PLEAS� CALL: IVfr. �CONTRACTOR°S SUP�R�NTENQENT� AT <TE,LEPHONE NO.> OR Mr. <CITY INSP�cTOR� AT � 7EL�PHON� �10.� AFTER 4:30 PM OR ON'IaU��KENDS, PLEASE CAL�. (817) 392 830C PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY O� PORT WOR'1'H North Beach Street and Basswood [3oulevard [ntersection Improvements STANDARD CONSTIZUCTION SPECIFICATION DOCiTMENTS Projecf Number IO 1582 Kevised December 20, 2012 O13513-8 SPECIAL P1L07ECT FROCEDUR�S Page S of $ 1 2 EXHIBIT B F���r�o��'� � �� �o. � �� ������ �� ������ ����� ���� I�'i°�1���1��I� DC7E 1'O UTiLITY IIVIPROVEMENTB XN YOUR �TEIGHBO[i.H40B, YO�JR WA.TER SE1tVICE 'WILL BE INT�RRLIPTED ON SETV1��1�T T�k: HOURS �F .P�ND Ik' XDl7 HAV� Q�fESTIONS ABOUT'�IS SHUT-OIi i', YI.EABE CALL: MR. �T {CONTRACTOILS SUPERINTENDEN7') ('1'LLE�PHONE N[T117BE�t) f38 AZR. AT (CI'i'X Ti�iSPECTOR) (TEY.EPHONE 1�iU1VIBER) Tl3IS INCONVENIEiVCE WILL B� AS BHOR'�' AS P�SSIBLE. Ti3ANfc� XQU, COFITRACTOIt 3 4 CITY OF �'OiZT �T70RTH North Beach Sireet and Basswood Boulevard Intersection Impro�emants STANDAKI] COI+FSTRUCTTON SPECIFICATION TJOCUMCNTS Project Number I01582 Revised llecember 20, 2012 0145 23 '1'ES"I'IN('� AND INSPECTTON S�RVICES Page f of 2 S�CTION Ol �5 23 TGSTING AND 1NSPECTION SGRVICES PART 1 - GENER,A.L 1.1 SUMMARY A. Section IncIudes: 1. Testing and inspection services pxocedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Seci�ons include, but are not necessarily limited to: l. Division 0— Bidding Requirements, Contract Farms and Conditions of ihe Contract 2. Dzvision t— General Requirements 1.2 PRICE AND YAYMENT PR�CEDURES A. Measurement and Payment Work associated with this Item is considered subsidiazy to ihe varipus Ttems bid. No separate payment will be allowed for this Item. a. Coniractor is r�spo�nsible for performing, coordinating, and payment of alI Quality Contirol testing. b. City is responsible for �aerforming and payment for first set of Quality Assurance testing. I) Tf the �rst Quality Assurance test pertormed by ihe City fails, the Contractor is responsible for payrr�ent of subseque�t Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractnr have been paid in ft�ll. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIV� REQUIREMENT� A. Testiz�g 1. Complete testing in accordance with the Contract Docuz3r�er�ts. 2. Coordination a. When testing is required to be perforixied by the City, noiify City, sufiiciently in advance, when testing is n�eded. b. When tesfing is required to b� compleied by the Contractor, notify Cify, sufficiently in advance, tk�at testing will be performed. 3. Distribuiion of Testing Reports a. Eiectronic Disiribution 1} Confirm developmen# of Project directory for electronic subrnittals to be uploaded to #he City's document inanagexnent systern, or anather external FTP site approved by the City. CTI'X Ok' rpRT WORTH North Aeach Sirect and Basswood Boulev�ud Intersection I�nprovements STANDAlZD Cd1�T5TRUCTION SP�CiF[CATION DOCUMENTS Project Numper 1U1582 Revised Marc[� 4, 2020 014523 '1'ESTING AND INSPECTT03�S SERViC�.S Page 2 of 2 2) UpJaad test reports to designated project directory and notify appxopriate City representatives via email �f submittal posting. 3) Hard Copies a) 1 copy for atl submittals submitted to the Project Representative b. Hard Copy Disfribution (if required in lieu of electronic distribution} 1) Tes#s performed by City a) Disiribute 1 hard copy to t�ae Contractor 2) Tests perfornned by the Confractor a} Distribute 3 haf�d copies to City's Pj•oject Representative 4. Provide City's Project Representative with trip tickets for each delivered load af Cancrete or Lime rr�aterial including the following inforxnation: a. Name of pit b. Date of deIivery c. Material delivered B. Inspec#ion 1. Inspection or lack oi inspection does not relieve the Contractor fram obligation to perform work in accordance with the Contract Docu�nents. 1.5 SUBMITTALS [NOT U�ED] l.b ACTION SUBMITTALSIINFORMAT�ONAL SUBMYTTALS [NOT USED] 1.7 CLOSEOUT �UBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] l.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [N�T USED� PART 3 - EXCCUTION [NOT USED] END OF SECTION Re�ision Log DATE NAMC STTMMARY OF CHANGE 3/9/2020 D.V. Magana Removed reference to Buzzsaw aod noted that electronic submittals be uploaded lhrough the City's doc�ment management system. Cl'I'X OF FQR1' WQRTH North Beach Street and Sasswood Boulevazd Interseciion Improve�nents STANllARD CdNS'FRUCTION SPECIFICATION DOCi.IIvIENTS Project N�cmber l01582 Rcvised 1VCarch 9, 202� ois000-1 TEMPQRARY FACILITIES AN]? COAi'�iOLS Page 1 of 4 SECTION UI 50 00 TEMPORA,RY k'AC�LITI�S ANfD CON`1"ROLS PART1- GEN�RAL 1.1 SUMMARY A. Section Includes: 1. Provide temporary facilities and controls needed %�� the Work including, but r�ot necessarily limited to: a. Temporary utilities b. �anitaiy facilities c. Storage Sheds and Buildings d. Dust contxol e. Te�aporary fencing of the construction site B. Derriaiions from this Cily of Fort Worth Standard Specification 1. Nane. C. Related Specification Sections include, but are not necessa�rzIy lixx�ited to: l. Division 0— Bidding Requirements, Contract Forms and Conditians ofthe Conlract 2. Division l— General Requiremenis 1.2 PRICE AND PAYMENT PROCEDURES A. Measurez�ent and �'ayment 1. Work associated with this Tfem is considered subsidiary to the various [tems bid. No separate payment will be allowed for ihis Item. 1.3 REFERENCES [NOT USED] 1.4 ADM�N�STAATIVE REQUYREMENTS A. Temporary Utilities 1. Obtaining Temporary Sezvice a. Make arrangements with utility service companies �or temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power,light, heat and othex utzlity sez-vices necessary for execution, completion, testing ancE initial opexation of Wor�C. 2. Water a. Contractor to provida water requtred far and in connecfion with Wor� ta be periQrmed and for spaci£'ied tests of piping, equipment, devices or other use as required for i:he completion of the Wark. b. Provide and maintain adequate supply of potable water fior domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination T) Contact Ciiy 1 week before water for constz'uction is desired CiTY OF FORT WORTH North �3each Street and Basswood Boulevard InYersection Improvements S'T'ANDAI2D CONSTRUCTI07V SPECT�'ICATION DpCUMEN'I'S Project Niunber 101582 Kevised 7uly 1,2011 p15000-2 TEMPOTZATZY FACTLTTTES AND CONTROLS Yage 2 of 4 d. Contracfor Payment for Co�struction Water 1} Obtain construction water meter from City for payment as bi�led by City's established rates. 3. Electricity and Lighiing a. Provide and pay for electric powered service as requiret� for Work, incluc�ing testing of Work. I) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temparary power service or generator to main#ain operatians during scheduled shutdown. 4. Telephone a. Provide emergency teIephpne service at Site for use by Contractor personneI and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as nccessary far protection or completion of Wot�k. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities %r persons on Siie. a. Comply with regulations of State and local departmenis of health. 2. Enforce use oisanitary facztiiies by constructipn personnel at job site. a. Enclose and anchar sar�itary facilities. b. No discharge �will be allowed from these facilities. c. Coilect and store sewage and waste so as not to cause nuisance or health �t•oblem. d. Haul sewage and was#e off-site at no less than weekly ir�tervals and prqperly dispose in accordance with applicable regulatior�. 3. Locate facilities near Work Site and k�ep clean and maintained ihroughout Project. 4. Remove facilities at coxnplet�on af Project C. Storage Sheds a�ad Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weaiher da�x�age. 2. Storage of materials not susceptible to weather damage znay be on blpcks off gound. 3. Store materials in a neat and orderly inanx�er. a. Place ma�erials and equip�x�ez�t to permit easy access for identi�cation, inspection and inventory. 4. Equip building with loc�Cable doors and lighting, and provide eIectrical service for equip me�t space heaters and heating or venttlation as necessary to provide storage environments acceptable to specified manufacturers. S. Fill and grade site far temporary structures to provide di•ainage away irom temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temparary Fencing 1. Provide and �naintazn for the duraiion or consfruction when required in cantract documents E. Dust Control C1TY OF FORT WORTH North Beach Street and Basswood Boulevard Intersection Improvements STANDARD CONSTKUCTION SP�.CTFTCATION DOCUME�ITS Project Number 1015$2 Revised July 1, 2011 Ol Sp00-3 TEMPdKARY PACIL3`1'T�S t1ND C031TROLS Page 3 of 4 1. Contractor is responsihle for maintaining dust control through the duration of the proj ect. a. Contractor remains on-call at all tianes b. Musf respond in a timely �nar�ner F. Temporary Pratection of Construction 1. Contractax or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SiTBMITTALS [NOT USED] L6 ACTI�N SUBMITTAL5/IN�ORMATYONAL SUBMITTALS [NOT US�llJ 1.7 CLOSEOUT SUBM�TTALS [NOT USED] 1.8 MA�NTENANCE MATERTAL SUBMITTALS [NOT USED] 1.9 QUAILITY ASSURANC� [NOT USED] 1.10 DELNERY, STORAGE, AND HANDLING [NOT U�ED] 1.Ii �'��Lll [SITE] CONDITIONS [NOT USED] 112 WARRANTY �NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED� 3.1 IN�TALL�RS �NOT USED] 3.2 EXAMINAT��N [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATYON A. Temporary Facilities l. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [TtCPAYR] / [RE�TORATION] 3.6 RE-INSTALLATION 3.7 FIELD [oaI SITE QUALITY CONTR�I, [NOT T75ED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 AD.TUSTING [N�T USED] 3.1Q CLEANING [N�T USED] 3.11 CLOS�OUT ACT�V.iT�ES A. Temporary Facilities CITY OF FORT WORTII North Beach Street and Sasswood Boulevard Tntersection Improvements STA�DARD CONS'1'RUCTiOTi SPECIFICATION DOC(1MEhIi'S ProjectNumber 101582 Revised July 1, 2011 015000-4 TENII'ORARY FACILI'I'I�'S AN17 COAiTRQLS Page 4 of 4 1. Remove all temporary faciIities and restore area after completion of the Work, to a condition aqual to or bet�er than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS �N�T USED] END 4�' SECTYON Aevision Log DATE NAME STTMMARY OF CHANGE CTTY OF FORT WORTII North Beach S#reet and Basswood Boulevard Inlcrsection [mprovements STANDAKD CO3+iSTRY7CTTON SPECIFICA�'IO�N AOCUME�1'I'S 1'raject Number 1Q1582 Revised .Tuly 1, 2011 01552b-1 STREET USE P��IT AND IvIOpIFICATIONS TO TRAFFIC CONTKOL Page 1 of 3 s�cT�oN ox ss z6 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL PART 1 - G�NER.AL 1.1 SUMMA.RY A. Sectio� Includes: 1. AdministratiWe procedures %��: a. Street [1se Permit b. Modificaiion of approved traffic control c. Removal of St�reet Signs B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specifcation Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirernents, Contract Forms and Condit�ons of the Contract 2. Division 1— General Requiremenfs 3. Section 3�4 71 13 —Traffic Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Woz-k associated with this Item is considered subsidiary to the various Items bid. Na separate payment will be allowed for this Item. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this speci�cation refer to the current reference standard published at the time of t1�e laiest revision date lagged at the end of this specification, unless a date is specifically cited. 2. Texas Manual on Uni�orm Traffic Control Devices {TMUTCD). 1.4 ADMINISTRATIVE R�QUIREMENTS A. Traffic Control General a. When iraf�c controI plans are included in the Drawings, provide Traffc Control in accordance with Drawings and Section 34 71 13. b. Vljhen traffic control plans are noi zncluded in the Drawings, prepare traffic control plans in accordance with Sectian 34 71 13 and submit to City for review. 1) Al�ow �inimum 10 working days for review of proposed Tra�'fc ControI. B. Street Use Permit 1. Prior to znstallation of Trafiic Control, a City Street Use Permit is requirad. a. To obtain Street Use Fermit, submit Traiiic Control �'lans to City Transportation and Aublic Works Depariment. CI'FY OT' FORT WOIifH North Beach Streel and I3asswood Soulevard Intersection Improvements STAN17AR17 CONSTRUCTION SP�CIFICAT[ON DOCUMENTS Projccl Number 1p1582 Revised luly 1,2011 D15526-2 S7'�2�,�.T' TJSE PETZMIT AND MODIFICATIONS TO'I7�PPIC CON"I'ROI� Page 2 of 3 1) A]Iow a minimum of 5 vworking days for permit review. 2) Contractor's responsibility to coordinate review of Traffic Contro] p2ans for Street Use Permit, such that construction is not delayed. C. Modi�cation to Approved Traffic Control Prior to installatian traffic control: a. Submit revised tt•aff c control plans ta City Department Transportation at�d Fublic Works Department. 1) Revise Traffic ControI plans in accorda�ce with Section 34 71 13. 2) Allow zx�ini�nuan 5 workit�g days for review of revised Traff'ic Control. 3) It is the Contractor's responsibiiity to coordinate review of Traffic Control plans Far Street Use Permit, such that construction is �ot delayed. D. Removal of Street Sign �. If it is determined that a street sign must be removed %r construction, then contact City Transportation and Public Works Department, Sigis and Ma�rkings Dzvisioz� to remove the sign. E. Temporary Signage 1. In the case of regulatory sigx�s, replace permanent sign with temporary sign meeting requirezxienis of the latest edition of the Texas Manua1 on Uniform Traffic Control Devices (MUTCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is camp.lete, to the extent that the permaneni sign can be reinstalled, contact the City Transporiatzon az�d �'ublic Works Department, Signs and Markings Division, to reinstalI th� perxxza��er�t sign. r. Traiiic Control Standards 1. `I'raf�c Contral Standards can be found on the City's Buzzsaw website. 1.5 SUSMITTALS [NOT i7SED] 1.6 ACTION SUBMITTALS/.[NFORMAT14NAL SUSMYTTALS [NOT USED] l.7 CLOSEOUT SUBMITTALS [NQT US�D] 1.8 MAINTENANCE MATERTAL SUBMTTTALS [NOT U�ED] 1..9 QUALTTY ASSURANCE [NOT USED] 11Q DELIV�RY, STORAGE, AND HANDLING [NOT USEDj 1.1I FIELD [SITE� CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END �� SECT��N C1TY OF FORT WORTH North Beach S#reet and Basswood Boufevard Intersection ImproveinenEs STANI]/#RD CO3�STRUC'�'ION SP�CIFICA'I'ION DOCUMENTS Project ]VtEmber f Q 1582 12evised 7uly 1,2D11 O15S26-3 S"I'12�,L�`1' EIS�, P�;IZIVITT AND MODTT�'TCA1'TONS TO TT2AFFIC COT#TROL Page 3 of 3 Revision Log DATE NAME SUMMAAY OF CHANGE CI"TY OF FOItT WORTH Norlh I3cach SErect and Basswood Boulevard Intersection Impmvements STANDARD CONSTRUCTION S��ClPIGATIpN llOCUMENTS ProjectNumber 1fl15$2 12evised 7uly 1, 2D11 015713-1 S`i'OR1V[ VirATEiZ POLLUTION PRT'VENTION Page 1 of 3 �ECTION O1 5713 STORM WATER POLLUTTON PREV�NTION PART1- GENERAL 1.1 SUMMARY A. Sectzon IzzcXudes: 1. Procedures �or Storan Water Pollution Prevention Plans B. Deviaiions from t�is Czty of Fort Worth Standard Specification 1. None. C. ReIated Specification Sections include, but are not necessarily limited to: 1. Division 4— Bidding Requirernents, Cont�t'act Fozans and Conditions of the Contract 2. Division 1— General Requir�m�nts 3. Section 31 25 00 --- Erosion and Sediment Cantrol 1.2 PRICE AND PAYMENT PROC�DURES A. Measure�xient and Payment 1. Constr�etion Activitzes resuIti�g in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiary �o the various Items bid. No separate payment will be allo�uved for this Itei�. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 31 25 00. 1.3 REFERENCES A. Abbreviations aaad Acronyms J. Notice of Intent: NOI 2. Notice of Termination: NO`I' 3. Storm Water Pollution Prevention PIan: SWP�'P 4. Texas Commission on �nvironmental Quality: `I'CEQ 5. Notice of Change: NOC A. Reference Standards 1. Rei'erence standards cited in this Specification refer to the current reference standard published at the time of the latest revision date Iogged at the end of this Specifica�ion, uz�less a date is specifically cited. 2. Integrated Siorxn Management (iSWIVI} Technical Manual for Construction Controls 1.4 ADMINISTRA.TiVE REQUIREMENTS A. General 1. Contractor is responsible for res�lution a.nd payment of any fines issued associated with comp�iance to Stormwater Pollution Prevention Ylan. CIT'Y OF FORT WORTH North I3cach Slreet and Basswood Boulevard Intersection Improvements STANi7ARD CONSTRUCTION SPECIFICATION DOCi.1MENTS ProjectNiunber ]01582 Revised 7uly 1, 201 I 01 57 13 - 2 S'1'ORPv1 WA7'ER POLLUTIOI�I P�V�N'I'ION Page 2 of 3 B. Cons���uction Activities resuliing in: 1. Lsss than 1 acre of disturbance a. Provide erosion and sed��nez�t con�trol in accordar�ce with Seciion 31 25 00 ar�d Drawings. 2. 1 fo less than 5 acres of disturbance a. Texas Po�lutant Discharge Eliminaf:ion System (TPDES) Genera� Construction Permit is required b. Coinplete 5 WPPP in accordance with TCEQ requirements l) TC�Q Sma11 Consfruction Site No#ice Required under general per�nit TXR150000 a) Si�z and post at job sita b) Prior to Preconstruction Meeting, send l. copy to City Department of Transportation and Public Works, Environrr►ental Div�sion, {817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d} SWPP�' e} TCEQ requ�rements 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) GeneraI Constructio�n Permit is required b. Complete SWPPF in accardance with TCEQ requirem�nts 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post a� job site b) Send eapy to Ciiy Depattment of Tz-az�sportation and PubTic Works, Environmental Division, (817) 392-6088. 2} TCEQ Notice of Change required if making changes ar updaies to N�I 3) Provide erosion and sediment control in accardance wiih: a} Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ r�qui�rernents 4) Once the project has been completed and a11 the closeaut requiz�exx�ents of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Trans�ortafion and Public Works, Environtnental Division, (SI7) 392-6088. 1.5 SUBMITTALS A. SWPFP 1. Submit in accordance with Section 01 33 00, except as sta#ed herein. a. Prior to the Precoz�st�ructzon Meetzng, submit a draft copy of SWPPP to the City as follows: 1} 1 copy to ihe City Project Manager a) Ciiy Project Manager tx�ill for�x+ard to fhe City Department of Transpartation and Fublic Works, Environmental Division far review CITY QF FORT WORTH l+Iorth Beach Sfrcct and Basswood Boulevard Intersection Improvements STANDARl7 CONS1'CiiJCTION SPECIFICATION DOCUMENTS Project Number 101582 Revised July 1, 20] 1 Q15713-3 STORM WAT'�IZ POLLUTION PREVENTION Page 3 of 3 B. Modif ed S WPPP 1. If ihe SWPPP is revised during cpnstruction, resubmit modified SWPPP to the City in accordar�ce wzth Section 0� 33 00. Z.G ACTION SUBMITTALSIINFORMA,T�ONAL �i7BMYTTALS �NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] I.S MAINTENANCE MATERIAL SUBMTTTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIV�RY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD �S�TE] CONDITrONS [NOT USED] 1.12 WARRA.NTY [NOT US�D] PART 2 � PRODUCTS [NOT USED] PART 3 - EX�CUTION [NOT USED] END OF SECTIQN Re�ision Log DA�'E N�1ME SUMMARY OF CHANGE C1TY O� FORT V1�ORTH North Beach Street and BasswoocE ]3oulevard lntersection Im�rovements S'�'ANDARD CONSTRUCTION SPECTFICATIOI� DOCUIVI�NTS Project Number ] 01582 Reviscd July 1,2p11 015813-I TEMPOI2ARY PROJECT SIGNAGI: Page 1 of 3 S�CTION Ol 58 x3 TEMPOR�IRY PROJECT SIGNAGE PART1- GENERAL 1.1 SUMMA.RY A. Section Includes: 1. Teinporary Project Signage Requirernents B. Deviations frain this City of � ort Worth Standard Specification 1. None. C. Related Specz�cation Seciions include, but are not necessarily ]irnited to: 1. Division 0-- Bzdding Requirements, Contract Forms and Conditions of ihe Contract 2. Division 1-- Genet•al Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment I. Work associated witI� this Item is considered subsidzary to t11e variqus Items bid. No separate payrnent will be allowed for thzs Jtem. 1.3 R�FERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USEDj 1.5 SUBMITTALS [NOT USED] L6 ACTION SUBMITTALS/INF4RMAT�ONAL SUBMITTALS [NOT US�D] 1.7 CLOS�OUT SUBM�TTALS [NOT USED] 1.8 MAINTENANCE MATERTAL SUBMITTALS [NOT US�Dj 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DEL�VERY, STORAGE, AND HANDLING [NOT USED] �.� � FIELD [SYT�] CONDITIONS [NOT US�D] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [on] OWNER�SUPPLiEDPRODUCTS [NOT USEDI 2.2 EQITIPMENT, PRODUCT TYPES, AND MATERIALS A. Design Cxitezia I. Provide free standing Project Designation Sign in accordance with City's Standard Details far project signs. CITY OF FpFt'C WpRTH North Beach Street ar�d Basswood Boulevard Intersection Improvemenfs S1'ANllAI2D CONSTRUCTION SPECIFICATION DOCUMENTS Project Number 10l582 Kcvised ]uly 1,2011 fl15813-2 TEMPORARY PROJTiCT SIGNAGE Page 2 of 3 B. Materials 1. Sign a. Constructed of'/-iz�ch �r �lyvvood, grade A-C {exterior) or better 2.3 ACCESSORI�S �NOT USED] 2.4 SOURCE QUALITY CONT1tOL [NOT USED] PART 3 � EXECUTION 31 INSTALLERS [NOT USED] 3.2 EXAMINATION �N�T USED] 3.3 PREPARATION �NOT USED] 3.4 INSTALLATION A. Genera.l 1. Provide vertical instalIation at extents of projeci. 2. Relocate sign as needed, upon request ofthe Ci#y. B. Mounting options a. Skids b. Posts c. Barricade 3S REPAII2/ RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT US�D] 3.7 FIELD �o�] SITE QUALITY CONTROL [NOT U�ED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 AD.T[TSTYNG [NOT USED] 3.1U CLEANING [NOT USED] 3.l T CLOS�OUT ACTNITIES [NOT USED] 312 PROTECTION [NOT USED] 3.I3 MATNTENANCE A. General I. Maantez�ar�ce will include painting and repairs as needed or directed by the City. 3.14 ATTACHMENTS INOT USED] END OF SECTION CITY OP I'OKT WOTL`T'H North Beach Sfrcet and 13asswood Boulevard Inlcrsection Improvements S�'ANDAI2D CONSTRUCTION SP�CIFTCA7'ION DOCiJIvIENTS T'roject Number 101582 Revised July 1,2D[ 1 015813-3 TEMPORAKY PROJECT STGNAGE Page 3 of 3 Revision Log DA'I'E NAlV� SUMME�IiY O�' C��ANGE CII'Y OF FpR'1' WdRTH Norlh Beach Street and Basswood Boulevard intersection Tmprovements S 1'ANDARD CONSTRUC'TION SPECIFICATION DOCUML:NTS Project Number 101582 Revised 1uEy 1,2011 o� �a o0 PRODUCT REQUlltEMENTS Page 1 of 2 SECTION Ol 64 QO PRODUCT R�QUIREMENTS PARTI� GENERAL 1.1 SUMMARY A. Section Includes: 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. ReIated Specification Sections include, but are not necessarily limited to: I. Division 0--- Bidding Requirements, Contract Forrns and Condi�ions of tk�e Contraci 2. Division 1— GeneraI Requirements 1.2 PR.ICE AND PAYMENT PROC�DURES �NOT USED] 1.3 REFERENCES jNOT USED] 1.4 ADMINISTRAT�VE REQUIREMENTS A. A]ist of City approved products for use is avai�able through the City's wehsite at: https:/lapps.for€worthtexas.gov/Pro,�ecfResources/ and foIlowing the directory path; Q2 - Constructian Documents/Standard Products List B. Only products speciiically incIuded on City's Standard Praduct Lzst �� ihese Contract Docutnents shall be allowed for use on the Project. i. Any subsequentIy approved products will only be alIowed for use upon specific approval by the City. C. Any specific product require�x�e�nts in the Contract Documents supersede simiIar products included on tihe City's Standard �roduct List. 1. The City res�z-ves tt�e righi to not allow products to be used for certain projects even thou�h the product is listed on the City's Standard Product List. D. Although a speci�c product is includcd on City's Sfandard Product List, n.ot all producis from that manufacfurer are approved for Use, ir�cluding but not limited to, that manufacturer's standard product. E. See Section O1 33 00 for subinittal requirem�nts of Product Data included on City's Standard Product List. L5 SUBMYTTALS jNOT U�ED] 1.6 ACTYON SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] L8 MAINTENANC� MATER�AL SUBMYTTALS [NOT USED] I.9 QUALITY ASSURANCE [N�T USED] CITY OF FORT WORTFI North Beach Street and Basswood Boulevard inicrsection Tmproveinents 3TAN1?AR� COIISTRUCTIp3�I SPECIFICATION DOCUMENI'S PrajectNumber 101582 T2evised March 9, 2020 oi �o 00 PR011[]CT REQUIILEMENTS 1'age 2 of 2 110 DELIVERY, STORAGE, AND HANDLING �NOT USED] 1.11 FIELD [S�TE� CONDTTYONS [NOT USED� 1.12 WARRA.NTY [NOT USED] PART 2 - PRODUCTS [NOT USED1 PART 3 � EXECUTYON [NOT USED] END OF SECT�ON Revision Log DATE NAME SiJMMARY OF CIIANGE 10/12/12 D. .iohnson ModiGed Lacatio� of City's Standard Product List 3/9/2020 D.V.1Vlagana Removed re%rence to Buzzsaw and noted that the City approved products list is accessi6le through tE�e City's websiYe. GITY QF FORT WORTH North Beach Street and Basswood Boulevard TnYersection Improvements STAI�IDILRD CONS'I'RUGTIQN SPECIFICATION DOCUMEI�''1�S ProjecLNumber ]01582 Revised March 9, 2020 oi66oa-i PRODUCT STORAGE AN17 HANDLING REQUIREM�N'I'S Page 1 of 4 SECTYON O1 66 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS �'ART 1 - GEN�RAL l.l. SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products a�;ainst da�nage from: a. Handling b. Exposure to elements or harsh environments B. Deviations fro�n this Ci#y of Fort Worth Standard Specificaiion 1. None. C. Relatec� Specification Sections include, bui are not necessariIy limited to: 1. Division 0— Bidding Requirex�nents, Contract �'orms and Conditiar�s af the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDUR�S A. Measurement and 1'ayment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed �or this Item. 1.3 REFERENCES [NOT USED] �.4 ADMTNYSTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMAT�ONAL SUBM�TTALS [NOT U�ED] 1.7 CLOSEOUT SUBMITTAL� jNOT USED] 1.S MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURA.NCE [NOT USED] I.ID DELIV�RY AND HANDLTNG A. Delivery Requirements 1. Schedule deiivery of products or equipxnant as required to allow timely instaIlation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks w�ll not be pel7nitted to wait extenc�ed periods of time ozz the Site for personnel or equipment to receive the delivery. CITY OP P'ORT WORTFT North Beach Slreet and Basswaod Boulevard Intersection Improvettaenls S'I'ANDARD CONSIRUCTION SPECIP'ICATION DOCU1ViENTS Projecf I�lum6er 101582 Revised July l, 2611 016600-2 PRODUCTS'I'OIZACr� AND 1-IANDLINGREQUIREMENTS Page 2 of 4 4. Deliver products or equiprr►eni �n manufacturer's original unbroken cartons or othez containez-s designed and const�•ucted to protect the contents from physical or envirat�mental damage. 5. Cleaa'ly and fully mark and identify as to manufacturer, item and installatio�n locatian. 6. Provide �nanufacturer's instrucl;ions %r stoz�age az�d k�andli�g. B. Handlin� Requirements 1. Handle products or equipment in accoz-dance with these Contract Documents and manufacturer's recomux�endations and instructions. G StQrage Require�nents 1. Store xr�ateria�s in accordance with manufacturer's recommendations and req�irements of these Specifica�ions. 2. Make necessary provisions for safe sCorage of xnaterials and equipmen�. a. Place lflose soil materials and materials to be irzcozporated into Work to prevent damage to any part of Work or existing ,facilities and to maintain free access at a11 times to all parts of Work and to utzliiy sezvice company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that wiIl cause minimum inconvenience to other contractors, public traveI, adjoining owners, t�na�ts and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas avaiiable on canstruction szie for storag;e of material and equipment as shown on Drawings, or approved by City's Project Representative. 5. Provide off-site storage and protection w�aez� on-site siorage is not adequate. a. Frovide addresses of ax�d access to off-site storage locations for inspection by City's Pi�oject Representative. 6. Do not use lawns, grass plots or oi:her private praperty for storage purposes without wriifen permission of owner or other person in possession or control of premises. 7. Stoz-e in� xnanufacturers' unopened containers. 8. Neatly, safely and compactly stack rriaCerials delivered and stored along line of Work to a�oid inconvenience and damage to propez-ty owners and general pubIic and main#ain at least 3 feet from frc hydrant. 9. Keep pubIic and private driveways and street crpssings open. 10. Repair or replace dama�ed lawz�s, sidewalks, streets or other impravements to satisfaction oiCity's Project Representative. a. Tota1 len�Ch which xnater�als may be distribuied along rotite of construction ai one time is �,0041inear feet, unless ofherwise approved in writing by City's Project Representative. CITY OF FORT WOIi�'II North Beach 5treeE and Basswood �oulevard Intersection Improvements STANDARD CONSTRLICTION SPECIFICATIOI+� UOCU11�fENTS ProjeclNumher 1p1582 Revised July 7, 2011 D1 GG00-3 PRODUC'I' S'I'QIZAti� ANI? HANDLING REQLTTILEMENT'S Page 3 of 4 l.11 FYELD [S�TEj CONDiTYONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 IN�TALLERS [NOT USED] 3.2 EXAMINATION [NOT US�D] 3.3 PREPARATION [NOT USED] 3.4 �RECTION �NOT USED] 3.5 R�YAIR / RESTQRA.TION [NOT USED] 3.6 RE��NSTALLAT�ON [N�T USED] 3.7 FIELD [ox] SiTE QUALTTY CONTR4L A. Tests and Inspections 1. Inspect aII products or equipment defivered to the site prior to unloading. B. Nan-Conforming Work 1. Rejec� all products or equipmenC that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED) 3.9 ADJUSTING [N�T USED] 3.10 CLEANING [N�T USED] 311 CLOSEOUT ACTNrTY�S [NOT U�ED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufact�rer's writ�en directions. B. Store produc1s or equipment in location to avoid physical damage to items while in storage. C. Protect equipment firoxx� exposure to el�znents and ke�p thoroughly dry iirequired by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS �N�T USED] END OF SECTION CTFY OF FORT WORTH North Beach Sireet and Basswood Boulevard Intersection Improvements STANDARD CONSTRlICT10�V SPECIFICATTON DOCUMEtJTS ProjectNumber 101582 Revised July 1, 2011 O] 6600-4 PROIIUCT STORAGE AND HANDLIIVG REQUIREMENTS Page 4 of 4 Revzszon Lo� DAT'E NAIv� STTMMARY OF CHANGE C1TY OP FORT WORTII Norih Beach Slreet and Basswood Bouler+ard Intersection Improvements STANDARD CONS1'RUCTIOhi SPECIFICA'1TQN DpCUMENI'S Project Numbcr 101582 Revised July 1, 2011 017000-1 MOBILIZATfON AND REMQBfLIZqTIpN Page i of 7 1 z 3 PART 1 - GEIVERAL 4 1.1 SIJMMARY 5 A. Section Includes: � � 10 �� SECTlON Q1 7Q a0 MOBILIZATION AND REMOB1LiZA710N 1. MobiGzation and DemoE�ilization a. Mobifization 1) �'ransportation o# Contractor's persannel, equipment, and operating supplies to the Site 2) Establishment of necessary general facili�ies far the Cantractor's operation at the Site 7.2 3) �remiurns paic! for perFormance and payment bonds �.3 4) Transportation of Contractor's personnel, ec�uipment, and operating i4 supplies to another loca#ion within the designated Site 15 5) Relocation of neeessary general facilities for the Contractor's operation 16 from 1 location to another location on the 5ite. 17 b. Demobilization 18 1} Transportation of Contractor's �ersonnei, equipmer�t, and operating 19 supplies away frorn ti�e Site i�cluding disassembly 20 2) 5ite Clean�up 2�. 3) Remo�al of ali buildings and/or ot�er facilitias assembled at the 5ite for 22 this Contract 23 c. Mabi�ization and Demobilization do not indude acfi�ities for specific items of 24 work that are for which payment is pro�ided el5ewhere in the contract. 25 2. Remobilization 25 a. Rema�il�zatipn forSuspensian af Work specificafly rec�uired in the Contract 27 Documents or as requirecE by City includes: CiTI' OF FORT WORTH NorCh Beach Street and 6asswood BouEevard Intersection Improvements STAN�ARD CONSTRUCTION SPECIFICATION DpCUMENTS Project Nuinber 101582 Revised EVovember 22, 20� 6 017D DO - 2 MOBlLIZATIOIV AND REMOBILIZATION Page 2 of 7 1 1) Demobilization 2 aJ Transportation of Contractor's personnel, equipment, and operating 3 supplies from the Site including disassembly ortemporarily securing � equipm�nt, suppiies, and other faciliti�s as designated by the Contract 5 DQcuments necessary to suspend the Work. 6 b) 5ite Clean-up as designated in the Contract Docurnents 7 8 9 10 11 1Z 13 14 15 16 17 18 19 20 21 22 2) Remobilization aj TransportaYion of Contractor's personnel, equipment, and operating supplies ta the Site necessary ta resume the Work. b) Establishment of necessary general facilities for the Contractor's operation at the 5ite necessary to resume the Work. 3) No Payments wifl be made for: a} MobilEzation and 17emabilization from one location to another on the 5ite in the normal progress of performing the Work. b) Stand-by ar idle time c) Lost profits 3. Mobilizations and Demobilization for Miscel�aneous Projects a. Mobilization and Demobilization 1) Mobilization shall consist of the activities and cost on a Work Order �asis necessary for: a) 1"ransportation af Contractor's personnel, equipment, and operating supplies to the Site for the issued Work Order. 