Loading...
HomeMy WebLinkAboutContract 56001. � ��- -- . ����� ;; �,�p��,�,� p�y e � �'����..._ � � � J � �1T1° S���EYA�Y �• � ����`'���`�`�f ����-� ��. t,� � - Cx�j ��c� ��� CONTRACT F�R �E COIVST`RUCTIORT Ol� �ois �o� ��v.z � - co�rr�.c� � �;onsfir�x��xon � '" �O� F:�� �i%�� � UNIT 1: WATER IMPROVEMENTS UNIT 2: SANITARY SEWER IMPROVEMENTS UNIT 3: PAVING IMPROVEMENTS City Project No.10i472 HOU9E 3'I"REET (I�RtJM PAI�fOLAAVE. TO 50[J'TC� CUIrDE-SAC} BENTON AVENU�: (FRQM S. HAMPSHIRE SLVD. TD OLD EL4NDLEY T2�.} WIIYBUWMEIi� STR�ET (FROM BENTQN AVT�. 7'O SPRINGFIELD ST.) VAN NAT'1'A LANE (FROM EMILY DR. TO GIiA1VDVIEW DR.) Betsy Pxice David Coolce Mayor City Mat�ager Chris Harder, P.E. Directnr, Water Department William M. Johnson Director, Transportatian an.d Public Works Department Prepar� fo� 'The City of �ort �o�th Wat�r 1)epartment and 'I'Pi� Il�arch 20�1 PR�PARED BY: BGE, Inc. 777 �fiain Street, Suite 1900 Fort Wo�th, 7X 76102 r �� TBPE Registration No. F-1046 a����tld°�Fb CB�@���� r��� �+��'.�����i� � _ _ � � �� � �� �{�;�J � , f �ort `I�T���� � �� � � Standard Construction Specificat�on Documents Adapted Septe�mber 20I l o� oa oa STANI7A.R_D CO%IS`I'RUCT[Q1V SPL;CIFICATION DOCUMLIVTS Pagc 1 of 5 sECTroN ao 0o ao TABLE OF CONTENTS Division Ofl - Genexa[ Conditions 7,act RPvic�rl CI1'Y OF FORT WORTH 2D18 BONll YEAR 3, CONTRACT 9 STANBARD COIdSTTtUCT'TON SPHCIFICATIOIV DOCUMEi�ITS City Project No. L01472 Revised ]anuary 5, 2021 ao 00 00 STANDARD CONSTRUCTTON SPEC�FICATION DOCUMLNTS Page 2 nf 5 O1 78 23 O eration and Maintenance Data O1 78 39 Projecf Record Documents 12/20/2Q 12 47/01/2011 Division 33 - Utilities 33 34 60 Liners for Sanitaz' Sewer Structures 09/23/2020 Technical Specifcations whicit have been modi�'ied by t�e Engineer specif�ca�ly for this Pro,�ect; hard copies are included sn the Pro,ject's Contract Docu�nents Division 02 - Existing Conditions Date Modi�ied 024115 Pavin Removal ������'��� D�vision 34 � Trans ortation 34 '11 13 Special Provisiot� to Sta��dard Specificatio� —Traffic Control Q1/11/2021 Technical Specifications li�ted below are included for this Project by reference and can be vievved/downloaded from the Ciiy's website at: htt ://%rtworthtexas. ov/t w/contractors/ or https:l/apps.fortworthYexas. ov/Pra'ectResources/ Division Q2 - ExisYin Conditions 02 41 13 Selectiive Site Demolition 02 41 14 Utilii RemovallAbandoxament n�� Division 03 - Concrete �3 30 00 Cast-Tn-Place Cancrete 03 34 13 Controlled Low Stren h Material CLSM) 03 3� 16 Concrete Base Material for Trenc�i Ae air 03 $� 00 Modi�cations to Existin Concrete 5tructures Division 2G - Electrical �G-9�-9� �95�-9 �5-� ��-9��3 �g--9�-�8 Division 31 - Earthwork 31 IO Op Site Clearixa 31 23 J b Unclassified Excavation 31 23 23 Borrow 31 24 00 Embankments 31 25 00 Erosior� and Sedxment Controj �-�--�� �5 CITY OP FORT WORTH STANDARA CONSTRUCTIO%] SPECIFICATION DOCUivi�?�ITS Aeviscd January 5, 2021 Last Revised 12/2�/2012 1 212 012 0 1 2 m �oz nro���ti 12/2012� 12 12/20/2012 12/20/2012 12/2012Q 12 � � � � � � � . , , . 12/20/2Q 12 Q 1/28/2013 0 1 /2 8120 1 3 01/28/2013 1 212 0/2 0 1 2 ,�r��o�� 20i 8 I30ND YEA12 3, CONTRACT 4 City Prajecl I�io. ] 01472 00 00 OD STAND�IZD CONSTRUCTION SP�CIFICATIpN DOCUMF.,NTS Page 3 of 5 Divfsion 33 � Utilities CITY OF FORT WORTF� 2018 BpNll YF.P1t 3, CONTRACT 9 STAND�1ItD CONSTRUC'TION SPECII�ICA'fTON DOCUivfLI�TS C[ry Aroject No. f Oi472 Rcvised .Tanuary 5, 2021 �T`� 7�Ihnl�ni� �-z�-scrrz�v-i-� 00 OD 00 STANDA1tD CONSTRUCTION SYF.C1rICATI0i�1 DOCiJMFNTS Page 4 of 5 �--��� 3r3 e�4 33 OS 26 33 OS 3D 33 11 O5 33 11 10 33 11 11 33 11 12 � �-�'3' 33 l i 14 33 I� I� 33 12 11 33 12 20 � �'� 33 12 25 33 12 30 33 12 40 ��� �� �9 ��5�--� �-�-�� � �3 33 31 20 �� Utili Markers/Locators Lacation of Existin Utilities Bol#s, Nuts, and Gaskets Ductiile Iroi� Pi e Ductile Iron I`ittin s _ Polvvinvl C�ioride (PVC) Pxessure Buried Steel Pi e and �ittin s Vl�afer �ervi�es �-inch to 2-ineh Laz'ge Wafer Meters Resilient Seafed Gate Val�e Connection to Existing Water Mains Cornbination Air Valve AssembIies for Po�able Water Fire Hvdrants Pol in I Clalaride PVC} Gravif Sanita Sewer Pi e i � ����o� �3 12/20/2012 12/2Q/2012 12�2oi2a i z 12/20/20 i 2 1 212 012 0 1 2 1 111 6120 1 8 1 '1 !�'_�a-_1_2� ia�2oizai2 02/1�1120i7 12/20/2012 ] 2/20/2012 i � r.�o,rzv 1 7 oaro6iza�3 12/20/2012 01/03/2014 i �l�n r�ny � ��, (l�l��0_7__2 z �,�z��o �z i � �_r� `'�u �� ���zo;za�2 06/19/2013 �._�!_ - �1 � ���� 33 31 54 �� 33 39 10 33 39 20 ���-3 � �2� 33 39 60 33 41 10 �--41-� J �--'Y1'"_i� 33 46 00 �--Q-�--��- ��- `t'�tl� 334910 33 49 2Q � 3�A-49 Sanitax Sewer Service Conneciions and Service Line Cast-in-Place Cor�crefe Manholes Precast Concrete Manholes Liners for Sanitary Sewer �tructures Reinforced Concrete Storm Sewer Pi e/Culverts Subdrainage _ �i n.ii� Cast-in-Place Manholes and Junction Boxes Curb at�d Drop Inlets Divisian 34 - Trans artation ��-1� � n n��—�=rTo_o � n n�„rT 7 �,�� 7�i�n��n7� ��zo=� ti � f�ya� 2 a4�2��2013 t,�� f, io � 12/20/20 i 2 12/20/2012 1'1�`o/Ld_12 � 7 M,�J� -o-i � o9i23�zaao 07/01/2�11 ,�r��z�r�„�� 1 , /� ��.,,a.v 1 G 12/20/2012 n� �ne rro ��� rT n��no. t�T_ i2iao�za�2 12/20/2012 n�m�zOiT � . � � � CITY OF PORT WORTH 2O18 BOND 'YEAR 3, CONTRAC"T 9 STANDAAb CONSTRUCTION SPECIFIC�\TION TJOCUMIiNTS City ProjectNo. 1Q1472 Rev�sed .Tanuary 5, 2U21 00 oa o0 STANDARD CONS1'AUC'f1QN SPECIPICATION DOCUMENTS Page 5 of 5 Appendix GC-4.02 GC-6.06.D GC�6.d7 GR�01 60 Op �ubsurface and Physicai Conditions Minority and Women Owned Business Eziterprise Compliance Wage Rates Product Requiretnents END OF S�CTION CI'1'Y OF rORT WOR"TH 2O18 BOND YEAR 3, CONTRACT 9 STAN�ARi7 CQNS'PRUCTIpN SPECIFIGAT3QN DQCUMENTS City Project Na. i 01472 Reviscd January 5, 2021 #1�lfi10� I �i�� �� Cut,ricll Ayo�t�a ���;�I �� I�O�'� �II�,���, �GX�� �Il�a�y�r �r�� ��ur���� ��r�r��r�i���i�r� DAT�: Tu�s�ay. .Jur7e 8. �L1�1 L�� hJ,4k��' �02���E�{����'�C��.3A�FC�C��! R�FEF��N�E N�.: �**i1+��C: �� �f�3��1 SUBJE�7: {�l� �� A���17r�rFze �x��ukF�n of a�o�rkr<3c:� will� Jacks�r� �:��ns�i•�+ctior�, L.td.. In tl�� A�7our�t of �3.894,�37.l�, fcar �€�r�ibincd S#r��:i F'avlr�g lm�rc�v�:n���7ls �e�d W�i�e �r��i Sar�itary ���rer h.+1ai3� Repla���r�c�rwE� for �0'ES Bond Y��r Thr�� �irc�E Rec�r�struclt�r� �antr�ck �, A{.CL��7i I�kE��C:��d A�i�]l'4�fE��1Qn [�r�lir�a��c�s ar�d �Imr;r�d ihe �iss,:�,f 1'��rs �0�1 ��(7:�� �apita� Imprnv�rnc�n�. P�o�r�rr� (201�i €�oncl Pr�gr�rr�) J���OMM��,I]Al`IQfV: It i� rec�rnmc����d tl�at th� �it� ��u��ckl: � 3 �, AtJtF'E[rrt�� �}C�C�€tiC►�1 O� �����f��l WEt�1 .��CI(��n C�or�s�r�,ction, l�t�,. rn �he �trx�oaant �� �3,8�'�,5�7,7�, f�C �OfT1b1�l��i S�I'eEi �]BVf�g iC�l��i'cav��77�C1�� �C�CI uV�i�P �I�d sanJ����.��W�l' rnai�� r�pla��r�-��nts f�r �h� �(}1$ Eiond Y��� 'f'hree �ti•eei Ro�o��siru�fian �c�nlr��l 9 �r��e�#; Acia�� lhe altaci�ed a#�pr��ri�C�o� ar�in�nc� i��ca���s�Rig �s�ir��atecl rr::��i�t� ar�cf appr�pria�ior�� ir� th� 1N�t�� �t�d ��w�r ��F7i��� Proj�c�s �ur�d ir� kh� �rT�€�urfit of �2,�9'l,��4,0�, Ir�r�ferr�� from �v��ilat,l� f��nds wi[i�i�� LI�� 1+�1at�r and �ewer �und, for the p�r�a�� nf f�n��r�.c� �he �{�18 Bc�rrc� Ye�e T�r�e �tr�ei F��c�nstr��tio� �ar�tr�c� #3 anci � �ro�ec:� (�ik� �'roj�c� Ncr, 1{l"k4'J��; A��o�� �he �t�a�i���i ��pr�apri�lao� ��dir��nc� adj�a�ti��� a��ro�ri�kE�r�� �n �Yre 2�18 �o�d Progr�rn F�ir�d by ir����as�r�r� �p�rrapri��io��s ir� th� ��1� [3o�d Ye�r 'i'hR��� ��reef l��c���lru��ior� ��n�r�c� 8�nci � pr�j�cl, for tf�c: a�rnoun# of ��,1��,��t�.�� an� t���r�a��M�g appr�prGaiior�s i�� tl�� �ireet ��rr�t��c:t�a�71f���ons€ructior3�Rel��bilita�tE�n proc�r�mmab�� prc�je�t ��ity Prnj��:t I�cr. P��?�C��} €�� t�� s�m� aRr�ou��t; ��c! Am�r�d lF�� Ft�cal �'��rs ����-�G�� �apital Irr�prov����;nt F'rograrr7. DI��l.I��1[�IV: This [l+iayor d��� �o�r�c�l (rc�rfi��rGt�r�ic�#Ir�r� {�,4�.Gj �s fo ��l�hcirl�e � c���krack f��' vw��ter �nd ��vir�� in���rr�veTtier�ts �r� ap�roxi��n�te�y �.'i� i�i7� rr�rl�� i�r �i�� ��1�1 �i Bond �'��r �'lyrea �trae� R�cc��rst�t�c�ion ��rrtr�ct 8 an� �F e]IC)f7� Wl�jl tilval��- �r1d sae�i��r�r s�wet li��prrver��rii� �t� the �oklowiM��� slroets; �` Str�et _�� F#��se �ir�;ei P��oi� F��orr� Ave�7ue T� �u€-d�-��r: ��o l�+l�t� r`��e�u� rI�'��+i n� Be�lr�r� A�v�a��,�� ��. Harr�psF�ir� Boui���ar� �Jci Handlc�y 1�aa�J V�f�#�t•{���+er����+ar�g �+Vi�dowy���r� �tre�t Ber�t�rn ��enue �prir�gfi��� �tr�ei �� �llfat�rlS�w�r{P�vlr�� C��+��I�r� �laila Lan� E��il�r f�riv� W��l�fi Bc�t���v�r� V�f�t�r�S�werlF'��+I�c� . --.._. f�--�- tllC�l E}I"�p1ai:E LN�35 �{IV�I�i5$� ��7f �.1IC� OTl II+�`�I�GFI C��, �{��� ar�c� Na�r�:�7 ��, �02� Ir� 1#�cs �ort k�lor��� .���r- T��er�r,��a�_ C�r� Apr�1 #3, ��J2� ,[ha f�IlowRn� bic�s wor� re�eive�i: �idd�r �mour�l � Tin�� �f Alt� rnate 1 {�sph�lt Alternat� � {��ncf��t� �or�pieti�n ap�xe,otwnel,r�ef�f�covnail+prinlm�,�isp7ltl=�8949 N�prinl=l��uBdu�Typa�Prfr�k rrllrtr� 1 �- � Ja�ksnn �o��sCi�uciiar�, Ll+�_ �I�blle � 1Nir-in, le�c:. � I�cCler�dor� �anskr�cll�n �q,. �r�c. � M$C - C;Uirnc�lll Aipan�3 ����r��� �� ������� ����4'�,��7.75 ��,2��i;5��,�0 ��,147,�i�2.1 � ��,'� 5�,�'I 8, �� ������,'� � � , I $�,1 � T,9�2.�{] � �5 ����r,�iar ��y� Th� �078 6�rn�! Pr�grar� pro�rrdc;�1 ��r tha pr�;�c� s1r��;t� I� k�e rc�co��slruc�ed u+lt�� ��w �s�h�lk �nc� re�la�sment of d��������1 curb �n� �uiE�r_ In ar� effor� �r� s�cure t�e ar�osC value Cs�r I��� ��ty, sEaff �dvc�r�i��+� �#�e praject s�c�kinc� pr�ces for as�ha[� and cancrete r���rrt�iru���ir�n. �[�fis�r�C€� ���Vi�[� �ypi�all�r has � lo����rr �i��: s��aT� ai�d I�+n+�r �n�in�P�ance �asl I��f�r� �sph�IL h�larr,+o��r, c�� ie ka ssgnrficar7l �c��l r#iff�r�nce L�eiwo�r� ir�� Ir�u� bi�s sub��rr�tlerci ic�r ��e as�fa�IC ar�€'1 r;or��r��e p�vir�g ali�r�ates, st�ff r��;�rr�G��e��c�s a+�rartl c�f El3� r.t�r�tracl far Alt��f��l� 1(aspi�alt ��av�r'ig� The T3-ansp�rialiort & P�a�Gc Works i]��.�ar��ne�#`s shara c�r� �i�i� contr�ct Is �1,7i78.78a.7�, '1`I��: �a�vi�g fu��r1� inr 1���� ��ojc•cl ���� ir�c,:lur�ecJ �� Lf�� �01#� �ra��i Pro�rarr�, A���lahl� r�sou�•c�s will�fir� the �or��t�l Fu:3�i wR�l t}� �,�s��i lo prt���kdc� Ir��eri�ri frnan�tnr� �ra�il ci�l�� is is�u��l_ C�r1r:e ca�l�l ass�c��i�rci w�tF� �he pFaj�cl is sofd, kx�r�d �}r�r��ds will r�ir���b�r��� �E�� �e�a�ral F��r«� in �cc�r�an�� wi��� ih� s�aterrx�nt expre�sang �fflt�ial ���er�t io r�irT7k��ir�� l���k w�s ac�c��lc�d �� part �f l�n� ordin�n�e canvasstnc� 4h� b�e�d �I�cl�ar� (Orciir��n�:r� �o, ��'?�9�U�-�U'k€i) and �uk�s��u�n� ��;[io�s �ak�r� by ll�� f1+}�yor and ���nc:t�. �`M�� Wat�r �����rir3»nC's 5�karo on lhi:s conrra�t �s ��,'�8�,��i.(i� and will b�F �v�112,E�[e �n tha 1Nator & S�we;e f,�E��t�l 1='rojecCs ���nd f�f kh� �ro��ct (�i��r Pra�ect �10. ����7�}. In ad��fian �c� tl�� ca�rEraci �rn�tiank, �672,�T�1,� � {1+�r�#�r ��1 �7,5��.�0, �ewef: $1��,�] �11 _�t3, P��ring� �372,3��,�:5) F� �aquirc:�+ fc�r �r�j�cE rn�nat�e�riont, ii1�3��rial test�ng and ii7s���r.l�o:� and $�9�,�76.Of] �VVat�r; $56,���,Ci�. �ew�r� �5���k�O�_��, �'�a�riro�: �85.�3�.�t�y i� prov�ci�d Fof proj��r cc�rGlina�r��:i��_ T17�s proj�c:� �vial �av� �ac� I�r��}t��;t c�� �#�ra Tr��nspo�•l;allnn � P�k�Jlc �+Var�cs' or r�ri k�� IN�toe �]�part.rti�errts' aper�t�rrg bud�e�s whcn c�rr�plet��. The s�rEllar�r sev�ror car'irpc�n�r�t �� th�s ��ol��� I� ���t of #�re V�+at�r i�����tr�er�t's ��r�lt�ry �ew�r O�rerflpw Initi�tive ���_yr�r�, .���ec�priations f�r Ih� w�ier, sar�i�ar� sc;wer ���� pa�in� Im�ara�e����ks for ��1��8 �ond 1'ear Thr�� �ir��t R�c�n�In�ctR�s� �o��r��t �##� �7 �raj�c� by ��ar�r.i will r,an���� af th� �c�lir}wirt��: � Ft�nc� �xisli�g l�s��itic�n�l Prc�j�xct 1'ataJ"' _ A�pra�r��l'r�n� �p�ropriation� — . � ��718 Bor�d F'ro�r�rr� - F�nd �4{]'18 ��'f�.���.�0 �l��,1 �i�,��Q.�O f ��,��9,�C7�.0� 1Natvr � ��wer ���ital F'roject� - ����,���.0� $�,5�7 ,8�4.0� ��,�3�,8��.4� �`�n� 5��0� f�rof��#T�a��i� $�,��i3,�;��_Q0��,7'�$�3£3�h_��C� $�,"I7�,01�i.{]� `Nurr���r� rntar�de� for �res�r�k�linn �tir��s�s. �v1NVQ� O�F��� J�:��k�csf� �:�nskes��l:ica���, ��d. R� In c�rr�pi��r��,:c: wi�l� ih� ��ty's ��� (.]r�lnancc hy c��m�tl�rlc� ln Ihr�� p�r��r�k N1�� p�rtici�afi�r� �r�ti ric��l.amenlin� �c�of.i f�RtF� eFfort_ ���:ksnn C;t��rstruct�an, l.l�i_ rder�ilil�ic�:cl .;���+��-�1 su�crrn�rac:tl���tJ ancl su��lier r.����c�i'tuniCles_ f-l�vr�sv��. Ilie #irms c�n��cl�c� �n lfie �re�s identif��d ���i r7r�� ra�p�n� �R� di��� r�ra! s��k�mit ke�c Ir��tr�t hlcis. �#�re �lt.y'� 11+1F�� �o�� an this �a�(���:�E rs riG�[} f,if��c�nL, �he �0�8 Bond F�r<r�r���n ft�n+�r�r� +���� I���[�I«tied �n th� �U2�-���,�� �a��t�f Irn�tsav�m�nt P�ogr��r�i for �r�j�ci �'E�€]CI�}�. Acc��e�at�r� f+�r�di�3r� i� n�eded f�r this �,rc�jec� in �rder ta �c�ix�inistrativaEy l�•�r.k ��e �pendi��r� c�f alf fuf3riir��� sn�r�•��� in r��e pro��rl, :a��ra�riafii��r or���nar��e� ars r�aodod f� mave ap�ropri�lrons ��a�ri 1��� �>ror�ramrr7�t�1� ��r�jec� lo �i�e rair�tl�r funri�:c� �takic pro���t_ 'r Fris a�ilon in ��ris �+1�� wii� �mend �rie �Y�O��- �[]�� ��piaal im�rav�r��if�r7l Pro�7��m as ap�r�vr�ri in co�necttot� wiE€� Ordir�anc� ��t����-��3����!1. Tf�is pr���c� is ���c;at�d �� C�Uhl�l� �I�7f�I�T �. 3pp�,v-141m�k.a+y�e-co�ntJt�i�lrGtrri�.r�sp?id=?��d i8.pran�-true�E]t�TypetPsin� � �s17f�f}� I ���c�� �rv�o��.��r�or� r ����ri�a��T�or�: hi8c: - �aunr.�l Akpe��a Thf'. �II-F'f:lf pr �]� ��iF1��1C� CEl'ERFI�S ��7c�t �IJ�tC�S c�l`A �:�rce:r��l� av�iEabl� I� #he r��}�r�llr�c} t�u�E�ei �f Et�� Water �� Sc:w�r Func! �r�id �p�n the t��a��rc}v�� of if��r� aba�+� r�cornfn�n�a�aon� �nd asJ�r�l.ic�r� of EI�� �#kaci�e� a�propriatron or�iir��n�x.��. ��r�d� will k�e a5�ail�ksl� Ir� li�� 1N�� ���ita1 !��-ajecis Fur�� �n{i �{�� r� �iuns� Rroc�r�m Fu�ci ���r lli�} �O�t€� Bond 1fr� •��n����;1 �i&9 ��rr���c� to s��p�� Gf�� apF.srr��+�l c�� tf��e ab�ve CN.fi0CT1�T]�f1C�7tI0flS ��}C.I 8};BG�k�,I�F} {lt Fh[: i;c}r��r�cl, f rior t� an�+ ex�e�r.�l���rc% h�irlr� i�iCLlfl-��, ���e �'r�ns�a��ation S�, ��iblic Vd��lk� ��nc! 1+�la��r De���lnze�Cs hav� lh� r���r�nsl�ili�}� lo uaEidais sE�k� a+��il��ilil�r of f�nds. FI�ND ID��TI���F2�_{FIDs): T� ��Fur�d D�parErr�ent A���u�t I�ro��ct Prograrn� ctfvrt�+ �udg�t � f�ef�r�r��� # IAenour�# ID _ Ip _J. .� Year f .. {��artfi�#d �� . FR.4 M ��e,nd�I�epartr�e���Accoun� Protect Pro�ra�t�Acti►rit �uct�et � �� �D �_ �f��r �ERT�FI�AT��N�: �ubrnittad for ��#y f1t! ��a�er's Offico b�= Or�gin�ttn� De�artm�►tt �I���i_ �diii�r��E Ir�for€natian �o�r �a,��t;. L�ana Sur�h��ff (�3[7�8} V1��Ili�r�� �ahi�san �78�'i � �1or��y H�II {86��) A�TA�HM��1TS 1, -I 9�}.��_.��,18 B�nd 1'ear� } r r c���� ���11PL1116VC� �1+1� ��df �. ��9�+.�df ��.F''� In��:rn31j 3. ����1 ��IP1����-�A�K��EV FID T�b��, x��x ���F�� lrt��r���l} �, ��'��I��:���-.lf1�l{�O� �u�1�1� �,�c�ll,. ocx �G�4V InEerna�� 5. �0�0�8�IP�'��9-J�C�,i{,�,�,,,���18 AO���r�}r.t#� {P��b��r,) 6, ���0�8�I�Y�}.�/�2ry�.s�`*�..�l���l�!_���{�� 1���1.����� {I��rb�ko} �. �3d..�Sy..I�C,�,JLril'Jl��l��ti3lJIY ��FLI.L�iFf3C.� 1�VE2��L.� 8. ����1��IP1{3�9-,�l���4�{�.�.Tl��p �2)_pdf f�Uhllcj 9. �AM search.R�f {�:FW 1n��r�xa�) f�efere��� # f�4rno�,r�t� ��ha�fi�ld �) � _ (�'FW Ir�leriralj k���,o�wi�r��,�P���Caijncib'prirt[maos�7id�769��1 �GOiFItik=1+��1e�5ik�oTy�o-f�rinl ��3 CITY OF FORT WORTH Transportation and Public Works 20i8 SOND YEAR 3— CONTRACT 9 City Project No. 101472�2 ADDENDUM NO. 1 U�iit I: Water Improvements Unit IT: Sanitary Ser�ver Improvern�ents Unit III: Paving Improvemen�s Addendum No. L• Issued �+'riday, Marcl� 26, 2021 Original Bid Date: Thursday, A�ril 15', 2021 Revised Bid Open Date: Thursday April St'', 2021 This Addendum, forms part af the Flans, Contract Documents & Specifications for the above referenced Project and modifies tl�e origilzal Specifacations and Contract Docu�neylts. Bidder slaall acknowledge r�ceipt of this addendum an the space provided below, i�1 the proposal {SECTION 00 41 40) and acknowledge z�eceipt o�1 the outer envelope af you�� bid. Failure to acknowledge receipt of lhis addendum could subject the bidder ta disc�ualification. The pla«s and specifcation ti.ocuments fo�� 2018 SOND YEAR 3— CONTRACT 9, City Project No. 101472-2 are hereby revised by Addendum No. 1 as fallows: SPEC�FICATIONS & CONTRACT DOCUM�NTS: 1. SECTI�N 00 1] 13 — INVITATION TQ BIDDERS. Tiie bid opening date has becn delayed. 5ealed bids will be received by the City of Fort Woc�h Purchasing Office until ]:3Q PM CST, Thursciay, A�ril 8th; 2fl2I and bids will be opened publicly and read aloud at 2:00 PM CST in the Council Claambers. A sigi7ed copy of l�ddenduin No. 1 should he included iii tl�e sealed bid e��velope at the tiine af bid subinittal. Failure ia ack��awledge the receipt af Addenduin No. 1 could cause the subject bidder tn be considered "NONItCSPONSIVF," �•esulting in disqualification. Addendum No. l RECCIPT ACKNOWL�DGEMENT: By: Company: ����S�F� �1'1���`E��f�l�, i_� Wiiliam Johnson Direc�or, TP W By:Mary Flann , �1ar 2G, 2i721 ]5;.t . Maiy Nanna, �'.E. Program Manager, TP W Addeess: rJ�fL ��hv���eY�Y. C ity: � r �` �� � State: � � 2U I 3 Bc�nd Y"L.�R 3— CE)ArTRAC:I' 9 Cit� 1'rojectNo. 1p1472-2 Atidendum 1 Page 1 of 1 r•rru ���' ��iilT lnl{�r�'TFi Trsiii���{�M'1a41a{�n :��i�l x'�il��ir �YS11'�C4 ��}1#t 1#(�1�fC) �'CAI� 3 — C.`C�J�fi'C�t1C"I''> i:�ly I',�,F,�t'c� Nn. I�MI�l73-2 �131)�I�f)i]1Vf N[). 7 �?IIGi 3: 1�i:YIL'i' E17��77�f4'4'lila�i�it �I�,�I II. tinTFN����+r �c�vci IF�F�,�uec���uuis Il�eil �lt: lf:4wfu�! �If��}i+ik5'{'1HPFIIS Ac��luM��{�z�n �l,r. �r 1Rxue{� I�r.sli����{la���. N3�i��1� �1, 20�1 "I-Iris Acicie�r���im, l�s�ru�s k�r�r� nl �hr ]''3Er�ts, C',s7��t:-nrr l��3c�.n��r���� ��. SyF�cllic��tic�s� tirr Ili� i�la�3ve d'�:l�.r�:���.ed l�rtijec� ��3cE laatxc�i�'f�s Ihe oro�;ii7sl ��tic�i �s:�+[is��35 ;���rl {`sriol��c;l Tlnc:iiiiiuo�i�. �3ieicl�a� 4i�EGJi a��ka�[�w1cd�[e. ruc:�.ipi [�f If�i� liCCLEI:Ii{�1kS}7 111 �I14.5�]BCl: 4}L'{}V1dCi� f]L•I{}4YF in �17e �rr�,�r�r,�l (�FC"�'I{.}i�f U�I �C !{��}� �nd �M�:��nul�le'.d�� re��i�,l rui ll�e ut���.i� env�Ea���e �r��a��r [�ad I��:iil�lee 14� �c;hi����vled�e I'�L�:iTa[ r.rl-Il�iti ��141e��{ji�nM ciruC�l ;su;�j�:�:� � h� bid�c,r lo oi���t�c�l iii��u i��i7, T�ti� pJr���� ranrC ���c�`i�ior�titrn doc���tenl:; �i}i ?(� �#� F�t7�11> Y�sh I� "3 � C:{ �� !`I'fiA�'-[- {�. �'i�y Pi'u,jcci T�dca, IU k•"�7�.-� uis• ��c��.�.y r�:viscd k�v l�{�cle�yd����� iV�. ��+s lal���wti; {.'a��ti�s���4�c;ti�a�� rinn�s Ir:���r h�en �.i���iK�;�# ;Es �s�iit,wi3�g. • S�ir.c� i3- 3�G-vi�cr� eu�ul�.ctiasn t�t cxistirig lines tk� ��atl� ii�iersect��a��s, incl���ii�wg th� �,oiriMe�ti«�� �+�� thP �:xi53ia�� Its-]iit�ls �i�«irk. i��ncliE[ed �[el�e�s fn�' �ipe Ii[4�EEk`f, R���na�v�sJ ref�rQnc� tu wu�e�li�te ft��ur��ii�� cf�ts�iG, Acld��l nt�t� J`ar t�i����rn�r�r�� tivn�er �� Ss'.Y'VIC{�R� ■ ��IeCf �+�: ���V15Ci� Cl.lfl[tCCE[iIGS Ci} pr�rErtMs�[I IIaFe� ��C;kY10Y�{� 1'EL�I'BaiCB �l� tV�l[PC'I�kl� It�w[rrfi i�� {��Ea'tl, . �;Itc�ri l�: ]t�:m{,v�cC �'!_.�l�1 in ��-a�iifc l��I�el�. Aci�lcd CSS tc� Vdt_-�` ancE V�+E_-U {n� Wi�rri��xv:�tcrc �l � 4���r1a�.�i��,C+i �i �<<�crs�ciin�ti}_ l��vrserf WL-L� (a� WGnd�+w�ti�.i� �1 �� Lseni�at �"+vc: liu�.��:r�ouirj a�n�l ran3�rv�d �vpMl�r�Rne luw�rl���, ■ 4��r.�l 1f;; R�:,��uvec] "i"sY C]"]'E�iliGtS" r��cr�uc� in �al,u� vie3� �n�l le��o�cl � ��re�fi i7; Reart,aveil "EiY i}'I"I�ll;f.�S" re�e��cititi� ii� 1�IFt��� vi�5►v na��i le�;cotsi. � S�l�fi� ��; �i`IilffVi:�j "�j' �}���i-�1;��•• 3'�.��'.I'C]]C� 117 ��l',�3t4�_ . �l�cel ��J: f�en,c�vct] "]�Y C)Ti [�1�5" rcFer�:i�ce in lc���ntf. . tilieti �Il; C#emsavc^[i "f�Y C���'��I���S" r�ielcl7�:c ��� ��I���� vis;tiw ���d fegu�tcl. r��.+��Fse�f �vater lin� r.nnnrclis��� na, '���� ���� I�,� �l+}�a slrrF;�� ���� Il�o I�e�leq AtrulevaF-d I!1 �efS�Gf I{}ii. ■ til�ccl � I; Evl�n�yrxle i��I�ri�tisatfrFn i��� f�;i�sl�ule flt STA I) r0U ticfticcl �rs �iE�u#il�, • Sls�cl ��2; i'ra�ii�e cAll�t�� tor s�wcr I�y s��en hii�, �;u���'t�i;e r{'wfr�rriliuoE, IrkkC��C��IG �t��+� r.�iil��rl�i�eiil ocvi,�e€I Ics I�eilc[�t 1�«tiR rrf� �}F�x�, c:�7i7.i��rf�:li+r��. ■ 4i�e�l �l3- JZc�:�ed f[�c:r�lltu� s�I �'�rn�]{rsecG 3v�I�ar1i�G� cr+��:3kLI�F, �li �}ic3'�]c �+��}v. • �����1 3.1: �i���. ����feri.,]��i�ot���r�l C1� CCMfkXtl 114:�1iti19 revisvd �cr I�c PVC' by o��en c�ai reviserl lii ��E«�il�_ 1�s.���lec:c �alnF� �ul� "f'{.�1�2'Tf�l1C;"!'{}!{ SIi�L.� !°ILC�'i'E��'-E' 5�'iff��f 1f�I,F,"I'S" willa "i'C�N"1"E�A��Tc7R 53��l�LC., Rf.i[v��1��, rl�l�) RE'#'�..A�.'F, ��'i"s[2�C l�I.,F.'eS �i��: �l��f�:"E'st�.,' f'9''-'1' i��� I��FR�I' VJ[.IEL7'li � r�IvEanr�n ec�M^7'R4�c�lnn si�f�r:lr�t.:n f�c �r� uc�csa�1FN1"S �¢�:r��crl Mns�� IfF, �u� I 3fl111 1Et}lail) Yi.Jsf# .S, C't IfYI'I�A{�' f'� {'1'I'V I'j#{]!�i'd'`I�� Iffl.�'�?-� J� I}I kl'N Cll I�1 : ■ �'�L'4'� ��" CiLiEil{'ik'C4� "C#1' C]'I'F�I�i{S" r�feret7�e Ij� ��It�Fi view�. + SI�_�19 ]�cuufvt{1 "F3Y �"?'��iFRS" Mr,��[CI1CP iC4 �}Etll:l VF�xw. . Sl�ee# S�M; itr;inovecl "L�`� {�'I'FfE�R4" r���ea�c��ce iii 4al+an vi��, ■ ���rt� 51; k�cm��v�d "�iY C)`F�l�1L��'1��" J't'ii41'[;IkL't I11 �1�SiG Yi�W, ■ �iieeL i2_ Rern��vetf "f# Y��I'i�lL:��S" s�ti��i�e lo� �I��� wicx�+_ •�I���I 5tt; C�{��i:�ccJ f��ler c�ll n��ks rtI S1`A l[��I-f��r�i.�IG ,t��tl �']'A Ei1'��E6�_?�� Ite�,kiFs�nr.l "€{�:h+SC}VF d�c RLiPf,1kC'F=� I??Ci�;'�' JI�1LEs'1"r'�f'„ tiwitli "`1t���Vl: I'_7{I�"T" � I�� G�I C:cx�1S'I' I if' C1�S'f� E N���f.��L l,s�f�3 fh��.�:`I' �'(��I�Lc;.l. �I'{� I_�€ CS'I' �I �,� l���l� {,�lL'�" + �I�c�f �rd, l�evl�c�d �iGe w4�1�lr 4�1'tktic�arnprnaiey A���I���r f'�vti.i� R�:�r��r Uct�il, s�c�sil A1f�4. • �Irec�! bs= I�ewl�ul 1��e w[{if�� n1' lkie `f�m�urury hspl�all T'Nvii�� i�cpki� 1]etail �irtl r�v��ec� cleruif �1{�,� lo I�� Tt�mp�ar�rry Asplt�t�t !'uvin� Tti�x�ir Tlclxiil lt� I11L'I4L€i� �c�icp�r�bi� bs�c��ill w�tl, C4S, ft�vi��ki �etnil l�IGS ta io�cCui��. Tcrn�xc����ry �s��h,�fl 1'��vinG: Re�a�i�r �s �f�e surtac� re.*scrrat�n�� wi�1r C���Tv[_ ReErwt�vul cfctr�il C1�.5. • �Ix���.� ftfs• Etc�vl�c,}�.� �I�� �vlrilE� cFf' I hr T�n� ���xra�ry A,�li�l� E�i1VI I1J{ F�i��)klll- UC�C�IIt i1CtN1� Alf,(s. l��ai�rsv�cl cle�:ail C`J�,f,_ * ti��cc.� 67: 3�cviscd tl�e tiuo�l�l� t�l"t���'I'ern��,rni;v A;:��laa,<< f`hvi��� C�e}���ii ��c��il, �l���el Al�l. k�cl�tuv��l ��:t��El li{t�7, • �IIC4� ��: FZ4V15G'i{ kh� w�{�lil� ��f�rk�c Tttilri[�[�fflr� �5�llr�it f"e3Vsl]�+ ���Fti�lif E�PtAEI, A1L�#�, + 57l�C��.`� ll.� �{�Lli�� ����� E��{ ���lk���rJ��Ji,�i��lv �11rtj�~L: Y��.�Y1� iw. Y�i��l.l ��C}5i' .��5"} — �=t a� �U-�] l27 Ic� cleia�� �It�ol, 2, ?vf{rdify l��e ��rvi������ �U s�U IJ(t '{'A13L-� i71� ivC_�1�'�'Li�l'1'4 �u:ii��3 �u IIL[LEi�S Illt S�[1 {1�1 �)p '!'�Li'1C�C; {.}l� {�C1�'�'�,N`I�� ���;iiu�E a�4��'Ei�d Eu 113is a�lJt�rc[tia��� �, S}���.i13�r�i�u�,� �ectitx� �1t.r �� �}3 ��t�r�t��1� L�•'Uf��] tu !�� E�73Pls.A�1.�U aF� i1�s aa�tirr:ly wi� Ir ll��ai�l��:sl rcvaseri ��i�! Pru�€�sa.k, � I�C�'IEfli:l', I�1C III��Yif4119 ��} �±411 ExMis�iicss �:iyui�y I'E�t>v:si�so�s w�tl� ific r+ll<<cl�cr.l �evixa;cl frii �}7 �}�1 i+�i�k�sri�v �3us��7tss �uie���srisc Spe�i�ir;�t��risc��Ee�C,tu��� 9, 7�115, 5, ]{��;I�wce lE�a �eevioiis tt0 5� +�3 A����[�1.E:�'i' witli tF�e ukl:acEict� r�vise�l {l{l 57 �E.� A��'0�[T1f:iIC �.�"V19t:� 1�� CC�II�I'pCl EEl�lt' Irl .�{i{F {�FfVg. �, ModiFy 31�c j}I�V[tllk`� ffI �� i'G S'i'itFFT t.���. f'Fvlt�v91�1' scc�isxi to t�r�i�li II�� Ol .55 ��� �TR�F','f U��' �'f_`1<[�1[`f� SGl:ili]]1 E1CI�l{;�i{',�I �{] IEkl3 Il{1L�L`I7ijIJL7t. 7� M�{]ill��' IIIE �]I'�Yk{111SI�i If� I;} R'LLf�SI:i}l17' RE:(�lJt]tF1�1����.� 44'.{'fNlfl I47Ii13jC�f1 �I�� ��I �J� G9 fi�}����c�U�� I��:(,?L�l1�3'_��IE.:I�i'T'� ��:e�i«i� ;�II[��l3�rl is� If�is n��[�eixliii�3. .. S. Ei�a��nc4• C��'-S.Ub,� �2����r�tiry :�nrE W����rerr C]tiwn�rl �iuwi���s� F.�y��r�}G•is� C'+�rrM�tJ�n�rc� f,.,riot wktl� iU�,o�sc�,r�ccl.]�r��e ��, �iMli, CI'i'� c}�� i•r�l� I� }+�tak'a�E� ti E�n N f��A t# I r t't�F�r��l It I i(-1"�{ }N � IaEr'�FR['.A7li}hl 1�CI I A�i�NC�G I lou:tcx7 htarch _��1, �li11! ��rrN I3;.�N1.� 1'J ��� .1, i'S�h I 1��1�.'I�� r'1'I�ti'1`s2,.1�1:{-I'Ncs rnl�+7x-? nrknr:r�i��at� � t� I'rs�.fec�{'�arJFdc���inns �}uri i�� tl�c pre-�ad �iic:C[1�ifi, EI�C. �kitet���e�x IiS�ei:l #!1� f�f�iEt7tYIIt�F t�����li�]I15 FIE}tl 1�1c C.'!I}� ot i��{��� Wttelh �'e3��u��ile�� ifi l�s�. �[]I10lWICk€, I13i�1111{'i: �lr�e��'Jrr��t }, RtSjx.J+1��° ! �7r��,s�fr��r z, 7'�Pa�f•a; i,s �r r.{t,sc��'ti��rcu��.;4' i�P ���r� r�rurs'��vfi'Jif��f 1�fix+u,fr�fi� ffre�tr'c+fa��-1 i�� 1�ZL•.s�J(fc'fi{ii'�7��C�++ �ar�r�k f,s+ t� .77fJ nr 3fiS rh����'? .S)yeilfl�`���Icr�1 �k1) 5� �+� ,���f�"�'4FCxlIX-'i+1 i.Y Jf�1C}f��Uil I!1 �J�YJ�CIr _�.fSJ� [fifl'a'. 7�ftr+�cr �s- {}}{� fri�T �����r� �lrr�l ia� �x�r� a'Ju�u+�� rlrr f1r� �1f[Ura_ T4 ��r�.e i1ir1 i�r�rrr f+7+• Ihe u+r���+�� fn4w���'�r�,�'' firs���+r��s� � '�lr�? i��r�tt�r liuc fr,ti�+cr-r+�,� �r�fa� i��r��� Ir�rs• f,���r �+����rr�ti�cfd. f'fj�F rr+rrft+�i�+l ��F �h"Jliil4'�f Y1�7 �lrt� �afrr�r.� !7!{" ],s r�.��c� f��Jr�+++,�r�rr��� fr'��e c,��uys���3� �rc+1o��� s��r�t�r �1r+�r�� rr�x,�'lrer�,� J7 �r�r�� ?l1. �l1L'3'��fiii -�- Rz'.,��aur�sc 3 �N�S'lJc}fir � J�e,s{�r�� �s�e ,I Fr��� s�r�r��.'�' hri����1•r��F�c, ta' �1ra' CTf���h� �rrnc�l�J� ,s��bsfc��r.��}' fr� rftr� ii+r.��er� �c�i,r���r��,g? 7'7ac� �,�utc��� ��rrc• fcrri��t�•l�r�,� �xr�x +rc+r+ �r�xs �r��:�� r�ea��o,+rt�. f`�.�5�,� i�dN J�-� {�rrr`r� I+}� fJr�r C t' �7r��'c' rs [f qfrcr�r�rl�! r.��scx'r�f�r��C�, u� f�i� ��ru�rr��r �j f� "�r��ix trcr�ti+�;,s r.r��! �he �rrr�rt�r�rr u�.�+'� J�,i�,r��'+:r��t,x. 7'�re.�t+ ���r�r�hr.�r'�w� ����`�t��rlt�� r�rr�fr;h, �1eu7atfil�es' r�►'� 1r�7[f�x�cc{ �tr�! �rur��`!r tYxcl� rrll�e�-� �Jtrc.rf}r��� �_ 7{rt���c• �,3� rt ,e+r���c �rr���recfltrfx ��r r,�,ri,r�r�rg � G" i�+�r�e��'I��if' �rr:c•r�rr���r.'tf ��� I��� f71"FdfJflS'f�� , f�r�'r�+ r:u rlt[� �J����fr1�� �J r������r�c� �L'• .S', lfc�tP�j7����`+r+-e �iutt�Uw�rrr�c� {�rJr�.ri�•liou, s'irr��+f�{ �ir��'e ���rf �ae � Cu����cc'l�r)��,�� fr� ��rrs�irr�; �f.sfe!�� �sr'rrce ��rs�-e �,r cr r.YFlfPlt�i'�PfJP! fJP4 �}fJ��� �s�r�r'-s roJ N�c �N'f�J7txsEt� tcre". � ' {{�,s}�o��_s�t� .5. r�)�a�x;frc�r� 6_ f��.x����,��,sa G_ �)fr,x,vffta�r 7 R��,s{+r�rta'c� ! ��rr'.s(�ru� r� 11tc' c'c+�a��r.��'li+�+� fr� rlre fb" 7���r���+���1re �tc�a �+ca��� x'e�+l,red� n�ar.1 �l�t� rfrr����rl�+,fi��' r�orurr�'lfr���a' �'E,���cf,r Jhs +�e'i+�s'�C� [��'Sf�+1, 18 f1,Rl�lr�� cf•!�`trl�'G��'�'�{r+ir�r.��i]���r� rlr� ri�c}��k J�;'l�fiP"J��Cf� fJfT �fih+ra'� �!,'' T�c��'e' fw r.��� e��ls7��r�; x��1f���+ �•e�Sr��r�#�r�, lVra J{'�,�J�f-r+f �h�ur�� ��eqr�r�-�r�. I,7�t� LrJ�I�`£fl��lX�l�Jf� ILFftl� ��,�c�{�.+Yr��u���}+t�E��lyd�r�,e r,ti t-i�'r�r,u,�,,��rfJrf, �lar��'e are uris,st��g brd rfcru.s fhu� cr�'� f�#�'f i+ �rzcrtfer� /��' �he' �'rrra�x�+���cl�rs�r of �F�� ,�r's�+��r� frru' or� .slre�r 31. �10 3+�� r�t�c�cf ru [�Cf�1 +�;��:rnucrf �if fir��ce,4� ��re, r�-ec,s, ,s�[f� �1�rs.sr`��,� faftlf rf€Fr�i.� �ddec} lu ��+'c,�r�rsC+� ��+'���, �h'if rrt�rf,s r�n .�rfr.�r'� _3 { �k��r'� c•c�rff e��r�,fu�' 11r�= ��er��rr�s�crl c�ru� �'.'f�fc��-' r���rrr��+f�� ���x ��� ���e�¢ �r, ������ns�f� ����ryc a�rk! rf�r�rx�, iruai+ rler f���r ��n��sh��rt'� fite �s'c,^�I'�!�� �r�• C+pc1r cd�� � 'I1xr.'+��r {�s r� f,r`c! r�crx�,%r�r' f1�i " RC.'�', ,���� s'1������1efi�'1 !l�e�-r frr' c�.J,�t�� �tt'�+r fr��• ful€�r,e;r ��N,Yf#fJ��Yc' �S T1���,�c��r,+r,�+�r:� �rirl��rr�}ar�.sr�� lrr,r��� J�errr r'c��is'��{f !t� rsr.r_n�r�rl,�i��` �frc �'t'�xrix��e�f rr+�r.� �'2°�llirCCfJPt'�Tf rJ� ���r�' 1+'+�asf.4 ��r�rl ��crirl d��rr}a�x' �Sewi+tr�- 1i���1�'�;��r+.r,rrr�rfr �Ll��r! ��, 77x� �i+�l�• {']'S'Y i]]� f`�-Ili'1' 4Vt�ld"I'i3 .�rrl B F�{7Nf3 1'Lhl{ I. t'+��rJTf�ryC'Tfi r-fAh717fi.R1)1:i)NS'TIk41C'E'fUN�il'liC=11'If:A"�'I['}Ni.1i}l'llhihhl'1'!i �IT1'PRSYIEiC'1 f;�� IC1�19�-� f#�v�«��Ih�tni�'h3[p,71J?I l�GI�ENI?!I�I # �df�'.s�ir.r+� �l. ftG�,s��r���s�� {# Q�r�}�s�rr�++ ffJ, Ii�'.5'f.kkJ�,VE fl�, f�'�� Jrr.:w� �'�u��av�c�a���rl��t��isrrlrhrr��re�,rf+�1�_ f1���,4�fr11r � 1. �,s flrr.' ���`�?jt�el �r1�r�t+�' fh� +'r�1''�r �r��l� {��r,s�rre.s,�� l�r�rrr'F�� (Ja'r}irxrrrc�' � !�r_r�ara�rs�r i 1 � rrt,ef rc���� f �, �r. SfTn�xxr � �. ���r�_4��uxr F3, ,4r.r��orrSr 1 �_ ,4�'�' i�w rt �.irJ1f.���fL+�1r:1� {]Jr� �f['JJ� ��t1C{[ICi} 4YI�1{C e;+�i5'lrrtr.�l��rg f�r� �wr'4�+��� ft��'. 7'l�r�r�� p��' }51 1_I' r��'fi��'}S a:l���L'LI f71t� erJP f1If��Y4 Y�f!'�'{' ��Ytt 7[r br�l f1c�r�� f�rr f�(L?Pf�' �o����f! r�� !��{� ��r�,�r�,sr�f ffe�'�u, !s� �1 yucrr�r��{r:�rf e�r+rlr'f 1' G's '�' 77�t� �rllrc�� :��.p��i��� r,rrr� fl1:Ff'�- i.s r-ri�i,risf rr��rl �1u lr,r��;+„� friv,{��,,��Wa! fIDP����pe �'n�r���+�r�rffnr� r��� �4'��t�e� 31 i,r to}►eFrr c'��� Gn�rff� fl�e' �xa�s'�rr��rrfr��+� C��Pf�(',Yt�vL� ��i�� 7f�{� ft�u�rr��cz��+ t7s�.�+rtrf� ��cr��r��t���f r�•fxr��' o�f��������J�a'_Y r��'� k��+�: �frr fJr�y+ q�+rurflf,i' lJ�z' ,'���' �rrC�?,5' ��Yr� ���-�.yc�.�r �s� ,v��1��c��f rt} f�i�� �:+•��v,�q�rs hfR�:' ���4r��Rr.fr+r_a� rxs� l�ti }{r�t� �I�st�� a�rt r�rr�fe�r �iir jrr4r4��rf�r_k r�r�;�i�rr���'c. ��ef��S'Pr,�,�ir�'+�t,4 fJx4! �Tf�rxC�ir'f� �rr r��� a�rlef���cltr���, !fr{ �rru��o��r.�� y r�,s{�+r�h f�'NfiPa'�r r'e'�.�r�r�` r��•trrtf ��'��+ra�:� ��rr fr��r�c�h �x�fr�rc������ �t " rk�� r�rclp s�rJ� raj'r�re �r�err�'Jr Mi��rf�lt, f�' fl��,k� fr„si� I�r+' ���r.# ��ir�+ r�+��f �sr {u��p�? '1 J�r rrr��]x,r-tar}r rr4�,,hr�f� �,c�ti�r�r�! r'����fr' �{�frftf +,ti� lv�1��,Ye+c� rr+�ci ffrJc,s ix,f l�rr�ffl��i! �h[x �? " i��rc�lir r��v rrllrcf ���rcl� u�'Ji�i• �r'r�x�r.'!t. ��'�rr.�t.rNf�����F�i�r��f{lfYl�Jf7.h'{!��[J�'�r�, ��� t� �xc��.'+s�k��t��}t frr l�rr� hr.�l�+�+��:�ff��� aff��a�r�rfti+r.�� lir�f�r rr{�a��•�rrr�r �.�rfrr.��rrr��J.�' x'er���l�v�cllr,� �rr.' f+lr.f, �)u+'�q��r+��� f �I, ff �r�rar�r•rt��� ��as�ru�irrf rs .kr�rc7r,r}� �i��,r {';+�� �7rv�,�a�,+� r: �!�'nf���'��� H�fIIP I�F! rr�ro�x�r��ra;�fr�r� ���.tifi1�c'd'i a�N[!1- (�f'f1+L�I�1+fPf°�4 ��lti� i11Y" �fl J'i�f��1l���, a'}f'C' ��ff' NXi,V�flT�� CfJ�+i:t'C'f�+ e}t'�h�il'f��A4 rJf� fffP+! �irl�rr �,rlP�r' fr+ �'�1f�[f!!a'� T��'s}�cx+�sc !�!, f'ifjr,rpeerlf��cr�inr�.s rr�fr�iF� �r,��t�r�,+ Irc��rrf-����rr•c��{�.n�v�},� il+�€•rr �uuc•J�lr�e ���rrl�Y�F i��' i�� r{�� �ere��r�'r.rf ��r�slt+�u ��. J�J�rrfc�� rz+�r�sa�ver rrrrfl.s �l�s� f'fJL r�,Y cr ��Jr,� 1l�Jr� Ir��' r�Nf.+�'��'ti�'I�rf�1.r }/'�Fris iw lJ���} a��vl�, �'C:i#, r�,� f�rr�rrh, �J CffifiJ �li{ i*.l)]iP��S!}'C I{]�' �I�i� 3�1�[r�� Cff�YffPJlJl�'_4 1I2f.'�'r f��w, f� fJ�e rf��e��sc'a=ft�,r5� rsrrJ 1r�rs�c rr�p �7ffrr���rrrr vr��fc�•ete prn�e�r��c�r�� �frJh��r? �4:S�7i7fL4C` �,T, f l�£ �lilj+ 1��1fJ5' J'L'�t�J'f�f�7�' 3't1� {r�,� f�rf cn�rcr��fc �'o�rs��'��r��n+� l:rrl� rzlfc�r'r�r�fe� ►�+i�� t'�'u�[+��r r.r�s �si�r.aFu�r ru f�e brc���a�-cF}:rrr,*crJ. ��it�s�io�� 16. l����11 t+�fhr�r� r7s�,Jrr��J� r���;'n��+��r•r.'r��{xrl+�7��fi�rf br� trser�, r{�' br��h� It�:if.Nif�S"C f�. C%J1� ��l+ i7�It'J'JPINe' Sl+f�� �3� CIi[l�1'�rlf �iJ�' [7�� �s��-��t'rs� �u�,4�x[r+Y � 1. �d' �i?a'1�c' Cr f����CJ7'e�� r���r.It�� lJar� s'Jr'e�+1s t�Ye !rJ �r Cr11P.4l��K.�����:' Rr.�,s{�r.���,���� �? lYrc�r�r r,x r�W �i �+�'ctk'�-{'�fc'r �c,�� flrc' �,r�r.��*x' �af�,a�r�e�� f�rc��ra��+'�rc���ir+�' huGi+cve'�'. �f�r ����r�a�las� r��r�r1�c��lr.�r�� f�esf f�t���c�ft•1+ �:`l�'r�r+.ruc��')+/ .kc�irr�o� ��cft+ �'rur Nrr��c� I.t��7t 4' 1'I Y il l I'�(11l'fi VI{ll1^.'f 1 ?{i I B atC1N f] Y��l ]� }, G't,NFl7�,i{-1' 4 '�'T� hrFfrl �!! 1 i'i I�+I �i'! k l'l=Tl{�H S P�,d=fE' [r'.+k J'�i�, r I�I 1C'I +?ti9 F N'f� Cli'1' J'l�i�JL-;i,' i' Nu. k U 147� •� E#ev�xdMer�1:#i7,'20;t1 hl?k��:hl3}li�A � �ti'�r���rlCf �iC C'27�75'ff��'a���r.f �r ��rv�i�-i�y Jra t'e!r�trc-r' trrx�Nrr:� wrl��u .se.{rranf i,r rr� ,s �.�� s�1 n 1 rI�1 e�,F r, r.,- �e��'Yffcxrr �r� 1#��,�}1u��s�r� fb' {}n. ��.s fJ�e ��r�r��xers'r.tl sc� iiF��r' !{r�a• trr� ,el���r�f �? +�cc�r� �� b� {�+�r.+,�•ru•c.�f-srfc�l I+} s'a�lis�+ 7'CF�I �•rr{rri� �r�,�a� � ��.4 � �Yra, lJ��� awrr����'���t� r;r��x�etftr,+ra� �r� �{�i, {tt���fc��r,�r��� ��'rr��frkrlrf++�'re �r�fe:�•�i�c���ro1r i�r�,ti� ���',fu r�r.'i+��st��� rr� ir��c��ir.rlt ��rl,s' r��xtr,���'��. ft.l+lN3�Ifa+'r � S�, ����'Jf[';7N1' N'rif�'�' 1�c7�4H`�4' f.+�'C {�fu�cr! r�u hu�i� �sta1+�,+� 4ir�fF'�7 d�(1!l�PtFC'f�JJ�? �17 iJPr i'3"Jh'IlJ��,b f���r�� ��r,�; f1t�a�'c ��r?� r�eer.�f:k �r� �rr�i+t�� irrfr�rr�l�r. �fr+� r'nrt��r•r�tr���� f�} �1��� �rr',sfi��� IS'[f��++' �rfi�d' r1� f�Pi" ir7f{'.i'SL'f'�Jf1+P f?� }�E'�i�f��� ,'�h'��JPff+.? i���l'� ii #�41+�+�7.4�lfJ'}i �ifilf�C1+l,Ti-f� (,3'i�+r•��� f i� { rl,�r� I#kt ���f,s� rr� f�rc� rlafea.stcftr�rr �+{����rr�r ��1r.r�frr �.r�,��� ����t� ��"� ffr.i l�trtrlrl�c��'r� �Yf�t�t'r �0�;�' kJ{r�+r�rlsa ��f����1�g sr��lcl�zf d��� t:c>rr,crr{r1+'r-�rf ir��s�+�rxlr' f�a�,s��r��1,3v} 1�', .•f scgr��r�tl uf�lJtr' �'x'���'�r��y; f��-����'1r �rrrra J�r�,s hcc�r� 1�7cl��fir�f �r� br' �'e�rf�tc'r�rlr�r ���R� r� i�r�erf 5hE e1 !3. 7�Y��r.' �{�xf+'�� ���ii' �r�r �s����f�'� r(J lazxx� hc�c�r r��ti�ix�t� �c, ,w�#��� r�� ff�e �r�f�� r+r�fs�r �r� ffr��� }Jcr���� }.r���� c�x�a� t���raf�1 JJr�' �,r.7�t��t�t�rraan crl tf�� �,{�a�r_w�r�r•��r���, i"�l Y i1F ECJfd'f'14'4'tRTlf ��1J8 uCiNa XEAR 1_i,'ii,l�fltAr.-T4 ,�r�t;�nn��r����rri't'!'fkU+"I'li]:,��f'li[:Ir�li'A'I�i)�II]{]�:IJ�41fFrfS sy'i5'���{����r�ri��, �s,Ra?:-� ��u4'1,C� h{clF.il I�Y, .�I1c I 1i1}� 1l=Iti23� �h�l t `i'I�r�. r�cl�i{;�trlMr�t7 I�,� Z fcao'Ena �i«i'� rFl slie ���.�ll'lCkh�Ii�114 ��e ['uist�'Flk',T f7�ic�itnc�il�, fnr tjpe it;�csYe 4'L'fi.LiEll;{'.l� �ll�i)]QC! +l[}LI 111ULI�IIL•w �I1� iil'j�iLltl� E'l'i.s�eGl ;vl�[ut�G ��'c ['ar�7tr+�[�t �},3�.wn�'��I� ��,f �he s���t�. ��I�Ti++v��le�f�;e ys�air rc:cripl f)C Ii{I{�i'.Ik{�L1111 IJu � I�y t;ri�����l�liii��, lIE�: r�c�ii�:tit�:sl i�fl��M�rtafat�n 3t tl�r 1ia�kuu�iE7�; lnc�3linn�: [ I) In rlrL ��c�ck �fi�����1�� 111 �S'4.11413i 4I�G ii I{f{J, Lji1 I'Sil'GII. P���: 3��f "i (�3 I«�li�.�i[�. E�ti 1��7�f��-et��c Irltr.!'4 r�r� Il�e �soiC�ie�i u�yn�q'seultcl �ri�l eiiViltq��- ,�[�.f.:�1_lVI:I�Ikftil7A�v��l�f_�1NT.F=.��C.�Ft[�,����)�'T�l�Ilf41 f��.±,;��� h�i�ifrrl �n4��� ni'l+dd�:stcluiu I�C1, ,� Sllt}IIjL� L1C 11L�Iklc�Qii iii llt� �t�.�leti i�i�1 �'iiv�l����r. iGa thr, li�Eic u� Fsirl *s�lr��iitit�l, f��il��rc �r., acic�i{,wlcd�e Il�c ���.wcti�l r�f ArIr.1��M{l�.in� hli� ��;n��Cti 4.i�.�:;�. [l�e ��abje�.l I���.l�l�.r [�: la:: CCfklSk{�et'8[� "�f( �I�Jt��,��'c�T�'�ll�F:?,"' o�c=sialiii�,� li� �I��yEir�lif's�',rflir�ii /iC��f`.11E�liF6t �fi). � RE� �i i''']' �h��C�J+� W �.:F=�c�T�?tv1lw:�l`] 1��;��'�,�-�� ������1 � �-t� �:ir�]ZpFlr�y- ���'i��i {�i�C13�#'i.lG'��011, �I 1� f��{�ECSS; �i�� �ur. V a� #" �a , f'.IY}+,,��1 � ���i���; �ti�llt�; t ..T 1�ifi��33lki .�U33fkS�.r�1 �3iru�,l�r. `l'�W �,.,,,�� ���,. N�rS�'�% �Iiil"k��r7 a�: ~io�ia� ii �n.. �. I3y_� — "rt �ir�ry �i:,nut�, f',F�;, f'i ���iai�i 1vla�rs�,c=, 'I"f' W ��rr� �r� ��,c��t'���v �-� ry �:�F rrFG��� 4us:� r�� S flkNE.i�Rfl f=�1N$7'likl�'YfCkh,t SPCI_`jl�i[.'14Y'IC}P1 f1S1L_a Ih4L�J'E`� l�rr�sr.l P.�un:l� id7, �lF� S �u i e i+c sr� i� v�� i� F, s�t�o-rsrr€nc�- �} €'171'IFR�If�=t"h'Na, i01�'17-7 �1Of}F`I�+�l�yl ? This Addei�dum No. 2 forms patt of the Specifications & Contract Documents for the above re%renced projeci and modifies the origina� Project Manual & Contract Docu�nents of the same. Acknowledge your receipt of Addenduin No. 2 by campleting the requested itaforrr�ation at the following locations: {1) In th� space provided in Section 00 41 00, Bid Foa�m, Page 3 of 3 {2) Indicate in upper case letters on the outside of your sealed bid er��eiope: "RECEIVED AND ACKNOWL�DG�ll ADDENDUM NO. 2" A signed copy of Addendum No. 2 shauld be ir�cluded 'u1 the sealed bid envelope at the time af bid submittal. Failure to acknowledge the z�eceipt of Adc�endu►n No. 2 could cause the subject bidder to be considered "NONRESPONSTVE," resulting in disqualification. Addendum No. 2 RECEIPT ACKNOWLEDGEMENT: William Jni�nson Dir�ctor, TPW By: �� Co�npany: J��:�SSO �i�ti����i�f0f�, �� Address: S��Z ��Y. 1/�llev �r. Ciry: f pr`r �/1�i1�-�� St�te:� oegi�allysigned byMary Mary Hanna "w"a j 2021.03.311fi:17,74 B`i. "b5�00� J Mary Hanna, P.E. i'rogram Manager, TPW END OF SECTION CI'1'Y Oi� FORT WORTH 2O18 BOND YrAK 3, CON'1'ItAC7' 9 S'l'AI�IDARD CONSTRUCTIOAI SPECIFiCATION DOCUM�3N"1'S CCCY PItOJECT No. 101472-2 Reviscd March 30, 2021 ADDT;NDt1M 2 OO 11 13 11VVITATION Td BIDDERS Page 1 of 3 SECTION 00 11 13 [NVITATI4N TO B1DD�RS RECEIPT OF SIDS Due to the COVID l9 Emergency declared by the City of Fort Worth and until the emergency declaration, as amended, is rescinded, seated bids far the construction of 20 I 8 Bond Year 3, Contract 9{"Project") will be received by the City of Fort Vilorth Purchasing Office until 1:30 P.M. CST, Thursday, April 1, 2021 as further described below: City of Fort Worth Purchas�ng Division 200 Texas Street Fort Worth, Texas 76102 Bids wi11 be accepted by: 1. US Mail at the address above, 2. By courier, FedEx or hand delivery from 8:30-1:30 on Thursdays only at the South End Labby of City Hall located at 20fl Texas Street, Fort Worth, Texas 76102. A Aurchasing Department staff person will be available to accept the bid and provide a time stamped receipt; or 3. If the bidder desires to submit the bid on a day or time other than the designated Thursday, the bidder must cantact fhe Purchasing Department during normal working hours at 517-392-2462 to make an appointment to rneet a Purchasing Depaz1x�ent employee at the 5outh End Lobby of City Halt located at 200 Texas Street, Fort Worth, Texas 76102, where the bid(s} wi11 be received anc! time/date stamped as above. Bids will be opened publicly and read aloud at 2:00 PM CST in the City Council Chambers and broadcast through live stream and CFW pubIic television which can be accessed at htt ://fortworthtexas. ov/fwtv/. The general public will not be a�lowed in the City CoUncil Chambers. In addiiion, in lieu of delivering conrtpleted MBE forms for the project to the Purchasing Office, bidders shall e-mail tne completed MBE forms to the City Project Manager no Iater than 2:00 p.m. on the second City business day after the bid opening date, exclusive of the bid opening date. G�NERAL DESCRIPTION OF WORK The major work will consist of the {approximate) foIlowing: Water line, Sanitary Sewer Line, and Pavenr�et�t Replacement in the east area of Fart Worth atong segments of House 5treet, Benton Avenue, Windowmere Street, and Van Natta Lane. Major work items incIude (approximate): 4,700 LF of 8-inch Water Line installed by apen cut 2,800 LF of 8-inch Sanitary Sewer Pipe 14,200 5Y 1 l" Pavement Pulverization (Alternate Bid A) 14,200 SY 3-inch Type "D" Asphalt Pavement {Alternate Bid A} 15,500 SY b" Concrete Pavernent (Alternate Bid B) 6,300 SF 4" Concrete Sidewalk PREQUALIFICATION CITY OF FORT WOKTH 201$ BOND YEAR 3, CONTRACT 9 STANDARD CONSTRUCTION SPI:CiPICATION DOCUMENT CI'1'Y I'CiOJEC`1' No. 101472 Temporarily Re�ised Apri[ 6, 202D due to COVID 19 Emergency 001113 INVI'L'A"1'TON TO BIDDER5 Page 2 of 3 The improvements incIuded in this project must be perforrr�ed by a contractor who is pre- qualified by the City at the time of bid opening. The procedures for qualification and pre- qualification are outlined in the Section 00 21 13 — INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained on-line by visiting the City of Fort Worth's Purchasing Division website at http:,,www.fortworthtexas.�ov/purcha.in�,, and clicking nn the link tn the ad�ertised project folc�ers on ihe City's electronic document management and collaharation system site. The Contract Documents may be downloaded, viewed, and printed by interested contractors anci/or suppliers. Copies of the Bidding and Contract Documents may be purchased from BGE, Inc. Email Carl Krogness, PE CKrof�ness(a�b�einc.com to make arrangements to pick up plans. Flans wiil be available at 777 Main St Ste. #19�0, Fort WortY�, Texas 76102. The cost of Bidding and Contract Documents is: Set of Bidding and Contract Documents with full size drawings: $100 Set oi Bidding and Contract Documents with haIf size (if available) drawings: $50 PREBiD CONFERENCE A prebid conference may be held as discussed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the fol�owing date, ar�d time via a web conferencing application: DATE: Tuesday, March 23, 2021 TIME: 9:00 A.M. CST If a prebid conference will be he]d ontine via a web conferencing application, invitations will be distributed directly to those who have submitted Expressions of Interest in the project to the City Project Manager and/ar the Design �ngineer. The presentation gi�en at the prebid conference and any questions and answers provided at the prebid conference wi31 be issued as an Addendum to the call for bids. If a prebid conference is not being S�e1d, prospective bidders can e-mail questions ar comments in accordance wit� Section 6 of the Instructions to Bidders referenced above to the project manager(s) at the e-mail addresses listed below. Ernailed questions will suf�ce as "questions in writing" and the requirement to formally m�ail questions is suspended. If necessaYy, Addenda will be issued pursuant to the instructio�s to Bidders. CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irragularities and to accept or reject bids. AWARD City will award a contract to the Bidder presenting the lowest price, qualifications and competencies considered. INQUTAIES All inquiries relati�e to this procurement should be addressed to the fallowing; Attn: Greg Robbins, City of Fort Worth Email: Gregory.Robbins(a�fortworthtexas.gov Phone: 817-392-2333 Cl"i'Y OP FOAT WORTH 2O18 BOND YL4'AK 3, CONTRACT 9 STANDARD CONSTRUCTION SPIiCIFICATION DOCUMENT CtTY PROJECT No. 101472 Temporarily Aevised April 6, 2020 due ta COViD19 Emergency QD 11 13 1NVITA7'IOI+i TO BIDDERS Page 3 of 3 AND/OR Attn: Carl Krogness, BGE, Inc. �mail: CKrogness@bgeinc.com Phone: 817-691-4574 EXPRESSION OF INTERSEST To ensure bidders are kept up to date of any new information pertinent to this project or the COVIDI9 emergency declaration, as amended, as it may relate to this project, bidders are requested to email Expressions of Interest in this procurement to the City Project Manager and the Design Engineer. The email should include the bidder's company name, contact person, that indi�i�uals email address and phone number. All Addenda will be distributed directly to those who ha�e expressed an interest in the procureznent and will also be posted in the City of Fort Worth's purchasing wei�site at http: fortw�rthtexa5.��v�puici�asi�: � PLAN HOLDERS To ensure you are kept up to date of any new information pertinent to this proj�ct such as whezt an addenda ts iss�ed, download the Pian Holder Registration form to yaur computer, complete and email it to the City Project Manager or the Design Engineer, Tne City Project Manager and design Engineer are responsible to upload the Plans HoIder Registration form to ihe Plan Holders folder in BIM360. Mai] your completed Plan Holder Registration form to those listed in INQUIRIES above. ADVERTISEMENT DATES March 4, 2021 March 11, 2021 END �F SECTION C1TY OF FOAT WORTFI 201 S BOND YEAR 3, CONTRACT 9 STANDARD CONSTRUCTION SPECIFICATION DOCUM�NT CITY PRO.[ECT No. 1Q1472 Temporarily Revised Apri! 6, 2020 due to COV1D19 Emergency 00 2l 13 IN5'CRi1CT10NS TO BIDDERS Page 1 of 10 SECTION OQ 21 13 INSTRUCTIONS TO BIDDERS 1. Defined Terms 1. l. Terms �sed in these INSTRUCTIONS TQ BIDDERS, which are defined in Section 00 72 �0 - GENERAL CONDITIONS. 1.2. Certain additiona] terms used in these INSTRUCTIONS TQ BIDDEAS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person, firm, partnersh�p, company, association, or corporation acting directly through a duly authorized representative, subrnitiing a bid for perfomning the work contemplated under the Contract Documenis. 1.2.2. Nonresident Bidder: Any parson, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for per%rming the work contemplated under the Contract Documents whose principal place of business is nat in the 5tate of Texas. 1.2.3. Successful Bidder: T�e lowest responsEble and responsive Bidder to whom City {on the basis of City's evaluatian as hereinafter provided) makes an award. 2. Copies af Bidding Dvcuments 2.1. Neither City nor Engineer shal] assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making copies of Bidding Documents available do so only for the purpose of obtaining Bids for the Work and da not authorize or confer a license or grant for any other use. 3. Prequalification of Sidders (Prime Contractors and Subconfractors) 3.1. A1t Bidders and iheir subcontractors are required to be prequa�ified for the work types requiring prequalification at the time of bzdding. Bids received from contractors who are not prequaliiied shall not be apened and, even if inadvertent�y opened, shall not be considered. PrequaIif cation requirement work types and documentation are available by accessing aI� required files through the City's websiie at: t ►�t� .a�ps.fortworthtexas. og v/Proj�ctResourc�.. 3.1.1. Paving — Requirerr�ents document located ai; htt sJla s.fortwortntexas. ov/Pro'ectResources/ResourcesP/02%20- %20Construction%20D�cuments/Contractor%20Prequalification/TPW%20Pavi n� %20Contractor%20Preyualiiication%20Program/PREQUAI.IFICATION%20RE0 U1 REMENTS%ZOFOR%20PA VING%2000NTRACTORS.pdf 3.1.2. Roadway and Pedestrian Lighting — Requirements document located at; CITY �F FOAT WORTH 2O18 BOND YE�LR 3, CONTRACT 9 STAIdDARD CONSTRUCTIO[J SPECIFICATION QOCUMENT CITY PRpdECTNo. 1D1472 Temporarily Revised/Updated January O5, 2021 due to COVIDI9 Emergency 00 2! 13 [NSTRUCTIONS '1'O BIDDERS Page 2 of 10 https;//apps.fortworthtexas. o� v/ProjectResourceslResourcesP/02%2Q- %20Constructi on%20Documents/Contractor%20Prequal ificati on/T� W%20Roadwa %20and%20Pedestrian%20Li htin %20Pre ualification%20Pro am/STREET% 20L I GHT%20PREQLiAL%ZOREOMNTS.pdf 3.1.3. Water and Sanitary Sewer — Requirements document located at; https:i �`apps_fortworthtexas.sov/Proj ectR esources/ResoarcesP/02%20- %20Construction%20DocumentslContractor%7_OPreqizalification/Water%20and%2 OSanitarv°/a20$ewer%20Contractor%20Prequali�cation%20Pro��m1WSS°/a20pre a uaI%20requirements.�df 3.2. Each Bidder, unless currently prequalified, xnust submit to City at least seven (7) calendar days prior to Bid opening, the docutnentation identified in Section 00 45 I1, BIDDERS PAEQUALiFICATIONS. 3.2.1.Submission of and/or questions related to prequalification shouId be addressed to the City contact as provid�d in Paragraph 6.1. 3.2.2. 1-f�:f�1]'[�i2�1R�' �`ROC'F.C]LJI�L;� i1l 1�= 7���� �'� �V � [?-1 g; � €iisl4l,:e ++vlrs�s� ���'��{t���li ���t�nai I��; cxpir�d J�ir�n� ii�� [ini�: ��r�,�i� wkiei�. ���aii�:l cr�iar��tt�y {>t�i�P ls iri plat� {�ekEcr,il. st:�l�. I{+�ttl) tsntl ia� 3t� dk�ys #�st � hti ��pirati��i� t,r 1174• ���r�er�c�� or��r vrifl� ili� C1��11i��1 t��1i1��1lj[all t�aCL h}� cE.r.� ;�n�! r��cm�li. ���i�l n�+1 �+�� '�UltltTlxCl�ii�1� �f�L�kIC1�lI'lt{� fl'�1�T1 �kttuii��, tf�� L�iddEr'� h�d �,�,�r�ed, �1 �i�lcle�� in �fti� �it�iot€�r�� ��ill i�,�vc} it� I,:<I c,Tx�ec! ae�d ����d alo�Gd and �vi91 he aEl�r4���� � E�u,iarc�' �nys (close nt busi��ess rrri tFrc �'" 4k�)�� �c, �kGhiTii� � cc�mp�Gt�� p�e��n:Gla[ic�#ior� rer�ewa�1 �acCc���, Failure� to tirnelv sul>�r�i1. [}r s�rh���aE[3E t�#' �n ��xc4}i��ple�t �a�;fc��, v�+ill ren�fwr FI��x �3idr���'� bGd nt�n-respc�nsiw�:. IF[I�e E�r�quafificaticai� r�n��v{��tl xlo�.�un�nlss3���w Il�c �3idd��':�s F��stiv n�ak�t{����i�ietl, lhe �id kvill L�e re���lcreJ �3oki.. �res�3�iv�_ A aidder ���sy ii�,i u�� ilii� e�ccc�,i�nn ttF we��C a ��reqttafiti��rt�i�n s#at�.{s yrc.`�«r rhFin Ili��t wk� ich w�as in plac� {�t-tk�� �St� �[ �k�riCi�l la]kG. }i ���Il�+:r w�1�1 .seE�C4� !4� lf�c�'e�s� it�prc��w�Ei�kcr�rion stnt�� m��s� fnE3cxw r.ftcir��i�i���t�! �uhk1irt�+�CJr�:vic�3. �i�s7c��s, 3.3. The City reserves the right to require any pre�qualified coniractor who is the apparent low bidder(s} far a praject to submit such additional information as the City, in its sole discretion may require, including but not limited to tnanpower and equipment records, information aboui key personnel to be assigned to the project, and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder{s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated fime frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional infoz�mation, if requested, may be grQunds for rejecting the apparent iow bidder as non-responsive. Af�ected contractors will be notified in writing of a recommendation to the City Council. 3.4. [n addition to prequalificatian, additiona3 req�airements for qualification may be required within various sections of the Contract Documents. CITY OF FORT WORTH 2O18 BOND Y�:AR 3, CONT]�ACT 9 STANDARD CONSTRUCI'lON SPEC�PICATIdN DOCUMENT CI'i'Y PRpJECT tVo. 101472 Temporarily Revised/Updated January d5, 2021 due to COVID191:mcrgency aa at is INSTRUCTIONS TO BIDDERS Page 3 of 10 4. Examination of Bidding an� Contract Documenfs, Oti�er Related Data, and Site 4.1. Before submitting a Bid, each Bidd�r shall: 4.1.1. Examine and carefully study the Contrac� Documents and other related data identifed in the Bidding Doc�aments (including "technical data" referred to in Aaragraph 4.2. below). No information given by City or any representative of the City oiher than that contained in the Contract Documents and off'icially promulgated addenda thereto, shall be binding upan the City. 4.1.2. Visit the site ta become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, perforrnance or furnishing of the Work. 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. 4.1.4. Study all: (i) reports of explorations and tests af subsurface conditions at or coniiguous to the Site and alt drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Faci�ities) that have been identified in the Contract Docurnents as containing reliable "technical data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Documents as containit�g reliable "technical data." A.1.5. Be advised thai the Cantract Documents on file with the City shall constitute aII of the inforrnation which the City will �urnisn. All additional information and data which the City will supply after promulgation of the fornnal Contract Documents sha11 be issued in the form af written addenda and sha11 become part of the Contract Documents just as though such addenda were actually written into the original Confract Documents. No information given by the City other than that coniained in the Contract Doc�tments and officially pronnulgated addenda thereto, shall be binding upon the City. 4.1.5. Perform independent research, investigations, tests, borings, and such other m�ans as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construc�ion af the project. �n request, City rr�ay provide each Bidder access to the site to conduct such examinations, investigations, explorations, tests and studies as aach Bidder deems necessary for submission of a Bid. Bidder must fili all holas and clean up and restore the site to its former conditions upon completion of such explorations, investigations, tes#s and studi�s. C[TY OP FORT WORTH 2O18 BOND YEAR 3, CQNTRACT 9 STANDARD CONSTRUCI'ION SPECIPICATIOAI QOCUMBNT CITX PRQ]ECT No. ]01472 Temporarily Revised/[Jpdaled Ianuary O5, 202! due to COVII?19 Gmergency 002E E3 [NSTRUCTIONS TO AIDDERS Pagc 4 of 10 4.1.7. Determine the difficulties of the Work and all attending circumstances aifecting the cost of doing the Work, time required for its completion, and obtain all information rec�uired to make a proposal. Bidders shall rely exclusively and solely upon their own estimates, investigation, researci�, tests, explorations, and other data which are necessary for ful� and comp�ete information upon which the proposat is to be based. It is understood that the submission oia proposal is prima-facie e�idence that the Bidder has made the investigation, examinations and tests herein required. Claims for additional compensat�an due to variations between condiiions actually encountered in construction and as indicated in the Contract Docurr�ents will not be allowed. 4.1.8. PromptIy notify City of all conflicts, errors, ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to rnake such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. 4.2. Reference is made ta Sectian 00 73 00 — Supplementary Conditions for identification of: 4.2.1. tho�e reports of explarations and tests of subsurface conditions at or contiguous ta the site which have been utilized by City in preparation of the Contract DocUments. The logs of Soil Borings, if any, on the plans are for genera] information only, Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 4.2.2. those drawings of physical conditio�s in or relating to existing suzface and subsurface struciures (except Underground Facilities} which are at or contiguous to the site that ha�e been utilized by City in preparation of the Confract Documents. 