23 b) Establishment of necessary general facilities for the Contractor's 24 oPeratian at the Site for the issued Work �rder 25 2} �emobilizatian shall cons�st of the activities and cost necessary for: 26 a) Transportatian af Contractor's personnel, equipment, anc! operating 27 supplies from the Site including disassembly for each issu�d Work 28 Order 29 b) Site Clean-up for each issued Work Order C1TY OF FpRT W�RTH North Beach Street and Basswood Bouievard fntersection fmpravements STANDAR� Cb�I5TRUCTION SPECIFICA710N dOCUMEN7S Project Num6er 101582 Revised Npvember 22, 2p16 01 70 00 3 MOSILIZATION AN� R�MOBILIZATIOIV Page 3 of 7 1 2 3 4 c) Removal of all buildings or other faciGties assemblad at the Site for each Work Oder b. Mabilization and Demobilization do not include activities for specific items af work for whic� payment is pro�ided elsewhere in the contract. 5 4. Emergency Mobilizations and Demobiliza�ion for Miscellaneous Projec�s 6 a. A Mobilization for Miscellaneaus Projec�s when directed by the City and the 7 mobifization occurs within 24 hours of the issuance of the Work Order. 8 9 10 11 B. DevEations from thfs City of Fort Worth StancEard Specification 1. None. C. Reiated Specification 5ections include, but are not necessarily limited to: 1. Division 0-- Bidding Requirements, Contract Forrr�s and Conditions of the Contract 12 2. Division 1--General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES �.4 15 16 F�l A. Measurement a�d Payment [Consult City Departrr�ent/Division far direction an if Mobilization pay item to be included or the item should be su6sidiary. Include the appropriate 5ection 1.2 A. 1.] 1. Mobilization and Demobilization 18 a. Measure 19 1) This Item will he meas�red by the lum� sum or each as the work 2Q progresses. Mo�ilization is calculated on the base bid only and w�ll not be 21 paid for separately on any acEditi�e alternate items added to the Contract. 22 2) Demobilization shall be considered subsidiary to t�e �arious bid items. 23 b. Payrnent 24 1) Farthis Item, the adjusted Contract amount will be calculated as the tota] 25 Contract amount less the lump sum for mobilization. Mo6ilization shal! be 26 made in partial payments as follows: CITY OF FORT WORTH NorEh Beach Street and 6asswood Boulevard Intersection lmprovements STAN�AR� CONSTiiUCTfON SPECIFICATION DOCUMENTS Project Number 101582 Revised November 22, 2016 oi7aoa-a MOBIL]ZATIOIV ANO REMOBILlZATION Page A of 7 1 a) When 1% of the adjusted Contract amount for construction Items is 2 earned, 50% af the mobilization lump sum bid or 2.5% of the iotal 3 Contract amount, whiche�er is less, will be paid. 4 b) When 5% of the adjusted Contract amount for canstruction Items is 5 earned, 75% of the mot�ilization l.ump sum bid or 5% of the total Contract 6 amount, whic�ever is less, wilf 6e paid. Pre�ious payments under the ltern 7 wil� be deducted from this amount. 8 c) When 1�% of the adjusted Contract amount for canstruction Items is 9 earned, 100% of the mo6ilization lump sum bid or 5% of �he YoYal Contract 10 amount, whiche��r is less, will be paicl. Previous payments underthe Item 11 will be deducted from this amount. 12 d} A bid containing a total for "Mobilization" in excess of 5% % of total �.3 contract shall be considered �nbalanced and a cause for consideration of 14 rejection. �5 e] 7he Lump Sum bid for "Mobilization — PavingJDrainage" shall NOT 16 inc)ude any cost or sum far mohilization items associated with �.7 water/sewer items. Those casts shall be included in the �arious 18 water/sewer b�d Iterr�s. Otherwise ihe bid Items shatl be considered 19 unbalanced and a cause for consideration of rejection. 20 fJ The Lump Sum bid for "Mobilization — Pa�ing" shall I�OT include any 2�. cost or sum fpr mobilization items assaciated wit� drainage items. 22 'ihose costs shall be inducied in the "MobiGzat�on — Drainage" Lum� Sum 23 bid Item. Otherwise the bic! ltems shal! be considered unbalanced and a 24 cause fpr consideration af rejection. 25 g} The Lump Sum bid for "Mobilizatian — Drainage" si�all NOT incle�de any 26 cost or sum for rriobilization items associated wit�t pa�ing iterr3s. ihose 27 costs shall be inclucied in the "Mobilization — Pavir�g" Lump Sum bid 28 Item. Otherwise the bid Items shall be considered unbalanced and a 29 cause for cansideration of rejection. 30 2) The work performed and materials furnished for demobilization in 3�. accardance with this iYem are s�bsidiary to the �arious Items bid and no 32 other compensatian will be allowed. 33 2. Remobilizatio.n for suspension of Work as specifically required in the Contract 34 Documents 35 a. Measurement CITY OF FORT WORTH Norti� Beach Street and Basswaod Boulevard Intersection fmprovements STAN�ARQ COlVSTRUCTION SP�CIFECATION DbCUMENTS Project Number �Oa582 Revised November 22, 2016 0170U0-5 MOBfL]ZATIOIV AND REMOBIiIZATION Page 5 of 7 1 2 3 4 5 6 7 S 9 10 11 1) Measurement for this ltem shall be per each remobilization perFormed. b. Payment 1} The work perFormed and materials furnished in accordance with this item and measured as provided under "Measurement" wiil be paid for at the unit price per each "5pecified Remobilization" in accordance with Contract Documents. c. The price shail include: 1j Demobi�ization as described in 5ectipn 1.1.A.2.a.�.) 2) Rernabilizatipn as described in Section 1.1.A.2.a.2) d. No payments will be made for standby, idie time, or lost pro�Fits assaciated this ltem. 12 �. Remobilization for susp�nsion of Woric as required E�y City 1� a. Measurement and Payment 14 1} 7'his shall be submitted as a Contract Claim in accordance with Article 10 15 of Section DO 7Z OD. 16 2) No payments wili be made for standby, idle time, or lost profits associated 17 with this ftem. �8 4. Mobilizations and Demobilizations �For Miscellaneous Projects �.9 a. Measurement 20 1) Measurement for this item shall be for each Mobilization ancE 21 Demobi[ization req�aired by the Contract Documents 22 b. Payment 23 1) The Work perFormed and materials furnished in accorc{ance with this Item 24 and r�easured as pravided under "Measurement" will be paid for at the 25 unit p.rice per each "Work Order Mobilization" in accordance with 26 Contract �ocuments. Demobilization shali be considered subsidiary to 27 mobilizatian and shall not be paicE for separately. 28 c. The price shall include: 29 1) Mobilization as described in Section 1.1.A.3.a.1j 30 2) Demobilizatior� as described in 5ectian 1.1.A3.a.2) CITY OF FORi WORTH North Beach Street and Basswood Boulevard Intersection Improvements STANQARD CONSTRUCTION SP�CIFICATION DOCUEVIENTS Project Number iD1S82 Revised November z2, 2�A6 O17000-fi MOBILIZAFIOiV AND REMOBILIZATfOfV Page6of7 1 2 d. No payments will be made for standby, idle time, or lost profits associatec! this lter�. � 5. Emergency Mobilizations and [7emabilizations for Miscellaneous Projects A� a. Measurement 5 1} Measurem�nt for this Item shall be for each Mobilizatian and 6 Demobilization required by the Contract Documents r� 8 9 10 11 �2 13 14 15 16 17 b. Payment l) The Work performed and materials furnished in accordance with this Item and measured as provided under "Meas.urerr�ent" wilf be paid for at the unit price per each "Work Order Emergency Mobilization" in accordance with Contract Qocuments. Demobilization shal! be considered subsidiary to mobilization and shall nat be pa�d for separa�ely. c. ihe �rice shalf include �.J Mobilization as cEescribed in Section 7�.�..A.4.a) 2) Demobilization as describecE in 5ection �,.�.A.3.a.2) d. f�o payments will be made for stanc�by, idle time, or last prafits associated t�is Item. 18 Z.3 R�F�R�NC�5 [NO7 USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 20 1.5 SUBMITtAI,S [NOT USED] 21 1.6 INFORMAT�Oi�AL SUBMITTAL5 [NOT iJ5ED] 22 1.7 CLQSEOUT SUBMITTALS [NOT USED] 23 1.8 MAINTENAf�CE MATERI;4L. SUBMITTAI.S [fVOT US�D] 24 1.9 QUALlTYASSURANCE[NOTUSED] 25 1..10 D�£LIV�RY, STORAGE, AND HANDLING [N�T USEDj 26 1.11 �i�LD [51T�] CONDi710N5 [NOT USED] 27 1.12 WARRAfVTY [NOT USED] CI7Y DF FORT WORTH North Beach Streei and Basswood Boulevard Intersection ImprovemenYs STANDARD CONSTRUCTION SP�CIFICATION DOCUMENT5 ProjecY Number A0158z Revised November 22, 207.6 as �o oo- � iVIOBILIZATiON ANR REMOBII.IZATION Page 7 of 7 �. PART Z - 2 PART 3 - Pii013UCTS [NOT US�D] EXECUTIOiV [NOT U5ED] 3 END OF SECTION 4 Revision Log DATE NAME SUM�1/IARY OF CHANGE 1.2 Price and Payment Procedures - Re�isecE specification, including blue texY, to 11/22/26 MichaelOwen make specification flexible for either subsidiary or paid bid item for Nlo6ilization. CITY OF FORT WORTH North Beach Street and Basswood 8oulevard Intersection Improvements STANDAR� CONSTRUCTION SPEClFICATION DOCUMENTS Project Number 101582 Revised November 2Z, 2016 Ol 71 23 - 1 CONSTRUCTION STAK[iJ('r A�li� SURVEY Page I of 8 s�cTroN ai �i 2� CONSTRUCTION STAKING AND SURVEY PARTi- GENERAL 1.1 SUMMARY A. Sectipn Tncludes: 1. Requirements for consiruction staking and construciion survey B. De�viations from this City af �'ort Wot�h Standard Specification 1. None. C. Related Specification 5ections include, but are not necessarily limited to: 1. I7ivision 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE A1vD PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Staking a. Measurernent 1) Measurement fo�• this Item shall be by lump surn. h. Payinent I) The work performed and the materials furnished in accordance with this Item sha11 be paid for at the lurrip sum price bid for "Constr�actiQn Staking". 2} Payment for "Construction Staking" shall be made in partial payments proraied by work cor�pleted cor�npaxed to total work zncluded in the lu�np suxn itezn. a The price bid sha11 inciude, buf not be limited to the falIowing: 1) Verification of control data provided by City. 2} Placeroent, maintenance and repIacement of required stakes and markings in the field. 3) Preparation and submittal of construction s#aking documentation in the %�m oi "cut sheets" using the City's standard tempiate. 2. Construction Survey a. Measurezneni 1) This Tiem is considered subsrdiary to the various ltems bid. b. Payment 1) The work performed and the materials furnished in accardance with this Item are subsidiary to the various I#ems bid and no other coinpensation wiIl be alIowed. As-Built Survey a. Measurexnez�t 1) Measu�re�x�ent for t�zs Item shall be by lurnp sUm. b. �'ayment 1) The work perforined and i:he materials fiu•nished in a.ccordance with this Ttetn shall be paid for at the lump sutn price bid for "As-Built Survey". Cl'I'1' O�' �'ORT WOR'�'f-i hIorth Beach Street and Basswood Soulevard Intersectron Imj�rovcments STANDAT2ll CONS7'lt�[JCTION Sl'ECIFTCATION DOCUIvTBhITS Project Niunber 101582 Rcviscd F'c6ruary 14, 2018 017123-2 CONSTRUCTION STAKING AND SURVEY Pagc 2 of S 2) Payment for "Constructian Stalcing" shall be made in partial payments prorated by work completed compared to total wo��k included in the lump sum item. c. The price bid sha�l incTude, but not be limitcd to t�ae foIlowing:: 1) Field xineasure�x�ents and survey shots to identify location of completed faciIiii�es. 2) Docurnentation and submittai of as-built survey data onto contractor redline plans and digital survey files. 1.3 REFER�NC�S A. Defnitions 1. Construction Survev - The survey measurements made prior to or while construction is in progress io control elevaiion, horizonial position, din�ensio�s and confguration of structuz-es/ixnprovezxienis incl�ded in ilae Project Drawings. 2. As-built Survev The measure►nents made after the construction of the improvernent features are complete to provide position coordinates for the features of a praj ect. 3. Construction Stalcin� — The placement of stakes and markings to provide offsets and eIevatior�s to cut and f ll in arder to tocate on the ground the designed structures/improvements included in the Project Drawin�s. Construc�ion sCaking sha1l incTude staki�g easements aa�dlor rzght of way if indzcated an the pIans. 4. 5urvev "Fie�d Claecks" �- Measurements made after construction stalcing is cox►apleted and be�ore construction work begins to ensure thaf structures marked on the ground are accuraiely located per Project Drawings. S. Technical References 1. City af Fort WQrt� — Construction Staking Standards (availab�e on City's Buzzsaw website) — 01 71 23.16.01_ Attachment A_Survey Stalcing Standards 2. City of Fort Warth - Standard Survey Data ColIector Library (fxl} iiles {avaiIablc on City's Buzzsaw website). 3. `I'exas Departrnent af Transportation (T�DOT) Survey Manual, lafest revision 4. Te�as Sociefy of Professional Land Surveyors {TSPS}, ManuaI of Practice for Land Surveying in the State of Texas, Categary 5 l.4 ADMINISTRATIVE REQUTR�M�NTS A. The Contracfor's selection of a surveyor must comply wifh Texas Government Code 2254 (qnalif�cafions based selection) for this project. 1.5 SUBMITTALS A. Submittals, if requircd, shaiI be it� accordance with Section 01 33 OQ. B. All submit�aIs shall ba recei�ed and reviewed by the City prior to delivery of vwork. 1.6 ACTION SUBMITTALSIIN�ORMATIONAL SUBM�TTALS A. Field Quality Control Submittals CTT Y OF PORT WORTH North Beach Streef and Basswood Boulevard Intersection I�nprovemenls STANDARD CONSTRUCTION SP�CIFICATiOM DOCUMEN'fS Project Number 101582 A2evised February 14, 2p18 017123-3 CONSTRTJCTTOrI S I'ATCTNG AND SilTtVEY Page 3 of 8 1. Docurrientation �verifying accuracy of field engineering work, incIud�ng coordinate conversions if plans do not indicate grid or ground coordinates. 2. Submit "Cut-Sheets" conforming to the standard template provided by the City {re%r to a 1 71 23.16.0 l— Attachment A— Survey Stalcing Standards). 1.7 CLOS�OUT SUBMITTAL� B. As-built Redline Drawing Submittal ]. Submit As-Built Survey Rediine Drawings documenting the locations/elevaiions of constructcd ianpz-ovex�er�ts sign�ed and sealed by Registered Professional Land Surveyor (RPLS} responsible for the work (refer to O 1 71 23.16.01 — Attacbine�t A — Survey Staking Standards) . 2. Contractor shall s�bmit the proposed as-huilt and completed redline drawing submitta] one (] ) week prior to schedu]ing the project final inspection fQr City review anc� comment. Revisions, if necessary, shall be made to ihe as-built redline drawings and resubmitted to the City prior to scheduling the construction final inspection. 1.8 1VIAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Construction Staking 1. Construction stal�ing wiil be perfoxmed by the Contractor. 2. Coordination a. Contact City's Aroject Representati�e at least one week in advance notifying the City of when Const�ruction Staking is scheduled. b. It is the Conia-actor's r�sponsibility to coordinate staking such that coz�struciiar� activities are npt de]ayed or negaiively iz�pacted. 3. General a. Contractar is responsible for �reserving and ma.intaining stakes. If City surveyors are required to re-stake for any reason, tl�e Contractor will be responsible far costs #o perform sfaking. If in the opinion af the City, a sufficient number of stakes or markings have been Iost, destroyed disturbed or amitted that the contracied Work caruiot take place then the Contractor will be required to stake or re�stake the deficient areas. B. Construction SuXvey 1. Canstruction Survey w�ll be performed by the Contractor. 2. Caardination a. Contractor to verify that horizontal and vertical control data established in the design survey and required for construction survey i�s a�aila�le and in place. 3. General a. Canstruction survey will be perforrned in order to construct fhe work shown on the Construction Drawings and specified in the Contract Documents. b. For construction methods other than open cut, the Contractor shall perform construciion sut^vey and verify control data including, but not limited to, the follawing: 1} Verification that established 6enchmarks and control are accurate. CTI'Y dF FORT WOKTII Tlorth Beach Street and Basswood $oulevard Tntersection Improveinents STAt�I�ARD CpNS`I'RUCTION SPECIFICATTON DOCUMENTS Project Number 101582 Revised Fehruary 14, 2418 D17123-4 CONSTRl1CT101V STAIClNG AiNia SURVrI' Page 4 of 8 2) Use ofBenchmarks to furnish and maintain alI reference lines and grades for tunneling. 3) Use a� line and grades to establish the location of the pipe. 4} Subnait to ik�e City copiEs of field notesused to establish all lines and grades, if requested, and allow tl�e Ciiy to chec� guidance systena setup prior to begrnnrng each tunneling drive. S) Provide access for the City, if requested, to verify the guidance system and the line and grade of the carrier pipe. 6} The Contractor remains fully responsible for the accuracy of the work and correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Recoz-d dcviation with respect to design line and grade once at each pipe joint aa�d submit daily records ta the City. 9} Tf the instaitation does not z�eet the specified tolerances (as outlined in Sections 33 05 23 and/or 33 OS 24), immediately notify the City and cozxeci the installafion in accordance �vviih the Cantract Documents. C. As-Built Survey L Required As-Bui�t S�zrvey will be performed by the Contractor. 2. Coordination a. Contractor is to coordinate with City to confirm which features require as- built surveying. b. It is tlae Contractor's respo�asibility to caordinate the as-built su�vey and required zneasurements for itexns that a.re ia be b�u-ied such that construction activities are not delayed or negatively impacted. c. Far sewer mains and water mains 12" and under in diameter, it is acceptable to physicaIly measure depth and mark the location during the progess of construction and take as-built survey after the facility has been buried. The Cont�ractoz is responsible for the quality control needed to ensure accuracy. 3. General a. The Cantractor shail provide as-built suzvey znc�udzng the eI�vation and location (and provide written documentation to the City) pf consiruciion feafures during t�►e progress of the construction including ihe foliowing: 1) Wat�r Lines a) Top of pipe eIevations and coordinates for waterlines at the following locations: (1) Minimum every 250 linear feet, including (2) Horizontal and vertical points of inflection, curvature, etc. (3) Fiz-e line tee (4) Plugs, stub-auts, �ead-end lines (5) Casing pipe {each end) and all buried fittings 2} Sanitary Sewer a) Top of pipe elevations and coordinates for force mains and siphon sanitary sewer Iines (nor�-gra�ity facilities) at the foIlowing locations: {I) Minimum every 250 linear feet and any buried fittings (2} Horizontal and vertical points of inflection, curvature, �tG. 3} Stormwater — Not Applicable CITY OF FOR�' WORT[i 3rlorth Beach Street and Basswood Ho�le�ard Intersection Improvements STAND11T217 CONS772UCTION SPECIFICATION DOCiJIvIENTS Praject Nuinber ] 01582 Reviscd Fehruary 14, 2018 OI7123-5 CONS'TRi]CT(OI�T S'I'AICIIVG AAlD SURV�Y Page 5 of 8 b. The Contractor sha11 provide as-built survey including the elevaiion aad location (and provide written documentation to the City) of const�uc�ion features after the construction is completed including the following: 1} Manl�oles a) Rim and flowline elevations and coordinates for each manhole 2) Water Lines a) Catk�odic protection test stations b) Sampling stations c} Meter boxes/vaults (All sizes) d) Fire hydrants e) Valves (gate, butterfly, etc.) f} Air Release valves {Manho�e rim and vent pipe) g} Blow off valves (Manhole rim and valve Iid) h} Pressure plane valves i) Undez-�ound Vaults {1) Rim and flowline elevations and caordinates for each Uz�derground Vault. 3) Sanitary Sewer a) Cleanouts (1) Rim and flowline elevations and coordinates for each b) ManhoIes and Junction Structures (I) Rim ar�d fiowline elevations and coordinates for each manhole and junction structure. 4) Stormwater -- Not Ap�licab�e 1.10 D�LIVERY, STORAGE, AND HANDLING [NOT USED] l.l 1 FiELD [�ITE] CONDIT�ONS [NOT USED] �..12 WARRANTY PART2- PR4DUCTS A. A construction survey will produce, but wilI not be limited to: 1. Recovery of relevant control points, points of curvature and paints of intersection. 2. Establish temporaxy horizontal and vertical control eTevations (benchmarks) sufficiently perinanez�t and located in a manner to be used throughaut construction. 3. The locatio� of planned facilities, ea,seax�e�ats and i�provements. a. Establishing final line and grade stakes for piers, floors, grade baaaaas, parking areas, utilities, sireets, high�t+ays, tunnels, and athex consiruction. �. A record of revisions or corrections noted in an orderly manner for reference. c. A drawing, when required by the client, indicating #he horizontal and vertical location of facilities, easements and improvements, as built. 4. Cut sheets sha11 be provided to ihe City inspectar and �urvey Superintende�t for all coz�stz-uctio�n staking prpjeets. Tk�ese cut sheets shall be on the standard city template which can be obiained fram iY�e Suz-vey Supezintend�nt (817-392-7925}. 5. Digital survey files in the following formats sha11 be acceptable: a. AutoCAD (.dwg) b. ESRI Shapeiile {.shp) CITY OP FOItT WORTH North I3each Street and Basswood Boulevard Intersection Tmprovements STATlDARB CONSTRUCTION SP�CIPICAT[ON DOCUM�AlTS ProjectNumber 101582 Revised February 14, 2018 017123-6 CONSTRUCTION STAKING AND SURVEY Pagc 6 of 8 c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use sEandard teznplates, z,f avaalable) 6. Survey frles shall inciude vertical and �aorizo�ial daia tied to originaI project control and benc�marks, and ,sk�all �nc�uc�e feature descriptions PART 3 - EXECUT�ON 3.l �NSTALLERS A. Tolerances: Tlie staked location af any improvement or facility shouId be as accurate as practical and necessary. The degree Qf precision required is dependent on many factors all of which rriust remain judgmental. The toierances Iisted hereafter are based on generalities and, under certain circumstances, shall yield to specific requirements. The surveyor shall assess any situation by review of the overatl plans ancE thraug� consultation wzth responsible parties as to the need for specific to�erances. a. Earthwork: Grades for earttawork or rough cut should �ot e�ceed 0.1 ft. vertical tolera.nce. IIorizonfal alignment far earthwork and rough cut should not e�ceec� 1.� ft. tolerance. b. Horizontal alignment on a str�acture sha11 be within 0.1 ft tolerance. c. Pa�ing or concrete for streets, curbs, gutters, parking areas, drives, alleys and walkways shalt be located within the coniines of the site boundaries and, occasionally, along a boundary or any other restrictive 1ine. Away from any restzzc�i�e line, these faciliiics should be staked with an accuracy producing no more than O.QSft. talerance frot�► their specified locatiar�s. d. Undergraund and o�erhead utilities, such as sewers, gas, water, teiephone and electric lines, shall be located horizontally within their prescribed areas ar easements. Within assigned areas, these utilities should be staked with an accuracy prod�acing no more than d.1 ft tolerance from a specified location. e. The accuracy required for the vertical tocation of uti]ities varies widely. Many underground utilities require only a minimum cover and a tolerance of 0.1 ft. should be main�ained. Underground and overhead utiliCies on planned profile, but not depending on gz-a�ity flow for perfo�ance, should not exceed 0.1 ft. tolerance. B. Surveying instruments shall be kept in close adjustment according to manufacturer's specifcaiions or in compliance to standards. The City reserves the right to request a. calibration report at any time and recommends reguiar maintenance scheduIe be performed by a certified technician eve�y 6 months. I. Field measurements of angtes and distances shall be done in such fashion as ta satisfy ti�e closures and tolerances expressed in Part 3.1.A. 2. Vertical locations sha11 be established from a pre-established benchmark and checked by closing to a different bench mark on ihe same datum. 3. Cons�ruction survey fieTd wark shall corre,spond to the client's plans. Irregularities or conf[icts found shail be reported promptly to the City. 4. Revistans, carrections and other pertinent data shall be logged for future reference. CI'I'X O�' �'ORT WORTH �To�th Beach Street and Basswood Soulevard Intersection Iinprovements STANI7ATLD COhISTIZUCTTON SPECIFICATION DOCiJIVLENTS Project Number 101582 Revised Fc6ruAry 14, 2018 D�7123-7 GONSTRUCTlO1V STAKING A]dD SURVEY Page 7 of 8 3.2 EXAMINATION [NOT USED] 3.3 PR�YARATION [NOT USED] 3.4 APPLICATION 3.5 R.�PAIR / R�STORATION A. If the Contractoi's work damages or destroys ox�e or naore of the cont�-oi monuments/points set by the City, the monuments shall be adequat�ly referenced for expedient restoration. 1. Notify City if any control data n�eds to be restored or replaced due io damage ca«sed during construc#ian operations. a. Contractor shall perforrr� repIacements and/or restarations. b. Tk�e City �x�ay requzz�e at any time a stuvey "Pield Check" of any monument or 6enchmarks that are set be verified by the City surveyars before further associated work. can move �orward. 3.6 RE-�NSTALLAT�ON INOT U�ED] 3.7 k'�ELD [o�� S�TE QUAL�TY CONTROL A. It is the Contractar's responsibility to maintain all stalces and contrql data placed by the City in accordance with this Specification. This includes easernents and right of way, if noted on the p]ans. B. Do not change or relocate stakes or control data without approval fram the City. 3.8 �YSTEM STARTUP A. Survey Checks I. The City rase�rves the r�ght to perform a Survey Check at any time deemed necessary. 2. Checks by Ciiy personnel o�• 3� party contracted surveyor are nat intend�d to relie�e the contractor of his/her responsibility for accuracy. 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT U�ED] 3.13 MAINTENANCE tNOT USED] 3.i�F ATTACHMENTS [NOT USED] END OF S�CTION Revision Log C17'Y pF FOR7' Wpi2TH Norrh Seach Street and Basswaod �3oulcvard Tntersection Intprovements STANDAI2DCONSTItUCTIONSPECIFICATIONDOCUMENTS ProjectNumber [0�582 lZevised I�ebruary 14, 20I8 DI7123-8 CONSTRUCTTON STAI�1hIG A7�1T� SURV�Y Page 8 of 8 DATE IVAME SUMMARY OF CHANGE 8/31/2012 D..Tahnson Added instr�ction and modified ineasurement & payment under 1.2; addeci 8/31/2017 M. Owen definitions and references under 1.3; modified I.6; added 1.7 closeout submittal requirements; modified 19 Quality Assurance; added PART 2— PRODLICTS ; Added 3.1 lnstaliers; added 3.5 Repair/Restoration; and added 3.8 System Startup. Removed "blue text' ; revised measw•emenY aud payment seciions for Constnaction Siaking and As-Bui[t Survey; added reference to selection compliance with TGC 2/14/20l $ M Owen 2254; revised action and Closeout submittal requirements; added acceptable depd� measureinent criteria; a•evised list of items reqe�iring as-built survey "duz•ing" and "a�ier" constractio�i; and revised acceptable digita[ survey file format CITY OF FORT WORTT-I North Beach Street and Basswood Boulevard Intersection improvements STANDARD CONS`I'RUCTION SPECIFICATIQN DOCi]MENTS Pmjec# Nwnber 101582 Revised F'ebruary I4, 20I8 � S�ction 01 7� �3.01 � �ttachment A Suruey Staking S�andards February 2017 D:\5pecs-5tds Governance Process�Temporary 5pec Files�Capiial Delivery�Cap �elivery Di� 07.\Q171 23.16.01WAttachment A_Survey Staking SYandards.docx Page 1 of 22 These procedures are intended to provide a standard m�thod for construction staking services associat�d with the City of Fort Worth projects. These are not to be considered afl inclusive, but only as a general guid�line. For projects on TXDOT right-of-way or through joint TXDOT participation, adherence to the TXDOT Survey Manual shall,be fallowed and if a discrepancy arises, the TXDOT manuaf shall prevail. (http:((onlinemanuals.txdot.�ov/txdotmanuals/ess/es�.pdf� It yau have a u�ique circums�ance, please consult with �he project manager, inspector, or survey depar�men� at 817-392-7925. iable of Conten�s E. City of �ori Wor�h Contact Infarmation I1. Construction Calars 11l. StandarcE Staking Supplies IV. 5urvey Equipment, Control, and Datum Standards V. Water Staking Vi. Sanitary Sewer 5taking VII. Storm Staking Vlll. Curb and Gutter Staking IX. Cut S�eets X. As-built 5urvey 0:\Specs-5tds Governance Process�Ternporary 5pec Files�Capital Delivery�Cap Deli�ery Di� 01\4171 23.16.01_Attachment A_5urvey Sfaking 5tandards.docx Page 2 af 22 � � S�rvey Department Contact lr�formation Physical and mailing address: 8851 Gamp Bowie W�st Boule�ard 5uite �00 F�rt Wor�h, Texas 761�6 OfFice: (877) 392-7925 Survey Superintendent, direct line: ($�7) 392-$971 Construction Cvlors The following colors shall be used for staking or identifying features in the field. This includes flagging, paint of laths/stakes, paint of hubs, and any identification such as pin filags if necessary. PROPOSED EXCAVATION ALL E�ECTRIC AND CONDUfTS POTABLE WATER GAS OR OIL TEL�PNON�/I�IBER OPTIC SURVEY CpNTROL POINTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-OF-WAYS, AND ALL PAV]NG INCLUDING CUR6, 51DEWALK, BUILDING CORNERS SANITARY SEWER IRRIGATION AND RECLAIMED WATER � S�andard 5takin� Supplies Colar WHITE ,;�� . r.:. : . S; Y E E.L�11+V �lRANfa� Pif�rK ' c!:;.,; ;i��;'� Item ll/�inimum size Lath/Stake 36° tall Woodero Hub (2°x2" min. square pr�ferred) 6" tall Pin Flags (2.5" x 3.5" pre�erred) 21" long Guard Stakes Not required PK or Mag nails 1" long Iron �iads (�./2" or greater diameter) 18" long Survey Marking Paint Water-based Flagging 1" wide Marking Whiskers (feathers) 6" lang Tacks (for marking h�bs) 3/4" long O:�Specs-Stds Gov�rnance Process�Temparary 5pec Files\Capital Defivery�Cap �elivery Di� 01�01 71 23.16.a1._Attachment A_5urvey 5taking 5tandards.cEocx Page 3 of 22 Ill. Sur�e� Equipment, Control, and Datum Standards A. City Benchmarks All city benchmarks can be found here: httq:Ufortworthtexas.�ov/itsolutions/GIS/ l.aokfvr'zo�ing Maps'. UncEer `l.ayers', expand'Basemap Layers', and check on `Benchmarks'. B. Conventional or Rabntic Total Station Equipment I. A rt�inimum of a 10 arc-second instrument is required. IL A copy of the latest calibration report may 6e requested by the CiYy at any time. It is recorr7mended that an instrument be calibrated by certified technician at least 1 occurrence e�ery 6 months. C. I�etwork/V.R.S. and static GP5 Equipment I. It is critical that the surveyor �erify the correct horizontal and vertical datum priar commencing work. A site calibration may be required and shall consist of at least A controi paints spaced e�enly apart and in varying quadrants. AcEditional field checks of the horizontal and vertical accuracies shall be campleted and the City may ask far a copy of the calibration report at any time. II. Network GPS such as the Western Data Systerr�s ar SmartNet systems may be usecf for staking of property/R.O.W, forced-main water lines, and rough-grade only. No GP5 stakin� for concrete, sanitary sewer, storm drain, final �rade, or anyt�in� that needs �ertical �radin� with a tolerance of 0.25' or less is allowed. D. Control Points Set All control points set shal] b� accompanEed by a lath with the appropriate Northing, Easting, and Elevation (if appficable) of the point set. Control points can be set r�bar, 'X' in concret�, or any other appropriate item with a stable base anc! af a semi-permanent nature. A rebar cap is aptional, hut preferred if the cap is ma�'kecE `control paint' or similar wording. Datasheets are required for alf control points set. Datasheet should include: A. Horizontal and Vertical Datum used, Example: N.A.D.83, NorEf� Central Zone 4202, NAVD 88 Elevations B. Grid or ground distance. — If ground, provicfe sca�e factor used and base point coordinate, Exam�le: C.S.F.=D.999125, Base point=North: 0, East=a C. 6eaid model used, Exampfe: GEOiD12A 0:�5pecs-Stds Go�ernance Process�Temporary Spec Files�Capital Deliv�ry�Cap Delivery Di� p1��171 23.16.D1_Attachment A_Survey 5taking SYandards.docx Page 4 of 22 �. Preferred Grid Datum Althaugh many plan sets can be in surface caordinates, the City's preferred grid clatum is listed belaw. Careful consideration must be taken to verify what datum each project is in prior Yo beginning work. It is essential the surveyor be familiar with coordinate transformations and how a grid/surFace/assumed coordinate system affect a project. Proiec#ed Coordinate 5ystem: NAD_1983_StatePlane_Texas_Nort�_Central_FIPS_42Q2_Feet Prajection: Lambert_Conforrnal_Conic False��ast i ng: 1968500.00DOOOOD False_Nort�ing: 6561656.66566667 Central Meridian: -98.50000D00 5tandard Parallel 1: 32.13333333 Standard Paralle! 2: 33.96665667 Latitude_Of Origin: 31.666Fi6667 Linear Unit: Foot US Geographic Coordinate System: GCS_North_American_1983 Datum: D North American 1983 Prime MeridEan: Greenwich Angular Unii: Degree Note: Regardless of what datum each particular pro�ect is in, deli�erables to the City must he converted/trar�slated into this preferred grid daturr�. i copy of #he deli�erable shauld be in the project datum (whate�er it may be) and 1 co}�y shaufd be in the NAD83, TX North Central 4202 zone. See Preferred Frle Naminq Conventian below F. Preferred peliuerable Farmat txt .cs� .dwg .job G. Preferred Data Format P,N,E,Z,D,N Point Number, Northing, Easting, Elevation, Descriptian, Notes (if applicable) hl. Preferred File Naming Convention This is the preferred format: City Project Number_Qescription_Datum.csv Example for a project that has surface coordinates which must be translated: File 1: C12�4 As-built of Water on Main 5treet Grid f�A�83 TXSP A�202.cs� 0:\5pecs-5tds Governance Process�Temporary Spec Files\Capital Delivery\Cap Delivery Div D�.�0171 23.16.01 Attachment A_Survey Staking Standards.docx Page 5 of 22 Fil� �: C1234_As-buiEt of Water on Main 5treet_Project 5pecific Datum.csv Examp�e Con�rol Stakes D:�Specs-5tds Go�ernance Process\Temporary Spec Files�Capital Delivery�Cap Uelivery Div 01�01 71 23.16.Q1_Attachment A_Survey Staking 5tandards.docx Page 6 af 22 � � � W �— W � � �, �� �� � �.3 � r �` ' ��: � E� - (-? � � � � � � � � w m � � � � � � � ���� � CL' d � _ tI) Q � � w � � O � � � H 4 � � J W EL.= 100.QQ' .� � _ � � � � � � � t�... � d � � � � 2 � � C1] J � � � � J O�G � � � Q � d � � W � � O � � � C� � _ � � � � - 2 � � W � _ � � L� ~ � W � � � � _ � m w OC p r _____� ; f.l7 W F-- d � � � O � � CP �� � �=�oaa.o� E=�000.oa ��-�-�-� � ---- -- — — � I i � V. llila�er Staking_Standards O:�Specs-Stds Governartce Process�Temporary 5pec Files�Capital Defivery�Cap Delivery Div 0l�07. 71 23.1b.01_Attachment A_5urvey Staking Stanclards.cEocx Page 7 of 22 A. Centerline Staking--Straight Line Tangents I. Offset lath/stakes e�ery 200' on e�en staYions fl. Painted blue lath/stake only, no hub is required I11. 6rade is to tap of pipe (T/P} far �2" diameter pipes or smaller 1V. Gracte to ffow line (F/L} for 16" and larger diarr�eter pipes V. Grad� should be 3.50' below the proposed top of curb line for 10" and smaller diameter pipes VI. Grade should be 4A0' below the propased top af curb line for 12" and larger dia�neter pipes Ufl. Cut Sheets are required on alI staking and a copy can be receiWed from the survey superintenc[�nt Optional: Actua! stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking - Curves 1. If arc length is greater than 1Q0', POC (Point of C�rvature} offset stakes should be set at a 25' inter�al II. 5ame grading guidelines as above fIL SYaking of radius poi�ts ofgreaterthan 100' may be omitted C. Water Meter Boxes I. 7A' perpendicular offset is preferred to the center of the box II. Cent�r of the meter should be 3.0' behind the proposed face of curb IIl. Meter should be staked a minimum of 4.5' away from the edge of a driveway IV. Grade is to top of box and should be +0.06' higher than the proposed #op of curb unless shown otherwise on the plans D. Fire Hydrants I. Center of Hydrant shoulc[ be 3.D' behind prapased face of curb II. 5urvey affset stake should be 7.0' from the center and perpendicular to t�e cur6 line or water main III. Grade of hydrants should be a-030 higher than the adjacent top af curb E. Water Val�es & Vaults I. Offs�ts should be perp�ndicular to the proposed water main EI. RIM grad�s should oniy be provided if on plans Example IfVa�er Stakes O:�Specs-Stds Governance Process�Temporary 5pec Files�Capital Delivery�Cap Delivery Div 0��0171 23.16.01WAttachment AWSurvey 5taking 5tandarcEs.docx Page 8 of 22 � � (� � � � � � l.� � � �7 {!7 � � � � � � $� � �- u� � �� �� 4 Q �d F� Zy � l F ] I t I � � � � � � � r F� � ' I O � � {.} W � h - 7r.. �'r�'� 7� O�S �, W�L 5TA=2t44 � C-3,62 u � ��� � ���1�� � Y`ti � �"- J W � � 4 "t}� I � �W4� � n�iJC3 U �, I�i I' %� E]�$ � W�� u=.. w sTA=1-F72.&1 � C-3.81 w � � n ¢ � � �� t � � � �. tot7 El.,� 1p1.1�' � O J d �� � � � � � � m L.� d � LJ�. O ��iL• ZI � � ! : m � � w � � f � � � � � � � � �I . � I__L � � (Jl � � z r � O H- � � 0 w� z2 » �� U � C� z z 4 F H N 4 4 4 O � � � � 2 O � � 7��'�s � � � � � H � a �a �+ � �� C! p F i� rd �� � J � m � O W � J m � z� � a� m 7 2 � � a � � � ,oie � �oo.a � 4 y � � a z' F � C � � m 5 x Vf. Sanitar Se►n�er Stakin � � � � � + 7•U ��� �Q� �m�w ���J cv ���� a � W �md 2 0:�5pecs-SYds Go�ernance Process\Temporary 5pec Files\CapiYal Defivery�Cap Defivery Div 01\D171 23.1b.01 Attachmenfi A Survey Staking Standards.cEocx Page 9 of 22 A. C�nterline Staking— Straigf�t l.ine Tangents I. Inver�s shall be field verified and campared against the �Ians before staking I1. Painted green lath/staice WITH hub and tack or marker dot, no ffagging required III. 1 ofFset stake between manholes if manhol�s are 400' or less apart iV. OfFset stakes should be located at even disiances and perpendicular ta the V. VI. Vli. VIII. centerline Grades will be per plan and the date of the plans used should ba note.d If multipie lines are at one manhole, each fine shafl have a cut/fill and direc�ion noted Stakes at every grade break Cut sheets are requ�red on all staking Optional: Actual stakes shall consist of a 60D nail or hu,b set with a whfsker B. Centerfine Stalcing — Curves I. If arc length is greaterthan 100', POC (Point of Cur�ature) offset stakes should be set at a 25' interval iL 5taking of radius points of greater than 100' may be omifted C. Sar�itary Sewer Manholes I. 2 ofFset stakes per manhole for the purpose of providing a�ignment to the co ntracta r II. Flawline grade shou9d E�e on the la�th/stake for each fiowline and direction noted III. RIM grade shau[d anly be an the stake when provided in the plans O:�Specs-5tds Governance Process\Temporary Spec Files�Capital Delivery�Cap Delivery Div Q1�01 71 23.16.01TAttachment A_Survey 5taking Standards.docx Page 10 of 22 Exampl_e_Sani�tary 5ern�er Stakes �� � � � � � � � � 1__L /��y d V! •Lf r� ���. �� �� ��� �� ��� ,--, � _ � � � ��� � �� � � � ��� I � � ---- � � � : T'.?0/S � 5S� �STk=3+7Y���u, c-a�. I! �� �-k°a�� �-�°1 !'� � � J[ - � � �' � ' � � y, cn �`�'� � �. r � � � � � � �_ � � . �� � �� � �; ��� A R' Gt � �j�� �3v�i�5 12' 4�5 � 5S � STA 3+71� � rn C-3� � x�-3� ��0� 4 4=$�� ��z�z � ��rr� I � W ��� Q ^-J 1 ���W� �� � � ����� �� C� � T �5/S � SS a-�tes �c-�°C � ��� � ���4 a� �� � � w° ` � � � r� � i .�s F W ' �� {� � �f _� � �� �� � �� c� � �(��� � � -!— W L..L... � � tr �� 4 H V~J .�7 �� .r--� � � � ��_ � � ��� � � n.� � W � f!7 � l � r � � , ��� � _' _ � �# � I � � � � 5 � � � a � � o �� i� �� �� � i�, �a a� F �� �� � 5a� � � C±1 �� �� C�I� L}!�. � C.7� � N z W& v,+ a rn+ cn rr�t� � � � �� � � ��� F F F F� �u-. � � F F1'i� � o m a� ap �� �� � ��� .$S � STR=[}+LJk �x C�fi � C-S � Ft0 A 12j Q�S � SS �i �!I �TA_D+00 i' �z C-5� ��vr �6�If � C-0� �L 1L. � Z g� y C Y= aC� ��� t�� — � z va �~�� ��il rca ¢4 �� rj6 � �� � ��� ��°� .� � �� L� �� J m � 40 � , w W � �� � r 2 � ��m 7 O S tr.' S? � � � � f � � ���m� w��W 8 ���� 06�� ���m o��� � -' ��� O:\5pecs-Stds Go�ernance Process�Temporary 5pec FIes�Capitaf Defivery�Cap Defivery Div 01�01. 71 23.16.01 Attachrnent AWSurvey Staking Standards.docx Page 11 of 22 VII. Storm Sewer & Inlet Stakin� A. Centerline Staking--SYraight Line Tangents 1. 1 offset stake every 200' on even stations IL Grades are to flowlir�e of pipe �anless otherwise shown on plans II1. StakeS at every grade break fV. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D narl or hub set with a whisker B. Centeriine Staking — Cur�es I. If arc length is greater than 100', POC (�oint of Curvature) offset stakes should be set at a 25' inter�al fl. 5taking of radius points of greater than 100' may be omitted C. Starm Drain Inlets l. Staking distance5 shaald be measured firom end af wing I!. Standard 10' Inlet = 1�.0�'total length II1. RecEssed 10' Inlet = 20.00' total length N. Standard doubie 10' inlet = 26.67' total iength V. Recessed double 10' inlet = 30.67' total length D. S#arm Drain Manholes I. 2 offset stakes per manhole forthe purpose of providir�g alignment to the contractor fl. Flowline grade should be on #he lath/stake for each flowline and directior� noted I�I. RIM grade should only be on the stake wh�n provided in th� plans �:\S�ecs-Stds Governance Process�Temporary 5pec Files�Capital Defivery\Cap Delivery Di� 01\0171 23.16.OZ_Attaci�ment A Survey Staki�g 5tandards.docx Page 12 of 22 Example S�orm Inlet Stakes F��i�T {sia� F�c�r�c �} e,�c� (90E FACING p.p.YMj P4NT # �j m�HL9 ELEVAi1RF HUB YNIH TAiGK aac� c� c+�Ra ..... ...,.....,. FL9rhLlt{E ..,., _... �C� C?F pAVP3AEN7 � � � n m 0 � � r � � � ` � IRENT1FiE3 41}iu�i � � END OF iHE �S1iV6' � . �EiMc srpxEo � a � �H�Er srnnoh � � [iF no-r�o oa F�ar�s) � DENTFlES GRADE T��� i6'NR ^� E'1�R8 � O � s � u�c�yirritti UilApt ca � �J RAINJNB I A �" �f��i� ('SQE F,4QHC R-�W-) PGNr � �� HU9 ELEVl1l14N e �_ �--,�1� FR�C�T ��i�� F�,�i�v� �.) � � � � � � � � r �� � ��m � IDEN11FlE5 VdiICH � ` END 9F 7FIE YANG sow�� sr,��ceo � + � ;T/C � � Q �� � €� I .Ik � pISTkNC�S FOF? 3NLET� _ . — �. STRM�ARD'ID' -� 16' — ��—�_ �.� RE�CESSEfI 1lY -� 2Cl STANDPFiO �OLlBLE 1Q' � P6.67 RECf55Ea d4LfBLE 10' � 3Q6Y � ����—.—..�.��.—..—..�..._��..�—�—�---.��.—................�% � � � Q,4Cf{ i�F INLST p,� ! • - � • . #'1. ' '.�•;�: y,'. ',�� ;�{• �[ �, t � �I x�l ' ���in�°� ; "� . •,' 41 .�9fi �.;` f 4.• FAC£ 4F lNLET A FhCE OF�i3VLET A EDGE 4F PAY4AEFJT �e� oF eu�a — — FLO4A.lh]E ^ — — �EC7GE �F' PA�iAENI'� � O:\Specs-Stds Governance Process�Temporary S�ec Fifes\Capitai Delivery\Cap DeGvery Div 01�0171 23.�6.01_Attachment A_5urvey Staking 5tandards.docx Page 13 of 2� Vlil. Curb and Gu��er S�aici A. Center)ine Staking—Straight LineTangents V. 1 ofFset stake every 5D' on even stations Vl. Grades are #o top of curb unless otherwise shown on plans VII. SYakes at e�ery grade break VII1. Cut sheets are required on a�l staking Optional: Rctual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking — Cur�es II1. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval IV. 5taking of radius points of greater than 100' may be omitted D:�Specs-5tds Go�ernance Process\Temporary S�ec Files�Capital Delivery�Cap Deii�ery Di� 01\0171 23.16.01_Attac�ment A_Survey Staking 5tandards.docx Page 14 of 22 Example Curl� � Gut�er Stakes FR�N T FRC7NT (SIDE FACIf4G �� i O ��1�� � � - ���� IG� _..Fli_,. ,.. ..�. .,, .. [SIDE FACIhG R,O�'H.} � B� � CEIpB OR F%n ... Phr� _. __� (SlDE FA�ING fik) 0 a � � FRONT ` '' {�UE FAGING �j i L1FJT � lIR •hl ^ P� y � W A Q + � �� , , i{c � '' z FRC�h�T inoun�Es �o (96E FAL'It�G �j P41NT OF � �CETI.' � � � f BC �i tltl � � � * � M iii i ��:,o� ;� �s' � Q B�� Y 1 II I � u � � � � � � [� � ��.. „� wa c�t�DE .: Y I 1 I I u �l� ro�.� �F ouAe ��! 1 I h�o cwwE aw � � F�il1B ECEYA710P Q + �aa�us rar�rs �� — o +�� 5 i� � � ,�r�=�i i �—....._ � f� j ti I J �• " ��lTEE � � I ! `�°�. !{�'� � � I � i "��, f ! � � � j ��-� ^ � �/c``*l�l� f{ f� { I � r�� � }! ! I � � • 1 / � .� ,, f 1 ��-� .- � � / J � f� f J ! '�. �,...- �� � I � - — - T4P i�F CURB -� ��� y,F�� �� �. r �' �,,, ��� � ' 1 _�_ =.�TQ � �x �`^ ''� �` .✓ �� ��� - ��� � �f �,n-` r �l��� �� ���� ��F�•. "' �f �r �{� ~ �y ��.�T_u— ��� r���--^�,�.�� },..� � � =�� l ��� ���V �ac� o�- �u �� -� i J _ �.� �-' `� � � ���� � ---�� �R� ��.o��r�� EdGE QF PAVEMEf�T Example Curh � Gu��er S�akes at In�ersec�ion 0:�5pecs-5tds Governance Process\Temporary 5pec Files\Capital Deli�ery�Cap Delivery Qiv Ol\017�. 23.16.01 Attachment A_5urvey 5taking 5tandards.docx � Page 15 of 22 R � I— � Z��� � � � �su �F ���/� 1R' 4/S m sTA=2t50 F F+[i°z �� LL � _ � � � r� 4a � W d ,01 mi�n �o- -- d �� y O � � Z � � � � ��.�� � � � �3 � � U � � C x � 0 � � -- - � � � k � � � �--- � � � � � o-' __' i:i 4 � � � 3 z <4F �' �W� O�y tr ��Y � �� ���� m � }h � ���� ��°_ � �4�� � d � W � � ��[�] �� �a� n � a � � ����� �! .�o/ // J �N4y]�f.7 l _^��� 4 � ��» �F O y � �� 4 ��i��- _ I I_ o� ��rslsw xan ,os I c3 eana �o r�ve �� �� ��B � �y I �7MY�19 KY. _ ,_ �++ � -;�a d� b�i �a � �Q� �� � �� � \ o � � i�=� ��� � c_ 3 O �� d� �_ a� ���z �� 0:�5pecs-Stds Governance Process�7emporary Spec Files�Capital Delivery�Cap Delivery Di� 01�0171 23.16.D1 Attachme�nt A 5un�ey Staking S#andards.docx Page 16 aff 22 . _ qF ��� �Y6F �— � `.�q� � o��z Z �� F � O F � O — ;.s r�� ` n .o r �<[a :0� �i ��,��a b��� �� � — — L° U H O � � �� v � q�o� �� � O��jZ � � IX. Cut Sheefs A. Da�e of field work B. Staking Method (GPS, total station) C. Project Name D. City Project Number (Example: C01234) E. Lacation (Address, cross streets, GP5 coordinate) F. 5urvey company name G. Crew chief name H. A blank templaie can be obtained from t�e sur��y superintendent (5ee item � above} 5�andard City Cut Sheet Date: ❑ TDTAL Staking Method: ❑ GPS S7A710N E.00A710N: City ProjecE Num�er: Project Name: ❑ O7H�R COI�SULTANTICONTRACTOR SURV�Y CR�W INIitALS ALL GRADES ARE TO �LOWLINE OR TOP OF CURB UNLE55 OTHERWISE NOTED. PT # STATfON OFFS�7 p�SCRif'T'ION PROP. STA�CED CU7 + F'iLL �1.T1�RT GRADE ELEV. d:�Specs-5tds Governa�ce Process\Temporary 5�ec Fifes\Capital Delivery\Cap �efivery Div 01\01 71 23.16.01_AtYachment A_Survey 5taking 5tandards.docx Page 17 of 22 X. As-buil� Sur�eV A. Definition and Purpose The purpose af an as-built sur�ey is to verify the asset was installed in the proper location ancf grade. Furthermor�, the inforrrtation gathered will be used to supplement the City's GIS data and must be in the proper format when subrrtitted. See section !V. As-built survey should include the following (adcEitional items may be requested): Manholes 7'op of pipe elevations every 25Q feet' Horizontal and vertica! paints of rnflectfon, curvature, efc. (A1I FittingsJ Cathodic protectian test stations Sampling stations Meter boxes/vaults (All srzesJ Fire lines Fire hydrants Gate valves (rrm and top of nutj Plugs, stu6-outs, dead-end lines Air Release valves (Manhole rrm and vertt pipeJ Blow off valves (Manhole rrm and vplve IidJ Pressure plane valves Cleaning wyes Clean outs Casing pipe (each endJ Inverts of pipes Tur6o Met'ers 0:�5pecs-Stds Go�ernance Process\Temporary Spec Files�Capital Defivery\Cap Delivery Qiv 01�07 7�. 23.�.6.01_Attachment A Survey Staking Standards.docx Page �.$ af 22 B. Exampl� peli�erable A hand writ�en red Iine by Yhe field sunreyor is acceptable in most cases. This should be a copy of the plans with the point numb�r r�ated by eacF� asset. If tF�e asset is missing, then the sur�eyor should write "NOT FOUND" to notify tF�e City. O:�Specs-Stds Governance Process�Tem�arary 5pec Files�Capital Delivery\Cap Delivery Div 01\07. 71 23.�.6.�1_Attacf�ment A_5�rvey Staking Standards.docx Page 19 af 22 � s r E� �' �� � � � �s� � ��� � �� �� � � � ¢ �- � � U� - �� �� �! � 8� � �E�;� 1v � � � � �L�r �� -- 05•b b1S 3Nf7 .F1�1Cl9 . - � ��� ; . L� � � '�p ' "} . - - � � k� ! }� � ��'�� �����.,�' � � 6� i 63�� �� � � u f� - . �_.� � � 3�.. �'C� � � � � � � Es� � ` � E ` � �� j � R,�• � A i o 8 �� � �''� �g� ' 31 g�� �� � .��_.. � 3 . KJ �� � � �: ` �! � [ ,." � � a. �� �'i� � � u ' . Esw e 3� i� ] eaa � i����4;; ' "�-_, Ni �� f ;F''�' gF�� C71f} - ii�er � ��f8� � '�.I� � �I �� - �� �� 3 4^� J IiI !$ gflj � ��: f�� t ?� � ��§��i ��� k- � . . � �. jy {I`!!: �3 ;- � � �•�;`''<�'•,:� I ��`� � � �',� � ��: „ � �ry : --�-�- ... �� _ ._::�.- "1 i:_-: � i7;d�Y�H3h � �dl��'/!f �}� [ i .—. I.T� ' ; "1� ��...�:`..�.�..V��a{�NI�--f _ ,'�y.IC.F�a .� �.�hFll I li� Ir.'� r..`-F'— - ..�:r_s ��" ���r,: �;'...J_ ;=.' ' --I � ��-, ]-� � .. ` �� �i� � +'�; - � � � ---- � �'- -'-"---. -- :� :.� �'-'�.--_-- ' I -..Qrb r.� �:� - . --.. �� '- : . _ � . �� --��:_'_. -.� ' '� ;� _-��--., -� ��---I�_ _ � i... _ _ �� ° - . '+�� : :#:;;. :. _ ;:f � f �..-��_:�=i � _.:..:::�_.} .,, . .: --;_-- FI i� I � --'��- �F- T-� � "I ':... - .-( I �I _. _r-L.;_. I.._ ._ I i' _" J '�' �.1_�__..I . i � i I �j �---; - �-i - --�iyr , . �.:�• �� ,YrJ -1'._�.: �� _.�I� _.I-_���...._�J.".I"" _C��J � �� "..'.T � .._ =.,t;.t, . _ s:I . C��jJ,L_ -. d ���-�---'- -i �'.�� i. I i. ��.m _I� w � :� ` ��`'; '`I'����:'I-.'..�.- F- -z._._.1�. ..�� �G::,:,� . . �I: ;; -- � � -:::- _-.: r ..:... . .....: a;.:. a .{��_=-� ,.� � -�� _ � --- _i:?!- i , �N.. I r� I � f,� �1-i ��!'� . " � i.;��rti--'��r'. � ��� ; _ ` � =�,i�� : � �.t . �' ' ���__ Q � . .�j�---i' "_"__�'_-'__I' + A'�. i . � ii�-�-;�-=_;�E�� �;=�, .ti_ ���� -L_;, �.. .,_�.rr.'� °� 1�4' � .� . � � I i4 -_' I" 1?" _ _,-,_,_,{ ���._" - '-�1L�i''��il--, I .. , '��,I M1���I.�, �F-li .- .:.i� �: ' :!:.�:: -:, ;,L• ;t=+1f="-�---�'� � �--.... -- r -= �. L., + ='_I �' ;- - - - _�� �' - =-�� ... . I i{ r.,.�1 ._ 1 �_{� �:���. ���� _ � - '—_ :i=' � � - -�� - {�.i_�'._'..-�____ _. �'. .�.--:._...i_-, �; {�-=�--- � �- � �----�'��? _ - ����� _�i .{ �...lJ�Slii�� ' i' . ._�; _'"!i: . . . . .�_.;,i��f.:r..n19.4? �:�i-I.��T ..����--'-- � i... �ti`;r,'���'::_.��.,�1's'i'-� �,�,.`-�-e.. °i_ "cYyy; . �L'�?1-- �fV� ;Z� _ " rJ�rJ.�l � .. . =v iGl. � �• ,�,rl . yl.4.� f ' ' `_, ,--��9f5 -�' - ����I:�==�a ��v �= . �'i-�^ : " ���+� . .l"-=—.. � .. { ! -- +„ "i� � . i i i I:' ' ' I ' �� �;�i�.��rk�° j�:=Ji��t��--��'-._�kr�i�. , ;t'�--;-_.: . , --�=t�_`�_�.T`.!..;; i. � , �-_��_�-�� � � �----�. ,� 'I '�. -� �--°� '�. .il;"�—] _:� II -I��� . i r.�.��;;' . i., ��a�ii —L�l � �..-=1� i— � �G,�i .�-. -- � - --�:I I .='_L I.1 : { - � �r-- .' — I . _ �L".. „^i_.._�._ � -��� . �g`•.. ��t � -- ;.i+�,,,: �� ..� , r �i �� '++ �/� 1 ( hb�y ��'� ��; �� �•Il�i����y��'.� ) '- i �,�� - -' � �iy�,( � � �,� \ O:\Specs-Stds Go�ernance Process�Temporary Spec Files�Capital �elivery�Cap Delivery Div 01�0171 23.1fiA1 AttachmentA_SurveyStaking5tandards.docx Page 20 of 22 O:\5pecs-Stds Gavernance Process�Temporary 5pec Files\Capita] Deli�ery\Cap Delivery Div 01�0171 23.16.01rnAttachment A Survey 5taking Standards.docx Page 21 of 22 �.F'�4� v . ''' ��, 1• ` J J � �. 23.15.01 Attachment A 5urvey 5taking 5tandards.cEocx page 22 of 22 o:�s �os �1 23.16.01_Attachment ATSunrey 5taking Standards.docx Page 23 of 23 Ob�iously the .cs� ar .txt file cannot be signed/sealed by a sur�eyor in the format requested. This is just an example and ail this information should be noted when deiiverecE to the City so it is clearto what coordinate system the data is in. POINT N0. NORTHING 6945257.189 6946260.893 6946307.399 b946220.582 &946195.23 6946190.528 6946136.012 6946002167 6946003.056 6945484.677 6945986.473 5945895.077 6945596591 6945934.286 6945936.727 6445835.678 6945&27.48& 6945759.776 6945768.563 5945743.318 6945723.219 fi945682.21 6945621.9�2 6945SA3.407 69A5571.059 6945539.A98 69A5519.834 6945A17.879 b9A5456.557 59�15387.356 6945370.68$ 6945383.53 6945321.228 6945319.365 6945242.289 6945233.6�4 69452�6.453 6445142.015 6945113.445 6945Q49.02 5945041.024 6945D38.878 6945006.397 6944944.781. 6944943.432 6944860.416 1 2 3 4 5 6 7 8 9 10 11 12 13 14 i5 16 17 1$ 19 �0 21 22 23 24 25 26 27 2$ 29 30 31 32 33 34 35 36 37 38 39 90 47. 42 43 44 45 46 EAST[NG ELEV. 2296079.165 zx96o6z.ia� 2296038.306 2296011.0? 5 2296015.7.15 2246022.721 2295993.115 2295919.i33 2295933.418 2295880.52 2295$69.89Z 2295&60.962 22958G2.188 2235841.925 2295830.441 2295799.7U7 2295827.011 2295758.643 2295778.42A 2295788392 2295754394 22957AA.22 2295669.471 2295735.03 2295655.195 2295667.803 2295619.49 229558U.27 Z295643.145 2295597.10] 229560b.793 2i95610.559 2295554,105 2295539.7Z8 �295570.715 2295544.626 2295529.305 2295557.fifi6 Z295520.335 2295527.345 2295552.675 2245552.147 2295518.135 2295520.635 2295556.479 229553A.397 OESCRIPTION 726.09 SSMH RIM 7i5.fifi8 GV RIM 726.85 GV RIN! 723.358 SSMN RIM 72Z.123 GV RIM 722.3Z5 fH 714.448 WM RIIUI 713.331 WM RIM 7]3.b52 C4 RIM 711.652 S5MH R!M 710.tl46 WNk RIM 707.7Z WM RIM 708.205 WM RiM 7d9.A67 WM RIM 71D.084 CO RIM 7Q7.774 SSMli RIM 7Q8.392 SSMH RIM 711.218 SSMH R[M 710.085 GV iilNl 710.631 GV RINi 712.849 GV RIM 716.686 WM RfM 723.76 WM RIM 719.737 CO R!M 727.514 SSMW RIM 729.123 WM RIM 732.689 WNE RIM 740.521 WM RIM 736.951 CO RIM �aa.7se �v ainn 740.976 GV RIM 740.448 FFi 796.34 WM RIM 746.777 CO RfM 745.454 W!V! R1M �_ #4_U t'I u ; �%� �, �.�i"l� �-. ��,' _ t . . , �-f � � -- !� � .� ,�r�, 8S �. 1" '�'t4E�(N+� � �3 �� '� 9 tirC�R l.� �' .. , -.. - i,IST�� tr-! �rr+� r� c. fi�' = 'A_ ryu2�1�+• r - 749.59 S5MH RIM p - 75i.058 WM RINE �- i50.853 WM RIM =��� �� 751.871 WM RIM 752.257 SSMH RIM 751.79 WM RIM �� �f7E+g! 751.88 W M RI M �� r),�y,,�! 752.615 WM RIM � �{fi � 752.801 WM RIM �� 752.156 WM RIM � 752.9$6 SSMH RIM ts.�� �, '��� - �r' !F. � � / I i �r r .� ` • � O:\Specs-SYds Governance Process\Temporary Spec Files\Capital Delivery�Cap Delivery Div 01\0171 23.16.01_Attachment A_5urvey 5taking 5tandards.docx Page 24 of 24 C. Other preferred as-built deliverable 5ome vendors ha�e indicated that it is easierta deliverthis information in a different format. 8elaw is an example spreadsheet that is alsa acceptable and can be o6tained by request from the survey 5uperintendent. O:�Specs-5tds Governance Process�Temporary Spec Files\Capitaf �elivery�Cap Deli�ery �i� 01\D171 23.i6.a1_Attachment A_S�arvey Staking 5tandards.cEocx Page 25 of 25 0:�5pecs-Stds Governance Process�Temporary Spec FiEes�Capital Delivery�Cap Delivery Div �1\0171 23.16.01_Attachment A Sur�ey Staking Standards.docx Page 26 of 26 017423-1 CL�,ANING Page l of 4 SECTYON Ol 74 23 CLEANING PART1- GENERAL 1.1 SUMMARY A. Section IncIudes: 1. Intermediate and final cIeaning for Work not including special cleaning of closed systems specifiied elsewhere B. Deviations from this City of Fort Worth Standard Specificatzon 1. None. C. Related Speci�cation Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Con�act Farrr►s and Conditions of the Contraci 2. Division 1— General Requirements 3. Section 32 92 13 — Hydro�Mutching, Seeding and Sodding 1.2 PR,�CE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associat�d wiih this Item is considered subsidiary to the various items bid. No separate payment will he allowed for this Iiezn. 1.3 REFER�NCES [NOT USED] 1.4 ADMINISTAATIVE RCQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cieaning process will not �all on newly painted surfaces. 2. Schedule final cl�aning upon completion of Work and imm�dzately prior to final inspeciion. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] I.7 CLOSEOUT SUBM�TTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USEDI 1.9 QUALITY ASSURANC� [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Har�dling Requirements I. Store cleaning products and cleaning wastes in containers speci�cally designed for those materials. CITY OF FORT WORTII Narth Beach Street and ]3asswood Boulevard lntersection Improvements STANDAR]] CONSTRiJCTION SPECIP'ICATION DOCUMENTS ProjectNumbcr 1p1SS2 Revised July 1, 2011 017423-2 CLEf1NiNG Page 2 of a �..�.1 FIELD [�YT�] CONDITIONS [NOT US�D] 1.�2 Wr1RRANTY [NOT USED] PART 2 - PRODUCTS Z.1 OWNER-FUItNISHED [on] OWNER�SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface heing cleaned 2. New and uncontaminated 3. �'or manufactured surfaces a. Material recommended by ma�ufacturer 2.3 ACCES�ORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 � EXECUTION 3.1 YNSTALLERS [NOT USED] 3.2 EXAMINATION jNOT USED] 3.3 PREPARATION [N�T USED] 3.4 APPL�CATION [N�T USED] 3.5 REPAIR / REST4RATYON [NOT USED� 3.6 RE-INSTALLATIDN [NOT US�D] 3.7 FIELD �ox] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT US�D] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accum�lation of wastes that create hazardaus conditions. 2. Conduct cleanin� and disposal operations to comply wit� Iaws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paini thinner in storm or sanitary drains or sewers. 4. Dispase of degradable debris at an appxoved solid vvaste disposal site. 5. Dispose ofnondep-adable debris at an approved solid waste disposa] site or in an alternate manner approved by City and regulatory agencies. C!`I'Y OF FORT WORTII North Beach Street and Basswood Boulevard Inlersection Improvements STANI?ARD CONSTRIUCTTON SPECIFICATION ]aOCUMEIVTS T'roject Number 101582 Revised July 1, 2011 017423-3 CL�;AhIING Pagc 3 of 4 6. Handle materials in a controlIed manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish a11 Work and equipmen� associated with this project. S. Remove all signs of iemporary consiruction and activities incidental to constructioz� of requii•ed permanent Work. 9. If proj ect is not cleaned to the satisfaction of the City, the City z-eserves the righi to have the cloaning co�mpleted at the expense of the Contractor. 10. Do not burn on-site. B. Iaaterxx�ediate Cleaning during Construction 1. Keep Work areas clean so as noi to hind�r health, saf�e�y or convenience of personnel in exis#ing facility operatio�s. 2. At �naximum weekly intervals, dispose of vvaste materials, debris and rubbish. 3. Confine construc�ion debrzs daily in strategically located container(s}: a. Cover to prevent b�owing by wind b. Store debris away ftom construction or aperational activities c. Haul froxn site at a minirnum of once per week 4. Vacuum cieax� interior areas when ready to receive finish paanting. a. Continue vacuum cleaning on a� as-needed basis, ur�til Final Acceptance. 5. Prior to storm events, thoroughiy clean site of all loose or unsecured items, which may become airborne or transported by flawing vwater during the storm. C. Interior Final Cleaning 1. Remove grease, mastic, adk�esives, dust, dirt, stains, fingerprints, labels and other foreign materials froz� sight-e�posed surfaces. 2. Wipe a111ighti�g fixture reilectors, lenses, iamps and irinas clean. 3. Wash and sk�ine g]azing and mirrors. 4. Polish glassy s�rfaces to a clear shine. 5. VentiIating systems a. CIean permanent filters and replace disposable filters if units were operated during construction. b. Clean ducts, blowers and coils iFunits were operated withaut filters during COriStTL1CiI017. 6. Replace all bur�ed out iamps. 7. Broom clean process area floors. 8. Mop of�ce and conirol room floors. D. Exterior (Site or Right of Way) Fina� Cleaning 1. Re�ove trash and d�bris containers from site. a. Re-seed ar�as disturbed by location of irash and debris containers in accordance rx�ith Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flovv of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manY�oles, strucfures, junction boxes and inlets. GITY OF FORT WORTI-I North Beach Sireet and Sasswood Boulevard Intc[section Improvernents STANDt1I� CO�1STRi1CT[ON SPECII'ICATCON T�OCUMENTS 1'rojectNumber 301582 Ftevised July 1, 2011 017423-4 CLEANING Page 4 of 4 4. if no longer required for maintenarzce o� erosion facilities, and upon approval by City, remove erosion control from site. 5. CIean signs, lighis, signaIs, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTYON [NOT USED] 3.�3 MAINTENANCE �NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DA'l"E NAME STJIVIMARY OF CHANGE CITY QF FORT WORTH North Beach Street and Basswood IIoulevard Intersection I�nprovements STANDt1R1� CONSTRUCTION SPECIPICATiON DOCLTivIENTS Project Number 101582 Kevised .1uly 1, 2011 0177i9-1 CLOSEOUT It�QU1RE�rIENTS Pagc 1 of 3 s�cTiorr o� �� �.9 CLOSEOUT REQUIREMENTS PART1- GEN�RAL 1.1 SUMMARY A. Seciion Includes: 1. The procedure for closing out a contxact B. Deviations from this City af T'ort Worth Standard Specification 1. None. C. Related Specification Sections inciude, but are not necessarily limited to: 1. Division 0— Biddiz�g 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 subsidiazy to the various Items bid. No separate payment will be allowed for this Itean. 1.3 REI+ERENCES [NOT USED] 7.4 ADMTNYSTRATIVE REQUIR�MENTS A. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certi�cates, licenses and affidavits required for Work or �qL�ipment as specified are satisfactorily fi�ed with #he City. B. Release of Liens or Claims 1. No appIication for final payment will be accepted until satisfactory evidence of r�lease of ]iens has been subznitted to the City. 1.5 SUBMITTALS A. SUbmit all i•equired docunaex�tation to City's Project Representative. CITY O�' F012T WORTH North Beach SYreet and Basswood Boulevard Intersection [mprovements STAIVllAR� CONS'TRUCTION SPrCI�ICATIpN DOCi.1MENT5 Praject Number 1U1582 Revisecf July 1, 2011 o���i9-z cz,osrou�r �r�u�aEMEN�rs Page 2 of 3 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CL05EOUT SUBMITTALS [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS �NOT USED] 3.2 EXAMl1VAT�ON [NOT USED] 3.3 PREPARAT�ON [NOT USED] 3.4 CLOSEOUT PROCEDUR� A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accorda�zce witl� Section 01 78 39 2. Operation and Maintenance Data, if required, in accordance with Section O1 78 23 B. Prior to requesting Final �r�spaction, perform final cleaning in accordance with Section OI 74 23. C. Finallnspection 1. After fina� cleaning, provide notice to the City Aroject Representative that the Wor�C is completed. a. The City will make an initial Final Tnspectioz� with the Cantractor present. b. Upon completion oithis inspeciion, the City will notify the Contractor, in writing within 1 Q business days, a� any particulars in which this inspectian reveals that the Work is defective or incomplete. 2. Upon receiving writien natice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work ta the satisfaction of the City. 3. Upan completion of Wark associated with the items listed in the City's writtan notice, inform the City, that the required Work has been cornpleted. Upon receipt of this notice, the City, in thc presence a�ihe Contractor, will mal�e a subsequent Fina] Inspection of the project. 4. Provide all special accessories required to place each item of equipment in ful� operation. These special accessory items include, but are not Iimited to: a. Specified spare parts b. Adequate oil and grease as required for the f rst lubrication of the equipment c. Ir�itial fill up of aII chemical tanks and fuel tanks d. �,ight bulbs e. Puses f. VauIt keys g. Handwheels h. Other expendable itaxxzs as tequired for initial staY�-up and operation of all equipment D. Notice of Project Co�npletian C1TY OF PORT WORTH North Beach Stree# and Basswood Boulevard Intersection Improvements STANDATZI7 CONSTRUCTTdN SPECI�'ICA�TION DOCUME3VT5 1'roject3lumber 101582 Revised IuEy I, 2011 017719-3 CLOSEOUT REQLJIREM ENTS Page 3 of 3 1. Once the City Project Representative finds the Work subsequent io Final Iz�spectian to be satisfactory, the City wi1l issue a Notice of Project Coznpletion (Green Sheet}. E. Supporting Documen#ation 1. Coordinate with the City Yrojeci Representatzve to coz�r�plete the following additional forms: a. Final Payment Request b. Statefnent of Coniract Tin2e c. Affidavit of Payment and Release of Liens d. Consent of Surety to I�'inal Pay�nent e. Pipe Report {ifrequired} f: Contractot's Evaluation of City g. Performance �valuation of Contractor F. Letter af Final Acceptance 1. Upon review and acceptance of Noticc of Project Campletion an� Supporting Documentation, in accorda�ce with General Conditions, City wilI issue Letter af Final Acceptance and ralease the Final Payment Request for payment. 