4.2.3. capies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documants, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified and established in Paragraph SC 4.02 ofthe Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn frorn any "technical data° or any other data, interpretations, opinions or informatian. 4.3. The submission of a Bid will canstitute an incontrovertible representation by Bidder (i) that Bidder has complied with every requirement of this Paragraph 4, (ii) that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the speci�c means, methods, techniques, sequences or procedures of canstruction (if any) that may be shown or indicated or expressly required by the Contract Documents, (iii) that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the writte� resalutions thereof by City are acceptable io Bidder, and when said conflicts, etc., have not been resolved thraugh the interpretations by City as described in Paragraph b., and (iv) that the Contract Documents are generally sufticient to indicate and convey understanding of a�l terms and conditions for performing and furnishing the Work. CITY UF FORT WORTII 2�18 BOND Y�AR 3, COIV'fRACT 9 STANDARD COIYSTRUCTION SPECIFICATION DOCUMENT CITX PROJECT No. lOt 472 Temporarily �2cvised/LTpdated 3anuaty O5, 2021 due fo COVIDI9 Emergcncy 00 21 l3 INSTRUCTIONS Ta BIDD�RS Page 5 of l0 4.4. The provisions ofthis Paragraph 4, inclusive, do not apply to Asbestos, Polychlarinated biphenyls (PCBs), Petroleutn, Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions, unless specifica�ly identified in the Contract Documents. 5. Availability oi Lands for Work, Etc. 5.1. The lands upon which the Work is to be performed, rights-of-way and easements for access thereto and other lands designated for use by Contractor in performing ihe Wark are identified in the Contract Documents. AlI additional lands and access thez'eto reyuired for temporary construction facilities, construction equipm�nt or storage of materials and ec�uipment to be incorporated in the Work are ta be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. 5.2. Outstanding right-of-way, easements, and/ar permits to be acquired by the City are listed in Paragraph SC 4.Q1 of the Supplementaa'y Conditions. In the event the necessary right- of way, easements, and/or pernnits are not abtained, the City resez-ves the right to cancel the award of contraci at any time before the Bidder begins any canstruction work on the project. 5.3. The 8idder shail be prepared to commence construction without all executed right-of- way, easements, and/or permits, and sY�all submit a schedule to the City of how construction will proceed in the other areas of the project that do not rec�uire permits and/or easements. 6. In#erpretations and Addenda 6.1.A11 questions about the meaning or intent of the Bidding Documents are to be directed to City in writing on or before 2 p.m., the Monday prior to the Bid openirtg. Questians received after this day may not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda delivered to all parties recorded by City as having received the Bidding Documents. Only questions answered by formal writt�n Addenda will be binding. Oral and other interpretations or clarifications will be without Iegal effect. Address questions to: City of Fort Worth 200 Texas Street Fort Worth, TX 76102 Attn: Gregory Robbins, P.E., TPW Degartrnent Email: Gregory.Robbins@fortworthtexas.gov Phone: 817-392-2333 Or Attn: Walter Norwood, P.E., Water Department �mail: Walter.Norwood@fortworthtexas.gov Phone: 817-392-5026 CITX OF FORT WORTH 2O18 BdND YFAR 3, CONTRACT 9 STANDARD CONSTRUCTIOPf SPECIFICATION DOCEIML'N"I' C[TY PKOJEC'1' Na. ]O1472 Temporari�y Revised/Updated January O5, 2021 due to COVIDI9 Emergency 00 21 13 1NSTRUCTIONS "fQ 8{DDGRS Yage 6 of ]0 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3.Addenda ar clarifications may be posted via ihe City's Purchasin� website. 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or iNVITATION TO BIDDERS. Aepresentatives of City will be present ta discuss the Project. Bidders are encouraged to attend ar�d participate in the conference. City will transmit to all praspective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Orai statements may not be relied upon and wi11 not be binding or legally effective. 7. Bid Security 7.1. Each Bid must be accompanied by Bid Bot�d made payable to City in an amount of five (5) percent af Bidder's maximum Bid price on form attached, issued by a surety rneeting the requirements of Paragraphs 5.01 of the General Conditions. 7.2. T'he Bid Bond of all Bidcfers wi11 be retained untii the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and deliver the compiete Agreement within i 4 days after the Notice of Award, City may consider Bidder to be in default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. Suc}� forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all other Bidders whom CiTy believes to have a reasonable chance of receiving the award will be retained by City until f nal contract execution. $. Contract Times The number of days within which, or ihe dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in t�Ze Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for Iiquidated damages are set forth in the Agreement. 10. �ubstitute and "Or-Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or 'br-equal" items. Whenever it is indicated or specified in the Bidding Documents that a"substitute" ar"or- equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreemenf. The procadure for suhmission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.OSA., 6.OSB. and 6.OSC. of the General Conditions and is supplemented in Section O1 25 QO oithe General Requirements. ll. Subcontractors, Suppliers and Others CITY OP FORT WORTI I 2�I8 BONll YEAR 3, CONTRACT 9 S"I'ANDARD CONSTRUCTION SPECIFICATION DOCIIMF,NT G[TY PRD7ECT Na. ] 01472 Temporarily Rcvised/Updated Januaty O5, 2021 due to COVIDI9 Emergcncy 00 21 13 INSTRUCT]ONS TO BIDDGRS Fage 7 of 10 11.1 _ In accordance with the City's Business Equity Ordinance No. 24534-11-2Q20 the City has goals for the participation of minority business and/or women business enterprises in City contracts. A capy of the 4rdinance cari be obtained from the Office of the City Secretary. The Bidder shall submit the Business Equity Utilization Fortn, Business Equity Prime Contractor Waiver Form ancl/or Good F'aith Effort Form wi�h documentation and/ar Business Equity Joint Venture Farm, as appropriate. The Forms including documentation must be received by the City no later than 2:00 P.M. CST, on the second business day after the bid opening date. The Bidder shall obtain a receipt from the City as evidence the documeniation was received. Failure to comply shall render the bid as non-responsive. Business Equity Ordinance No. 24534-11-2Q20 htt s:��a s.i'ortworthte�s. o�/Pro'e..tResourceslResourcesP/60%20- %20MWBE/NEW%20Business%20E uit %200rdinancelOrdinance%2024534-1 1- 2020.vdf 11.2. Na Contractor sha11 be required to employ any Subcontractor, Supplier, other person ar organization against whom Contractor has reasonable objection. 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents; addifional copies may be obtained from the City. 12.2. All blanks on the Bid Forn� rnust be completed by printing in ink and the Bid Farm signed in ink. Erasures or alteratians sha11 be initialed in ink by the person signing the Bid Form. A Bid price shall be indicated for eacn Bid item, a�ternative, and unit price item listed therein. In the case af optional aiternatives, the words "No Bid," "No Change," or "Not Applicahle" may be entered. Bidder shall state the prices, writi�n in ink in both words and numerals, for which the Bidder proposes to do the vwork contemplated or furnish materials required. AlI prices s�aaU be written Iegibly. In case of discrepancy between price in written words and the price in written numerals, th� price in written words sha11 govarn. 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporaie officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shali be executed in the partnership name and signed by a partner, whose title must a�pear under the signature accompanied by evidence af authority to sign. The offtcial address of tk�e partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of tlte firm by a member and accompanied by e�idence of authority to sign. The state of formation of the firm and the of�cial address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. CITY OF FQRT WORTH 2O18 BONI] YEAR 3, COAITRACT 9 STANDARD CQNSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT No. ]01472 Temporarily Reviscd/Updated January O5, 2021 due fo COVIDl9 Emergency D021 13 INSTRUCTIOIVS TO RIDDERS Page 8 of 1 D 12.7. Bids by joint ventures shali be executed by each joint venture in the manner indicated on the Bid Form. The official address ofthe joint venture shall be shown. 12.5. All names shall be typed or printed in infc below the signature. � 2.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number far communications regarding the Bid shall be shown. 12. I 1. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Sectian QO 43 37 — Vendor Compliance to State Law Non Resident Bic�der. 13. Submission of Bids Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, at the time and place indicated in the Advertisement or IMViTATiON TO BIDDERS, addressed to Purchasing Manager af the City, and shall be enclosed in an opaque sealed envelope, marked with the City Froject Nuinber, Project title, the name and address of Bidder, and accoznpanied by the Bid security and other required documents. if tk�e Bid is sent through the mail or other delivery system, tne sealed envelope shall be enclosed in a separate envalope with the notation "BID ENCLOSED" on the face of it. 14. Modi#ication and Withdrawal of Bids 14.1. Bids addressed to the Purcnasing Manager and filed with the Purchasing Ofiice cannot be withdrawn prior to the time set for bid opening. A request for withdrawal must be made in writing by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the pIace where Bids are to be submittec� at any time prior to the opening of Bids. After all Bids not requested for withdrawal are opened and publicty read aloud, the Bids for which a withdrawal request has been properly filed rriay, at the option of the City, be returned unopened. 14.2. Bidders may modify their Bid by eIectronic communication at any time prior to the time set for the closing of Bid receipt. 15. Opening of Beds Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An absiract of the amounts ofthe base Bids and major aIterna.tes (if any} wilI be made a�ailable to Bidders after the opening of Bids. 16. Bids to Remain �ubject to Acce�tance All Bida will remain subject to acceptance for the time period specified for Notice of Award and execution and delivery of a cor►�plete Agreement by Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid securzty prior to that date. li. Evalaation of Bids and Award of Contract CITY OF FOiiT WDRTH 2O18 BpND X�AR 3, CON"I'RAC'f 9 STANT�ARD CONSTRlJG'C[ON SPECIFICATIQN DbCUMENT CITX PiiOJECT No. 101472 `�'emporarily Revise[ilUpdated January O5, 2Q21 due to COV1Dl 9 I:mergency 00 21 13 INSTRUCTIONS 1'O BIDDERS Page 9 oF ] 0 17.1. City reserves the right to reject any or all Bids, including withou# li�nitation the rights to reject any or alI nanconforming, nonresponsive, unbalanced or conditional Bids and #o reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder, whetl�er because the Bid is not responsive or tl�e Biddar is unqualified or of doubtfu] financial ability or fails io meet any other pertinent standard or criteria established by City. Ciiy also reser�es the right to waive informalities not involving price, contract time or changes in the Wark with the Successful Bidder. Discrepancies between the muttiplication of units of Work and unit prices will be resolved in favar of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of thc correct su�n. Discrepancies between words and figures will be resolved in favor of the words. 17.1.1. Any or aIl bids will be rejected if City has reason to believe that collusion e�sts among the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a cIaim against the other or bc engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has perfortr►ed a prior contract in an unsatisfactory mianner, ar Bidder has uncorr�pleted work which in the judgment of the City wiil prevent or hinder the prompt completion of additional work if awarded. 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and ather persons and organizations proposed for those portions of the Work as to which the identity of 5ubcontractors, Suppliers, and other persons and arganizations must be submitted as provided in the Cont-�-act Documents or upon the request oithe City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Natic� of Award. T 7.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and io establish the responsibtlity, qualifications, and financial ability of Bidders, proposed �ubcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. 17.4. Contractor shall perform with his own organization, work of a value not less than 35% af the value embraced on the Cantract, unless otherwise approved by the City. 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose e�aluatinn by City indicates that the award will be in the best interests of the City. 17.6. Pursuant to Texas Government Code Chapter 2252.00 I, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsibte Texas Bidder by the same amount that a Texas resident bidder wo�ld be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. CITY OF PORT WORTI { 2018 BOND YEAR 3, COI+ITRACT 9 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PKOJECT No. ]03472 Tempararily RevisedlUpdated January O5, 2021 due to COVIDI9 Emergency 0021 13 INSTRUCT[ONS TO BIDDERS Page 10 of 1D 17.7. A contract is not awarded until fonnal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless ea�Eended in writing. No oiher act of City or others wii] constitute acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by the City. 17.7.1. The confractor es required to fill out and sign the Certificate of Interested Parties Farm 129� and the form must be submitted to the Praject Manager before the contract will be presented to the City Councit. The form can be obtained at httas:/lwww.ethics.atate.tx.us/datalfor�ms/1�9��i�95 udf 17.8. Failure or refusal to comply with the requirements may result in rejectian of Bid. 18. Signing of Agreement 15.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement. Within 14 days thereafter Contractor shall sign and deliver the required number of co�anterparts of the Agreement to City with the required Bonds, Certificates of Insurance, and atl other required documentation. 18.2. Failure to execute a duly awarded contaci may subject the Contractor to penalties. i 8.3. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION CiTY OF FOR'f WORTH 2O18 60ND YEAR 3, C�NT`RACT 9 STANDARD CONSTRUCTIQN SPGCIFiCA7'[ON DOCUM�N'f CI"E"Y PROJECT No. 101472 Temporarily RevisedliJpdated danuary O5, 2021 due to COVIDl9 Emergency 003215-0 CONSTRUCTiON PROGRES S SC� IEDULE Fa�e 1 ofLO SECTION 00 32 15 CONSTRUCTION PROJECT SCHEDUI,E PART 1 - GENERAL 1.1 SUMMARY A. Section Inciudes: l. General requirements for the preparation, submittal, updating, siatus reporting and management oFthe Construction Project Schedule B. Deviations from ihis City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Cantract Forms and Conditions of the Contract 2. Division 1— General Requiremants D. Purpose The CiTy of Fort Wnrth {City) is commit#ed to de�ivering quality, cost-effective infrastructure to its citizens in a timely manner. A key tool to achieve this purpose is a properly structured schedule with accurate updates. This supports effective monitaring of progxess and is input to critical decision tttaking by the project manager throughout the life of the project. Data frozn the updated praject schedule is utilized in status reporting to vaxious levels af the City organization and the citizenry. This Document complements the City's Standard Agreement to guide the construction contractor (Contractor) in preparing and submitting acceptable schedules for use by the City in project delivery. The expectation is the performance of the work fo�lows the accepted schedule and adhere to the contractual timeline. The Contractor will designate a qualified represe�ntative (Project Schedufer) responsible for developing and updating the sch�dule and preparing status reporting as required by the City. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various iterns bid. No separate payment will be allowed for this Item. 2. Non-compliance with this specification is grounds for City to withhold payment of the Contractor's invoices until Contractor achieves said compliance. 1.3 REFERENCES A. Froject Schedules Each project is represet�ted by City's master project schedule that encompasses the entire scope of activifies envisioned by the City to properly deliver the work. When the City contracts with a Contractor to perform construction of the Work, the Contractar CITY OF FORT WORTI-I 2Dl S BOND YEAR 3, CdNTRACT 9 STANDART� SPECIFICATIO�I City Praject No. 1Q1472 Revised JULY 20, 201$ 003215-D CQri15TRUCTION PROGRESS SCI IEDULE Page 2 of 10 will develop and maintain a schedule for their scope of work in alignment with ihe City's standard schedule requirements as defined herein. The data and information of each such schedule wil� be leveraged and become integral in the master project schedule as deemed appropriate by the City's Project Control Specialist and approved by the City's Project Manager. Master Project Schedul� The master project schedule is a holistic representation of the scheduled activities and milestones for the total project and be Critical Path Methad (CPM) based. The City's Praject Manager is accountable for oversight of the de�elopment and maintaining a master project schedule for each project. When the City contracts for the design andlor construction nfthe project, the �naster project schedule will incorporate elernents af the Design and Construction schedules as deemed appropriate by the City's Projeci Control Specialist. The assigned City Project Control Specialist creates and maintains the master project schedule in P6 (City's scheduling saftware). Construction Schedule The Contractor is responsible for developing and maintaining a schedule for the scope ofthe Contractor's contractuai requirements. The Contractor will issue an initial schedule for review and acceptance by the City's Project Control Specialist and the City's Project Manager as a baseline schedule for Contractor's scope of work. Contractor will issue current, accurate updates of their schedule (Progress Schedule) to the City at tha end of each month throughout the life of their work. B. Schedule Tiers The City has a port%lia of projects that vary widely i� size, complexity and content requiring different scheduling to effectiveIy deliver each project. The City uses a "tiered" approach to align the proper schedule with the criteria for each project. The City's Project Manager determines the appropriate schedule tier for each project, and includes that c�esignation and the associated requirements in the Contractor's scope of work. The following is a summary of the "tiers". 1. Tier l: Sma11 Size and Short Duraiion Project (design not required} The City develops and maintains a Master Project Schedule for the project. No schedufe submittal is required from Contractor. City's Project Control Specialist acquires any necessary schedule status data or information through discussions with the respective party on an as-needed basis. 2. Tier 2: Small Size and Short to Medium Duration Project The City develops and maintains a Master Project Schedule for the project. The Contractor identifies "start" and "finish" milestone dates on key elements of iheir work as agreed with the City's Project Manager at the kickoff of their work effort. The Contractor issues to the City, u�dates to the "start" and "finish" dates for such milestones at the end of each month throughout the �ife of their work on the project. 3. Tier 3: Medium and Large 5ize and/or Complex Projects Regardless oiDuration The City develops and rr�ain#ains a Master Project Schedule for the project. The Contracfor develops a Baseline 5chedule and maintains the schedule of their respective scope of work on the project a# a level of detail {generally Leve] 3) andin CITY OF FORT WORTFI 2018 BOND YEAR 3, CflNTRACT 9 STANDARD SP�;CIFICATION City Project No. ]01472 Revised JULY 20, 20 E 8 003215-0 CO3�#STR[JCTION PROGRESS SCHEDULE Page 3 of 10 alignment with the WBS structure in Section 1.4.H as agreed by the Project Manager. The Contractor issues to the City, updates of their respective schedule (Frogress Schedule) at the end of each month throughout the life aitheir work on the project. C. Schedule Types Project de]ivery for the City utilizes two types of schedules as noted below. The City develops and maitttains a Master Project Schedule as a"baseline" schedule and issue monthly updates to the City Project Manager (end oFeach mon#h) as a"progress" schedule. The Contractor prepares and subrnits each schedule type to fulfii] their contractuat requirements. Baseline Schedule The Contractor develops and submits ta the City, an inirial schedule for their scope of work in a�ignment with this specification. Once reviewed and accepted by the City, it becomes the `Baseline" schedule and is the basis againsi which all progress is measured. The baseline schedule will be updated when tnere is a change or addition to the scope of work impacting the duration of the work, and only af�er receipt of a duly authorized change order issued by the City. In ihe event progress is significantly behind schedule, the City's Projec� Mar�ager may authorize an update to ihe baseline schedule to facilitate a more practical evaIuation of progress. An example of a Baseline 5chedule is provided in Specification 00 32 15.1 Construction Project Schedule Baseline Exarnple. 2. Progress Schedule The Contractor updates their schedule at the end of each month to represent the progress achieved in the work which includes any impact from authorized changes in the work. The updated schedule must accurately re#7eci the current status of the work at that point in time and is referred to as the "Progress Schedule". The City's Project Manager and Project Control Specialist reviews and accepts each progr�ss schedUle. In the event a progress schedule is deemed not acceptable, the unacceptable issues are identified by the City within S working days and the ContracYor must provide an acceptable progress schedule within 5 working days after receipt of non-acceptance natification. An example of a Pro�'ess Schedule is provided in Specification 00 32 15.2 Construction Project Schedule Progress Example. 1.4 CITY STANDARD SCHEDULE REQUIREMENTS The following is an overview of the metho�ology far developing and maintaining a schedu�e for delivery of aproject. A. Schedule Framework The schedule will be based on the defined scope of work and follow the (Critical Path Methodology) CPM method. The Contractor's schedule will align with the requirements of this speci�cation arid wi11 be cost doaded to reflect their pIan for execution. Overall schedule duration will align with the contractual requirements for the respective scope of work and be reflected in City's Master Project Schedule. The Project Number and Name of the Project is required on each schedule and must match the City's proj ect data. B. Schedule File Name CITX OF FpRT WORTFi 2018 BOND YEAR 3, CONTRACT 9 STANDARD SPECIFICATION City Project No. 101472 Revised JULY 20, 2018 003215-0 CONSTRUCTION PI20GRESS SCHEDULE Page 4 of 10 All schedules submitted to the City for a project will have a file name that bagins with the City's project number followed by the name af the praject followed by brrseline (ii a baseline schedule) ar the year arad rraonth (if a progress schedule), as shown below. • BaseIine ScF�edule File Name Format: City Project Number Project Name Baseline Example: 101376_North Montgomery Stz-eei HMAC_Baseline � Progress Sched�ale File Narne Fornnat: City Project Numher Pro�ect Name_YYYY-MM Example: 101376 North Montgomery Street HMAC 241$ 0 t • Project Schedule Progress Narrative File Name Format: City Project Number_Project Name PN YYYY-MM Example: 101375 North Montgomery Street HMAC PN 2Q 18 O 1 C. Schedule Templates The Contractor will utilize the relevant sections from the City's templates providad in the City's document management system as the basis for creatir�g their respective project scheclule. Specifically, the Contractor's schedule will align with the layout of the Constr�ction section. The templates are identified by type of project as noted below. • Arterials • Av�ation • Neighborhood Streets • Sidewalks (later} • Quiet Zones (later) • Street Lights {latar) o Intersection Improvements (later) � Parks o �torm water � Street Maintenance � Traffic o Water D. Schedule Calendar The City's standard calendar for schedule development purposes is based on a 5-day workweek and accounts for the City's eight standard holidays (New Years, MartinLuther King, Memorial, independence, Labor, Thanksgiving, day after Tharaksgiving, Christmas). The Contractor wili establish a schedule caIendar as part of the schedule develapment process and pravide to the Project Control 5pecialist as part of the bas[s for their schedule. Variations between the City's calendar and t3�e Contractor's calendar must be resolved prior to the City's acceptance of iheir Baseline project schedule. E. WBS & Milestone Standards for Schedule DeveIopment The scope of work to be accomplish�d by the Contractar is represented in the schedule in the form of a Work Breakdown Structure (WBS). The WBS is the basis for the development of the schedule activiiies and shall be imbedded and d�picted in the schedule. CITY OF FORT WORTH 2p18 BOND YEAR 3, COAITRAC"f 9 STAAIDARD SPECIFICATIdN Cify Project No. IOE472 Revised 7iILY ZU, 2018 003215-0 CONSTRUC"fION PROGRESS SCHSDULE Page 5 of 10 The following is a summary of the standards to b� followed in preparing and maintaining a schedule for project delivery. Contractar is required fo utilize the City's WBS struciure and respective project type template for "Construction" as sltown in Section 1.4.H �elow. Additional activities may be added to Levels 1- 4 to accommodate the needs of the organization executing the work. Specifically the Con#ractor wi11 add activities under WBS XXXXXX.80.83 "Construction Execution" that deiineates the activities associated wiih the various components of the work. 2. Contractor is required to adhere to the City's Standard Milestones as shown in Sectian 1.4.I �elow. Contractor will include additional milestones representing intermediaie deliverables as required to accuraiely reflect their scope ofwork. F. Schedule Activities Activities are the discrete elements of work that make up the sched�le. They will be organized under the utnbrella of the WBS. Activity descriptions should adequately describe the activity, and in some cases the extent of the activity. All activities are logicaily tied with a predecessor and a successor. The only exception to this rule is for "project start" and "project finish" milestones. The activity duration is based on the physical amoUnt of work to be performed for the stated activity, with a m�imum duration of 20 working days. If the work for any one activity exceeds 20 days, hreak that activity down incrementaliy to achie�e this duratian constraint. Any exception to this requires review and acceptance by the City's Project Control Specialist. G. Change Orders When a Change 4rder is issued by the City, ihe impact is incorporated into the previously accepted baseIine schedule as an update, to clearly show impact to the project timeline. The Contractor submits this updated baseline schedule to the City for review and acceptance as described in Section 1.5 below. Updated baseline schedules adhere to the following: 1. Time extensions associated witit approved cantract modifications are limitecE to the actual amoun# of time the project acti�ities are anticipated io be delayed, unless otherwise approved by the Program Manager. 2. The re-baselined schedule is submitted by the Contractor within ten workdays after the date of receipt of the approved Change Order. The changes in logic or durations approved by the City are used to analyze the tmpact of the change and is included in the Change Order. The coding for a new activity(s} added to the schedule for the Change Order includes the CY�ange Order number in the Activity ID. Use as many activities as needed ta accurately show the work of the Change Order. Revisions to the baseline scheduie are not effective until accepted by the City. H. City's Work Breakdown Structure C1TY OF FQR'C WORTH 2DI8 BOND Y�,AR 3, CONTRACT 9 STANDARD 3PECIFIGATION City Prnject No. ]01472 Reviscd IULY 24, 2Q18 003215-0 CONSTRLTC'CION PIiOGRE55 SCHEDUI,Ii Page b of 10 WBS Code WBS Name XXXXXX Project Name XXXXXX.30 Design XXXXXX30.10 Design Contractor Ageement XXXXXX.30.20 Conceptual Design (30%) XXXXXX.30.30 Freliminary Design (60%} XXXXXX.30.40 Final Design XXXXXX30.5� Environmental XXXXXX.30.60 Permits XXXXXX,3Q.b0.10 Permits - Identiffcatian XXXXXX.3U.60.20 Permits - Review/Approve XXXXI�X.4U ROW & Easements XXXXXX.4Q 10 ROW Negotiations XXXXXX.40.20 Condemnation 7�:XXXXX.70 Utility Relocation XXXXXX.70.1 D UtiIity Relocation Co-orclination XXXXXX.80 Cons#ruction XXXXXX.80.8i Bid and Award XXXXXX.80.83 Construction Execution LX.80.85 Inspection LX.80.86 Landscaping XXXXXX.9� Claseout XXXXXX.90.10 Construction Contract Clase-out XXXXXX.90.40 Design Contract Ciosure I. City's Standard Milestones The folIowing milestone activities (i.e., important events on a project that mark critical points in time) are of particular interest to the CiTy and must be reflected in the project schedule for all phases of work. Activitv m Design 3020 3040 3�00 3120 3150 3160 3170 3220 3250 3260 CITY OF FORT WpRTF-I STANDARD SPrCIFICATION Revised JULY 20, 2018 ii Award Design Agreement lssue Notice To Proceed - Design Engineer Design Kick-off Meeiing Submit Canceptual Plans to Utilities, ROW, Traffc, Parks, Storm Water, Watex & Sewer Peer Review Meeting/Design Review meeting (technical) Gonduct Design Public Meeting #1 (required) Conceptuai Design Complete Submit Preliminary Plans and Specifications to Uti�ities, ROW, Traffic, Parks, Storm Water, Water & Sewer Conduct Design Public Meeting #2 (req��red) Preliminary Design Complete 2018 BOND YEAR 3, CONTRACT 4 City Project No. 101472 OD3215-0 CONS"I'RUCTIOI�I PROCiRESS SCHEDULE Pagc 7 of l0 3310 3330 3360 Submit Final Design to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer Conduct Design Public Meeting #3 {if required) Final Design Complete ROW & Easements 4000 Right of Way Start 4230 Right of Way Compleie Utility Relocation 7000 Utilities Start 7120 Utilities Clearetl/Complete Construction Bid and Award 8110 Start Advertisement 8150 Conduct Bid Opening $240 Award Construction Contract Construction Execution 8330 Coriduct Construction Public Meeting #4 Pre-Construction 8350 Construction Start 8370 5ubstaritial Compietiott 8540 Construction Completion 9130 Notice of Completion/Green Sheet 9150 Construction Contract Closed 9420 Design Contract Closed 1.5 SUBMITTALS A. Schedute Submittal & Review The City's Project Manager is responsible for revi�ws and acceptance of the Contractor's schedule. The City's Project Control Special�st is responsible for ensuring alignment of the Contractor's baseline and progress schedules with the Master Project Schedute as support to the City's Project Manager. The City reviews and accepts or rejects the schedute within ten workdays o£ Contractor's submittal. 1. Schedule Format The Contractor will submit each schedule in two electronic for�ns, one in native file format (.xer, .xml, .mpx) and the second in a prlf format, in the City's docUment management system in the location dedicated for this purpose and identifed by the Project Manager. In the event the Contractar does not use Primavera P6 or MS Project for scheduling purpases, the schedule information nnust be submitted in .xlsor .xlsx format in compliance with the sample layout (See Speci�cation 00 32 115.1 Construction Project Schedule Baseline Example), including activity predecessors, successors and total float. 2. Initial & Baseline Schedu�e The Contractor will develop their schedule for their scope of wark and suhmit iheir initial schedule in electronic for�n (in the f�le formats noted above), in the City's document management system in the locat�on dedicated for this purpose �vithin ten workdays of the Natice ofAward. CITY OI' PORT WORTH 201 & SOND YEAR 3, CON"I'RACT 9 S'fANDARD SPECIFICA'fION City Project No. 101472 Aeviscd JULY 20, 2018 OD3215-0 COI�fSTItUCTION PROGE�:SS SCI-IEDLILE Page 8 of 10 T�e City's Project Manager and Project Control Specialist review this initial schedule to deterrtzine alignment with the City's Master Project Schedule, including format & WBS structure. Following the City's review, feedback is provided to tl�e Contractor for their use in finalizing their initial schedule and issuing {within five workdays) iheir Baseline Schedule for final review and acceptance by the City. 3. Progress Schedule The Contractor wil] update and issue their projec# schedule {Progress Schedule) 6y the last day of each manth throughout the life of their wark on the project. The Progress Schedule is submitted in electronic form as noted abo�e, in the City's document mana�ement system in the location dedicated far this purpose. The City's Project Control team reviews each Progress Schedule for data and information that support the assessment of the update to the schedule. In the event data or information is missing or incomplete, the Project Controls Specialist commutticates directly with the Contractor's scheduler for praviding same. The Contractor re-submits the corrected Progress Schedule within 5 workdays, following the submiftal process noted above. The City's Project Manager and Froject Contro� �pecialist re�view ti�e Contractor's progress schedule for acceptance and to monitor perFormance and pro�ress. The fallowing list of items are required to ensure proper status information is contained in the Progress Scheduie. • Baseline Start date • Baseline Finish Date • % Complete + Float � Activity Logic (dependencies) o Critical Path o Activities added or deleted • Expected Baseline Finish date � Variance to the BaseIine Finish Date B. Monthly Cqnstruction Status Report The Contractor submits a written status report (referred to as a progress narrati�e) at the end of each month to accompany the Progress Schedule submittal, using the standard format provided in Specificatian 00 32 15.3 Construction Projeci Schedule Progress Narrative. The content oithe Construction Project Schedule Progress Narrative should be concise and complete to: • Reflect the current status of the work for the reporting period (including actual activities started and/or completed during the reporting period) o Explain variances from the baseline on critical path activities � Explain any potential sch�dule conflicts or delays • Describe recovery plans whez'e appropriate • Provide a summary forecast of the work ta be achieved in the next reporting period. C. Submittal Process CI'I'Y O� FORT WORI'H 2O18 BQND YEAR 3, CONTRACT 9 STANDARD SPHCIFICATION City Project No. 101472 Revised lULY 2Q, 2D1 S 003215-0 CQNSTRUCTION PROGRESS SCHCDULE Page 9 of 10 • Schedules and Monthly Canstruction Status Reports are submitted in Buzzsaw following the steps outlined in Specificatian OQ 32 15.4 Construction Project Schedule Submiital Process. o Once the project has been completed and Final Acceptance has been issued by the City, no further progress schedules or canstruction status reports are rec{uired from the Contractor. 1.6 ACTION SUSMITTALS/INFORMATIONAL SUBMITTALS [NOT LiSED] 1.'� CLOSEOUT SUBMITTALS [NOT USED] 1.S MAINTENANCE MATERIAL SUBMYTTALS [NOT USED] 1.9 QUALITY ASSURANCE A, The person preparing and revising the Contractor's Project Schedule shall be experienced in the preparation of schedules of similar complexity. B. Schedule and supporiing dacutnents addressed in this Specification shall be prepared, �apdated and revised to accurately reflect the performance of the Cor�tractar's scope of work. C. The Contractor is responsfble for the quality of all submittals in this section meeting the standard of care for the consfruction industry for similar projects. 1.10 DELYVERY, STORAGE, AND HANDLING [�TOT USED] l.il FIELD [SITE] CONDITIONS [NOT USED] 1.�� WARRANTY [NOT USED] 113 ATTACHMENTS Spec 00 32 15.1 Construction Project ScheduIe Baseline Example Spec 00 32 15.2 Construction Project Schedule Progress Exampte Spec 00 32 153 Constrnction Project Schedule Progress Nanrative Spec 00 32 I5.4 Construction Project Schedule Submittal Process PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USEDj END OF SECTION C[TY OF FOR'C WORTH 2O18 BOND YCAR 3, CON`�RACT 9 STANDARD SP�CIFICA`FION City ProjcctNo. 1Dl472 Revised JULY 2Q 2018 003215-0 COI+iSTIZUCTION PROGRESS SCHEDULE Page l0 of ]0 Revision Log DATE NAME SUMMARY OF CHANGE ]uly 20, 2018 3vI. Jarrell Initial Issue CITY OF FORT WORTH 201$ BOND YTiAR 3, CONTRACT 9 STANDARD SPEC[FICA'f[ON City Projeci No. ] 01472 Kevised ]ULY 20, 2018 00 32 is.� -a CONSTRUCT[ON PROGRE55 SCHEU[ILE — BASEL[NE EXAMPLE Page 1 of 5 SECTION OQ 32 15.i CONSTRUCT[ON PROJECT SCHEDULE — BASELINE EXAMPLE PART1- GENERAL The following is an example of a Contractor's project schedu�e that illustrates the data and expectation for schedu�e content depicting the baseline for the project. This version of the schedule is referred to as a"base�ine" schedule. This example is intended to provide guidance for the Contractor when developing and submitting a baseline schedule. Se� Ck'W Specification 00 32 15 Construction Project Schedule far details and requirements regarding the Contractor's project schedule. CITY OF FORT WORTH 201 S BQND YEAR 3, CONTRACT 9 5`]'ANDAR� CONSTRUCTION SPECIFICATION DOCUMENT'S CITY PROJECT No. 101472 Revised JULY 20, 20 t S 00 32 15.1 - 0 CONSTRUC'fION PROGRESS SCH�.DiJLE - BASELINE EXAMPLE Page 2 of 5 r, ,� T"� t � � � �, . � � /� 9 � � � � � � � .� t-..� � �� � � {_, L: —� 4� � � � � � � � �fq �„ �J . , , , . , , . , , "'"k_"_"_"_""�__"_"�,t'""y"_"_'_"__"i"_"_"_"_""E"_"___"_"_1"_"_"___"_4_""_"_"_"_2"""'"_"_'_1_"__"___"_� ....�t �a �1 � � "' ' ' "'""' ' '"'"' "„'"" ", "'"'"_""'�"'_'""""";"'""'"' ' _"'' ' ""'"""' ."'""""' ."'. .__ ��"'"""'""'"' I i i i i � . .."'_'_' ` ' "' ' _"" _"""' " � �N____ _ ._'�' i""""_'{"""' "}""'__" � � . � . . � . � . � . I ----'---------'---------'�---- -•-`----'-----•--- •---' ---------P-------� --- - -------- - ------- - ------ - - ' �'a �,n�w � '+ �. '��. � .. � .� � •6 =�-�'•i � r'� w �,W � `�' ' �. I '1.. I � !I i . •L. � � I }1 �'i � - y s4' w � ., �� . .� �+�� �', . �:., . r, . rl a ra . � u is ;t �: s��� f, s� �;s� �i si x;� �, ., , „ _, , � . ,. w t, � � � � a��„� �/YI+p,�v, r�I �I]�,��,�,� ,.l,���;; ,��.a, , ��{ w�+ vI �� N yi Q YI /I � if � Yi � f. R I, iil ri y �: ri � i 1 .�. ,. �� �i a, .. �. y g w -+ ." .� �w .. „ �,r .� ��..-- r � � �p „ �� .� � � � �� .� .., �. .� � '. �i :� '� :�� �.. R. {i .. f. �� : �` ; : : a ', ��� t� , t� � �- 4'� � �'�� �� ��� 4 �' �`� F��.;��� ��'�'�'�i'�v� ''',�' *��� � � ;! _ . �I � . . } � _. t' � �, '��i5 ,� '� �, � „ ;�, �i 1, r� �- v v. .. w .. .� i� . N .� } 1 .� M u. _ tl ��� .� �i. ai � !6 . ii. � � �{ �_ � � " �� �{ �`i :y q � � � +� ' � �'i � �j 'a f' �� i� � :: �� ' ''� ' � " y ��e � � "r i� � � i i` i' 7 � � � T # � ��� .� � �� �j � � �'�'� �'� {I, � � �+I:.,�J. °�!: fl�:��2=� "� :�,. �I� .`�^-.1,.� . �� � -' _ m�+y ';� �t'+'x;�;.��, ��r.iF,`-' �'� -'fu�� ,.c� �nv.F,y��,.�.,� n. _ . � . r� y i. �i Y �l � i % �i � �i i, � ��I �. } � � � Nt 1w y � � �. .- � � � r Yi � � G � � � � � � ti � � � � w � � � � � .�` � � �� � i � � � � � .� ll.i � e•� U � � � � " �i .r 9 I � I � - M = � 'i �d � � � � �� � : � �' � L � Y, 4 I — ;, �� I �, �"` � ,? � I �, � • r i� �� - � � � ,�; �� ��' _ y � � i fi '�� �� ��, �• ' � �; ,�, � a b � ., '"' a � � ��� �'��+,� , �; P � � �" �" �i' � � r. V `� � � � � � �, F � � � � { �1 k' ii - � �.+� � U ry � r1 � L' � y � � µ, {- � � P� U �{ �i _- • � � �� i�i � f �� [} � ti � r. L�, I - � ^� i � - yF � F` p �1S �y '��'} � � �f ^ f �� � ii {�� "� F �� � ;� ti :N � r h; � 4 ��{5 i'I i.} f 4' Y *i '� S� 1 � � y a� _ s � , � - , .' - J � ;'3 R � � "I '+i I' `•• � " � t. _ , i.,� . � .r � u W� � ;' rn � � � .t� �: ��,,.,, ry , ,,.,, ��, .,.,,..,;:� . , -, , � � �+ r .; � .; s n �n � � I CITY OF NOR7' WOR'CH 2O18 BOND YEAR 3, COIYTRACT 9 STANDARD COI�ISTRUCTION SPECIFICATION DOCUMEIVTS CITY PR07ECT No. 101472 Rcvised JULY 20, 2QI8 OD 32 L 5.1 - 0 CONSTRUCTION PROGI2E5S SC�IEDL{LE-BASELINE EXAMPLE Page 3 of 5 w F' �I Y� 4' � �� N c� � � �i l7, ,� 4. � � P � � � 0 � � � � � �"r' � � _'---- �-'------" � -^"----- �-----'-""--"---'--�-----"'-' � ---"---' � ---'---"-- ..... I �rs'.� �W :L 11 �1• �•• n, q s� c� c� .� ., a��'v ca rA n����P Cd r:i ra ��y �F { � j �r ' � ' � � � I :' � � � .� . , o ,,• Gi " i: .,� LI .. s,l � . 'd u: �.l »� �. � � , �� �.. '� .� �n .� :4 dl :[ a'� R� � '� '� � �� ai � ;: ' C� �'�4 � . �' ��� u a � �F a�.} . � •� o K+ k ; •• i� i �.. ::� ''I , •i � �- -^ „�ti �� ia l r � ;,� 7' ' ` ;J w' k '; ' ,d : � � ,_ :? '' � �[ ��i ,';� . . .. . ,,, �, ., � „ .� � . �- �. �, ... ,. �- �+. ., .„ � + ;. ,„ �- r tY iJ .� �5 iJ ; ��� n ^ �.:, ��. i ��] i] CI �i I i�l ` S P� rt '� � �F4 �� �� }+ •� •s �y {� '1 ,' � `L ` � ni I 6 �x � � ��j � �j ±� rj ri r� i� .t � � �3J . G {F � 4L7 ' � � ❑ c� � i� �.1 � ii 4 1 � � 1 !li. '� 7 � � �. "J � € Li e� � � rS � �6 ,l i} i d - �{ � 3 ,S � r� �{' . ��i P, � �i i. � r, �� :ri � :.� ° , �� � � � F, t.. � i� � {I "' ' f I � . P • f1 ' R] �T C � L. - i ' �1 .t � a� F;:j `� e ; f� � .� � ,�,1 � k+ � "F �� -i ��� �;, s�:�+� � � {I � � '.i , � � � �, � � � fS ��������� � � �.�,���'���r����•, � -� ,�. ���';af � �� � d. r. _� � . � , _ � ,h ,J . , :: � � �' �' 'i ;� ;'� u, n , r� �ti � I�� � r: � - •, �� �.. �.�,.�:� „��p����a..�;� �,��u -,��-''��;.>i- �� ��H��..�7:f; q 6• � �Y � �I i . � �I w' "' Y. S� `-' ' �7i � ��� y� �� � � .. � . .� � � i r � j � �i �. � �� � �� � k � f� �� � _� � � � � � � � � � 1. . r �,.�. � .� d � i O '� � � � � � � � C/� � "�+ '� � � � � � � �...� ��i P4 � � � �� �� o � �: 4.� r: � �'� � ���{E � i I • � 1_7 I�t � � , i � �c i �' � �1 n�i � � E� j �`� � ir '� :F � � )' ^ i � P ��qq ti � � � ��k� � �i. r ; c ,_ S �'; . � F , J u '� � � ` � L I A :. Q ;! '��,��r" ��°n t� � t �e +� ; � � a -� : � 'u ;:' .�. a �� n� y i� �, � h x t I� ti � � E }� 0 �1 �J T � � ii }� �i � ��. .'�7 � x 4 � ii � � .l�c !i „ � c !2 C $ � � '' �Il ,� � F� n t � ,F a�y ' 4 r kI � ,� �` aF. 4 � � r 4 � Y •'. +' 7�, ' `� � � � � * � �� � � ti � � � t � 9 �,i L!; �}� ��t N �i ��� 3..7 � hl 6: R- Ll � r' � 1 ��'� y; V � � � � 5 d. I] • ' 1� ' I � �I �! :: � � :r �' k� �� :, , Y �� i1 �k � ._ � � r. �# F �S .". ;� I Y��]j °�` ;�� � �� � �. � � � � � ry �} ��� q � '{ � Y �l ' ' I CITY QF FOfZT WaRTH 2O18 BOND YEAA 3, CONTRACT 9 S"fANDAAD CONSTRUCTION SPECIPICATION DOCUMENTS CI"�'Y PR07ECT No. ] O 1472 Revised JULY 2D, 2018 00 32 I5.1 - 0 CONS'1'RUCTION PIZOGRE55 SCHEDULE -- BASEL[Nii EXAMPLE Page 4 of 5 CIT'Y OI' FORT WORTF{ 2018 TiONfJ Y�AR 3, CONTRACT 4 STANDARD CONSTRUC"CION SPECIFICATION DOCUMI;NTS C[TY pR07EC'I' No. i0�472 Revised J[)LY 20, 2018 OD 32 15.1 - 0 CODISIRUCTION PROGRE55 SCHEDUL� — �3ASELINE EXAMPLE Page 5 of 5 END OF SECTION Revision Log DATE NAME� SOMMARY OF' CHANGE July 2Q, 2�18 M. Jarrell Initial Issue CITY OF FORT WORTH 2O18 gQND YEAR 3, CONTRACT 9 STANDARD CONSTRiICTIOiY SPECIFICATION DOCUME3�iT5 CITY PRUIECTIdo. E0�472 Revised NLY 20, 2018 00 32 15.2 - � CONS1'RUCTION PROGRESS SCHEDULC — PROGRESS EXAMPLE Page 1 of 4 SECTION OQ 32 15.2 CONSTRUCTION PRO]ECT SCHEDULE — PROGRESS EXAMPLE PART1- GENERAL The following is an example of a Contractar's project schedule that illusttaies the data and e�pectation for schedule content depicting the progress for the project. This version of the schedule is referred to as a"progess" schedule. This example �s intended to provide guidance for the Contractor when de�eloping and submitting a progress schedule. See CFW Specification 00 32 15 Construction Project Schedule for details and requirements regarding the Contractor's project schedule. CITX OF FpRT WORTH Z018 BOND Y�AR 3, CO?�i CRACT 9 STANDARD CONSTRUCTION SPECIFICATION UpCUM6NT5 CTTY PRO]ECT No. 101 A72 Itevised JULY 20, 2018 00 32 15.2 - p CONSTRUCTION PROGRESS SCHEQULE — PROGEtH,55 EXAMPLE Pagc 2 of 4 �� �; i �� � �' " � <<' i; � 4 - �I i � a � � ;; i; ;� �� f;; � �� ��s f� . .� . ., ., ����'� ��#.� {:�a« �. ;i;; �r&f f.�. %i iTi {i i;j � � � Y � � � .. � �� � si � �' ��.. � � � Fr �, ,_� y��w��. n �. �� .� .� �� �. :... �� �� �i ��-�� ii�-„ .- �. �� �� .. �.. .0 �� .,.i r� r� - ' CI , .� � '�; � " :i'r' � �� � �� �� � { �; -R--� � �. � � �r i � ": :f "� ''� �i !�I N �,' �4����� ��: ii f.i.f_E� . . � � 4 � ,� 1 I � � � � � � n � '� . � � � ��� � RS � � �' � ! 4� Y. J �} � �' { ,� _� o � � ' `? !� � � e�' ' . � � � ,� � .� �,,, , ., � '_� � �'� � � 1: � .. �� �� �� ,� � F�: I„ 1 I' I I' I � s ,.., }I �' ?� i� �1 fi � ��'FI '� �''� ' � ��' ' '.i �i FJ F 1� � FI }I �. � " � ��# w iI 5 � � � � � 3 � ' � � � i i � ; � � � L � y' � �� . � . 4 � � r � { � ,� , � � � � , ., ?f �a ,�„�'� ' r,,,,�.�.'l. � _ „ ., � R �� �, �. s� � .i � .. ��, �+` i. .� ,� .� .�. ��. . n �� . . �� +� � . .� : r :� :�:� k r. A <1 �.^.i " ;� i. �� � i " � � =�I .� � �-+ _� -r ��I � $ i� ; _i � � � � �' y � � � � � �' � � � ti �i �FTf � � 'h .� s� � �.l' f 1 ij { � , { � � Q a b a � )J r — — f! � �e :,1 x'i �a :0 �. �� , �4 . . .a :�, ,��.. ••.,,,. ,_;.,=�.�.��,_�,...,.���:;�, �,��, _i :� � '}l ;' :� ' �' ;�� i � , `� sl � �, , -- � .�'�t; ", �: ;� �:��r s��,1,,ti;ti��:�,�'`�,��,"�'i �'���,�� �?��i 7� � J� } :. J � '. � � � � {4 . ? { }i � � r � ''' ' �.� ��I r � i ��FF�r:�'f;'1;�1'4'h ��.�.�'1'''��.�ti. '�i�f'�s:� �11�:7 ,.������ i�5~� �� �����,����'`�'�.��� ���;� :,' ,. :, , :ti v F .. �. m � ,� _� ii :�� :� I� � .�, Lr' ��; � � I� } � f � u � � � L� � � � u �' f '. �s � y !I � � " : 71 �ii � iii � �.'� ;'� �.: � � !,'''� .i � ,r� }j y : . ..� ..� r i r � � . .� , yj 9 +� �:it.' `�� �i� �F ..� _ :I i1 ". • 7 � �. . ..i .� .�.1 91 �n 2� Fj ! �� g �i r . .� � � � �. 4 � � �� �� ����r�s 11 � � � k; n �' � �F u` ^ Y{• � ,���i' �s � � i t r� ,�'•" � td :d � '� A I � �I i' � � � � � F� � � � �..d � W il� � � � � � � W � . � r', � r � � � � � ;� ' �fi {i — xt � _ �� _3 � �� , �� � � � � � � � � � y� .�� �, ������ � " i� v �' �{ e� � r " � � , 4 .ri y �` � � o' �' " t � _- f1 �9'�� �5#" �2; ���C; F ,r���� ^ �� '_ `� F � i � .i � � A i, ' r1 { � � , � wb�� ��r..� �€ �� �`��� ��` � �_ � � .i a t � i ' '1 �!' '�l F�' � u � f 7 � �r. ~ �y5.. ��25 'ri ;t; �' LL- " ~ ' ' �i''� '.� ii. '� .� '�s iii }J ' � f" t � �' �%. �"�i 1'� � � +5 �ri i�i � iM1 i� � � i f � r, • i . iry � , i i � i : � ni � � �� f i � L2, � i ��� M � � a � I � CI"I'Y OF FORT WORTE� 20l$ BO�TD YEAR 3, CONTRACT 9 STAIVDAT2D CO�TSTRUCT[pN SPECIFICATTOI�' DOCUMEN'1'S CITY PROJT'CT No_ ] 01 A72 Revised JUl.Y 20, 2Q18 oa 3z ts.z - o C�N57'[ZUCTIOI+I PROGRE35 SCHEDULE — PROGRESS EXAMPLE Pagc 3 of4 w � � � �i � � � �. _ � � La v`= L � � � �. p v � .� � � .f"t.":. .v . . :a �, .i -. :. r1 : :a�.� r� ., .:�a3�: w n -. 's�.��,-� .-r .i n ��.. � ... :.�� r �, .�i,.E � ' � ' , . � ', • t � � . . � I�; L� r.� � '�,i ' � S, n �. � � . �. ., r. � � __ �. �. � � � .� � - o �� - �, � � t; r. , .� . ., � . i� - � • _I iil - _' 9 � � 'S Th C Y4 i� �1. . i FI kl •� ei k� u �� �� -f i u �1 -� r� y�'fl ?I :�� � '� r�) �I fl `n �a } �' � �I c �' ��.j ,�4 � �" � � � 7` � � � � .� �' `r � � '� �= 'i" k'i i � � F � �' :}� _i F .� J; 7 1 � ,r �4 � � � '� ii � � �w ed � .�, � � =�� :7 "'rf k � ii �' r.. �� : i . : � . tl i� - - - � - � ' I w� ea �+` ;e ut n � µ • . ,p �n -- . - w � �' �� � � �� � � � '�I 4' r/ i�r ,�7 �� :� ' :,. '�i f� y: :' hl �'i �; `} �' :' .�� e �� � � #' f� � � �.y �r �� � � � � � � � 1; � "` ;il °: � `ri �.`! � +�' t �j � ! �� � e{���� r �;i � Zi� ��''? � 'i f] }�1 � �, -i 'a 'F' � �a � '" " � � TM %; � �� � }� +ti,��l�l �i � '�i � � ?,� �* � ` � �,l ? � �; � Fs i P+� 11 � �, 5! ��"' � � � f� ,4.� � � � 4 � � � ' � � 'F �� '�i �'k iJ�� �f � � � _J � � y'�'.� � Y � . � � � i �'i � �{ ' �- + , � n �� _. ; .. � .� .� _ ... -"� .� �- �� - �� ��� .� . - �-: _, a. ` „ i�� �i ��� n ��� p* o .�� ' s� �§J " L. � ' � . i y� {� ► Ss x � � �i e � 7,1� n ''F � * S�d � � a� lh'�.`I � . � � }� �� � � ir }q( r j .7.�_L,�'� �.�;�I:I:E} ��:;�.I.�r;�;�� ��ra , � �k����i' � - �` , . ?: � �. '} � , ' � !� fi. �, ; . � � ?' } � '.'a� { �` '. , , . . � ' f da f f, ��; � �', `... � .� � �S � � � � d � � � � � w (I°1 � � "�? � � 4 �/7 � � 4+ .� � � �i � � � r� ��� ��� e: r� n � � �� ;i 'r 1'� e��n � a :? }7.i'i�M � � � �> ��:. '�R ,'� .� v� 7i , ., . . .F#. .� � � ��� v� !j i.. , � (�,^ � �;i "' � �' n� � P « 'r�it.�:,a �r - '' �� •,- �.. � � .h � Y� ��- "r�� '_.� � .. , i i � . I � I � � n5 �� ��y� � kY .� r� � �' 1 J � � � � u� � � � � � �� -� '� � �� :� :.; `# � 4 w �� � � �' � � ' '� � .3;�.'�r,�j���y l:'�,�^, ��'r�'} �y��I�Ir���`I �1 LI r4 f' •' 1A ��•;I i7i � ii.C. H11� li I:'I ff �F ��};:.':������ G';i,�..,�;�� �,� ��� ��� � � � � � � F� � H � : �? �+�'u. r G�C- � �5 �ir �� h 2 � �� L� u ii ���o-,� � � J' `y y r, r,• � '� � -k � ` � I�� � �� � '� � � �I � � � �3 ry r-1 � � � C �� �������:� � ��' � ,'. � " �tl 5S"t'uy y� i. i� :L � u � a� � � � d� � '- � � � � � � � 4 � o .� T� t 71 _ r�`'-' � �� �� �-� � 'c � bt, 4.� ' � � CITY �F �'ORT WORTH 2O18 BOND YEAR 3, CON"T'RACT 9 5'FAAiDARD CONSTRUCTfON SPECIFICATIQN DdCUMENTS CITY PR07ECT Na. 101472 Revised dULY 24, 2018 00 32 15.2 - 0 CON51'RUCT[ON PROGRESS SCHEDULE — PROGRESS EXAMPL.E Page 4 af 4 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 9uly 20, 2018 M. .larrell initial IssUe CITY OF FORT WORTH 2O18 BOND YEAR 3, CONTRACT 9 STANDARD CONS"1'RUCTION SPECIFICA7701�i DOCUMENTS CITY PR07F,CT No. 101472 Revised JiJLY 20, 2018 0o sz 1s.3 - o — PROGRESS NARRA"1'I V E Page 1 of 1 SECTION DO 32 15.3 CONSTRUCTIOiV PROJECT SCH�DULE PROGRESS NARRATIVE Reportir�g Period: Date Issued: Project Name: Company Name: City Project f�o: Engineer's Project No: City Project iVianager: Engineer's Project fPlianager: A. �ist of acti�ities a �.. tinsert text here) 2. {insert text here] 3. (insert text here) 4. (insert text here) 5. (insert text here) 6. (insert text here) in tf�e r�epo�ti �. List of activities to he accompl€shed in the next 1. �insert text herej 2. (insert text he�re) 3. (insert text here) ' 4. (insert text h�rej 5. (insert text here} 6. (insert text here) C. �ist any potential 1. (insert text here) 2. (insert text here) 3. (insert text here) �. �ist any acfual de 1. (insert text here) 2. (insert text here) 3. linsert text here) delays and pr•o�ide mitiga#ion actions and pro►+ide r�eco�epy ac#ions periad City af Fort Worth, Texas Construction Project Schedule Narrative Report for CFW Projects TPW Officia� Release Date: 7.20.2018 Page 1 of 1 OD3215.4-0 CONS'fRUCTION PROGRESS SCHEDULF. — SUBMII"I'AL PROCESS Page 1 of 7 SECTION 00 32 15.4 CONSTRUCTION PROJECT SCHEDULE — SUBMITTAL PROCESS PART1- GENERAL The following information pro�ides the process steps for the Contractor to follow for submitting a project baseline or progress schadule for a capital project to the City of Fort Worih. See CFW Specification 00 32 15 Canstruction Project Schedule far details and requirements regarding the Contractor's project schedule. Cf you are not a registered CF W Buzzsaw user, please email or contact: Fred Griffin, Buzzsaw Administrator City oi Fort Worth Fred. Gri£�in@fortworthgov. arg 517-392-8868 Using your registered username and password log into the City's Buzzsaw Site ntfips:; Iprojectpoicri.�uzz�a�..:;om/��itni; fortworth�ot . r , ±�� �� � — � �...c.