3S REPAIR / RE�TURATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oRj SIT� QUAL�TY CONTROL [NOT i1SED] 3.8 SYST�M STARTUP [NQT USED] 3.9 AD.NSTING [NOT USED] 3.].0 CLEANYNG [NOT USED] 3.1.� CLOSEOUT ACTIVITIES [NOT USED] 312 PROTECTION [NOT USED] 313 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END O� SECTYON Aevision Log DATE NAML SUNiM.A_RY OF CHANGE C1TY OF FORT WORTH 1Vorth 8each Street and Basswood Boulevard inCcrsection [mprovemenfs S`I'ANDARD CONS'1RUCTfON SPECIPICATIOA! DOCLIM�.N`CS ProjectNumber IDI582 Revised July l, 2011 ai�sz3-� OPERA'I'ION AND MAINTENANCE F)ATA, Page 1 of 5 SECTYON Q1 78 23 OPERATiON AND MAlNTENANCE DATA PART1- G�NERAL 1.7 SUMMARY A. Section Includes: 1. Product data and reIated information appropriate for City's maintenance and opezaizon of products f�rnished under Contract 2. Such prod�tcts may rnclude, but are not liinifed to: a. Traffic ControIlers b. Irrigation Controllers (to be operated by the City) c. Butterfly Valves B. D�viations from this City oiFort Worth Standard Specification 1. None. C. Related Specification Sections i�clude, but are not necessarily Iimited to: 1. Divzsion 0-- Bidding Requirements, Contract Forms and Conditions of tlae Contract 2. nivision l-- General Requirements 1.2 PRICE AND PAYMENT PROCEDCTR�S A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Ttem. l.3 REF�RENCES [NOT iTSED] �..4 ADMINISTRATNE REQUIREMENTS A. Schedule 1. Sub�nit manuals in i`inal form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBM�TTALS A. Submittals shall be in accordance with Section O1 33 QD . All submittals shall be approved by the Ci#y prior to delivery. l .6 INF4RMATYONAL SUBM�TTALS A. Submittal Torm 1. Prepare data in forxn of an �nstr�ctional manual for use by City personnel. 2. Format a. Size: S �/z inches x 11 inches b. Paper 1} 40 pound m�nimum, white, for typed pages 2) Holes reinforced with plastic, cloth or tnetal a Text: Manufacturer•'s printed data, or r�eatly typewj•itten CTI'Y OP POKT WOR`1'�I North Beach Street and Aasswood Boulevard lntersecEion Improveraents S"I'A�lDARD CONS"fRUCTION SP�CIPICATCON 170CCTME�TTS Project Number lO1582 Revised Aecember 2q 2012 017823-2 OPERATION AN� MAINTEIVAIVCE DATA Page 2 oi5 d. Drawings 1} Provide reiz�£orced punched binder tab, bind in with fext 2} Reduce larger drawings and fold to size of text pages. e. Provide fly-leaf for each separate product, ar each piece of operating equip�ent. 1) Provide typed description of product, and inajor coznponent parts of equipment. 2) 1'rovide indexed tabs. f. Cover 1) Identify each volume witta typed or prinled title "OPERATING AND MAINTENANC� 1NSTRUCTIONS". 2) Lis�: a) Title of Project b) Tdentity of separate strucfure as applicable c} Identity of general subject matter covered in ihe ma�ual 3. Binders a. Cpmmercial quality 3-ring binders wiCh durable and cleanable plastic covers b. When multiple binders are used, correlate the data into reiated consistent graupings. 4. If available, provide ax� electronie form of the O&M Manual. B. Manual Content Neaily typewritten table of contents for each volume, arranged in systematic order a. Coniractor, name of responsible principal, address and telephone number b. A list of each product required #o be included, zndexed to content of the volume c. List, r.vith each product: 1} The name, address and �eTephone r�uzniber of the subcontractor or installer 2) A list of each product zequired to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Idez�tify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Praduci Data a. Inefude only those sheets which axe pertinent ta the specific product. b. Annotate each sheet to: 1} Cleariy identify specif[c product or part installed 2} Clearly identify data applicable fo installation 3) Deleie references to inapplicable informatior� 3. Drawings a. Supplenr�eni product data with drawings as necessary ta cleaz-Iy illusttate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information zn Project Record Documents to assure correct iliustration oicomplet�d iz�stallaiion. c. Do not use Project Record Drawings as maintenance drawings. A. Written text, as zaquired to supplement product data for the particular instalIation: a. Organize in consisieni format unde�• separate headings for difFerent proceduzes. b. Provide logical sequence of instructions of each procedure. CTTY OF PORT WOTtTH North IIeach S#reet and Basswaod Boulevard Intersection lmprove�nents STANDt1I21) CONSTRUCTION SY�,CIFTCATION DOCUIvI�NTS Pwject Number 10 � 582 Revised Aecember 20, 2a 12 Ot7823-3 OPEltATION AND MAINTENANCE DATA Page 3 of 5 Copy af each warranty, box�d and serr�ice contract issued a. Provide informatian sheet for City personnel givin�: 1) Proper procedures in event of failure 2) Instances w�►ich might affect validify of warranties or bonds C. Manual %r Materials and Finishes 1. �ubmit 5 copies of compiete inanuaI in fnal iarm. 2. Content, for architectural products, applied znaterials and finishes: a. Manufacturer's data, giving full inforrnaiion on products 1} Catalog number, size, composztion 2) Coloi• and texture designations 3) Infarmaiion required for reordering special manufaci�ured praducts b. Instructions for care and maintenance 1) Max�ufacturer's recornmendation for types of cleaning agents and methods 2) Cautzons against cleaning agents and methods which are detrimental tQ praduct 3) Recominended schedule for cleaning and maintenance Conie�t, for moisture protection and weather exposure products: a. Manufacturer's data, giving full inforznai�on on products 1} Applicable standards 2} Chemical coxnpasition 3) Details of izzstallation b. Instructions for inspection, maintenance and repaiz- D. Manual for Equipment and Systems 1. Submii 5 copies of complete manual in iinal foz'tz�. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and cotnponent parts 1) Function, normal operaiing characteristics and limitin� candiiions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial numbcr of repIaceable parts b. Operating procedL�res 1} Stari-up, break in, routine and normaI operating instructions 2) Regulation, control, stopping, shut-down and emergency instructions 3) Summer and winter operating instructions 4) Special operating insiructions c. Maintenance procedures 1) Routine operations 2) Gu�de to °trouble sllooting" 3) Disassembly, repair and reassembly 4) Alignmer�t, adjustingand checking d. Servicing and lu3�rication schedule 1) List of ]ubricants required e. Manufacturer's printed operating and �aaintenance instructions f. Description of sequence of operation by eqntrol manufacturer 1) Predicted life of parCs subj�ctio wear 2) Items recammended to be stocked as spare par�s g. As installed control diagrams by controIs manufacturer h. �ach contractor's coordination drawings 1) As installed calor caded piping diagrams C1TY OF FOKT WOTt"I'H North Beach Strcct and Sasswood Boulevard Cntersection Improvements STAIVDARD COTiSTRUCTION SP�,CIFICATION 1JOCUMENTS ProjectNumber [O1582 Revised December 20, 2012 017823-4 OPERATION AND MAINTFN?.i�lCE UATA Pagc 4 of 5 i. Charis of val�e tag numbers, with location and function of cach valve j. List o�original manU.facturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage �. Other data as required under pertineni Sections of Speciiications 3. Content, for each electric and electronic sysiezn, �s appropriate: a. Description of system and componeni parts 1) Funetion, normal aperating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete no�aenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Elec�rica� service 2} Controis 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operaiing insiruciions 2) Sequences reQuired 3) Special operating instructians e. Maintenance procedures 1) Routine operations 2} Guide ta "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking f. Manufacturer's printed opera�ing aa�d z�r�aintenance instructions g. List af original manufactu�r�r's spare pat�s, manufacturer's current prices, and recommended quar�t�iies to be maintained in storage h. Other data as zequired under pertinent Sections of Specifications 4. Prepare and iz�clude additional data when the need for such data Uecomes apparent during ins�'uction of City's personnel. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERYAL SUBMITTALS [NOT USED] i.9 QUALITY ASSURANCE A. Provide operatian and rnaintenance data by personnel with the foIlowing criteria: 1. Train�d and experienced in mainienance and operation of described products 2. Skilled as technical v�itar to t�e e�tent required to comrnunicate essential data 3. SkilIed as draftsman compete�t ta prepare required drawings CTTY OF FORT WOR'I'H 1lorth Iieach Street and Basswood Bo�levard Intersection Tmprovements STf�NDAKD COI`TSTI2�JCTION SPECIFiCATIpAI llOCUMENTS ProjectNumber 1035$2 Revised Decemher 20, 20 i 2 01 78 23 - 5 OPEIZA'I'IOTI AtVa MAIAITENANCE DATA Page 5 of 5 1.70 DELYV�RY, STORAGE, AND HANDLING [NOT USED] 1.11 FYELD [SITE� CONDITIONS [NOT USED] 112 WARRANTY [NOT USEDJ PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE 1VAME SUMMARY OF CHANGE 8/31120I2 D. Johnson 1.5.A.1— tiile a1'section removed CI1'Y OF FORT WORTII North Beach Street and Basswood Boulevard lntersection ImprovemcnEs STANDAKD CON5TRY7CTION SPEC�ICATION DOCUMENTS Project Numbar 101582 Revised December 20, 2012 a17839-1 PROJECT RECORD DOCU{vIC]VT5 Page 1 of 4 SECT��N Ol 78 39 PROJ�CT RECORD DOCUMCNTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Work associated with the docuz�enti��g the project and recording changes ta project documents, including: a. Record Drawiz�gs b. Water Meter Service Reports c. Sazaitary Sewer Service Reports d. Large 'Wafer Meter Reports B. Deviations from this City of Fort Worth Standard Specificaiion 1. None. C. Related Specification Sectians include, but are noi necessarily limited to: 1. Division 0— Bidding �.equirernents, Contract �'orms and Conditions of the Contract 2. Division I— General Requirements I.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Itern is considered su6sidiary to tk�e various Ttems bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMTNYSTRATNE REQUIREMENTS [NOT USED] 1.5 SUBMYTTAL� A. Prior to submittix�g a requesi far FinaI Tnspection, deliver Project Record Documents to City's Project Representative. 1.6 ACTION SUBMITTAL�/INFORMAT�ONAL SUBMITTALS [NOT USED] i.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATE�iTAL SUBMITTALS [NOT US�D� 1.9 QUAL�TY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate ck�ar�ges within the Record Documents, making adequate and proper entries on each page af Specifications and each sheet af Drawings and other pocuznents where such entry is required to show the change properly. 2. �iccuracy of records shall be such that future search for items shown in the Contract Docua�ents may rely reasonably on information obtained from the approvEd Project Record Documents. CI`I'Y OF FORT WORTII ]�orth [3eac1� Street and Basswood Boulevard Intersection Im�rovements STANDf1� CONSTRUCTION SPECIFICATIpN DOCUMENTS Yroject Number 101582 Ttwised 7uly 1, 2011 017&39-2 PROJ�CT RFCOKD DOCCIMENTS Page 2 of 4 3. To facilitate accuracy of records, make entries within 24 hours after receipt of ix�formation that the change has occurred. 4. Provide facival informafion regarding a1I a,spects o�the Work, both concealed and visible, to enable future modification of the Work ta proceed vviihout lengthy and expensive sfte measurement, investigation and examinaiion. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirerr�ents 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and dazx�age until completion of the Work and transfer of a1I recorded daia to ihe �nal Project Record Documents. 2. In tk�e event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide t•eplacements to the standards or�ginally required by the Contract Documents. 1.11 FIELD IS�TE] CONDYTIONS [NOT USEDj 1.12 WARIt.ANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER-FURNISHED [oii] OWNER-SUPPLIED PRODUCTS [NOT USED] 2,2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice Co Procead, secure from the City, at no charge to the Contractor, 1 complete set of all Docuxx�ents comprising �he Contract. B. k'inal Record Documents l. At a time nearing the completion of the Wor� and prior to I`inal Inspection, provide the City � complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USEDJ 2.4 SOURCE QUALITY CONTROL �N�T USED] PART 3 - EXECUTION 31 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION IN�T USED] 3.4 MAINTENANCE DOCUMENTS A. Mainienance of Job Set l. Tmmediately upon receip# of the job set, identify each of the Documents with the title, "RECORD DOCiJMEN'I'S - JOB S�T". CTTY O�' CORT WOR'CH Nortlt Bcach S#reet and Sasswood Boulevard Intersection Improvements STA[VDATt17 CONSTRUCTION SPECIPICATION DOCIIM�NTS ProjectNumber EO1582 Revised July 1, 2011 Oi7839-3 PROJ�CT RECOILD DOCLTMENTS Page 3 of4 2. Preservation a. Considering the Contract comp�etion time, ihe probable nurrfber of occasions upon which the job set must be talcen out for new entries and for examination, and the conditions under which these activiti.es will be performed, devise a suitable method for protecting the job set. b. Do not use the j ob set for any puzpose except entry of new data and for review by the City, uniil start of t�raz�sfer of data to �nal Project Record Documents. c. Maintain the job set at the site of work. 3. Coordinatzon witk� Canstruction Survey a. At a minirnum, in accordance with the intervals sei forth i� Section 01 '71 23, cleatly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Nlaking entries an Drawings a. Record any deviat[ons from Contract Documents. b. Use an erasable colored pencil (z�ot ink or indelible pencil), clearIy describe th� change by graphic line and note as required. c. Date all entries. d. Cal] attention to the er�try by a"cIoud" drawn around the area or areas aifected. e. In the eveni af overlapping changes, use difFerent coIors for the averlapping changes. 5. Convexsion of schematic layouts a. In some cases on the Drawings, arrangezxjents of conduits, circuits, piping, ducts, and similar items, az•e shown schez�r�atically and are not intended to portray precise physical iayoui. 1} Final physical arraz�gemeni is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications oithe facitity may require accurate inf'ormation as to the final physicallayout of items vt+hich are shown o�y sche�natically on the Drawings. b. Show on Ehe job set of Record Drawix�gs, by dimension accurate to within 1 inch, the centerline of each run of items. T) Final physical arrange�nent is determined by the Contractor, subject to the City's approval. 2} 5how, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identi�cation sufficiently descriptive that it rnay be related reliably to the Specifications. c. The City may waive th� requirements for conversior� of schematic layouts where, in the City`s judgment, conversion serves no useful purpose. However, do not rely upan waivers being issued except as specifically issued in wriiing by the City. B. T�inal Project Record Documents 1. Transfer of dafa to Drawings a. Carefully transfer ck�ange data shown on the j ob set of Record Drawings ta the corresponding final documents, coordinating �he changes as required. b. Clearly indicaie at each affected detail and other Drawing a full descri�tion o� ek�anges made during construction, and the actuai location of ite�ns. CITY OF �'012T WOIZTH IZorlh Beach Sireei and Basswood Boulevard Tntersection Improvements STAiVDART7 CONSTRUCTIOIV SP�GIFICATION DOCUM�AlTS Project Numbcr 101582 Revised July 1, 2D11 01 78 34 - a PROIECT RECORD DOCiJMENTS Page 4 of 4 c. Call aitention to each entry by drawing a"cloud" arouza.d the area or areas affected. d. Make changes neatly, consisEantly and with the proper media to assure longevity and clear reproductzon. Transfer of data to other pocu�aents a. If the Documents, other than Draw�ngs, have been kept clean during progress of the Work, and zf ez�t�-ies ther•eon have been orderly to the approval af the City, the job set ofthose Documents, �other than Drawings, wi11 be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a nevv copy of that Document from #he City at the City's usuaI charge for reproduction and handling, and carefully transfer ihe change data to the new copy to the approval of the City. 3.S REPATR / R�STORATION [NOT USED] 3.6 RC-INSTALLATION [NOT USEll] 3.7 FYELll [oR] SITE QUALITY CONTROL [NOT USED] 3.8 �YSTEM STARTUP [NOT USED] 39 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSE�UT ACT�VITIES [NOT USED] 3.12 PROTECT14N [NOT USED] 3.13 MA�NTENANCE [NOT USED] 3.�4 ATTACHMENTS [NOT USED] END OF SECT�ON Revision Log DATE N,AM� SLJMMAAY OF CIIANGE C1TY OF FORT WORTtI Nprth $each Street and Basswood Doulevard Tntersection Improvements STANDARD CQNS'172UC"I'�OM SPECIFICATIOIV DOCLIMBNT3 ProjectTlumber ]01582 Aevised July l, 2Q11 31 23 16 - 1 UNCLASSIFIED EXCAVATION Page 7 of 7 � 2 3 � 5 6 7 8 9 10 11 12 1� 14 15 1� 17 18 19 20 2� SECTION 3�. 23 16 UNCLASSIFIED EXCAVATION PART 1 - GENEFiAL 1.1 SUMMARY A. Section Includes: 1. Excavate areas as shown on the Drawings or as directed. Remova] of materials encauntered to the lines, grades, and typical sections shown on the Drawings and removal from site. Excavations may include canstruction of a. Roadways b. �rainage Channels e. Site Excavation d. Excavation for Structures e. Or any other operation in�olving the exca�atian of on-site materials B. Qe�iations from this City of Fort Worih Standard Specification 1. I�one. C. Rela�tec� Specification 5ections include, but are not necessarEly limited to: Z. Division 0— Bidding Requirements, Contract Forrns and Cond�tians of the Contract 2. Division 1—General Requirements �. �e�+e��-1-��� —�� 3. Section �1 24 a0 — Embankmen�s 22 1.2 PRICE AND PAYM�IVI" PROCEDUR�S 2� A. Measurement and Payment 24 �. Exca�ation by Pfan Quantity CITY OF FORT WORTH North Beach SYreet and Basswood Boulevard Intersection Irnprovements STAf�DARp CONSTRUCTION SPECIFICA7IDN DOCUMENTS Project Number: 101582 Revised lanuary 28, 2013 31 23 16 - 2 UNCLASSIFI�D EXCAVATION Page 2 of 7 1 2 3 4 5 6 7 8 9 10 a. Measurement 1) Measurement forthis Item shall be by the cubic yard in its final position using the average end area method. E.imits af ineasurement are shown on the Drawings. 2} When m�asured by the cubic yard in iYs final position, this is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the prapo5al, unless modified by Article 11.04 of the Genera! Conditions. Additional measuremen�s or calculations will be made if adjustments of quantities are required. b. Payment 11 1) The work �erformed and materials furnished in accordance with this Item 32 and measured as provided under "Measurement" will be paid for at the unit 13 price bid per cubicyard of "Unclassi#ied Excavation by Plan". No additional 14 compensation wiR be allowed for rock or shrinkage/swell Factors, as these �5 are the Contrac#or's responsibility. 16 c. The price bid shafl include: 17 1) �xca�ation 18 2J �xcavation Safety 19 3) Drying 2p 4) Dust Contraf 21 5) Reworking or replacing the oWer excavated material in rock cuts 22 5) Hauling 23 7) Disposal of excess mate�-iaf not used elsewhere onsite 24 8j Scar�fication 25 9j Clean-up 26 � r.,..-....,+:,,., ti,. C�.r.,.,.,.,.� n„-,,,+�+„ Z% ,�, nn.,-,....,. .,+ ZS Zg-.I,-..I�+...J . .. rb... -. .�rl .. �i�., ,�,�+4.�,r1 CITY OF FORF WORTFi NortF� Beach Street and aasswood Boufa�ard Intersection Improvements STAiVDARD CONSTRUCTION SP�CIFICATIOiJ DOCUMENTS Project Number: 101582 Revised 3anuary 28, 2013 31�316-3 UNCLASSIFIED EXCAVATION Page 3 of 7 1 .�1 TV, f'+ 'II rF c�Tcricc ,ria-iv"�"-"vr"c"c�mi. �ic-e'�[r�-i�ccn Z,.I.. .,.J +., .,h+� �+'.. .t�[ r n.J'r'�. 3 L.{ Th.. /".+:. .:II .�,...-Fr, n fir�-�I r.r.r+_rnnrtre�ri�i�T�u�� �ra� � � ..a., �i ..�1.. .I-.+.,.J -,� +1,., .JF�ff., ., h.,+.. ., +L,a t., 6 7 0 .j1 ❑w �'..I + '11 6,., 6,.,�.,.�! +'.,�,-,+�,.� ..I�.�. +'r.� ��e��n„A«��.-� ,,.,+� ,--,i,.��i��o,� h„+�,o Gnacn� � :: Ra�e�� 9 10 " " 11 i-,•a ,.ti:...,�r,� ,.f «� �n�.i���;f,,,,� �.,,..,,,: ���u : u;; �u; ;;�Y» 12 s. Tti„ n„ �-.:a .-�,�ii ,r,.i�„�o: 13 13--�sa��ie� 14 �ti r.,,.-.,,-.+,.,., cnFofi„ 15 ��--8��� 16 n� n��.-+ r„ �+,-., i 17 ��n r.r�T�l.,,az,��r'�+1,., +.,.a + ' I ' f, �� rrc" crn..�r'ci c�ci.�avcrcca �i�ucciin� iii ivc�c Ga[3 �� �`�� 19 za�, �,..,r;f,,.��;�n z a. o, .-�� 22 1.3 REFERE�VCES [NOT US�D7 23 24 25 26 z� 28 A. Definitions 1. lJndassified Excavation — Without regard to materials, all excavations shall be considered unclassified and shall include all materials excavated. Any reference to Rock ar other materials on the Drawings or in the specifications is solely far tlte City and the Contractor's informativn and i5 not to be taken as a ciassification of the excavation. CITYOF FORT WOR7H North Beach Sireet and 8asswood 6oulevard Intersection Improvements STAN�ARD CONS7RUC710N SPECIFICATION DOCUMENTS Praject Number: 141582 Revised January 28, 2013 �i zs i6- a UNCLASSIFIEQ EXCAVATION Page4of7 1 1.4 ADMINSTRATIVE REQUIREMENTS 2 A. The Contractar will pro�ide the City with a Disposal Letter in accordance to Divisio� O1. 3 1.5 SUBMITTAL5 [NOi IJSED] 4 1.6 ACTION SUBMITfALS/INFORMATIONAI. SUBMITTALS [NOT USED] 5 1.7 CI.OSEDUT SUBMITTALS (NOT USED] 6 1.8 MAINTENANC� MATERIi4L SUBMlTTALS [NOT USED] 7 1.9 QUALITY ASSURANCE 0 9 10 1i 12 13 A. Excavation Safety 1. The Contractor shall be solely responsible for rr�aking all exca�ations in a safe manner. 2. A[I exca�ation and related sheeting and bracing s�all comply with the rec�uirements of OSHA exca�ation safety standarcl5 29 CFR part 1926 and state requirements. 14 1.10 DELIVERY, STORAGE, AND HAN�LING 15 A. Storage 16 1. Within �xisting Rights-of-Way (ROW) 17 a. Soil may be stored within existing ROW, easements or temporary construction 18 easements, unless specifically disallowed in the Contraci Documents. 19 b. Do not block drainage ways, in]ets or dri�eways. 20 c. Pravide erosion control in accorclance with S�ction 37. 25 00. 21 d. When the Work is performec! in active traffic areas, store materials anly in 22 areas barricaded as provided in the traffic contro! plans. 23 e. In non-paved areas, do not store material on the root zane of any trees or in 24 Iandscaped areas. 25 2. Designated Starage Areas C1TY OF FORT WORiH North 8each Street and Basswood Boulevard Intersection Impro�ements STANDARD CONSFRUCTIOiV SP�CIFECATfbN DOCUMENTS Project Numher: 10]582 RevisedJanuary28, 2013 312316-5 l3NCLAS5IFIED EXCAVATION Page 5 of 7 1 2 3 4 5 6 7 �. a. If the Contract Docum�nts do r�ot allow the storage of spoils within the ROW, easemen� ortemporary construction easement, then secure ar�d maintain an adequate storage iocatian. b. Provide an affida�it that rights have been secured to store the materials on private property. c. Provide erosion control in accordance with 5ection 3125 00. d. Do not bfock drainage ways. 1.11 FIEI.D CONDITIONS A. Existing Conditians 10 1. Any data which has been or may be pro�ided on subsurface conclitions is not 11 intended as a representation or warranty of accuracy or continuity between soils. 12 It is ex[�ressly understood that neither the City nor the �ngineer will be 13 responsible for interpretations or conclusions drawn ther� from by the 14 Co ntracto r. 15 2. Data is made avaiEable �For tF�e convenience of the Contractor. 16 �,.12 WARRANTY [IVOT U5ED] 17 PART 2- PROIlUCTS [NOT USED] 18 2.1 OWNER-�URNISMED [NOT USEDj 19 2,.z PRODUCTTYPESANDMA7ERIALS 20 A. Materials 21 1. Unacceptable Fill Material 22 a. In�situ soils classified as ML, MH, PT, OL or OH in accordance wit� ASTM Q2487 CITY OF FORT WORTH North Beach Street and easswood eoufevard Intersection linprovemenis STANDAR� CONSTRUCTIOiV SPECIFICATION l70CUMENTS Project Number: 101582 Revised January 28, ZQ13 3123i6-6 UNCLASSIF1EIl EXCAVATIOIV Page 6 of 7 �. PART 3 - EXECUTfON 2 3 4 5 6 7 8 9 10 �1 12 13 14 15 16 �.7 18 19 20 2 �. 22 2� 2A 25 26 27 3.1 if�STALLERS [NOT LiS�D] 3.2 EXAMINA710N [fVOT �1SED] 3.3 PREPARATiON [NOT U5ED] 3.4 COIVSTRUCTION A. Accept ownershi�a of unsuitable or excess rr�aterial and dispose af material off-site accordance with local, state, and federal regulations at focatians. B, Exca�ations shall be performed in the dry, and kept free from water, snow and ice during construction with eh exception of water that is applied for dust control. C. Separate Unacceptabie Fill Material from other material5, remove from the 5ite and properly dis�ose according to disposa! plan. D. Maintain drainaga in the excavated area ta a�oid damage to the roadway sections and praposed or existing structures. �. Correct any damage to the subgrade caused by weather, at no additional cost to the City. F'. Shape slopes to avoid loosening material below or outside the proposed grades. Remove and dispose of slides as directed. G. Rock Cuts 1. Exca�ate to finish grades. 2. In the event of o�er excavation due to contractor error �elow the lines and grades established in the Drawings, use appro�ed embankment material compacted in accordance with 5ection 3124 OD to replace the o�er excavated at no additionai cost to City. H. Earth Cuts 1. Exca�ate to finish subgrade 2. In the event of over exca�ation due to contractor error below the lines and grades e5tablished in the Drawings, use appraved embankment materiaf CETY OF FORT WORTH North eeach Street and 6asswood 6oulevard InYersection Improvements STANI]ARQ CONSTRUCTION SPECIFICATION DOCIJMENTS Project Num6er: 101582 RevisedJanuary z8, 2013 312316-7 UNCiA551F1E0 EXCAVATION Page 7 of 7 1 2 3 4 5 6 7 F:3 9 10 11 12 13 14 15 16 17 18 compacted in accordance with Section 31 24 00 to replace the over exca�ated at no additional cost to City. 3. Manipulate and compact suhgrade in accordance with Section 3124 0�. 3.5 REPAIR [NOT US�D] 3.6 R�-I�lSTALLATION [NOT USED] 3J FIE�.� QUALt7Y CON�ROI. A. Subgrade Tolerances 1. Excavate to within 0.1 foot in all directions. 2. In areas of over �xca�ation, Cantractor provides fil[ rrtaterial approved by the City at no expense to the City. 3.$ SYSTEM STARTUP jN0'F USED] 3.9 ADJUSTING [N07 USE�� 3.�.fl GLEANING [NOT USED] 3.11 CLOSEOLJTACTIVITIES [IVOT USEQ] 3.12 PROT�CTION [NO7 USED] 3.13 MAINTENANCE [NOT 115�D] 3.14 ATTACHM�NTS [NOT USED] �ND OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2d12 D. Jahnson 1.2 - MeasuremenY and Payment Section modified; Blue Text adcEed for clarification 1.2 — Modified Bid Item names in payment section to differentiate between 1/28/13 Q.Johnsan Payment Methods on bid list. 19 CITY OF FORT WORTH North 6each Street and Basswood Boule�ard Intersection Improvements STANDAR� CONSTRUCTIOiV SP�CIFICATfON DqCUMENTS Project Number: 101582 Revised ianuary28, 2013 3293�3-1 TR�CS A:ND ST�RUBS Page 1 of 8 SECTION 32 93 43 TREES AND SHRUBS PART1- GEN�RAL 1.1 SUMMARY A. ,Section Includes: 1. Tree and ,shrub pianting and maintenance within street rigk�t-o� way and easements. 2. Tree removal and transplant is to be perfonned in accordance wit:h Section 31 T 0 00 B. Deviations from this City of PorC Worth Staa�c�ard Speci�'ication 1. Clarifcation of tne warranty language. C. Related Specification Sections include, but are not necessarily Iimited to: I. Division D- Bidding Requirernents, Contract �'arms, and Conditions ofthe Contract 2. Division 1- General Requirements 3. Section 31 10 00 -- Sit� Clearing 4. Section 32 92 13 - Hydramulching, Seeding and Sodding S. Section 32 91 19 - Topsoil Placement and Finishing of Parkways 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payme�zt 1. Plant Tree a. Measureinent 1) Measurement for this Item shall be per each by caliper inek�. b. Payxn e�t 1} The work performed and materials fi�rnished in accardance with this Item and measured as provided under "Measu�-eznent" wilI be paid for at the unit price bid per each tree to be Planted by caliper inch. c. The price bid shall incIude: 1) Furnishing and installing trees 2) Hauling 3) Grading and backf'iIling 4) Excavation S) �'ertilization 6) W ater 7} Removing and disposing of surplus material �.3 REFER:ENCES A. Reference Standards L Reference standards cited in tl�is specification refer to the current reference standard published at the ti�ae af the latest revision date logged at the end of th�s speciiicatzo�a, unless a date is specificalIy ci#ed. 2. American National Standards Institute (ANSI): a. ANSI Z60.1, American 5tandard for Ntu�sery Stock 3. Hortus Third, The Staff of the L.H. Bailey Hartorium. I976. MacMillan Publishing Co., New York. CI"i'X O� �'ORT WOI2TH IYorth Beach Street and Basswood I3oulevard Intersection Improvements STANDATLll CONSTRUCTION SPECIFICATION DOCUMENTS Project Number ] O 15$2 Revised December 20, 2012 329343-2 TREES AN37 SI�IiUBS Page 2 of 8 1.4 ADMINISTRATNE REQUIREMENTS [NOT USED] L5 ACTION SUBMITTALS [NOT iTSED] 1.6 INFORMATIONAL SUBMITTALS A. Trec data: Submit certification from supplier that each type of tree conforms to specifcation requirements. 1.7 CLOS�OUT SUBMTTTALS [NOT USED] �.8 MAINTENANCE MAT�RIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Coordination 1. Coordinate with City Forester prior to beginning construction activities adjacent to or that will zxnpact e�isting trees and shrubs. B. Qualifications 1. Landscaper spec�alized in landscape and planting worrk C. Substitutions 1. Not permitied unless approved by City when specified planting material is not obtainable a. Submit proof of non-availability tagether with proposal for use of equ�valent nrzaterial. b. Substitutions of larger size or better �irade than specifed will be allowed upon approval by City Forester, but with no increase in unit price. 1.10 DEL�VERY, STORAGE, AND HANDLING A. Do not remove container grown stock from contain�rs before time of planting. B. Delivery and Accepta�ce Requirements 1. Ship trees with Carti�cates of Inspection as required by governzng authorities. 2. Label each tree and shrub with securely attached waterproof tag bearing legible ciesignation af botanical and common name. 3. Use protective covering during delivery. 4. Deiiver packaged inaterials in iuIIy labeled original containers showing weight, analysis and name af manufactuzer. C. Storage and Handling Requir�xnents 1. Protect materials fro�n deteriaration during delivery, and while stored at Site. 2. Do not pr�ule prior to ix�siallatian. 3. Do nof bend or bind�tie trees or shrubs in such manner as to damage bark, break branches, or d�stroy natural shape. 1.11 FIELD CONDITI�NS [NOT USED] 1.12 WARRANTY A. Warranty Period: k� 2�1 months a£ter job acceptance B. Warrant trees against defects incIuding: 1. Death CTTY OF POIt'I' WOItTH North Beach Street and Basswood Houlevard Intersection Improvements STANDATZD CONSTRUCTION SPECIF[CATION DOCUMEAlTS Project Number 101582 Revised Deccmber 20, 2D12 32 93 43 - 3 TRECS AND SHRUSS Page 3 of 8 2. Unsatis�actory gro�h 3. Loss of shape due to improper pruning, znaz�tenance, or weather conditions C. Plurnb leaning trees during warranty period. D. Remave and replace trees found to be dead during wa�-ranty period. E. Remove and replace trees which aa-e in doubtful condition at end of warranty parzod, or �e�vhen approved by City, extend warranty period for trees for full growing season. PART2- PRODUCTS 2.1. OWNER�FURNISHED PRODUCTS [NOT US�D] 2.2 MATERTALS l. Generai a. Planis sk�all be true to species and variety specified, gcpwn under efimatic conditions similar to those in the locality of t�ae project for at least 2 years and have been freshly dug during the most receni favorable harvest season. b. All plar�t names and descriptions are as defined in Hortus Third. c. All plants are to be gxown and harvested in accordance with the American Standard fo� Nu�se�y Stock. d. Unless appj�oved by the City Farester, plants sha11 have been grown in a latitucEe not more than 200 miles north or south of the latitude of the project unless the provenance af the plant can be documented to be co�rzzpatible with the latitude and cald hardiness zone of ihe planting location. 2. �'rees a. Provide container grown t�rees which are straight and symmetrical and haue persistently preferred main Ieader. b. Mark the tree's nortla orientatlon in the nursery for a11 deciduous trees grov�rn in the field with a 1�inch diameter spot of white paini on the tree trunk vvithin the bottom twelve inches of the trunk. c. Crown shalI be in good overal� proportion to entire height of iree with branching configuration as reco�nmended by ANSI Z60.1 for type and species specified. d. Trees designated as ball�d a�d burlapped (B&B) shal] be properly dug with firm, natural balls of soil z'etait�ing as many fibro�,is roots as�ossible, in sizes and shapes as specified in the American Standard for Nursery Stock. Balls shall be firmly wrapped witl� nansynthetic, rottable burlap and secured wit�a nails and heavy, nonsynthetic, rottable twine. The roat collar shall be apparent at surface of bal1. Trees witk� loose, broken, processed, or manufactwred root balls �will not be accepted, except with special written approval before planting. e. Where ciump is specified, furnish plant ha�ing minim�zm of three stems origiz�aiing from common hase at ground line. f. Measure trees by average calzper of trunl� as folIows: 1) Far trunks up to 4�nches or less in diameter, measure caliper 6 inches above top of root ball. 2} For trunks z�nore fhan 4 inches, measure caliper 12 inck�es above top of root ball. 3) Calip�r zneasurements a} By d�ameter tape measure CITX OP FOlt'P WORTH North Beac�� Street and Basswood Boulevard intersection Improvemcnfs 5TAN17AItD CON571iUG"I'IpN SPECIFICATION DOCiJMENTS ProjeclNumber lD[582 Revised Decembee 20, 2012 329343-4 TREES AND SH12lJBS Page 4 of 8 b) Indicated ca7ipers on Dra�uwings are minimum c) Averaging of plant caliber: not permitted g. Trees shail conform io following requirements: 1) HealiI�y 2} Vzgorous stock 3) Grown zn recognized nursery 4) k'ree of: a} Disease b) Insects c) Eggs d) Larvae e) Defects sucY► as: (1) Knots (2) Sun�scald {3) Tnjuries {4) Abrasions (5) Disfigurement (6} Borers and infestations 3. Soil Products a. Topsoil: See 32 91 19. b. 3'eat moss, mulch and fertilizer: Use material recommended by City Forester for establish�x�ent of healthy stock after replanting. A. Stakes and Guys a. Provide zninimum S-foot long steel T-stakes and 1 i�ch wide plastic tree chains. b. Where applicabie for anchorin� trees, use wood deadmen: 1} Minimum: 2-inch by 4�inc� stock 2) Minimum: 36 inches long and buried 3 feet. 3) Pravide white surveyor's plastic tape for flagging free guys. 5. Tree Wrap, 'Twine and Seal a. Wrap 1) First quaiity 2) Bituminous impregnated tape � 3) Corrugated or crepe paper, specifically znanu�actured for tree wrapping and having qualities to resist insect infestatiqn b. Twine 1} Lightly tarred, medzum-coarse sisaI (lath) yarn 2} Do not use nails or staples to fasten wrapping c. Seal: Corrimercially available tree wound dressing specifically produced far use in sealing tree cuts and wounds b. Water: clean and free af industrial wastes or other substances k�armful to the growth of the tree 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Noti�y City, prior to installation, of location where trees that have been selected for planting may be inspected. B. Plant material will be inspected for compliance with following require��enis. 1. Ge�us, species, vaxiety, size and quality CITY OF PORT WOTi1'H North Beach Street and Basswood Boulevard Tntersection Improvements STAI�fDARD CONSTRLTCTION SPECTFICATION JaOCUMBN'fS Project Numher 101582 itevised December 20, 2D12 329343-5 TR�ES AND SHRUBS Page 5 of 8 2. Size and condition of balls and root systezns, znsects, injuries and latent defects PART 3 - EXECUTYON [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAM�NATYON [NOT USED] 3.3 PREPARATION A. Ceneral 1. Schedule woxk so that planting can proceed rapidly as partions of site become available. 2. Plant trees aier �inal grades are estabiished and prior ta seeding or soddin�. 3. Wk�en planting of tr�es occurs after seedin� work, protect seeded areas and proznptly repair da�nage to seedec� areas resuiting fram tree planting operations in compliance with requirements of Section 32 92 13. 4. Layout individual trees at locations showz� on Dravaings. 5. In case of conflicts, noti fy City before proceeding with work. 6. Stake trees %r City approval. B. Preparation of Planting Saii l. Be%re i�ixing, clean topsoil of roots, plants, sod, stones, clay lumps, and other extranaous znaterials harmful or toxic to plani growth. 2. Strip and utilize 4 inch layer of top soil from existing ground. 3. Delay mixing af fertilizer when planting wi�l not follow placing of planting soil within 48 hours. 4. Incorporate amendments inio soil as part of soil preparation process prior to ftne grading, fertilizing, and plantzng. 5. Broadcast or spread amendments evenly at specified rate over planting area. 6. Thorou�;hiy incorpo�•ate amendments into top 3 or 4 i�ches of soil until amendznenis are pulverized and have become homogeneous layer of topsoil ready for planting. 3.4 1NSTALLATION A. Planting 1. Exca�ate pits, beds, or trenches wiila veriical sides and wi#h bottom of excavation raised minimum of 6 inches at center for proper drainage. 2. Provide following x�aznimuin widths: a. 15 gallon contazners ar larger, 2 feet wider than diameter of roat ball b. 1 and 5 galIon cantainers, 6 inches wider than diamet�r of root ball 3. When conditions detrimental to plant growth are encouniered, such as unsatis�actory soil, obstructions, or adverse drainage candttions, notify City before planting. 4. Delrver frees after preparations for planting have been cornpleted and plant immediately. S. When planting is delayed more th� 6 hours af�er deiivery a. Set trees and shrubs in shade. CI'I'Y OF FdRT WORTH North Beach Street and Basswood I3oulevard Intersection Imp�'ovements STANDA.RD CONSTRUCTION SP�C1P[CATION T]OCUMENTS ProjccE Number 101582 l2evised December 20, 20i2 329343-6 TR]lFS P.N[l SHRUBS Page G of S b. Protect from weather and mechanical damage. c. Keep raots rnaist by covering with muIch, burlap, or other acceptahle means of retaiz�ing moisture, and water as needed. 6. Lift plaa�ts only from the battom oithe root balls or with belts or lifting harnesses of suf�cieni width not to damage the root balls. Do not lift trees by their tru�k as a lever in pasitioning or moving the tz-ee in ihe planting area. 7. Reir►ove plastic, paper, or iibrous pois from the containerized plaz�i rnaterial. 1'uIl roots out of the root mat, and cut circling roots with a sharp knife. Loosen the poiling mediUm and shalce away from the root mat. Immediately after removing the container, install the plant such that the roots do not dry out. Pack planting mix around the exposed roots while planting. 8. Cut ropes or strings from the top of root balls and trees after pIant has been sat. Remove burlap ar cloth wrapping and any wire baskets from aro��nd top half of balls. Do nat turn under and bury portions of b�rlap at top of ball. Set balIed and burlapped trees in tY►e hofe wiih tl�e north marker facing north. 9. Set roai ball on undist«rbed soil zn center of pit or trench and plumb plant. I0. Place plan#s at level ihat, after settlement, natural relationship of plant crown with ground surface will be establis�aed. 11. When set, place additional backfi�I around base and sides af ball, and work each layer to setile backfill and eliminate voids and air packets. 12. When excavation is approximately 2/3 fi�ll, water tharoughly befare placing remainder of backfilI. 13. Repeat watering until no more water is absorbed. 14. Dish top of backfill to a11ow for �mulching. 1 S. Mulch pits, trenches and planted areas. a. All trees, shrubs and other plantings will be �nulc�ed witb �mulch prev�ously approved by th� City Forester. The mulch on trees arad shrubs shall be to the de�ths shown on the drawing. Mulch must not be placed t�vifhin 3 inches of the trunks of trees and shrubs. 16. Provide 2 to 4 inch thickness of mulch, work into top of backfill, and fix�zsh level witk� adjacent finish grades. 17. Cover entire root ball. 18. Prune a. Ylants shall not be heauily pruned at the time af planting. Pruning �s required at planting to correct defects in the tree structure, including reznoval of injured branches, double leaders, watersprouts, suckers, and interfering branches. Healthy lower branches and interior smalI twigs should not be removed except as necessaz-y io clear walks and roads. In no case should more than 1/4 oithe branching structure be removed. Retain the nor•mal shape af the plant. b. All pruning shafl be coinpleted using clean sharp toois. A}l cuts shall be cIean and smooth, with the bark intact with no rough edges or tears. c. Except in circumsCar�ces dictated by the needs of spe.ciiic pru�ning practices, tree paint shall not be used. Tl�e use of tree paint sha11 be only upon approval of tlie Ci�ty Forester. Tre� paint, �vhen required, sha11 be paint specifically form�aIated and manufactured for horticultural use. 19. Prune trees to retain required height and spread. CITY OF �'OItT WORT�I North Beach Sireet and Basswood Aoulevard Intersection Improvements STANDARD CONSTKC]C'fTON SPECICIGATION I30CiJMEiJTS Project Numbe3-101582 Revised December 20, 2012 329343-7 "1'f2EES AND S�IRUBS 1'age 7 of $ 20. Do not cui tree leaders, and reinove only i�jured and dead branches ft•om flowering trees. 21. Rez�ove and replace excessively pruned or zxzisfotmed stock resulting from inr�proper pruning. 22. Znspect iree trunks for injury, improper pruning and insect infestation and take corrective rneasures. 23. Guy and stake trees immediat�ly after planting. B. Moving Existing Trees 1. Coordinate tree moving and replanting with City Forester during doz-rnaz�t grot�vth season. 2. Provide tr�e spade of adequate size as directed by City Forester. 3.5 REFAIR/RESTORAT��N [NOT USED� 3.6 RE-�NSTALLATION �NOT USED] 3.'7 FIELD QUALITY CONTROL A. City r�nay reject unsatisfactory or defective material at anytime during progress of work. B. Re�nove rejected trees immediately from site and z-eplace with specified materials. C. Plant material not installed in accordance w�tk� these Specifications will b.e rejected. D. An inspection to determine final acceptance wilf be conducted by Ciiy at end of � 24 month maintenance perzod. E. Warranty periods pravided for in paragraph 1. l 2A. 3.8 SYSTEM STARTUP [NOT USED� 3.9 ADJU�TING [NOT USED] 3.10 CLEANING A. During planting work, keep pa�emenis clean and work area in orderly candition. B. Dispose of excess soil and waste in approved location. C. Waste Material Disposal: On-site burning of combustible clearecE materials shall not he permitted. 3.11 CLOSEOUT ACTNITIES [NOT USED] 3.12 PROT�CTION A. Pi•otect planting work and materials from damage due to plantfng operations. B. Maintain protection during installation and maintenance perEod. C. Treat, repair, or replace damaged planting work. 3.13 MAINTENANCE A. Maintenance Period shall be � 24 montk�s after �a-� job acceptance. B. During the maintenance period if a work schedule a.nd frequency are not shown on the Dra�s�vings, perform the minimum r�quiz'ements shown beIow: 1. Water trees to full depth a rninirnurr� of once each week or as required to �naintain healthy, vigorous growth. CIT 4' OF FORT W01tTH North Seach S#reet and Basswood Boulevard Intersectio�3 Improvemenis STANDAKD CONS'1'RUC'TI03V SPECIFICATIdN DOCUMF:NTS T'eoject Number I015$2 Revised December 20, 20 ] 2 , 329343-5 TILEES A]dD SHRUT3S I'age $ af S 2. Prune, culEivate, and weed as reauired for heallhy �rowih. 3. Restore plantin� saucers. 4. Ti�hten and repair stake ar�d guy supports, and reset trees and sI�rubs to proner �rades or vertical position as required. 5. Restore or replace dama�ed wrappin�s. 6. Spray as reauired to keep trees and slarubs free of insects aud disease. 7. Contractor shall renlace anv plani that does not survive. it sha1l be renlaced as soon as it is determined no lon�er a�ive. Contractor is to maintain new �larats as described above untzI �z'owth is established and maintenance period expires unless waived bv the Citv. 314 ATTACHMENTS �N�T USED1 END OF SECTION Revision Lo� DAT� NAME SUMMARY OF CHANGE ].1.A -- Payment Items removed for tree remo�al ancf transnlantation; these Items are to be perfarmed in accordance with Section 3I 1� OD. 12/20/2012 D. .iokinson 3.13.A —modifed maintenance neriod to be�in 12 months after final acceutance 3.13.B -- Modifled maintenAnce neriod requirements CI'TX OF FOIZT WORTH North Beach Strcet and Sasswnod Boulevard Intersection Imprqvements S"I'ANI]AItD CONS�1tUCT�ON S�'ECIFICATION DOCUMENTS Proiect Number 101582 Revised December 20_ 2012 33OS 14-1 AD7US1'1NG MANHOLES, INLETS, VAI,VE IIOXES, AND O`i'ETE12 S'T'RIJCTURES TOGRA]�T: Page �I of7 SECTION 33 OS 1� ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE PART 1 - GENERAL 11 SUMMARY A. Section Inc�udes: I. Vertical adjustments to manhoIes, drop inlets, valve boxes, cathodic pz'otection test stations and other miscellaneous structures to a new gxade B. Deviations fi•om this City of I'ort Wo�-th Staz�dard Specification 1. �Fe�e: 1.2.A.8.0 Added items 10, l.x, and x2 #o include the replacement of frame and cover, traffic-rated top slab, and replacemenf of exisfing appurtenances where indicated on drawings �or existir�g structr�res. C. Related Specification Seciions include, but are not necessarily limited to: 1. Division 0-- Bidding Req�irements, Contract Fortns, and Conditions of Che Co�tract 2. Division 1— General Require�nents 3. Section 32 01 17 — Permanent Asphalt paving Repair 4. Section 32 Ol 29 — Concrete Paving R�pair 5. Sec�ion 33 OS 10 — Utility Trench E�cavation, Embedment and BackfiIl 6. Section 33 OS 13 -- Frax�e, Cover and Grade Rings 7. Section 33 39 I O— Cast�in�Place Concrete ManhoIes 8. Section 33 39 20 — Precast Concrete Manholes 9. Seciion 33 12 20 — Resilient Seated {Wedge) Gate VaIve 10. Section 33 12 21— AWWA Rubber-Seated Butterfly Valv� 11. Section 33 04 11 — Corrosion Control Test Station 12. Section 33 04 12 — Magnesium Anode Cathodic �'rotection System 1.2 PR�CE AND PAYMENT PROCEDURE� A. Measurement and Payment Manhole — Minor Adjustment a. MeasuXement i) Measurement for fhis Iiem shall be per each adjustment using only grade rings or other minor adjustment devices to raise or lower a manhole to a grade as specified on ihe Drawings. b. Payment I) The work performed and t�a materials furnished in accordance with this Item wiIl b� paid for at the unit price bid per each "Manhole Adjustment, Minor" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation CITY OF FORT WORTH North Beach Sfreet and Basswood Soulevard IntersecEion Improvements STANDARll CONSTRUCTION SP�CIFICATION ]JOCUMENTS 101582 CZevised December 2Q 2012 33os1a-i AU7US7'lIVG MANHOLES, INL�TS, VALVE BOXES, ANJ7 O'I'II�'R STRUCTT JRES TOGRADE Pagc 2 of 7 3) Hauling 4) Disposal of excess material 5) Grade rings or other adjust�aent device 6) Reuse of the existing inanhola frarr�e and cover 7) Furnishing, placing and corr►pactfon of embedment and backfill 8) Concrete base material 9) Permanent asphalt patch or concrete paving repair, as required 10} CIean-up Manhole - Major Adjustment a. Measurement 1) Measuremen� iar this Item shalI be per each adjustment requiring structwral r►�odi�caiions to raise or lovver a manhole to a grade as specified on tlae Drawings. b. Payxnent 1} T�e work performed and the materials furnished in accardance with this Iteitn will be paid for at the unit price bid per each "Manhole Adjustment, Major" completed. c. The price bid shall include: 1) Pavement remaval 2) Excavation 3) Hauling 4) Disposal of excess material S) Structural modifications, grade rings or other adjustment device 6} Reuse of the exis#ing manhole fraxne and cover 7} Furnishing, placing and compaction o� embedment and backfilI 8) Concrete base maierial 9) Pern�aneni asphalt patch or concrete paving repair, as r�quired 10) Clean-up 3. Manhole - Major Adjustment with Frame and Cover a. Measurement � c. 1) Measurement for this Item shall be per each adjustment reqv.iring structural modifications to raise or lower a manhole to a grade specifi�d on the Drawings or sir�ctural modifications for a manhole requiring a new frame and cover, o�en for c�aarages ia cor�er diameter. Payment 1) The work perFormed and the materials furnished in accordance with this Itexn will be paid for at the unit price bid per each "M.anhoIe Adjustment, Majot• wl Cover" completed. The price bid shaIl include: 1) Pavemenf removal 2) Excavation 3) Hauling 4) Disposal of �xcess material 5) Structural r�odifications, grade rings or other adjustxaae�t device 6} �'rame and cover '7) Furnishing, placing and compactian of embedment and backfill 8) Cancrete base material 9) Permanent asphalt patck� or cancrete paving repair, as required 10} Clean-up CITY O�' POKT WQRTH North 8each Street and Basswood Bou[evard Intersection Improvemettls STANDARD GONSTRUCTION SPECIPICATTQIV DOCUMENTS 101582 Re�ised llecember 20, 2012 330514-1 All]7TSTING MANIIOI.�S, I�ILETS, VALVE I30XE5, A1�T7 OTHER STRUCTURI;S "I'OGI2ADE Page 3 0£7 �. Inlet a. Measure�rzaent I) Measureanenf for this Item shalI be per each adjustment requiring structural modificaiions to inlet to a grade specified on the Drawings. b. �'aymeni 1} Tk�e work performed and the materials fi�rnisk�ed in accordance withthis Ttem will be paid for at the unit p�-ice bid per each "Inlet Adjustment" completed. c. The price hid shall include: 1) Pavem�nt removal 2) Exca�ation 3) Ha.uiing 4) Disposal of excess material 5) Structural rnodifications 6} Furnishing, placing and campaction of embedment and backfill 7} Concrete base niaaterial, as required 8) Surface restoratio�, permanent asphalt patch or concreie pavizzg repair, as required 9) Cl�an-up Valve Box a. Measurement 1) Measurement for this Item shaIl be per each adjustment to a grade specified on the Drawings. b. Payment 1} The work perfo�xned and the materials furnished in accordance with this Item will be paid for at the unit price �id per each "Va�ve Box AdjustmenY' completed. c. The price bid shal] include: 1) Pa�ement removal 2) Excavation 3) Hauling 4) Disposal of e�cess material 5) Adjustment device 6) F�rnishing, placing and compaction of embedment and backfill 7} Concrete base material, as required S} Surface restoration, pe�a�ent asphaIt patch or concre#e paving r�pair, as req�ired 9) Clean-up 6. Cathodic Proiectzon `�'est Station a. Measure�ent 1) Measurement for this Item shall be per each adjust�ent to a grade specified on th� Drawings. b. Payment 1} The work performed and the materials fiurnished in accardance withthis Item will be paid for at the unit price bid per each "Cathodic Pf�oCection Test Station Adjust�ent" completed. CIT'Y OP FORT WORTH North Beach Slrect and Basswood Boulevard Intersection Improvements STANDARD CONSTRUC'I'�ON SPECIFICATION DOCUMENTS iQ�582 Revised December2fl, 2Q12 33OS14-1 ADNSTING MANIIOLES, INL�,7'S, VALVE B03�rS, AIV� OTHER STftUCTi]RES TOGRADE Yage 4 of 7 c. The price bid shall include: 1) Pavement removal 2) Excavation 3} Hauling 4) Disposal of excess material 5) Adj��siment de�vice 6) Furnishing, placing and coinpaction of embedxnent and back�ll 7} Concrete base material, as requit�ed 8) Surface restoration, permanent asphalt patc� or concrete pa�ing repair, as required 9) Clean-up Pire Hydra�at a. Measurement 1) Measurement for fhis I�em shall be per each adjustment raquiring stem extensions to meet a grade specified by the Drawings. b. Payment 1} The work performed and the materials furrazshed in accordance with tY►is Item will be paid %r at tSae unit price bid per each "Fire Hydrant Stem Extension" coznpleied. c. The price bid sY�all incIude: 1) Pave�tnent removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Adjustmeni maCerials 6} Furnishing, placing and compaction of embedment and backfili 7) Concrete base material, as required $) Suriace restoration, permanent asphalt patch or concrete pa�ing repaiz', as required 9) Clean-up MisceIlaneous Structure a. Measurement 1) Measurement for �his Item shall be per each adjushnent requiringstructural modifications to said st�-ucture to a grade specified on the Drawings. b. Payment 1) The work p�rfonr►ed and the materials fuj-t�ished in accordance wit� this Itenn wzll be paid for at the unit price bid per each "Miscellaneaus Structuue Adjustment" completed. c. The price bid shall incIude: 1) Paverr�ent removal 2) Exca�atian 3) T-Iauling 4) Disposal of excess znaterial 5) Structural �odifications 6) Furnishing, placing and compaction of embedixient and backfill 7} Concrete base material 8} Permanent asphalt patch or concrete paving repair, as required 9) Clean-up 10) Replacement hinged iramc�e and cqver 11) Replaeement traffic-rated slab 12} Replacemenf of appurtenances as indicated on drrawing CITY OF PORT WORTH North Beach Street and Basswood Boulevazd Intersection Improvements STANDARD CONSTRUCTION SYECTFICATION DOCUMe]VTS 101582 RevisecE December 20, 2012 33asia-� AD.TUSTING MANHOLE3, INLETS, VALVE BOXES, AND OTHER STRUCTI3R�5 TOGRAllE Yage 5 of 7 1.3 REFERENCES A. Definitions 1. Minor Adjus#ment a. Refers �o a smalI elevation change performed on an existing manhole where the existing frame and cover are reused. 2. Major AdjusCment a. Refers to a significant elevation change performed on an exzsti�g; manhple which requires structural madification or when a 24-inch ring is changed to a 30-inch ring. B. Reference Standards L Reference standaxds cited in this Specification refer to the current reference standard published at tk�e time of the latest revision dafe logged ai the end of this Specification, unless a date is specifically cited. 2. Texas Co�nmission on Envirornnental Quality {"I'CEQ): a. Title 30, Part T, Chapter 217, Subchapter C, Rule 217.55 -- Manholes and Related Structures. 1.4 ADMINISTRA.TIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [N4T USED] 1.6 ACT�ON SUBMYTTALS/INFORMATIONAL SUBM�TTALS [NOT USED] l .7 CLOSEOUT SUBMITTALS [NOT USED] J.8 MAYNT�NANCE MATERIAL SUSMITTALS [NOT USED] I.9 QUALITY AS�URANCE [NOT USED] 110 DELNERY, STORAGE, AND HANDLYNG [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRA.NTY [N�T US�D] PART2-PRODUCTS 2.1 OWNER-FURNYSHED [ox] OWNER-SUPPLIED PRODiTCTS [NOT US�D] 2.2 MATERTALS A. Cast-in-Alace Concrete l. See Section 03 30 04. B. Modificalions to E�isting Conerete Structures I. See Section 03 $0 00. C. Grade Rings 1. See Section 33 OS 13. D. Frame and Cover C1TY OF FORT W01tf�T North Beach Street a�d I3asswood Boalevard Inte[scction Imprpvements STANDARTI CONST12iiCTION SPECIFICATION DOCUMENTS ]01582 Revised December 20, 2012 330514-1 ADJUSTING IvIANHOLES, INLETS, VAJ.VE BpX�;$, AND OTHER STRUCTUKFS TOGRAT�E Page 6 of 7 l. See Section 33 OS 13. E. Backfill material 1. See Sectian 33 OS 10. F. Water valve box extension i. See Section 33 12 20. G. Corrosion Profection Test Staiion 1. See Section 33 04 11. H. Cast-in-Place Concrete Ma�ahoIes 1. See Section 33 39 10. I. Precast Concrete Manholes 1. See Saciion 33 39 20. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUAL�TY CONTROL [NOT U�ED] PART 3 - �XECUT��N 3.1 INSTALLER� [NOT USED] 3.2 EXAMINATYON A. Verificatian of Conditions l. Examine exist�ng siructure to be acEjusted, for damage or defects that may affect grada adjustment. a. Report issue to City far consideration before beginning adjush�aent. 3.3 PREPARATION A. Grade Verif cation 1. On �najor adjustments confirm any grade cha�ge noted on Drawings is cansistent with field measuremen�s. a. If not, coardinate with City to verify final grade before beginning adjustmeni. 3.4 ADJUSTMENT A. Manholes, Inlets, and Miscellaneous Siructures 1. On any sa�itary sewer adjust�nent replace 24-inch frame and cov�z asseznbly with 30-inch frame and cover assembly per TCEQ requirement. 2. On r�anhole major adjustments, inlets and miscellaneous structures protect the bottom using wood forms shaped to fiit so that no debris blocks the invert or the inlet or outlet piping in during adjushnents. a. Do not use any mor� tk�a� a 2-piece boitom. 3. Use the least nzunber of g��ade rir�gs necessary to meei required grade. a. For example, if a 1-foot adjustment is required, use 2 6-inch rings, nat 6 2-inch rings. CITY OF FOIZT �VORT�I North Beach Street and Basswood Boulevard Intersectiqn Improvements STANDARll CONSTRUCTTON SPECIFICA"1'ION DdCUMENTS 101582 Revised December 20, 2012 330514-1 A]aJUSTiNCy MAAlHOLES, INLETS, VALVIi BOXES, A1Vll OTHER STRUC'I'URI:S TOGRAllE Page 7 of 7 b. The ma�i��rr� heigl�t of adjustment shaII be no more than i2 inches for any coznbination of grade rings. If 12 inches is required, use 3— 4 inch rings. B. Valve Boxes 1. Utilize typical 3 piece adjustable valve box for adjusting to �r�al grade as shownon the Drawings. C. Backf�ill and Grading 1. Backfill area of excavation surrounding each adjustment i� accqrdance to Section 33 OS 10. D. Pavement Repair 1. If required pavemeni repair is to be performed in accordance with Section 32 O1 17 ar Section 32 O1 29. 3.5 REPAIR / RESTORATION [NOT USED] 3.G RE�INSTALLATION [NOT USED] 3.7 FYELD (ox] �ITE QUALITY CONTROL [NOT USED] 3.8 �YSTEM STARTUP [NOT U�ED] 3.9 ADJUSTIIVG [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSE�UT ACTIVYTY�S [NOT USED] 3.12 PROTECT�ON [NOT U��D] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] �ND OF SECT�ON Revision Log DATE NAME SUMMARY OF CHANGE 12.A — Pay item added for a major manhole adjustment which reuses the existing frame and cover and a major adjustn�ent requiring a new frame and couer; Added 12/20/2012 D. 7ohnson items to be incIuded in price bids; B�ue text added for clari�cation for miscellaneous structure adjustix�ents 3.4 -- Pavement repair requirements were added 9/20/20I7 W.1Vorwood 3.4.3 Eliminatc 24 inch requirement for maximum chisnney height adjusiment. 3.4.4.b Add requirement for maximum height of grade rings to be 12 inches or 3-4 inch rings CITY OT �'ORT WOIZl'H Nodh 13cach Street and Basswood Bo�levard Inlersection Improvements STANDARI� CONS77tCFCTION SPECIFICATIOIY DOCCJMBNTS 1015$2 Kevised December 20, 2012 APPENDIX GC-4.Q1 Availability of Lands G.C-�.02 Subsurface and Physical Conditions GC-4.04 Undet•ground Facilities Noie: Site d�cativings are included in constructiora drawings. � n n,s u� ,-,�� ��., ri�.��_co�,asr:,, „+ c;�� GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities f�(� � 7/I TT�.r..Zic..�v:rr..r..,4ti�.r. GR-01 60 00 Product Requirements CITY pF FORT WORTH North Beach Strcel and Basswood Boulevard Intersection Improvements STANDAItD CONSTRUCTION SP�CIP'ICATION T]OCUMENTS Project Tlumber I01582 Revised July i, 2D1 I GC��e�l A.vaila����ty o� �a��s CTT Y OF FORT WOR1'H Morth Beach Streef and Basswood $oulevard Intersection Im�ro�emenls S'T'ANDARp CONS't'RUCTION SPECIPICA'i'TON DOCUMFNTS Project Nu�nber 101582 Revised.�uly I, 201] ����e0� S�ubs��face ��cl Physical Co�:dxtixons C11'Y OF FbRT WOlti'TI North Beach Sircet and Sasswood Bo�tlevard Intersection Improvetttents S`�'ANDARD CONST'RCJCTI031 SPECICICA'I'ION DOCUMCNTS Project Number 101582 �Zevised 7uly 1, 2011 �C�4.0� �Jnde��round F�ci��t�es (Includ�d in cons�ruction draw�ngs) CTTY OT �OR'f WORTH North Beach Sireet and Basswood Boulevard Intersection Improvements STANDARD CONSIRUCTl03d SPBCIFICA'I'ION DOCUMENTS ProjectNumber 1p1582 Kevised 7uly 1, 201 l G�-��.�6.� 1'�[i���Yt� �nd ���e� ��ned ��u�sim�e�s lE��epppi�e ��nnpii�nce C1TY O� FORT WORTH North Seach Sfrcet and Basswood Soulevard IntersecEion [mprovements STAI�DARD CONSTRUCTION SPECIFiCATI01�! L70CUMFNTS Project IVumber 101582 12evised July 1, 20 ] 1 �C��o�'� Wage ���es CI'TY OF FORT'WORTH Nor€h Beach Street and Basswood Boulevard Interseciion Improvemenis 5`CANDAitD CONSTRUCTION SPECIFICATCOAT AOCUMENTS Project Number 101582 Rcvised duly l, 2011 GC�6o09 �Peprnli�� and �Jtxli�ies CITY OF FORT WOTZTH North Beach Street and Basswood Boulevard lntersecEion Improvements STANAARI] CONSTRi3CT[ON SPECTFICAT[ON DOCUMENTS Project Number 101582 Revisad 7u[y 1, 2011 �-1�-DA G� �� ]P�odu�� l�.equi�ern�e�rn�s CIT'Y O�^ FORT WOT2TH Narth Beach Sfreet and Basswood Bo�tlevard Intersection Improvements STAN]�ARD CONSTIZUC7�ON SPECII'ICATIO]V AOCUMrNTS Praject Number 101582 Revised 7uly l, 2011 ��040�1 A�an�abi�i�y of ]��nds CI'fY OF FORT WORT�I ]�or[h Beach Street and Sasswood 13oule�+ard Intersection Improvements STANDAI2D Cd]�ISTRUCTION SP�:CIFICATION 170CUMENT5 Project lsumher 101582 Kcvised 3uly 1, 2011 EXHIBIT "A" TEMPORARY CON�TRUCTION EASEMENT WiLLYAM W. THOMYSON SURV�Y, ABSTRACT NUM�ER 1498 LOT 2R, BLOCK A, SUMMERFIELD ADDITI4N, CYTY O�' FORT W�RTH, TARRANT COUNTY, TEXAS BEING a 0.178D acre tract of land locafied in the Williarri W. Thompson Survey, Abstract Number �.498, City of Fort Worth, Tarrant County, Texas, said 0.1780 acre tract being a portian of LOT 2R, BLdCK A, SUMM�RFIELD ADDITIDN, being an Addition to the said City and State, according to the plat thereof filed for record in lnstrument Number (Ins. No.) D214066974, PIaY Records, Tarrant County, Texas (P.R.T.C.T,j, said 0.1780 acre tract also being a portion of a tract of [ancE eor�veyed tn GAT�UIIAY CHURCH, by deed thereaf filed for record in Ins. No. D21z�.45242, Of�icial P�blic Records, Tarrant Caunty, Texas, said 0.1780 acre firact being more particularly described by the metes and bounds as follows: COMM�IVCING at the most southerly southeast lot corner of said Lpt 2R, same being the southwest loi corner of Lot 4, Block A, Summerfield Addition, being an Addition to the said City and State, according to the pEat thereof files for record in Cabinet A, Slide 4006, P.R.T.C.T., said commencing point also being an the northeast right-af-way line of Basswood Boule�ard (f�eing a�.20 feet wide public right-nf-way at this pointj, said commencing point being fVorth 69'10'32" West, 84.51 feet from an X-Cut found at a southwest lot corner of said Lot 4; 'iHENCE North 69��.3'44" WesY, along ihe snuthwest lot line af said Lot 2R and along the said northeast right-of-way line, 9.12 feet to the POIN7 OF BEGINNING, said beginning point having a Texas North Central Zone (4202) grid coordinate of �V: 7,OOz,703.24 and E: Z,339,650.62; THENCE North 69�13'44" West, along the said lot line and alang the said right-of-way line, 2.97 feet to the beginning of a curve to the left having a radius of 2,460.00 feet; THENC� along the said !ot line, along the said right-of-way line and aEong the said curve to the left, an arc length of 28.25 feet, and across a chord which l�ears North 69�33'Z9" West, a chord fength of 28.25 feet; THENCE departing the said southwest ]at line, the said northeast righfi-of-way line and over and across said Lot 2R the fo[[owing courses and distances: North 14"19'S5' East, 20.65 feeY to the beginning of a non-tangent curve ta the left ha�ing a radius of 9.54 feet; Along the said curve to the left, an arc lengt� af 13.95 feet, and across a chord which bears North 29°14'23" West, a chord length of 12J4 feet; North 7Z�01'27" West, �.0.82 feet; South 17'S8'06" West, 18.43 fEet; North 72.°a1'54" 1Nest, 134.68 feet; fVorth 17°58'46" East, 42.00 feet; � South 7Za01'S4" East, �77.73 feet to an east lot line of said Lot 2R, same �aeing the west lot line of said L.ot 4; THEIVCE South 00'�6'4�" East, along the said lot lines, 3Z.97 feet; THENCE 5outh Z0�37'40" West, departing the said {ot lines and over and across said Lot 2R, 23.Q3 feet to the POINT OF BEGINiVING. The herein aiaa�e descrit��d tract of land contains a computed area of 0.1780 acres �7,754 square feetj of {and, more or less. PARCEL 1��XHIBIT °f1" � Gateway Church � PAGE 1 of 3 Spooner & Associates, Inc., 309 Byers SVeet, Suite 100, Euless, Texas 76039 - PH. 817-6S5-S�148 - espooner@spoonersurveyors.com - S&A 19076 EXHIBIT "A" TEMPORARY CONSTRUCTIQN EASEMENT WILLTAM W. THOMPSON SURVEY, ABSTRACT NUMBER I498 T10T 2R, BLOCK A, SUMMERFIELD ADDITION, CITY OF �'ORT WORTH, TARRANT COUNTY, TEXA.S The E�earings recited herein abave are based an a local cnordinate system based on NAi783 Texas North Central Zone �kZ(l2, derived frorrt 6PS RTK observations using the Narth Texas VRS fVetwork �maintained by Allterra Central, Inc.) 1 Eric S. Spooner, a Registered Professional Land Surveyor in the State of Texas, do hereby state that the foregoing description accurately sets out the metes and hounds description of the easement tract described herein. Eric S. Spaaner, RPLS Spoo�er & Associates, lnc. Texas Registration No. 592Z TBPL.S Firm No. 1005490Q e.