-a _ � �, s��- Navigate to your Project Folder. Verify that your Project ID and Project Name are consistent with Project Folder Name. Navigate to the Schedule Directory under your Project Folder. The 00701-Fl�seed Drainage Improvements project is used for illustration. CITY OF PORT WORTH 2O18 BON� YEAR 3, CDNTRACT 9 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECTNo. 101472 Re�ised JULY 20, 2018 00 32 15.4 - 0 COI+ISTRUC`1'TON PROGRESS SCHEDULE — SUBMITTAL PROCE55 Page 2 of 7 r-. ':�� I:.x. rt 4' i �a: * '_I � x �� }� P��.. �� ��� -1 .I _4 _i. ��� -�`��1I12-�•.r.:="�rf�_.�_r.y+s J �d ��,s ' � &d "espw�ses �'x��i ?;:.:4.,. '�: � � .'� ' . . . � ki•.I�iR: 3 v� ueb � 37 „1�wr � � � 4_ l7J ' . � [onshuchan � i� Con5lA4Yr. >t8 � ConTac�r 'JI Corresno' idence . .'� rF� 9 �_M.^'[" WC_��...3 ="ti .'� . � Pro3ecr^-an;ngs . '-� I'��WkMee'+�s _ � Real Ptuperb " J� =� Jd "-es � � OC705 _._ +�:ys�c��,si5s�� � �J 01'±�L= ._ :�.G: ir�i�Urr 1�I 00706-.'!.a �'��1� s �aYYi kSFtr + Qj OQ70C - �..iha i :�e4es SE _ =•ti• � � +�I tirli:_ .,at.r. f,s i. f.a I J_ _v �k't 41 -�515 � 1:-�! _ '_. _ •cr iA a � F9C768-='-ksfi_+] : ia.�lnlc'sr -s a � FD?*: :tto.-{'Fa.t-' i� �rilc= annc. {•rrY 4 s'--..rnf- r� + �i 007d7-Csanh�Y0.aac1-i�y-ra�.+ . n..��ti�.,.-... �.. t—. } , �. ri.rl i�rrmFi. wi��n � I�..+r.li. 3nil i o[an �:� ;��s.e� . r� � - .+,�! u �. I, 'I. . . ' � �c.L�_,_��c.�'i —a. � . 14,3&4 ��ivus[RExca4o'... � Two files will be uploaded for each submittal. A native schedule file format either Primavera .xer or MS Project .�npp and a PDF version of the schedule wiil be uploaded Verify that the f le name contains the 5-digit Project ID, Proj ect Name, and Submittal Date and follows the standard naming convention. Initial schedule submittal will be labeled as `Baseline' for exampte: 00'�Q 1-Fla�cseedDrainageImprovements-Basel ine Sch�dule submittal updates wil] be labeled with Schecfule Submittal Date `YYYY MM' for example: 00701-FIaxseedDrainageImprovements-2009_D 1 Expand or select the Schedules folder and add both the nati�e file and PDF file to the directory. Frorr� the Toolbar Select +JAdd Document CI'I'Y OF �'ORT WORTH 2O18 HONA YCAR 3, CON"I"RACT 9 STANDARD CONSTR[3C']'fON SPF.,CIF[CAT[ON DOCUMENTS CITY PROJECT�fo. 10[472 Revised 7ULY 20, 201 S 00 32 15.4 - 0 CONSTRUCTION PROGRESS SCHEDLfLE — SUBMIT'CAL PRQCESS Page 3 of 7 Fde Fxr :���w ��y. .mn. ' r � 44l= _� '�I I. � Drareir�g �.. p' �� I!�'".3�7 J Note w �ink � , Folder . '�1 � . � � . �� ,� �� r�e � �,1' t„S �J rr�l ,KI � t� �a � J � . ':�',.J� ,�:;��.,� :'x';'.,�, Iulaa, 007Q3-FlaxseedC-o-t3gelmproreme R .. "riyi�f l.�Ilia . � _._— ��� eidFrms <ti iSd�dJes'hdex.�ds FredGri€fn �;f P.id Respartse5 . � Cpuhixtiwe + � Cansufta'�� ���=anlracinr ,� ^orresp�mdcrce . � c;e�ral Crnira[tpocumer�te anJ 5pec • � PrajectUrarc•ags ��. � Pabl'rh7ee€r�gs �:. �� Rea[7rop�.rb1 i ��Sr.fred w�!-u�x.xls ;' � u�a� ;� � OO7kl5 -€Ai�an t�ages Cerstru CAstes Six! �� � ooro5-u�,�m!��c��� c �5�so�, � � ao� -urna, va�sessE ��� e�r�Y-r� �i I� 00706 - Utban 1�ages SE Uuster F7ear Eav :i j�:j 00730 - S� itary Sen�er Rdiab Cc itrad LM !±7- � 00755 - ��sqEn[e Hd 2[�4 cIr wear 1(aes �'�-� Q0768-071F:ROad-ErydE1t[Fv'�fOCBdrdn �i [� Q4778-Lebmn�arrseJ �fl-%` 9 qe6 -Sw�rner iedc � S�'canx'-e Sdiod ,. t � � Select Browse and go to the location of the f les on your desktop. Select Open �i�i �:�— 16,389 p�soSqfi FEFi � � , � ; '- — —�#j Uf'42i�nam�ILzi+�Mllx;*nl`=�'�baL- �rxlai�rfdSAoetmcT[RRVtle(ePBcr`�'� � .. . . I {l;tlreS z.';.x �' �71�R+ryI� 41LxFs��nr�r�r ""- ���rlar•�� �'Sxif a�e �. . . 'elW6�W ��arc,er� � � I F. s�r � � .� :� �y; �. � 1 R4p boc+•�ads 'ry "+ v;ttN"..�wg� Pro 7 �7:� [un+rnxter :#ithlS�n�P�ayer M,'r+rc� ���yNztnvrkF�ces ��4c:.eF'ajecfs Gx�n: Ja _. 4r.+leAvmaiSPnf=sSr� � ",' ?az �n�ass.pdF I �{f � �&.mCDs&OSVs �tlearrypeTFxiirx� . Y.� I '.� �auarrSa38 �r,CoolRecwdE�tPta � '� = H�l�l M1C UPII �� Crassv�Y�d PF1P F�ar Sm 3 1 �`�k2'�NaCFmt �GqStz Repor�ZOQB +,�.�oogleEarth � �€Te9q�PckReFFrerrce�ide.pd€ � i�''s��INm6osmartFxpress [�'�sic�efra��tEr I+r 4kc5rr.�+. �i� PFmtns �artA-erttief �, FreC 5[ X1dAE[Mda. �`J i a Sdution C�Ser �FreeSour�ecarder.exe � y� �,�„I+�assCr s�t tr. �-�roP� ..Y 4F� {tr�utw J. Tt� iE5 G.' 'p�.�G �N&uosoftlfisiaYersian20021suideOuteP.00k �{rNeff+lecting �t� i } J i+�'+y�.�ox FAe rone I� . '— #� Gy� Ha:i� ..I ��#�sc� ��i��.r-� _� r�+ The file will appear in the Buzzsarw Add to Project — Select Docum�nts window Select Next. C1TY OF FORT WORTH 20 i 8 BOND YEAR 3, CONTRACT 9 STANDA[2D COA€57'RUC7'lON SPEC[FICATION DOCU�VIENTS CITY PR07ECT No_ 101472 I2evised JULY 20, 2018 D032154-0 CO1V5'1'IilJC'I�ION YROGRESS SCHEDULE -- SUBMIT'CAL PROCESS Page 4 of 7 Do not seleci Finish at this tirne. � _7 xeck dxunens W sSd �n IYf pra�lxeG ulr_, Yhl can allr add Ca a Lkw��! ��atT [optlxr�fJ �L?SrlC,ct .I�nw.st�.. t . Y?uae�nenis ALle.ii._u-�ent Ffrfivn� I�Lu{ahon }7adi,.. VR ..."_""' — "—"""__—..._..�_._...--.�. �uOAlia�Lai+er��a�3nprn�astr.#f10�i�ehrQ C:'�rta�ae^rsZrd... l�1+2... Td;�51] S��YH�WI �aolllk+s�� � � I . �.i � — — � � _ I —rr+.l _ _� _ F.`.r� _I Cy�NI � — �� . I 1 You will be p�aced into the AYtach Comment window to enter a record into the Project Schedule S�bmiital Log. Enter the Project ID-Project Name-Subrriittal in the Subject Line. Type Submittal and Company Narrie into the Comment window along with Contact I�Iame and Contact Phone Nurnber. Select Next. .�.I �Gee�L-at�oicl�tivk4e�[nir:lhr.�s�h�ili4�7+�tl�isldPio.onll�{W 11�1'��4a1tldL 1��ti5 SF�H Wlfr+'Fi Se�ct Os�ier`s �' ��nt �o rrw b� ecu�� ri�lr�[amment 1 .� IB * �;ll�li�� Il�e �I�I �=4 ���3 I I I $�ISd b� ��44fri6or. .� y��ce I C•7?]i�a•r:_.'kz'�a9�Im�o++em�nts-9ase'�e Ya:fFrr.^?r.n;e rm7=y=t-. =ampa^yWa-¢e°� E ti.fZidC' ilidf(IC 4..flRidCi f .MOf12 Iv �-Wdate Sched�e Subnvt�l lrom �sxnG�ny Name' frr y��oskperfurmed uG Ea �rx�ary 3a, ZOR3 � .:c-i�act Na� � :ortatt Rhone� �� yesS - J rn�F+ �� 1 _ � 1 CITY OF FORT WORTH 2O18 BOND YEAR 3, CONTRACT 9 S'tAPt�AR� CONSTRUCTION SPECIFICAI'IOIV DOCUMEN'1'S CITY PRp7EL'7'No_ 1Q14?2 Revised JULY 20, 2018 0032 [5.4-0 CONSTRUCTIOAI PROGRESS SCHEDULE — SUBMITTAL PROCE55 Page 5 of 7 You will be placed into the Send Email Notification window. Select To and the SeIect Recipients window will appear with a list of Project Cantacts. Select the Project Manager as the To Recipient and the Project Controls Group as the Copy Racipient. �i.� i�ecumente ...;...a....� 141/4�ekloii ' � � �. � md:6¢[ v'"t�r 9�w F Ju¢Re 5�1 n BenYiiN a Mew ESA Ccn9'ectE} YkN ] Q)C8 • � � t 7 �} .,.i ,I L� I•..�rw.��h��iii��i���Ix�iAh!��w�nHTa�ri.WaiarlYa Ilr`��yu.Y�i.... C+r�rm�rw�* + f:�.�l- I I�I " I+ I �I � _I� iF _I� �. � 4.ill��i I�'.-i.-...- ..... . . _ _� "__._'_ � ��' � � �.xl�t�i "i'„"..�-FlvmeN� -I i._� i,rtir�.�i� I H�.r.�rr� �' '- '. �� n�.� � i: �MFedG ' 1�rinYs.., Y... o—.._ . � v�q.. � �rey' ... T.. 5... C.... tk... Rrn.. ' •toY ]b. . Y... ], . ]ec.. Ple... KC... r.orrr , r.. w... rn.... eu... we.. u�s.H.,, u... n.., e.�... wa, .o... c Yfro3d... tl... Y... CF... Y/Y... '+�GTM... Y% CF.. tl5... A�a... Vk1GN[... V... M... 1F... 1/�... >,��... �... x... cp... an.., cVed� ... W.• .. P.. HO, fi .. p.@. Y3eMY... lb... C... Ci-... �... On.., m6em..- V:iO !l.., CYl... Nc. Pn .. tYtwm. YJ... G, Am. l�C. Ytr... _. ��� /.�: � - 4. .�� YfP_x ... YJ..- I. C'F ., I3/... I.n.�. NetM V... F... P° 111... 3BtltF.. . PLt... . Gf"... o.a }�i.. M... H'. C� AW3... � . N,.. GN.. i/9... ii � I � _ . . — — �-!MG',. F... G... CF... tT/... S... � NM Aql'ct... ......, , i41 `}°'Tv .. 5... 5... C}I... Ifs... ]r�... � I�ar L4u.u�r_. I �r. I .a � I _ 14Y I �elect the Paste Comment buttan to copy the Comment in�o the body of the email Select Fi�ish. CIT'Y pF k'QRT WORTH 2O18 BOND YEAR 3, CONTRAC'C 9 STAFVDARD CONSTIZCICTION SPECIFICATION DOCLTMEN"f'S CITY PROIECTAio. ]Oi472 Re�ised 7ULY 20, 2018 003215.4-0 CONSTRUCTION PROGIiE55 SCHEDULE — SUBMITTAI. PROCESS Page 6 of 7 �{I iJ�wJ���u�i�r,r��.�9?�:•-�r,+lr.cm7i'IP141h+�+nofltMr,rrM��{nr.c1�51rrrF.rs�»Kmhnr.i 4ele�t �ocu�€�ents �is �r . �r�.�,-,i �,rhx-r tanment I. I I I�; F I# I #+ �)54odl�uwll la... I I���.c:!��n " — — - ��� . 4r...� II�-niectw�!-,s��Team �ti ' I � 4�k-'I: I.3iriG!+=v.;eclr.raiRdOel'tMatrc� Mw�t =(!a-�e h'./.lryY.=�Ti�Iti�:aLii�1"Gf`TQIIt�COF1ip8: J"lame" I�':IN:l�CLi5ldfflE ' :Of!d[t�fXM1E I le �c�'_e Srhed�$e S�hmitfal fro��'Ca:nP�Y'�e f1'�' �•F. =w. S: �. r_' h� to Janua�y 31. 21t69 � "arfa�Ma�€ "r�mctRhone {� I � l� � 1 � 1 The schedule iile is uploaded to the directory. An email is sent to the City's Project Manager and Project Control Specialist. r.� �� � � � � 9� � w• -r'��, �,. � ��- -��� -1 . �_ t � � � TG ;� -� � �r.J.• . "�F � ' I .#' �s x '�` �.r�.r ..,rM,+ 1J � � 4 • '-- —��:��.:: ,_ __ . ��j� u• .�.-..,r.a� .-. e . '��_`��. _! BidF�sP'+ xs s� 'i b i � Ca u _,� u 9[0 S J �a -sar,d�see J__ . ,.� _ _ . ., ' JT o�t�ra,3-� .. . '1 � .k�`fe�Er � , J �irr.�rty f' �.�es �.-ir�'���rcUr�.,�.-.,' c + � "r:'edAesL. fex.:� J�_�i� F I� x�C?--ts.���.,es�e .Mr,K�..-.. , $I x..x_.�,.u.�.-.--r. r.v. -. � i �I AI�l �1i�.A+S«—�-ia'L-z� � i �I '-l.^.= . _-Y 4...�..i . r _ � 'I.. ' ..._..1+ � ¢� 00755�'Seu iteitd3"i4�:Wl.�x "__ ..^, f I7fi6� lr'sitaad.�.�rn � ry r�x i � i �... � s .. � 4 Upload the PDF file using the sar�►e guideline. 'Fal�. � � .i _ _ :n,. j" .�� �.r � j•wr..� ,_ —� 16.384 'Sv f��tE-5 u... ,:�I'Y183 p`:'6 74251 %E2F$ I."�="�"=ait � END OF SECTION CITY OF FORT WORTI I 201 R gOND YEAR 3, CONTRACT 9 STANDAItD CONSTRUCTION SPECIPICATION �OCUMEN7'S C1TY PROIECT Nn. iD1472 Revised JULY 20, 2018 oa 3z i s.a - a C�NSTRUCTION PROGRESS SCIIEDULE — SUBMITTAL PRQCESS Page 7 of 7 Rev➢sion Log DATE NAME SUMMARY OF CHANGE July 20, 2018 M, 7arre1l Tnitial Issae CITY OF FORT WORTH 2QI8 BOTIb YEAR 3, CONTRACT 9 STANDARD CONSTRUC I'ION SPECiFICATION DOCUMENTS CiTY PROJECT No. 101472 Revised JULY 20, 2018 ao3s �3 CpNEL[CT OF IEVTECiES'f AFFIAAVIT Fagc ! of 1 SECTION 00 3513 CONFLICT OF INTEI�ST STATEMENT �ach bidder, nfFeror or respondent to a Cify of For� Worth procurement is required to com�lete a Conflict of Tnterest Questionnaire or certify that one is current and on fite with thc City 5ecz-etary's �ffice pursuant ia state iaw. If a member af the Fort Worth City Council, any one or more of the City Manager or Assistant City Man�gers, or an a�ent of the Gity who exercises discreiion in the planning, recommen.ding, seleoting or contracting with a bidder, offeror or respondent is affiliated tivith your aampany, then a Locai Government Of�tcer Cnnflicts Disclosure Statement (CIS) may be requited. You are urged to consult with counsel regarding the applica6ility of these forms and Local . Government Code Chapter ]76 to yaur cnmpany. The referenced forms may be downlaad�d fram the linlcs provided below. htkps�//www.ethics. state.tx. us/datalforms/confl ict/CIQ. pdf https:l/www.ethics.stata.tx.us/datalfQrrns/conflict/C 1S.pdf []� CIQ Form is on file with Gity Secretary [] CIQ Fonn is being provided to the City Secretary [,�" CIS Form do�s nnt apply 0 C�S Forrn is on File with Gity Secretary [] CIS Form is being pravided to the City Secretary BIDDER: )acksan Construction, Ltd Company By; Troy L. Jacksan _ _ (Please 1'rint) 5ll2 Sun ValIev Drive _. __ Signature: Address �p, Wnrt , TX 7hl ] 9 _ Title: Pres�dent. .� CitylState/Zip (Please Pr�nt) END O� SECTION Cl'E'Y OP F(1R'1"S�I+OATH 2O18 B01V1� YERR 3, GO]VTR�ICT 9 S1'ANL7ARD CONS'!'AlfCl'IOIY SP�CII'ICA'1'ION 17aCUME1�[TS CC77PROJrCT No. l01972 k2evised �ebruaty 24, 2020 aa a� o0 BID FORM Page 1 of 11 SECTION 00 41 00 BIl7 FORM TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: 2018 BOND YEAR 3, CONTRACT 9 House Street, Benton Avenue, Windowmere Street, Van Natta Lane City Project No.: 101472 Units/Sections: Unit 1 - Water Unit 2 - Sanitary Sewer �lnit 3 - Paving Emprovements 1. Enter into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in ihe form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and wit�in the Contract Time indicated in this Bid and in accordance with the other tert�s and conditions of the Contraci Documents. 2. BID�ER Acknowtedgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and canciitions of the IiVVITA710N TO 61DDERS and INSTRUCTfD�fS TQ BIDDERS, including without limitativn those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will pro�ide a �alid insurance certificate meeting all requirements within 1�} days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisc]osed individual or entity and is not submitted in co�formity with any collusive agreement ar rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectfy induced or solicited any other Bidder to submit a false or sham 6id. 2.5. Bidder has not solicited or induced any indi�idual ar entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusi�e, or coercive practices in competing For the Contract. For the purposes of ihis Paragraph: a. "corrupt practice" means the offering, gi�ing, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non- competitive levels. CITY OF FORi WORTH STAiJDARD CONSTRUC710N SPECIFICATION �OCLIMENTS 2018 BOND YEAR 3, CONTRACT 9 Fonn Revised March 9, 2020 CITY PRO.iEC7 No. 101472 0o a� o0 BI� FORM Page 2 of 11 d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in fhe bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknow�edges that the following work types must be performed only by prequalified contractors and subconkractors: a. Asphalt Paving ConstructionlReconstruction LESS THAN 15,000 square yards b. Concrete Paving ConstructionlReconstruction 15,000 square yards anci GREATER c. Water Distribution, UrbanlRenewal, 8-inch diameter and smaller d. Sewer Collection System, UrbanlRenewal, 8-inches and smaller e. CCTV, 8-inches and smaller f. 5ewer Manhole Coating 4. 7ime of Completion 4.1. The Work wifi be complete for Final Acceptance within 365 days after #he date when the the Contract Time commences to run as pro�ided in Paragraph 2.43 af the General Conditions. 4.2. Bidder accepts the provisions of the Agreament as to liquidated damages in the event of failure to complete the Work {andlor achievement of Milestones} within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part af this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surery meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Seciion 00 42 43 d. Vendor Compliance to State Law �lon Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid} f. Prequalification Statement, Section 0� 45 12 g. Conflict of lnterest 5tatement, Section 00 35 13 *If necessary, CIQ or ClS forms are to be pro�ided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders CITY OF FORT WORTH SFANDARD CONSTRUC710H SPECIFICATION DOGUME�l7S 2fl1 S BOND YEAR 3, CONTRACT 9 CITY PROJECT No. 10[472 Form 12evised March 9, 2020 06 41 00 81D FORM Page 3 of 17 6. Total Bid Arnount 6.9. Bidder will complete the Work in accordance with the Coniract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure wifl be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Sidder in signing this proposal that ihe total bid amount entered below is subject to verification andlor modification by multiplying the unit bic� prices for each pay item by the respecki�e estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3. Total Base Bid Total Alternate Bid A Total Alternate Bid B Total Bid 'k �.. -;�,� �a�d �' z� 7. Bid Submittal � � ��� � � � q2G �$�.�� � 1,,,� ��. �`' ��89 ��� `� � � Z�� This Bid is submitted on April 8, 2021 Respectfully s mitted, By: (Sign re) Trov L. Jackson (Printed Name} by the entity named below. Title: Presidant Company: JacEcson Construction, Ltd. Corporate Seal: Address: 5112 Sun Valley Drive Fort Worth, 7exas 76119 State of Incorporation: TX Email: -';ic ,,��. �� .�, Phone: 817-572-3303 END OF SEC710N CITY OF FORT WORTH STANDARD CONSTRUCTION 5PECIFiCATlON �OCllMENTS 2618 BON� YEAR 3, CON7RACT 9 Form Re�ised March 9, 2020 CITY PROJECT No. 101472 00 42 43 BIDPROPOSAL Pagc 6 ai I I SECTIQN OQ 42 43 PROPOSALFORM CYTY OF PORT W ORTH $TANDAR➢ CONSTRUC'C10N SPECiF[CATLON AOCllMEN'f5 2QI g Ba�id Year 3, Contracl9 Pann Rea�sal ZOI20129 C�ty' Pmjeci No. 2U18 Bo�d Year 3 Cnnlract9 Adm�12 - FIw-�Isx IJIVIT PRIC� �ID �idcier's Aapplication 00 42 43 BID P[tOPOSAL Pagc 7 of I 1 SECTION 00 42 43 PR4POSALFORM UNIT PRICE �ID Ifem I B�dlist Item i+Ia. Na. �idder's Application Project Ifem Informa[ion Descriptian Bidder's Proposa] Uc�it of ��d LJnit Pricc B�d Vahie Spacification Section t+1o. Measure Quaniity _ C1TY OF F(T[tT WORTH S7AtdDARD C�NSTRllCTION SPECIFICA'�'�ON UOC[iMCI�t7'S 2018 Bond Ycar 3, CaMacl7 Form Rcvised 20I20120 City Pmjcu Na. 201 R Bond Year 3 Comracl9 Admk2 - F1'W.xlsz aa a2 n3 elD PROPOSAL ragc x or a t SECTION UO 42 43 PRdPOSALFORM UIVIT PR�CE �ID �idder's �application Project Item Infonoatian Didde�'s Praposal [tem S ecifitation Section No. Unit of Bid Unit Price Bid Value Bidlist Item No. Description P Measure Quantity No. Unit 3: Pavin Im rovements t 0171.0101 Consiruction Stakin � Oi 79 23 LS 1 $28,000.00 $28,000.00 2 U241.0100 Remove Sidewalk 02 41 13 SF 232 $2-DO $46A,00 3 4241.030D Remove ADA Ram 02 41 13 EA 2 $204.00 $400.00 4 6241.04�1 Remove Concrete Drive 02 41 i3 S� 9246 $�.00 $18,992.00 5 Q241.U4�2 Aemove As halt Driva 02 41 13 SF 1154 $Z.00 $2,308.00 6 b241.a504 Remove Fence 02 41 13 LI� 70 $1b.00 $1,12U.00 7 0241.1300 Aemove Conc Curb&Guiter 02 41 15 L�' 6600 $5,00 $39,600.00 8 024L4001 Remove 10' Curb Inlet 02 41 14 EA 1 $2,700.00 $2,700.00 9 3l ID.OlOI Site Ciearin � 31 10 00 SY 200 $35.60 $7,000.00 10 3E]0.0102 6"-12"TreeRemoval 311000 EA 2 $725.0� $1,450.D0 l l 31 ]0.0103 12"-18" Tree Removal 31 10 60 EA 3 $I,OOO.OQ $3,000.00 12 3110.0104 18"-24" Tree Remova] 31 10 00 EA 2 $1,500.00 $3,000.00 13 3110.0105 24" and Lar er Tree Aemoval 31 10 00 EA 2 $2,250.00 $4,500.00 l4 3125.0101 SWPk'P> 1 acre 31 25 00 I.S I $3,000.00 $3,000.00 15 3211.Q112 6" Fiexihle Base, T e A, GA-I 32 1 I 23 SY 3A9 $35.00 $12,215.00 16 3212.0401 HMAC Transition 32 12 l6 TON 8 $275,00 $2,200.06 l7 3213.0301 4" Conc Sidewalk 32 13 20 SF 6S 10 $9.00 $58,590.00 1 S 3213.0322 Conc Curh at ]3ack of Sidewalk 32 33 20 IsF 500 $14.00 $7,000.00 19 3213.0401 6°ConcreteArivewa 321320 SF ]3744 $13.50 $185,544.00 2D 3213.0501 Barricr Free Aam , T R-i 32 13 20 EA 2 $3,106.00 $b,204.00 21 3213.0504 Barrier Free Ram , T M-2 32 13 20 EA 1 $2,366.00 $2,300.00 22 3213.OSOfi Bar:icr Free Ram , T e P-1 32 13 20 EA 5 $2,300.00 $11,500.00 23 3213.0507 Burrier Free Ram , T e P-2 32 13 20 EA 1 $2,500 00 $2,500.00 24 3217A�61 4" SLD Pvmt Markin fiAS W 32 17 23 LF 37 $1.25 $46.25 25 3217.0002 4" SLD Pvmf Markin HAS (Y 32 17 23 LF 520 $1.25 $b5D.40 26 3217.0��4 4" BRK Pcmt IVfarkin HAS (Y 32 17 23 LF 71 $1.25 $88.75 27 32 L 7.0201 8" S�.D Pvmt Markin NAS W 32 17 23 LF 132 $2.50 $330.00 2S 32 L7.0501 24" SLD Pvmt Markin � HAE (W 32 17 23 LF 55 $17.00 $935.00 29 3217.21fl3 REFL Raised [vfarker TY II-A-A 32 i7 23 LF 11 $5.00 $55.00 30 3217.SOOl Curb Address Paintin 32 17 25 EA 89 $65.00 $5,785.00 3l 3291.0100 6" To soil 32 91 19 CY 1317 $58.00 $76,386.00 32 3292.Oi00 Slock Sod Piacement 32 9i l9 SY 789b $6.00 $47,376.04 33 3305.0107 ManholeAd�ustment Minor 330514 EA 13 $1,050.00 $13,650,00 34 3346.0008 4" Pi e Underdrain 33 46 00 LF 5 $11a.00 $550.00 35 3349.5001 16' Curb Inlet 33 49 20 EA 1 $7,000.00 $7,000.00 36 3441.4003 Fumishllnslall Alum Si Ground Mount Cit Std. 34 41 30 EA 1 $450.00 $950.00 37 3491.4004 Furnish/Install Alum Si m Ex. Pole Mounf 34 41 30 EA 1 $150.00 $150.00 38 3441.4110 Remove and Reinstall Si Panel and Post 34 91 30 EA 4 $600.00 $2,400,00 39 3471.0001 Tra�c Control 34 71 13 1VI0 6 $3,�00.00 $18,000.00 40 9999.0001 Remove & Ae lace Inlet To s 99 99 99 EA 4 $6,500.06 $2b,000,00 ql 9999.0002 P[asticCurbDelineators 999999 LF 179 $135.06 $24,185.00 q2 9999.00D3 Rollover Curb 99 99 99 I.F 24 $120.�0 $2,8&0,00 43 9999.0004 Misc Uuli Rclocation Irri afion Allowance 99 99 99 LS 1 $20,000.66 $20,000.00 44 9999.0045 Remove and Relocate IVfailbox 99 99 99 EA 1 $350.40 $350.00 45 9999.00Qfi Barrier Free Ram , T c R-1 Modified 99 99 99 EA 1 $S,OOD.00 $S,ODO.UO 46 9999.0407 BarrierFree RAm ,'I' e P-1 Modified 99 99 99 EA 2 $3,050.00 $6,1U0.00 47 9999.D008 Concrete Ed e/Refainer A ainst Exst Wali 99 99 94 LF 257 $82.D0 $21,074.OD 48 9999.a�b9 Construction Allowance 99 99 99 LS 1 $10�,000.00 $]00,060.00 Subtofal Unit 3 Pavin � Im rovements $782,504.00 ci rY or Fox7 woa� STANUARD CONSTRLIG7ION SPCCIFiCATION UOCUMETITS 2�1 S Sond Yeae 3, Contraet A Form Rcvised 20120120 Ciry Projcci No. 2U18 Bo�d Y� 3 Canuau 9 Adm#2 - r1'Ll'.�sx 00 42 a3 BIDPAOPO5AL Pagc 9 af 1 l UNIT PRlC� �1D 0241. L] 00 [2emove As ha 3123.0101 Unclassified E� 3211.0502 S" Lime Treatrr 3211A400 I3 dratedLime 3213.O1D 1 6" Conc Pvmt 3216.0101 6° Conc Curb a 3305.0111 Valve Qox Ad'� Suhtntal Unit 3 SECTI4N tl0 42 43 PRqP05ALFORM Pavement Gutter B �idder's Application 024113 SY 15904 �s.z� a 312316 CY 1930 $26.00 $ 321129 SY 17095 $9.50 $1 32 11 29 TN 342 $192.00 $ 32 13 i3 SY 14915 $61.50 $9 321613 LF 100 $120.OD $ 33 OS 14 HA 22 _ $130.00 The City reserves the right to seiect the responsible low bidder of either Total 1 or Total 2 CITYOFFORT WOA7H STANDARD C4NSTRUC7'ION SPECIFICATIOH �CUMENI'S 2018 BOM Ywr 3, Co�t�act 4 Fwm Reriscd 20120i20 Ci�y PmjeU Na. ZOIS Bond Ysar 3 Canlmc[ 9 A�oi12 - FCW.xlsx ���u���t �3'10�� � ���� Conforms wtt�r '�he Amerlcan lnstiiute oi Aechit�cts AIA i]cscument S'E 0 �i� ��7i�d COf�TRA�i�Fto SUR�TY: {;4'aule, lcgcrl4lrr(rr,saxdrrdtficxFtij ('L'inxe, legal.sltrfusaxd1lrt+refperlplarerjhresiire.r►j Jac4�son Construction, l,td. The Fianover Insurance Camp�ny ��is clocumenk has ImpoHant 5112 Sun Valley Drive �40 Lincoln Stre�t legal cc�sequences. Consuitalioh 7S'� �� Worcester MA q1653 +Hikh an attarney is encouraged Fort WortFi TX with respect io Ets comptalion or modiF(cation. oWN�Fi: (.'�`nrire, f�gcrlsrrrurs �red addrassl City ofi Fort Worth TX �OND AMOUf�'�: $ 5% Fi�e �ercent of Amount Bid PROJ€CT: (Nanrc�, loCailot�oraddress n�1d1���o%ectJrtrui6c�r, �/'are►) 201$ Bond Year 3- Coniract 9; Praject No. 9 d1472 Any s9ngular reference to Gontractor, 5urety.Owner or other parly sitail be wn&ld�red ptu[alwhare apPltcabte. 'Elic Contractor and S��rct} are bou��d to thc O�vncr isti �ito �mou��t sct fodi� abovc, for tlic payntant of�vl�icI� titc Contr�ctor p�td Sure�y bind tiic�i�scStas, ti�eir itcirs, �xecidots, odmsnistrotors, st�cccssors a�td assig��s, jointl3' ii11C� S6VGruEI4, AS pl'OVf�Cd I1G1'Gip. Tlla COti�It10i18 4ClI1IS Sand aro sl�oi� liu�t if ti�n O�v»er naoapts the bid o[I1�c Contraolor ��ittzit� I�io ti�no spaai�od i�� 11�c bid doou�noc�ts, ar wiEfiin sttals lime poriod us ��eay lx+ A�reed tu t�y tlie U�ry�cr atid (;ontractor, aud tiia L'onlructar cithcr ( i j ctitors isito s� contrAct «ith tl�a U�vitac in flccurda�icc ��itl� the ter�ns of suci� Bid, attd g���es st�cis baid or bouds as �»ay Ue specitied in tlie bidding or Cat►tract lloc�En�e�tts, �yith a sarcty ad�r�itted i�i tl�e js�risdiction o£the 1'roject u»d oilienviso Acc�ptavIs ta Il�e U►cner, for the iuitl�ii�l �xsrfonuauce of suclt E:ontract niid for t�ta �ro��ipk payitieatof labor aud 3��uterial fnmislzed in the pzosceutiou Ihcreof� or (2) N¢F� �o tlie C}ti�:zar the ditZereuae, not to exaeed I��a atttot�nt of t6is l�o��d, bet+��een tlie anioiuit speaified in said 6id n�rd sa�ah lar�er an�oia��t for ��hicl► tt�e U»uer mav iu good fu€tli co�ztract �vit�� aiiother y�uriy eci p�rtior�o� Si�� u•t�rk cirvered by �;aid hid, tha�i this E�hlig�tion :shaEl ba ��uN and vctiid, �sihenr'itie [o re��tain i�s liallli�rca ui�ti efl�ct. Tlte fi��rety herehy +�ai+�4 �n} �o��tices ol'an u�r�ei�eeni E>etlVeen EIE� Ot��t�er uud C�ittitt�tytc�r ts� exl�nd llte i€nta i�i ��I�icii the O►vner �►��y uccept Il�a hid. R'ui<<er «I�11p1i1'# I)V ilitl RIIiOIj� l�i1l1I� i]l3i Elj)�Iji It) All}= �'aL61}lilllil 8?tC88(�111� %��+I) �C1O; C�iiV%tll (IIl:li��fB�LI� hL'j'i13!(I iI1C 111116 Iit!' 71CC6j1�qi1C� O�� �l][�:� tG�1tlCI II� 111 1IIC �f1(� ISlICl11110ii�Y, fi11f� lll6 n�V{t�r 11k1{� GUll�i11L'iU: SIl{1II UI3IlIlti l�l� SIIC�l��S C4}IItiBEIi I41F t[li ��iitlliSlUli UG}<11t(i tiix[y (C�0) duyti. If tEiis Bond is isst�cd iu conncction tiyth a subcont�otor's bid ta n Ca��fractor, t��c tcn�t Cantrncror in tIiis Boiid sl�ntl bo dacn�cd to [sc Subconttaotor ond ihc iann O��ner sfmlt bc dccn�ed to bo Cos�tractor. Vt�I1C11 lI1Fti TiO�il� I1tlK I7�011 �1IC11Iti�1611 �E1 {:Elkli�)I�' 1471Ii A ti{F3IL1iOT} 4}Y {11IItlt IB�TGI (r[�EttCepl�lli 1i1 ilEe IOC:Itli111 IYI���lS PFl1�BCl� t111V (1:llCitil�lil It1 1I114 �[Ilttl Ctl11��11%iltt� LSiU3 tilllf: tililSUEi11'�� ��r (�gu1 requiresmen! ti[iuq Ixs deesmed deleled hnr�li'um uuci pro� i:�inn� oimliinni�tg !u Sitch KiQ111t43Fj' RF LT1EiCr IB�UT i0f��li1'0lBBIl� SiIQII �7tl i1B�i11BL� tii«itjl(tiYi(e[� ItOff�lli. WI1811 K41 Il11i11tiI1G1I, Uia i�rient is thul tl�i� f3o��d il�utl hd ��3���trt�e�3 Ati U��11�1kt41f'� �3DIt4� ilFl(� ilOt fi3 iI C11111111U11;81Y iJf)Ilf�. Sigcted t�ad scated #his ��� day of April, 2021 Jackson Construction, Ltd. (Pri,rci�crl) fSCa!) a.�- fll'�1 r�'�) �y_ !I'teta) S (��t1 �A (li'flrrc.s+) en aran� The Hanover Insurance Campany (.St�rc1�} , (b'er�l) _ � By: ., ' � " ' _ ' �1'�rtc�)Teuta Lur� Attorney�in-Fact S�q(154/AS 8l10 TH� HAMOVE(2 INSURANCE COMPAIJY �AASSACFiUSETT3 BAY II�ISLIRAPICE COMPANY CiTI�NS INSURANC� COMPANY OF APdERICA POWER OF ATTORNFY 7FfiS Pawer of Attorney limits the acts of thase named herein, and they have no aufhaeity to 6ind ihe Company exce{rt in the manner and to ti�e axtent heTein sfated. }LNQW ALL PER50N5 SY THESE pRESERITS: That THE HANOVER INSi1RANCE COM�ANY and MASSACHCiSETTS 8AY INSURANCE COMPANY, bofh being corporalions organ3zed and e�sling under ihe laws of Ihe 5faie of New Hampshire, and CITiZENS 1NSURANC� COMPANY OF AMEI2ICA, a corporalion organized anci existing un[ter fhe laws of the State of Michigan, (hereinafter individt�ally and coltectivefy the "Company") dnes hereby constifuEe and appoini, Steven R. Foster, Jsck N!. Crowlay, Laurle Pflug , anc# Teuta LuN O€ W![Is Towers Watson Insuranee Servicas West,11lc af Daf las, 7X each individually, if there ba more than one named, asits tr[3e and law[u1 aftamey(s)-in- iacf io sign, execule, seal, aaknowledge and daliver for, and on its behalf, and as its act and deed any place within the Uniied S`�aies, any ancE all sureiy 6onds, reflogniaances, underlakings, orother surety pbligat�ons. The executfon pf s�ch surety hbnds, recogrtizances, undariakings or surety obligations, �n pursuance of these presents, shatl be as bindlhg upon fhe Company as if ihey had been duiy signsd 6y ihe president and atiesfed hy the secreEary o(the Company, in tftelr own proper persons. Provided however, fhat ihis power of aliorney limiis fhe acts of thase named hevein; and lhey have no authority to bind the Com�any excepi in ihe manner slaled and to t�e ex#ent of any limitation sfated below: Any suCh obligatlone in the United SLates, «oi to exceed Thir�y Five IN{llfor� and Hol106 (S35,OQb,U00) tn any singie 9nstance That this power is made and executad pursuent to theauthority ofEhe followfng Resolutions passed by Ihe Soard of D�recfprs otsaid Company, and said ResoWfions remai� in [ukE force and ef(ecl: 12ESpLV�p; That the Pr�sidant ur any Uce President, in conjunciion wilh any Vice Presiden#, 6e and they hereby are authorized and empowered ta appoint Attorneys-in-iaci of the Company, in ifs name and as it act&, !o execute ar�d acknowledge for and on its behaif as surety, any and all bonds, recagnizances, contracls of indeinnily, waivers of ciiation and afE otherwritfngs abligatory in the nature lhereof, with power to attach the�to the seal ofihs Company. Any such wrpings so executed by such Attomeys-in-fact shal! be 3�inding upon the Company as If they had been duty execufed and acknowledged by the regularfy elected officers of iha Campany in Iheir own proper persons. ft�SaLVED: That any and all Ppwers of Aitorney and Cer'tified Copies of such Powers vf Attomey and certlfiCatipr� in rospect thereEo, granted and exeeuted by Eiie Presidentor�ce Pre&ident in conjunciion with any Vice President afthe Corrtpany, shafl be binding on ihe Companyto the same extent as if alI signatures thereln were manually a�xed, even though one or mora pfany such signaEures fhereon may be facsimile. (Adopfad Qetpber 7, 9981 — The Hanover insarance Cpmpany; Atfopied April ;4, 1882 —Massachuseits Bay Insurance Company; Adopted Sepiember7, 20D7 —Citizens Insurance Company of America and aHirrned by each Company on Niarch 24, 2014} iN W€TNESS WHEREOF, iHE NAt�pVER INSUR,4NC� CQ�IPANY, MASSACHUS�TTS �AY ENSURRNEE CONlPANYand �ITiZENS INSURANCE COMPAtVY �F AMERICA have caused these presents ta be seated wiih thair respectiv� m�porate seafs, du(y a#lested by two Usce Presidenis, ihis 10�' day of Jaowary, 2U2U. TF�tE HANOVER fN$!J E QOR11pA{�!Y tHE HAlVOV�R !N$URANC� CdMPktfY MASSACNUS�liS�U�4NC� CdINPAMY HIASSACHt33ETiS 8AY INSI}fiANGE CO!►NPANY CfTfZENS #NSt1RA E C MRA�tY QF AI41fiRICA CI7lX�RlS INSUI2ANCE COMPANY OF ANIERiCA Vice C'resldenl t�;� r �� ����:� Vi[;e Presidant TIiECOMMONW�HLTHOFMASSACHUSETTS ) C011NN OF WORCESTER ) ss. Qn this 10"' ctay of Januery, 2D20 beiore me came tite a6ove named Executive �ce president antf Vice Presidant bf The lianover Insurance Corrtpany, Massaohusefts Bay Insuranes Company and Giiize�s Insurance CompanyofAmerica, to me personally knnwn to 6e the individuals and officers descrihed herein, and acknowledged that the seais a�xed to tFta prec:ed"sng insfrumen2 are the corporate seals of The Hanover Insurance Company, Massachusetts Bay irtsurance Company and Citizens Insurance Cpmpany of America, respeC6vePy, and that the said corporale seais and their signatures as o�iters were duly a�xed and subscri6ed to said insln�ment by ii�e auEhoriEy and direction of said Corporafions. ARkE�t�! V. SIMONS t� NaEary Pudl7c carx�nsoF �ss�ct�userrs My CommissFon Expfrec June 15, 2423 �� � • . Arlsen . Sknons, Natary u icL���� E�y Commission Explres June i5, 2Da3 I, the undersigned �ce Presideni of The Hanover Insurance Company, Massachusefts Bay Insurance Campany and CiUzens fnsuranoe Company ofAmerica, hers6y certify thaliiie a6ove and foregoing is a fufl, true and correct copy of the Original PowerofAttorney issued by said Companias, and do hereby furfher certiTy it�at the said Ppwers of Atforney are sfill in force and eftect. GEVEN under my hand and tEce seals of said Companies, ai Worceaier, �dassachusatts, this sth day af Aprit, 2021 CERTiFIED COPY SHE HANOVER IHSUFtAF7C� COMPpNY MA ACHUB�TTS BAY INSEIRANCE COMPANY � f NS 1NSU_R�p�Q'MPANY OF AR7ER{CA ] �.� � �C::�=.�\ � Carnck A. BHgh, sFdent 00 43 37 VENDdR COMPLIANCE TO STATE LAW Pag� 1 D of 11 S�C�ION OQ 43 3� VENDOR COMPLIANCE TO STAT� LAW NON RESIDENT BIDDER Texas Go�ernment Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. 7his 1aw pro�ides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporake offices or principal place af business are outside the State af Texas} bid projects for construction, impro�ements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nanresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A musk be filled out by all nonresident b9dders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State af ��a:� Hk'r� �r �<<�r�k , our principal place of business, are required ko be ��r� hle��� percent lower than resident bidders by State Law. A copy of the statute is attached. lVonresident bidders in the State of ���[� H�oe a: C�i�r�w, , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent campany ar majority owner is in the State of Texas. 0 �IDD�Ft: Jackson Construction, Ltd. 5112 Sun Valley Drive Fo� Worth, Yexas 76119 By: Troy L. Jackson _ �% ignature) ERD OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICA710N DOCUMENTS Form Re�ised 20110627 Title: President Date: April 8, 2�21 2018 Bond Year 3 Coniract 9 Adm#2 - FTW.xlsx 004511-t B�IJDEKS PREQUAI.iFICATIOlVS Page 1 of 3 SECT�ON 00 45 l 1 BIDDERS PREQUALCFICATIONS 1. Snmt�tary. All contractors are required to be prequalified by the City prior to subnnitting bids. To be eligibie ta bid the conit-actor must subrr►it Section �0 45 12, Prequalification Statement for the work type{s) listed with their Bid. Any contractor or subcantractor who is not prequalified for the work type(s) lis�ed must submit 5ection 00 45 13, Bidder Prequalification Application in accordance with the requirements below. The prequalifcation process will establish a bid limit based on a technical evaluation and financial analysis of the coniractor. The informaiion must be subznitted seven (7} days prior to the date of the opening af bids. For exa�-in.ple, a contractor wishing to subztait bids on projects to be oper�ed on tt�e 7th of April must file the information by the 31st day of March in order to bid on �hese projects. (n order to expedite and facilitate the approva� of a Bidder's Prequalification Application, the follawing rrkust accompany the submission. a. A cottzplete set of audited or reviewed itnancial statements. (1) Classified Balance She�t (2) Income Statement (3) Statement of Cash Flows (4) Statement of Retained Earnings (5) Notas to the Financial Statements, if any b. A certified copy of the firtn's orga.r�izational dflcuinents {Corporate Charter, Articles of [ncorporation, Artictes of Organization, Certifcate of Forn�ation, LLC Regulations, Certifcate of Limited Partnership Agreerr�ent). c. A connpleted Bidder Prequalification Application. (1) The iiz'tn's Texas Taxpayer ldentificatiot� N�amber as issued by the Texas Comptz'aller of Public Accounts. To abiain a Texas Taxpayer ldentificaiion number visit the Texas Comnptroller of Public Accounts ontine at the foltowing web address www.window.state.tx.us/tax ermit! and fill out the application to apply foz' your Texas tax ID. (2) The firm's e-mail address and fax n�zmber. (3) The firm's DLTNS number as issued by Dun & Bradstreet. "I'his n�mber is used by the City for required reporting on Federal Aid projects. The DI1NS number may be obtained at www.dnb.com. d. Resumes reflecting the construction experience of the principles of the frm for frnn.s submitting their iztitial prec�uaii�cation. These resumes should include the size and scope of the wark performeci. e. Other information as requested by the City. �. Prequalificatioa Requirements a. Financial Statements. Financiai staterr�ent submission must be provided in accordance wi#n the following: (1) The City requires that th� original Financial Sta#ement or a certified copy be submittec� for consideratian. CITY OP' FORT WOKTf3 STANI]ARI7 CONSTRUC"I'ION SPECEPICATION DOCUMENTS 2018 BdND iCEAR 3, CONIRACT 9 Kevised 7uly i, 2011 CITY PROSECT No. l O1472 004511-2 BIDD�RS PREQUALIF[CATI�NS Page 2 of 3 (2) To be satisfactory, the iinancial statements must be audited or reviewed by an independent, c�rtified public accounting firm registered and in good standing �n any state. Current Texas statues also require Yhat accounting firrns performing audits or reviews on business entities within the State of Texas be properly licensed or regisiered with the Texas State Board oi Public Accountancy. (3) The accaunting frm should state in the audit report or review whether the contractor is an indi�idual, corporation, or limited liability cotnpany. (4) Financial 5tatennents m�st be presented in U.S. dollars at the current rate of exchange of the Balance Sheet date. (5) The City will not recognize any certified public accountant as independent who is not, in fact, independent. (6) The accountant's opinion on the financial statements of the contracting company should state that the audit or review has been conducted in accordance with auditirtg standards generally accepted in the United States of America. This must be stated in the acco�anting frm's opinion. It should: (1) express an unqualifed opinion, or (2) express a quali�ed opinion on the staternents taken as a whole. (7) Th� City reserves the right to require a new statement at any tirr�e. (8) The financial statement must be prepared as of the last day of any month, not more than one year old and must be on file with the City 16 months thereafter, in accordance with Paragraph l. (9) The City will determine a contractor's bidding capacity for the purposes of awarding contracts. Bidding capacity is determined by mul#iplying the positive net working capital (working capital = current assets — current liabilities) by a factor of 10. Only those statements reflecting a positive net working capital position will be considered satisfactory for prequalifcation purposes. {10) In the case that a bidding date falls within the titne a new financial statement is being prepared, the previous statement shall be updated with proper verification. b. Bidder Prequalification Applacatian. A Bidder Prequalification Application must be submitted along with audited or reviewecE financial statements by firn-�s wishing to be e�igible to bid on all classes of constructian and maintenance projects. Incomplete Applications witl �e rejected. (1) In those schedules where there is nothing to report, the notation of "None" or "N/A" should be inserted. (2) A minimum of �ve (5) references of related work must be pravided. (3) Submission of an equipment schedule which indicates equipment under #he control of the Contractor and which is related to the type of work for which the Contactor is seeking prequalification. The schedule must include the manufacturer, model and general comm�n description of each piece of equiprr�ent. Abbreviations or means of describing equipment other than pro�ided above will not be accepted. 3. Eli�ibility to Bid a. The City shall be the sole judge as to a contractor's prequalification. b. The City may reject, suspend, or modify any praqualif cation for failure by the corttractor to demonstrate acceptable financial ability or performance. c. The City will issue a letter as to the status of the prequalificatian appro�al. CITY OF FORT WORTf{ STANDARD CONSTRUCTION SPCCIFTCATION DOCUMCNTS 201$ BOND YEAR 3, CONTRACT 9 Revised 7uly �, 2011 CT1'Y PROJECT No. ]0[472 004511 -3 BIDDERS PREQUALIF[CATIONS Fage 3 of 3 d. If a con�ractor has a valid prequaliiication letter, the contractor wilI be eligibie to bid the prequalified work types until the expiration date stated in the letter. END OF SECTION CITY OF F'ORT WORl'H STANDARD CONSTRUCT[ON SYHC[PICATION DOCUMEI+�'CS 2018 BOND YEAR 3, CON'172ACT 9 Revised July 1, 20 i 1 CITY PR07ECT Na. 101472 fl0 45 12 B1D FORM Page 1'f of 11 S�CTION QO 43 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by iden#ifying �he prequalified contractors andlor subconfractors whom they intend ta utilize for the major work type(s) fisted. Major Work Type Contractor/Subcontractor Company Name Prequalificafion Expiration Date Asphalt Pa�ing Construction/Reconstruction Texas Material Group, Inc dba JLB Contracting, LLC 92/31/2022 LESS THAN 15,000 square yards Concrete Paving Construction/Reconstruction Jackson Canstruc#ion, l�td. 2/1/2023 15,00� square yards and GREATER Water Distribution, UrbanlRenewal, 8-inch Jackson Construction, Lfd. 4l30/2022 diameter and smaller Sewer Collection System, Urban/Renewal, 8-inches and Jackson Construction, Ltd. 4I30/2022 smalier CCN, 8-inches and smaller BCAC Urtderground, LLC 2/28/2022 5ewer Manhole Coating BCAC Underground, LLC 2/28l2D22 T'he undersigned hereby certifies that the contractors and/oT subcontractors described in the fabie abo�e are currenfly prequafified for the work types listed. �IDD�CR: Jackson Construction, Ltd. 5112 Sun Valfey Drive Fort Worth, iexas 7611 S By: Troy L. Jackson � � gnature) Title: President �ate: April 8, 2D21 CITY OF FORT WORTH STANDAR� CONSTRUCTION SPECiFICATION DOCUMENTS Form Re�ised 20720120 �f�D O� SFC�ION 2018 eond Year 3 Contract 9 Adm#2 - FTUV.xlsx OQ 45 26 - 1 CQNTRACTOR COMPLIANCE WI`1`T3 WORK]:R'S COMPENSATION LA'V�I Page 1 oE 1 SECTION 00 45 26 CONTRACTOR COMI'LIANCE WITI-I WOAKER'S COMPENSATION LAW 3 Pursuant to Texas Labo�• Cod� Section 40b.09G{a), as amended, Contractor certifies that it �rovides 4 warker's compensation insuirance coverage for all of its ennployees employed on City Praject Na. l 01472. 5 Can[ractor fui-�her certifies ihat, pursuant to Texas Labor Code, 5ection 406.096(b), as atnended, it will 6 pro�ide to City its subcontractor's certificates of compiiance with worker's compensation co�erage. 7 S CONTRACTOR: 9 10 Jackson Construction Ltd. I3y: _Troy L. Jackson 11 Campany (Please 1'rint) 12 13 5112 Sun Valle Drive Signature: 14 Address 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 �a 31 32 33 3�E 35 36 37 38 Fori Worth, TX 76119 Title: _President City/�fate/Zip (Please T'rint) T�IE STATE OF T�XAS § COUNTY �F TARRANT § BEFORE�� th�p n�e�r�s�i�ned authority, on this day personaIly appeared � �nown to me to be the person whose nanne is subscribed to the foregoing ix�stru�� aclalowledged to me that he/she executed the same as the act and deed of for the purposes and consideration therein expressed and in the capac�ty therein stated. G�EN UNDER MY HAND AND SEAL OF OP�'ICE this , day of 7 .7`�b'b'`�^r� � �A f �y.... • NicaEe McCat u+n . - --� _ �r� My Comfiission Ezp�res �y'�( � 10I3012022 o y ublzc in and for t�e �tate of Texas '�9���'i.� Yb �fo. 'kz9s5�6�8 ,� �ND OF SECTION CITY OF FORT WORTH 57AN�ARD CON57RUCTION SPECIFICATION DOCUMENTSCITY PROJECT No. 101472 Revised luly 1, 2011 20i8 BOND YEAR 3, CONTRACT 9 t� as �G+s r MNl+�fi'-y IlueEnpss Ei�Ler�ksc S��f,i�r.�Si�xll:i P�ge I of:` � 7 #� 9 ]Q II �� E3 I 2' I � 1 �i 17 i �f C9 �[f �l �� 2� �� 7� ��i �� 28 ��} 3U 31 �� 33 ��G 35 SE�T�ON �� 4� �0 ,�7ia�ori[y� F3�sii3�:ss ���terprise 5geci�c��tions AF'I'L1CAii�lti� I}F P[]L1{`Y Jf she ta�al doll�r v,�lu� «f iE;e c��r�traci �� gre�ter fl��n '65i},�l��M, 1lictr x?��€�E subcantra�iin� �sr�l �s x�}�E�I ic�l�Jt, ��o�rc�' tiTAT�MGlti1' 1G is ljre ��[�isc}� ot� t17� E'�[y o�- For� 1'dorlh #o e�su��� �I�e lxii] �r�cl e��uitaL�� pae[�cipation hy. �+S1C1[]I'IL}` �3L15E11��S5 E�r�tar�ris�� {M.�iN} i�� li�e �si'n�uix:�ttc��t t�f a�l go�cfs ar�c� xcrvi�u�. �11 rec�k�i�emei�kS ;in� �e��1a[isai�s stat�� in 1�3e C'i�y's curr�nt �iusiate:.�s i�iver�ity E,n�ei�eR�;c {�1i��lwn�{1rce a����ly #n i17is hid. n�rBr ��c�,�rc�- �c���,� �f��r�� C't�y'� 1�S33h g{*al an rhts prc���c� �� �"f s}� il�c I�x��Gl I�icl v�lu� ❑f tli� c���ttr��:l f'���.se hirl u����f�i� �t, f ur'J��a c��rr�f l'r�rr����ur���4' S{f'Pl�J4=iS4'�. �l�rtc: If h��lh �'Y1i�: :�i�� �BE subcauiractir�g gu:ilw ;rr� r�f�Mkx1}�r�*cl for tltis pralccl, thcu :yu �fierar zn�s€ stihmit hoiF� r� lrii�k' lliiii'J.i11i��n H��rm �nd s S�E {llilir�iion la�rrm to h� deem�d r���n}n�iv�. �'I�?MI+L1�11tif'� T{} 13a�} tiPI�;C'!1� I{'1�'i'li)�� �t� C3iy con�r�c�s �S�i.C��1�} t�r ri�nre �vl��i�e �?v'JB£; suUw�,€�la�aG�ir�}� ����1 is :�}�pliecE. (�ffei��rs are re��a�r�:d ta c�mpE}� ti+�ltli ll�c iaEtcn� c�f tl�� CEty's Bu�i€�ess Div�rs�s}� C.nt�'�r�5� {}rtErnsi��c E�y irt�� of 1 he fi�llo�in�: I. NTeci r�r uxcrt�l t�ie �lo��v� xlw�lccl �1��? {;��al �I�t�au�;}� 1rTI3E: sul�eoiliri�ctii�� p�riicip€�fi���, vr 2. NTcrf ar cxcce�t [���� �h��}�c wl��icil :'4Z�3i: �at�l iltro�g� ��1�� ,����o� i Venlure Fs:�r�iripsttit�Fl, or 3, C�s6ll{� F311�I1 �',FFI11"� iJll�ll!ll�lil��LOR. nr; �F. P�'im� 1'4r�iv�Fr �ii,rutueus�tion. ��J li11�y iTTAL t}F C��1�4'a itE; l} Elt.��' lJ Nl l�,lti'i'1���'IQ?� The ap�alicn�li ticra-nTT��n�s rr7us� i�� rec�iv�� by tk�e Pwfrch��in� F)ivF�i�}�. �vi��iin k€�� 1;�3:i64��iti�� 1iir��s ailacatrcl. iaa ��rci�r I'c�.' �Ir�: �t:tire I�id tc� k�c ct�nsi:i�.r�,c� �c�s�,�r�a�iv� 1�r 1f7e �F�e�iti�..3��c���,. 'f'17� (3r�ern� �l3�11 i�l:�l4+i:1` LIiO i�+�1�F.= l�Cfl:kllll�lilil�l�i1 iiM p�r�cx�� to il�� ���aa'{��r�t�1c co�x��lt���e�; nt tlzc; �r�i��chs�sin�. �iavisi+�n �ncl U���If[t ;l l'�alcJtlRl� F�CL'I�I, �Ul,�] I'is=l:i�l� w1T�Ij �aC CV��CI1�C �Iltit E�l� {slt+f I��I►�i� l�i� ��CiifCd[7�il��t�c�s� ir� 11�+� �irrEti :�ll�x�.nl�J, A liaxc�l u�ictkx�r txntaffe� top►' �x�i�l �iut i�n �ccc�ted. 1_ Sul�tan�e-srel�rLfr�li�s�linn ���rn�.1F go�l i� me� nr e�:ceed�c�; �, {:����i I�ai�li La_ffort and Sul��oi�trs�etor �Jt�lic��lion f{orRn, if �7�Til�:[�7&ioi.rn ft les� t4r�n *tn��� go<<]; �. r���� r�tir� r•.ee��r �,�{i Suhcon�racfor ��ti�ixHl�un I��>r�tf. ir'ric� ��� �aal�lG�r1Ca[�1j_ �_ F'�°im� �'c�s�irs�ctor VYfliver for�, i#'ynii }+�i�i �rerl��r� all oon#ra�iin �s�plier wniF�: r�}c:ck�+�;� �tt ��lti' 1�3�C1':0�'M �x.rn_. an t�te s��vnd C�ty bia�En�ss dr�y �fte�� tlre i�id u�+viiin� dst�, �xc�usiv�; uG' Ih� bicl �,�;n�n� d�#e, a���c4ivctl n�� l;t�er lh�Ti �;tllJ p.�t_, nrx tl7e �eco�tia City f��isir��ss �l�v :�Fc�r [fie bid r�pei�itig du#e, �xcl�sive c�i� the hid 4}]l�a1kT1� �faE�. - � --- — ec:c�iv�iJ ��{, ]��cr tl�ai� �:1}0 ��_t��_. {]�3 1�3� S�COIii� CiQ}� b��s�nes� �i�y nftc:r thc I�id ope�ting �a�e, �:x�l���ive of t11� i��c� cFpe�i��� {�at£. ` _ � r�G�;iv�d i�cr ]aCer 111k1Rx ?:[]{1 �r.l��_. {�i� SEtic: s�«�ifd C'i�y 1.,usi€�ess clr�y ioF��r I��� I�id r�p�ning d�[�. ��€C�k�43V2 f}� Rif� �31€� ll€}�[11fY� d�te_ fil7'1' lkF ��Cl�il lWi}RTl f �'I'l�:� R r,� I� f r C't s;� � f R[1�1�J� }, C SPI_{�i'it A]�1 [}k �UL'UM�h�J�S I#twsheJ fw�+4, �IilS z[s:$ nc��� �r�n�. c,�i�rtnc-r � C:��I'Y I�iki7�F:C'1' hrt� IIlIa7� h�:M!)C'iV[]{]M 2 US} a5 �I3 i � � htmvr�ty Su�111G4S Pxllcrprlss `�prul�tu�iuo,� Pxge' o f � G 2 3 d ; �i � � 9 IQ il 5.�ni,�l �ri:ti�re I�'orm. il-�rraC is Trtet rece�vc�i ncs lat�r llir��r �;s�l} �.m„ ai� thc *�'�;;�nti C:ity bus�i�e.�� or �xc�eci�*c�. �av ;�fter tt��: 1��� ���i�ii�n tl#[�, ��cltisEvc: sa1' �f�c his� np�rtie�g ii��t�., F�ILIIl�[{; TO ['uf�pl_.Y WI-I-F� TiiC CI-r��� RUSINF:4S ����v�;R�f�'Y i�,I�Ttl�l'ixl4�; {}[t])If���I�C'C 1�ll,la f��SUL1�� MN `4'F�C iilC} ��r�,ll�[; 1�'1l�I.UFt� "M'Ci ��a�1�I�T�I'III�. F��:�1L��1�!?f] I���� [10t'i��rlF.!�TATE(�fV 1�11.1.. lt�S�TL'E' ]�I'�'�-I��; Bil� f3��:�1�� C'{�I�till�r,lt�i� �()�I-RF.�f`i�l��l��r., A SCC'{}NI} 1�AI�.U�tL V�'[L.�� R�1�ULT IN T��� �}F'F'F;Rf�R iiw:l�l(, f���il�L'F�L_IF'1�:�1 f(�k r#� k'I?RIE]i}{-1F' [.11�`�? YLAIt. �I"f�f��a,� I�,tifi Jf[F4'� I�I A F'F[fLTVyi'h1] PRQif1�►iV11 f�I:'4111Z'IM1� ,� 111Cf111311Rf!'AI'7'r5*.I Vfa'1]IflFl �n�r Quest�or�s, Flease �on�ac# �h� hJll�B� O#fice a# �817} �f �-��74. �ND �F �E��`IDiV ciT �� c��� : �s �s � t�� � � � i i s�r�r�i�,�i�r, c•or,s�rrt��s�r�ca� s���c����n�r[or� i�ocun�E.�rr� ltnuir,eti Ju�ir. �r, 3415 ?o! M nC7,lR�r Y�AR. G'Or�z�le��['T � {;I I�' i'Hlt.lE:�"i� Nu. tl[�1�477 Al�i}Z�tiT}I.i�7 2 00 52 43 - 1 Agreement Page 1 of S SECTION 00 52 43 AGREE �ENT THIS AGREEMENT, AUTHORIZEv ON ����� I IS MADE BY AND BETWEEN THE CTTY OF FORT WORTH, A TEXAS HOME RULE MUNICIPALITY, ACTTNG BY AND T OUGH IT DULY AitJTHORIZED CTTY MANAGER, ("CITY"), AND � G ( � � � �-� . , AUTHORIZED TO DO BUSINESS IN TEXAS, ACTING BY AND THROUGH ITS DULY AUTHORIZED REPRESENTATIVE, ("CONTRACTOR"). City and Contractor, in consideratian of the mutual covenants hereinafter set farth, agree as follaws: Article l. WORK Contractor shali complete alI Work as specified or indicated in the Contract Documents for the Pro�ect idet�tified herein. Artic3e �. PRQJECT 'I'he project far vvhich tl�e Wor� under the Contract Documents may be the vvhole oc only a part is generaliy described as follows: 201 S BOND YEAR 3, CONTRACT 9 CITY PROJECT No. 101472 Article 3. CONTRACT PRICE City agrees to pay Contractor for performance of the Work in accordance vvith the Contract Docume�ts an amount, in current funds, of Three Million, Eight Hundred Ninety-One Thousand, Five Hundred Thirty-Seven and 75/104 Dollars ($3,891,537.75}. Article 4. CONTRACT TIME 4. � Final Acceptance. The Work will be complete for Pinal Acceptance within365 (Three Hundred Sixry-Five) days after the date when the Contract Time commences ta run, as provrded in Paragraph 2.03 of the General Conditions, plus any extension thereof allowed in accordance with Ariicle 12 of the General Conditions. 4.2 Liquidated Damages Contractor t'ecognizes that Iime is of the essence for completion of Milesto�►es, if any, and to achieve Final Acceptance of the Wark and City will suffer financial loss if the Work is not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also recognizes the delays, expense and difficulties imolved in proving in a legal prdceeding, the actual loss suffered by the City if the Work is not cott►pleted on time. Acenrdingly, i�istead of requiring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay City Six Hundred and Fifty Dollars ($650.00) for each day that expires after the time specified in Paragaph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance. Article 5. CONTRA.CT DOCUMEN�'S 5.1 CONTENTS: A, The Contract Documents whict� comprise the e3itire agreernent between City and Contractor concerning thE Work consist of the following: CITY OF 4'ORT WOR'1'I � 2018 BONb YEAR 3, CONTRAC�' 9 STANDARD CONSTRUCTIOiV SPECIFICATION DQGUIv1ENT5 CITY PROJFCT No. 101472 Re�ised 09/06/2019 005243-2 Agreement Page 2 of S 1. This Agreement. 2. Attachments to this Agreement: a. Bici For�n 1) Proposal Form 2) Vendar Cornpliance to State Law Non-Resident Bidder 3) Prequa�ificatian Statement 4) State and Federal documents (praject specific) b. Current Prevailing Wage Rate Tab1e c. Insurance ACORD Form(s) d. Payment Bond e. Perfortnance Bond f. Maintenance Bond g. Yower of Attorr�ey for the Bonds h. Worker's Cpmpensation Affida�it i. MBE and/or SBE Utilization Form 3. General Conditions. 4. Svpplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if no# attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor priar to Notice of Award. 9. T�e following which may be delivered or issued afier the Effective Date of the Agreement and, if issued, become an inco�porated pa�-t of the Contract Documents: a. Notice to Proceed. b. �'ield Orders. c. Change Orders. d. Letter of Final Accepianc�. Article 6. INDEMNIFICATION Contractar covenantQ and agrees to indemnify, hold harmless and defend, at its own expense, the city, its nfficers, servants and employees, from and against any and ail claims arising o�t of, ar aileged to arise out of, the work and �ervices to be performed by the cantractor, its officers, agen�ts, employees, subcoutractors, licenses or invitees under this con#ract. T�is inde�ni�ica�ion rovision is s eci�call intended to o erate and be effective even if it is aile .ed or proven that ali or some oi the dama es bein sought werc ca�sed, in. whole or in art b an act omission or ne �i ence of the ci . This indemnity p�'ovision is intended to inciude, withoa� limitation, indemnity for costs, expenses and legal fees incurred by the ciLy in defending against such claims and ca�ses of actions. 6.� Contractor eovenants and agrees to indemnify and hold harm�ess, at its own expense, the cify, its of�cers, servants and employees, from and against any and all loss, datnage ar �estruction of property of the city, arising out of, or alleged to arise out of, the work a�►d �ervices ta be perfarmed by the contractor, its of�cers, agents, employees, subconiraetors, iicensees or in�itees under �his contraci. This indemni�cation ravisian is s ecif call intended to o erate and be effec#ive even i� it . is alle ed or proven that all or some of the dama�es bein� soaght were_caused, in_whole or in part, CITY OF FQELT WORTH 2O18 BOND YEAR 3, CONTE2ACT 9 STANDARb CONS�RUCTION SYECTPICATION DOCUMENTS CITY PROdECT No. 101472 Reviscd 09/0b/2019 005243-3 Agreement Page 3 vf 5 b an act om�ssion or ne li ence oi the ci . Article 7. MISCELLANEOUS 7.1 Terms. Terms used in this Agreement which are defined in Article 1 of the General Conditions wiil have the meanings indicated in the General Canditions. 7.2 Assignment af Contract. This Agreement, including all of the ConCrack Documents may not be assigned by the Contractor without the advanced express written consent of the City. 73 Successors and Assigns. City and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to sll covenants, agreements and obligations contained in tlze Contract Documents. 7.4 Severability. Any provision or part of the Con�ract Docuinents held to be unconstitutional, void or unenforceable by a cour� of competent jurisdiction shall be deemed stricken, and all remaining pro�isions shall continue to be valid and binding upon CiTY ar�d CONTRACTOR. 7.5 Governing Law and Venue. This Agreement, incl�ding all of the Gontract Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for tlze Northern District of Texas, Fort Worth Di�ision. 7.6 Authority to Sign. Contractor shall atfach evidence of authority to sign Agreement if srgned by sorneone other tha�� #he duly authorized signatory of the ConEractor. 