�p 04-37-20 e s e r �E OF T � I P �� s�eR F-1- � /� �-� � �° N� / � � ER1C 5. SPODI�lER � �� � 5s2z � � N°FEs o�� � �i ' `� � ���� P�IRCEL 1� EXHIBIT "A" � Gateway Ch�cch � PAGE 2 of 3 Spooner & Associates, Inc„ 309 Byers Street, Siute 100, Eieless, Texas 76039 - PH. 817-6&5-8445 - espoonerQspoonersurveyors.co�n - S&A 19Q76 J � � F' F ^ Z cQ.�Wzz Oi�� � ¢��� z p z r �Zaw ��QU a��a m��� -� ¢���a oz�Q �Z�,� Wo�o xo�� zwgr �a�z Om�� �ww� ���Q ��W� �w�~ m�o� xo�a E-QZz o� U �� U � � � 2 a�•E-a � � �� �/� � I� � �I � � O � � � � V� N a � � W��� ��0� ��0� � Z 0 �z _ Z � aw OZ �r � � � � �z a �� �o � U � � T Llld� � � � Ll.. � w Q ..r m vu �� � � � � C 0 � � Q U� � I= �Q�ti ro��� ���a � ��U � �7 / / I � : � � �V � �g a° h� ^ � �': � h Q .4 �. / J�•� � � ���� �� � J:�o � •�• � / �•�-�� : � B � � r � J J Q ~ '�` B �I U�� � �G� �Z I �Qo� � � 7�l` � 0 � U � � m�N� / �/ �Wo� � ��7 / i�W�� � �� / O j � �I I �I �' � ,� / j �� � !u� � ,� .� � II �/ � �� � � � � I � � ��� �� I � �� � � �, /�� � .�� ��� 1� � ,�' � � /� � � �� o � �� � � � � �� ��� � ��ao �z I � 'I � �'' f / / ,OQ � 3� � � _� � C7 N ��� � � o�� � � o�� C l� hN� �p zwz � ��� �o � � �� U �� � Q o �� `� T „ '��'` �s '"90�$��� �' a N o _ �N��r.,- � � � � � �� a� � � � �� Q � � � � 1 � ' wq �� 1 � � � ' �y, � U ' !� ~ � �_� ; �, 4 � � � � � ' �U ' l c~i� rn cQ ao v cn o � O O Op CV t'') �� N r r c+} N� ���W���u�� mo��ti-��-Q� �- � �:.. �' � N O � d' d' �' U � � (O LLJ � m p�� �� j r ��' 6l d' N I� � N� J p �� Z(A�cf�� Q r N M'd' �� Cfl 1� z J J J J J J J S � � N ti T z ao c,i V W N � J z � � � � N N o��� W�W�� � U �' c�o N � o z z H w S �-' � [� N � U ¢ W N M � a � v ❑ �`n � � N � r N � U U A N �+� ��� 1 � r �5 � �, � , � � �+o z Q y ` `` � p i <� ~ r�n � � o N j,r l . � � � vi `r' � �.1 �"� �' c� � p � ��d,�s w P�I �� � . � ��� � • tu �..I �, ,I — . _� � _� , � ' �, -�li � - �i _ �. �. .�� ����' W�� � � ilV ��� I _ '_, �'� LL -� �', 1. � rn a� �p �U �Q � X � �° � �a� W��. ��o w�o 000 oz N � � � � � � ��� �W �� �� �r �W o '� � � � � � � F� � z� z °� ���� � � � � Z��B g��H ���� ���� ����H �Z��� �°z�� ���� � � � � � ���� � H�o� � � N }�f � � � m � O M C� � t x U � � 2 U Q LLJ � Q C� 2 Q � x w 2 Q � w z 0 0 a � � } � W U T U � z W � a a } m � O 3 U ¢ X W � a m rn � _ _a � `�yF�� �a�,c�.o��" � _ � � 4 f �_ _ - � �ii'y�^�1 ��i --=�t' .�� _ . 'i r5 I' - ____ �� � � � �.'� 4 �i. ���_T _'f-_7". � �Jt;_�:.� �i_ ' }�+ 4 i . � +}��� ;�:. .,..y � 7��� 'S; �I � z, � �i � �' �� �o��� •� ' i � i �1~d i �5� � � '3?��a� �� ; � a — .� NNoa ' . �>- . . �� _ � . �.�� � ' . I = �� � � r`- ' i � � + I i } � � ' � �' . . i'. R rt � _ � 4 i �%�' i r � � • .1Y �r � � �+f' ��� '�* �. � � , � ^`-�� .� . f �- ; `'�''' , � �,- � � . �_� . . � , . , _ _ . � f, � z ,- o � aq�- � � � oQ�� } ' - -lOe..0 �ri� ' p4 WNq~ ,. ��;. :.: ti. h�O� , ytJ ���a �� , .��Z � 'R� 'r ; ' . , 4 r � x ��' �� a i U iy �' �c j�� � � � cyU a3 2?. �e F� ��!� �v o ��6K �a, � p°¢ � ��� 4 kl O ,. ZO �t�f i`` 7 y � !� �,� i� � ' m i �Z �r���� - - � o- a;X � '�J + � + , e� � � ' �, '� i�. �� � � �� ��+,��'� ��'� r�� ��; �� + ,; c, e� . �k � ' �r � � �� +ff�. t i4`�� * � ' �� h . GC-��.O� S��supf�.ce �nd� ]Physica�. ��ndi�ior�s CI'fY OF FORT WOR'1 C� North Beach Street and Basswood Boulevard Infersection Improvemcnls S'CANDARD CO1+iS"CTZUCTION SPGCIFICATION DOCUMENTS Prpject Number 1015$2 Revised 3uly I, 2fl 11 �������E 4������ ����I�������L./���4�� I� . . '��- . ��... � =} . . .��:- w };.. �.�e��l���� �:L1�� �R�� �1 ���.�� �`� �C��� l�O���� ���A� At�(� R�PC��T': D�'E9-�76 A���l- '�7! �Q�,Q FzREPARED FOR: ���1S��Sl�i'lo��i.1" �l12���53����� ���. ������� ���� PlZE5�Y4f TED BY: ,.�"��� '. � .,- — . , � � fl��1��1�� ��7�If11���., �� Geotechnica! Engineering—Conslruction Services--Construction Malerials Engineering Testing 3228 HaEi(ax Street •➢allas, TX 75247 Ph. 972.444.SB89 FX. 972.444.&843 � �������� ����������� ������ � �� ---- - - - Apr�! 17, 2Q20 � GEOTEChINICAL ENGINEERING • EiJViRONMENTAL CONSULTING � CONSTFiUCTYON MAFERIALS �NGINEEF[ING ANO TESTINCa • CONS7RUCTION ISVSP�CTION Mr. Danny Mc�'ad�len, P.E Sr, Project Manager Pape-Dawson Engineers, Inc. 6540 West Freeway, Suite 700 Fort IlVarth, Texas 76116 Phone: 8'� 7-870-3fi68 �mail: DMcFadden@pape-dawson.com Re: Geotechnicallnvestigation fntersectian lmpro�ements (Basswood Blvd. & Beach St.) For� Vilorth, Texas AGG Repart No: DE� 9-476 Dear Mr. McFadden, Please find �nclosed our report summarizing the rEsults of #he geotechnical investigation per€ormed at the aborr� refiere�ced project. V11e irust the recommendations derivecE from this in�esfigation will provid� you vvith the information necessary to complete your proposed praject succ�ssfu�ly. �or your future cor�struction rnaterials testing and related quality control requirements, it is recorr�mended that the work be performed by Alliance Geatechnical Group in order to maintain cor�tinuity o€ inspection an�f testi�g sarvices for the project under the direction of the Geotechnical Project Engineer. We �hank you for the opportur�ity to provide you with aur prafessiart�l ser►rices. lf w� can be of further assistance, pl�ase do not hesitaie to contack us. Sincerely, ALLIA E EOT�CHIVlGi . �C:�� on �P.E.. ''�,�r', �� �� Project Engineer '� �_..._ �� F�.� ��n��i o. R�i�nd, �.E: Vic� Presidenk �,.. r � �-t � �� �Mi�� �allas - Fe, Wortl� • Frisco • Dayton • Longvicw • Huntsville 3228 Halifax Street • Dallas, Texas 75247 Te1:972-44h-8884 • �ax:972-444-8893 • www.aggengr.com � �'. . i�4��� ��' CON��f�TS 1.0 2.Q 3.0 4.0 � .� � :� .� 11 iNTRODUCTION........................................................................................... 1.1 PROJECT DESCRIPTION ................................................................. '[.2 PURPOSE AND SCOPE .................................................................... �IELD INVESTIGATION ................................................................................ LABORATORYTESTING .............................................................................. SIT� AND SUBSURFACE CONDITIONS ...................................................... 4.1 G�NERAL SITE CONDITIONS .......................................................... 4.2 SEJBSURFACE CONDITIONS ........................................................... 4.3 SIT� GEOLOGY ................................................................................ 4.� GROUNDWATER CONDI`fIONS ....................................................... ANALYSIS AND RECOMMENDATIONS ....................................................... 5.1 SOIL MOVEMENTS ........................................................................... 5.2 OPTIONAL SITE MODI�'ICATION TO REDUCE SOIL MOVEMENTS �.3 PROOFRODLING AND FlLL PLAC�MENT ....................................... 5.4 EXISTING �ILL SOILS ....................................................................... PAVEMENT S�CTION RECOMMENDATIONS ............................................ 6.1 SUBGRADE PREPARATION - CRUSHED CONCR�TE BASE ......... 6.2 RECOMPAC7ED PAVEMENT SUBGRAD� ...................................... 6.3 PAVEMENT CONSIDERATIONS ...................................................... 6.�4 SITE GRADING AND DRAINAGE ...................................................... 6.5 TREE �FFECTS ................................................................................ BELL�D PI�R F�UNDATION SYSTEM ........................................................ 7,1 DRILLED SHA�7 SOIL INDUCE UPLIFT LOADS .............................. 7.2 LATERAL RESISTANCE ................................................................... 7.3 DRIL.LED SHAFT CONSTRUCTIDN CONSIDERATIONS ................. 7.4 P1ER CAPS ........................................................................................ TREEEFFECTS ............................................................................................ FIELD SUPERVISION AND CONSTRUCTION T�STING ............................. L1MiTAT[�NS ................................................................................................ PAC� ........1 ........1 ........1 ....,...1 ........2 ........2 ........2 .........3 ........3 ........3 ........3 ........3 ........5 ........5 ........6 ........6 ........8 ........8 ........8 ........9 ....,...9 ........9 .......'f 0 .......11 .......'I 9 .......12 .......12 .......13 .......13 ALLIANCE G�OTECHNICAL GROUP, INC DE'19-4i6 ������� PL.AN OF' BORINGS L,Q�S OF BORINGS LEGEND - KEY TO LOG TERMS & SYMBOLS SWELL RESULTS 2 th ru 8 .� 10 ALLIANCE G�OTECHN[CAL GROUP, IAIC D�99-4Y6 GEOT�CHNICAL INV�ST[GATIOIV fNT�RSECTlON IMPROVE�IIENTS BASSWOOn BOULEVARD AND BEACH STREET ��RT WORTH, TEXAS 9.0 INTRODUCTION 'i .1 PROJECT DESCRIPTION The project consists o# adding new left iurn lanes ai the infersection of Basswood Boulevard a�d N Beach Street in �ort Workh, Texas. In addition, new signa� poles, ADA-pedestrian activa�fon poles and sidewalks are proposed as part ofi the new impro�ements. We understood that �he new signal poles wi[I be supported by shal[ow straight shaft piers. 1.2 PURPOSE AiV� SCOPE The purposes af this geotechnical in�estigation were to: 1} explore the subsurface conditions at the site, 2) pro�ide boring logs that pr�sent subsurface conditions encountered including wat�r le�el observations and laboratory test results, 3) pro�ide comments on the presence and effect of expansive soils on the subj�cted roadways, �) provide pavement subgrade preparation and pa�ement section recorrzmendafions, and 5} pra�ide foundafion recommendations for th� new sfructure poles. This r�port was prepared in general accordance with AGG Proposal Na. P'[9-'[209�r� dated January 23, 2020. 2.0 FIELD 1NVESTIGATION The fielci investigation consisfed of drilling a total of se�en (7) fest borings. T�r�e (3) structural borings (B-1 thru B-3) fior the praposed new signa! poles were drillec� to depths of 25 feet below existing grade. The remaining four (4) pav�ment borings were drilled within t�e �icinity of propos�d new left furn lanes and wer� advanced ta d�pths of 10 feet below existing grade. AGG had ariginally proposed to drill a 4fh structural boring (Boring B-4}. However, we were unabl� to drill this bori�g due to encountering �arious utilify lines withir� th�s subject area. A truck-mou�ted drilling rig was used to ad�ance these test borings and to obtain samples for laboratory evaluatEon. The borings were located at the approximate locations shown on the Plan of Borings (Figure 1). Undisturbed samples of t�e sails were obtained at in�ermittenf intervals with standard, thin- walled, searnless tube samplers. These samples were extrudecf in the field, logged, sealed, ALL[ANCE GEOTECHiVICAL GROUP D�99-476 P,4G� '[ and packag�:d to protecf fihem fram disturbance and maintain their in-situ moisture content during transportation fio our laboratory. The refative densit[es ofi the subsurFace soils were also er�aluated by the Standarc{ Penetration Tesf in conjuncfian w�th split spoon sampEing. The Standard Penetration Tesfs involves dr[�ing a standarci 2 ir�ch diameter sampler a total of 18 incl�es and recording the blow counts and ciriving distances for each 6 inch or &0 blow increment. The first 6 inch driue is for seating purposes. The resuits of the Standard penetra#�on Tests are recorded ai the respecti�e testing depths on the Lags of Borings. The results of the boring program are presenfied on the Logs of Borings {Figur� 2 thru Figure 8). A key to the descriptive terms and symbols used on ihe logs �s presented on Figure 9. 3.0 LABORATORY TESTING The laboratory tests wer� performed on repres�ntati�e samples of the soil to aid in classification of the soil materials. These tesfis included Afterberg limits tests, percen� passing #2.a0 sie�e, moisture confent tests and dry unii weight cEeterminations. Hand penetrome�er tests were performed on the soil samples ia pro�ide indicat�ons of ihe swell potenfial and the four�dation bearing properties of the subsurFace strata. Unconfined compressi�e strengfh tests were perFormed on selecfied soil samp[es to pro�ide foundation bearing proper#ies. The results a� these tests are presented on the L,ags of Borings (Figure 2 thru Figure 8). To pravid� additional information a�out ihe swell characteristics of these soils a� th�ir in-situ moisture conditions, absorption swell tests were performed on selected sarnples of the clay sails {Figure 10). �4.0 SITE AND SUBSUR�ACE CONDITIOWS 4.'� G�NERAL SITE COND[Ti4NS The project alignment is along Basswood Bl�d and N Beach Street in Fort WorEh, Texas. The alignment is refafE�ely flaf. The proposed new left hand turn lanes arc currently covered with grass. See Plan of Borings {Figure 1) for si�e configuration, locations and aerial �iews. Several mec�ium size trees w�re prasence on tf�e existing medians. ALLIAi�10E GEOTECHft11CAL. GROUP ut�y=4rb PAGE � 4.2 SUBSURFACE CONDITIONS Subsurfac� conditions encounter�d in the borings, incEuding descriptions of the �ariaus strata and their depths and t�ickness, are presented on the Logs of Borings. Note that depth on all borings refers to the d�pth from the exisf�ng grade or grvund surtace present at the time of the inrrestigation. Boundaries between 'the �arious soil types are appraximate. 4.3 SI7E GEOLOGY As shown on fihe Geoloqic _Aflas of 7exas, the site is facated in an area underlain by the Pawpaw �'ormation, We�o Limestone and Denton Clay undivid�d. Tha Pawpaw formation typically car�sists of claystone, mudstone, anci sandsfone. The Weno Limestone typica[ly consists of limestone with alternating clay lay�rs. The D�nton Clay typically consists of alternating layers-of clay, marl and Iimestone. 4.4� GROUNDWATER CONDITIOIVS The borings were ad�anced using confiinuo�s flight auger methods. Ad�ancement of the borings using these methods allows observation of the initial zones of seepage. Ground wate�' was not encountered at majority ofi the test borings. Howe�er, �roundwater was encouniered at a depth of 21 feet wit�in ihe deeper fest boring (B-'E) during cfrilling. The borings were immediately backfilled and patched at completion of drilling. Therefore, delayed water level readings were unable to be obtained. Shallaw groundwat�r le�els shou[d be anficipated in all areas during and after pariods of wet weafiher. It is not possible to accurately predict the magnitude of subsurface wat�r ffucfuations that might occur based upon sY�art-term observations. The subsurface water conditions are subject to change with �aria�ions in climafic conditions and are functions of subsurface soil conditions and rainfiall. �.0 ANALYSIS Ai!!D RECOfi�NiENDATIONS �.'1 SOEL flII�VEiVYENTS The subsurface �xploration re�ealed the presenc� of deep highly expansi�e day and marly clay soils of o�er 20+ feat. These day soils wi�l ha�e a maderate ta high shrinklswelf patent�al depending upon the soil moisture condition at th� time of construcf�on. ALLIAIVCE GEOTECHNICAL GROUP ���y"`�r�' PAGE 3 Potential soil swe[I moverr�ent ca[culatians were perforrned using swe[I test results, pock�t penetrometer readings, and rnoisture content tests fo estirnate the swell potentEai of the soil. The poten#ial soi! swel] moWernents are se�arafed into "active zone" swe11 and "deep seated" swell. The assumed "acti�e zone" sweU values are u�ward soil movements �hat could occur c�ue ta seasonal mo�sture changes and soil swelling within a typica[ ten {10) foot deep active zone. The "acti�e zone" soi] swelE values based upan the current grades and a�erage moisf�re conditians are on the order of 3 to 4 inches (outside af tree influenced areas). in tree influenced areas, the clay soils are in a dry condition anef �ery expar�si�e due to tree raot moisfure absorp��on (desiccation). The patential "Ac#ive zone" wi#hin tree influ�nced areas are in excess of 8+ inch�s In addition to the "acti�e zone" sail swell, the pofiential for large addifEona[ "c{eep-s�ated" swe�l �xists at this site. The deep-seated swell values are additional upward soil mouements that could occur due to moisiure changes and soil swel[ing below a typical ten (10} fioot deep "acti�e-zone". Deep-seated swell could occur due to groundwater flucivatians or free water sources such as ponding water condit�ons, percolation of water in Eandscaped areas, lea[cing spri�kler lin�:s andlor leaking utility fines that are not detecfied and repaired in an �xpeciien# manner. The poteniial deep seated soil swell is �stimafed to i�e on the order of 1 to 2 inc�es autside of tree influenced ar�as and in excess of 3-�- inches within tree influe�ced areas. f�ofie 1: There is a poten�ial for very large differential so�l swell hea�e beiween tree influenced areas and non-tree influenced areas. If the tre�s are to be r�moved (or if t�ey die due to consiruction act�vities or for any other reason in th� future) large diff�rential pa�ement mo�ements would occur. Site preparation worK would ha�e to be p�rformed if any tree is remo�ed or iCilled during construction in order �o lawer �he potential differential pa�emenfi mo�ements. [f trees are to be remo�ed and i� is desired for the pot�ntial soil swell movements to be reduced, Alliance Geotec�nical Group should be confiacted to provid� o�er-exca�ation and moisture condition�ng recommendations in order to reduce the mo�ements to acceptable le�els. Note 2: lf the exisi�ng trees near the roadway remain, differential pa�ement settlements caused by ground shrinkage associated with moisture absarp�ion by the rooi systems wilE cor�tinue as the trees cont�nue to matur�. An aborisfi shou[d be consulted for r�commendations related to root barriers. 5ee Section 6.5 for tree effects. Nofe 3; There is a potcntial for differenf�al soil swe[I movements b�finreen existing paved areas anci proposed n�w pa�ements in current non�pa�ed areas. ALLIANCE GEOT�CHNICAL GROUP �� ��"`��n PAG� 4 ]t is imperati�e that al9 cracKs and joints in f�e pavemenf be sealed ar�d maintained by routine sealfng in order to minimize differential pa�ement deflections caused by soil swelling. It is also imperati�e that posi#��e drainage be provided along th� paWement edges to pre�ent ponding near the curi� lines. .�i,$ OPTIOiVAL SITE MODI�ICATION TO R�DUC� SOIL IViOV��IIEiVTS As rnentioned above, difFerential upward pavemenf mov�ments could occur at this site due to soil swelling. If th�s magnitude af difFerential pavement mo�ement is not acceptable, site preparation work wi[I ha�e to h� perFormed (especial[y where deeper day soils are present within tree influenced areas) in order to Eower the pofiential differential mo�emenfis to acceptable levels in areas sensitive to differential mo�ements. If it is requir�d for the differential soil swell mo�em�ni for the proposed new pa��ments to be reduced, moisture condifioning wi[I be requ�red. Moisture canditioning can b� accomplished by excavation and moisture conditioning of the in-situ soils in compacted lifts. An Alliance Geatechnical Group Engineer should be con#acted for site preparation work recommendations in order to reduc� the so�l swell mo�em�nts to acceptable le�els if it is desired to r�duce differential upward pavement movements. 5.3 PROOFRDOLING AND �IL,L PLACEflIIENT Prior to placing any required fill, the exposed subgrade should be proofrolled. Proofrolling can generally be accomplished using a hea�y (25 tan or greater tofal weigY�t) pneumatic tired roller ma[cing se�eral passes a�er the areas. The proofrolling operations should be performed under the ciirection of a qualified Geotechnical �ngi�eer. Wh�re soft of compressible zones are encour�tered, these areas should be remoued ta a firm subgrade. Any resulfin� Woid areas should be backfilled to finished subgrade in 8 inch compact�d lifts as specified below. After com�letion of proofrolling, the ground surface should fhen be scarified to a depth of 8 inches and recampacted to leve[s specified below prior to placement of addifiiona[ fill. We recommend fhafi fill be placed in 8 inch horizontal lifts. Clay fill materials should be pfaced in 8 inch loose lifts and compacted to a minimum of 98 percent af th� maximum ciensity as deterrnined by ASTM D 698. The clay soils should be compacted a# -1 % to +2% of its optimUm moisture content. ALLIANCE GEO7ECHN[CAL GROUP ut�y"�rb PAGE � 5.4 EXISTING FILL SOfLS Existing fill soils were present in the test borings to depfhs ranging from 1 to `[0�- f�et E�elow tha existing ground surface. T�e fil] soils cansist primarily of cEay soils. If these existing fill soils were placed in a controflec{ manner with engin�ering supervision, then s�tt�ement 1 consolidation of t�ese fill soi[s should be anticipated to range from 0.5°10 fo 1% of the fil! height. However, if the existing fill soils were placed ir� an uncontrolled manner without engineering supervision and without proper moisture I compaction �erificaiian of each fill lift, excessi�e setfiements 1 cor�solidation should be anticipated for pavements and flatwork. We recommend that the exisf�ng fill soils be tested for compaction. In order to pro�id� adequate pauem�nt su�apor�, we recomm�nd tha� th� exis�ing fill soils be tesfied for compaction to a minirnum depth of 4 f�et below fina[ pa�eme�t subgrade. If compaction le�els are Isss than 95 percent, exca�ation of the existing fill soi[s will need to be perFormed to a minim�m depih of 4 feef below ihe bottom of pa�ement io provide the minirr�urn pa�ement support required fior design. Pa�ement settlsments could still occur where deeper non-compact fili is pr�sent (if any}. If it is desir�d to minimize settlemenf in pavement areas sensifiive to settlements, all non-compacfi fill should be rema�ecE and re�alaced in thin compacted lifts. 6.0 PAVEIV�ENT SECTIOIV RECOti11MEIVDATiONS The paWement section recommer�dations pro�[c�ed below were designed based upon AASHTO Guide for D�sign of Pa�ement Structures using WinPAS 12 computer program and based upon ciesign ESAL of 9,844,021. The traffic data used for design was based an traffic count pro�ided by Pape-Dawson Engineers. A surnmary of the inputs are pro�ided below: Design L.ife: Design ESAL 18-kip: Initial Serviceability: Terminal Serviceability: Modulus of Rupture: ��asficity Modulus; �ffective k��alue: Reliability Le��l: Standard ���iation: Load Transfier J: Drainage CoefFicient: 25 Years 9, $44, 021 4.5Q 2.50 588 psi (4,0�0 psi concrete} 3,932,OOd psi 200 psilin - crushed stone flexbase 50 psilin — r�compacted subgrade 90°/a 0.39 2.70 {adequate edge support) 1.0 AL.LLAf!!C� GEOTECHIVICA� CROUP u��y-��b PAGE 6 ADT = 6,877 (Left Turn l..ane — 2019 Data — Pro�icfed by Pape�Dawson Engineers) Hea�y Truck Traffic = 205 Trucks (3.0%) {LJsed WB�Sa to model: �2k Single -�3�k Automobile TrafFic Traffic Growfih Tandern - 34k Ta�dem} = 6,612 Automob�les (Used 2k Single � 2k Single to mode[) = 2 °10 PORTLAND CEMENT CONC.RETE SECTION 10.0 inches Porfland Cement Cor�creie (4,000 psi Concrete} * $ inches Crushed Ston� �'Isxbase OR 11.0 inches Portland Cement Concrete (4,000 psi Concreie) * 8 inches R�compacted Subgrade RECOMIfiflEfVDED PAVEIViENT SECi'IOR�S Basswood Blvd and Beach Rd {Left Turrr Lanes) NOTE 1: The above pa�emenf designs are based upan adequate pa��ment edge support being pro�ided. If adequate pavemenf edge support is not pro�ided, the aborre pavement thicknesses should be increased by one (1} inch. The concrete should ha�� a minimum 28 day compressi�e strength of 4,000 psi (4,500 psi for hand finish) a�d a minimum 28 day ffexural strength of 588 psi. Concrete quality will be importanf in order to produce the d�sired #lexural strengih and long term durability. We recommend that the concrete have 5% enfrained air plus or minus �°/o. The concrete should [�� placed at a slump of �4 inches plus or minus 1 inch for hanci pours and a s[ump of 2 inches plus or minus '[ inch for machine finish pours. Proper joint placement and design is cr�tical to parremenf perFormance. Load trar�sf�r at all jainfis and maintenance of watertight joints should be provided. Control joints shouEd be sawed as soon as possible aft�r placing concrete and before shrinkage cracks occur. All joints induding sawed joints should be properly cl�aned and s�aled as soon as possble to a�oid infiltration af water. �ur preWious experi�nce indicafes that joint spacing on 12 fio 15 foot centers ha�e generaEly performed safisfactorily. It is our recommendation that the cancrete pa�emenfi be reinfarced with a minimum of No. 4 bars placed on chairs on approximafely 18—inch centers in eacf� direction. ALL�ANCE GEOT�CHIVICAL GROUP u���'4r�' 1�,4GE 7 6,1 SUBGRADE PR�PARA7lON - CRUSHED CONCRET� BASE Eight (8} inches of crushed "chico" ston� flex base could be used for subgrade stabilization. The fiex base should be compacted at optimum to +2% above optimum to a minirnum of 95% Modified Procfor density (ASTM D1557}. The base materials should comply wi#i� TxDOT Item 247, Type A, Grade 1. AfEer proofrolling, the upper eight (8) inches of par�emen� subgrade shauld be scarified and compacted prior fo placing fiex base. The upper eight (S} inches of the subgrad� clay soils shouid be compacted at -1 % to �2% of optimum moisture to a minimum of 98°/a Standard Proctor density (ASTM D 698). if a rain e�ent occurs prior to pfacing the flex base, the subgrade should be aerated and re-tested prior to flex base placement, 6.2 RECOfV1PACTED PAVElU1EN7 SU�C�RADE In lieu of using flex base, the concreie pavemenf thickness shou[d be increas�d by 1 inch and plac�d direc�fy on compacted subgrade soils. The upper 8 inch�s of subgrade soil should be campacted at -1% io +2% of optimum moisture to a minimum of 98% Standard Procior density (ASTM D 698}. Prior to placing fill and subgrade compaction, the subgrade should be proofrolled. Proofrolling shou[d be performed in accordance wifih Section 5.3 of this repart. Only on-site soil (comparable to the uncEerlying subgrade soil) should be used ior fine grading the pavem�nt areas. Af�er fine grading, the subgracie should again be waterec{ if needeci and re-compacted in order to re-achie�e the moisture and ciensity ie��ls discussed abo�e a�d p�ou�de a tight non-yielding subgrade. Sand should not be allowed for use in fine grading the pa�ement areas. Sand should be specifically prohibited beneath pavemen� areas during final grading since these more parous soils can al[ow water in flow, resulting in heave and strength Ioss of subgrade soils. The subgrade moisture content and density musf be maintain�d unfil pa�ing is complet�d. The subgrade should b� watered j�st prior to pa�ing to assure concrete placement over a moist subgrade. [f a rain e�ant occurs priar to pa�ing, the subgrar�� should be aerated and re- tested prior io paving. 6.3 PAVEIIRENT CONSfDERAT[ONS A!I joints and pa�ements should b� inspected at regular inter�als to ensure proper performa�ce and fo pre�ent crack pro�agation. The soils a# the site are acti�e and differential hea�e within th� paving ar�as will occur. See Secfiion 5.1 of fhis report. The ser�ice lif�; of pauing may be reduced due to water infiltration info subgrade soils through ALLIANCE GEOTECHNICAL GROUP ���y'`��a PAGE 8 heave induced cracKs in the paving sectian. This wilE result in softening and Eoss af strengt� of the subgracEe soils. A regu[ar maintenance program to seal paving cracks will he[p prolong the ser�ice lif� of the paving. The life of t}�e pa�ement can be increased with proper drainage. Areas should be graded to pr��ent ponding adjacen# to curbs or pa��ment edges. Granu[ar backfill materials, which could hold water behind the curb, should not be perrrtitted. Compacted clay soils s�ould be used behind the curb. Flat pav�ment grad�s should be avoided. 6.4 SlTE GRADING AND DRAINACE All grading should pravide positi�e drainage away from the proposed roadways and should prevent water from collecting or discharging near the pauements. Water must nof be permitted to pond adjacent fio or near the pa�ements during or after construction. Ofherwis�, differential upward soil swell mo�ements will be exacerbated. Joints in the concrefe pa�emen�s should be sealed to prevent the infiltraiion of water. Since post canstruction mov�ment of pa�ement may occur, joints shou�d be p�riodically inspectecE and resealed alo�g with pavement cracks that will occur. 6.5 TREE EFFEC7'S The roats of mature trees can absorb large amaunts of moisture from fhe supporting soils to depths of o�er 15 feet. The lateral limits of treE root influence extend at least � feet beyond the unpruned drip line {and to much greater distances when the ground beneath the drip lines is paved andlor if multiple tre�s are pres�nt in the area). To reduce futur� settlement after reconstruction, root barr�ers andlor irrigat�d tree wells cvuld be considered for any existir�g tree or any proposed new trees to be planted. An arborist or landscape architecf should be contacted regarding the required depth of the roat barrier and wh�ther or not fhis is a viable solution. 7.0 BELLED PIER FOUN�ATION SYSTEIV� Belled pie�s should be used tv suppor� fhe proposed pale structures. The belled piers should be founde� at a depth of 15 f�et below existing graund surface on stiff to hard marly clay soils. The recommended allowable bearing capacity for the belled piers founded in stiff to ALLIANCE GEO7ECHNICAL GROUP Uk'ly-4!b PAG� 9 hard marly clay soils is 5,000 psf. This �alue contains a factor-of safety of o�er 3.0 based on the results ofi geotechnical borings. A belE to shaft ratio between 2.5: 1 and 2.75: '[ shauld be used. Larger bells ha�ing a b�ll to shafE ratio larger than 2.75 ta 1 are not recommended afi this site in orcier to r�duce the risk of caving of the �nder-reams due to t�� "blocky" and jointed condition of t�e marly c[ay soils. We recom�nend that a minimurn shaf� diameter of 18 inch be used. Note� 1: Belling in the hard ma�ly c�ay soifs will be time consuming. The use of pro�erly equipped r�;amers wifh fresh sharp cutting teeth will be req�ired for maximum productian. Note 2: [t should be specified fhat th� befling tool be at least 1 inch smaller than the drilled shaft diam�ter to minimize sloughing along the drilled shaft as the belfing tool �s used. Note 3: The deptl� to botEom of the compl�ted E�el�ed pier should be equal io or slig�tly deeper than the depth of shaft prior to belling to �erify that there is no sloughing build-up at the bottom af the bellec� pier. Note 4: A bell checker shouid be used to �erify i�at proper bell sizes are being achie�ed and to �erify #�at the bell bottoms are clean of cuttings. Th� bell checker should also be used just prior to ins�alling the reinforcing steel and con crete, IVote 5: Ifi upward soil rr�o�emenfs di the foundations and pole are accepfable, consideration could b� gi�en to using sfraighfi shaft piers. �'.'[ DRILLED SHAFT SOIL INDUCE UPLI�7 LOADS All piers will be subject to uplift Ivads as a result of swell�ng within the o�erlying days. The underreamed shafts shou[d ha�e a minirnum base to shaft dia�neter ratio of 2.5 to 1.0 to pro�ide anchorage and to minimize the pofential soil swell uplift (heav�) of the belled piers. The piers should ha�e sufficient contir�uous rrertical reinforcing stee[ extending to the bottom of the piers to resist the computed net uplift loads (uplift {ess dead load). The magnituda af the uplif# loads varies with the shaft diameier, soil parameters, free water sources, and the depth of the acfiive c[ays acting on the shaft. The up[ift pressures can b� approxima�ed at this site by assu�ing a unifarm uplift pressure of 2,500 �ounds p�r square foot acting vn fhe shaft parimeter for a depth of 12 feet. ALLIAR�CE GE07ECH1VICAL GROUP uc i�-yrr o PA�� 10 T.2 LATERAL RESISTANCE The piers may be designed for the following allowable latera] resistance �a[ues. 0 to 5 feet below ground or top of pier, Neglected whiche�er is greater Belaw 5 feet 150 psf per #oot of d�:pth (increasing lineariy). A maximum allowable pressure soil resistance �alue of 1,2�D psf is recammended. These allowable lateral ear�h �ressures include a factor of safety of 2.0 i.3 DRILLED SHAFT CONSTRUCTION CONSlDERA710NS Groundwater was not encountered wiihin majority of t�st borings during drilling. However, shallow groundwater could b� encountered during drilling es�ecially during wet weafher periads. If minor wat�r seepage is occurring ancE no caving, the pier steel and concrete sho�ld be placed immediately aft�r belling. If excessive groundwater infiltration andlor ca�ing is encountered in any area, AGG should be contacfed immediate[y for recommendatians. Concret� used for #he shafts should ha�e a slump of 4 to 6 inches and placed in a manner to a�aid striking the reinforcing steel and walls of the shaft during placement. Complete installation of individual piers shou[d be accomp[ished within a�-hour period in order to help minimize deterioration of bearing surfaces and to minimiza ca�ing of the be[Is. The drilling of indi�idual shafts shou�d b� excavatec[ in a confinuous operafion and concrete placed as soon as practical after belling. No shaft shoulci be laft o�en for more than 4 hours. Bell�d piers shouid be concreted as soon as passible after belling (within 2 hours) in order to reduce the risk for water s�e�age andlor ca�ing. We recommend thafi Alliance Geofiechnical Group be retained to obser�e and document the drilled �ier construction. The engineer, or his repr�sentati�e, should documer�t the shaft diameter, unde�'ream diamater, depth, cleanliness, plumbness of the shaft, and the type of �earing material. Significant de�iations from th� spec�fied ar anticipated conditions shoulc[ be reported to the owner's representative and to the Structural Engineer. The drilled pier exca�ation shauld be observ�d to verify fh� i�attom of the hole is dry and thoroughly cleaned of cuttings after campletion and prior to concret� placement. ALL[ANCE GEOTECHN.ICAL CRDUP DE19-476 P,4GE 'I'! Nate 1: A bel[ ch�cker should be used ta r��rify that prap�r bell sizes are being ach�eved and to verify ti�at the bell 4ottoms are clea� of cuttings. Note 2: "Mushrooming" should not be allowed around the top of piers, pi�:r caps andlor grade beams. Note 3: Isolation jaints should be pro�ided between the strucfures (signal po�es, ADA- pedestrian pole, �tc.) and adjacent concrete pa�ement fo ailow the pa�ement to freely r�ove upward as soil swelling occurs. Piers at this site wil! be subjected to differential mo�ements caused by post-construction settlement and caused by post-cansfruction shrinklswell movemer�ts. These foundatior�s should be subject to settlem�nts of about one inch. Differential shrinklswel[ mo�em�nts could b� on fhe arder of one-haif inch. The belled piers would b� subject to about one inch of upward hea�e due to soil swelling. Much larger upward heave could occur for straight shaft piers. 7.4 PIER CAPS Any pier caps or other structura[ elemen#s supported by pi�rs shouEd be constructed o��r a �oid space. A minimum �oid spac� of 16 inches should be pro�ided between the boftom of these members and the subgrade. Sfructural card board forms are acceptable m�;ans of pro�iding this �oid beneath fhe members. Care must be exercised during concrete placernent to a�oid collapsing the cardboard �oid boxes. The cardboard carton forms shouEd not be allawed to becorrz� wet or crush�d prior to concrete placement. The ext�rior poriions along the sfr�ctures shou[d be carefully backfil[ed wifh on--site clayey soils. The backfil[ soils shauld be placed at moisture contents between optimum and �3 percentage points we# of optimum. The fill should be compacfed to 95 �ercent of maximum dry density as determined in accordance with ASTM D698 (Standard Proctor). 8.0 TRE� E�FECTS li should be recognized that pavements, flaf rrvork and structures suppar�ed by belled piers wi{I be subject to long term settlement due to ground shrinkage caused by moisture absorption of tree root systems. To minimize long term seftlements, trees and deep rooted shrubs should not be p[anted within 35 fee# of these sfructures and sensiti�e pa�emenf and fla�wark areas to minimize settlemertts caused by groUnd shrinkage associated with A�.LIANCE G�OTECHNICAL� GROUP DE19-476 PAGE '1 � moisture absorpiion af the �ree root systems. Also, the area ben�ath the un-pruned �nature tree drip lines and to lir�its of at leasfi 90 feet b�;yond the drip line should nat be pa�ed. The area �eneath the drip line should be landscaped and irrigated. Otherwise, an arborist should be contacted regarding the �nstallation, effectirreness, and use of root barriers and irrigated tree wells to minimize fiuture slab-on-grade foundation and flatwork settlements due to ground shrinkage caused by tr�e root a�sorp'tion. 9.Q �[EL.D SUF'ERVISION AND CONSTRUCTIDN TESTING Field density and moisture content determinations should be macie on each lift of fill with a minimum of 1 fiest per IifE per 100 linear feet for the roadway and a minimum of � test per lift per 15Q finear feef for trench backfill. Supervision by the field technician and fhe project engine�r is required. Some adjustments in the test frequencies may be r�quired bas�:d upor� th� general fill types and soii cond�t[ons at the fiime of fill placement. Many problerns can be a�oided or sol�ed in the field if proper inspecfion and testing services are pro�ided. It is recommended that site preparation, concrete plac�ment, and fill compaction be monitored by a qua{ified engineering technician. De�sity iests should be �erformed to �erify compaction and moisture content af any earthwork. Inspection should be perfarmed prior ta and during concre�e placament opera�ians. AGG employs a group of experienced well-trained and certified engineering technicians to perform inspection and canstruction rnateriais testing who would be pl�ased ia assisf you or� this praject. 10.0 �1MITATIORIS The professional se�vices, which ha�e been p�rforme�, the fndings obfained, and the recommer�dations prepared were accomp�ished in accordance with currenfily accepted geotachnical engineering principles and practices. The possibility always exisfs that the subsur�ace conditions at the site may vary somewhat from those encountered in the test borings. The number ar�d spacing of �esf barings were chosen in such a manner as to decrease fihe possibility of undisco�ered abnormalities, whil�: considering the nature of loading, size, and cost of the project. ]f there are any unusual conditions differEng significantly from thos� described herein, Alliance Geotechnica! Group should be notifi�d to review �he effects on the performance of. the recommended foundation system. The recommendations gi�en in this report were prepared exclusively for the use af client and their client and consul�ants. The informatian supplied h�rein is applicable only for the ALLIAhICE GEOT�CHNICAL C9ROUP uC'i�-�rti PAGE 13 design of ti�e pr�viousiy describec! de�elo�ment to be constructed at locations indicated at this site and should not be used for any �ther structures, locations, or for any other purpose. We will retain the samp�es acquired fior this projecf for a period of 30 days subsequent to the submittal ciate prinfi�d on the final repar�. After ti�is perrod, the samples will be discarded unless otherwise notified by the owner in writing. ALLIANC� GEO�ECHNICAL GROUP DE99-476 P,4�E '[4 Fi����� ALLIANCE G�07'ECHNICAE. GROUP �E79-�76 — +=._r— Y� e r , —'-� -4 - - � �.._ _i�� —' �— ' �„ �� w � � r�, q� � ,;,�A �,'' ,fi�� Le�e�id �� * � � r � r + , _ _ •��;'•��,� ,+� �; � &4 ���bandoned) P � + . �� Y„ ,i�� � � �r #- f � '� r=F Drille� Tes# B�rin�s } � • � �' �,��111��$�' � � ��' �,��. # ' . . . � .L� � �� ��-����� .��.� _ ;, ,��,� `m � # � � � �� �,4ti r � � �,� � �. �s �i.� � �' � � � � � �'�� ` ' � p�•.� . � � � , +.I I " 4 ■ L + �i I � � �� �, '� �� � � � � �� � �� �' � . # � � � y�, � � �� ', �� ,'� � -f'' � #�i � �i �� : ''f � ,� :a'� " r . - -, r � � � } _ . . �r�, r, � � � � ' � . }, �� � �. _.: � � ' � ����t y�'� �•~ � � �� � � � � . � ' , �'+' � �� �, � #� � ��� � � .� '�x— . ' 'I� � _ r� .� ��— , . ..,z,�_ _ _ _ �.� � '� � .. '� rl. .� -�, yr".�1.�_C�}f��;._f�� ' � # � {� � ��� � J'III' I�' � ,n i .+ , I � �yi:�n'r ' � �� � 1 � � �� .. �� . v.4`s� �� # * ,�� � ? ' 'r ;' � ' , �' +'r •. - - - r � ��� Gr� 'f i.- .�-� � - �''' 'w+/� r.� � + � . �, d} . � ���i'�. f, r� : r+• �' � � ����� ' 1� . r r LI ' � a o i 1 � �- - . �� (,y/� � � : � M1 �4? ������� � r ' r �� rr � .�►'� + _� �*�-1'5�'�S•f ?� �M1 y4.5 � { �! 'k� * � _ _ z�h'��� �� � � - y�1'if ' ��.i. � i � �/ #'" �'� � * ti\ k.. yy[,q��[, _ I _ � � CM��: t�.' f �'�� �1 � ~ . _i, � � �.���f .� ��� � # �� ' ` � � �';.�, F .. � � �.�- � �.� �' � #��� }#.�, -}� � � # 1 i�i� � { +. ,:5�' -f 1� _ - �- - ���; ` . k�' � �� J I � ��` �� � F � �i� �� � - � � � _ — ,�.� i ' J r�, F"I `''� �"c� n�, � `� � � . # +�i. ���� ' � =1 � � � ��� . ,� w �.�� � . _ � � _ 'LL� ti � � �.•��'ts. 4-. �f �,� ��� � . � ' . C �# + �,+, . f' �}Q '} � ' � � I �, •� _ k , �� r � �� . �,� F,�,� �. �!. . . . P � � w' '*. , � ` '- ��k' � + '�+' a � ' � � ��� . . F � . ,� ' -- � . �ih. - � �• ' �+ � � � - � �. � � r�i ' , � � .,;�o �,: � * '�" � �� ,, `: � a ��'� +'�*4 � 14 , � ' ! � �, u � 1 * "�4 l I +�� •: � � �� 'e'. 5 k � '' 1 . ���, y4 . h � . � �' 4�� •.J� C.' r . � ;f �� it r, F�� i � � 1J4��� * ' s- _ •• � _ 0 Project No; ��,��j�� DE99�4I6 ��/�� �� ������ c��rc��i�'� -- ��U� �ASSL+VOOD �LVD AiVD P,� BEACH ST FIGURE NO: —� �ORT �DRTH, TEXAS '[ �,o� o� �o�i�� �-�� Project: Basswood Boulavard Intersection -�ort Worth, Texas Date: 02I2512Q20 EEe�.: Lacafion: See Figure 1 Depth ta wafer at completion of boring: 21' Depth to water when checked: was: CJepth to caving when checked: was: ELEVATION! SOII.SYMBQLS ❑EPTN. SAMPLERSYNIBOLS DESCRiPTION ffeetl & FIEL� TEST DATA � o. - 5 10 — 15 20 — 38I6" - 1816" --- — 2516•, 25 ao - 35 Notes: Proj�cf No.: DE49-476 MC LL PL AI -200 po P_PEN UNCON Strain �i �� i s� per esr tc5f � -- -- -- "`---- ---- ------ ____. Brown and tan gravelly CLAY (�ILL) 2�° — -. - -- -- - --- ___------ ----- ---- Tan and gray calcareous CI.AY wl calcareous depasits, " 3.0 jointed 3.2� �'an marlv CLAY, blacky, jointed wl calcareous Boring terminated at 25' 18 k9 19 30 113 3,5 3.5 A.5 4.5 21 58 20 38 108 4.5 4.5 4.5 22 27 907 � 4.5+ f 9.9 � 55 '104 � A.5+ � 11.0 � 5.3 a.3+ �IGURE:2 Alliance Geotechnicaf Group, Inc. LOG OF �Of�ING ��� Project: Basswood Boulevard �ntersection - Fort Wor�h, Texas Date: 021251202Q Ele�.: Location: See Figure 1 Depth to wafer at camp�etion of boring: Dry bepth to water when checked: was: Depth to caving wh�n checked: was: ELE��PTONI SAiJIPLERSYMBOL.5 DESCRIPTIOfV (feet} & PIEL� TEST �ATA r� Brown ar�d tan CLAY w/ gravel {�ILL) �6�" I-gravei layer from 3' to 4' srs° 716„ �5 - — Tan and gray calcar�ous C�AY wl calcareous deposits, jointed _-�� Tan marly CLAY, blocky, joint�d, wl cafcareous deposits 10 15 Praject No.: DE19-476 MC LL PL PE -20o bd P.PEN UNCOiJ Strain % % � % % pci tsf ksp % - --"-- --- - - ---- -----' ----- -- - - 2 5 26 69 24 45 95 3.4 2.75 11 36 3.0 3.0 -- — -- ------ --- ---- ------ ----- 93 43 i5 28 2.75 3.5 -- -- - --'-'_- --- ---- —_-"'-'----- 4.0 3.5 23 3.75 %������� A.5� 20 4.5+ 25 so 35 Boring terminated at 25' Nofes: FIGURE:3 _ A1liance Geotechnical Group, ]nc. L�C OF �ORtF�� �-3 Project: Basswood Bou�e�ard Intersection -�art Worth, Texas Date: 0212512U20 Efev.: Location: See Figure 9 Depth to wafer at completion of boring: Dry 17epth to water wh�n checked: �++r�5= Depth to ca�ing when checked: was: ELEVATION! SOILSYMBOLS DEPTii SAMPLERSYtdBDLS DESCRIPTION (feetl & FIEL� TEST �ATA 0 316" A16" ��� -5 19 ss - — 20 -- - - 25 - -_— 30 35 Notes: Brown CLAY w/ gra��l (FII�L) Tan and gray CfAY wl calcar�ous deposits, jointed Tan marly CLAY, blocky, joinfed Boring terminated at 25' f'raject No.: DE99-�476 MC LL PL PI -20� �� P.PEN 11NC01� Strein %u % % °k % pcf tsf ksf % ------ ---- - --- --- _-'_-- ----- ---- 29 2.75 3.5 3_25 4.0 17 63 20 33 111 A.0 3.5 425 18 4.6 3.5 3.5 112 � A.5+� � 6.3 T 7.5 4.5+ 4.b+ FIGUR�;4 Alliance Geotechnical Group, lnc. LOG �F �OR.Ii�G P�'i Proj�ct: Basswood Boulevard Iniersection - Fort Worth, Texas Date: 02/25/2020 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depfh to water when checked: was: Depth fo caving when checked: was: EVATION! SOILSYMBOLS DEPTH SAMPLERSYMHOLS D�SCRIPTION M (feet & FIELD TEST �ATA � � �o �o °� p� isf ksf % r� � Dark brown CLAY w/ numerous gra�el, jointed 34 - _-3.0- "-^^f- ---- I Y 3.D Project No.: DE19-476 C LL PL Pf 200 DO P PEN UNCOiJ Strain Tan calcareaus CLAY w/ calcareous deposits, jointed �� 43 ,� 5 Tan marly CLAY, blocky, jointeci wl calcareous 13 s� 15 Z� 25 30 35 Boring terminafed af 10' 24 23 3.25 3.0 3.5 3.5 4.❑ 4.5 Notes: FfGIJR�:S A�liance Geot�:chnical Group, lnc. �o� o� �o�rn�� ��� Project: Basswood Boule�ard Intersection - Fort Worth, Texas Date: 02/25/2020 �lev.: Location: See Figure 1 pepth ta water at completion of boring: Dry Depth to water when checked: was: Depth to caving when checked: was: � PFH�N! SAhRPI �R SYMBOLS D�SCRIPTION (feei) r0 � 10 ' I I , �. !,� Dark brown CLAY wl calcareous nodules and gra�el, jointed Brown CLAY wl calcareous nodules, jai�ted Tan and gray CLAY, jointecE E3o�ing terminated at 10' 15 20 25 30 Project No.: DE19-476 MC LL PL. P! -200 �Q P.PEN UNCON Strain % % % % % pcF Isf ksf °� -- ------- - --- --- ----------- ---- 3i 2 0 z.o z5 ss za aa s.s 22 -- -- - ---- --- -4.0- --_--------- 22 3.5 q.5 9.5 3,5 �6 Notes: FIGURE:6 _ _� Alliance Geotechnical Group, Enc. - �o� o� �o�i�� �-� Project: Basswood Boule�ard Intersection - Fort Worth, Texas Date: 0212512Q20 Elev.: L.ocation: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: was: pepth to ca�ing wh�n checked: was: Project No.: DE19-476 ELEVATIONf SO]LSYMBQLS MC LL PL PI -200 0o P.PEN UNCON Sfrain b�P7H SAMPLERSYMBOLS DESCRIPTION y q y y q pof tsf ksf h (feet} & FlEL� TEST DATA Q. -- -- — -- -- --- ---- ---- ----- ---- Dark brown to brown CLAY w/ calcareous nodules and 27 2.5 numerous gra�el pieces (�'ILL) 2�� 1816•' �;°r°:: • 2"`6" Brown sandv GRAVEL, wl clay seams(F1LL) ' � . � D` 36IG" 5 Pra . . . . ��16�� '� ri :e 20I6�� !li : N :! 2316" i i: : ' !�- _ '�° l�ight brown CLAY, join#ed w/ calcareous nodules 1276�� 32I6" '� Boring terrninated at 10' 15 20 25 30 35 Notes: 28 99 3.0 3.5 8 3$ 94 24 1S 16112� 21 9.0 4-0 4.5+ FIGURE:7 Alliance Geotechr�ical Grou}a, Inc. L�G O� �OF�I�lG P-4 Project: Basswood Boule�ard Intersection - Fort Worth, 7'exas Date: 0212v12020 Elev.: � l�ocation: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: was; De}�fh fo cauing when c�ecked: was: ELEVA710N! SOIL SYMBOLS {IEPTH SAMPLERSYM80LS I7�SCRl�'TION {feep 8� FIELb7EST �ATA � Brown CL4Y w/ calcareous fragments and gravel (FII Brown and tan CLAY wl calcareous fraginents (FlLL) 5 90 �- Boring terminaiecf at '10' 15 20 25 30 Project No.: DE19-476 MG LL PL P] -200 0o F.PEN 11NCON Sirain % %a % % % pcf tsf ksf q -- -- -- ------ --- ---- ----- ----- 27 76 3:5 -- -- -- - --- -- ---- ----- ---' 3A 20 3.5 A_5++ 77 &4 23 41 912 4.5++ 18 4.5++ 4.5 26 2.0 1.5 1.5 Notes: FIGURE:8 _ � AIliance Geotechnical Group, Inc. KEY �Q �.0� T�R.I�.�S � SYfI����S Symbol Desaripta.an Strata s o1s � CLAY, a � gravelly 0 C%AY, Calcareous � Marly CI,A.X � GLA.X f� c: �: : GRAVEi, Q�.... .�..�. sandy e.e... .� . N.[xsc. S ols -� Wat�r table at boring completion Soil 5amplers � Thin Wall Shelby Tube � S�andard Pene�ration Test Notes• 1. Exploratory borings were dz�zlled on dates indicated using �ruck mounted dxilling equipment. 2. Water level observations are noted on k�oring logs. 3. Resul.ts of tes�s conducted an samples r�covered are repor�ed on the l�o�ing logs . Abl�reviata.ons used are : DD = natural dxy density (pafj LL = l.iquid limit (g) MC = natural mois�ure contemt (�) PI, = plastic limit (g) Uncon.= unconfined compression (tsf) PT = plasticity index P.Pen.= hand penetrometer (isf) -2a0 = percent passing #200 4. Rock Cores REC =(Reco�rery) sum of core sample recovered divided by length o� run, expressed as percentage. RQD =(Rock Quality Designation) sum of core sample recover� 4" or gz�eater in length da.vided by �he run, expressed as parcentage. FIGUR�:9 I Alliance Geotechnica! Group, Inc. �■1�`��� ��� ll ���1�1��� � -- - R�}�ClNG ��RTI-I Llh°IT A� � nl����� �N-�IT�1 FIE�A� L.OA� °1ry I Y'�f�IC�IT MDIS�I��� P.�!OkS7UR� 1l�F�T1CAl. h l�. ( F�� T j 3F���� L�. I�'L P� ���JT��JT �OP�T�N'f ��� f� �V►1�l.L i -- - � - - - - - T - - B-9 3-4 19 3.0 49 19 30 17.8 9 9.9 �38 1.7 B-1 7-8 108.4 58 20 38 212 24.4 938 3.6 B-2 1-2 95.3 69 24 45 26.1 27.4 188 1.5 B-2 '! 4-'! 5 109.9 20.1 22.3 9 8'! 3 1.5 B-3 �4-5 11 �.7 53 20 33 17.0 20.7 563 2.9 P-9 2-3 115.5 43 17 2E 16.5 17.9 313 0.9 P-4 4-5 111.6 64 23 41 17.3 23.2 563 7.9 PROCEDURE: 1. Sample placed in confining ring, design load (ineluding o�erburden) applied, free vvater with s�rFactant made a�ailable, and sam�ale al�owed to swel[ complefely. 2. Load remaved ar�d final moisture content deterrnined. �'����� ������� ��� GC�4e��� �J��e��round ��.ciYi��es (Included in cons��ruction drawings) CITY ON FORT WOR'fH 1Vorth Beach Strcet and Basswood Boulevard T�tersection Improvements STANDARD CONSTI2UCTION SPECIFICA"I'ION AOC[3MENTS Project3lumber IDE582 Revised .Tu[y 1, 2011 GC-��.O�oD 11�A�org� ��d Wo�nen ��vned �usine�s E�nter�rise Com�l.xa�ce CITY QF FORT W012'TH North Beach Stree# and Basswood Soulevard Infersection Improvements STANDARD CONSTT2iJCTION SP�CIFICATIOIV DOCUIVI�N'I'S Praject 1Vumber 101582 RevisedJuly 1,2011 �F��r���T� TEll�PORARY REVI�IO� 4/61�020 (COVID�19} Cit� o�F Forr� ll�o��h �linori#�y �usiness �n�erprise �pecifica�tions SPECIAL 1NSiF�U��101�� �'�R O���F:ORS APPLICATION OF POLfCY Ifthe totul do�l�r v�lt�� �f tila ca�ntraG� �3 �5�1,17��.�1 or m�r�, the:� � fl!$� �uhc�^�C�Y::^� r�oar rs app➢icable. P�LICY STATE�IENT li is the policy of #he Cify of Forf Warth to ensure the full and eq�itable participation by Minority Business �nterprises (MBE) in fhe procurement of ail gaads and services. Afl requirements and regulations stafed in t�e City's current Business Diversity Enterprise Ordinance applies fo this bid. I��� ��OJ�C� GO�f�S The City's MBE goal on this projecf is 6% of the base bid va(ue of the contrac"r. Nate: If both MBE and SBE subcontracting goals are established for this projeci, then an Offeror must submit both a MBE Utilization Form and a 5BE Utilization Form to be deemec! responsive. COIVIP�IANCE TO �1D SPECI�ICATIONS On City contracts $50,000,01 or mare where a M8E subcontracting goal is ap�lied, Offerors are required to comply with the inter�t af the City's Business Diversity Enterprise Ordinance by one of the following: 1. Meet or �xceed the above stated MBE goal t�rough MB� subcontracE�ng participation, or 2. Meet ar exceed the abo�e stated M8E gnal through MBE Joint V�nture par�icipation, or; 3. Cood Faith Effort documentation, or; 4. Prime Waiver documenEation. SUBIVIITTAL OF REQUIRED �OCl1�IlENTATION The applicabfe documents must be received by fhe by the assigned Cify of Fort Worth Project Manager �r Department Designee, within the followir�q times allocated, in ord�r f�rr r�r� e��lire Lric� tc} �+e considr:r�d r�sprsnsive tca fh�`� ��Ur�fit:rtliu��5. T�1� �lferor sha�i �MAIL 6h� t�1f3� �a�umenr;:�ln�ti ta it�a a�sli�rrer9 C��y a} }��rrl WartFw F}rr,����.{ MBr�.s�_1=�i ..,. ;�e��ili�F�nt �1�SI�n�E. A1 F�x+�d GD]7y wJIC no� I�v �GCCpt�tl 1. Subconiractor Utilizatian Form, if goal is rece��ed no later fhan 2:D0 p.m., on the second City business day �net or exceeded: after the bid opening date, exclusi�e of the bid opening date. 2, Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day Utilization Farm, if participation is less than after the bid opening date, exclusi�e of the bid opening dafe. stated goal: 3. Good Faith �ffort and Subcontractor received no lafer than 2:�0 p.m., on fhe second City business day Uiilization Form, if no MB� participation: after the bid opening date, exclusive af the bid opening date. 4. Prime Cantrac�or Waiver Form, if you will rec�ived no later than 2:00 p.m., an the second City business day perform all subcontracting/supplier work: after th� bid opening date, exclusiwe ofi the bid opening date. 5. Jaint Venture Form, if goal is met or received no later t�an 2:D0 p.m., on the second City business day exceecEed: after the bid opening date, exclusive of the bid opening date. I�Rlk.l�#�� �'O COR":��Y V`�17}i TH� �ITY'S Bk1�1!V�S$ [�i3C�lfiS17Y EqVT�R�}F�yS� OR��hiA�CC, 1�Ilil.L R�SULT G�'i THC �:D �i�IRfi CO�'SIRl�I��E] �IO�J�Rf�PON��VE �O ����I�ICAi`I��►!S_ F�4YL.L�P� 7Q $�I��"1T'TH� REQUI#��Q �VE�� EIO�UI{y+1�1�7�k�']Oni L�t�L f���U�T IN THE B:�J 6�ING C�"!51€]ER�D NO°J-R�S��l�]Si1�k� A SE�CIND FA�LUR� ff'JIl.� RFS�JLi I�I y`F#E �F��F'cOf� ��IP�IG �E^�{�EJALEFI�� FOR A PF[�Cw�J Of` �T'�� YkAF�. THR�E FA1�U�i�5 If+� A Flil� Y�AR ��P�;QiI �".r:�� R��L�L� ��',� A E]'iSQUALIFIC�'ITi�N i}Er�E�D O� 71�1��� YkAFiS_ Any questions, pl�ase contact the Office of Business Diversity at (897j 392-287�4. Office of Business Diversity Te3nporarily Revised April b, 2020 d�e to COVIDI9 Emergency EmaiL mwbeoffice@fortworthtexas.gov Phone: (817) 392-2674 ATTAGHMENTIA Page 1 of 4 FO�tT �ORTH ��fiy o� �'o�f l�P.�or�h Of�ice o� �usiness Diversi�� ��� �ubcon��°actor�slSuppliers lJfiiliza�ion �orm dF�'�ROR COMPANY NAME: Gheck app[icable bax to describe Offeror`s Cerfification nnrWIDBE NON-M/WIDBE PROJEC7 NANlE: BI� DATE City's MBE Project Goal: O(feroPs MBE Project Commitment: PROJECT NUIVIBER % °/ a Iden�i�y a!I subcon��ac�orslsupplie�s you �i[I use on �his pr�ojecfi �aifur� to �ampler� thi� f�r�7, in its �iti��reiy w�t� r��uest�d riar,��r��, tu;:u;�, ar��i rece6v�;{� b� �h� I��rci}as�nq [.]�+risi�n no latei �h�� r� �;Q�J p,Rri, �n lf�, s�c�nd �i#y bus;�:�ss day a��T ��� ���ninra, excQ�s�v� of k�r� o���rir�;� da�A, Iw'�!I resu�t �r7 �hn hy!� b�ill� Cbr��:�BC@Ca f}^Yl-fQ��)nri:�=iY�e �� �71d s�Pc�fiv�tio �S. T�� iJii��iJ�+�l Ia� 4+11{:r�fi �I��G�'BS L{D �+�i�'C I:�:� `r.F ��TCI�t�i �k7�P.i-'d�lLY'L Yi�i±� ���1�r i��Q� iii�l'I��J� I�w+�*.l in ��I�+t ULl1lL�L1VC1 SCf1�t,�L'�E?, COT1L�jtip��� lJr.�..��'� BXEC:LI�R',}il �f � COn±r2lCt k;,':�� �f1t� �ltf U� �k�� �C}k��} �Nl� iili�nfip�l�� :?�I?��Or iCClC}V4'If1C]. ���sfe��e�p��a#�vn c�f ��cis is �r��nd� for cor�ai�i�r�tlarr �F c�iss�klr'�II�JC�r!n3� ar:� vuill rc��ukt in t#�e �id ��ir�c� co.^.s�:��:er� n�n-r�s�ons;�,�a t� bid ��ecFfFca#�or�s. MBEs listed toward meeting the projec# goal must be located in the six (6) county marketplace at the time of bid or the business has a Signiiicant Business Presence in the Marketplace. Marketplace is the geographic area of Tarrant Dallas, Denton, Johnson� Parker� and Wise counties. P�irr�e cnntra�tars 1��us# r��n};fy f�y ti�r E�v�^I �f �!I subcuntr�c#�rsl�uF:ri�p;�s. �'i�r; me�ns t��� f�v�1 �# suk.�co;�tr�ut;�g ta�lova tl�e pri�nE CQC���r�G'��f�Cl3YISLJii.'y.!'!! �_c. a direct ��yr���r�t From #€�� �;im� �c����fWctaf to a suhco� �t,�ctar� is cor�side�e� �'' t;er, a payrr�e�t k�y a subcontrac�o� �� I#S SLl�]}'�..I!P�' IS L'�ns���r�d 2`�a �ief, ��he ��ifr,� rc:n�rac�c�r is r�s�oi��ibl� tr� �aro�+icla p�vof n# �aay�rt��i of aIl tie��� subc�nteac��r� i�ientFt�ad �s a�h:�E �nc� ��QlJF1�ERC� tIl09L-: C�4IiafFs �4��^���ds �Tt�:�#II1C,� tI78 C�EI#���1 c�C��1�71'li[�C� ,yo��. _ ALL [VIBEs AIfUST BE CER71F1ED BEFORE CDNf7'RACT AWARD. Certification means fhase firms, locaied within the Marketplace, t�at ha�e been determined ta be a bonafide mfnority business enterprise by the North Central Texas Regionaf Certification Agency (NC7RCA} and the DallaslFort Worth Minority Supplier Development Council (DIFW MSbC). �f ha�tling �eo'k+ices are utiirzed. tl3e Ofi��ro�' vvifE b� �iv��l cr�[E�f 2�s I€�nc� :?s ih� f��E li�teri �wns �nrJ op�e�t�s �� l���t o;�� ft�ll�r I't��r�sec! ���d �p�ra�E�n�R trur,k 1� be us�d c�rr ��e �csntGac#. T��c f�l�� ixray Ie�Y� t�u�Ecs lram anot���r �1+laE FEr�7�, i€�c14�d3n� fu�i3� awner-op�rated, �r�r� re�ceive tulk f�19E�E credik_ The ME3E Gr�a�+ ic��s� tr�cks fr�m ���n-M��s, includiny CF1h�!!��-{:1F]BFBiA�, b�t wi�l o�31y r��iv� �r�dtt f�r �h� t�es aF��i c��rn���i�s€ons ��rr��c� by fi��� l�+i�3� �s outli.�e� i� tf7e ieas� agre�mer�i, T --- - Rev. 2173139 �ORTWORTH ATTACHMENTIA � � Page 2 oi 4 Offerors are required to identify ALL subcontraciorslsupp[iers, regardless of status; i.e., Mioi�ari#y ar.d �son�MBE.�. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. N SUBCDNTRACTORISUPPL[�R ° Cornpany Name r M yu `� �etail Detail Address i B g Subcontracting Supplies pollar Amo�nt TelephonelFax e E � Iv� Work Purchased Emaii '' � Contact Person � � � � � � � � � � � � � Rev. 5115119 PORTWORTH ATTACHMENT 1A �'�� Page 3 of 4 OfFerars are req�ired to identify Ai.l. subcontractorslsuppliers, regardless of status; i.e., �Mir�47rily and non-CUI�Es. MBE firms are to be listed firsi, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. �� SUBCONTRACTORISUPPLIER ° Cort�pany Name T M w " Qetail Detail Address i s � Subcantracting Supplies Dollar Amount Te[ephonelFax e E E I�: Work Purchased Email r � Contact Person � � � � � � � � � � � � � Rev. 5115/19 FoR.� ATTACHMENTIA Page 4 af A Total Dollar Amount ofi �BE SubcontractorslSuppliers $ Total Dollar Arnount of Non-f�B� SubcontractarslSuppfiers $ T�TAL DOLLAR Af�IOUNT OF ALL SUBCORITRACTORSISUPPLIERS � Tlz� Off�r��� w=+l nai n��k� a�iditi���s, deletia�F��. csr su�s�i±�ktine�s t� t ��s ���±ifi�� I�st �r� !7okft #�� �rior �r�}�rnval n� Ch� Q��� of ��sr��ss �i�,rersEty kheotigh th� sutam:�taM of a �4��u��t �r A��rova� o� �ha:a�rel�d�r►fion F�rm. l�r�y i.anjust:�ier� �J�a�;�e �r �eletio�r� �h�il l�:� ��r��Ep:€al br�ar:E�M ai c�n�ract arcl i��ay r�sul� ir� �iebar:���r�t i� ac;��rd w;#h th� �ro��.Fcit�res ouCE:^ed r�� th� s�rtii��nce Th� Of#�ra�r shall s�xbmit a cfe±aiEet� expE�r�aEic:n of how t�3e rec�u��t�� �i�anr���add�ti�r� �� t���s�tian wilf a�€ect If�� ct�rr7rnaktp� f��� g��i- if �r,� �I�tail Qxp�ar��ts�n is r�oi :�ibr�itt�d. �# ��+it� af�Uct th� fin�� cam�lia���: ci�tanr►+nat�r�e�. _ - -_--�— _ _—. -- By affixEng a signature to this form, the Offeror furkher agrees to provide, direct[y to the City upon request, cornplete and accurate information regarding actual wQrk perFormed by afl subcontractors, including MBE(s) and any special arrangernents with MB�s. 7he �fferor also agrees #o allow an audit andlor examination of any books, recorcEs and files held by their com�aany. The Offerar agr�es to allow the transmissian of interviews with owners, principals, officers, emplay��s and applicable subcontractorslsup�liers par�icipating on the contrac# that will substantiate the actuaf wark performed by the MBE{s) on this confract, by an aufhorized officer or employee vf th� City. Any intentional andlor knowing misrepreseniation oF fiacts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for ir�itiating action under F�deral, State or �.acal laws conceming false siatements. Any failure to com�ly with this ordinance creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in Cify work for a periad of time not less than one ("f) y�;ar. Authorized Signature Gampany Name Address CifylStatelZip Office of Business Di�ersity E�nail: mwbeoffice@farlworthtexas.gov Pnone: (817) 392-2674 Printed Signature Contact fVarnelTitle (if different) Telephone andlar F'ax �-mail Address Date Re�. 5115119 ��I�T ���'I"H City of �0�#'4�o�fn IV�inority �usiness En�erprise Speci�ica�ions �rime �onfrac�or 1�Vai�rer �orm ATTACHMEN�9B Page 1 of 1 OFFEROR COMPANY NAM�.: Check applicable box to descrihe Oiferor`s Gertification MM/IDB� �VON-MNVIDBE PROJECT NAME: BID DATE City's IVEBE Project Goal: 4fferor's ritlB� Project Commitrrtent: PROJECT Nl1MBER % % !f both answers to t�tis form are YES, do not carnplete A`�TAGHMENT '[C {Good Faith Effort Form). All questions on this form must be completed and a detailed explanation �rovided, if appEicable. If the answer to eitF�er question is NO, fhen you must complete ATTACHIVI�NT '1 C. This form is only applicabl� if b�#h answers are yes. �ailtiEe ta cotnple#e lhEs �o�n� in �ts entir�ty and be rece�ved by t�rp Rr,rcl�asknc �FviSion n[} later LE�a� Z:LIp p.�rr,. c��� it�e seconc# �Ftv husEness �lsy._after Frid_ Qpeni��[#, exc�usive o€ th� bid capenir�y claYe, will res��Et in tlse �;�i b�in5� �nrf�E��r�d �an-respor�sivo #0 3srd spec�fications. . — — Will you perform this entire contract wiihout subcontractors? y�g If yes, please provid� a detailed explanation thaf praves based on the size and scape of this NO proj�ct, this is your normaf business prac#ice and pro�ide an operational profile of your business. Vglill you perform this eniire contracfi without suppliers? YES If yes, please pro�ide a detailed explanaiian fhaf proves �ased on the size and scope of thEs project, this is your normal business practice and provide an inventory profile of your business. NO T�e Offeror further agrees to provide, directly to the City upon request, compfete and accurate information regarding actual work performed by al! subcontractors, inciuding MB�(s) on fhis contract, the payment ther�of and any proposed changes to the original MBE.(s) arrangements submitted with this bid. Tf�e Offeror also agrees to allow an audit andlor examination of any books, records and files held by their company that will substantiafe the actual work performed by fh� MBEs on this contract, by an authorized officer or employee of the �ify. Any in#entional and/ar knowing misrepresentation af facts will be grounds for terminating the contract or debarment from City work for a period of not less tha� three (3) years and for initiatiRg actian under FecEeral, State or Local laws concerning false statements. Any failure to compEy with this ordinance creates a r�ataria[ breach of contract and may result in a determination of an irres�onsible Of#eror and barred firam participating in Cify work for a period af time not less than one (9) year. _ Aufhorized Signature Title Company Alame Address CitylSEatelZip Office of Business []iversity �mail: mwbeoffice@fariwarthtexas.gov Phone: (817) 392-2674 Printed Signalure Contact Name (if differenf� I'hone 1Vumber Fax Number Email Addrass Date Rev. 5115119 ATTACHMENT 1C Page 'i of 4 �Q� �.'�' ��� Cl�j, O� �O�"� �OI"iFl �lYinority Business �n�erprise 19SI1�� Good �aith ���ort_�o�m I'f the Offeror's method of comp[iance with the MBE goaf is based upon demonstra�ion of a "good faith effort", the Offeror will have the burden of eorrectiy and acc�srately preparing and submitting the documentation required by the City. Comp[iance with each item, 1 thru 'I'� below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional andlor knowing misrepresentatio� of the facts or intentional discriminafiion hy the Offeror, FaEl::r� ta c�!�:;�lete thi� form, in iks �.�r�fvety �;�::!� �stipp�o�wtin� �f7GLlI7iL'I7���U011, :�:d re�eiv�ti by t�� P�:"Ch�siTi� G�IV'rs�^� no fate� tl��r� 2:�(� p,m. �xa� tlfie s�: �nrl C�ty t+usine�s �a•,� a�ter I�id v��n� t�, exultl�it�e Oj �ii:J aAenin� [�ate, 1M1/iM� rGSll�t IIl t�fG' �?I� iT�;:f� GOf1SICi�TBl� f3i�a"1-fESr�ii�,Y� f� f]'�{� �nprifir�tiOE15. -- — r..,. ,... , ., Rev. 5115119 If t��� OHerar �#id nut rr,a�t of �xc�ed tha M�� ���.f*.GO,ntrwvtin� �Oc1i �4F �F1IS �'71"4}rst�t, th� Otfer4f ��st ea::iplet�r khfs Fe�nn _ — 'I.} Please iist eac� and every subcantracting andlor supplier apportunity far the completion of fhis project, regardless of whether it is to he provided �y a MBE or non-MBE. DO NO7 LIST NAM�S OF FIRMS On all projects, the Offeror must list each subcontracting and or supplier opportunity regardless af tier. ATTACHME�iT 1C Page 2 nf �4 2.) Obtain a current (not more t�an two (2) mont�s old from the hid open da�e) l�st of MBE subcon�ractars artdlar suppliers from the City's Office of Business Diversity, ❑ Yes Date ofi i.