7.7 Prohibitian On Contracts With Companies Boycotting Israel. Contractor acknowledges that in accordance with Chapter 2274 of the Texas Government Code, the City is prohibited fro�n entering into a contract with a company %r goods ar services unles5 t�e contract contains a written verification from the company that it: (1) daes not boycott Israel; and (2) will not baycott Tsrae� during the tertn of th� contract. The terms "boycott Israel" and "campany" shall have the meanings ascribed to those terms in Seciion 808.001 of the Texas Government Cade. By srgnfng this contract, Cont�aetor certifies that Contractor'.s signature provides written ver�cation to the City that Contractor: (I} daes not hoycotl I.srael; and (2) wilC not boycott Israel during the term of the contract. 7.8 Imtnigra#ion Nationality Act. Contractor shall verify the identity and err�ployment e�igibility oi its employees who perfarm work unc3er this Agreement, including completing the Employment Eligibitity Veri�cation Form (I-9}. Upon �•equest by City, Contractor shall provide City with copies af al� i-9 forms a:nd supporting eligibility documentatian for each employee who performs work under this Agreement. Contractor shall adhere to all Federal and State laws as well as establish appropriate procedures at�d contr•oIs so that no services will be performed by any CiTY O�' FOR'C WORTH 201 S BQND YEAR 3, CONTRACT 9 S`I'Ai�i�ARD CONSTRi1CTION SPECIFICATiON DOCUMENTS CITY PROJECT [�Ia. 101472 Re�ised 09/06/2019 ao sz a3 - a Agrce�nent Page 4 of S Contractor employee who is not legal�y eligible to perform s�ch ser�ices. CONTRACTOR SHALL INDEMN7FY CITY AND HOLD CITY HARMLE�S FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACT�R, CONTRACTOR'S EMPL�YEES, SUBCONTRACTORS, AGENTS, QR LICENSEES. City, upon written notice to Contractor, shall Ytave the rigt�t ta iminediately terminate this Agreernent for vio�ations of this provision by Contractor. 79 No Third-Party Beneficiaries. This Agreement gives no rights or benefts to anyane other than the City and ihe Cnntractor and the.re are no third-party beneficia�-ies. 7.10 No Cause of Action Against Engineer, Contractor, its subcontractors arad equipment and materials suppliers on the PROJECT or their sureties, shall maintaia no direct action against the Engineer, its officers, employees, and �ubco�tractors, for any clairrt arising out of, in connection with, or resulting from the � engineerirng services performed. OnIy the City will be the beneficiary of any undertaking by the Engineer. The presence ar duties of the Engineer's personnel at a construction site, whether as on-site representatives or otherwise, do not �nake ti�e Engineei• or i#s �ersonnel in any way gesponsible for those duties that beIong to the City and/or the City's construction contractors or other entities, and do not relieve the construction contractors ar any other entity of their obligations, duties, and responsibilities, including, but no� li�nited to, ail construction methods, rr�eans, techniques, sequences, and procedures necessary for coordinating and completing alI portions of the constructian �vork in accordar�ce with the Contt'act Documents and any health or safety precautions required by such constructian work. The Engineer and its personne] have na authority to exei•cise any control over any construction contractar or ather entity or their eznployees in connection with their work or any healih or safety precautions. SfGNATURE PAGE TO FOLLOW C1TY �F FOIZT WORTH 2d18 BOND YEAR 3, CONTAACT 9 STANbAiiD CONSTRUCTION SP�CIFICAT[ON DOCUMENTS CITY PROlECE No. 3 01472 Kevised 09/0612�19 Uc1;?�ai . 5 �tgr�cu�cn3 ��i��;c ti o€ 5 IN WI'i'N[;�S 1�1111Is}Zk:UI�, City tti3d Ccaulr��ctor fi�ive e�Eclt E°xcciiE�c[ tl�iti /1gr�c���c�tl fc� k�e ef'fective �s c�� il�e date subscribed by ttxe C:ity's desi�n�lecl hssist���t C'ity M�n�t�er ("I�f'i'ec�ive ll�te"). C���tractor: ��x: .Ny�'n •-. ----'�- , � � � � �_�'._'"9 ��_Jj�- �. -�_ ��/t!L!1.����-�------ Sl�tltiiUCC r� Ti-�1.. �ackson-_- �- - —.._— (Pri�it�d Nf�t��e) �'resident � � _ . 'C�tic S I 12 Su�i Vf�ll� �rive. �__-- I�.cid�•ess -� I�orE Wortl��'exas 7G119 _.�.__ City/Sl�tcl'Iip Gity ot' l�ort Wor��� �y: r �� .. ' �-�aE�a 13u" i•�Tidoit _ `i � Assist�nt City �►r»�e�• b � _�� D�te Attrsl: ��'" �—� =- _� -- (Se�l) � M&C: _ _�'1 r ��� � _ . � -- - -- - __...m �- 17�tc _' _ - _ ... I��le: ,.� __� . � _°�.�'-� r� y� L� F'or��� 1 �9� No.: . � �. ��'�..! _�_ ` � .(� Ca�ttr�ct Co�t�plinnce Mnnagc�•: 13y si�;iii��g, I aclts�owlcd�c ti�s�t [�En thc per5c7ri res��o�zs€ble �'or thc n1o��itoE•i��� �nr� ad�ni«istr�►tinn of ttiis cn�►tr�ct, incl�iciin� enstirin�; �1! perfortnance �itd re�3arliEt� �•ec��iia'etn�. �, "�.�r— ���-:-� _ �M�� (Titte�"' A{��Sroved as to f'Dk'll7 A11[I LG�,�IIi�: � �,.r���� �i;-...«C� - �.� _ _� -_ � UOUglaS W. HIaCIC Assistant City Attor�tey f'1TY QF' �012'l WOItTH 57'AP#UAitU ("ONS'f Rl3f."1'1(�N Si'�:C:11"tCATIQN i?OC.UML•TE'�S (tcviscd Oy/Q6l�019 �APR VAi, ECQ � 7� : . • . -} - - — - - - -m-- - "��- . _� . __ iilia�n �ah�ison, �iirec� r -- �-� '1'rans�a�tacion c4c Pub a Wo�•ks D���actmont ����� � 24ER �3C3�V� �'�,►�3 ;..�r,,4, ��,n ;� w C+�'!'t : icf�Jl?� I' No. IU1477. —y 00 52 43 - 5 Agrcement Page S of S IN WITNESS WHEREOF, City and Contractor ha�e each executed this Agreeinent to be effeclive as of tih� date subscribed by the City's desiguated Assistant City Manager {"Effective Date"). C ontractor: By: Signatur Tro L.Jackson (Printed Nar�ne} City af �'ort Worth : Dana Burghdoff Assistant CiLy Manager Date President Title S l 12 Sun Valley Drive Address Attest: C ity S ecretary �'ort Worth, Texas 76119 City/StatelZip (Seal} � • - � M&C. � � �a��I �i� l.r�.��r t.r .;t, ��� �.li �/ Date � Date: Form 1295 No.: 4�-� " � g Contract Compliatace Manager: By signing, I acknovwledge that J arn the persan respansibie for the monitoring a.ud administration of this contract, il�cluding eiisuring all pex'formance attd reporting x�equirements. s- '��"� ,� (Title) Approved as to Form and Legality: Douglas W. Black Assisiant City Attarney APPR A � COMM E : William lohnson, Direct — - � Transportation & Pub�i Works �eap��i►7�,e�1.�- ������ CITY OP FOAT WaR1H 2O18 B(blV�t� :�rn:�r .•�� •;�� ., �, STAT�iD1�RD CONSTRUCTION SPECIPIC ATION DOCUNfENT5 CITY PRQ�FCT Nn, 101 Q72 Revised 09/06/2014 oosiz��� ���o�rrc� �ota� i'age 1 af 2 � 3 5 6 SECT�U� �0 61 �3 PERFQR.MANGE BOND Bond #���1S316S 7 8 9 �Q 11 12 I3 14 15 1& 17 18 19 24 2l 22 23 24 25 26 27 28 29 3� 3i 32 THE STA'I`E QF TEXAS § � KPTpW AL�, BY THESE PRESE�S: C4U�iTY aF TARRAI�`I' § T�at we, Jackson C'on,stx�uction, Ltd. knovvrz as "�'rincipal" herain and �'i�� �ianover Insurance Cornpany , a carporate sureLy(suretiss, if more than ane} duly authorized to do business in the State of 7 e�as, tct�own as "Surety" �erein (whether on:e or �aore), are �eld a�d f�ly bound unto t�e City ai�'ort �ar�h, a �unacipa� eorparatian created p�rsuar�t ta the laws of Te�cas, �nawt� as "City" i�erein, in the penal su� af Thr�e Mitlio��, Eig�t Hundred N��ty-C3ne Thausand, Fiva Hundred Thirty-Seven and 75/I�0 Dollars ($3,891,537.75j, iawfr�� r�oney of the United States, to be paid in Fort Warth, Tar�'ant �ounty, Texas fbr the payment of which sur�z vreil and truly to be made, we bind auxselves, aur heirs, executors, RdlTlltll5�i"dtOT5, SLiC�eSSOICS �11C� �551�115, jointiy and se�erally, f rnnly by th�se presents. WHEREAS, the Pr�cipal �as ent�zed into a ce�ain �v�tte� cantract with the City awarded the � day of �.l ��- , 2� � r whiah Con�ract is hereby referred to and made a part hereof #or atl purp�sea as i� fully set inrth k�erein, to furnish all mat��als, eqt�i.pment labor and other aceessories defined by law> in tlae pr'nsecution of the Work, including any Claange Orders, as prnvided for in said Contz�act d�signated as 2�18 Bond Year 3, Contract 9, City Fraject l�Ta. l.OI472�, 1*�0�, ��E�tEiF4RE, the co�dition o�tY�is ob�ig�.rion is suc� tk�at if the said Priz��ipa! sha�l fa�th�lly pec%rn� it obligations u�►der ��Ze Con#ract anci shali in a�� respects dnly and �.ifihfully perf��n the Work, including Cl�ange Orders, u�der the Connact, according to the plan:s, specificatiot►s, and caz�tract doc�ttnents therein referred to, and as wei� during any periad af exfiension o�the Gonfiract that rnay be granted o�a tlae �art of the City, th�n this obtigatinn shall be and become n�li and �vaid, ath�rwise to remain in full �orce a�d �ffect. P�t�JVIDED �IJR'I'H�R, tlaat if any l�gal aetioz� be filed on this �ond, venue sk��11 lie i�i '��rr�t Gaunt�r, Texas nr th� United States Distri�t Court �'o�r t�ie Ncarthet� District aiTexas, F'ort �Vdrt� Di�is[ott. Tk�is band is made and executed in coznglianc� witt� tize p�•4vi�ions of Chapt�r 2253 CITY OF �C3RT W(?It'1'H S'fANDARL? C�hTS'iitUG`I'I0�€ SPECIk'[CATIdN I�OCUMEI3TS Iteviseti 3uly 1, 2011 24t8 BO�t? X�AR 3, Cf1NCRACI` 4 CITY YR07EE'I'Na. 1414'12 Ofl61 i3-2 P��tFORMATICS BONp Page 2 0£2 of t�e Taxas Gaverr►ment Cod�, as amended, ar�d a�l �iabilities on this hond si�a11 be de#ermined i� 2 3 � 7 8 9 10 11 ]2 i3 l4 15 16 17 18 �9 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 3b 37 38 34 40 41 42 43 44 accordance wit1� �:t�e provisions of said statue_ IN W�TNE�S'WHEREOF, the Prin�ipal and the S�rety have'SIGNED azzd SEAL�D this instrument by duly authori�zed agents and officers on t�is the � ca . �__day o��,�. , 20.��• PRINCIFAL: JacksQn Cons#ruction Ltd. E1TT`E�T: L� (Principal} ecretary � : a �/ � U f/f i�—�'- t ess as to Prineipal ��� wltli.�SS �.S t0 �UT�tj+ BY: Signa re �Trov L.Jackso�, President Narrie at�d Title Address: 51i2Sun'V'a1levDri�ve __ Fort Worth TX 7G 1� 9� SURETY: 'T�e Hanover Insurance Company �� �, ! �i� . B�: � Sa ur� � Iaek M Crow�ey, Attorney in �'act Name and Title Address: ��0 N Akard Street, #�4300 ^ Dallas, TX 75201 T�Iephone Nut�ber: 972-385-9800 '�Nate: If signed by an aificer of i�e S�rety Company, tkere must be an ftle a certified exiract frorr� tha by-laws sh�win� that this parson l�as a�at�oriiy to sign such abligation. If Surefiy's physieal address is different from its mailing address, both must be provided. The date af tlae bond shall not be pr�ar ta the date t�ia Con�ract is awarded. �ETY QF FORT WdKi�-I STANDARi� CONSTRLTC'FI4N SPECIFICATiOP[ T�CiCUMENTS Revised luly !, 20! i zo � s sorr� �� �, ca�r�tt�cT � C�TY PItOJEC`T A3a, 1b1472 00 61 14 - 1 YAYME�IT BON� Page 1 of �, I 2 3 5 b 7 $ 9 10 11 12 I3 14 I5 �G �7 ]S t9 �a 21 22 2� 24 25 26 2'7 �ECT�EiN �0 6� f� PAYMENT BON]7 TH� STA.TE OF TEXAS COU�T�Y OF TAR�tA�NT That we, "PrincipaP' �erein, and Bon� �10831�5 § � K14iOW ALL l3Y THE�E PRESENTS: § Jackson Canstruction, Ltd. , Icno�rn as The Ha�ove�� Insu�'ance Company a corporate surety (sur�ti�s), duly authorized ta do business in ihe State of 'Fexas, known as "Sure#y" herei� (whett�er o�e or mor�), are hetc� and �uYxkly bound unto the City of �ort Worth, a municipai cor�►oraYion creat�d �►uc�uant to the laws of the State af Texas, lcnown as "Cit�,'> herein, itz the penai sum: of Three Million, Eigl�t Hundred Ninety-(�ne Thousand, Five Hundred Thir[y- Saven Doilars and ?5l1 �0 Dollaxs {$3,891,537_75), lawful rr�oney of the Uniteci States, to be paid in Fort VVorth, Tarra�fi �ounty, Texas, fc�r the payr�►ent of wl�ich sum weit and truly be made, t�ve bind o�elves, au:r heirs, e�ecutars, administr�Cors, successors and ass��ns, ,jointly and se�erally, firm�y hy these presents: � W�-�EREAS, Principal h2ts enterec� xnto a cee�rtatn written Contraet w�th City, awartled the �,day of CJ �. , 2U �(.... , which Con#�act is hereby referred io and �nade a part hereaf �'or all putposes as if fi�ly set forth hesein, #o fuz�nzsh ali rrzate�ials, ec�ui�rmen#, �aboX aa�d other aceessories as defned by iaw, izz #he prosectztion af the VVork as provic�ed for an said Cantra�:t and des�gnat�d as d��ned b� �aw, in tk�e prosecuti�n of the V+Jor�C as pravidec� £or in said Canfract �d designated as 2U18 �a�t� Year 3, Ca�tract 9, Czty I'ro��c# I�TQ. 1014�Z. 1V�UW, TH�REFORE, THE CONDITION OF THIS OBL�GATION is such t�at if Fri�cipal shall pay all �onies owitn� to any (and al�) paysnent bc�nd beneficiary (as defned in. Chap#�r 2253 Qf the Tex�s Govern�.ent �ode, as am�nded) iu �e p�oseauti4n of the Wark under the Con�tract, then this obligatia�x shall be and become n�li and void; otherwise ta ramain an fiili force snd effec�. 28 This bnnd is made and executed �n cotngiia�ce r�v�th #�e provis�ons of Chapter 2253 af tl�e 29 Te�a.s Governn�ent Code, as ar�nez�ded, and atl iiabilities an this band shali ba determined in 30 31 accordance wiih t%ce provisions of saic� statu#e. CITY OF �C3ItT W€dRTIi 5'�Ai�i}t1I2D CO1VS'IRL�C'�ION SPECfEICA'Fi�N DQCUMEN'iS Revised Juty 1, 2U1 i 2018 B4ND Y£?AR 3, CQt`#TIZAC'E' 9 CTTY PKO.�CT No. 101472 00 61 14 - 2 � PA.YMEIdT �iQND Paga 2 af 2 � Il�T 'WIT�T�S� 'W�IER��F, th� Principal �nd �uret�+ �€�.vic ea�h S�GNED and S�aALED . , 2 this instrum�nt by d�i�� au�l�ari�ed a�e�ts srtd af£'�cers an t�is the ;,� ' day a# � 4 � r � ' ' --- � 2(} _�.�._.. F�J.N�IPA�: 3ac�Csan Coc�st�•ucuo�n �td. BY: _ ��- S �gnature .ATTE�T: 'l A--I��1 / 1(� � � (/.�/f (Principal) Secr�tary F�.�y` . tn;ess � �o Principal �� A'�"�'�ST: � � , _ {' - ` _ ; _ ! �' i ...��' � r � Tr � ` � (Surety) Secretary � a � 4 ---.�'^ i �+� .�' Y v s� _..^- W itness as to Surety , t 5 6 8 9 ta iI 12 Tro L. Jackson Presiden� Name and Titl� Aridr�ss: 5112,S�n Valle Drive �'ort War�, TX 761 I9�� StIR�TY: The Hanover Insi�rance Con�pany = `i . ��< B�': � �* ' — Signa Jac� M Crowley, �ttor:�ey in Fa�t Name ar�d Title Address: ��p N �kard Street,1�4300 Da11as, TX 752(71 Telephane Nutr�ber: 972-385-9800 Not�: If signed by an officex of the Sur�ty, ther� must be an iile a c��ed extract frozn the bylaws showing that this person has au#har�iy ta sign such obligati4n. If Surety's physical address is different fraxr� its mailing add�'ess, bot� tnust be provided. The dat� afthe bond shait nat be przor to the da�e t�:e Cont�act is awaz�c�cd. El�'D �F ��C7C,�CJN C1TY OF FDRT VJORTH STANL?AI2A COl`iSTRl3CTION 5PEC1�'ICA'F[4I3 DOCUMENTS Rc�ised July 1, 2011 20i S BON13 YGA12 3, CONTRACI' 9 CITY f'ROJECTI�6o. lOi472 �0 63 19 - i iVlA1NTENANG� BONt3 Page �. of 4 � 2 3 4 THE STATE OF TEXAr.S � BQriC� #ldc�� �6� � � KNOW .A.LL SY THESE PR.E�ENT�c 6 COUNTY UF TA.Ii.i�Al�'T § 7 That we 3aci�soi� Construciion, Ltd. kn4yvzs as 8 "Principa�" Iae�rein anci 'T�c Hano�er Insurance Company , a corparate sttr�ty 9 30 11 12 13 �4 15 15 �.7 1$ �9 20 �� 22 23 24 25 zs 27 28 29 (sureties, if rnore th� on�) duly autlxariz�c� to do busit�ess in the State af Te�cas, kiaawn as "Suxety" hereitz (wheth�r one ox rnore}, are heId and iir�n�y bound un�� ti�e City of Fort V�orth, a municipal earp�►xation created �ursuant to the laws Qf the St�te of Taxas, kno�+n �.s "C`i�y," herain, in the sum fl�Three Millian, Eig�►t Hundc'ed Ninety�4ne Thousat�d, �ive Hundred T�airty-Seven arad 75/100 Dollars ($3,�91,537.75), lawfut znan�y af #t�e United States, �o be paid in 1 art Wort�Z, Tarrant County, T�xas, for payrn�nt of w�ich suzn well and t�uly be mxde unto t�e City and i1:� suecessars, vve bia�d ourselves, our �ei��, executors, adr�zinistrators, successars ar�d assig�s, joi�tly a�� severally, firmly by these �res�nts. W�REA�, tlie Principal has entered i.�t� a certain wiritten can�ract witi� the City awarded the ��day of �,.J. �.�/if1�-� ---, 20�, wlaich Contxact is her�by refe�'eci to and � made part h�re4i far all puzgoses as if ful(y set forth herein, ta f�rnzs� aIl nnaterials, equipr��nt labor and c��er accessories as defined by law, in �ihe proseaution of t�e Work, i�tcluding an.y �ox�C resulting frotn a duly auttzorized Chang� Orc�er (collectavely herei:�, �he "Wark"} as provided fc�r in said �c�rttraet and design�ted as ��1� Bc�ud Year 3, �ontract 9, City Prra3�ct RTU,10i492; and W�EREAS, Prin�ipai butds it�elf t4 �se suc� mat�r�als anc� to so co�struat the �1Vor� in accordance with t�e plans, s�eei�eativns and Ga��tract Documen#s that the Work is and vvill ramain free frona defects in �at�rials a�• workm�anship fQr and dvring the period of fwo (2) y�ears aft�r the date of Final Accepta�ce ofthe Work by the City ("i�Vlaint��anc� F�riad"}; and G'fY OF FE)R71NOR7N STANDARD CONS7RUCTION SPECIFICAT1dN DOCU[VIEidTS C17Y PkE7i£Cf' No,101472 Revised Jufy 1, 2D11 ����Q� �� �� �� MA�NTE�'�T,�NCE BOND 2q18 60Nb VfAR 3, C(7NTRACi 9 00 61 I4 n 2 MAINTENANCE 8QMD pag2 2 Of 4 � 2 VVH�REAS, �'rincipai bir�c�� ztsel;Fta r�pair or recor�s�iru�t th� W�rrk in whais or in part 3 upo�� r�ceivin�, notzce fi�orr� the �ity af the �eeci t��re�or a� a�y tim� within the Mai�tenance 4 Period. 5 6 NOW THEREF4R�, �he conditian of ti�is obligatic�n is such ihai if Principal shal� 7 re�netEy any defec�ave Work, for ue�ich timely natice vvas provided by City, to a co�ple�inn 8 satisfactory �o the City, thsn tl�is obiigatian sha�1 �eco�ne null and vaid; otherw�se to re�nain in 9 f�i( force and effect. �.0 1�. PRUVIDED, HOW�VER, if Princip�l sha�t fail so to repazr or reconstruct an�y ��mely 1.2 noticed def�etive Work, it Es a�reed that the City may cause any and alt such defective Work to 13 be repaired arfdlar reconstr�et�d wittt a11 associa�ed costs tf�ereof bein� ba�e by the Principa� and 1� the Surety under this Mainienance bond; and 15 �6 PRQ�iD?ED R�tTHER, that if aizy leg;al act�on be �led on this Band, venue sl�all iie in 17 Tarrant County, Te�cas or the United St�.tes District Cou�rt for the Ntirthern �istrict c�f Te�, k'ort 18 Worth Diviszon, and �'7 2p PROVIDEA FURTHER, that #I�is abligatian shal� be conti�uous in nature a.sid 21 successive :recQver�es may be hac� lierecan for successive breac�es. 2� 23 24 CiTY OF FORT WORTH 2O18 BflfVt] YEAR 3, CANTFtACi' 9 STANpARD CO�iSTRUCf1DN SP£C!FlCkT1QN DflC1�M�N7S CiTY PROJECi No. 101472 Revised July 1, 2D�.1 oa6� is-3 MAlNFE11tANCF BDND Page 3 of 4 1 Il�T WITNI�S� V�t�]ltEOF, the �'rincipal and the �ttrety have each SIGNED a.nd SEALED this Z instrument by duly authorized ag�nts ar�d o�'ficers on this the _,_ �_- day of�..��.{�;�'Y{�' � 3 ,2� ! i. 4 5 G 7 S 9 1Q �� 12 13 14 �5 �.6 PRiNCTP�.L: Ja.ekson Co�struction Ltd. BY: � Szgna�e A`�"TEST: t/l/C/ L . �J�CiN '— � __ (Principal) �ecretary �7 1� . 19 ,�� °� 20 Witness as to Principa� z a. �2 �� �� 2� 26 27 Ci71' OF FOiZT WQRTFf 5TANpARD CDNSTRUL7ION SPEClFlCATION DflCU1�Ef�l'S CfiY PRO�fCI' N4.1Q1472 Revised Juiy 1, 201�. Tra L.Jackson, President_ ._ Name �d Ti#le Addrsss: 5 i i 2 Sun Valle Drive Fort Worth. TX 76 � I9 SURETY: The Hanove�• Insu�•ance Company _ � ,- '�_ �r,- - -� BY. � �' Signate�s�s 2Q38 BOND YEAA 3, CQN�RACT 9 1 z � � 5 6 � 8 9 1Q 11 12 13 1A- ATTEST: _. � - A . . 9�� � � J ---_ � ` , . - — �` (Surety) Sscr�tary � � �i , i " / '____"__�"""'_"� `"`__'_".%_..,_,% _._ .�.„.`-_._._ f_'.`_—..'.,"— Witness as ta Surety , oo�i z4-a MRINfiEfVANC� BflA4P Page 4 of 4 Jack M Crowley, �ttarney in Fact Name and Title Address: �� N A�ard 8tz�ect, �4300 Dallas, TY 75201 Telephone Nunnh��•: 9'72-3f35-9840 *Note: If signed by an c�fficei° �f #�ie Surety �orrzpany, th�re m�st be on file a certifzed extract from the by-laws showing that t.his person has authority to szgn such obligaiion. If Surety's physical add�ess is diff'erent frox� its tnailing address, E�ath rnus� �a provided. "�'h� dat� of th� bornd shall nnt be priar to the daie the Contract is avvarded. cmr o� �aar wa�� STRNDARq CON5TRi1CiION SFfCiFIfAT[O[+i []OCUA+IENT5 C�TY PRUJE�'f iYb. ip14?2 3�eVi5ed.fuEy 1, 2[313. 2Q1$ BDNp Y�'AR 3, CONTRAGF 9 TH� FiA[1[QV�R INSURRNCE G�MPANY MASSACHUSETiS BAY WSU�tANCE CpfUIPANY C1iI�ENS 11145URANCE CDMf'ANY OF AIViEF2[GA 7WlS Power of Attorney limits the acts of those natned herein, and they have no auEhorify fo bind the Company except in the manner and to fhe extent herein stated. KNOW ALL PERSONS �Y THES� PI�ESENTS: ThatTHE MA�foVER INSURANCE CONfPRNYand MASSAGi1U5�TTs BFIYINSIiRANCE CQMPANY, both fa�ing corporations organized and existing underthe laws of ti�e Stat� nf Rfew Hampshire, and CIT]ZENS I f�SURANCE COM€'ANY OF AM�RICA, a corporaiion organized and existing under tF�e [aws of the State of Michigan, {hereinafter individuafly and col(ectively i�e "Company') does here6y constitute and appo9nt, Steven R. Fosfer, Jack iUl. Crpwley, Lavrie Pflug , and 7euta �.uri OE Willis Tawers Watson [nsurance Serr�+ces Wes4, Inc of Dallas, TX each �ndividually, if Ehere ba mare than one naened, as its true and IawPul attorney(s)-in- fact to sign, execute, seal, acKnowledge and deliver for, and on its behalf, and as its act and deed any place �nrithin ihe Unifed States, arty and al! surety bonds, recognizances, undertakings, or other surety obligations, The execution of such surety bonds, recognizances, undertakings or suretyo6[igations, in pursuance of these presents, shall be as binding upon the Company as rf they had been duly signed by the president attd at�ested by the secretary o# fhe Company, in their own proper persons_ Provided however, that this power of attomey limits #he aets of those named hesein; and tF�ey have no authority to biRd the Company exoept in the manner stated and ta the exient of any limiiatipn stated below: � ,4ny such obiigations in the United S�tates, not to exceed Thirty Five Miliion and !Vo!'i00 ($35,000,000} in any single insfance That this power is made and execuied pursuant to the autharfiy a# tha following Resoiutions passed byti�e Board of Directors of said Coenpany, and said Resoluiions remain in full force and effect: RESOLVED: That ihe President or any Utce President, in conjunction with any Vice President, be and they hereby are authorized and empnwered io appoini Attorneys-in-fact o4 the Company, in ifs name and as it ac#s, to execuke and acknowledge for and on iis l�ehali as surety,�any and afl bonds, recognizances, contracts of ihcEemnify, vuaivers of citafion and all other vuritin�s obligatory in the naiure thereof, wiih power to aftach ther�to the seal of Ehe Company. Any such writir�gs so exacuEed by such Attorneys-in-iact shail be binding upon the Company as if they had been duly executed and acknowEedged by the regular�y elected officers of the Company in their own proper persons. RESQLVED: 3ha# any and ail Pow�rs of Attorney and Certified Copies of such Pawers of Aftorney and certification in respecttherein, granied and �xecuEed by the Presideni or Vice President in conj�nction wiih any Vice President of the Company, shall be binding on the Company to the same extent as if alf signatures tharein uvere manqally affixed, even though one or more oi any such signatures Ef�ereon may be facsimife. (Adopted Oc#ober 7, �981 — The Hanover Insurance Company; Adopted April 14, 1982 — Massachusetts Bay Insurance Company, Adopted September 7, 2fl01 — Citizens Insurance Company of America and affirmed by each Company on March 24, 2d94) IN W ITN E55 WH E REOF, TH E HANOVER lNSU RANC E COiV1FANY, MASSAC H USE'iT5 BAY I NSURANCE COMPANYand C I"fEZENS INSU RANC E COM PANY OF A[UIERICA have caused these presents to be sealed with thei€ respect€ve corporate seals, duly aitesied by iwa Vice Presider�ts, this 10�h day of January, 2020. T'�!E HAE�C�V�€t iPi�k� � �AF�P�f��' �HH����Ct�Lt5�7'f� Y' E ��P.Et�i�� ��3EilP,�P�Y et��,���t� ��t��� � � ��;�ta�s o� �t����,a Yioe �restdent �. a raw THE CONIMONWEA�TH OF i4+�ASSACt-lUS�TTS ) COUNTYDF WORCESTER ) ss_ ���� .�4 ��� �. ,_.,,.^' i'HE �!/•4I��t►i�R l�rtlRl��t�� Gt']l�PA�Y �fAA�SA�fl4]S�iia� �AY (t1�11FtAEW�� CC3h9#�9��Y ���rc���� �ra�v�rr�� cvn���+�v v� ,�r���r�� Fi_ Kaw9e�ki. llice Presldent On this 10�h day of Jan�aary, 2Q20 before tne came fhe above na�ned �xecutiva �ce President ar�d Vic� Presideni of The Hanaver Insurance Company, Massachusetts Say Ensurance Corrrpanyand Ci#�zens Insurance Gompany oiRmerica, to me personaily known to be fhe inc[ividua[s and officers described harein, and acknowledged that ihe saals afiFixed to t�e preceding instrument are the corporate seals of The Hanover Insurence Compariy, Massac�usetts Ray Insuranee Company and Citizens Insurance Company oi America, respective{y, and thaithe said carporate saafs and t6eir signat�res as officers vuere du€y afPixed and subscribed to said instrumeni 6V the authorily and direotion oi said Corparations. �, ia#���Eid � S1P.���S � t�oiary Public �Ct7i�R1pMNFAIiH OF ktl15�+C4iti5£�S P�y CAmrtfiasion €xpires June :5. '�023 s . � Arl�+�n V• Sim���, �otar7r u �� f�1y Coi�in3ssion Expires ,lur�� 1S, 2023 1, the undersigned Vice President of The Hanover Insuranee Company, hJlassachuset#s Bay fnsurance Company and Citizens Insusance Compahy of America, hereby certify titaY the above and foreguing is a full, true and carrect copy of if�e Origina[ Power of Aiiorney iss�ed by said Companies, and do heraby further cer�ify ihat th� said Powers of Attorney are still in force anc! eifeci. �1 GIVEN under my hand and the seals of saic3 Companies, af Worcester, MassachuseYts, ihi �"ay ofi• CERTI�IED �OP� r iFf� FlAf�QVEIi tHSURA�MC� CE�117P��Y n�� �c�us��rs as�r �nts�a�zaruc� cannrAtav 1� _[dS EN$�R�1_ NCE G1�RdIPA�NY C)F' ftFil�RiGLt ���� � �-�. .� �- �arrickfl.Eligh,�llc,�t�t sfdenty^.T.�--.-�---� � , �' �° The Hanaver Ins�erance Company � 440 Lfn�ln S�ee� VJorcesher, MA o9553 nsUt'anCe roup� Gfizens l�uurenoe Wmpany af Amexica � 645 West Grand RiverAvenue, Houvell, IVV] 48843 �@X� ��!'1i��al�'1�C �8'�iC@ inrtp��r�wr �or��� AVI�� IA14P�RT'/�NTE Yo obtain inforrr�ation or make a complair�t: You may call ih� Hanover Insurar�c� Campany/Citizer�s Insurance Company of America.'s toll-free tet�phone number for information or to make a complaint at; Para abtener informac�o� o p�r� someter u�a queja: Usted puede Ilamar al nur�ero �e telefono graiis de ihe Hanover Insurance CampanyfCitizens Insurance Company af A�erica's para informacian o�aara spme�er una queja al: 9 ���ti-�b0�e�"�47 1 ��00��0��8141 Yau may afso write to �e k�anover Ir�surance Company/ Usted t�mbien pued� �ser�bfr a. Tl�� �;a.roY�r l�s�r�nc� Citizens Insurance Company of America at: Campar�y/Citizens Insuranc� Company of America af: 440 Lineo[n Street Woecester� MA 01�'[5 440 Lincoln Street Worcester, MA �161 a Yau may contac� the `fexas Department o� Ir►surance �o obfain ir�formatior� on compar�ies, eoverages, righ�ts or compfair�ts at: i ��00-����a��39 Yau may w�te the Texas Department of lnsurance: P. Q. Sax 149'i 04 Austin, TX i�714-9104 �ax: (512) 475-1771 Web: http://wvuw.tdi.#exas.gov �-rrrail: ConsumerProteciion@fcfi.sta.te.tx.us �R�A�IUFl� �R CLAI� 91SP�J��S: Shou[d you have a dis�ute conceming your premium ar about a elaim you sho�fd contact t�e agent or the eam- pany first. f� the dispute is not reso{ved, you may contact the Texas De�ar�ment af Insurar�ce. ATfACb 'Cb1S FVOTtC� T� YB�1R �B�I�Y: This notice is for information only and does not becnm� a part or con- dition af the attached docurnen�t, Puede comunicarse con el Depar�amento de Seguros eie Texas para obtener ir�farmacion acerca de campanias, caberturas, derechas c� quejas al: 1 ��1��-�2��d3439 Puede escribir al Depar�amer�to de Seguros de Texas: P. O. Box 149'I Q4 Aus�in, TK 78714-9'�Q4 Fax: (512) 475-1771 Web: http://wvw�rtc�i.�exas.gov E-mail: CansumerProtectior�@tdi.s�ate.�.us �I��l#�A� �0��� ��iN�►S f� #��C�AMOS: Si tier�e una disputa concemiente a su �rima o a un rec- fama, debe cam�nicarse con el ager�t� o la compania primero. 5i no se resuelve la dis�uta, puede entonees camunicarse can el departamen�v (TDf). Ui�A �S�`� �VISO � Si1 PO�IZ�: Este aviso es st�lo para proposito de informacion y r�a se con�ierte en parte o condicior� del documento adjunto. i81-f4S7 (5/12j COMMERCIAL G�N�RAL LIAEi1LITY THIS ENDORSEIVYEf�T CHpo�lC��S THE POLICY. PL��►S� R�r4D IT Cr4REFULLY. �1�r41�KET A��liI�P��4L II���J�ED — A,lJ��11��,�Ta� ��'Ai�� IF F���l�l��� �Y ��I�i�IV ��i���A��' (�Oi�il���i���) This endarsement rr�odifies insurance pro�ided underthe following: COMMERCIAL GENERAL LIABILITY COVERAGE PART The following is added to S�CTION 11— WWO IS AN INSURED: Any person or organization that: a. You agree in a written contract or agreement to include as an additional insured on this Coverage Parf; and b. Has nof been added as an addiEional ins�red for the same project by attachm�nt of an endorse- ment under this Coverage Part which includes such person or organization in ihe endorsemenfs schedule; is an insured, but: a. Only with respeci ta liability for "bodily injury" or "property damage' that occurs, or for "personal injur�l' caused by an affense that is committed, subseq�enf to the signing of that contract or agreement and while that part of the coniract or agreement is in effect; and b. On�y as described in Paragraph (1), (2} or (3) be- [ow, whichever applies: (1) If#he written cantracf or agreement specifical- ly requires you to provic4e ac[ditional insured coverage to that persan or organization by the use of: �a) The Addiiional Insured -- 4wners, Lesr sees or Contractors —{Farm B) endflrse- mertt CG 20 10 'f 1 85; or (b) Either or both of the fallowing: the Addi- tional Insured — Owners, Lessees or Con- tractors — 5cheduled Person Or Organi� zation endorsement CG 20 10 10 01, or #he Additional Insurad — Owners, Lessees or Contractors — Completed �perations er�dorsement CG 20 37 � 0 01; the person or argani�ation is an additional in- s�ared only if the injury or damag� aris� out af "yo�r work" to whiol� the written contract ar agreernent applies; (2) If #he wniten contract or agreemen# specifcal- ly requir�s you to �rovide additional insured caverage to that person or organization by the us� of: (a) The Additionai Insured -- Owners, Lesr se� or Contradors — Scheduled Person or Organization endorsement GG 20 � 0 07 04 or CG 2Q 10 04 13, the Additional ]nsured — Owners, Lessees or Contrac- �ors — Completed Operations endorse- ment CG 20 37 07 04 or CG 20 37 04 13, or both af such endarsements with either of those edition dates; or (h) Either or both oi the fallawing: the Addi� tiona] lnsured — Ownars, Lessees or Con- tractors --- Scheduled Person Or Organi- zation endorsement GG 2a 1 Q, or the Ad- ditional Insured — 4wners, Lessees or Contractors — Completed Operations en- dorsement CG 20 37, withaut an edition date of such �ndorsement specifed; the person or organization is an additional in- sured only if the injury or darnage is caused, in whole or in part, by acts or omissions of you or your subcantractar in the per�ormance af "your work" to which the written contract or agreement applies; or (3} [fneither Paragraph {1) nor (2} abo�e appEies: (a] The person or organization is an addi- tiona] insured only if, and ta t�e extent that, the injury or damage is caused by acts or omissions of you or yaur subcon- #ractor in #he p�xFormance of "your work" to which the written contract or agree- ment applies; and (b) Such person or organization does not qualify as an additional insured with rc�- spect to ihe independent acts or omis- sions af such person or organization. The insurance �ro�ided to such additional insured is subject to the following �ro�isions: a. lf #he Limits af lnsurance of this Coverage Par� shown in the Dedarations exceed the minimum lirr►its req�ired �y the wriiten cantract ar agree- ment, the insurance provided fa the additional in- sured will be [imited fo such minimum required limits. For the purposes of determining whether CG D6 04 02 'i9 O 2017'Ti7e iravelers IndemnityCompany. All rights reser-ued. Pag� 1 Of 2 62282643 I 2o-21 GLfAuto/WC/SxOmil. �Imb/�quip � xrista Aburrow � 6111/20�� 12:05:12 2M (Pm�J � Page 2 ot 15 COMMERCIAL GENERAL LIABILITY this limitation applies, the minimum limits required by the written conkract or agreement will be con- sidered to include the minimum Gmits of any EJm- brella or Exc.�ss ]iaE�ility caverage required far the additional insured �y that written oontract or agreement. This provision will not increas� the limits of insurance described in Section III — Limits Of Insurance. b. The insurance provided ta such additional insured does not apply to: (1) Any "bodily injury', "property damage" ar "personal injury" arising aut af the providing, or fai[ure to pro�ide, any praFessional arc�i- tectural, engineering or surveying s�vices, including: (a) �'he preparing, appro�ing, or failing to prepare or approve, maps, shop draw- ings, ���nions, reports, sur�eys, field ar- {3) ders or c�ange arders, or fhe preparing, approving, or failing to prepare or ap- pro�e, drawings and specifications; and (b) Suparvisory, inspeetion, architectural or engineering activities. (2) Any "bodily injur�i' or "property damage" caused by "your wor�" and included in th� "products-completed operations hazard" un- Eess the written contract or agreement s�ecifi- cafly requires you to pravide such co�erage for that additional insured du�ing the policy periad. c. The addi#ional insured rnust cornply with the #ol-- lowing ciuties' (1} Give us written notice as soon as practicable of an "occurrence" or an off�nse which may result in a claim. To the �xte�t possfble, such nofice should include: (a) How, when and where the "occurrence' or offense took place; (b) The names and addresses of any injured �ersons and witnesses; and (c) The naiure and location of any injury or damage arising out of the "occurrence" or of�ense. (2) lf a claim is made or "suit" is braught against the addifional insured: {a) [rnmediately record the speci#ics of the claim or "suiY' and #he date recei�ed; and (b) Notify us as soon as pradicable and see to it that we recei�e written notice of the claim or "suit" as saon as practicable. Immediately send us copies of a!! legal pa- pers received in connectian with the c�aim or "suii", cooperate with us in the investigation or seftlement of the claim or defense against the "sui�', and otherwise comply with all policy conditions. (4�) Tender the defense and indemnity of any claim or "suit" to any pro�ider af oiher insur� ance which would co�er such additionai in- s[�red for a loss we cover. However, this con- difion does not affect whether the insurance pro�ided to sucF� additional insured is primary to other insurance avaifable to such additional insur�d which covers that person or organiza- tion as a named insured as described in Par- agraph 4., Ot�er Insurance, of Section IV — Comme�cial General I�iability Conditions. Pege 2 of 2 OO 2017 The Travelers IndemnityCornpany. All rights reserved. CG C�� D4 O� 'I J 62282643 � 20-27. GL/Auto/WC/$lOmil Umb/Eqaip � Krista �urrow � 6/il/z021 12:06:12 L'M {piri�) � Page 3 of 15 COMM�RCIAL GENERAI� LIABtLITY �HiS ENDORSEflflEfVT CHAPSGES `fHE POLICY. �LEASE R�poD IT CAREFU�.LY. �TEND �hl��i�����IV1� F�R C�1�TR�+oCi��� This endorsement modifies insurance pro�ided under the follcYwing: COMM�RCIAL GENERAL. LIABILITY COV�RAGE PART GEII�ERAL DESCRiPTIO�f OF COVERAG� — This endarsement broadens oo�erage. Howe�er, coverage for any injury, damage or medical e�enses described in any of the provisions a# this endarsement may be excluded or limited by another endarsement ta this Coverage Part, and these coverage broadening provisions do not apply to th� extent thafi co�erage is excluded or [imited by such an endorserr�errt. �fhe following lisfing is a general coverage descript�an anly_ Read all the provisians oF fhis endorsement and the rest oF yaur policy carefuffy to determine rigF�ts, duties, and what is and is not covered. A. Who !s An insured -- Un�amed Subsidiaries B. Blanket Additional Insured — Go�ernmental Entities — Permits Or Authorizations Relatirtg �o Operations C. Incidental Medical Malpractice D. Blanket Waiver Of Subrogation E. Contradual Liability — Railraads F. Damage To Premises Rented To You PROVlSiONS a. An organization other than a partnership, joint A. WMO fS AN INSURE❑ — UNNAMED �enture ar fimited liability campany; or SUBSIDIARiES b. A trust; ihe following is added ta SECTION If — WHO IS as indicated in its name or tF�e documents that AN INSURED: govern its structure. Any of your s�bsidiaries, ot�er than a partnership, g_ g�KET ADpITIONAL INSUR�D — jaint venture or limited lia�aility company, that is GOVERNNiENTAL �NTItIES — PERMITS OR not st�own as a 1Vamed Insured in fh� AUTHORlZATLONS RELATING T� OPERATIONS Dedarations is a Named lnsured if: a. You are the sde owner of, or maintain an ownership interest of mare than 50% in, such subsidiary on the first day af the �olicy period; and b. Such subsidiary is not an insured under similar other insurance. No such subsidiary is an insured far "bodily injury' or "property damage" that occurred, or "persot�al and adverrfising injury" caused by an offense cammitted: a. Before you maintained an ownership interest of mare than 50% in s�ch subsidiary; ar The following is added ta S�C710N II — WHO 1S AN INSURED: Any governmental entity that i�as issued a�ermit or authorization with respect ta aperations perFormed f�y you or on your behalf and that yau are required by any ordir�ance, law, b�ilding cade or written contract ar agreemer� to inci�de as an addifional insured on this Coverage Part is an ir�sured, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury° arising out af such operations. The insurance pravideci to such governmental er�tity claes not apply to: b. After the date, if any, during the polic.y period a. Any "bodily injur�l', "property damage" or that you no longer maintain an ownership °personal and advertising injury" arising out of inierest of more than 50% in such subsidiary. operations performed for the governmental entity; or For purposes af Paragraph 1. of Section il — Who 1s An Insured, each suc� subsidiary will be �• Any "bodily injury' or "property damage` deerned to be designated in the Deciarations as: inciuded in the "products-comple#ed operations hazard". CG D3 't 6 02 '!9 OO 2017 The Tra�ters Indemniiy Gompany. All righ#s reser�d. PagE 1 Of 3 Includes copyrighted material of Insurance Services o�ice, Inc., wich iEs perrnissiori. 22026�3 � 20-21 GL/Auto/WC/$lOmil Umb/Equip I KrisLa i�urrow � 6/11/2921 Y2:06:12 FM (1'UT) � Page 9 of �5 C�MMERCIAL GEN�RAL LIABILITY C. INCIDENTAL MEDICAL. MALPRAC7ICE '[. The fdlowing replaces Paragraph b. af the definition of "o�urr�nce" in the DEFINITIONS Section: b. An act ar omission committed in providing ar failing #o provicie "incidental medica[ services", #irst aid or "Good Samaritan services" #o a person, unless you are in the business or accupation of providing professional heafth care services. 2. T�e fdlowing replaoes the last paragraph af Paragraph 2.a.(1) af S�CTION II — WHO IS AN lNSURED: Unless yaa are in the business or accupation of providing professional health care services, Paragraphs (i)(a), {b), (c) and (d} abave do not apply to "badily injury" arising out of �ro�iding or failing #o provide: (a} "Incidenial mec{ical services" by any of your "employees" who is a nurse, nurse assistant, emergency medical tec�nician or paramedic; or (b) First aid or "Goad Samaritan senrices" by any of your "e�'nployees" or "volunteer workers", other than an employed or valunteer doctar. Any such "employees" or "volunteer workers" providing or failing to provide first aid or "Goocf Samaritan services" during their work hours for you will be deemed to be acting within the scop� of their �mploymenf by you or perForming duties refated to th� conduct of your business. 3. The fo[lowing replaces the last sentence af �aragraph �= of S�CTION III — LlMl�5 OF INSURANCE: For the purposes of determining the applicaE�le Each Occurrence L.imit, all related acts or omiss�ons commit�ed in pro�iding ar failing to provide "incidental medical services", fiirst aid ar "Good Samaritan services" to any one person wiEl be deemed to be ane "occurrence". �4. The following exd�sion is added to Paragraph 2., Exclusions, of SECTION I— C01l�RAG�S — C011ERAG� A -- BOpILY INJURY AND PROP�RTY DAMAGE LIABiL.FTY: 5ale Of Pharmaceuticals "Bodily injury' or "property damage" arisjng out aF the violation of a penal statute or ordinance relafing to the sale of pharmaceuticafs comrnitted by, or with tf�e Imawledge or consent of, the insured. 5. The follawing is added to the DEFINITIONS Seciion: "lncidental medical servic�s" means: a, Medical, surgical, dental, laboratory, x ray or nursing ser�ice or treatrnent, advice or instructian, or the related fumishing of food or beverages; or b. The furnishing or dispensing of drugs or medical, dental, or surgical supplies or appliances. 6. The fo[lowing is added to paragraph 4.b., Excess lnsurance, of S�CTION N— COMMERCIAL GE�VERAL LIABILI�'Y CONDffIONS: This insurance is excess o�er any valid and collectible ofher insuranc�, whether prirnary, excess, con#ingent or on any other basis, that is available to any af yaur "emplayees" for "bodily injury" that arises out of pro�iding ar failing to provide "incidental medical services" to any persan to the e�ent not subject to Paragraph 2.a(1� af Section II — Who Is An Insured. D. B�.ANKET WA�VER O!F SU�ROGATION The following is added to Paragraph $., Transfer Of Rights Of Reco�ery Against Others To Us, o� SE�CTION IV — COMM�RCiAL GENERAL LIABILR'Y CONDITIONS: lf tne insured has agreed in a contract or agreement to wai�� that insured's rEght of recovery against any person or organization, w� waive our righi of recouery against such persan or organization, but on[y for payments we make because of: a, 'Badily injury" or "property darnage" that accurs; or b. "Personal and advertising injury" caused by an offense that is committed; subsequent ta #he execution of #ha contract or agreernent_ �. CONTRACTUAL LIABILITY--RAIL.ROADS The following replaces ParagrapE� c. af the de�nition of "insured contract" in the DEFIIVifIONS Section: c. Any easement or license agreement; Page 2 of 3 �O 2017 The Travel�rs lndemnity Campany. All rights reserved. CG D3 'i 6 O2 '19 Includ�s copyrighted materia! of {nsurance Services Office, Inc., with its permission. 62262G93 [ zo-zi �z./auco/wc/Slomi.z um»/equiP � Kr�sea at�rrow � d/ii/zozi �a:o�:i� PM (ruT] � Paqe s o� is COMMERCIAL GENERAL LIA6fLIiY 2. Paragraph f,(1) of the defiaition of "insured cantract" ir� the DEFWRIONS Section is deleted. F. DAMAGE 70 PREMlSES RENTED TO YOU The folfowing replaces tF�e d�finition of "premises damage' in the DEFINITIONS Secfion: "Premises damage ` rrteans "property damage" to= a, Any premises while rented to you or temporarily occupied by you with p�rmission of the owner; ar b. The con#er�ts of any premises whiEe such premises is rented to you, if you rent such premises for a period of seven or fewer cansecutive days. CG D3 1fi 0219 Q 2097 The Tre�lers indemni[yCompany. All rigMs reserved. Pflge 3 Of � Incfudss copyrighted material af Insurance Services Office, fnc., with its permission. 2262693 � 2o-27 GI,%Auto/WC/$10mi3 Umb/Equip � Krista P.t�urrow �&/Y1/2p27. 12:06:12 PM (PDT) I Page 6 of 15 ������F�s� WORKERS COMPENSATIOH AND EMPLOY�RS LIA81L1TY P�LICY QNE TOWER SQUARF xAxT�o�n cT 06183 �NDORS�MEN7 WC 42 03 04 ( B) - OOa. POLICY NUMB�R: uB-3R693578-20-26-G T�XAS Ii��11/�R �� OU�. �1C9bT TO ��COl��R ��Of� �Tfi�RS �NDORS�M��lT This endorseme�iapplies onlytothe insurance provided bythe policy becauseTexas is shown in Item 3.A. of the Information Page. We ha�ethe righito recoverour payments from anyone liable foran injurycovered bythis policy. Wewill not enforce au r right against the person or organization named i n the Schedule, but this wai�er applies an ly with respect to bodily injury arising out o�Fthe operations described in the Schedule where you are required by a written contract to obtain this wai�er from us. This endarsementshal[ natoperate directlyor indirectlyta benefitanyane not named in the SchedUle. The premium far this endorsernent is shown in the Schedule. 7• ❑ Specific Waiver � Blanket Waiver Any person ororganization farwhom the Named Insured has agreed bywritten contracttofurnish this waiver. 2k Operations: ALL TEXAS OPERATIONS 3• Premium: The premium charge forthis endorsement shall be 2. Do percent ofthe premium de�e[oped on payroll in connection with worl< performed forthe abo�e person(s} or organization(s) arEsing aut of the operations described.. 4� Advance Premium: $ s�� sc1��DULE This endorserrEent changes the policy to wh�eh it is attached and is effective on the date issued unless otherwise sfated. (The inforrnatian below is rec��ired on[y when this endorserr�ent is issuecf subsequent to preparation of the Policy.) Endorsement Effective Insured DATE �F ISSUE: 3.0-16-20 PolicyNo. ST ASSIGN: OO Copyright 2014 National Counci] on Compensation Insurance, lnc. All Rights Reserved. �ndarsement No. Premium Page � of 1 62262643 I 29-z1 G[./Auto/WC/$lOmil vmb/Equip � Kri.ska nhurrow � 6/11/Z0�1 12:06:12 PM (HP'i'} � Page 7 of ZS COMMERCIAL AUTO POLiCYNUMBER: eio-sN32i824-19-25-G 1SSUE DATE: 10-as-i9 THIS �NDORSEM�NT CHANGES TH� POLICY. PL�AS� READ IT CAREFULLY. E/�RLIE,R N�T��� OF C�4fVCEL�.ATI�NIN�NR�N�V�I"�L P���J� C3 E D�Y lJ �� T`�X�o� This �ndorsement modifies insurance pro�id�d under the following: AUTO DEALERS COV�RAGE FORM BUSIN�SS AUTO COVERAG� FORM MOTOR CARRIER CDVERAGE FORM CAiVCELLATION: SCHEDULE WF-�EN WE DO iVOT REf�EW (Nonrer�ewal): PROVI�IpIVS: A. For any statutorily permitted reason othar than nonpayment of premium, the num6er of days required for notice af cancellation, as pro�ided in the CONDITIONS Section of t�is insurance, or as amended by any appficable state cancellation endarsement appficabfe to t�is insurance, is in- cr�ased to the number of days shown in the SCHEDUL� abova. I�umber of Days Natice: 60 iVumber of Days Notice: 60 B. Far any statutoriiy permitted reasan other than nonpayment af prer�ium, the number of days requirea for notice af When We Do Not Renew (Nonrenewaf}, as pro�ided in khe CONDITIONS Sectian af this insurance, or as amended by any applicable state When We Do iVot Renew (IVon- renewal) endorsement applicable io this insur- ance, is increased to the number of days shown in the SCH�pU�E above. CA FO 85 02 1� O 2015 7he Travelers Indemniry Company. All righfs resetved. Page 1 Of 1 Includes copyrighted material of lnsurance Services Office, Inc. with its permission. 2202643 � 20-7.1 GL/Auto/WC/$lOmil ilmb/Equip ] Krista Abursow I 6/11/2021 12:06:12 PM (PDT� � Page 8 of 15 COMM�RC[AL AUTO THIS ENDORSEM�NT CHANGES THE POLICY. PL�ASE READ IT CAREFULLY. BI�SI�V��S i4tJT0 EXi�N�ION EN��RSEN��NT �'his endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GENERAL DESCR[PTION OF COVERAGE — This endarsement broadens coverage. Howe�er, co�erage for any injury, damage or medica] expenses descrif�ed in any of the pro�isions of this endorsement may be excluded or lirnited by another endorsement to the Coverage Part, and these cov�rage broadening pro�isions do not apply to the extent t�at coverage is excluded or limited by such an endorsement. The following listing is a genera[ cover� age description only. Limitatians and exclusions may apply to these coverages. Read al[ the pro�isians of this en- dorsement and the rest of your palicy carefully to determine rights, duties, and what is and is not cavered. A. BROAD FORM NAM�p INSURED B. BLA�IKET ADDIiIONAE. W5URE17 C. EMPI,DY�E HIRED AUTO D. �MPLOYEES AS �NSURED E. SlJPPLEMENTARY PAYM�NTS — I{VCREASED E�IM�TS F. HIRED AiJiO — LIMITED WORLDWIDE C�V- ERAGE — INf��MNITY BA51S G. WAIVER OF ❑�DUCTIBL� — GLASS hf. HIR�� AUTO PHYSICAL DAMAGE — LOSS OF US� -- INCR�ASED LIMIT 6. PHY5ICAL DAMAGE — TRANSP�RTATION �XPENSES — INCREASED LIMIT .1. PERSONALPROPERTY K. AIRBAGS L. NOTIC� A[�ID KNOWLEDGE OF ACCIDEN'1' OR LOSS M. BLANKET WANER OF SUBROGAT[ON N. Uf�lINTENTIONAL ERRORS OR OMI5510NS PROViSI�NS A. BROAD FORM NAMED 1N5l�RED The following is added to Paragraph A.7., Who Is An Insured, af S�CT'ION II — COVER�D AUTOS LIA81LlTY COV�RAGE: Any organization you newly acquire or form dur- ing the policy period over which you maintain 50% or more awnership interest and that is not separately insured for B�siness Auto Coverage. Co�erage under this provision is afforded only un- til the 180th day after you acquire or form the or- ganization or the end of the poEicy period, which- ever is earlier. B. BLANKET ADD17'IONAl. 1NSUR�R The fallowing is added to Paragraph c. in A.1., Who !s An Insured, of SECTION II — COVERED AUTOS E.IA6tLlTY COV�RAGE: Any person ar organizaiEan who is required under a written contract or agreernent between you and that person or organization, that is signed and executed by you E�efore the "bodily in�ury" or "property damage" occurs and that is in effect during the policy pariod, to be named as an addi- tianal insured is an "insured" for Covered Autos Liability Coverage, but only for damages to which this insurance applies and only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured pro�ision contained in 5ection �1. C. EMPI.OYEE HIRED AUTO 7. The following is added to Paragraph A.7., W�o Is An Insurad, of SEC�10[V II — COVr ERED AUTOS I.IABILITY COVEC2AGE: An "employee" of yours is an "ins�red" wh�le operating an °auto" hired or rented under a contract or agreement in an "employee`s" name, with your p�rmission, while performing duties related to the conduct of your busi- ness. 2. The following replaces Paragraph b. in B.5., Other Insurance, of S�CTION IV — BUSI- NESS AUTO CONDITi0N5; b. For Hired Auto Physical �amage Co�er- age, the fallowing are deemed tn be cov- ered "autos° you own: ('i) Any covered "auto" you ]ease, hire, rent or borrow; and (2) Any covered "auto" hired ar rented by your "ernployee° under a contract in an "employ�e's" name, with your CA i'3 53 02 95 O 20'E5 The Travelers Indemniky Company. All rights reserved. PB�e '3 Of 4 Includes copyrighted material of Insurance 5ervices dffice, Inc. with its perrrtission. 62282643 � 20-21 GL/Auto/wC/$lOmil IImb/Squi.p � Krista Aburrow � 6/11/2021 12:06:12 PM ip��) � Page 9 of 15 COMMERCIAL AUTO permission, whi�e perFormin� duties related to the cand�ct of your busi- ness. However, any "auto" that is leased, hired, rented or borrowed with a dri�er is not a covered "auto". D. EMPLOYE�S AS INSURED The following is adcied to Paragraph A.9., Who Is An ]nsured, of SECTiON II — COVERED AUTOS LIABILITY COVERAG�: Any "employee" of yo�rs is an "insured" while us- ing a �overed "auto" you don't own, hire or borrow in y�ur business or your personal a�fairs. E. SUPPL.EMENTARY PAYMENFS -- INCREASED LiMITS 1. The following replace.s Paragraph A.2.a.(2), of SECT[ON II — COVERED AUTOS LIABIL- ITY COV�RAGE: (2) Up to $3,000 for cost of bail bonds (in- cluding bands far related traffic law viofa- tions) required because of an "accident" we cover. We do not ha�e to furnish these bonds, 2. The following replaces Paragraph A.2.a.