�sting � No 3.) Did you solicit bids #rom MBE firms, within the subcontracting andlor suppIier areas previously listed, a# least fen calendar days prior to bid opening by ma�l, exclusive of the day the bids are open�d? ❑ Yes {[f yes, attach MBE mai! listing to include name of firm and addr�ss and a daked copy of [etter maifed.) ❑ Na 4.) D�d you solici� bids from MBE firms, within the subcontracfing andlor supplier areas previously list�d, at least ten calendar days �rior to bid apening by ielephone, exclusive of the day the bids are opened? ❑ Yes (If yes, attach list to include name of MBE firm, ep rsan cantacted, phone number and date and time of contactj ❑ No 5.) Did you solicit bids from MBE fir�ns, within the subcontracting andlar sup�lier areas previously lisfed, at least ten calendar days prior fo bid opening by facsimile (fax), exc[usive of the day the bids are opened? ❑ Yes ❑ WD (If yes, atfach list to include name of MBE firen, fax number and date and time of contact. In addition, if the fax is returned as undeliverahle, then tt�aE °undeli�erable confirmation" recei�ed must be printed directly from the facsimile for praper documentation. Failure to submif confirmation andlor "undeliverable confirmatian" documentation may render the GFE non-responsive.} 6.) Dia you solicit bids from MBE #irms, within the subcontrac#ing andlor supplier areas pre�iausly listed, at teast ten calendar days prior to bid oper�ing hy email, exclusi�e of tha day the bids are opened? ❑ Yes ❑ No (If yes, aitach email confirmation to include name of MBE firm, date and time. In addition, if an email is returned as undeliverable, then that "undeliverable message" receipt must he printed directly from the email system for proper documentation. Failure to submit coniirmation andlor "undeliverable message" documentaf.ion may render the CF� nan-responsive,) ..w���� 7i}e �a��r mpthods r4e^±;,=�orj �r3nva �ra c�C�$r^.t�fl�$ FOI` SO�ICl�lTl� k7t[t5, �I1Lj �2.^.f1 ,�,B��C:dW �45�+�U �nu�t Ise ap�pCied #c� �I�e appl:c��:!y c�rr*.: ti�t. '�he O�f4�eror mt�s4 d��4�rne�r� �h. t e:*�:a: �t le��t t+rv� :�tt�mp#s wsre m�d4 �ss4rlg ik■lo af kn� fof�r rfitet�:�ds �r tha# :�# I�ast or�e s�iCcessfal co.�t�ct wvas �r��C�� �j+�n� a��e o� t#tie four me#k�oc9s 4t� order to d��md� res�a��3v� ta th� �aad �a�*h Ei�ort r��+�lre:�ye;{t. , ___� N�TE: TF�� Offernr mu�# caa��act k4�e enttre �VIB� li�t y�ecific tc� e�cl� ��abco::.r; cT:�ia �nd s�p�p] a��art�ir�ity 1'a ae kf� �a�i �liartice �rvith y�a�±:o::s � thr� �. 7.} Did you provide plans and specificatians to potential MBEs? ❑ Yes � No 8.) Did you provide the information regardin� the location of plans and specifications in order to assist t�e 1U�BEs? � Yes ❑ No R��. sr�sr�s ATTACHMENT 1C Page 3 of 4 9.) Did yau prepare a quatation for the MBEs to bid on goodslservices specific to Eheir skill set? ❑ YeS i�f yes, attach all copies of quotations.) ❑ No '10.) Was the contact informafion on any of the Iistirtgs not valid? (if yes, attach the information tE�at was not valid in order for the Office of Business Diversity to aBdress ❑ Yes the corrections needed.) � No 11.)Submit documen�ation if MBE quates were rejeeted. 'ihe documentation submitted should be in the forms af an affidavit, incfude a detaii�d expfana�ion af why the MB� was rejected and any supporting documentation the Offeror wishes to be consic�ered by the CiYy. ln the e�ant of a bona fide dis�ute concerni�g quot�s, t�e Offeror will provide for canfidential in-camera access to an inspection of any rele�ant documentation by City persannel. Please pro�ide additional information you feel will further explain your good and honest efforts to obtain MBE participation on this praject. ihe Offeror further agrees to provide, direct[y to the Cify upon request, complete and accurate information regarding actual wor4t perFormed on this cor�tract, fihe payment thereo"� and any proposed cha�g�s to the original arrangements submitied with this bid. Yhe Offeror also agrees �o atlow an audif andlor examina#ion of any books, r�cords and files h�ld E�y #heir company tha� wi[I substantiate the actual work performecl on fhis cor�iract, by an authorized ofFicer or emptoyee of the City. Any intentional andlor 1�nowing misrepresentation o# facts will be grounds for terminating �he contract or debarment from City work for a period of no� iess t�an three (3j years and for initiafing action under �ederal, Stafe or �ocal laws concerning false statements. Any failure to comply with fhis ordinance shall cr�ate a maferial breach of contract and may result in a detiermination of an irresponsible Offeror and debarment from participafing in City worl� for a periad of t�rr�e not less than one ('I ) year. i2ev. 5115I19 ADDITIONAL INFORMATION: AT�ACHMENT 'iC Page 4 of 4 Yhe undersigned certifies ihat the informafion provided and the i��E�s) listed waslwere con#acted in good faith. lfi is u�nderstood that any IVYL��(s) �isted in Attachmen� 'IC will be contacted and the �easons for not using them wi[1 be veri�ied by the City's Office o# �usiness biversity. Authorized Signature Titl� Printed Signature Contact Name and Title (if dififerentj Compan�r I�ame Phone Number Fax Number Address CitylStatelZip Office of Business Diversity Emai�: mwbeof€ice@fortworthtexas.gov Phone: (817) 392�2674 �mail Address Date Rev, bI15I49 Joint Venture Page 9 of 3 ���� ���.�� CITY OF FORT WORTH MBE Joint Venture E�i ibili Form All questions rtiusf be an,�wered; use "N/tJ" if not applicrr6le Name of City pro,�ect: A joint venture for�n must be co�npleted an each project RF'k'/Bid/I'rojeci Number: _ 1. Joint venture informa€ion: Jpint Venture Name: Joint Venture Address: (If applicable) Telephane: Facsimiie: �-mail Cellular: Identify the fir�ms thxt comprise the joint venture: Please attach extra sheets ifadditrona! space is requrred to provide detai�ed explanaiions of work to be pErformed 6y each firm comprising the foint venture MB� �rm Non-MB� firrn name. name- Business Address: Business Address: City, S#ate, Zip: City, StaCe, Zip: Telephone ��n�i� Telephone E-tnail Cellular Facsimile Cellutar k'acsimile Ce�-ti�cation Status: ' Name of Ccrtifying Agency: Rev. 5/15119 Joint Venlure Page2of3 3. What is Yl�e percentage of MBE participation on this �joir►t veniure that you wish to be counted to�vvard meefing the project goal? 4. Attach a copy of the joint venture agreement. 6. Ydentify by name, race, sex and firm those individuals (with titles) w�o are responsible for the day-to-day manage�nnent and decision making of the joinf venture: - NOTE: From and after the date of project award, if any of the participants, fhe indi�iduafiy defined scopes of work or the dollar amountslpercentages change from the originally approved infarmation, then the pa�ticipants must inform the City's OfFice of Business Div�rsity immediately for approval. Any unjustified change or deletion shall be a material breach of cor�tract and may result in debarment in accord with the procedures autlined in the City's BQE Ordinance. Rev. 5115119 �J. List eomponents of ownership of joint ven�ure: (�o not complete i{this tnformation is descri6ed in joirrt venture agreement) The Ciiy's Office of Business Diversity wi�l review your joint �enture submission and wili ha�e final a�pro�al o# t�e MBE percentage applied toward the goal for the project listed on this form. Joint Venlure Pa e3of3 AFFIDAV�T The undersigned af�rms that t�e foregoing staiements are true and correct and include aIl znaterial information necessary to identify aa�d e�plain the terms and operaYion of the joint venture. Furthermore, the undersigned shall agree to provide to the joint ventu�re t�e stated scope of work, decision-making responsibilities and payments herein. The City alsa reserv�s the right to request any additional infor�nation cieemed necessary to determine ifthe joiz�t venture is el�gible. Failure to cooperate and/or provide requested informa#ion withix� t�e time specified is �raunds for terminatio� of the �ligibiliry process. The undersigned agree to permit audits, interviews with owners and examinatian of the books, recoz-ds and files of the joinf vejrture by any authorized representa�ves af ihe City of Fort Worth. Failure to co��pIy with this provisian shaIl result in the iermination of any contract, �+hich may be awarded under the provisions of this joint venture's eligibility and may initiate action ur�der Federal, State and/or Local laws/ardinances cancerning false siate�nents or wi11fu1 �cnisrepresentation of facts. _______..._. -----------_____— - ----_.....__.__ ---------------------------_--_--.__--------------------------------_.M.__---------------- Name of MB� fian Name of non-MBE firm Prinked Name of Owner Printed Name of Owner SigiaaYure af Owner SignaEe�re of Owner Printed Name of Owner Printed Name of Owner Signature of Q�vner Signature of Owner Title "fitle Date Date Notarization Sfate of Coun#y of pn this day of , 20 , before me appeared and to me personally knorx�n and who, being duly sworn, did execute ihe foregoing affidavit and did state that they w�re properly authorized to execute tk�is affidavit aaid did so as their free act ar�d deed. Notary 1'ublic Print Name Notary Public signaturc Commissian Expires Office of l3usiness Diversity Email: mwbeof�ce@fortwortntexas.gov Phone: (8I7) 392-2b74 (sealJ Rev. 5I15119 �C-�o�7 ���e l�ate� CITY OF POAT WORTH North Beach Sfree# and Basswood Boulevard InEersection Improvements S`I'ANDARD CON3T12UCTI03�! SPECIF[CATfON DOC[7MEN'I'S Praject Number 101582 Reviscd 7uly 1, 2011 2013 �REVAILING WAGE RATES (Heavy and Highway Constructian Proj�cts} CLASSIFICATION DESCRIPi'I�N Asphalt Distributor O�erator Asphalt Paving Machine Operator Asphalt Raker Broom or 5weeper Operator ConcreYe Finisher, Paving and Siructures Concrete Pa�ement Finishing Machine Operator Concrete Saw Operator Crane Operator, Hydraulic 80 tons o� less Crane Operator, �.attice Boom 80 Tor�s or l.ess Crane Operator, Latiice Boom O�er 80 Tons CrawlerTractor Operator Electrician Excavator Operator, 5D,000 pounds or less Excavator �perator, �ver 50,000 �ounds Flagger Form Builder/S�tter, 5tructures Form Setter, Pa�Eng & C�rb Foundation Drill Op�rator, Crawler Mounted Foundation Drill O�erator, Truck Mounted Front �nd Loader Operator, � CY or Less Front End Loader Operator, Over 3 CY Laborer, Common Laborer, iJtifity Loader/Backhoe Operator Mechanic Milling Machine Operator Motor Grader �perator, Fine Grade Motor Grader Operator, Rough Off Road Hauler Pavement Marking Machine Operatnr Pipelayer Recfaimer/Pulverizer Operator Rei�forcing Stee! Worlcer Raller Operator, Asphalt ftoller Operator, OtheT 5craper Operaior Servicer 5mall 5�ipform Machine Operator Spreader Box Operator Truck Driver Lowboy-Float Trucic Driver7ransit-Mix Trucic Driver, Sir�gle Axle Trucfc Dri�er, Single or Tandem Axle Dump Truck Truck Driv�r, Tandem A�cle Tractar with Semi Trailer Welder Work Zone BarricacEe Servicer Wage Rate $ $ $ $ $ $ $ $ $ � $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ � $ $ $ $ $ $ $ 15.32 13.99 12.69 1�.74 14.12 1.6.05 14.48 18.12 17.27 20.52 14.07 �.9.80 � 7.19 16.99 10.06 13.84 13.16 17.99 21.07 13.69 14.72 10.72 �.2.32 �.5.18 17.6$ 14.32 17.19 16.02 12.25 13.63 13.24 11A1 16.1$ 13.D8 11.51 12.96 14.58 15.96 14.73 1fi.24 14.14 12.�1 12.62 �.Z.86 �,A.84 11.58 The Davis-Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Depa�-tment of Labor and current as of 5eptember 2013. The titles ancE descriptions for the classifications listed are detailed in Yhe AGC of Texas' Standard Job Classifications and Descriptions for Highway, Heavy, UYilities, and ]ndustrial Construction in Texas. Page 1 of 1 ���6e�91Pe��Il�s �.nd U��I��Iles CI'fY OF FORT WORTFT North Seach Strect and gasswood Boulevard Intersection Improve►nents S'I'ANDARI➢ CONSTfLL7CTION SPECI�'ICATIpN DOCUMENTS Project Number 101582 RevisedJuLy E,2011 ���������� May 8, 2020 Mr. Mark Speax Pape-Dawson Enginee�s One Ridg�nnar Centre 6500 West Freeway, Suite 700 Fort Worklx, TX 76116 �ent via email: rnspear@pap�-dawson.com Dear Mr. Spear, This let�er pertnits you andlor you�r represer�ta#ive fo remave 7 Chinese pistache ar�d 9 cedar eIm. trees frorn the rnadians located at N Beach St at Basswoad Blvd, per tha a�tached p�ans. Your mifigatinn requ�remen� is: 16 trees of 2.5" caliper or larger, frorn a mix of species consisting of Iive oak, Shumaxd �•ed oa1� or Texas red oak, and cedar elm to be planted within Surnrner�ields Par1c. Tl�c tree planting must be completed prior to �nal acceptance oiproject. The foilowing trees are pxohibited on city parkways: Ash HacIcberry Brad£ord pear Mimosa Cottonwood Mulberry Siberian eIm VSTillot�v Silver maple Sycamor� Yau are responsible for making sure the xeaxaoval arid/or planting does not violate any private deed restrictions far your neighborhood, or pracuring any additional approval needed �rom �ny PID, TIF or Design Review Board that rnay govern in your area. Tf I can be of any fi�riher assistance please cnntact me at 817�392-5'138. Sincerely, .� Craig Fox, Aciing City Forester Parlc & Recreation Department c: ��e PARK & RECREATIOI�T DEPART.IVJ[El�T City of Fort Worth, 4200 South P`reeway, Suite 2200, ForE Worih Texas, 7G 11 S-1499 (817)-392-5'�00(PARK) Pax (8l7)-392-5724 �,pplicat�an for 7�'ree Removal Perm�t On ��ty oi Fort �7Vo�th Property Including parkways and medians ���� 10��� �e�#ian 1� - � �1r'e��lt �f3 E'Orl]lf'itYl�ll Aqralicanticolitractor PAPE-DAWSON ENGIN��RS Contact Name Title Street Address �tate Zi Code P�tflriB Ema�1 addxess ��c�i��� �� - Lr��at�o�t Locatian address + Business/Residenee Nanne af Business �eafinii 3 - T�����t �oe City Forester 4�00 Sauth Freeway, Suite ��OQ Fort Warth, T% 7611� DANNY MCFAfJR�IV �� 6500 WESi FWY., SUITE 700 �ORT WORTH 7�XAS 76116 847.870.36$8 .COM {NTERS�GTION OF BEACH & 8/1SSW00�, CITY OF FORT W�RTH Submit to CPI�# 'IQ158 - CFW TPW -'fR�ES L�CA7�D W THE EXISTING M�DIAI� WILL. BE REMOV�D 1N ORDER TO INSTALL THE iURN LANE IMPROV�MENTS AS SHOWN ff� THE A7TACH�D SITE PLAN. THIS IS A GlTY PRO,lECT. WE WOULF] LIK� fNFORMA710N ON TH� MIiIGATION PROCESS AND h10W TC3 PROCEED. Attach site plan drawn tn saale showing locaiion af all trees by size (DBH) and species, identify those to be removed, and a�y existing man rnade feal.ures. Site pian should include layer demonstrating why trees must be removed, s�ch as propased turn lane, drive approach or grade cb.ange. Pian must also include north arrow, scale, City Trees to remain on site, any propased planting on city pXoperry and planting details along with method of watcrin . _ - -� ��ction 4 -����i�atia:�. � —_ - --.- Pro�ihited trees may be permitted f�r� rernoval frorti parkway anci/as median wiihout mirigation. Trees in a11ey may be pernaitted for remaval, usualiy without �nitigation. Trees or shrubs listed in the Nonna�ive Invasive Plan�s of Sou�her�� Forests published by USDA rnay be remaved withaut mit�gati�n regaxdles� of location. Ail other trees less than 30" in DBH pern�itted for xemoval must be mtitigated on an ineh per inch basis. Treas 3U" DBH or greatex are mitigated on a 2 i�nEch per inch basis. �itigation trees must be planted on City ROW, rriedian or other public la�d. They must be watered and maintained far a per�od a� 2 yeaxs, or uz�til established, whichever is �reater. If mitigation an site is nat possible or desirable, mitigation into the tree fi�d can be rnade in the axnannt nf $200 per inch not lanted. Mitigation trees must b� planted bEfore final i�spection o�'the site. Mitigatian ta the trEe fi�nd must be made at time of ennit. A tree pianting permit will be issued %r txees to be planted on City property at �h� same time as the tree removal pe�xnit. You mus# submi# a tree plan#ang plan and follow guidelines £or planting �n the ROW {see Trees rohi�ited on Ash (Frcra�an�s sp.) and mediaus. Does not� Siberian Elm � Silvex MaUle to o#h�r Cit.y owned Caller Pear �us c� Cottonwood o ulus Hackberry {Cedtis � Mulberry (Morus sp.) S camore Plantanus occide�ta�as Willow (Salfx sp.) � - - '�Any trse listed in #he Nonnative Invasrve Plants o� Sauthern Farests published by the U�DA Forest S�rvice Revised J'anuary, 2019 ��ui��li�e� f�� L���s�ap�n� in �a�k�vay Public �p�n �pac� �a��ment (I�.O.�.�.) � � � � � � i� a � n � :� � � � � z � c �, � � � �- �o a r� Q' � � �i� . Public 4pen Space Easement , (�.�.S.E.) � . . - f����� - . Property �.ine �A li FC(j 11! �}11S A CCl1 Public Stre�t Flight-af-way A 20-foot by 2D faot triar�gular public open space easemen� is required on co�ner lots at the intersection of two sireefis. A 1��foo� by 15�foot triangular public open space ofi easement is required or� corn�r lats at the intersectian of an alley and a s�reet. In addition, at the intersection of a driveway or turnout seciion and a dedicated alley, a 10 foot by 10-foot triangular open space eas�rnent is io be pravided on eac� side at the drivew�y or turnout at the time the dri�eway and/or alley is construct�d. No structure, vbject, ar piant of any type may obstruct vision �ram a heigh� o� 24-inches fo a height of 1'1 �eet above the top of the curi�, including, bu� not [imited ta bu�ldings, fences, wali�s, signs, trees, shrubs, cars, trucks, e�c., in the public open space easement as shown o� the iilustratian. Lands��p9ng [n ��r�k�a�+� • A medium or large tree shall be �lant�d a minimum of 2 feef from �Ehe face of #he curb, sid�walk, or other strucfure. . A small tree or shrub shall be planted a minimum of '[.5 fieet fram tha face of �he cur�, sidewalk, or oti�er structure. � A minimum �lantir�g area of 3 feet musfi be ��ailable between back of curb and sidewalk to plant any small tree or large shrub and a minimum of �4 feet to plant large trees. � large free shall be d�fined as a species that reach a height of 50 feet at ma#urity. � in residential areas a min�mum spacing of twenty five feet is recommended be�rveen shade trees planted on parkways and is required in cammercial districts ar major ar�erial s#reets. � All landscaping shall be located so tha# pedestrians can wal�c parallel to the street within the parkway whether a pa�ed sidewa[k is or is not prov�ded, � No tree or shrub shall obstruct tl�e �iew of any traffic signal, sign, or other pub[ic sigr�. � Trees pianied under power lines will be a species that reaches a height of 30' or less upon maturity, o Any tree or shrub pfanted ir� the par�sway is the pro�erty of the City and the City reserves the right ta prune or remo�e such tree or shrub if it becomes a traffic hazard or poses risk. � Planting trees or s�trubs on any p�€blic property requires a permit from Park & Recreation Depar�ment and can be obtained by caping the City Forester at 817-392�5738. � Tt�e foliowing trees are prohibifed on ciiy parkways: hackberry (Celtis sp.), sycamore {�'Iatanus occidenialis}, silver maple (Acersaccharinum}, mulberry (Morus sp.), 5iberian elm (Ulmus pumila), mimvsa (Albizia julibrissin}, ash (Fraxinus sp.j, coitonwood �Populus deltoides�, wil�ow (Salix sp.), ca[lery pear (Pyrus calleryana}, ar ar�y species of tree, s�rub, �ine or grass listed in the Nonna#iv� Invasi�e Plan#s of 5outhern Fores#s pubiished by United Stat�s Deparkment of Agric�lture Forest Serrrice. R��;S�a ra�u�ry, Zois P :I m' �t 1 N � I � � I� i II u��"- � 4 V�.�'T ° a�� ._� � k S a l a L — --- voaY -�__�I�' � � � �_ �- — - _,�.,'y'�_t ��-y� J - r� .-c-�`�--,�.--�.- -��--�= = r � � I ' " : — 0-�=T�� _ _ - _ -� � ''` - - ' - - �� ��> t-' � �J' �-" �� � - - �:� o �_ _�=�_�- �����' ;���� ~ � �r w���€; � � \CHSTREEi � i ��g�,�. - '� R.O.W.� \ i � `' 3 -- m � �o� � ��� z� �{ � Q W �� �� $ �� m� �a m �Y.�y �e�:� ��e 3�� a� °�� ��� ��-�'�- l�j � U oC �� s d p OF�� � Y ��U �� ����fUA�N � �.a ��� �t�' �i � � �~� �P�� �'� 8 z ��� ��� � ��a/� -�� l `� - - -�..�,- - - ~ 9� �.5 �i '-- --- _ --- - _ -- - _ � � � -� y_. �� . �- -� - _.� _-- , � % � f �i" _ �� � � � �_ � � N '41 I51Gltii£M1,X7—g CLA55.5 � S o . — �-3' �— �r0�55 �' � �.X '���� �,�'^"�� _. � '� � �{ �����y" _ �_�I"_ �39! �� (��` ` � - .��.' ..._ �� ..ti`) N � k. f — : x' - ) l � Gj � � � . � __-� . _�� ��_� � GM1SSTAnol: � t'.MSC�'y�YY �.��—� � y_� � Y' . ]R ~~ O �6��♦ R � G!S SThi16i"� fIEW=op'Ep ,` ��`�„ � � , �� � s ���a �' _' Lj��d� ���' \i ����� � _ � �u /' i � , j� — - i �`���� � - __" ���; �\ \ rr'ii$6`��'% � �� � 1 �;j �� � ���-�',y- �-�' ' t� '��1 �L��� �d�� ,'4�� ��' — i� � � ��t���9��� � � � � � � � � :�,,., ;:: _ , :�ti �// +r�` q�i�'�; 3�r{� ,I� . � — L;: ._�� I �. � � ��'� ���� :� s� , ��,� . x }\�� �,�r; � � �r- .-' .-rL.�� Ir `99�r ���r1 �� �� l �I' ';_ � ''_� \' �a .� � i?�. I � - , ,��. ,�; a � //� -� ' �l) 1 f'�S'— t� ff ! � pj'• 1 - �. I��i} �� _ _ �� r \ ��I'� . � k-�1/ [{ .� I � G''�����.., �� �9 f 1 � "��" ? ` � ��. = 4 :� ��� I � � i �°� 1,�� � .,': ir_�'4 �`,, �` � ���i1� \ � �r` �� 1 � ,� J�T '.�.;*� r`� �irU . / �� �` , � �� � � '� ! _5 k� � �`1 �f� � I'� +I �nK �� ,��x; . �1 � � , �r� � -�� �� � — ,� �z �� � V � �. � z � �n � � -- t _ ���r �'�a / �� � . �A' ���� � [ f ,+'; � ` 8r � �S `-�,,--� �� � �� '� k �� ��s �� � > _ ��`_i ,1 �� � � �"� � � £, � j, �i �� � �x � � Z � �. �. I �- '� I �\ `� �6 � � � �ie f4�r� s�n'1 � 1 � I 5�5 ���L�F. �' I\ � ` . � �/ / I �� ' I ` �I �. i ���, �� ��_�� ����� � z �r �' 1' i e`3�3�' u 3�q�R _3p�� p���> ��=pz �� .� Q \ ' \ 2 �$ � � I ' � y � �,� � � _ ��.[ �; _ ���� Ua �v.a � J rs.�- � � x�`"t�'€a'� � II � i � ���1' � � i _ � e�4o� 5��5 r '� 11 � : �� , �.. � �� �__� � � ����'� F 1 �.s � . � �' I � } �1 �� � 2� �:'''.-��.rt.:.,� � -� � r' J *- � / / \ �w ls` } �''� � i ( l� � I �, � � 11 � • --��� o�� i � 0 N � � � �,P1 � �'°`�� ¢ U N 7 �a�:��i� ��,�� � za'z�'d � � � ���� 'm`+� 3 �a�r� •�<� � � � § i a �a£�� �� �v ; e ` � � Y`/` 0� ! \\ 1 V ,��� ; � � I� �' . w�t z� �` 1 � 1 �9 ti� � �� J? f � ` a Uy • � � 4 � ` 1\ =��_��-� � � �� � � �r \ l� / /n'- ���� � ' '_ �%� � �'�� �� a .._ �- � / � ���q� f�.' ' �__� r �� � � �� �. �: ����= 8a � : �' ^ =—�� �I I �z %� �n /V' � ` �-- � � �- _-__ —, , � t � �NC7R71i SEACFE STREET ��r---� (f2D'F7.O.W.j � �� 1 a ` ' c �'' " . _ _ — --�-- - � � �a — _ _ ' i � — _— —_ ' __- - — _ - - — � _ — . - ..-,��� � �t.� . � �-r _ ��� _� - � � ��=-- � �--f���� � .- # �. a � w Y 7 � i I S `�v � � - - 0. � ti � � � � n d � - .- � � o- '' � _..-..- � � �rj � �� , _�� Y �� � , f�1 ,�� _--- � ''� 1 , � l l�j,.��., �, �� � 1{�� � f j!+ � � 4� 1 � i � e�x�,,:M�a:�,� AN7f'H fi• lC t�EYdD � 1 j ;o �,�„w�i,o�,,,� ter: m.n.•sa*' . � x.,x c s ns 3- � 1 � � � 9� tY_P� �� ��j � [ � � � � ���.• � � I � � ��`' �� ::`�t�OK Y e.r� � � I � f� � :.�. �_ti�rs,..:,��.,.n�- �� j ti ,��,.,,�, � � � � �� ��,� � l �� �� � � � [F.!„0!l6:t1 i j ' r � I �IIdP � � 1 I I � ii^Iti�'-L•co'IXil9�t 3 3tl�l.'0] � , J I I I � ` '�j1Nd'siYS ql'a ��p11�S'��� =' 33°ii�iiax f 13r- 3a�Sf�O��'.Ni y3�i'.' � q � l 3:Af3fOUWl �H�� '�11'�� �-�'~ L 1 I 1 ( � I �� �� �_~ � !� f � ��.� � � � � ' I -- �-------_ .; .�,-:� �,�:- ,�,>;�� I � ` Y � � � l � � � � � j- -- � ���„ � � -� ���-P�� � -��,.�d <tz.�-�.a i -fj''�` ,�,� ( AEO",7dvN.•] � 1�lylU.S-. �, 1 1 I' 1 dd I S N` 11{]i'13S�A,ili1{f1Y �.�' -�-�"Y r ,' I ` S53U%3'&S3kiJi1 r.; .S3 � �����i- g � H.iP'Y �,7 � . � � � ,�,} :9%r� �{ l�CY+�? _ {31S.fOdc�J 1 `// i iS:yN.1� q�r{h-T3 � ' S �y � 4 ` ' !C � E �-;?i:tiA�irii ne=�leav - `i�,a�✓.5 �� ti 1 I� �5 e �:r.�`.cw � rai'Ha ' � ' ,[eri��� �. �I �l r j 1 s, " � �,�s+�yn, xisa� �,�'33 `f H�rJ� v~ �� � ` � � tv� 1 an �' �'atl]Atii�lf� >3 .0 49.-1�' i 1 I 1 + �1 I � r !a . � �.�inva : 5 � I rrin.b5i ��� � '1 ` �'Y� � 4', �{ l�El7i.1' ..`J1�� I ' ' r � I �I� ; i II l �� � y • ' `!.li�� .911R � � � � � j 4 �' }hE � ; `yf �. •� ! � � "1�Eted ' I l�/ I �� ' � � � � �II ''�t � �i tli1:0.1 J /E9'6d'Y 6�f� J�M1 / � � � F113�:351V311111SnY g /' k L'� ep 55�E��3�S9�61i1.5z N] . .` � � � l' -' � \ • 1- / / � 7P7� � I 119 an'J � � / / y 4 ;gy__ �M1"J�SMJlHd�S`t.v?JOIIS' � � 1 s � 1 / '' ' 45 ��'` ' ti � ''uY _ � � � � i� y :,� I �� �� � � I r � ,_ L. �� � � � I I � � , ,1 � �.1 1 � ! N�-1� 1� _—._____.� t �--� ,� 1 I 1 � � I I 1 � ' � � ._ � ��'��� � � � I I� � � �� � , .,: !r � r ! f � I • . 3'arti'a � 1- oe �� � � I I at rl ' csrra a�s v w� 3L 'F ��� ���r135V].",S7J9YIi01'1f10].R>_�[3 � � � i 1�31Y i � � � � m��nve ` a�aea�:m / � , 3; ��� � ��l � i �� ���ti I l 1 ����� � � =�,r�,��,:��� ���� I � .��;'� I � j�K � � � � �� =01�� ��� �� � � �r�„��R,� � � ::�,,.�.,�as.,,.��.,� — � .�� � � �I ;�' I I i�' . �� -�—� ,�o�� �.��:� �� � ;' � ,�,��.�� � l 5 ;IL}Vd ;oi �r5��3�f _.}��ns I Y v p 4 1 313HYi0� sHs[3:YF'tllVY.ss .n�ahNaN4_.O�r : � i��ry O � E I I I 5 � � �F 11rY[H�ola'iYlM 'l�[LJO �IQJ /F5 I 3 1 Ii 'i'U!.K�sna�i��i lFl`�f � 11 r -��i�r-4�NJ.aiv 3i:ii�missl.. clPrs 1 � 1 � � ''� � i � � � � ..�I�� — �'"'� As1:TJ30:lfKe � � I 6 .�::.� n,.,,.�„�,�d,�.� t. , �r � � � ; � , i � � , � flf�zs.,� ..��, fa a.���,. � ��, gyp � il i lrf'1kt1:EL^3 �n��vr:.Gs':.0 `� `� L 4,; � 1- �62� ¢uCsro1,N ua•v:n �( J .102�i1i7� 6 J l, .� -'I f 1 � � ' � I 1 n' � „=.s�,,:�9_d� � ar:�n�a 3iaao��n '�� . ��' - �' � � ` � �� ' rI I'� 1 1� � ��I ���f�l�l�� �N�� ` � "�i � ' ��'rr:r3��1 \n d1� 'I � I 1 ' � � .. ��I (�1�i�w��`� ~ ~� $ / � / � \ � �,,,hvd� . � Il�J �. " I' s �- I � ' � �1 Y l . �,�� � ` x,.nr .� � , � ' i�r�rms 4 ��� � �11���� o ���� � " / � � (/ %3///� � s ; ����s1 R� �,d .�, � . � kl� . ..� '1 J �/( ' ` \ I � .pi �Ff: h7._ �: 1. SG'96' �-fi6t l0/ ���, � ij k 359 ALxAL'M]� � /'! 9 C � {!''.�"' ,1:.i.5 . L �Vn t�l . ,zuaz�r.7siri � I f- � �. � �vr.� ~� ���'�F436-i21i � �.&.l� - I`SI ` '� � ! � � 1q; ~ `'�.� �� ii1WL �� � = �-�`� ��_/� � � il�Ml � n �q , I. - Iry i tIj� .'� ylL:l' ` � � =�_��.�--^,• _ tiv� .s , IJ � � €P � ��Il1 l� il �11 l . ��� � l � '� ��� � I �j / ����Yo�—....1_"/ � . 1 1 �Fn � % / � t.v��,�v� �/ y. � �_ a:� - / ` / ,l 6� � %_ � h � �z� .� r �� p _ ,�, �� ��' r � 9r::� � -- �:_}� .� �'�/ ����,�� -� „ � _�_�-�_TM L���.—�� -� �� � F_� ]I9N�.1"> f " _ " � —�� -- �4 _ .. ;l- - -'-r�_...f r;�c�� " r \ �'�� .j .�D . � � '3 � } +I p �' �Iry � f��i� i �Y� ' '� 4 �'x '�Jr —__� E )� vi " .GI' � I ' + I5 iP'Lf9. i3 � _,� l II� I I �-' . a }I } I n ,� r � �t � J�{171 �-+" ,lYE't9 i] .: 5 �[ ' _. � 1�p:L r' �. � I,'I I. / 1 IikN.5.Y7 Y{'� , � '(� Nl�l I 'S . ' ��' ' ,� Flt 'lT- . � e<.s -�- . _. � � a � n o r � i�i �'u' � - � � � ; . } � �., �ti ti_ �,•,- _ � ��.�e.' .: - -_q� ..T i -__ - _ �__ :_�_ _i =E\y—�--.,�� � V���� � _ � iu - I 1': --'.sa� , �I-y,l '• �::3nn- i nvn I' . L �1N..5 � Y. ! I�. � l :'i�.�� �� � � �= l.#- a % 1 � � `�e m �� - ��� � ��'� !�rt n _ iY �� l a�n: d � \ � rJ ox�lva f ^�` ? �� �� ��t5 ai=aa::m � , `'—' AI oaniri� � f / a�a:���ds!. „<�,, � � ��, 313U�� � r �� �:��s � l�37�fFIdap1.4 t] � 1 ;ry �-- ' � �o �L. _n�Y.i � � � 31'bNa,l� 1 �.,� i�C` C[� wrnsa 1 ` ai�aona� � ` '1-9'1 tl'd � � , �.« �� z �� f =ri3s'rdssar�ritnuue.tt�xa-- — -- — f �i: is�F7�Y Iy ��!/ 1 ` ,� \ 9 �7 -a::nre ra�s �iY'P" }�}�x��A3�L 5 39 1'AYi:@'t 1F � �e»d�a0'! 'ilItl129�ta a•i ���� '.11!'ii Y1f1 A�+�s I6YSa ax�:•n ao��va / �� aua�r:oa l�4� � 1 y � a � � Y 0 / � �I ' "3 �. I.� �� 'Y � f. � t �a�r r��. � -i . _ � �I:�� '� ��+ �ji� i�irilt{•.: �I . �• . _'_n ' J [ I _ .r. � ��L ` '-� ���� � � a r va\ � ' ry� j33Y :�o� 1 �S� 1 1 I d�a .tif a� ara � � Fitss�stau�+ ln�x }'fi,_y� I I L": �" - 'B(l$' � j�SS � � � � n Ly3y� c�. � � � � f '�7 � J �'� � o ,.� � � t � �_ 1 . l � ��. 3c � 3, � � .{I ° / inm� 3 � � sa�crP.�a � C� f o •'� ' ' 61see+wea=� / / ' ' � � azrrsrcoo-e.0 a � �� o / � I I 1� '�i 9,S�as,a � , �z 'y . i•mrvrud�sa � o �3 o�niva � �� " �w 3�aa�eo � J � � E1� �I ry�k '1 ` ��J g�� , �% � I � } , .� �', I ° I ' �; �.:, ` I 1 � �� �� ,l�i l��� � � � b.�a191:s l l� � � 1� � l� �� Y, a,�. � � � � ��, �; � �: 1 � � 1 �� �5:,ry � � � ' S�n - `a"�i� a � ;� 1 � �� � / � '� ''I� � 1 �a � � Ck1I � � �� � �✓ �� '� '� a� 1 a v\ � r��. 1 � �� �J� , I r i�� .a.I 11 �1� � 1 / 1 1 � '� ', � � E �,' �� � � - � I� � � ar.iin,ra � - u as .I � roi' a � � 1 / I ' Iy ` 1 sc,a,-r� ;� ` �,l;n � �'' � � I .I I�. I 'I � �-i-�---;ri xi}i� . . � P,i3i�t, �n5 S 11�J f y -�`�.�-' � 4� I J .I- �',��. �.� �a �,' � I � ar:�a R 1 I il ' S1j � �, • J � jJ �'�' '. 1 '9L:29 ld� � +� 11 �� I I _� � � 1 . .�L ' ; /,Nihl � � � [n��15 � 4 WN � �I! 1 1 I �. � 1 i�l�'x IfY � � � �� ` il ��� 330d � . I 1 1 ! � i�n � 1 � 5 , :� V 1�'• 1 g � i � s � �`��� � I I I � , 3 � ° � 4� ' �� � � � } � � ,�' �1 ..y1�fll A='d � ' � � � 'I } ' ` 3 � � f �1]H�i:O� � ,� I l I r-_ � 1� � 1 � r�f"r � ti � ��,��nj � � � �t; �� I � , '� � t I 1 `��� � I� +-! �� 9 �' � � L� 1 � � � � 1�,� � � � � f � ��';� I�� _ _�� � i I �� �����,^ � �`�I I r f �� ,� � _ � t} � � ` � r � ` � ? '� � kA liFTS `. � � k I � � �� �- Sitled Ol � fllik0 ` l-[L5z9cT3 . ; � � � � j aass . , `• � ( � 1 � � � I�a��,,,;, l�li� _ = �� � ,i� � I ' i I 1�,���` � � � 1 � � � } � I � ' �' �-�.»�nVd � � � � ", �. �,t 1 4 i �. �3 I � i I I I��..`�ll����}�a��, � � � 0 �� • � �# }tr � � . ry � �* � � � r , t. .� s ..' . ' � � r� . r.��� �J'QF� ' L �4-'���`f � ��' Y�_" �� .'� � ..`.. � F+4y� ��, � * +, % � �� ��� '� , . .,��� p� ,.. �.� . ��.ri f f � �}� ' � .���.�4 ` ,��� 'li I. �'{� F�4 ��� . � �# - . � . ��-. L i � - ' �i � �J I� 1 -.�`�-�r� s_ ` .. .���y'��'�"l� } � ry � . �"� i' � r�. ' - �. � � � _ . � I� � � � {}.��. }}�� -�� J4 �.Ff.... ��-1 .� � LL�a.� . i �'" : � � r� � - ' .'_ N - � � ' - ._.. _. �_ -� _ _ _ .—� _ ' '"�'� , 1 �� .. � � , � a, _ _ '. - i ` . _. s �G � � � �. � , I I � 1 ' ti _` r i � �' .I � ,�� '; {{ �.� . � I _ i . k' . � 4i . _ * � _ { � � L Y . . ,'f �.. . �f � � I ,J'+� �•� , f If� -rt �" �� }�1 l �„� �t�� � .- '�"' �:.. ,� � - ���,.�, , _ . � .. _ . — - r�� '���� � + .� # T1� ' � - � � , - ��+ '�� � _ �' � , 9 '� � � ti ' � y� ..I � I ; ' y ' �. ��.,�� �?a + � � L . � � � ' � ' .�. • 1#. �r� .l . . � � _ * . {, ' _ „ _ _ . �.�i � � ' � .i' .t . . • F� ' # � I ' ' �� � . � �. . - 1 . _ � � t� � � '� �. . - ` - -- - - ----� - --- -- - -- - - ��� I � [ � � � rn .., 0 N O � b N R F3r ,1-,- PI-� I� �z � � � � � � � �' z ��w �� �� �a � �^ � 1�9 � � � z �, 8 � E-� � � � � � � Z � E� � � � � � �' � �7 � � � � � ��1p� 6F.il � r�^ Vl � � v � � �I � � � � ro � �'pca�'aQq a - - �n N m (�l � N * M i m M w 0 0 o O O O o ������� 0000000 ������� ������� ����m a�QQQ�a ������� �aa�a�a b �, m -+ G O Ei �i �' � t'y F-� W N� � �,"� N> m �/A h U�"�q ��y � � � � � ry N � � � ..� G a o�?'� �� + a v � + U G � C v O a O O�� y W Iz. W W w v'"a���b� °`�vw°,�.G. �zzzz&� � ¢ � > � a 7 U U U V U N w �d R m Wo����� w[aw`wwww` u N W W N V G F.0 � a O o ������� M H N� m m[1 O O O O O O � [M�1 M m M m �7 M oa wcooawrn rn O O O � Q ^ H � �y � N � m a��,���a � � � � .� C 4 v+W � O C � m F .� w � P a � T �L P .� � 08 � .0 O � H r�J � N 6 � � �: v � � U c � � P. � d d .P � � .� � � d � .� .� � 4 � [Y H '� �i d •� � � 'CS � � � •a G a O � R � � � C � 3 b c p C " 4 p N " � � o 'a � a v � .' a `o C � N O � 'a � s � a � � � : o� � d C � a � � � � � i+ O a.+ L � a � � � � w YJ O �O � � r a E ii Texas Departmsnt of 7Yansporfation Legacy Contract No. Legacy WA No. Ai PA�C Provider Invoice No. 20121398 Combined fnvoice Template Lpg Mo. 'I Provider Name: Pape-Dawson Cansufting Enginee[s, Inc. Provider ID No. 17q-16762528 [:QMt3tleJ�i7 INV[]ICE SLlMhSAR1' — (P�pulate SuPPl�menl:�ry ra��,�hu�� iilfarmalion 2-� below ii y�i�iy� ru�dtGple InVoise �ernplates for �Yfls IIIVo��u} = Invqice Reason for Comhined Invoice � Comqined lnvoice Templates Template 7emplate Package Invoice Temptate Amount Log # Primary Invoice Tempfafe 1 Primary Invoice Template $96,671.92 TOTAL COMBfNEQ INVOICE AMOUNT $96,67i, — - -- - �M�Ci��fJf R LES� flh�LV I am dWy authorized to ceRify ihis invoice on behalf of the ahove named Provider. 1 further certify khat the claim is correct and is not dupficated on any paid or pencfing invoice. I certify that all subprovidets, except for any ]isted on the attached Prompt Payment {PPj Certificatiqn form {if appEicabtej have been paid according to PP iaw according to the Articles of tMe cpntract (within 70 days of receipt of paymentj. far the 6illing period indicated befow. I undersfand t�at the siete will pe�#arm a periodic verification of PP by requesting supporting documeniations such as cancelled cf�ecks or electronic bank transfers to supporE PP. (if any suhproviders were not paid in accorclance wifh PP, then a complete PP form shall he aftached.j NA PfaV�der Jsuthnrixprt Sigrual i i in onz +� Christine t+FWt[�Cf I17V�1If ir �17J�L � -��.� _—�»� . f - . TxQOT U�� ONI.Y -- Re,�+J$wed �y: k,��i�.vcr ��grs„i��ra T�llr] U,�te 56�nall�ta V le�k+�+r Sagnatr�ra le FyMs����y8�� �ipnaSurn Tii3e D.ttd� A�¢SrUvrasl By; P.E. NA P�PS Invoice Template for SRNC Paymer�i 7ype