(4), of SECiION II — COVERED AUTOS LIABIL- ITY CQVE'RAGE: (4) All reasonable expenses incurred by khe "insured" at our request, including actuaf loss of earnings up to $SOD a day be- cause of time off fram work. �. HIRED AUTO -- I�IMI7ED WORLDWIDE CQV- ERAGE — INDEMNITY BASfS The �ollowing replaces Subparagraph {5} in Para- graph BJ., Policy Period, Coverage Territory, of S�[TlOEV IV -- BUSfN�S5 AUTO CONDI- TIONS: (5) Anywhere in the wor[d, except any country or jurisdictior� while any trade sanction, em- barga, or similar regulation impased by the United States of America appiies to and pro- hibits the transaction of business with or within such country or jurisdiction, �for Cov- ered Autos Liability Coverage for any covered "auto" that you lease, hire, rent or borrow without a driver far a�eriod of 30 days or less and that is not an "auto" you lease, hire, rent or barrow from any af your "employees", partners (if yau are a partnership), members (if you are a limited liability company) or members of their hauseholds. {a} With r-espect to any claim made or "suit" brought outside the United States of America, the terrikorias and possessions of the United States a'f America, Puerto Rico and Canada: {i) You must arrange to defend the "in- sured" against, and investigate or set- tle any such clairri or "suit" and keep us ad�ised of all proceedings and ac- tions. (ii) Neither you r�or any oiher in�ol��d "insured" will make any settlement withput our consent. (iii) We may, at aur discretion, participate in dafending the "insured" against, or in the setilement of, any claim or "suit". (i�) We wii] reimb�rse the "insured" for sums that the "insured" fegally must pay as damages because of "bodily injury" or "praperty damage" to which this insurance appfies, that the "in- sured" pays with our consent, but only up to the limit descrbecE in Para- graph C., Lirnits Of lnsurar�ce, of S�CTIO�! !f — COVER�D AUTOS LIABILITY COV�RAG�. (v} We wilf reimburse the "insured" for the reasanable expenses incurred with our consent for your investiga- tion of such claims and your defense o€ the "insured" against any such "suit", but only up to and included within the limit described in Para- graph C., Lirrtits Of Insurance, af SECTION ll — COVERED AUTOS �.IABILiTY COVERAGE, and not in addition to such limit. Our duty to make such payments ends when we have usec! up the applicable firnit of insurance in paymants for damages, settlements or defense expenses. �I7� �I'Ii15 insurance is excess over any valid and coflectible other insurance available to the "insured" whether primary, excess, contingent or on any ather basis. (c) This insurance is not a substitute for re- quired or compulsory insurance in any cauntry outside the iJnited States, its ter- ritories and possessions, Puerto Rico and Canada. Page 2 of 4 �O 2015 The Travelers Indemnity Company. A!I rights reserved. Includes capyrighted material of Insurance Services O�ce, Inc. wifh ifs permission. CA T3 53 02 15 622825n3 � 20-21 GL/Auto/wC/$lOmil Omb/Hquig I Krista nbuirow � 6/11/2021 12:06:17. PM (2��) � 2age 10 of 15 COMM�RCIAL AUTO You agree to maintain all required or compulsory insurance in any such coun- try up to the minimurn limits required by local law. Your failure ta comply with compulsory insu�ance requirernents will not in�alidate the coverage afforded by this policy, but we will only be liable to the same ext�nt we would have been iiable had you cornplied with th� com�ulsory in- surance requirements. (d) It is understood that we are not an admit- ted or authorized insurer outside the United States of America, its territories and possessions, Puer�o Rico and Can- ada. We assume no responsibility for the furnishing of certificates of ins�rance, or for compliance in any way with the laws of other countries relating to insurance. G. WAIVER OF �EDUCTIBLE -- GLASS The fo[lowing is added to Paragraph D., Deducti- f�le, of SECT[ON III — PHYSICAL DAMAG� COVERAGE: No deductible for a covered "auto" will apply ta glass damage if the g[ass is repaired rather than repiaced. H. HIRED AUFO PHY5ICAL DAMAGE — LOSS �F LlSE — INCREASED LfMIT The fio!]owing replaces the last sentence of Para- graph A.�.h., Loss Of Use Expenses, of SEC- TEON II1 -- PHYStCAL qAMAGE COV�RAGE: Howe�er, khe most we wifl pay for any expenses for [oss of use is $55 per day, to a�naximum of $750 far any ane "accident". 1. PHYSICAL DAMAGE — TRANSPORTATIDN �XPEI�S�S — INCREASED LIMIT The follawing repfaces t�e first senten�e in Para- graph A.4.a., Transportation Expenses, of S�CTION E[1 — PHYSiCAL DAMAGE COV�R- AGE: We wil] pay up to $50 per day to a maximum of $7,500 for temporary trans}�ortation expense in- curr�cf by you because of the total theft of a cov- ered "auto" of the private passenger type. J. P�R50NALPROPERTY The following is added to Paragraph A.4., Co�er- age �xiensions, of SECTiON 111 — PHYSICAL DAMAGE COVERAGE: Personal Property We will pay up to $400 for "loss" to wearing ap- parel and other personal property which is: (1) Owned by an "insured'; and (2) In or on your coverec� "auto". This coverage app[ies anly in the e�ent of a total theft of your covered "auta". f�o deductibles apply to this Personal Properky coveraga. K. AIRBAGS The follawing is added to Paragraph 8.3., Excl�- sions, of SECTION IIl —�HYSICAL, �AMAGE COVERAGE: �xclusion 3.a. does not apply to "loss" to one or more airbags in a covered "auto" you own that in- flate due to a cause other than a cause of "loss" set fo�th in Paragraphs A.7.h. and A.i.t., but anly: a. If t�at "auto" is a co�ered "auto" for Compre- hensive Co�erage under this poficy; b. Th� airbags are not covered under any war- ranty; and c. The airbags were not intentionally inflated. We will pay up to a maximum of $1,000 for any one "ioss". �,. NOTIC� A�ID KNOW�.EDGE OF ACCIDEN7 OR LOSS The following is added to Paragraph A.2.a., of SECTiON IV -- BUSINESS AUTO CONDIiIONS: Your dufy to give us or oUr authorized representa- tive prompt notice of the "accident" ar "foss" ap- plies only when the "accident" or "loss" is known to: (a) You (if you are an individual); (b) A partner {if you are a par�nership); (c) A rrtember (if you are a limited liability com- pany); (d) An executive officer, director or insurance manager (if you are a corporation ar other or- ganization); or (e} Any "employee" authorized by you to give no- tice of the "accic�ent" or "loss". M. BL.ANKET WAIV�R OF SUBROGATIOIV The following replaces Paragraph A.5., 7ransfer Of Rights Of Recavery Against �thers To Us, of SECTION IV -- BUS1NE55 AUTO CONDI- iIONS : 5. Transfer Of Rights Of Reco�ery Against Others To Us We wai�e any right ofi reco�ery we may have against any person ar organization ta the ex- tent required of yau by a written cantract signed and executed prior to any °accident" or "loss", provicEed that the "accicienY' ar "loss" arises out of operations conternplated by CA T3 53 Oz 15 O 2415 The Tra�elers Indemnity Company. AI! rights reserved. Page 3 Of 4 ]ncludes copyrighted material of Insurance S�rvices Office, Inc. with its permission. sazazs4s � zo-xi cv/aueo/we/S1om�i omb/a�ip � xr�sea at�rrow � 6/ii/aozi iz:ae:ia PM {PD'1') � Page ii oe �s COMM�RCIAL AUTO such contract. ihe wai�er appiies only to the The unintentional omissian of, or unintentional person or organization designated in such error in, any informatian gi�en by you shall nat contract. prejudice your rights under this insurance. How- N. UN�NTENi[ONAL �RRORS OR OMIS510NS e�er this provision daes not af#ect our right to col- The fallowing is added ta Paragraph 8.2., Con- lect additional premiurr� or exercise our right of cealment, MEsrepresentation, Or Fraud, of cancellation or non-renewaf. SECTION IV — BUSINESS AIiTQ CQIVD[TfONS: Page 4 of 4 OO 2095 TY�e Tra�elers Indemnity Compa ny. Ail rights reserved . CA T3 S3 O� 15 Includes capyrighted material pf Insurance Services Office, Inc. with its permission. zzazs9a j ao-zx GL/Auto/WCI$YOmil vmb/�:yui� � xxisea aburrow E 6/ii/zazi ia':o€:ia Qrs (POT) � Page ia oe zs F'OLICY NUMBER: 8�-0-8I�7321824-19-26-G 15SUE DATE:10-o8-19 THIS ENDORSEIV�ENT CHANG�S THE POLICY. PL�ASE R�AD IT CARE�ULLY. C���[C�Ni4T�� EIVTITY � IV�T'��� �F �,�a�l���LA�I�N �R�lif��D �Y U� This endorsement modifies insurance provided und�r the foilowing: ALL COVERAGE PARTS INCLUDED 1N THIS POI..ICY SCHEDULE CANCELL.ATION: Number of Days Notice of Cancellatian: 30 PERSON OFt ORGANIZATION: ANY PERSON OR ORGANTZA�'IOI�T TO iRFiOM YOU H7�VE .AGI2EED IN A L�'RZTTEbi CONTR7.CT THAT NOTICE OF C.ANCET�T,ATION OF THiS POT,�GY W3LT, SE GI"S7EN, BUT aNI�Y I�': 1. SiOU SE�TD US A WRZTTEI�7 REQLTEST TO PROVZDE SUCH Nb'TICE, INCLUDZNG THE NAME AND ADDI2ESS OF SUCFi PERSON OR ORGAATIZI:1'IOid, �,FTER 7.`HE F�RS� N'AI�iED TNiSURED RECEIVES NO�.`IC� FROM US OE �HE CANCELY,ATION OF �'EiIS POL�CX; AND 2. WE REC�TVE SUCH W12iTTENT I2EQUEST AT L�AS�` 14 L7AYS HEFORE �HE BEGIATNING OF TFIE APPL,ICABLE NUMBEI3 OE' DAYS SFiOWN TI� �.'HZS SCFiEI3UL�. ADDRESS: THE ADDRESS E'4R THA'I' PERSdN OR ORG�INTZ- A�.'T013 INCT�UAED YN SUCH 'WRITTEN REQUE57` F`RONf YOTJ TO US . PROVIS[ONS: If wa cancel this policy for any statutorily permitted above. We wi11 maif such nokice ta the address shown reason other than nonpayment of premium, and a in ihe schedule above at I�ast the number of days number of days is shown for cancellation in the shown for cancellation in ihe schedule abo�e be'fore schedule above, we will mail notic� of canc�{lation to the effective date of cancellation. the persan or organizatian shown �n the schedule IL T4 05 03 1'� O 2D41 7he Travelers Indemniry Company. AI1 rights reserved. Pa�e 1 Of 1 62282643 I 20-21 GL/Auto/k'C/$lOmil Umb/Equip I Krista Abu�'iow � 6/11/20Z1 12:06:32 PM (PllT) � Page 13 of 15 POLICY NUMBER: n7r-co-8N32p483-Pxx-20 COMM�RCfA� GEiV�RAL LIABILITY 1SSUE DAT�: 10-14�20 TI-�1S ENDORSEMEiVT CHIAMG�S THE POLfCY. PL�AS� READ �T CAREFULLY �������1��� ���.������� ������� ����.����� �r��� 7his endorsement modifies insurance pro�ided under the following: COMM�RCIAL GEN�RAL LfABIL.I7Y COVERAGE PART SCHEDU�.L� Designated Project(s): EACii '�PROJECT'" F03,2 WHTCii YOU HAVE AGREED TN A, WRITTEN CONTRACT THAT TS IAT EFFECT �iUR�NG THIS POT,TCY PERTOT], TO PROV'TD� A, �EPPaRATE GEN�RAL AGGREG,ATE T�IMIT, PRdiTIDED THAT TH� CONTRPiC�,` ZS SIGN'El) BY YOLT BEFORE TIi� "BODILY' TN'�7UR7C" �R "PROPER'I'Y DAM,�GE" OCCUR.S . A. For aA sums which the insured becomes legally obl�gated to pay as damages caused by "accur- rences" under COV�RAGE A. (S�CTION 1), and for a!I medical expenses caused by accidents un- der COVERAGE C(SECTION I), which can be atfributed only to operations at a singl� desig- nated "project" shawn in the Scheclule abo ve: 'I. A separate Designated Project Gerteral Ag- gregate Limit applias to each designated "pro- ject", and thafi limit is equal to the arr�ount of the General Aggregate Limit shown in the Declarations, unless separate Designated Project General Aggregate(s) are sched- �led above. 2. The �esEgnated Projecf General Aggregate Limit is the most we wilf pay for ihe sum of all damages under COVEFtAG� A., except damages because of "bodily injury" or "prop- erry damage° ir�cluded in t�e "products- complet�d operations hazard", and for mecli- cal expenses under COVERAG� C, regard- less of the number of: a. lnsureds; b. Claims made ar "suits" brought; or c. Persons or organizations making cfaims or bringing "suits". Designated Praject General Aggregate(s): GENEi2AL A.GGREGATE LZMT'T SfiQWN ON' TIiE DECLA,IZATIObiB . 3. Any paymants made under COVERAGE A. for damages or under COVERAGE C, far medical expenses shall reduce the Desig- nated Project General Aggregata �imit for that desig�ated "project". Such payments shal� not reduce the General Aggregate Limit shown in the Declarations r�or shall they re- duce any other Designated Project General Aggregate Lirriit for any other designated "projecY` showR in the 5chedule above. 4. The limits shown irt the Decfarations for Each Occurrence, Damage To PremEses Rented 7o You and Medicaf �xpense continue to apply. Howe�er, instead of being subject ta the General Aggregate Limit shown in the Declarations, such fimits will be su�ject to the applicable Designated Praject General Ag- g regate � i m it. B. For all sums which the insured becomes legaf fy obligated to pay as darnages ca�sed by "occur- rences" under COVERAGE A. (SECTfON I), and for all medical expenses caused by accidents un- der COVERAG� C. (SECTIQN I), wl�ich cannot be attributed only to o�erations a# a si�gle desig- nated "project" shown in t�e Schedule abo �e: CG D2 91 Oi 04 Copyright, The Travelers Indemnity Company, 2004 Page 7 of 2 I292693 � 20-2Y GL/Auto/WC/$lOmil Ui[ib/Equi.p ' Kriata Aburxow � 6/11/2021 12:DG:12 BM {PDTy � page 19 of 15 COMMERCEAL GENERAL. LIABILITY 1. Any payments made under COVERACE A. for damages or under COVERAGE C. for medical expenses shal[ reduce th� amount a�aifable under the General Aggregate �imit or thE ProdUcts-Completed Operations Ag- gregate Lirnit, whichever is appEicable; and �,. Such payments shall not reduce any Desig- nated Project General Aggregate L imit. G. Par� 2. of SECTION Ili —�1M1T5 OF IfVSURAHC� is deleted and rep laced by the following: z. The General Aggregate Limit is the most we will pay for the sum of: a. Damages under Coverage B; and b. Damages from "occurrences" under COV�RAGE A(SECTION I) and for all medical expenses caused by accidents under COV�RAGE C(SECTfON I) which cannot ba attributed only to opera�fons at a single designated "project" shown in th� SCHEDULE above. D. When coverage for liability arising aut of the "products-completed operations hazard" is pro- vic{ed, any payments for damages because of "bodily injury" or praperty damage" included in �� the "products-completed operatians hazard" wi11 reduce �he Products-Completed Operations Ag- gregate L.imit, and not reduce the General Aggre- gate Limit nor the Designated Project Generai Aggregate Limit. E. For the purposes of this endorsement the Defini- tions Sectian is amended by the addition of the following definition: "F'roject" means an area away from premises owned by or rented to you at which you are per- forming operations pursuant to a contract or agreement. For the purposes of determining the applicable aggregate limit of insurance, each "project" that includes premises in�olving the same or connecting lots, or prem ises whose can- nection is interrupted only by a street, raadway, waterway or right-of-way of a railroad shall be cansid�red a single "projecf'. F. The provisions of SECTION III — L[MITS OF INSURANCE not otherwise modif[ed by this en- dorsement shall continue to apply as stipulated. Page 2 of 2 Copyright, The Tra�elers {nciemnity Campany, 2004 CG D� "i1 0'[ fl4 62282643 � 20-31 GL,/Auto/wC/$lOmil Umb/1?quip [ Krista Aburrow � 6/11/2021 12:06:12 PM (PPT} � Page 15 of 15 S'�'A�1�A� G��TERAL �OI�3I)IT��I�S OF Tgl[E C�i�S�'�UCTIOloT C�l�TA��T 2018 CIP YEAR 3, CONTRACT 9 City Project No. 101472 CITY OF FORT WORTFf STAI�iDAR1) CONSTRUCTEON SPECIFICATION DOCUMENTS Ravision: M�h9,2020 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF COliTTEllTTS Page Article 1— Def nitions and Terminolagy ................................................... ..............1 ......................................... 1.O 1 Def ned Terms ................................................................................................. ..........1 1.02 Terminology .................................................................................................................................. 6 Article 2 -Preliminary Matters ...................................................................................... ...7 ................................ 2.01 Copies of Documents ........................................................ ......7 ...................................................... 2.02 Coznmencement of Contract Time; Notice to Proceed ................... .,.....,,,,, � ....... ......... . ................ 2.03 Starting the Work ....................................................... ......... 8 .......................................................... 2.04 Befare Starting Construction .................................................. .... 8 .................................................. 2.05 Preconstruction Conference ................................................................. ...........8 .............................. 2.06 Public Meeting .............................................................................................................................. $ 2.07 Initial Acceptance o�Schedutes .................................................................. .................................. S Article 3— Contract Documents: Intent, Amending, Reuse ......................... ,,.,,,,, g ........................................... 3 . 01 Intent . . . . . . .. . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . ... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ... . . . . . . . . . . . . . . . . . . . . . . . . . . .................................... 8 3.02 Reference Standards........... ........................................................................ ........9 ........................... 3.03 Reporting and Resolving Discrepancies ............................. ,.,...... g ................................................. 3.04 Amending and Supplementing Contract Documents ................. ............10 .................................... 3.05 Reuse of Documenis .......................................................................... ......10 ................................... 3.06 Electronic Data .................................................................• ...1 � ....................................................... Article 4— Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points ........................... ................................................................................11 4.01 Availability of Lands ..................................................................................................................11 4.02 Subst�rface and Physical Conc�itions ............................................... .......12 .................................... 4.03 Differing Subsurface or Physical Conditions .......................... ,,,,,,,12 ............................................ 4.04 Underground Facilities ...................................................... .....13 .................................................... 4.05 Reference Points ..................... ..............14 ...................................................................................... 4.06 Hazardous Environrnental Condition at Site ....................................... ....,14 .................................. Article 5— Bonds and Insurance ....................................................................... ............................................. 16 5.01 Licensed Sureties and Insurers ............................................... ........16 ............................................ 5.02 Performance, Payment, and Maintenance Bonds ........................................... .16 ........................... 5.03 Certificates of Insurance ...................................................................... ......1 b 5.04 Contracior's Insurance .......................................................................................................... 1 S ...................... 5.05 Acceptance of Bonds and Insurance; Option to Replace ....................... ....................................19 Article 6 — Contractor's Responsibilities .................................................................................. .......19 ............... b.Ql Supervision and Superintendence ..................................................................... ..................19 2018 CIP YEAR 3, CONTRACT 9 CITY OF FOR'1' WOR1'H Clty PCOjaCt NO. 101472 STAN�ART7 COIVSTRUC7'ION SPECIFICATION DOCUMENTS Revision: M�h 9, 2020 b.02 Labor; Working Hours ................................................................................................................20 6.03 Services, Materials, and Equipment ...........................................................................................20 b.04 Project Schedule ..........................................................................................................................21 b.05 Substiiute� and "Or-Equals" .......................................................................................................21 6A6 Concerning Subcontractors, Suppliers, and Others ....................................................................24 6.07 Wage Rates ..................................................................................................................................25 6.08 Patent Fees and Royalties ...........................................................................................................26 6.09 Pernlits and Utilities ....................................................................................................................27 6. �� Laws and Regulations ................................................................................................................. 27 6.11 Taxes ...........................................................................................................................................28 6.12 Use of Site and Other Area� .......................................................................................................28 6.13 Record Documents ......................................................................................................................29 6.1 �4 Safety and Protection .................................................................................................................. 29 6.15 Safety Representative .................................................................................................................. 30 6.16 Hazaxd Communication Programs ............................................................................................. 30 . .. 30 6.17 Emergencies and/or Rectification ............................................................................................. b.18 Submittals ....................................................................................................................................31 b.19 Continuing the Work ................................................................................................................... 32 fi.20 Contractor's General Warranty and Guarantee ..........................................................................32 6.21 Indernnification ......................................................................................................................... 33 6.22 Delegation of Professional Design Services .............................................................................. 34 6.23 Right to Audit .............................................................................................................................. 34 6.24 Nondiscrimination .......................................................................................................................35 Article7- �ther Work at the Site ................................................................................................................... 35 7.01 Related Work at �iie ................................................................................................................... 35 7.02 Coordination ................................................................................................................................36 Article$ City's Responsibilities ...................................................................................................................36 � • .... 36 8.�1 Communications to Contractar ............................................................................................... 8.02 Furnish Data ................................................................................................................................36 8.43 Pay When Due ............................................................................................................................ 36 8.04 Lands and Easements; Reports and Tests ...................................................................................36 $.OS Change Orders .............................................................................................................................36 8.06 Inspections, Tests, and Approvals .............................................................................................. 36 8.07 Limita.tions on City's Responsibilities ....................................................................................... 37 8.08 Un�isclosed Hazardous Envirorunental Condition ....................................................................37 8.09 Compliance with �afety Program ............................................................................................... 37 Article 9- City's Observation Status During Consiruction ........................................................................... 37 9.01 City's Project Manager ............................................................................................................ 37 9.02 Vi�its to Site ................................................................................................................................ 37 9.03 Autharized Variations in Work .................................................................................................. 3$ 9.04 Rejecting Defective Work ..........................................................................................................38 9A5 Determinations for Work Perfortned ..........................................................................................38 9.06 Decis�ons on Requirements of Contraci Dacuments and Acceptability of Work .....................38 201 S CTP YEAR 3, CONTRACT 9 City Project No. 101472 CITY OF FORT WORTI-I STANDARD CONSTRUCTION SYECIFTCATION DOCUMENTS Revision: M�1i 9, 2020 Article 10 -- Changes in the Work; Claims; Extara Work .............................. .., 38 ............................................... 10.01 Authorized Changes in the Woxk ...................... ... ....,.......,, 38 .................................................... .... 10.02 Unauthorized Changes in the Work ........................................................ ......... 39 .......................... 10.d3 Execution of Change Orders ............................................... ........................................................ 39 10.04 Ex#ra Wark ........ ........... .......... . ................................ .................................................................... 39 10A5Notificarion io �5�ety ..................................................................................................................39 10.06 Contraci Claims Process ...................................................... .......... 40 ................ ........ .... ................. Article 11- Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement ...................... 41 11.01 Cost of the Work ............................................................................................................ ............. 41 11.02 Allowances...... ..................................................................................................... ...............43 ........ 11.03 Unii Price Work ......................................................................................... ....... 44 11 A4 Plans Quantity Measurement ....................................................... .......................... ........ ......... .. . ....................... .... 45 Article 12 - Change of Contract Price; Change of Contract Time .............................................. ........ 46 ........... 12.Q1 Change of Contract Price ....................................................• ..46 ..................................................... 12.02 Change of Coniract Time ........................................ ............................................. 47 12.03 De�ays ..........................................................................................................................................47 Article 13 - Tests and Inspections; Correction, Removal or Acceptance af Defective Wark ......................48 13.01 Notice of Defects ................................................................................ ....................................... 48 13.02 Access to VVork ............................................................ ............... 48 ................................................ 13.Q3 Tests and Inspectians ......................................... ........................................................................ 48 13.04 Uncovering Work ..................................................... .......49 ............................................................ 13 AS City May Stop the Work ......................................................................................... .. 49 .................. 13.06 Correction or Removal of Defective Work ................ ...... 50 .......................................................... 13.07 Correction Period ................................................... ............................ 50 ......................................... 13.08 Acceptance of Defective Work ............................... .. 5� .................................................................. 13.09 City May Cozxect Defective Work ........................... ..... 51 ............................................................. Article 14 - PayFnents to Contractor and Campletion ............... ..................................................................... 52 14.01 Schedule of Va�ues ......................................................................................................................52 14.02 Progress Payments ........................................................................................... ................... 52 ........ 14.03 Contractar's Warranty of Title ........................................ .................... 54 ......... .................... . ......... 14.04 Partial Utilization .................................................................................. ...................................... SS 14.05 FinaI Inspection ................................................................. ......................................................... 55 i4.06 Fina1 Acceptance ................................................................................................................ ..... 55 .... 14.07 Fina1 Payrr�ent .......................................................... ........................................... 56 ...... ...... ............. 14.08 Final Completian Delayed and Partial Retainage Release ................................................ ... S6 ..... 14.09 Waiv�r of Claims ......................................................... ..................... 57 .......................................... Article 1 S- Suspension of Work and Termination .............................. .............. 57 ............................................ 1 S.O1 City May Suspend Work ............................................................................................................. 57 15.02 City May Terminate for Cause ................................. ............................................ 58 ...................... 15.03 City May Terminate For Convenience ............................ ,,..6p Article 16 - Dispute Resoiution ......................................................................................... ...... 6I ....................... i6AI Methods and Procedures .................................................................. ...........61 ................................ 201 S CIP YEAR 3, CONTRACT 9 CI"FY OF FOR"P WOKTH City Project No. i 01472 STANDARDCONSTRLICTION SPECIFICA'CIOtd DOC[1MENTS . Revision: Matth9,20ZD Article 17 — Miscellaneous ......................................................................... 17.01 Gi�ing Notice ......................................................................... 17.02 Computation of Times ........................................................... 17.03 Cumulative Remedies ............................................................ 17.04 Suz-�i�al of Obligations .......................................................... 17.05 Headings ................................................................................. ..................................................... 62 ..................................................... 62 ..................................................... b2 ..................................................... 62 ..................................................... 63 ..................................................... 63 2018 CIP YEAR 3, CONTRACT 9 City Project No. 101472 CITX OP FORT WORTii STAIVI3ARD CONSTRiJCTION SPECIFICATION DQCUMENTS Revision: March9,2020 00 �a oo - i GENERAL CON�fTIONS Page 1 of 63 ARTICLE 1— DEFINITIOliTS All1D TERMIli10LOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender �hall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-definec� terrri, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifica�ly defined, terms with initial capitalletters in tlze Contract Docurnents include references to identified articles and paragraphs, and the titles of other documents ar forms. Addenda—Written or graphic instruments issued prior to the openrtng of Bids which clarify carrect, or change the Bidding Requirement5 ar the propased Contract Dncuments. � 2. Agreemeni The written instrument which is evidence of the agree�nent be�ween City a.rid Contractor covering the Work. 3. Application for Payment—The foz�m acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accampanied by such supporting documentation as is required by the Contract Documents. 4. �4sbestos—Any material that contains more than one percent asbestos and is friable ar is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Awa�d — Autlzorization by the City CounciI far the City to enter into an Agreement. 6. Bid—The offer or propasal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidde�—The indiaidual or entity who su�mits a Bid directly to City. 8. Bidding Daeuments—The Bidding Requirements and the proposed Contract Documents (including alI Addenda). 9. Bidding Requiremenis—The advertisement ar Invitation ta Bid, Insiructions to Bidders, Bid security oi acceptable farm, if any, and the Bid Fortn with any suppiements. 10. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federa.i or state halidays observed by the City. 11. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. 2018 CIP YEAR 3, CONTRACT 9 CI'fY OF FORT WORTI3 City Project No. 101472 STAIVbARI?CONSTRi1CT1(?N SFECIFICATION DOCUM�NTS Re�ision: Mat�h9,2020 007200-1 GENERAL CONDITIONS Page 2 of 63 12. Change O�der—A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, ar revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on ar after the Effective Date ofthe Agreement. 13. Cit� The City of Fort Worth, Texas, a home-nile municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized �ander his behaif, each of which is required by Charter to perfonn specific d�ties with responsibility for final enforcement of the contracts involving the City of Fort Warth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into tY�.e Agreerxient and for whom the W�rk is to be performed. 14. City Attorney — The o�'ficially appointed Ci�y Attorney of the City of �'ort Worth, Texas, or his duly authorized representative. 15. City Council - The duly eiected and qualified governing body of the City of Fort Worth, Texas. 16. Cfty Manager — The officially appointed and authorized CiTy Manager of the Ciry of Fort Worth, Texas, or his duly authorized representative. 17. Contract Claam—A demand or assertion by City or Contractor seeking an adjnstanent of Contract Price or Cantract Time, or both, or other relief with respect to the tertns of the Contract. A demand for money or ser�ices by a third party is not a Contract Claim. 1 S. Contract—The entire and integrated written document between the City and Contractor cancerning t1�e Work. The Cantract contains the Agreement and all Contract Documents and supersedes prior negotiations, repres�ntations, ar agreements, whether written or oral. 19. Contracl Docurraents Those items so designated in the Agreernent. All items listed in tlie Agreement are Cont�act Docurnents. Approved Submittals, other Contractor subrnittals, and the reports and drawings of subsurface and physical conditions are not Cantract Documents. 20. Contrcrct Price—The moneys payable by City fio Contractor far corrfpletion of the Work in accordance wiih the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 ir� the case of Unit Price Work). 21. Contf-act Time—The number af days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance. 22. Contractor The individual or entity with whom City has entered into the Agreement. 23. Cost of the Work--See Paragraph 11.01 of these General Conditions for definition. 2Q 18 CiP YEAR 3, CONTRACT 9 City Project No. 103472 CITY OF FORT WQRTH STAATI7ARD CONSTRUCTION SPECIFICATION DOCT]MENTS Revision: dVlm�h9,2020 oa7zoo-� CENERAL CON[?1T10NS Pagc 3 of 63 24. Damage Claims — A demand for money or services arising from ihe Project or Site from a third party, City or Contractor exclusive of a Coniract Claim. 25. Day ar day — A day, unless otherwise defined, shal� mean a Calendar Day. 26. Director of Aviation — The officially appointed Director of the A�iatian Department of the City of Fort Worth, Texas, or hzs duly appointed representative, assistant, or agents. 27. Director of Parks and Communiiy Se�vices — The officiaZly appointed Director of the Parks and Community Services Departrnent of the City of Fort Worth, Te�as, or his duly appointec� representative, assistant, or agents. 28. Di�ector of Planning and Development — The off cially appointed Director oi ihe Planning and Development Departmen� of the City of Fort Worth, Texas, or his duly appointed representative, assisiant, or agents. 29. Director of Trcansportatiora Pu�lic Works — The officially appointed Director oi the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Di�ector of Water Department — The officially appointed Director of the Water Department of the City o�' Fort Worth, Texas, ar his duly appointed representative, assistant, or agents. 31. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 32. Effective Date of the Agreement—The date indicatec� in the Agreernent on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 33. Engineer The Iicensed prafessional engineer or engineering firm registered in the Staie of Texas perfarnling professionaI services for the City. 34. Fxtru Work — Additional work made necessary by changes or alterations of the Contract Documents or af quantities or for other reasons for which no pr�ces are provided in the Contract Documents. Extra work shall ba part of the Work. 35. Field Order — A r�ritten order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Trme, or the intent of the Engineer. Field Orders are paid from FieId Order Allowances incarporated into the Contract by funded work type at the time of award. 36. Final Acceptance — The written notice given by tne Ciiy to tlze Contractor that the Work specified in the Contract Documents has been completed to the saiisfaction of the City. 20 t 8 CIP YEAR 3, CONTRACT 9 CrI'YOF FORT WOR7'H City Piroject Na. 101472 STANDARD COI�}STRUCTIQN SPECIPICAI'IUN DOCUMENTS Revision: Ma�9,2020 aonoo-� GENERAL CONdITI0IV5 Page 4 of 63 37. Final .Inspection — Inspection carried out by the City to verify tl�at tkie Contractox has completed the Work, and each and e�ery part or appurtenance thereof, fully, entirely, and in canformance with the Cantract Documents. 38. Gene�al Requirements—Sections of Division 1 of the Contract Documents. 39. Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities ar circums#ances that may present a substantiai danger to persons or property exposed thereto. 40. Hazcrrdous Waste—Hazardous waste is defined as any soiid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federai waste regulations, as amended from time to iim.e. 41. Laws and Regulatfons—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and a11 go�ernmental bodies, agencies, authorities, and courts having jurisdiction. 42. Lfens—Charges, security interests, or encurxibrances upon Project funds, real property, or personal property. 43. Major Item -- An Itenn of wark included in the Contract Docunr�ents that has a total cost equal to or greater than 5% of the original Contract Price or $25,000 whichever is les�. 44. Milestone A principal event specified in the Contract Documents relating to an intermediate Con�ract Time priar to Final Acceptance of tlne Wark. 45. Notice of Award—The written notice by City fio the Successful Bidder stating that upon timely compliance by the Successf�l Bidder with the condit�ons precedent listed therein, City will sign and deliver the Agreement. 46. Notice to P�oceed—A written natice given by City to Cantractar fixing tiie date on which the Contract Time will commence to run and on which Contracior shall siart to perform the Work specified in Contract Documents. 47. PCBs—Polychlorinated biphenyls. 48. Petroleum—Petroleum, including crude oil or any fraction thereoi which i� liquid at s�andard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absalute}, s�ch as oil, petroleurn, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardaus Waste and crude oils. 49. Plans — See definition of Drawings. 2018 C1P YEAR 3, CONTRACT 9 City ProjectNa. 10�472 CITY OF FOR't WORTH STAI�l�ARD CONSTRi3CTION SPECiF�CATION DOCUMENTS Ae�ision: M� 9, 2010 007200- l GENEF2AL CONbITfONS Page 5 of 63 50. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accamplish the Work within the Contract Time. 51. Project—The Work to be performed under the Contract Documents. 52. P�oject Mancager—The authorized representative of the CZtj7 W}ID will be assigned to the Site. 53. Public Meeting — An announced meeting conducted by the City to facilitate public participaiion and to assist the public in gaining an informed view ot'the Project. 54.I�adioactive Maierial—Source, special nuclear, or byproduct matexial as defined by tl�e Atomic Energy Act of 1454 (42 USC 5ection 2011 et seq.) as amended from time to time. 55. Regular Workirag Hours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding �egal holidays). 56. Samples—Physical exaxnple� of materials, equipment, or workmanship that are representative of some portion of the Wark and which establish the s�andards by which such portion of the Work will be judged. 57. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements io support scheduled performance of related construction activities. 58. Schedule af Values—A schedule, prepared and maintainea by Contractor, allocating portions of the Contract Price ta various portions of the �Vork and used as the basis for reviewing Contractor's Applications for Payment. 59. �S'ite—Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights-of-way, pe�nits, and easements for access thereto, and such o�her lands fiarnislaed by City which are designatea £or the use of Contractor. 60. Specifications—That part of the Coniract Documents consisting of written requirements for materials, equipment, systems, standards and warkmanship as applied to the Work, and certain administrative requirements and pmcedural ma.tters applicable thereto. Specifications �ay be specif calZy made a part of the Contract Dacuments by attachment or, if not attached, may be incorporated by reference as indicated in the Table o� Contents (Di�ision 00 00 00) of eacn Project. 61. Su�icontractor—An indzvidual or entity having a direct contract with Confractar or with any other �ubcontractar for the perfarmance of a part of ihe Work at the Site. 2018 CIP YEAR 3, CONTRACT 9 CITY OF FOKT WORTH City Project No. 1 D 1472 STAIVBARDCQNSTRUC7'ION SPECIFICATION bOCUMENTS Revision: Mard�9,20Z0 oo�zao-i GEfVERAL CQNDITIONS Page b of53 b2. Subrraittals—All dxawings, diagra�s, illustrations, schedules, and other data or in%rmation which �e specifically prepared or assembled by or for Contractor and submitted by Contractar to illustrate some portion o£ the Work. 63. Successful Badde� The Bidder submitting the lo�vest and most responsive Bid to whom City makes an Award. 64. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from ihe City and to act for the Contractor. 65. Supplementary Conditions—That part of the Contract Docunnents which amends or supplements these General Conditions. 66. Supplaer A manufacturer, fabricatar, supplier, distributor, materialman, or �endor having a direct contract witli Contractor ar with any Subcontractor to �urnish materiais or equipment to be incorparated in the Work by Cantractor or Subcontracfor. b7. Underground Facilities—All undexground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attach�ments, and any encasements confiaining s�ach facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum product�, teiephone or oiher communications, cable tele�ision, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 68 Unft Price Work See Paragraph 11.03 of these General Conditions for definition. 69. Weekerad Working Hours — Hours beginning at 9:00 a.m. and ending at 5:00 p.m.., Saiurday, Sunday or legal holiday, as approved in advance by the City. 70. Work—The eniire construction or the various separately iden�ifiable parts thereof req�aired to be provided under the Contract Documents. Work includes and is the result of perfo�ming or providing a11 labor, services, and documentation necessary to produce such cons�ruction including any Chaxige Order or Field Order, a.nd furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 71. Working Day — A w�rking day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City far contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performarice of the principal unit af work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1 A2.B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: 20�8 CIP YEAR 3, CONTRACT 9 City Project No. 101472 CITY OF PORT WOR`fH STANDARD CdNSTRUCTION SPECIFICATION DOCiJMEA1T5 Revision: NI�ti9,2d10 oo�zoo-� GENERAL CONqI710NS Page 7 of63 1. The Contract Docurnents include the ferms "as allowed," "as approved," "as ordered," "as directed" or tertns of like e�fect or import to authorize an exercise of judgment by City. In adclition, t}le ��eCt1V05 "reasonable," "suitable," "acceptable," "proper," "satisfactory," pr adjectives of like effect or import are used to describe an action ar detezrnination of City as to the Work. It is intended that such exercise o�professzonal judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documenis and with the design concept of the Project as a fiinctioning whole as snown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise}, C. Defective: 1. The word "defecti�e," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conforam to the Contract Documents; or b. does not meet the requirernents of any applicable inspection, reference standard, test, or appraval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the ward "Install" or ihe word "Per#'orm" or the wvrd "Provide" or the word "Supply," or any combination or sirnilar directive or usage thereof, shall mean furnishing and incorporating in the Work incIuding all necessary labdr, materials, equipment, and everything necessary to perform the Work indicated, unless specificaIly iimited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a welI-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 — PRELIMINARY MATTERS 2.01 2.02 Copies of Documents City shall fiu�nish to Cantractor nne {1) original executed copy and one {1} electronic copy of the Contract Document�, and four (4) additional copies of thc Drawings. Additional copies wilI be fizrnished upon request at the cost of reproduction. Cammencement of Contract Time; Notice to Proceed The Contract Time will comrnence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given no earlier than 14 c�ays after the Effective Date of the Agreement, unless agreed �o by both parties in writing. 2�t S CIP YEAR 3, CONTRAGT 9 CITY OF PORT WQRTH City Froject No. 101472 STANDARDCONSTRUCT[ON SPECIFICATiON DOCUMENTS Revision: Ma�9,2020 oo�zoo-t GENERAL CONDITIONS Page 8 of 63 2.03 Starting the Work Contractor sha11 start to perform tt�e Work on the date when the Contract Time commences to run. Na Work shall be done at the Site prior ta the date on which the Contract Time commences to run. 2.04 Before Starting Corastruction Baselfne Schedudes: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstructaon Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.�6 Puhlic Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contraetor attending the Public Meeting as scheduled by the City. 2.07 Initiad Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accardance with the Schedule Specification as provided in the Contract Docurnents. ARTICLE 3— COIlTTRACT DOCUNiENTS: I1�TTEl�TT, AMEI�iDI1�G, REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by a11. B. It is the intent af the Contract Documents ta describe a funetionally complete project (or part therea� to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated resuit will be provided whether or not specifically called for, at no additional cost to City. C. Clarifcations and interpretations o�the Contract Documents shall be issued by City. D. The Specifications may vary in forn�, format and style. Some Specification sections may be written in varying degrees of sirearrilined or dEclaraiive style and some sections may be relatively naz-rative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases sha11 be supplied by inference. Similar types of pro�isions may appear in various parts of a section or articles within a part depending on the format of the 2018 CIP YEAR 3, CONTRACT 9 City Project No. 101472 CITY OF FORT WORTH 3TANDARD CONSTRUCTION SPECIFICAI'ION DOCUMENTS Revision: Mardi 9, 2Q20 oo�zoo-� GENERAL CONDITIONS Page 9 of 63 section. The Contractor shalI not take advantage of any variatian of form, format or style in making Contract Claims. 3.02 E. The cross referencing of specification sections under the subparagraph heaaing "Reiated Sections include but are not necessarily lirnited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor sha11 not rely on the cross referencing provided and sha11 be responsible fo coordinate the entire V�ork under the Contract Documents and provide a complete Project whe�ther ar not the cross referencing is provided in each section or whether ar not the cross referencing is complete. Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations Reference to standards, specifications, manuals, or codes o�any technical society, oxganization, ar association, or to Laws ar Regulations, whether such reference be specific or by impiication, sha�l �nean the standard, specification, manual, coae, ar Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if thexe were no Bids), except as may be otherwise specifically stated in the Contract Documents. 3.03 2. No provision of any such standard, specification, manuat, or coae, or any instruction of a Supplier, sha1I be effective ta change the duties or respansibilities of City, Cantractor, or any of their subcontractors, cansultants, agents, or employees, from thase set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its otficers, directors, members, partners, employees, agents, consuItants, or subcontractors, any duty or authority ta supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent vv�th the provi�ions of �e Con�ract Docurrients. Reporiing and Resolving Discrepancies A. Reporting Discrepancies: 1. Cont�-acto�'s Review of Cont�act Documents �efore Starting Wo�k: Before undertaking each part of the Work, Contractar sha11 carefully study and compare the Contraci Documents and check and verify pertinent figures therein against all app�icable field measurements and conditions. Contractor �hall promptly report in writing to City any conflzct, error, ambig,uity, ar discrepancy which Contractor discovers, or has actual lrnowledge af, and shall obtain a written interpretation or cIarification from City before proceeding wzth any Work af%cted thexeby. 2. Contractor's Review of Coratract Documents Durirag Performance of Work: If, during the performance of the Work, Contractar discovers any conflict, error, ambiguity, or discrepancy within the Contraci Documents, or between the Contract Docuznents and (a) any applicable Law or Regulation ,(b) any standard, specification, �nanual, or code, ar{c} any instruction oi any Supplier, �lien Contractor shall promp�iy report it to City in writing. Contractor shall not proceed wit1� the Wnrk affected thereby (excepi in an emergency as required by Paragraph 2018 CIP YEAR 3, CONTRACT 9 CiTYOFFORTWpRTH CityProjectNo, 1p1472 STANDARDCONSI'RUCTION SPEC]FICATION DOCUMEI�"I'S Revision: Ma�9,2020 007200-1 GENERAL CONDITIONS Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one af the methads indicated in Paragraph 3.04. 3. Contractor shall not be Iiable to City for failure to report any conflict, error, ambiguity, or discrepan.cy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resalvang Discrepancies: Except as may be otherwise specifica�ly stated in the Contract Documents, the pravi�ions of the Contract Documents shall take precedence in resolving an.y conflic�, error, ambiguity, or discrepancy betwe�n the provisions of the Contract Dacutnents and the provisions of any standard, specification, maa�ual, or the instruction of any Supplier {whether or nat specifically incorporated by reference in the Con�ract Documents}. 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall go�ern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifcatians, and quantities shown on the Plans shall govern over those shown in ihe proposal. 3.04 Afnending and Supplementing Contract Documents A. The Contract Docurnents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor �ariations and deviations in the Work not invoiving a change in Contract Price or Contract Time, may be authorized, by one or nnore of the �ollowing ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarificatian. 3.OS Reu�e of Documents A. Contractor and any Subcontractar or Supplier shall not: 1. have ox acquire any title to ox ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereo� prepared by or bearing the seal of Engineer, incZuding electronic media editions; or 2, reuse any such Drawings, Speci�ications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written veri�ication. or adaptation by Engineear. 2018 CIP Y�AR 3, CONTRACT 9 City Praject No. 10I472 CfTY OF FORT WORTH STANDARD CONSTRUCT[ON SPECEFICATION DOCLIMENTS Re�ision: Ma�]i9,2020 00 7a oo - � GEf�lERAL COiVDIT10NS Page 1 I of 63 LC�Ir B. The prohibiiions of this Paragraph 3.05 wil� survive fir�al payment, or term2nation of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. Electronic Data A. Unless otherwise stated in the Supplernentary Conditions, the data furnished by City or Engineer to Contrac�or, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Docurnents (aiso known as hard copies} and other Specifications referenced and located on the City'� on-line electranic document �nanagement and collaboration system site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any canclusion or information obtained or derived from such elecironic files will be at the user's sole risk. If �iiere is a discrepancy between the electronic �iles ar�d �he hard copies, the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of soflware application packages, operating systems, or computer hardware diif�ring from thase used by the data's creator. ARTICLE 4— AVAILABILITY OF LAI�DS; SUBSURFACE A1�TD PHYSICAL COIiiDITIONS; HAZARDOUS ENVIROI�NiEl�TAL COliTDITIO1iTS; REFEREIiTCE PQINTS 4.01 Availability ofLands A. City sha11 furnish the Site. City shal� notify Contractflr of any encumbrances or restrictions not of general application �ut specificalZy related to use of the Site with vvhich Contractor must comply in performing the Wark. City wiZl abtain in a timely manner and pay for easements for permanent structures ar permanent changes in existing facilities. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or ease�nents axe anticipated to be acquired in accordance with ihe schedule set forth in tlze Supplementary Conditions. The Project Schedule subrnitted by the Contractor in accordance with the Contract Documents rnust consider any outstanding right-of-way, and/or easenrienis. 2. The City has or anticipates removing and/or relocating utilities, and obstructions ta the Site. Any outstanding remo�al or relocatzon of u�ilities or obstructions is anticipated in accordance with the schedule set %rth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstancling utiiities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shali furnish Contractor with a current statement of reeord Iegal title and legal description af fhe lands upon which the Wark is to be performed. 2018 CtP YEAR 3, CONTRACT 9 CITY OF FOR'P WORTH City Project No. I O1472 STANDARI7 CONS'I'RUCTION SPECIFICATION DQCUMEN`fS Revision: Mat�l� 9, 2020 007200-1 GENERAL CONDITIdNS Page 12 of 63 C. Contractor shall provide for all addiiianal lands and access thereto that rriay be required for construction facilities or storage of znaterials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The 5upplementary Conditians identify: 1. those reports known to City of exploraiions and tests of subsurface conditions at ar contiguous to the Site; and 2. those drawings known to Ciry of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technicar Data Autharized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and dra�vings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may no# make any Contract Claim against City, or any af their officers, directors, members, partners, employees, agents, consultants, or subcontractars with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limiied to, any aspects of the �neans, methods, techniques, sequences, and procedures of construction to be employed by Contractar, and safety precautions and programs incident thereto; or 2. other daia, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretatian of or conclusion drawn from any "technical data" or any such other data, interpre#ations, opinions, or informatian. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Con�ractor believes that any subsurface dr physical condition that is uncavered or revealed ei�lier: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2, is of such a nature as to require a change in the Cantract Documents; or 3. differs materially from that shown or indicated in tlne Contract Documents; or 4. is of an unusual nature, and differs materially from condi#ior�s ordinarily encoun�ered and generally recognized as inherent in work of the character provided for in the Con�ract Docuznents; 2018 CIP YEAR 3, CONTRACT 9 City Project No. 101472 CITY OF FORT WORTH 3TANDARD CONSTRUCTIOi�] SPECIFICATION DOCUMEi�lTS Revisian: Murkt9,2A20 oo�zoo-i GENERAL CONI71TiONS Page 13 of 63 then Coniractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection �herewith (except in an emergency as required by Paragraph 6. f 7.A), notify City in writing about such condiiion. B. Possible Price and Time Adjustments Contractor shall noi be entitied io any adjustment in the Contract Price or Contract Time if: 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time �y the submission of a Bid or becoming bound ur�der a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractar failed to give the written notice as rec�uired by Paragraph 4.03.A. 4.04 Undergi-ound Facilities A. Sho�vn or Indicated: The information and data shown or indicated in the Contract Documents vvith respect to existing Underground Facilities at or contiguous to �he Site is based on information and data furnished to City or Engineer by the owners of such UndergroUnd Facilities, including Ciiy, or by others. Unless it is otherwise expressly provided in the Supplenneniary Conditions: 1. City and Enginee� shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of tIae following will be included in the Contract Price, and Contracior sha11 have full responsibility for: a. reviewing and checking a11 such information and data; b. loca�ing a11 Underground Facilities shown or indicated in the Contract Docurnents; c. coordination ana adjustrnent of the Work with the owners of such Undergraund Faci�ities, including City, during construction; and d, the safety and protection oi all such Underground Facilities and repairing any damage ther�to resulting fram the Work. B. Not Shown or Ina'icated.� L If an Underground Facility which conflicts with the Work is unco�vered or revealed at or contiguous to the Site which was not shown or indicated, ar not shawn or indicated with reasonable acc�zracy in the Cpntract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditians affected thereby or performing any 20l 8 CIP YEAR 3, CONTRA.CT 9 CITY OP FORT WORT1� City Project No. 101472 STANDARD CONSTRUCT[ON SPECIFICA'I'ION DOCUMENTS Revision: Ma�9,202D oo7aoo-i GENERAL CONDITIONS Page 14 0£63 Work in connection therewitli {except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner aand to City. Ciiy will review the discovered Undergaround Facility and determine the ex�ent, if any, to which a change may be required in the Contract Documents to reflect and document the cansequences a� the existence or location of the Und�rground Facility. Cantractor sha11 be responsible for the safety and proteciion of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and documen� such consequences. 3. Verification of existing �tilities, structures, and service Iines shall include notification of all utility companies a minimum of 4$ hours i� advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall pravide engineering surveys to establish reference points for canstruction, which in City's judgment are necessary to enable Cantractor to proceed with the Work. City will provide construction stakes or other customaxy method of marking to establish line and grades �or roadway and utzlity cons�rF.iction, centerlines and benchtnarks for bridgework. Contractor sha11 protect and preserve the established reference points and properiy mon�tnents, and shall make no changes or relocations. Contractar shail report to Ci�y whenever any reference point or properly monument is lost or destroyed or requires relocation because of necessary changes in grades ar locations. The City shall be responsible for tfie replacement or relocation oi reference points or property monuments not carelessly or willfully destroyed by the Contractar. The Contractor shatl notify City in advance and with sufficient time to avoid delays. B. Whene�er, in the opinion of the Ciry, any reference point or monumen� has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against ihe Contractor, and the fuli amount wiil be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Sate A. Reports and Drcrwings: The �upplementary Conditions identify those reports and drawings known ta City relating to Hazardous Environmental Cor�ditians that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Author�iaed: Cont�ractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, bu� such reports and drawings are nat Contract Documents. �uch "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employe�s, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Coniractor's purposes, incluciing, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of 2018 CTP YEAR 3, CONTRACT 9 City Project No. 101472 CI1'Y OF FQRT WdRTH STANDAI2D CONSTRUCTION SPECIFICATIQN DOCUiVIENTS Revision: M�eh 9, 2020 00 �z ao - � GEfVERAL CON�ITIONS Page 15 of 63 construction to be empZoyed by Contractor and safety precautions and programs incident thereta; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicatea in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or informa�ion. G Contractor shall not be responsible for any Hazardous Envirorunental Condition urzcovered or revealed at the Site which was not shown or indicated in Drawings ox Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor sha11 be responsible for a Hazardous EnvironmentaI Candition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone eIse for whom Contractor is responsible. D. If Contractar encounters a Hazardous Environmenial Condition or if Cantractor or anyone %r whom Contractor is responsible creates a Hazardotzs Environmental Condition, Coniractor shall immediately: {i) secure or otherwise isolate such condi�ion; (ii) s�op all Work in connection with such candition and in any area affected thereby (except in an emergency as required by Paragraph. 6.17.A}; and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in cannection with such condition or in any affected area until after City has ohtained any required permits reIated thereto and delivered written notice to Contractor: (i) specifying that such condition and any af%cted area is or has been rendered suitable for the resumption of Work; ar(ii) specifying any special conditions under which such Wark may be resumed. F. If after receipt of such written notice Contractor does not agree to xesume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, tnen City may order the portion of the Work #hat is in the area affected by such condition to be deleted from the Wark. City may have such deIeted portion of the Work perfarmed by City's own forces or others. G. To the fullest extent pernaitted by Laws and Regulaiions, Contf-acto� shall indemn� and holca' harmless City, from and against all clairns, costs, dosses, and drxmages (including $ut not limite� to alI fees rxnd charges of engineers, archatects, c�ttorneys, and other professionals and all cou�t or arbitration or other dispute resalution eosts) arisang out of or relatirag to ca Haaardous Environmental Conclitfon created by Contractor or by canyone for whom Coratt•actor is responsible. Nothang in this Parag�aph 4.06.G shall obligate Cantractor to indemnify any individual or entity from and against the consequences of that indzvidual's or entity s own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or re�ealed at the Site. 201$ CIP YEAR 3, CONTRACT 9 CITYOF FORT WORTH City Project No. 101472 STANDARBEONS'TRUCTION SPECIFICATION DOCUMET�'TS Revision; Ma[rh9,2020 00 �a oo - � GENERAL COND3TIONS Page 16 of 63 ARTICLE � -- B�l�TDS Al�D IlliSURAIiTCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by �he Cantract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insuxance policies far the limits and coverages so required. Such surety an.d insurance companies sha1� also meet such additiona.i requirements and qualifications as may be provided in the Supplementaxy Conditions. 5.02 Performance, Payment, and Muintenance Bonds A. Contractor shall furnish performance and payment bonds, in accardance with Texas Go�vernment Code Chapter 2253 or successor statute, each in � amount equal io the Contract Price as security far the faithful performance and payment of all of Contractor's obligations under the Contract Docu�ments. B. Contractor shall furnish mainienance �onds in an amount equal to the Contract Price as secur�ty to protect the City agains# any defects in any portion of the Work described in the Contract Docurraents. Maintenance bonds shall remain in effect �or two (2) years after the date of Fina1 Acceptance by the City. C. All bonds shall be in the forrn prescribed by the Contraci Docutnents except as pro�ided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Ho�ding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (arnended} by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by ar� agent or attorney-in-fact must be accompanied by a sealed a�nd dated power of attorney which sha11 shaw that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupi ar becomes insolvent or its right to do business is tezminated in the State of Texas or it ceases to meet the requirem�nts of Paragraph 5.02.C, Contractar sha11 promptly notify City and sha11, within 3Q days after th� event giving rise to such natification, provide another bond and surety, both of which sha11 comply with t�ie requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor sha11 deliver to City, with copies to each additional insured arkd loss payee identified in the Supplementary Conditions, certificates of insurance (ather evidence of insurance requested by City or any other additional insured) in at least the rninimum aznount as specified in tlne Supplementary Conditions which Coniractor is required to purchase and maintain. 1. The certificate o� insurance shall docurrzent the City, and alI identified entities natned in the Supplementary Condi�ion� as "Additional Insured" on all liability policies. 2p 18 CIP YEAR 3, CONTRA.GT 9 City Project No. 101472 CITY OF FORT WORTH STANDARD CONSTRUGTIOM SPECIFICATION DOCUMENTS Revisian: Mffirtt9,202� oo�zoo-i GEN�RA� CON�ITIONS Page 17 of 63 8. 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authoriz�d to bind coverage on behal� of the insured, be complete in its entirety, and. show complete insurance carrier names as Iisted in the current A.M. Best Property & Casualty Guide 4. The insur�rs for all policies must be iicensed and/or approved to do business in the State of Texas. Except for workers' compensation, alt insurers must have a minirr�um rating of A-: VII in ihe current A. M. Best Key Rating Guide or have reasonably equivalent financial sirength and soivency to the satisfaction of Risic Management. If the rating is beiow that required, written approval of City is required. 5. A11 applicable policies sha11 include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive aIl rights of subrogation against the Engineer (if applicable), and each additional insured ide�tified in the Supplementary Conditions 6. Failure of the Ciiy to derriand such certificates or oiher evidence of full compliance wzth the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obIigation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an UmbreIla or Excess Liability insurance for any differences is required. Excess Liability shali follow form of the primary coverage. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is undet�vritten on a claims-made basis, the retrQactive date shall be coincident with or prior to the date of the efFective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract anc� for three (3} years following Final Acceptance provided under �the Contract Dacuments or for the warranty period, whichever is longer. An annual certificate of insuz�ance submitted to the City shall evidence such insurance co�erage. 9. Policies sha11 ha�re no exclusions by endorsements, which, neither nullify or aznend, the required �ines of coverage, nar decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unaccepiable or �he City desires additional insurance coverage, and the City desires the contractor/engineer to ob#ain such cover�ge, t�ie contract pr�ce shall be ac�justed by the cost of the premium �or such additional coverage p�us 10%. 10. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage sha1Z be approved by the City in regards to asset �alue and stockholders' equity. In 20I8 CTP YEAR 3, CONTRACT 9 c1Tv oF r•o►zT wo►z�'�� City Project No. 101472 STANDARDCONSTRUCTIOI� SPECIFICATION DOCUMENTS Revision: Nf�R,2020 oo�aoo-i GENERAL COf�DITIONS Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance paols or risk retention groups, must also be appraved by City. 11. Any deductibie in excess o€ $5,000.00, for any poficy that does not provide coverage on a first-doilar basis, must be acceptable to and approved by the Ci#y. 12. City, at its sole discreiion, reserves the right to review the insurance requirements and to make reasonable adjushnents to insurance coverage's and theix limits when deemed n�cessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorparated into the Work by Change Order. 13. City shall be entitled, upan written request and without expense, to receive copies of policies and endorsemen�s thereto and may make any reasonable xequests for deletion ar revision or madificatio�s of particular policy terms, conditions, limitations, or exclusions necessary to con%rm the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications sha11 not be required where policy provisions are established by law ar regulations binding upon either party or the underwriter on any such policies. 14. City sha11 not be responsible for the direct payment of insurance premium costs for Contractor's instarance. 5.04 Coratracta�'s Insurance A. Workers Compensation and Employers' Liahility. Contracior shall purchase and maintain such insurance coverage with iimits consistent with.statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 40b, as arnended), and minimum Iimits for Employers' Liability as is appropriate for the Work being perforrned and as will provide protection from claims set forth below which may arise out af ar result from Contracior's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone direct�y or indirectly em�loyed by any o� them to perfarm any of the Work, or by anyon� for whase acts arry of them may be liable: 1. claims under warkers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupatianal sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but nat be limited. to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, productslcompleted operations, personal injuzy, and liability under an insured contract. �nsurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other 2018 CIP YEAR 3, CONTRACT 9 City Project No. 101472 CITY OF FORT WORTH STANDARD CQI�ISTRUCTION SPECIFICATION DOCUMENT3 Re�ision: Ma�� 9, 2020 00 72 00 - 1 GENERAL CONDITIONS Page 19of63 insurance ar self-insurance programs afforded to the City. The Commercial Generai Liabi�ity po�icy, shall have no exclusions by endorsements that would alter of nulIify premises/operations, products/completed operations, contractual, persona� injuzy, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in urritir�g. For construction projec�s that present a substantial compieted operation exposure, the City may require the cantractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identifiec� in the Supplementary Conditions). C. Autamobzle Liability. A cornmercial business auto poIicy sha11 provide coverage on "any auto", def ned as autos owned, hired and non-owned and provide indemnity for claims for darnages because bodily injury or death of any person and or properly darnage arising out af the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or SuppIier, or by anyon� directly or indirectly empIoyed by any of them to perform any of the Work, or by anyone for whose acts any o�them may be liable. D. Railroad Protective Liability. If any o�E the work or any warraniy work is within the li�nits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementaiy Conditions. E. Notification of Paltcy Cancellrxtian: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shaIl be no time credit for days not worked pixrsuant to this section. S.OS Acceptrxnce ofBonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Con#ract Documents, the Cify shall sa no�ify the Cor�tractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contracfor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractar in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 — COI�iTRACTOR'S RESPOI�TSIBILITIES 6.01 Supervisiora and Superintendence A. Contractor shall supervise, inspect, and direct the Work competentiy ana eff cie�ztiy, devoting such attention thereto and appIying such skills and expertise as may be necessary to perform the Work in accordance wi�h the Cont�act Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. 20I8 CIP YEAR 3, CONTRACT 9 GITY OF FORT WORTH City Project No. 101472 STANDARD CONSTRUCTIOAI SPEL'IF[CAT[ON DOCUMENTS Revision: Matdi9, 2620 oo�zoo-i GENERAL CONDlTIONS Page 20 of 63 B. At all tirnes during the progress af the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be repiaced without written natice to City. The Superintendent will be Contractar's representative at the Site and shall have authority to act on behalf of Contractor. All communication gi�en to or received from the Superintendent sha11 be binding on Contractor. C. Confractor shail notify the City 24 hours prior to rnoving areas during the sequence of construction. 6.02 Labor; Wo�king Hours A. Contractor shall provide competent, suitably qualified personnel to perform constructian as required by the Contract Dacuments. Contractor sha11 at a11 times maintain good discipline and order at the Siie. B. Except as otherwise required far the safety ox protection of persons or the Work or property at the Site or adjacent thereto, and e�cept as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the perforrnance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasanably withheld). Written xequest (by letter or electronic con�municatian) to perform Work: 1, for beyond Regular Workir�g Hours request must be made by noon at leas� two (2) Business Days prior 2. fox Weekend Working Hours request rnus# be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless oiherwise specified in the Contract Documents, Contractor sha11 provide ar�d assume fiill responsibility for all services, materials, equipment, labor, transportation, canstruction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilitie�, temporary facilities, and all other facilities and incidenials necessary for the perforznance, Cor�tractor required testing, start-up, and completion of the Wark. B. All materials and eq,uipment incorporated into the Work shall be as specified ar, if not specified, shall be of good quality and new, except as otherwise provided in the Cont�ract Dacuiments. All specia.l warranties and guaran�ees required by the Specifications sha11 expressly run to the benefit of City. I� required by City, Contractor sha11 furnish satisfactory evidence {including reports of required tests) as to the source, kind, and quality of ma.terials and equipment. 201$ C[P YEAR 3, CON7'RACT 9 Gity Project Na. 101472 CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC[FICATION I}OCUMENTS Re�ision: M�9,2020 oo�zoo-� GENERAL CONDITIOI�lS Page 21 of 63 • 1� C. All materials and equipment to be incorporated into the Work shall be stared, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as oiherwise may be provided in the Contract Docuznents. D. AlI items of standard equipment to be incorporated into the Work shall be the latest model ai the time of bid, unIess otherwise specified. Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.47 and the General Requirements as it may be adjusted from time ta tirne as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requiremen�s} proposed adjustments in the Project Schedu�e that will not result in changing the Contract Time. Such adjustments will comply wif1� any provisions of the General Requirements applicab�e thereto. b.05 2. Contracior sl�all submi ��it� a_monthl_y_P�oject �chedul� with-a-monthly progress-payment --- for the duration of the Contract in accordance with the schedule specification O1 32 16. 3. Proposed adjustments in �he Project Schedule thai will subrnitted in accordance with the requirements of Articl may only be made by a Ci�ange Orc�er. Substitutes and "Or-Equals" change the Contract Time shall be e 12. Ac�justments in Contract Time A. Whenever an item af material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearanc�, ana quality required. Unless the specificatian or description contains or is fol�owed by words reading that no like, equivalent, or "or-equal" item or no substitution is permitt�d, other items of rnaterial or equipment of other Suppliers may be submitted to Cily for review under the circumstances described below. "Or-Equal " Items: If in City's sale discretion an item of material or equipment propased by Contractor is funct2onally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by Ciiy as an "or-equal" item, rn which case review and approval of the proposed item may, in Ci�ty's sole discretion, be accomplished without compliance with some or a11 of the requirements for approval of propased substitute items. For the purposes of this Paragraph b.OS.A. i, a propo�ed item of material or equipmeni will be considered �unctionally equcal to an item so named if: a. the City determines that: 1) it rs at least equai in materials of construction, quaiity, durability, appearance, strengtt�, and design characterisiics; 201$ CIP YEAR 3, CONTRACT 9 CITY OF FORT WORTH City Piraject No. 101472 STANDr1RD CONSTRUCTiON SPECIFiCATION DOCUMENTS R0Vl5301]: M�}l J��� 0072OD-1 GENERAL CONDITIONS Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a func�ioning whole; and 3) it has a pro�en record of performance and availability of responsive service; and b. Contractor certifies that, if appro�ed and incorporated into the Work: 1) there will be no increase in cost to tl�e City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements o� the itern named in the Contract Documents. 2. Substifute Items: a. If in City's sole discretion an item af material or equipment proposed by Contractor does not quaiify as an "or-equal" ite�n under Paragraph 6.OS.A.1, it may be submitted as a proposed substitute item. b. Contractor sha11 subrr�t suf�cient information as provided below to allow City to deternnine if the item of material or equipment proposed is essentiaily equivalent to that named and an acceptable substitute th�refor. Requests for review of proposed substitute items of material or equipment will not be accepted by Ci#y from anyone other than Contractor. c. Contractor shall make wriitten application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The appiicatian shall comply vvith Section 01 25 00 and: 1) sha11 certify that the proposed substitute item will: a) perform adequa.tely the functions and achieve the results called for by the general design; b} be similar in substance to that specified; c} be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute itetn in the Work will require a change in any of the Contract Documents (or in ihe provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; 2018 CIP YEAR 3, CONTRACT 9 City Project No. 101472 CITY OF FpRT WORTH STANDARI� CONSTRllCTION SPECIFICATiON DOCUMENTS Revisian: Mmdt9,2f�10 00 72 00 - 1 GENERAL CONDITIONS Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to paymeni of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item fram that specifiec�; b) available engineering, sales, maintenance, repair, and repIacement services; and 4) shall contain an itemized estimate of all costs or credits that wili result directly or indirectly from use of such substitute item, including costs of redesign and Damage Ciairns o� other contractors affected by any resulting change. B. Substztute Constt-uction Methods or P�ocedures: If a specif c mean�, method, tecl�nique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractar rnay furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Cont�actor shat] submit sufficient iriformation to alIow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressiy called for by the Contract Documents. Contractor shall make written application ta City for review in the same manner as those pro�ided in Paragraph 6.OS.A.2. C. City's Evaluation: City will be aliovved a reasonable time within which ta evaluate each proposal or submittai made pursuant to Paragraphs 6.OS.A and b.OS.B. City znay requzre Contractor to furnish additional data about the proposed substitute. City wiIl be the sole j udge of accepta.bility. No "ar-equal" or substi#ute will be ordered, instailed or utilized until City's review is complete, which will be evidenced by a Charxge Order in the case of a substitute and an accepted Submittal for an "or-equal." City will advise Contractor in writing of its determina�ion. D. Special Guar�antee: City may require Cantractor to furnish at Con�ractor's expense a speciat performance guarantee, warranty, ar other surety with respect to any sub�titute. Contracior shall indemn� and hold harmless City arad canyone directly or indirectly employed by them,f-ona and against any anc� aIl claims, damages, losses and expenses (ancluding attorneys fees) carising out of the use of substituted rrtaterials oY eq�ipment. E. City s Cost Reimbursemerat: City will recard City's costs in evaluating a substitute proposed or submitted by Cantractor pursuant to Paragraphs 6.OS.A.2 and 6.OS.B. Whether or not City approves a substitute so proposed ar submitted by Contractor, Contractor may be required to reirnburse Ciiy for eva.Zuating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents {or in the provisions of any other direct contract vaith City) resultang from the acceptance of each proposed substitute. F. Contractor's Expense: Coniractor shall provide a11 data in support of any proposed substitute ar "ar-equal" at Contractor's expense. 2018 CIP YEAR 3, CONTRACT 9 CITY OF FORT WOR'1'H City Project No. 101472 STANDARD CpNSTRE7CTION SPECIPICATIOAI DOCUMCNTS fZevision: M� 9, 2020 00 72 04 - I CENERAL COND1TlONS Page 24 of 63 G. City Substitute Reimbursement: Costs (sa�iz�gs or charges) attr�butable to acceptance of a substitute sha11 be incorporated to the Contract by Change Order. H. Tfine Extensions: No additional time will be granted for substitutions. 6.06 Conce�ning Su�contraciors, Suppliers, and Others A. Cantractor shall perform with his own organization, work af a value not less than 35% of ihe value embraced on the Contract, unles� otherwise approved by the City. B. Con�ractor shall not employ any Subcontractor, Supplier, ar other individual or entity, whether initially or as a r�placement, against whom City may ha�e reasonable objection. Contractor shall nofi be required to employ any Su�contractor, Supplier, or other individual or entity to furnisl� or perforrxi any of the Work against whom Contractor has reasoriable objection {excluding those acceptable io City as indicated in Paragraph 6.Ob.C). C. The City may frorn time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and wi11 provide such requirements in the Supplementary Conditions. D. Minority Business Enterp�ise Compliance: It is City policy to ensuxe the fuIl and equitable participation by Minorzty Business Enterprises (MBE) in the procurement ai goods and services on a contractual basis. If the Contract Documents provide far a MBE goa1, Contractor is required to comply with the intent of the City's MBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide co�nplete and accurate inforrnation regarding actual work performed by a MBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, ar substitutions o� accepted MBE without written consent of the City. Any unjustified change or deletian sha11 be a material breach of Cantract �d may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractar sha11, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE. Material misrepre�entation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such rnisrepresentation may be grounds for disqualification af Contractar to bid on fuiure contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for a11 acts and omissions of the 5ubcontractors, 5uppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is respansible far Cantractor's own acts and omissions. Nothir�g in the Coniract Docurrients: 2018 CIP YEAR 3, CONTRACT 9 City Project No. 101472 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMEI�ITS Revisian: M�9,2020 oo�zao-f G�NERAL COEVDI710NS Page 25 af 63 1, shaIl create for the benefit of any such Subcontractor, Supp�ier, or other individual or enhty any contractual relationship between City and any such Subcontractor, Supplier or other indiviaual or en�ity; nor 2. shall create any obligation on the part of City ta pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may other�vise be required by Laws and Regulations. � 1/ F. Contractor sha11 be solely responsible for scheduling and coordinating the Wark of Subcontractors, Suppliers, and other individua�s or entities performing or furnishing any of the Work under a direct or indirect coniract with Contractor. G. All Subcontractors, Suppliers, and such oiher individuals or entities performing or furnishing any oithe Work shall communicate with City t�rough Contractor. H. All Work performea �ar Cantractor by a Subcontractar or Supplier will be pursuant to an appropriaie agreement between Contractar and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable fezrns and conditions of the Contract Documents for the benef t af City. Wage Rates A. Duty to pay Pr�evailing Wage Rates. The Contractor sha11 comply with all requirernents of Chapter 2258, Texas Goveznment Code (as amended), including the paymen� o�not less than the rates determir�ed by tl�e City Council o�the City of Fort Warth to be the prevailing wage rates in accordance with Chapter 2258. SucYz prevailing wage rates are included in these Contract Documents. B. Penalty for Violatiora. A Contractor or any S�bcontractor who does noi pay the prevaiIing wage sha1I, upon dem�and made by the City, pay to the City $60 for ea.ch warker employed %r each calendar day or part of the day that �he worker is paid less than the prevailing wage rates stipula.ted in these contract dacuments. This penalty shall be retained by the Ciiy to offset its administxative C05f5, pursuan� to Texas Government Code 225$.023. C. Complaints af Violations and City Dete�minatio�a of Good Cause. On receipt of information, including a comp�air�t by a worker, cancerning an alieged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, befare the 31 st day after the date the City receives the informa#ion, as to whether good cause exists to believe that the vio�ation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected warker of it� initial determination. Upon the City's detern�ination that there is good cause to believe the Contractor or Subcontractor has vzolated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages pa2d and wages due under the prevailing wage rates, such arnounts being subtracted from successive pragress payments pending a fina.l determinatian of the violation. 2018 CIP YEAR 3, CONTRACT 9 CITY OF FORT WORTH City Praject Na. � 01472 STAN�AK.DCONSTRUCTION SPECII�ICATION DOCUMENTS Revision: Mardi9,20Z{? aonoo-i G�NERAL CONDITiONS Page 2fi of 63 D. Arhitration Required if Vialation Not Resolved. An. issue relating to an alleged violation of Sectian 2258.023, Texas Government Code, including a pena�ty awed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C aba�e. If the persons required to arbitrate under this section da not agree on an arbitratar before the l lth day after the date that arbitratian is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor sha11, for a period of three {3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by #he Contractor in the construction of the Work provided far in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours far inspection by the City. The provisions of Paragraph 6.23, Right io Audit, shall pertair� to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Coniractar sha11 submii an a.f'f davit stating that the Contractor has complied with the requirements of Chapter 2258, Tez�as Government Cade. G. Postfng of Wage Rates. The Cantractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcont�^actor Compliance. The Con.tractor shail include in its subcontracts and/or shall otherwise require alI of its Subcontractors to comply vsrith Paragraphs A through G abave. 6.08 Patent Fees and I�oyalties A. Contrac#or shall pay a11 license fees azld royalties and assutne atl costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device vvhich is the subject of paient rights or copyrights held by others. If a particula.r inven�ion, design, process, product, or de�ice is specified in the Contract Documents for use in the perforr�ance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or capyrights calli�g for the payment of any license %e ar royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such info�nation daes not relieve the Contractor from its obligations to pay for the use of said fees or rayalties ta others. B. To the fuilest extent permitted by Laws and Regulations, Contractor shall zndemn� and hoid harmless City, ,from and against all claims, costs, losses, and damages (ancluding but not iinaited ta all fees and charges of engfneers, archftects, attorney.�, and other professfonals and all cou�t or arbair-ataon or other dispute resolutiora costs) arising out of ar� relating to any infringement of patent rfghts o� copyrights incident to the use in the performance of the Work or resulting fr�orra 2018 CIP YEAR 3, CON'TRACT 9 City Project No. 101472 CITX QP FORT WORTH STANDAgDCONSTRC7CT[ON SPECIFICATION DOCUMEAiTS Revisian: Mmch 9, 2020 oa �z oa - � GENERAL CONDI710NS Pagc 27 of 63 the incorporataon in the Work of any invention, design, process, product, or device not specified in the Contract Documents. .1� Permits and Utiltties A. Contr�actor obtained permits and licenses. Cantractor sha11 obtain and pay for all constructian perrnits and licenses except ihose provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all go�ernmentai charges and inspection fees necessary for the prosecution of the Wark which are applicabte at the time of opezung of Bids, or, if there are no Bids, on �kle Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.B. Ciiy shall pay all charges of utility owners for connections far praviding permanent service io the Work. B. City obtained permits and licenses. City will obtain ar�d pay for a11 permits and licenses as provided for in the Supplementary Conditions or Contract Documents, It wilI be the Contractor's responsibiIity to carry out tne provisions of the permit. If the Contractor initiates changes to the Cpntract a�d the City approves the changes, the Contractar is responsible for obtaining clearances and caordinating with the appropriate regulatory agency. The Ciiy will not rei�nburse the Contractar for ar�y cost assnczated vvith these requirements of any City acquired permit. The following are permits the City wi�l obtain ifreqi�ired: 1. Texas Departmenf of Transportation Permits 2• U•S. Army Corps of Engineers Pernuts 3. Texa� Commission on Environmental Quality Permits 4. Railroad Company Pez-�nit� 6.i0 C. Outstanding permits and licenses. The Cify anticipates acquisition of and/or access to perfnits and lzcenses. Any outsianding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by �he Contractor in accordance with the Contr�ct Document� must consider any outsianding permits and licenses. Laws arad Regulatioras A. Cantractor sha11 give all notices reqixired by and shall comply with ail Laws and Regulations applicable to tl�e performance of the Work. Except where atherwise expressly required by applicable Laws and Regula�ions, the City shall not be responsible for monitoring Cantractor's compliance with any Laws or Regulations. B. If Contractor perfo�tns any Work knowing or having reason to knaw that it is contrary to Laws or Regulations, Contractor sl�all bear all claims, costs, losses, and damages (including but �ot limited to aIl fees and charges of engineers, architects, attorneys, and other professionals anc� a11 2U18 CIP YEAR 3, CQNTRACT 9 CI7"YOT FORT WORTH City Project No. 101472 ST�INDARI3CQN5TRUCTION SPLCiFICATION I]OCEIMENTS Re�isian: M�d� 9, 207A 007200-I GENERAL COiVDITIONS Page 28 of 63 caurt or arbitration or other dispute resoluiion costs) arising aut of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this sha11 not relieve Contractor oF Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids ha�ing an effect on the cost ar time of performar�ce ofthe Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taaces A. On a cantract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipznent used ar consumed in tlie performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply wiih Sta�e Comptroller'� Ruling .Q07. Any such exemption certificate issued to the Contractar in lieu of the tax shall be subject to ar�d sha11 cQmply with the pro�ision of State Comptroller's Ruling .011, and any other app�icable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; ar 2, h�ri ', www.windov� ..stat�.�.usiia�ci�fo� uucfa�ms193-forrns.html 6.12 Use of Site c�nd Other Areas A. Limitation on Use of Siie and Other Areas: 1. Contractor shall confine construction equipment, the stoxage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulatians, an.d shall not unreasonably encumber ihe Site and other areas with construction equipmeni or other materials or equipment. Contractor shall assume full responsibility for any damage ta any such land or area, or to the owner or occupant thereof, or of an.y adjacen� land or areas resulting from the performance ofthe Work, 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operatians in a portion af a street, right-of-way, or easement greater than is necessary for proper execution of tlie Work, the City may require the Cantractor to finish the section on which o�erations are in progress before work is commenced on any additionaI area of the Site. 201$ CIP YEAR 3, CONTRACT 9 City Project No. 101472 CITY OF FOi2T WORTH STANnARD CONSTAUCTION SPECIFICATION f]OCiJMENT5 Re�ision: Mmrc1�9,207A oo�zoo-i GENERAL CONDITEONS Page 29 of 63 3. Shou�d any Damage Claim be made by any such owner or occupant because of the performance of the Wark, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph �.21, Contracto� shall indemnify and hald harmless Ciry, fram and agafnst all clainas, costs, lasses, and damages ar�ising out of or relating to any claim vr action, legal or equita�ile, brought by any such owner Q� occupant agaitast City. B. Removal of Debris During Performance of the War�k. During t�e progress of the Work Contractor shall keep the Site anc� ather areas free from accumulation� of waste rnaterials, rubbish, and other debris. Reznovai and disposal of such waste materials, r�zbbi�h, and other debris sha11 conform to applicable Laws and Reg�lations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Cantractar that the clean-up on the j ob site is proceeding in a manner unsatisfactory to the Ciry, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct �the clean-up def ciencies cited to the Contractor in the written notice (by letter or eIectronic cammunication), and the costs of such direct action, pius 25 % of such costs, shail be deducted irom the monies due or to become due to tb.e Contractor. D. Final Site Cleanang: Prior to Final Acceptance of the Work Contractor sha11 clean the Site and the Wark and make it ready for u�ilizati�n by City Qr acijacent property owner. At t1�e completion of the Work Contractor sha11 rerriove from the Site all tools, appliances, construction equipment and machinery, an� �urplus materials and shall restore to original condition or better a11 praperty disturbed by the Work. E. Loading Structures: Contractor shall not Ioad nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractar subject any part of the Work ar adjacent property to stresses or pressures that wiil endanger it. 6.13 Record Documents A. Cantractor shall maintain in a safe place at the Site or in a place designated by the Con�ractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Fie�d Orders, and written interpretations and clarif cations in good order and annotated to show changes made during constz-uction. These record documents together wifih all approved Samples and a counterpart of a.il accepted Submittals will be available to City for re%rence. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittais will be delivered to City prior to Fi�zal Inspection. Contractar shali include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and prograams in cannection with ihe Work. �uch responsibility does not relieve Subcontractars of their responsibility for the safety of p�rsons or property in the performance of their work, nor far compliance with applicable safety Laws and Regulations. Contractor sha.tl 2018 CIP YEAR 3, CONTRACT 9 CITY OF FORT WORTH City Project No. 101472 STANDAkD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 oo�zoo-� GENERAL CONDITIONS Page 30 of 63 take all necessary precautions fox the safety of, and shali provide the necessary protection to prevent damage, injury or loss to: 1. all persons on ihe Site or who may be affected by the Work; 2. a11 the Wark and materials and equipment to be incorporated therein, whether in storage on ar off the Site; and 3. other property at the Site or adjacent thereto, includi�g trees, shrubs, lawns, walks, pa�ernents, roadways, structures, utilities, and Underground Facilities not designated for rerrzoval, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or properly from damage, injury, or loss; and shall erect and mai�ta.�n ali necessary safeguaxds for such safety and protection. Contractor sha11 notify awners of adjacent property and of Underground Facilities and other utility owners when prasecution of the Work may affect them, and shall cooperate with them in the protection, remaval, relocation, and replacement of their property. C. Contractor shall camply with the applicable reqlxirements of Ci#y's safety progra.ms, if an.y. D. Contractor shall infortn City of the specific requirements of Contractor's safety program, if any, with which City's employees and representati�es must comply while at the Site. E. All damage, injury, ar loss to any prop�rty referred to in Paragraph 6.1�.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Cantractor, any Subcontractor, Supplier, or any other individual ar entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and far protection of the Work shall continue until such tune as all the Work is compleied and City has accepted the Woxk. 6.15 5afety Representative Contractor shall inform City in writing of Con�ractor's designated safety representative at the Site. 6.16 Hazard Communicatfon Progj-ams Con�'actor sha11 be responsible for coordinating any exchange of material safety data sheets or other hazard commuriication infarmation required to be nnade available to or exchanged between or among employers in accardance with Laws or Regulations. 6.17 Emergencies and/or �ectificutaon A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, ar loss. Conn'actar shall give City prompt written notice if Contractor believes that any significant 20l 8 CIP YEAA 3, CONTRACT 9 City Project No. 101472 CIT Y OF FORT WORTI-I STANI7ARD CONSTRUCTION 5PECICICATION DOCUMENTS Revision: Matr1t9,2020 007200-1 CyENERAL CONDITlQNS Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City deterrnines that a change in the Contract Documents is required because of the action taken by Cantractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor �aii to respond to a request from the City to rectify any discrepanci�s, ort�issions, or correction necessaty to conform vv�th the requirements af the Conlxact Documents, the City shall give �he Contractor written noiice thai such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take rerriedial action to cozrect the condition. In the event the Contractor does not take positive s�eps to fulfill this written request, or does not sl�ow just cause for not taking the proper action, within 24 hours, the City rnay take such remedial action with City #'orces or by contract. The Ciiy shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Cont�actor on the Project. 6.18 Submitdc�ls A. Cantractor shali submit required Submittals to City far review and acceptance in accordance with the accepted Schedule af SubmittaIs (as required by Paragraph 2.07). Each submittal wilI be identified as City may require. 1. Submit nuznber of copies specified in the General Requirements. 2. Data. shown on the �ubmittals will be complete with respect to quantities, dimensions, specified performa.rice and design criteria, materials, and simzlar data to shaw City the services, mater�als, and equipment Contractar proposes to provide and to enab�e City to review the information �or the limited purposes reqi�ired by Paragraph 6.18.C. 3. Submittals subznitted as herein provided by Contractor and re�iewed by City for confortnance with �e de�ign concept shaIl be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their re�view sha1l nat excuse Contractor from requirements shown on the Drawings and Specificaiions. 5. For�Information�Only submittals upon which the City is �ot expected to conduct review ar take responsive action may be so identified in the Contract Dacuments. 6. �ubmit required number of 5amples specified in the Specif cations. 7. Clearly id�ntify each Sample as to material, �upplier, pertinent data. such as catalog numbers, the use for which intended and oil�er data as City may require to enable City to review the submittal for the limited pu�poses required by Paragraph 6.18.C. 201$ CIP YEAEZ.3, CONTRACT 9 CfTY OF FORT WORTH City Project No, l 01472 STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision: M�ai� 9, 2Q�0 oo7zoo-� GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance af the pertinent submittal wi11 be at the �ole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with ihe Schedule of Submittals acceptable to City. City's re�iew and acceptance will be only to determine if the items covered by the submittals will, after installation or incflrporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the campleted Project as a functioning whole as indicated by the Contract Docurnents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of canstruction {except where a particular rr�eans, method, technique, sequence, or procedure of constructian is specifically and expressly cailed far by the Contract Dacuments) or to safety precautions or prograrns incident �ereto. The review and acceptance of a separate item as such will no� indicate approval of tl�e assembly in which the item functions. 3. City's review and accept�.nce sha11 not relieve Contractor from responsibility for any �ariation from the requirements of the Contract Documenis unless Conh'actor has complied with the requirexnents of Section O1 33 00 and City has given written acceptance of each such variation by specific written notatian thereof incorporated in or accompanying the Subrnittal. City's review and acceptance shall not relieve Contractor from responsibility for compiying with the requirements of the Contract Documents. 6.19 Continuing the Wark Except as otherwise provided, Contractar sha11 carry an the Work and adhere to the Project Sched�xle during al� disputes or disagreements with City. No Work shall be delayed ox postponed pending resoiuiion of any disputes or disagreements, except as City and Contractor rnay otlnerwise agree in rvriting. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that a11 Work will be in accordance with the Contract Docutnents and will not be defective. City and its officers, directars, members, partners, ernployees, agents, consultants, amd subcontrac�ors shall he entitled to rely on representation o� Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contxactor, Subcontractors, Suppliers, or any ather individual or entity for whom Contractor is responsible, ar 2018 CIP YEAR 3, CONTRACT 9 City Praject No. 1U1472 C1TY OF FORT WORTH STANDARD COI+iSTRUCT[ON SPECIFICATION QOCUMEI�TS Revision: M�rch 9, 2020 00 �2 00 - � GENERAL CONDITIONS Page 33 of 63 2. normal wear and tear under normaI usage. C. Contractor's obligation to perforrn and complete the Work in accordance with the Contract Documents shall be absolute. None o� the fol�owing will constitute an acceptance of Work that is nat in accordance with #he Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation ar pay�nent by City of any progress or final paymen�; 3. the issuance of a certificate of Final Acceptance by City or any payment reZated thereto by City; 4. use or occupancy of the Work or any part thereof by City; S. any review axd acceptance of a Submittal by City; b. any inspection, test, ar approval by oth�rs; or `7. ar�y correction of defective Work by City. D. The Contractor sha11 remedy any defects or damages in the Work and pay for any damage to other work or property resuItzng therefrom which snall appear within a period of two (2) years from the date of Fina1 Acceptance of the Work unless a Zonger periad is specif ed and shall furnish a good and su�ficient znaintenance bond, complying with the requirements of Article 5.02.B. The Ci#y wi�1 give notice of observed defects with reasonable promptness. 6.21 Indemnif cation A. Contractor covenants and a�rees to indemnify, holc� harmless and defenc�, at its own expense, the City, its offcers, servants and employees, from and against any a�d all claims arising o�t of, or alle�ed �o arise out of, the work and services to be performed by the Contractor, its affcers, agent�, ern�loyees, subcontractors, Iicenses or invitees under this Contract. THIS INDE IFI TIO PRO SIO IS PEC FIC LY INTENDED TO PERATE A1�1D EE EFFECTIVE�E IT IS ALLEGED QR PR4 liT THAT ALL "�u�v� ur' '1' �, DAIiZAGES BEIilTG 50UGHT WERE CAUSED I�T ULE OR I p�7' By ACT, OMI SI IiT OR I�TEGLIGENCE OF THE CITY. This indemn�ty provasion �s intended to include, wi�hout limitation, indemnity for costs, expenses and �egal fees incurred by the City in defending against such claims and causes of actions. B. Contractor cavenants and agrees to indemr�ify and �old harm�ess, at its awn expense, fhe City, its officers, servants and ennpioyees, from and against any and al� lass, damage or destruction of property of the City, arising out of, or alleged ta arise out of, the wark and services to be Aer�oi'med by the Contractor, its offcers, agents, empioyees, subcontractors, lrcensees or invitees nnder this Contract. I M IFICATIOt�T PROVISIO IS 2018 CIP YEAR 3, CONTRACT 9 CITY �F FORT WORTH City Project No. 101472 5TANDARD CONS'I'RUCTION SPECIFICATIOAI DOCi1MENTS Revis�on: Ma�h 9, 2020 00 72 00 - 1 GENERAL CONpITIQNS Page 34 of b3 b.22 6.23 SPECI�I ALLY INTE�TDED TO OP RATE Al�TD BF EFFECTIVE EVEll� IF IT IS ALLE �ED OR PROVEl� THAT ALL OR SOME OF THE DAIVIAGES BEING SOU�. RE AUS Il� O IN PART Y A1�1 Y AC OMI ION R ilTEGLIGEl�iCE OF THE CITY. Delegcrtian of Prafessional Design Services A. Contractor wiil not b� required to provic�e professionai design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for canstruction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professior�al related to sys#ems, mater�als or equipment are specifically required of Contractor by the Coniract Docutnent�, City will specify all perf�ormance and design criteria that such services must satisfy. Contractar shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal sk�all appear on alI drawings, caleulations, specifications, certifications, and Suhmittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written a�proval when subm�itted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness oi the services, certifications or approva�s performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, C�ty's review and acceptance of design. calculations and design drawings wilI be only %r the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Cantract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose staied in Paragraph 6.1 S.C. Right to Audit A. The Contractor agrees that ihe City shaIl, until the expiration of three {3) years after final payment under this Contract, have access to and the right to examine and phoiacopy any directly pertinent books, documents, papers, and records of the Con�ractor ir�volving transactions relating to this Coniract. Contractor agrees that the City shail have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in ordex to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractar fui-�her agrees to include in a11 its subcontracts hereunder a provision to #he effect t.�iat the subcontractor agrees tliat the City shall, until �l�e expiration of three �3} years after final payment under this Contract, have access to and the right to e�amin� and photocopy any directly p�rtinent books, documents, papers, and records of such Subcontractor, invol�ing �ransactions to the subcantract, and fuz-kher, that City shall have access during Regular Working Hours to all CITY OF PORT WORTH STANDAR� CONSTRUCTION SPECIFICATIQId ]70CUMEIVTS Revision: Matrh9, 2020 2QI8 CJP YEAR 3, CONTRACT 9 City Project No. 101472 ao�zoo-i GENERAL CONDITIONS Page 35 of63 Subcantractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compfiance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcont�actor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor far the cost of the copies as follows at the rate published in the Texas Adminzstrati�e Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implemenhng firansit- related pr�jects, which are funded in part with Federai financial assis�ance awarded by the U.S. Department of Transportation and the Federal Transit Adrninistration (FTA), without discrizxiinating against any person in fhe United States on the basis of race, coIor, or national origin. B. Titie VI, Civil Rights Act of I964 as c�mended.• Contractor shall comply with ihe requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assis#ance. ARTICLE i— OTHER WORK AT THE SITE 7A1 Related Wor�k at Site A. City may perform other work related to the Project at the Site with City's ernployees, ar other City contractors, or through other direct contracts therefor, or have other work performed by utiliiy owners. I� such other work is not noted in the Contract Documents, then written notice thereof will be given to Cantractor prior to starting any such other work; and B. Contractor sha11 afford each oiher contractor who is a party ta such a direct contract, each utiiity owner, and City, if City is performing other work vvitt� City's emp�oyees or other Ciiy contrac�ars, proper and safe access to the Site, provide a reasanable opportunity for the introduction and storage of rna.terials and equipment and the execution of such other work, and properiy coordinate the Work with theirs. Contractor sha11 do all cutting, fitting, and patching of the Woxk that may be required to properly connect or otk�erwise make its several parts corz�e together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excava�ing, or otherwise altering such work; provided, however, that Contractor rnay cut or alter others' work with the written consent of City and the others whose work will be afFected. C. If the proper execution or results of any part of Contractor's Work depends upon work parformed by others under this Article 7, Contractor sha11 inspect such other work and promptly report to City in writin� ariy delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execufion and resuifs o� Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for Iatent defects in ihe work pro�ided by others. 2018 CIP YEAR 3, CONTRACT 9 CITY OF 1�ORT WORTH City Project No. 1 D 1472 STANbARD CON5TRi7CTlON SPF,CIPICATION DOCLJIvIENTS Revision: Ma�9,202D oo�aoo-� GENERAL CON�ITIOIVS Page 36 of 63 7.02 Coordinataon A. If City intends to contract �with others for the performance of other work on the Project at th� Site, the following will be set forth in Supplernentary Conditions: the individual or entiiy who will ha�e authority and responsibility for coordination of the acti�ities among the various contractors will b� identif ed; 2. the specific rr�atters to be co�ered by such authority and resptinsibility will be itemiaed; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the SuppleznenYary Conditions, City shall have authority for such coordination. ARTICLE S — CITY'S RESPONSIBILITIES 8.01 Communacaiions to Contractor Except as otherwise pravided in the Supplementary Conditions, CiTy sha11 issue a11 communications to Contractor. 8.02 Furnish Data City shalt timely furnish the data required under the Contract Documents. 8.03 Pay When Due Ci�y shall make payrnents to Contractor in accordance with Article 14. $.04 Lands and Easements,- Reports and Tests Ciiy's duties with respect to providing lands and easemenis and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractar copies of reparts of explorations and tests of subsurface conditions and drawings of physicai conditions relating to existing surface or s�bsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City sha.11 execute Change Orders in accordarace with Paragraph 10.03. 8.Ob Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. 2018 CIP YEAR 3, CONTRACT 9 City Projact No. 101472 CITY OP FORT WORTH STAAIDARD CONSTRUCTION SPSC[FICATION DOCUMENTS Revision: Mamh9,2020 00 �z oo - � GENERAL CON�ITIONS Fage 3'7 of 63 8.07 8.08 8.09 Limitations on City s Responsibilities A. The City shall not super�ise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and prograrns incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to ihe performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accardance with the Contract Documents. B. City wiil notify the Contractor of applicable safety plan� pursuant to Paragraph 6.14. Undasclosed Hazrardous Environmental Condilion City's responsibility with respect to an undisclosed Hazardous Environmental Conc�ition is set forth in Paragraph 4.06. Compliance wfth Safety Pr�ograrya While at the Site, City's employees and representatives shall comply with the specific applicable require�nents of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9— CITY'S OBSERVATIOIli STATUS DURING COI�iSTRUCTIOI�i 9.01 Caty's Project �Ylanaget- City wiIl provide one or more Project Manager(s} during the construction period. The duiies and respQnsibilities and the limitations af authority of City's Project Manager during canstruction are set forth in the Contract Documents. The City's Project Manager for �his Cantract is ic�entified in the Supplementary Conditions. 9.02 Visits to Site A. City's Project Manager will make visits to the Site af intervals appropriate to the vaxious stages of construc#ion as City deems neeessazy in arder to observe the progress that has been made and the quality of the various aspects of Contractor's executed Wdrk. Based on information obtained during such visits and observations, City's Projec� Manager wiil determine, in general, if the Work is proceeding in accordance with the Contract Dacuments. City's Project Manager wilI not be required to make e�austive or continuous inspections on ihe Site ta check the quality or q�antity of the Work. City's Praject Manager's efforts wiIl be direc#ed toward providing City a greater degree of confid.ence that the cornple�ed Work will conform generalIy to ihe Cantract Docuznents. B. City's Project Manager's visits and observations are subject to a11 the limitations on authority and responsibility in the Cantract Documents inciuding those set forth in Paragraph 8.07. 2018 CIP YEAR 3, CONTRACT 9 CITY OF FORT WORTH City Project No. ] 01472 STAIVDARD CONSTRUCI'ION SPECIFICAT[ON DOCUMENT5 Revision: M�h 9, 2U20 007200-1 GENERAL CO�pITIOIVS Page 38 of63 9.03 Authorfzed Variatfons in Work City's Project Manager may authorize minor variations in the Work from the requirements of the Contract Documen�s which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design conc�pt of the completed Froject as a functioning whole as indicated by the Contract Docurnents. These may be acco�nplished by a Field Order and will be binding on City and alsa on Contrac�or, who sha11 perforn� the Work involved promptly. 9.04 Rejecting Defectfve Work City will have autharity to reject Work which City's Project Manager belie�es to be defective, or will not produce a completed Project that conforms to ihe Contract Documents or that will prejudice the in�egriry of the design concept of the corr�pleted Project as a fiinctioning whale as indicated by the Contract Documents. City will ha�e authority to conduct special inspection ar testing of the Work as pro�ided in Artiicle i3, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations fo� Work Perfo�med Contractor will determine the actual quantities and classifications of Work perforzned. City's Project Manager will review with Contractor the preliminary detertninations on such matters be%re rendering a wz-itten recomnnendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data}. 9.06 Decisians ora Requarements of Contr•act Documents und Acceptcrbility of Work A. City will be tYze initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City r�vill render a written decision on any issue referired. C. City's written decision on the issue re%rred will be fnal and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 — CHANGES Il� THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in ihe Work A. Without invalidating the Contract and without notice to any surety, City may, at axiy time or from time to time, order E�ra Work. Upon notice of such Extra Wark, Contractor sha1l promptly proceed wit� the Wor� invol�ed which will be performed under the applicable conditions of ihe Coniract Documents (except as otherwise speciizcally provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For mir�or changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. 2018 CIP YEAR 3, CONTItACT 9 City Pro,�ect No. 101472 CITY OF FORT WORTH STANDARD CONSTRllCTION SPECIFICATIOiV DOCUMBNTS Revision: M�9, 2020 D4 72 DO - 1 GENERAL GONDI710NS Page 39 of 63 10.02 Unauthorizea' Changes in the Wark Contractor shalI not be entitled to an increase in the Cor�tract Price or an extensian of the Contract Time with respect to any work p�rforrned that is not required by the Cantract Docurr�ents as arnended, modified, or supplemented as provided in Paragraph 3.04, except in t�ie case of an e�nergency as provided in Paragraph 6.17. 10.03 Exeeution of Change (Jrclers A. City and Contractor shal� execute appropriate Change Orders co�ering: chan�es in the Work which are: (i} ordered by City pursuant to Paragraph 10.01.A, {ii) required because of acceptance of defective Woxk under Paragraph i 3.08 or City's correction of defective Work under Paragraph 13.09, or {iii) agreed to by the parties; 2. chan�es in the Contract Price ar Contract Time which are agxeed to by the parties, incluaing any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a di#�erence arise as to what does or does not constitute Extra Work, or as to the payrrzent thereof, and the City insists upon its performance, the Contractor shall proceed with the wark after making written requ�st for written orders and sha�l keep accurate account of the actual reasonable cost thereof. Cantract Clairns regarding Extra Work sha.il be made p�suant to Paragraph 10.06. B. The Contractor shaIl furnish the City such installaiion records of a11 de�iations from fihe original Contract Docurnents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual insiallation. C. The compensation agreed �pon for Extra Work wheiher ar not initiated by a Change Orc�er shall be a ful�, complete and final paynrient far all costs Contractor incurs as a result or re�ating to the change or Extra Work, whether said cnsts are knovvn, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple ox impact cost, or any other effect an changed or unchanged work as a result of the change or Extra �Vork. � 0.05 Notification to Surety If the provisions of any bond req�ire noiice to be given to a surety of any change affecting fhe general scope of the Work or the provisions of the Contract Documents (including, but not �imited to, Contracf Price ar Con�ract Tirne), the giving of any such notice will be Contractor's responsibility. The amount of each applicable band will be adjusted by the Contractor to reflect the effect of any such change. 2018 CIP YEAR 3, CONTI�ACT 9 C1TY OF FORT WDRTH City Praject No. 101472 STANDARD CONSTR�JCT�ON SPECIFICAT[ON DOCLJMEI�ITS Revision; Niatach9,2p20 oo�zoo-i GENERAL C�NDIiIONS Page 40 af 63 10.06 Contract Claims Process A. City s Decision Required: All Can#�ract Claims, except those waived pursuant to Paragraph 14.09, shall be re�erred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights ar remedies he may otherwis� have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: l. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Clairn. 2. Natice of the amount or extent of the Contract Clairn, with supporting data shall be delivered to #he City on or before 45 days from the start of the event giving rise thereto (ur�less the City allows additionai time for Contractor to subxnit additional or more accurate data in support of �uch Coniract Claim}. 3. A Contract Claim for an adjustrnent in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Clai�n for an adjustrnent in Cantract Time shall be prepared in accordance with ihe provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjusiment to which the Cantractor belie�es it is entitled as a resul� of said event. 6. The City shall submit any rrespon�e to tl�e Contractor witivn 30 days after receipt �f the claimant's last submittal (unless Contract a.11ows additional time). C. City's Action: City will review each Contract Claim and, witlain 30 days after receipt o� the last submittal of the Contractor, if any, take one of the following actions in writing: l.. d�ny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. natify the Contractor tna� the City is unable to resolve the Contract Claim if, in the City's sole discretion, it wauld be inappropriate far the City to do so. Far purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. 2018 CIP Y�AA 3, CONTRACT 9 City Praject No. 10 T 472 CETY OF FORT WQRTH STANDARD CONSTRUCT[ON SPEC[FICATION DOCUM�NTS Re�ision; M�1�9,2020 00720D-1 GENERAL CQNDITIONS Page41 of63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractar invoke the dispute resolution procedure set forth in Article 16 wiihin 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Pz�ice or Con�ract Time will be valid if nat submitted in accordance with this Paragraph 10.06. ARTICLE 11— COST OF THE WQRK; ALLOWAl�TCES; UNIT PRICE WORK; PLANS QUA1riTITY MEASUREMEI�T 11.01 Cast of the Wor�k A. Costs Included.• The term Cost of �tlie �Vork means the sum of all costs, except those exclud�d in Paragxaph 11.O1.B, necessarily incurred and paid by Contractor in the proper performance of the Work. When ihe vaiue of any Work covered by a Change Order, the cos�s to be reimbursed to Contractar will be nnly those additional or incremental costs required because oithe change in the Work. Such costs shall not include any of the costs iiemized in Paragraph 11.01.B, and shall include but nof be limited to the following items: 1. Payroll costs for employees in the direct employ of Cantractor in the performance oF the Work under schedules of job ciassifications agreed upon by City and Contractar. S�xch employees sha11 inciude, without limitation, superintendents, faremen, and other persannel employed full time on the Wark. PayroIl costs for employees nat employed full time on the Work sha11 be apportioned on the basis of their iime spent on the Work. Payroll cvsts shalI include; a. saiaries with a SS% markup, or b. saZaries and wages plus the cost of fringe benefits, which shall include social security cQntributions, unemploym�nt, excise, and payroll taxes, woxkers' compensation, health and retirernent benefits, honuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside o� Regular Working Haurs, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of alI materials and equipment furnished and incorporated in the Work, including cosis of transpflrtation and storage thereof, and Suppliers' field services required in connectian th�rewith. 3. Renta�s of all construction equipment and machinery, and the parfs ihereof whether rented from Contractor or others in accordance with ren�al agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and remavaI thereof. AIl such costs shall be in accordance with the terms ot' said rez�tal agreements. The rental of any such equipment, machinery, or pa.rts shall cease when tlie use thereof is no longer necessary for the Work. 2018 CIP YEAEZ 3, CONTRACT 9 CITY OF FOR1' WOR1'I I City ProjeCt No. 101472 S'fANDARD CONSTRUCTION SPECEFICATION DOCUMT;AITS Revision: Mat�h9,2020 QO 72 0� - 1 GENERAL CONDIT[ON5 Page 42 of 63 4. Payments made by Contractor to �ubcontractors far Work performed by Subcontractors. If required by City, Contractar shall obtain cor�npetitive bids from subcontractors acceptable to City and Contractor and shall delivex such bids ta City, who will then determine, which bids, if any, will be acceptable. If axiy subcantract provides that the Subcantractor is to be paid on the basis of Cost of the Work plus a fe�, the �ubcontractor's Cost of the Work and fee shall be detertnined in the same manner as Cantractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultant� (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and account.�nts} employed far services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence �xpenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, suppiies, equip�nent, machinery, appliances, o�f ce, and ternporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the perforr�nance of the Work, and cost, less markei value, of such items used but not consumed which remain the property of Contractar. c. Sales, consumer, use, and other si�nilar taxes related to the Work, and for which Contractor is liable not co�ered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost fox causes other than negligence of Contractor, any Subcontractor, or anyone direcily or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and Iicenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or atherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes oiher than the negligence of Contractor, any Subcontractor, or anyane directly ar indirectly employed by any of them or for whose acts any of them nnay be liable. Such losses shall include settIements made with the written consen.t and approval of City. No such losses, damages, and expenses sha11 be included in the Cost of the Wark for the puipose of dete�mining Contractar's fee. f. The cost of utilities, fiael, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, ex�ress and courier services, and sirnilar petty cash items in connec�ion with t�e Work. 20i8 CTP YEAR 3, CONTRACT 9 City Project No. t01472 CITY OF FORT WORTH STAI�AItD CONSTRUCTION SPEC[PICATION �OCUMENTS Revision: Ma�r]�9,2020 no �2 00 - � GENERAL CONDITIONS Page 43 of 63 h. The costs af premiutns for all bonds and insurance Contractor is rec�uired by the Contract Dacizments ta purchase arad maintain. B. Costs Excluded.• The term Cost of the Work shall not include any of the �ollowing items: 1. Payroli costs and other compensation of Contractor's afficers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estzmators, attomeys, auditors, accountants, purchasing and con�xacting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contracior's principai or branch office far general administration of the Work and not specifically inciuded in the agreed upon schedule of job ciassifications referred to in Paragraph 1 i.01.A.1 or specif cally covered by Paragraph 11.O1.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office a# the Site. 3. Any part of Contractar's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor far delinquent payments. 4. Casts due to the negligence of Contractor, any Subcontractor, or anyane directly or indirectly employed by any of them or for whase acts any of them may be Iiable, inciuding but no# limited to, the correctian af defective Work, disposal of materials or equipment wrongly supplied, and making good any damage ta property. 5. Other overhead Qr general expense costs of any kind. C. Co�atrcactor's Fee: When alZ the Work is performed on the basis of cost-plus, Contractor's fee shalI be determined as set forth in the Agreement. When the value of any Work covered by a Change Order %r an adjustment in Contract Price is determined on the basis of Cost oi the Work, Contractor's fee shall be de�ermined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpos� is to be det�rmined pursuanf to Paragraphs 11.O1.A and 11.O1.B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a forrn acceptable to City an itemized cosi breakdown together wi�h supporting data. 11.02 Allowances A. Specafied Allowance: It is understood that Contractor has inciuded in the Contract Price ai1 allowances so named in the Contract Documents and shal� cause the WQrk so coverec� �o be performed for such sums and by such persons or entities as nnay be acceptable to City. B. P�-e-bid Allowances: 1. Contractor agrees that: 2018 CIP YEAR 3, CONTRACT 9 CITY OP FQR'C WOItTH City Project No. 101472 STANDART3CONSTRUCTION SPECIFICIITTON DOCUMENTS Re�ision: M�9,2(i20 00 72 00 - I GENERAL CONdITfONS Pagc 44 of 63 a. the pxe-bid allowances include the cost to Contractor Qf rnaterials and equipment required hy the allowances to be delivered at the Site, and a11 appiicable t�es; and b. Contractor's costs for unloading and haradling on the �ite, Iabor, instaliatian, overhead, profit, and other expenses contemplated %r th� pre-bid allowances have been included in fihe allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is far the sole use oi Ciry. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractar on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Wark A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially tk�e Contract Pr�ce will be deemed to include %r all Unit Price Work an amount equal to the sum of the unit price for each separately identified iiem of Unit Price Woxk times the estimated quaz�tity of each item as indicated in the Agreement. B. The es#imated quantities of items of Unii Price Work are not guarar�teed and are salely %r the purpose of comparison of Bids an.d det�rmining an initial Contract Price. Deterrninations of the actual quantities and classifications of Unit Price Work pexforrried by Contractor will be nnade by City subjeci to the provisions af Paragraph 9.05. C. Each unit price will be deemed �o include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Dacuments, or reasanably inferred as required for a functionally complete installation, but not identified in the listing of unit price iterz�s shall be cons�dered incic�ental to �it price work listed axad the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph �2.01 if 1. the quantity of any item of Uni� Price Work performed by Contractor differ� rnaterially and significantly from the estirnated quantity of such item indicated in the Agreement; and 2. there is no correspanding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. Yf the changes in quantities or the al�erations do nat significantIy change the character of work under the Coniract Documents, the alt�red work will be paid for at the Contract unit price. 201$ CIP YEAR 3, CONTRACT 9 City Praject No. 101472 CITX OF FORT WORTH STANDARD CONS'FRUCTION SPECiPICATION DOCUMENTS Revision: Mtuch9,2f}20 00 �z oa - i GEiVERAL CON�lTIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the characier of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this w�ill be considered Extra Work and the Contract will be amended by a Change Order in a.ccordance with Article 12. 4. A sigz�ificant change in the character of work occurs when: a. the character oi work for any Item as altered cliffers materially in kind ar nature from that in the Contract or b. a Majar Item of work varies by more ihan 25% from the original Contract quantity. 5. When the quan.tiiy of work to be done under any Majar Item of �e Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjushnent to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be dane under any Major Item of �the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or rnaterial moved, handled, or placed during the execution of �he Contract. The estimated bid quantities are designated as final payrnent quantities, unles� revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as s�ipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an indi�id� Item originally shawn in tlae Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment wilI provide field measurements and calculations sl�owing the final quantity for which payment wiil be macie. Payment for re�ised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design appro�ed by the City, by Change Order, or to enrrect an error, ox to correct an error on the plans, the plans quantity will be increased or decreased by the amount in�olved in ihe change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid far an individual Item is less than $250 anc� the Item is not originally a plans qua.ntity Item, then the Item may be paid as a plans quantity Item if the City and Cnntractor agr�e in writing to fix tl�e finaI c�uantity as a plans quantity. 2018 CIP YEAR 3, CONTRACT 9 Cl`fY OF FORT WORTH City Project No. IO1�472 STANDARDCONSTRUC'f'ION SPECIF[CA'fION DOCUMENTS Revision: M�It9,2A2D oo�zoo-i GENERAL CQNDITIONS Page 46 of 63 E. For callout work or non-site speeific Contracts, the plans quantity measurem�nt requirements are not applicable. ARTICLE 12 — CHAI�TGE OF C01�1TRACT PRICE; CHANGE OF COl�TTRACT TIME 12.01 Change af Contract Pr�ice A. The Contract Price may only be changed by a Change Order. B. The value of any Vi�ork covered by a Change Order will be detern�ined as foilows: 1. where the Work involved is covered by unit prices contained in �he Contract Documents, by application of such unifi prices to the quantities of the iterns invoived (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices con�ained in ihe Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance far overhead and profit not necessarily in accordance with Paragraph 12.O1.C.2}, and shall include the cost of any secondary impac�s that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered hy unit prices contained in the Contract Docuznents and agreement to a lump sum or unit price is not reached ttnder Paragraph 12.O1.B.2, an the basis of the Cost of ihe Work (determined as provided in Paragraph ll.O1) plus a Contractor's fee %r overhead and profit {deternlined as provided in Paragraph 12.O1.C}. C. Contractor's Fee: The Contractor's additiional fee far overhead and profit shall be determined as follows: 1. a mutually acceptable f xed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions ofthe Cost o�ihe Work: a. for costs incurred under Paragraphs 11.01.A.1, 11.O1.A.2. and 11.O1.A.3, ihe Contractox's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equxpment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11 A1.A.4 and 11.O1.A.5, the Contractor's fee shall be five percent (5%); 1) where one or more tiers of subcontracts are on the basis of Cast of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.O1.C.2.a and t2A1.C.2.b is that the Subco�tractor who actually perfor�xis the Work, at whatever 2018 CIP YEAR 3, CONTRACT 9 City Project No. 101472 CITY OF EORT WO[2TH 5"T'ANDARD CONSTRUCTIQN 3PECIFICATION DOCUMENT3 Re�ision: M2rch9,20z0 DO7200- 1 GENERAL CON�ITIONS Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs l 1.O1.A.1 ana � 1.0 i.A.2 and that any higher tier Subcontractar and Cantractor wiIl each be paid a fee of five percent (5°/a) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumu�ative tofal of fees paid be in excess af 25%; c. no fee shaIi be payable on ihe basis af costs itemized under Paragraphs 11.Oi.A.6, and 11.OI.B; d. the amount of credit ta be allowed by Contractor ta City for any change wl�ich results in a nei decrease in cost will be the amount of the acival net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent {5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension ofthe Contract Time will be allowed for Extra Wark or for ciairned delay unless the Extra Work contemplated ar claimed deZay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Wark or claimed delay adversely affects the critical path. 12.03 Delays A. Where Coniractor is reasonably delayed in the performance or completion of any part of the WQrk vv�thin the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. De�ays beyond the cantrol of Contractor shall include, but not be limited to, acts ar neglecfi by City, acts or neglect of utility owners ar other contractors per�orming other work as c�ntemplated by Article 7, fires, floods, epidemics, abnormal weather conciitions, or acis of God. Such ari adjustrnent shall be Contractor's so�e and excIusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be iiable to Contractor for any claims, costs, losses, or damages (including bui not limited to atl fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs} sustained by Contractor on or in connectian with any other project or at�ticipated project. C. Contractor shall not b� entitled to an adjustment in Contract Price or Contract Time far delays within the cantrol of Contractor. Deiays attributable ta and within the control of a Subcontractar or Supplier shalI be deemed to be delays rvithin the control of Contractor. D. The Contractar shall recei�e no cornpensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Coniractor is caused by the failure of the City to provide informatian or material, if any, which is to be furnished by the City. 2018 CIP YEAR 3, CONTRACT 9 CITYOF t�QR�' WORTN City Project No. 101472 STANDARDCONSTRUCTION SPECIFICAT[ON DOCUMENTS Revision: Mardi9,2020 oa�zoo-i GENERAL CONDITIONS Page 48 of 63 ART�CLE 13 — TESTS AND II�TSPECTI01�1S; CORRECTI0I�T, REMOVAL OR ACCEPTA�iTCE OF DEFECTIVE WORK 13.�I Notice ofDefects Notice of all defective Work o� which City has acival knowledge will be given to Contractor. Defective Wark may be rejected, corrected, ar accepted as provided in this Article 13. 13.02 Access to Work City, independ�ni testing laboratories, and go�veriunental agencies with juxisdictional interests will have access to the Site and the Work at r�asonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and ad�i�e them of Contractor's safety procedures and programs so that they rnay cornply therewith as applicabie. 13.03 Tests and Inspectioras A. Contraciar sha11 give City timely notice of readiness of the Woxk for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel ta �acilitate required inspeciions or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of tlie Work (or part thereo�} to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such i�d�pendent inspections, tests, retests or approvals, pay all costs in connection therewith, �nd furnish City the req�red certificates of inspection or appraval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Depart�nent of Licensure and Regulation {TDLR) inspections, which shall be paid as described in ihe Supplementary Conditians. C. Contractor sha11 be responsible for arranging and obta.ining and sha11 pay all costs in connection with any inspeciions, tests, re-tests, or approvals required for Ci1y's acceptance of rrxaterials or equipment to be incorporated in the Work; ar acceptance of materials, mix designs, ar equipment submitted for approval p�ior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, ar approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") �or any part of the Work, as deterinined salely by City. 1. City will coordinate such Testing to the extent possible, wi#h Contractor; 2. Should any Testing under this Section 13.03 D result in a"fail", "did not pass" or other similar negative result, ihe Contractor shall be respansible for paying £or any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. 2018 CIP YEAR 3, CONTRACT 9 City Project No. 101472 C1TY OF FORT WORTH STANDARD CONSTRUCTIpN SPECIFICATION DOCUM�NT3 Revisian: N[�h 9, 2026 007200-1 GEIVERAL CONDITI�NS Page 49 of 63 3. Any amount� owed far any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invaices for retesis to Contractor. 4. If Contractor fai�s to pay the Test�ng Lab, City vwill not issue Fi�al Payment untiI the Testing Lab is paid. E. If any Work (or ilie work of others) that is to be inspected, tested, or approved is covered by Contracttir without written canc�rrence of City, Cantractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as pro�ided in Paragraph 13.03.E sha11 be at Contractor'� expense. G. Contractor shall have the right to rnake a Contract Claim regaxding any retest or invoice issued under Section 13.03 D. 13.04 Uncoverirag Work A. If any Work is covered co�trary to the Contract Dacuments or specific instz-uctions by the Ci�ty, it musf, if req�ested by City, be uncovered for City's obse�vation and replaced at Contractor's e�pense. B. If Ciiy considers it necessary or advisable that covered Work b� obser�ed by City or inspected or tested by others, Contractor, at City's request, shalI uncover, expnse, or otherwise make available for observation, inspection, or testing as City may require, that portion af the Wark in question, furnishing all necessary labor, material, and eq�aipment. 1. I� it is found that the uncavered Wark is defective, Contractar shall pay aIl claims, costs, losses, and damages {including but no� limited to all fees and charges of engineers, architects, attorneys, and other professionals and ai1 court or other dispute resalution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction {including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be respansible for all costs associated vvith e�osing, observing, and testing the defective Work. 2. If the unco�ered Work is not found to be defective, Contractor shail be allowed an increase in the Contract Price or an ex�ension of tt�e Contract Time, or both, d�rectly attributable to such uncovering, exposure, observation, inspection, testing, repIacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Cantractor fails to supply suiiicient skilied workers or suitable materials or equipment, or fai�s to perform the Work in such a way that �e completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any partion thereof, untii the cause far such order has b�en eliminated; however, this right af City to stop the Work shaIl not give rise to any duty on the part of City to exercise this rignt for the benefit of Contractor, any 2018 CIP YEAR 3, CONTRACT 9 CITY OF PORT WORTH City Project No. ] 01472 STANDARD CONSTRUCTION SPECIFICATION DQCUMENTS Rcvision: March9,2d20 D072DD-1 G�NERA� CONDITIONS Page SD af 63 Subcontractor, any Supplier, any other individual ar entity, or any suxety for, or employee or agent af any of them. 13.06 Correction or Rerraoval of Defective Work A. Promptly after receipt of vc+ritten notice, Contractar shall correct all defective Work pursuani to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Wark has been rejected by City, remove it fro�n the Project and replace it with Wark that is not defective. Con�ractor shall pay all claims, costs, additional testing, losses, and damages {including bui not lirnited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correctitin or removal (including but not limited to all casts af repair or replacement of work af others}. Failure to require the remaval of any defecti�e Work shall not constitute acceptance of such Work. B. When correcting defective Work under the tern�s of this Paragraph 13.OG or Paragraph 13.07, Contracior shali take no action that wauld void or otherwise impair City's special warran.ty and guarantee, iF any, on said Wark. 13.07 Correction Period A. If wiihin two (2) years after the date of Final Acceptance {or such longer period of time as m.ay be prescribed by the terms of any applicable special guarantee required by the Contract Docurnents), any Work is found to be defective, or �f the repair of any damages to the land or areas made available for Contractor's use by City or p�rrnitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be def�ctive, Contractor shall promptly, without cast to City and in accordance with City's written instructians: 1. repair such defective land ox areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work oi others or other land or areas resulting therefrom. B. If Coniractor does not promptly comply with the ter�x�s of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City rr�ay ha�e the defective Work corrected or repaired or may have �he rejected Work removed and replaced. All claims, costs, losses, and da.mages {including but not limited to all fees and charges af engineers, architects, attorneys, ar�d other professionals and all court ar other dispute resolution costs) arising aut of or relating #a �uch correction or repair ar such removal and replacement (including but not limited to all costs of repaix or replacenrient of work af others) will be paid by Contractor. 2018 CIP YEAR 3, CONTRACT 9 City Project No. 101472 CITY OF FORT WORTH STANDARD COIVSTRUCTION SPECIPICATIQN DOCUMENTS Revision: Mardi9,2fJ20 00 �z oo - � GENERAL CONDITIONS Page S L of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Fina� Acceptance af all the Work, the correction per�od for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to o�her Work resulting therefrom} has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect io such Work may be required to be extended for an additional period of one year afier the end of the initial correction period. City shall provide 30 days written natice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10A6. E. Coniractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of �is Paragraph 13.07 shall not �e construed as a�ubstitute for, or a waiver of, the provisions of any applicable statufe of limitation or repose. 13.08 Aeceptcance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all cIaims, costs, Iosses, and damages (inc�uding but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's eval�ation of and deterinination to accept such defective Work and for the diminished val�e of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Docume�ts with respect to the Wark, and City shail be eniitied tQ an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. Z 3.09 Czty May Correct Defective Wark A. If Contracior fails within a reasonable time after written notice from City to correct de%ctive VVork, or to remove and replace rejected Work as required by City in accardance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor faiis ta comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor, correct, or remedy any such def ciency. B. In exercising the rights and remedies under this Paragraph 13.09, City sha11 proceed expeditiously. In corinection with such corrective or remedia.l aciion, City may exclude Contractor from all or part of the Site, take possession of all or part Qf the Work and suspend Contractor's services related thereto, and incorporate in the Work aIl materiaIs and equipment incorpora.ted in the Work, stored at the Site or far which City has paid Contractor but which are stored elsewhere. Contractor sha11 aIlow City, City's representatives, agents, consultanis, e�nployees, and City's other contractors, access to the �ite to enable City to exercise the rights and remedies under this Paragraph. C. All cla.�ms, costs, losses, and darnages {including but not limited ta all fees and charges af engineers, archiiects, attarneys, and other professionals and all court �x other dispute resolution 2Q18 CIP YEAR 3, CONTRACT 9 CITY OF FORT WORTH City Project No. 1 Q 1472 STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Revision: M�ch 9,2020 00 �z oo - i G�NEwai cor�oiTioNs Page 52 of 63 costs) incurxed or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorparating the necessary revisions in ihe Cantract Documents with respect to the Work; and Crty shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of Ci�y's righis and remedies under this Paragraph 13.09. ARTICLE 14 — PAYMEIi�TS TO COli�TRACTOR A1�1D COlV�PLETION 14.01 Schedule of i�alue� The Schedule of Values for lu�np sum contracts established as pravided in Paragraph 2.07 will serve as the basis for progress paymen#s and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based an the num6ex af units completed. 14.02 Progress Payments A. Applfcations for Payments: 1. Contractor is responsible fnr providing a11 information as required to become a �endor of the City. 2. At least 20 days befor� the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payrnent filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting docurrientation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or ather documentatian warranting tha� City has recei�ed the materials and equipmeni free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to pro�ect City's interest therein, all of which m.ust be satisfactory to City. 4. Beginning with #he second Application for Payment, each Application shall include an affidavit of Contractor stating �liat previous progress payrnents received on acco�nt of the Work have been applied on account to discharge Contracior's legitimate abligations associated with prior Applications far Payment. 5. The amount of retainage vvith respect to progress payments will be as stipulated in the Contract Documents. 2018 CIP YEAR 3, CONTRACT 9 City Project No. 101472 CITY Of FORT WORTH STAN[�/�RD CONSTRUCT[ON SPECIPICATION DOCUMENTS Aevisfon: March9,202Q oo72ao-� GENERAL CONDlTIONS Page 53 of 63 B. Revievv ofApplications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recornmendation of payment or return the Application to ContractQr indicatin� reasons for refusing payment. In the latter case, Contractor may make �the necessary corrections and resub�nit the Application. 2. City's processing of ar�y payment requested in an Application for Payment will be based on City's observations of the execuied Work, and on City's review of the Application for Payment and the accompanying data and schedules, that to the best of City's kriowlec�ge: a. the Work has progressed to the point inclicated; b. the quality af the Work is generally in accordance with the Contract Documents (subject to an evaluation �f the Work as a functioning whole prior to or upon Fina1 Acceptance, the results of any subsequent tesis called for in the Contract Docurnents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment wi11 not thereby be deemed ta have represented that: a. inspections made to check the quality or the quantity of the Work as it has been pexformed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifica�ly assigr�ed to City in the Con�ract Documents; or b. there may not be other matters or issues between the parties that mi�ht entitle Contracior to be paid adaitionally by City or entitle City to withholc� payment to Coniractor, or c. Confractor has complied with Laws and Regu�ations applicable to Contractor's performance of the Work. 4. City may refiise to process the whole or any part of any payment because of subs�quentty discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work i� defective, or the corr�pleted Work has been damaged by the Contractor or his subcontractars, requiring correction or repiacement; b. discrepancies in quantzties contained in previous applications for payznent; c. the Contract Price has been reduced by Chaxige Orders; d. City ha� been required to correct defective Wark ar compleie Work in accordance wiih Paragraph 13.09; or 2018 CIP YEAR 3, CONTIZACT 9 CITY OF FQRT WORTH City Project No. 101472 S1'ANI]ARD CONSTRUCTIOAI SPECIFICATION DOCUiv[EN'I'S Re�ision: M�9, 20Z0 007200- l GENERAL CONDITIqNS Page 54 of 63 e. City has actual knowledge of the occurrence of any o�' the events enumerated in Paragraph 15.02.A. C. Retainage: 1. Forr contracts less than $400,000 at the time of execution, retainage sha11 be �en perc�nt (1 fl%). 2. For contracts greater than $400,Q00 at the tinne of execution, retainage shail be fi�e percent {5%). D. Liquadated Damages. For each caiendar day that any work shail remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages s►xffered by the City. E. Payment.• Contractor will be paid pursuant to the requirernents of this Article 14 and payment will become due in accordance with the Cantraci Documents. F. Reduction in Payment: 1. City may refuse to make payment o�the amount requested because: a. Liens have been f led in connection with tlze Work, except where Contractor has delivexed a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a tl�rough 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the arriount so withheld. City shall pay Contractor the amount sa withhelc�, or any adjushnent thereto agreed to by Ci�y and Contractor, when Contractor remedies the reasons for such action. 14.03 Cont�actor's Wa��anty of Title Contractor warrants and guaraniees that title to a11 Work, rnaterials, and equipment covered by any Application for Payment, whether incorporaied in the Project or not, will pass to City no later than �he time of payment free and clear of all Liens. 2018 CIP YEAR 3, CONTRACT 9 City Pro,�ect No. 101472 CITY OF FORT WORTH STAi��ARD CONSTI2UCT[ON SPEC[�iCATION DOCUMENTS Revision: March9,7.i120 007200-1 GENEftAL COiVd1TIONS Page 55 oF63 14.04 Partial Utilfzation A. Priar to Final Acceptance of all the Work, City may use or accupy any s�bstantially completed part o� the Work wk�ich has specifically been identified in the Contrac� Documents, or which City, detern�ines constitutes a separately funcfiioning and usable part af the Work that can be used by City for its intended purpose wi#hout significar�t interference with Contractor's performazice of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or oecupy any such part of th� Work which City determines to be ready for its intended use, subj ect to the foilowing conditions: 1. Contractor at any time may notify City in writing that Contractor consic�ers axzy such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.OS.A.1, City and Coni�actor sha11 make an inspection of that part of the Work tn determine its sta.tus of completion. I� City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not const�tute Final Acceptance by City. 14.05 Finallnspection A. Upon written notice �rom Contractor that the entire Wark is coz�nplete in accordance vv�th the Contract Doczunents: 1. within 10 days, City wili schedule a Final Ir�spection with Con�ractor. 2. City will notify Contractor in vvriting of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractar shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge wiIl be made against tlae Contractor between said date of no�ification of the Czty and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspectian, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.Ob Final Acceptance Upon cornpletion by Contractor to City's satisfaction, of any addztional Work identified i� the Final Inspection, City will issue to Contractor a letter of FinaI Acceptance. 2018 CIP Y�AR 3, CONTRACT 9 CITY OF FORT WORTH City Project No. 101472 STANBAKDCOAISTRUCTi0I�1 SPECIFiCAT1QN D�CIJMENTS Re�ision: Ma�h9,202D 00 �a oo - � GENERAL CONDI7IONS Page 56 0€63 14.07 Final Payment A. Applicataon for �ayment.• 1. Upon Final Acceptance, ar�d in the opinion of City, Contra.ctor may make an application for final payment fallowing the procec�ure for pragress payments in accordance with the Contxact Documents. 2. The �'inal Apptication for Payment shall be accorrapaniec�. (except as previously delivered} by: a. a11 documentation called for in the Con�ract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Cantractor believes are unsettIed; and d. a�f davits of payments and complete and legally effective releases or waivers (satisfactory to City) of a11 Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application. for Payment and accompanying documentation, requested by Contractor, less pre�ious payments made and any sum City is entitled, including but not limited to liquidated dannages, will beco�ne due and payable. 2. After all Damage Claims ha�e been resolved: a. dixectly by the Cantractor ar; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider �or r�solution. 3. The making of the final payment by th� City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed c�nd Partial Retainage Release A. If final completion o� the Work is significantly delayed, and if City sa confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contraci, �nake payrr�ent o� the balance due for that portion of the Work fully completed and accepted. if the rerrzaining balance fio be held by City far Work not fully completed or corrected is less tha� the reta.inage stipulated in Paragraph 14A2.C, and if bonds have been furnished as required in Paragraph 5.02, the written cons�nt of the surety to the payment of the balance due for #hat 2018 CIP YEAR 3, CONTRACT 9 City Project No. 1Q�472 CITY OF FORT WORTH STANDARDCONSTRUCTION SPEC[FICATION DOCUMENT,� Aevision: Mat�h 9,2020 00 72 DO - 1 GEIVERAL CONDITIpNS Page 57 of 63 portian of the Work fially completed and accepted shall be submitted by Contractor ta City with the Application for such payznent. Such payznent shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Coniract Claims. B. Partial Retaanage Release. For a Contract that provides for a separate vegetative estabIishment and maintenance, and test and perFormance periods foilor�ving the campletion of a11 other constr�tction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that a11 oth�r work is compl�ted as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensitre Contract compliance will be retained. 14.49 Waiver af Clc�irras The acceptance af finaI payment will constitute a r�lease of the City frorrz all claims or liabiliries under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City re�ated io or connected with the Contract. ARTICLE 15 — SUSPENSIOIi� OF WORK AI�TD TERNIII�IATIOlV 15.01 City May Suspend Work A. At any time arid without cause, City may suspend the Wark or an.y portion thereof by written notice to Contractor and which may fix the date on which Wark will be resumed. Contractor shall resume the Work on the da�e so fixed. During temporary suspension of the Work covered by these Contract Doczunents, �or any reason, the City wili make no extra �ayment far stand-by tiFne of construction equipment and/or construction crews. B. Should the Cantractor not be abl� to complete a portion. of the Project due to causes beyond the control of and without the fault or negligence of the Cvntractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable per�od of time, Contractor may request an extension in Contract Time, directly aftributable to any such suspension. C. If it should becflme necessary to suspend the Work %r an inc�efinite period, the Contractor shall store all maferials in such a manner that th�y wiil not obstruct or impede the pubiic unnecessarily nor beco�ne damaged in any wa�, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable dra.inage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equiprr�ent to the job when it is deiermined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction pro�ect far the Ci�ty. 2018 CIP YEAR 3, CONTRAC'F 9 CITY OI� FORT WORTH City Project No. i01472 STAI�lDARDCOIV3TRUC'FION SPECIFICATION DOCElMENTS Revisian: M�9,2Q20 ao7zao-� GENERAL CONDITIONS Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one ar mare of the �ollowing events by way of example, b�t noi of lirnitation, rnay justify termination for cause: 1. Cantractar's persistent failure to perform the Work in accordance with the Cantract Documents {including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failuxe to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to iime pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enierprise Ordinance #20020-12-2011 established under Paragraph 6A6.D); 2. Coniractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractar's repeated disregard of the autharity of City; or 4. Contractor's violation in any substantial way of any pxovisions of the Contract Documents; or 5. Contractor's failure to promptly make gaod any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or b. Substantial indication that the Contractor has made an unauthnrized assignment o� the Contract or any funds due therefrom for the bene�t of any creditor ar for any other purpose; or 7. Substantial evidence that the Contractor has becom�e insolvent or bankrupt, or otherwise financially unable to carry on �he Work satisfactorily; or 8. Contractor commences legal action in a caurt of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City wili provide written notice to Con�ractar and Surety to arrange a conference with Contractor and �urety to address Contractor's failure to perforn; �he Work. Conference snall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree ta allow the Contractor to proceed to perfortn the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally ter�minate the Contractor's right to complete the Coniract. Contrac�or de�ault shall not be declared earlier than 20 days after the Contractor and Surety have rec�ived notice af conference to address Contractor's faiiure ta perform the Work. 2. If Contractor's services are terminated, Surety sha11 be obligated io take over and perfortn the Woxk. If Sureiy does not commence performance tk�ereof within 15 consecuti�e calendar days after date of an addi�ional written notice demanding Surety's �erformance of its CITY OF FORT WORTH 3TANDARD CONSTRUCTION SPECIrICATION DOCUMENTS Revision: Mardt9,20Z0 2018 GIP YEAR 3, CONTRACT 9 City Praject No. 101472 007200-1 GENERAL CON�ITI�NS Page 59 of 63 obligatians, then City, without process ar action at law, rr�ay ta.ke ov�r any portion o� the Wark and com�plete it as described below. a. If City completes the Work, City may exclude Contractar and Surety frarn the site and take possession af #he Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractar or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Wark, Contractor shall not be entitled to receive any further payrnent until the Woxk is finished. If the unpaid �alance of the Contract Price exceeds a.11 claims, casts, losses and damages sustained by City arising ou� of or resulting fronr� completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such zanpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by Cify wilZ be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor azzy of its respective consulta.nts, agents, officers, directors or employees sha11 be in any way liable or accountab�e to Contractor or �urety for the method by which the compleiion of the said Work, ar any portion thereof, may be accomplished or for t�ie price paid therefor. City, n�twithstanding the method used in completing the Contract, shall nof forfeit the right ta recover damages from Contractor or Surety for Contractar's fail�e to timely complete the entire Contra.ct. Contractor shall not be entitled to any claim on acco�ant of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's respansibilities as provided for in th� bond requirements of the Contract Documents or any specia] guarantees provided for under the Contract Documents or any other obligatians otherwise prescribea by law. C. Noi�vithstanding Paragraphs 15.02.B, Contractor's services will not be terminate� if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no mare than 30 days oi receipt of said notice. D. Where Contractor's services have been so tern�inated by City, the termination will not affect any rights ar remedies of City agains# Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City wil� not release Contractor fram liability. E. If and io the extent that Cantracior has pravided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of t�is Articie. 2018 CIP YEAR 3, CONTRACT 9 Cl'ry OF FORT wo�tT�-t City Project No. 101472 STANDARD CONS"IRIJCTION SPECIFICAT[ON DOCUMENTS Revision: Ma[rdi9,2{120 oo7aoo-i GENERAL CONDI710NS Page 6D of63 l. 5.03 City May Terminate For Convenience A. City may, without caus� and without prejudice to any other right ar remedy of City, ternunate the Contract. Any termination sha11 be effected by maifing a notice of the termination to the Contractor specifying the ex#ent to which performance of Work under the contract is terrninated, and the date upon wk�ich such termination becomes ei�ective. Receipt of the notice shail be deemed conclusively presumed anc� established rlvhen the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit sha11 be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor sha11: 1. Stop work under the Contract on th� date and to the extent specified in the notice of termination; 2. place no furkher orders or subcontracts for rr�aterials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3, terminate all orders and subcontracts to the extent that tney relaie to the performarxce of the Work terminated by notice of terminatian; 4. transfer title to the City and deliver in the manner, at the times, and to ihe extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and ather material produced as a part of, or acquired in connection vsrith the perfozmance of, the Work terrriinated by the notice of the te:r�mination; and b. the corrxpleted, or partially completed plans, drawings, information and other property which, if the Con.tract had been completed, would have b�en required ta be furnished to the City. 5. complete performance of such Work as shaIl not have been terminated by the notice of termination; and 6, take such action as may be necessary, or as the City may direct, for the protection and preservation af the groperty related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time nat later ihan 30 c�ays after the termir�ation date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity ax�d quality, of any or aIl items of texmina�ion inveniozy not previously disposed of, exciusive of items ihe disposition of which has been directed or authorized by City. CITY OF FORT WO[iTH STANDARD CONSTRUCTION SP�CIFTCAT[ON DOCUMENTS Revision: M�9,202D 2018 CIP YEAR 3, CONTRACT 9 City Project No. 101472 D07200-1 GENERAL COf��ITIONS Page 6l of 63 D. Not later than 15 days fihereafter, the City shalI accept titIe to such item� provided, that the list sizbmitted shall be subject to �erif cation by the City upon remaval of the items or, if the items are stored, within 45 days from the date of submission of the �ist, and any necessary adjustments to correct the list as submitted, sha11 be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and ali such claims shall be conclusively deemed waived. F. In such case, Contractor sha11 be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of terminatian, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in perforniing services and �urnishing Iabor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3, reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractar and City to agree upon the whole amouni to be paid to the Contractor by reason of the ternnination of the Work, the City shall determine, on the basis of informatian available to it, the amount, if any, due to the Contractor by rea�on of the termination and shall pay to the Coz�tractor the arnounts determined. Contractor sha1l not be paid on account of loss of anticipated profits or re�enue or other econornic loss arising out of or resulting frorn such terminatzon. ARTICLE 16 — DISPUTE RESOLUTIOli� 16.01 �Yfethods and Pr�ocedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes f na1 and binding. The request for mediation shaIl be submitted to the other party to the Contract. Timeiy submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mecliation process in good faith. The process shall be cammenced within 60 days of filing o�the rec�uest. C. If the Con#ract Ciainn is not resolved by mediation, City's aciion under Paragraph 10.a6.0 or a denial pursuant to Paragraphs 10.p6.C.3 or 10.06.D shall become final and binding 30 days after termination af the mediation unless, within that time period, Cify or Contractor: 2018 CIP YEAR 3, CONTRACT 9 CITX oF �'o►t7' wox�� City Project No. I O1472 3TAI�FDARD COI�iSTRUCTION SPEiCIFICATION DOCUMENTS Re�ision: M�9,2020 oonoo-� GENEC�AI. CONDITIONS 1'age 62 of 63 1. elects in writing to invake a�zy ather dispuie resolution process provided for in the Supplementaxy Conditions; or 2. agrees with the other party to submit the Contract Clairn ta another dispute resolution process; or 3. gives written notice to the oth�r party of ihe intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17 — li�IISCELLAI�EOU� 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deerned to have been validly given if: 1. deli�ered in person to the individual or to a member of the firna or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business addxess known to the giver of the notice. B. Business address changes must be pxomptly made in wri�ing to the ather party. C. Whenever the Contract Dacu�nents specifi�s gi�ing notice by electronic means such elecironic notice shall be deemed sufficient upon conf rn�aiian of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the lasi day of any such period falls on a Saturday or Sunday ar on a day macie a legal holiday the next Work�ng Day shall become the la�t day of the period. 17.03 Cumulatave Remedies The duties and obligations imposed by these Gen�ral Conditions and the righis and remedies available hereut�der to the parties hereto are in addition to, and are not to be construed in any way as a lirnitation of, any rights and remedies available to any or all of them which are ofherwise im.posed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeateci specifically in the Contract Documents in connection with each particular duty, obligation, right, and rernedy to which they apply. CiTY OF FORT WORTI-i STANDARD CONSTRUCTIQN SPECIFICATION DOCUMENTS Revision: Marcli9,2{}20 201$ CIP YEAR 3, CONTRACT 9 City Project No. 101472 00 72 00 - 1 GENEftAL CON�I710NS Page 63 of 63 � 7.04 Survival of Obligatians AIl representations, indemnifications, warranties, and guarantees made in, required by, or given in accardance with the Contract Documents, as we11 as all continuing obligations indicated in the Contract Documents, will survive f nal payment, completion, and acceptance af the Wark or iermination or completion oithe Contract or tern�ination of the service� of Cnntractor. i 7.05 Headings Article and paragraph headings are inserted for convenience oniy and do not constitute parts of these General Conditions. 2018 CIP YEAR 3, CONTRACT 9 CiTYOF FOAT WORT�i City Praject No. 1O1472 STANDAAD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Revision: Ma[rh9,2{120 oa �s oa SUPi'LEMIiNTARY CONDITIONS Page 1 of 7 sECTiorr ao �3 ao SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other pro�isions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified ar supplemenied remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the Genera] Conditians have the meaning assigned to them in the Generai Conditions, unless specifically noted herein. Modificativns and Supp[ements The following are instructions that modify or supplement specific paragrapl�s in the General Conditions and other Contract Documents. SC-3.435.�, "Resolving Discrepancies" Plans go�ern over 5pecifica#ions. SC-4.01 A Easement lamits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions, Contractor shali compare them to the lines shown on the Contract Drawings. SC-4.01A.1., "Availability of I.ands" The following is a list of known outstanding right-of-way, andlor easements to be acquired, if any as of Outstanding Right-Of-Way, and/or Easements to Be Acquired PARCEI. OWNER TARGET DAT� NUMBER OF POSSESSION None The Contractor understands and agrees that the c�ates listed above are estimates only, are not guaranteed, and do not bind the City. If Cantractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shail within five (5) Business Days and before proceeding with t3�e Wark, notify City in writing associated with ths differing easement line Iocations. CITY OF FORT WORTH 201 S BOI+�I] YEAR 3, CONTRACT 9 STANDARD CONSTRUCTION SPECIPJCATIOI�I DOCUMENTS City Projectrlo. 101472 Revised March 9, 2020 00 73 OD SUPPLEMENTARY CONllITIDNS Pagc 2 of 7 SC-4.01A.2, f°Availability of Lands" Utilities or obstructions to be remo�ed, adjusted, and/or relocated T�e following is list of utilities ancf/or obstructions that have noY been removed, adjusted, and/or relocated as of EXPECTED UTILITY AND LOCATION OWNER Norte TARGET DATE OF ADJUSTMENT The Contractor understands and agrees that tne dates listed above are estimates only, are not guaranTeed, and do not bind the City. SC-4.02A., "Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: A Core Report Report No. 1Q1472-2.1, dated 07/29/2020, prepared by Capital Delivery Davision/5oi1 Lab. The following are drawings of physical conditions in or relating to existing surface and subsurface structures {except Underground Facilities) which are at ar contiguous to the site of the Work: None SC-4.06A., ��Hazardous Enviranmental CondiEions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: None SC-5.03A., "Certiticates of Insurance" The entities listed belaw are "additional insureds as their interest may appear" including their respective officers, directors, agents anc! employees. (�) ��� (2) Cansultant: BGE, Inc. (3) Qther: None SC-5.04A., ��Contractor's Insurance" The limits of liability for the insurance required by Paragaph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A. Workers' Compensation, under Paragraph GG5.04A. Slatudury It,rrita Employer`s liability $100,000 each accident/occurrence $100,000 Disease - each employee $500,000 Disease - policy limit CITY O� FORT WORTH 2O18 BQND YEAK 3, CONTRACT 9 STANDARD CONST[tUCTION SPEC[FiCATION DOCUMEN"CS City ProjecY No. I01472 Revised March 9, 202D (l0 73 DO SUPPLEMEIVTARY CO3+IDITIONS Page 3 of 7 SC-5.0�48., "Contractor's Insurance" 5.04B. Commercial General Liability, under Paragraph GG5.04B. Contractor's Liability Insurance under Paragraph GC-S.O�B., which shall be on a per project basis covering the Contractor with minimum limits of: $I.UOO,OOU �RCjd ��'�i[F'�'C7dCB �3.�0(1,UOU aggregaieTimit The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each joh site. The Commercial General Liability Insurance palicies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certifcate of Insurance. SC 5.04C., °fContractor's I�surance" 5.04C. Automobile Liability, under Paragraph GC-SA4C. Con#ractor's Liability Insurance under Paragraph GG5.04C., which shall be in an amount not less ihan the following amounts: (1} Automobile Liability - a commercial business palicy shall provide coverage on "Any Auto", defined as autos ownec�, hired and non-awned. ,�/,Qn�,R00 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: .�2so. non Bodily lnjun ner persorr ' $500, 000 Bodily Irrjury pe� �rcrsd�n� ' � 1 D0, 000 Property Damagr SC-5.04D., "Contractor's Insnrance" The Contractor's construction activities will require its empioyees, agents, subcontractors, equiprrient, and material deliveries to cross railroad properties and tracks None The Contractor shail conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railraad properties may require that Contractor to execute a"Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to axecute the right-of-entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construetion access roads crassing said railroad company's properties. The Contractual Liability ca�erage required by Paragraph 5.04D of the Generai Conditions shall pro�ide coverage for not less than the fallowing amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: (l) Genera3 Aggregate: {2) Each Occurrence: _ Required. for this ��ontract CITY OF FORT WORTH STANDARD CO3�ISTRUCTIQN SPECIFICATION DOCiiMENTS Rcvised March 9, 2020 X Ivor required�or ahr,s• Cantruct 2018 B03�FD YEAR 3, cotvTx,ac'r 9 Cify Project No. 101472 00 73 00 SUPPL�MENTARY CONDI'fIONS Page 4 of 7 With respect to the above outlined insurance requirements, the following sha11 gavern: 1. Where a single railroad company is involved, the Contractor shalI provide one insurance policy in the name of ihe railroad campany. However, if more than one grade separation or at-grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad comgany, separate coverage may be rec�uired, each in the amount statec! abo�e. 2. Where mare than one railroad company is operating on the same right-of-way or where several railroad companies are in�olved and operated on their own separate rights-of-way, t3�e Contractor may be required to pro�ide separate insurance po�icies in the name of each 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 lacation entirely separate from the grade separation or at- grade crossing, insurance coverage for this work must be included in tl�e policy covering the grade separation. 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- way, all such other work may be covered in a single po�icy for that railroad, even though the work may be at two or more separate locations. No work or activities on a railroad company's property #o be performed by t1�e Contractor shall be commenced until the Coniractor has furnished the City with an origanal policy or policies of the insurance for each railroad company named, as required above. A21 such insurance m�st be approved by tlze City and each affected Railroad Company priar io the Contractor's beginning work. The insurance specifed abo�e must be carried unti� all Work to be performed on the ratlroad right-of-way has been complated and the grade crossing, if any, is no Ionger used by the Contractor. In addition, insurance must be carried during all rnaintenance and/or repair work perfoxmed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. SC-6.04., "Project Schedule" Project schedule shal] be tier 3 far the project. SC-6.07., ��Wage Rates" The following is the prevailing wage rate tabEe(s) applicable to this project and is provided in the Appendixes: 2QI3 Prevailing Wage Rates {Heavy and Highway Consiruction Projects) A copy of the table is atso available by accessing ihe City's website at: ht�ps JI an qs.for#worthtexas. gov/Pro' ec�Resou rces/ You can access the fiie by following the directory path: 02-Construction Documents/Specifica�ions/Div00 — Genera� Conditions SC-6.09., "Permits and UEilities" SC-6.Q9A., "Contractor obtained permits and licenses" The follnwing are known permits and/or licenses required by the Contract to be acquired by the Contractor: 1 SWPPA — NOI and NOT 2 Right of Way Permit CITY OF FORT WORTH 20 [ 8$OND YEAR 3, CO[YTRACT 9 STANDARD CONSTRiJCTIOAI SP[:CIFICATION DOCiJMENTS City Project No. 101472 Revised Mazch 9, 2020 00 �� o0 SUPPLEMENTARY CdNI]I`�'ION3 Page 5 of 7 SC-6.U9B. "City obtained permits and licenses" The following are lcnown permits and/ar licenses required by the Contract to be acquired by the City: Nane SC-6.09C. "Outstanding permits and licenses" The following is a list of known outstanding permits and/or licenses to be acquired, if any as of �utstanding Permits and/or I.icenses Eo Be Acquired OWNER PERMET OR LICENSE AND LOCATiON �Eone SC-6.24B., "Title VI, Civil Rights Act of 1964 as amended" TARGET DATE OF FOSS�SSION During the performance of this Contract, the Contractor, for itself, its assignees and successors in interest {hereinafter referred to as the "Contractor") agrees as follows: 1. Compliance with Regulations: The Contractor shall comply with the Regulation relative to nondiscrimination in Federally-assisted programs of the Deparhnent of Transportatian (her�inat�er, "DOT") Title 49, Code of Federaf Regulations, Fart 2l, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. 1liondiscrimination: The Contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, or national origin, in the selection and retention of subcontractors, including procurements of rnaterials and leases of equipment. The Contractor shall not participate either directly or indirectly in the discri�nination prohibited by 49 CFR, section 21.5 of the Regulations, including employmant practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitafions for Subcontractors, Including Procurements of Materials and Equipment: In all solicitaiions either by competitive bidding or negotiation made by the contrac#or for work to be performed under a subcontract, including procur�ments of materials or leases of equipment, each potential subcor�tactar or supplier shall be notif ed by the Contractor of the Coatractor's obligatians under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. 4, Information and Reports: The Contractor shail provide all infarmation and reports required by the Regulations or directives issued pursuant thereto, and shall perrnit access to its books, records, accounts, other sources of information and its facilities as may be determined by City or the Texas Department of Transportation to be pertinent to ascertain compliance with such Regulations, orders atad instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information the cantractor shall so certify to the City, or the Texas Department af Transportation, as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncv�npliance: In the event ofthe Contractor's noncompliar�ce with the nondiscrimination provisions of this Contract, City shali impose s�zch contract sanctions as it or the Texas Department of Transportation may determine to be appropriate, including, but not limited to: C[TY OF PORT WORTH 201$ BOND YHAR 3, CONTRACT 9 STANDA1tD CONSTRLICTION SPECI�ICATION DOCUMENTS Cily Project No. ]O1472 Revised March 9, 2020 00 73 00 S[JPPLEMENTARY CONDI"I'fONS Page 6 of 7 a. b. withholding of payments to the Contractor under the Contract until the Contractar complies, and/or cancellation, termination or suspension of the Contract, in who�e or in part. 6. Incorporation of Frovisions: The Contractor sha�l include the provisions of paragraphs (1) through {6) in e�ery subcontract, including pracurements of materials and ieases of equipment, unless exempt by the Regulations, ar directives issued pursuant thereto. The Contractor shall take such action with respect to any subcontract or procurement as City or the Texas Department of Transpartation may direct as a means of enforcing such provisions including sanctions for non-compiiance: Provided, howaver, that, in the eveni a contractor becomes involved in, or is threatened with, litigation with a suY�contractor or supplier as a result oFsuch direction, the contractor may request City to enter inta such litigation to protect the interests of City, and, in addition, the contractor may request the United Statas to enter into such Iitigation #o protect the interests of the United States. Additional Title VI requirements can be found in the Appendix. SG7.02., f°Coordination" The individuals or entities listed below have contracts with the City for the performance of other wark at the Site: Vend None of Work SC-S.fll, �°Communications to Contr�ctar" Coordination At least two (2) weeks prior to construction the contractor shall coordinate water line isolations and shut down date and time with the City of Fort Worth, Roger Hauser, Assistant Water Systems Superintendent, (8 i 7) 925-2360. Contractor Shall notify Property Owner at least 48 hours before removing any fencing. SC-9.01., "City's Project Manager" The City's Project Manager far this Contract is Gregory Robbins, PE, or his/her successor pursuant to written noti�cation from the Director af Transportation and Pubiic Works bepartment. SG13.03C., �°Tests and Inspections" None SC-16.01C.1, L6Methods and Procedures" No�e END OF SECTION CI'PY OF FORT WORTH 20 [ S BOND YEAR 3, CON'1'RACT 9 STANDARI7 CONSTRUCTION SPECIF[CAT[ON DOCUME�lTS Ciry Project No. I O1472 Revised March 9, 202Q 00 73 00 SUPPLGMENTARY CONDITIOi�IS Page 7 of 7 CITY OF FORT WOItTH 2O18 SbNO YEAR 3, CONTRACT 4 STANDARI3 CONSTRUCTION SPECIFICATION k]OCUMEN"f5 City Project Na. 101472 Aevised March 9, 202D at i� ao-i SUMMARY OF WORK Page 1 of 3 SECTION Ol li 00 SUMMAAY OF WORK PART 1 - GENERAL 1.1 SUMMARY A. Seciion Includes: 1. Summary of Work to be perforrned in accordance wiih the Contract Documents B. Deviations from ihis City of Fort Worth Standard Specificationl 1. None. C. Related Specification Sections include, but are not necessarily Iimited to: 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1- General Requixements 1.2 PRICE AND PAYMENT PROCEDURES A. Measuremeni and Payment 1. Work associated with this Item is considereci subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Covered by Contract Documents 1. Wark is to inciude furnishing ail labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 1. Any and all Work specifically gove�ned by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Doc�unents in whic� no specific item for hid has been pror�ided for in the Proposal and the item is not a typical unit bid item incl�aded on the standard bid item list, then the item shall be cor�sidered as a subsidiary itezn of Work, the cost of which slaall be included zn the price bid in ihe Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility far protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the pub�ic streets and alleys, ar other public places or other rights-of-way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be speci�cally authorized in writing by the Ciiy. a. A reasanable amount of tools, materials, and equipment far construction purposes may be stored in such space, but no rnore than is necessary to avoid deiay in the constructfon operations. C1TY OF FORT WORTH 2O18 BOND YEAR 3, COIVTRACT R STAi�lDARD COTISTRUCTION SPr'CIFICATTQN DOCl1MENTs C17'Y PRQJECT NO. ]O1472 Revised Decembcr 20, 2012 oi i3 ao-z SUMMARX DF WORK Yage 1 oi3 Excavated and waste materia�s shall be stored in such a way as not to interfere with the use of spaces that may be designated to 6e Ieft free and unobstr�cied and so as not to inconvenience occupants of adjacent property. If the street is occupied by railroad tracks, the Wark shall be carried on in sUch manner as not to interfere with the operation of the railroad. 1) All Work shall be in accardance with railroad requirements set fort�a in Divisian 0 as well as t�e railroad permit. D. Work within Easements 1. Do not enter upon private praperty for any purpose without having previously obtained permission from the owner of such property. 2. Do not store equiprnent ar material on private property unless and until the specifed approval of ihe property owner has bee� secured in writing by the Contractoz and a copy furnished to the City. 3. Unless specafically provided atherwise, clear al] rights-of-way or easements of obstructians which must be remaved to make possible praper prosecution of the Work as a part of the project construction operations. 4. Preserve and use every precaution to prevent damage to, all trees, shrubbary, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to a11 water, sewer, and gas lines, to al1 conduits, overhead pole lines, or appurtenances thereof, includin� the construction of ternporary fences and ta all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants af the public or private lands of interest in lands which might be affected by the Wark. a. Such notice shaII be made at least 4$ hours in advance of the beginning of the Work. b. Notices shal] be applicable to both public and private utility campanies and any corporation, company, individuaI, or other, either as owners or occupants, whose land or interest in land might be affected by the Wark. c. Be responsible for all damage or injury to propet'ty af any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution ofthe Work, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the ariginal or a better than original cor�dition. b. Erect temporary fencing in place of the fencing remo�ed whenever the WQrk is not in progress and when t�e site is vacated overnight, and/ar at a1I times to pro�ide site security. c. The cost for aIl fence work within easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifcally provided in the proposaI. CITY OP FORT WORTH 2Oi8 BOND YEAR 3, CONTRAC'I' 9 STATIDARD CONSTRI]CTION SPEC[1��ICATI01� DOCUMENTS L'ITY PROJECT NO. ] 0l472 Izevised December 20, 20 [2 01 11 �0 - 3 �UMMARY O� WORK Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INRORMATIONAL SUBMITTALS [NOT USED] L7 CLOSEOUT SUSMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED} 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 PIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USEDj PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END O� SECTION DATE I NAME Revision Log SUMMARY OF CHANGE C1TY flF FORT WORTH 2� l8 BOND YEAR 3, CO1�I'['RACT 9 5'CANDARD CONSTRUCTION SPECI�ICATION �flCUMENTS C[TY PRO]ECT NO. ] 01472 Reviscci December 20, 2P12 0 E 31 19 - [ PRI'CONSTRUC7'ION MI>ET1NG Pagc 1 of 3 SECTION OI 31 19 ARECONSTRUCTION MEETING FART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Provisions for the preconstruction meeting to be held priar to the star� of Work to clarify cons�-uction cantract adminisiration procedures B. Deviations fram this City of Port Worth Standard Specification l. None. C. Related Specification Sections include, but are not necessarily iimited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.3� PRICE AND PAYMENT PROCEDURES A. Measurement and Fayment 1. Wark associated with this ltem is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE R�QUIREMENTS A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending me�tings shaIl be quaI�fed and authorized to act on behalf of the entity each represents. 3. Meeting administered by Ciiy may be tape recorded. a. If recorded, tapes will be used to prepare minutes and reiained by City for future reference. B. Preconstructian Meeting 1. A preconstruction meeting will be held within l4 days after the execution of the Agreement and before Work is started. a. The meeting will be scheduled and adminisiered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circuIated at the beginning of the meeting. 3. Attendance shall include: a. Project Representative b. Contractor's projact manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Coniractor may desire to invite or the City may request CITY �F FORT WORT'�I 2018 BOND YEAR 3, C�NTRACT 9 STANDAT2D CONSTRUCTION SPECIFICATION �OCUMENT9 CE7'Y PROJECT No. t01472 Revised August i 7, 2012 O1 31 19 - 2 PRECONS"1'RUCTION M�I;TING Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Construction Schedule a. Frepare baseline construction schedule in accordance with Section O1 32 16 and provide at Preconstruction Meeting. b. City wi11 notify Contractor of any scheduie changes ugon Notice of Preconstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, uiility clearances, easements or other pertinent permits d. Contractor's work plan and schedu]e e. Cqntract Time f. Notice to Proceed g. Consiruction Staking h. Progress Payments i. Extra Work and Change Order Procedures j_ Field Orders k. Disposal Site Letter for Waste Material l. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation af Pre-Construction Conditions q. Weekend Worlc Natification r. Legal Holidays s. Trench 5afety Plans t. Confned Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Starm Water Pollution Prevention Plan w. Coordination with other Contractors x. Ear2y Warning System y. Contractar Evaluation z. Special Conditions applicable to the project aa. Damages CIaims bb. Submittal Procedures cc. Substitutian Proc�dures dd. Correspondence Routi�ng ee. Record Drawings ff. Temporary construction facilities gg. M/WBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment jj. Questions or Comments CITY O� �'ORT WORTH 2O18 E30ND YEAR 3, COIVTRACT 9 STANBAR7� CONSTRUCTION SPECIFICAI'101! DdCUMENTS CITX PROd�:CT iYo. 161a72 Revised August 17, 20[2 013i 19-3 PItECONSTRUCTION MEETING Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT US�D] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTAL� [NOT USED] 19 QUALITY ASSURANCE [NOT i1SED� 110 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 112 WARRANTY [NOT USED] PART � - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED� END OF SECTION Revision I.og DATE NAME SUMMARY OF CHANGE CITY OF �'ORT WORTH 2O18 BOND YEAR 3, COtVTRACT 9 S'I'AN�AAD CONSTRUCTIpN SP�CIFCCATION DdCUMENTB CITY PKOJECT No. 101472 Revised August ! 7, 2012 013120-1 YKOJGCT MEETiIVGS Page 1 of3 SECTION 013120 PR07ECT MEETINGS PART 1 - GENERAL 1.1 SUMMARY A. Section lncludes: 1. Provisions for project meetings throughout the construct�on period to enableorderly review of the progress of the Work and to provide for systematic discussion of potential problems B. Deviations this City of Fort Worth �tandard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l. Wark associated with this Item is cansiderec! subsidiary io the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUII2EMENTS A. Coordination 1. Schedule, attend and administer as specified, periodic }�rogress meetings, and specially called meetings throughout progress of the Work. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and autharized to act on behalf of the entity each represents. 3. Meetings adininistered by City may be tape recorded. a. [f recordeci, tapes will be used to prepare minutes and retained by City for future reference. 4. Meetings, in addition to those specified in this Section, may be held when requested by the City, Engineer or Contractor. B. Pre-Construction Neighbarhood Meeting 1. After the execution of ihe Agreement, but before construction is allowed to begin, aitend 1 Pubiic Meeting with affected resicfents to: a. Present projected schedule, including construction start date b. Answ�r any construction related questions 2. Meeting Location a. Locatfon of ineeting to be det�rmined by the City. 3. Attendees CITY OF FORT WOKTFI 2018 BOND YEAIi 3, COIVTRACT 9 STAI�CDARD COAISTRUCTION SPECIFICAT[ON DOCiJMENTS CITY PROJECT i�io. 101472 Revised July 1, 20l 1 013120-2 PROJIiC"i' MEETINGS Yage 2 of 3 a. Contractor b. Project Representaiive c. Other City representatives 4. Meeting Schedule a. In �eneral, the neighborhood meeting wil] occur within the 2 weeks following the pre-construction conference. b. In no case will construction be allowed to begin uniil this meeting is held. C. Progress Meetings 1. Formal project coardination meetings wi11 be held periodically. Meetings will be scheduled and administered by Project Aepresentative. 2. Additional progress meetings to discuss speci�c topics will be conductad on an as- needed basis. SUch additional meetings shall inclucie, but not be ]imitedta: a. Coordinaiing shutdowns b. Installation of �iping and equipment c. Coordination betwe�n other construction projects d. Resolution of canstruction issues e. Equipment approval 3. The Project Representative will preside at progress meetings, prepare the notes of the meeting and distribute copies ofthe same tn all particip�nts who so request by fully completing the attendance form to be circulated at the beginning of each �neeting. 4. Attendance shall include: a. Contractor's project mar�ager b. Contractor's superintendent c. Any subcontractor or supplier representatives whom the Contractor may desire to invite or #he Crty may request d. Engineer's representatives a. City's representatives f. Others, as requested by the Project Representati�e 5. Preliminary Agenda znay include: a. Review of Work progress since previous meeting b. Field observations, problems, conflicts c. Items which impede construction schedule d. Review of off-site fabrication, delivery schedules e. Review of construction interfacing and sequencing requirements with other construction contracis f. Corrective measures and procedures to regain projected schedule g. Ra�isions to construction schedule h. Progress, schedule, during succeeding Wark peziod i. Coardination of schedules j. Review submittal sch�dules k. Maintenance of quality standards 1. Pending changes anc! s�bstitutions m. Review proposed changes for: f) Effect on construction schedule and on campletion date 2} Effect on other contracts of the Project n. Review Record Documents o. Review manthfy pay request CITY O�' FORT WOTi1'H 20?8 BON[] YEAR 3, CONTRACT 9 STANDAIZD CONS'IRUCTION SPECIFICA'fION DOCUMENTS CITY PROJECT No. ]01472 Aeviscd 7uly 1, 2011 o� 3t zo-� PROJECT MEETINGS Page 3 of 3 p. Review status of Requests for Information 6. Meeting Schedule a. Progress meetings will be held periodically as determined by the Project Representative. 1) Additional meetings may he held at the request ofthe: a) City b} Engineer c) Contractor 7. Meeting Location a. "The City will establish a meeting location. 1) To the extent practicable, meetings will be held at the Site. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUSMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] l.11. FIELD [SITE] CONDITIONS [NOT USED] �.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT U�ED] PART 3 - EXECUTION [NOT USED] END O� SECTION CITY OF FORT WORTFI 2018 SOND YEAR 3, CONTRAGT 9 STANDARD CONSTRUCTION SPECTFICA'FION DOCUMENTS C[i'Y PRp]ECT No. 101472 Rcvised July 1, 2011 013233-1 PRECONSTRUCTI�N V[DEO Page i of 2 ��CTYON 0132 33 PAECONSTRUCTION VIDEO PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural req�airements for: a. Precor�struction Videos B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Divisian 0— Bidding Requirements, Gantract Forms ar�d Condit�ons of the Contract 2. Division 1— General Requirements 1.� PRICE AND PAYMENT PR�CEDURES A. Measurement and Payment 1. Work associated with this Ttein is considered subsidiary to the various items bid. No separate payment will be allowed far this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRA.TIVE REQUIREMENTS A. Pr�construction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INRORMATIONAL SUSMITTALS �NOT USED] 1.'� CL05EOUT SUBMITTALS [NOT USED] 1.S MAINTENANCE MATERIAL SUBMITTALS [NOT USED] �.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE� CONDITIONS �NOT USED] 1.12 WARRANTY [NOT USED] PART �, - PRODUCTS [NOT [15ED] CITY OF FORT WOIZTH 201$ BOND YEAR 3, CONTRACT 9 STANDARD CONS"FRUCTION SPECIPICATION DOCUMCI�lTS CITY PROJECT No. ]0 i472 Revised 7uly 1, 2011 013233-2 PRECOI�ISTRUC"FION VID�O Page 2 oF2 PART 3- EXECLITION fNOT USED] END OF SECTION CITY OF ['ORT WORTH 2O18 BOND YEAR 3, CONTRACT 9 STANDARD CONSTRUCTION SP1iCIFICATIOI�I DOCUMSNTS CITY PRpJ�CT No. 101472 Reviscd July 1, 2011 Ol 33 00 - L SUBMIT7'ALS Pagc 1 of S SECTION 0133 00 SUBMITTALS PART1- GENERAL 1.1 SiTMMARY A. Section Includes: 1. General methods and requirements of subrtaissions appiicable to the following Work-related submittals: a. Shop Drawings b. Proc�uct Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviatians frntn this City af Fort Woxth Standard Speciiication 1. None. C. Related Speci�cation Sections include, but aa'e not necessarily limited to: 1. Division 0— Biclding Requirements, Contract Forms and Condiiions of the Contract 2. Division 1— General Requirements 1.2 PAICE AND PAYMENT PROCEDURES A. M�asurement and Payment 1. Work assaciated with this Item is cons�dered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in adr�ance of performing th� related Wark or other ap�licable activities, or vvithin the time specified in the individual Work Sectians, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disappro�al and resubmittal (if required) b} Coordination with other submittals c} Testing d) Purchasing e} Fabrication � Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's fail�are to transmit submittals suffciently in advance ofthe Work. CITY OF �ORT WORTH 201 S SOND YEAR 3, CdIYTItACT 9 S�'ANDARD CONSTRUCTION SPEC[FICATION DOCUNIENTS CjTY PROJEC'I' No. 101472 Aevised Dacember 20, 2012 O13300-2 SUBMITTALS Page 2 of 8 d. Make submittals promptly in accordance with approved schedule, and in such sequence as io cause no delay in the Work or in the work of any other contractor. B. Submitta� Numbering �. When submitting shop drawings or samples, utilize a 9-character submitial cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. Far the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubtnission of the same drawing (i.e. A=2nd submissian, B=3rd submission, C-4th submission, etc.). A typical submittal nu�nber would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) OS is the eighth initial submittal under this Sgecification Section 3} B is the third submission (second res�bmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, praduct data and samples, including those by subcontractars, prior to submission to determine and varify the iallowing: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents Provide each shop drawing, sample and product data submitiea by the Contractor with a Certifcation Statement affixed including: a. The Contractor's Company name b. Signature of submiftal reviewer c. Certification Statement 1) "Sy this submittal, I hereby represent that I have cfetermined and verified field measurements, field construction criteria, rnaterials, dimensions, catalog numbers and similar data and I have ch�cked and coordinated each item with other applicable approved shop drawings." D. Submitta] Format 1. Fold shop drawings larger than 8%z inches x l 1 inches to S% inches x l linches. 2. Bind shop drawings anc! product data sheats together. 3. Order a. Caver Sheet 1} Description of Aacket 2) Contractar Certification b. List of items / Table of Contents c. Aroduct Data /Shop Drawings/Samples /Calculations E. S�bmittal Content i. The date of subrnission and the dates of any previous subrriissions C1TY OF FOR'1' WORTH 2O18 BOND YEAR 3, COAITRACT 9 S"1'A�IDARD CON51'RUCTIQN SPECI�'1CATION DOCUMEiVTS CI'fY PROIECT No. 101472 Revised Decemher 20, 2p12 O] 33Q0-3 SUBMITTALS Page 3 of 8 2. The Aroject title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with ihe Specification Section number, page and P�'a�'�p���) 6. Field dimensions, clearly identifieci as such 7. Relation to adj acent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federai 5pecification numbers 9. Identification by highlighting of de�+iations from Contract Documents 10. Identification by highlighting af revisions on resubmittals 1 l. An 8-inch x 3-inch blank space for Coniractor and City stamps F. Shop Drawings 1. As specified in indi�idual Work Sections includes, but is not necessarily limited to: a. Custom-prepared data such as fabrication and erection/installation (working} drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates fi: Special wiring diagams g. Coordination drawings h. Individual systern or equiprnent inspection and test reports including: 1} Performance curves and certitications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City's S�andard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product daia for products not included on the City's Standard Product List, submittal data tnay include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometiraes referred to as catalog data) I) Such as the manufacturer`s product speciiication and installation instructions 2) Availability of colars and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing-in diagrams and templates 5) Catalog cuts 6) Product photographs CITY OF FORT WORT73 201 S BONn YEAIt 3, COA1'I'RACT 9 STANDARD CON5TRUCTION SPECEFICATION DOCUMENTS CITY PROJECT No. 101472 Re�ised Dccember 2D, 2012 o� 33oa-a SUBMITTALS Page 4 of S 7) Standard wiring diagranns 8) Printed performance curves and operational-range diagrams 9) Production ar quality control inspeciion and Yest reports and certificatior�s ] Q) Mil] z-eports 11 } Praduct aperating and maintenance instructions and recorr�mended spare-parts listing and printed product warranties 12) As applicable ia the Work H. Sam�les 1. As specified in individ�aal Sections, include, b�t are not necessarily limited to: a. Physical examples ofthe Work such as: 1} 5ections of manufactured or fabricated Work 2) �mall cuts or containers of materials 3) Complete units of repetitively used products cotor/tex#ure/pattern swatches ana range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and urzits of Work to be used by the City for independent inspection and testing, as applicable to the Work Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication perforrned, maierials purchased or on-sfte construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Compiete project Woric, materiafs, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distributian T. Electronic Distributian a. Confirm developrr�ent of Project directory far electronic su�mittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1} Upload submittal to designated project directory and notify appropriate City representatives via err�ail of submittai posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Coniractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropr�ate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTI I 2018 BOND YEAR 3, CON`1'RACT 9 3TANllARD CONSTRUCTION SPECIH7CAT[ON bOCUMENTS CITY PROJECT No. 101472 Revised �]ecember 20, 2012 oi 33oa-s SUBMITTALS Page 5 of S a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical subrr�ittals b) 7 copies for all other submittals c) If Contractor requires �nore than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data l) Distributed to ihe City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a} Submit the number stated in the respective Specification Sections. Distribute reproductions of apgroved shop drawings and copies of appro�ed product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide nurnber of copies as directed by ihe City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure frarn the Contract requirements b. Relieving the Contractor of respansibility %r any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samp]es or product data by the City does not relieve tne Contractor frorn his/kier responsibi�ity with regard to the fuifillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for caordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If ihe shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as nat to invalve a char�ge in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. 5ubmittals will be returned to the Contractor under I of the following codes: a. Code 1 l) "NO EXCEPTIONS TAKBN° �s assigned when there are no notations or comments on the sub�nii�al. a} When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 CITY OF FORT WOR'I'H 2O18 BOND YEAR 3, CONTRACT 9 S'CATIDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PR03ECT Na. ] 01472 Reaised December 2D, 2012 OI3300-6 SlJBMITTALS Page 6 or 8 l) "EXCEPTIONS NOTED". This code is assigned when a confirmation of th� notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must �e incorporated into the fina] prod�ci. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and commients are extensive enough to require a resubmittal of the pacicage. a) The Contractor may release the equipment ar material for manufacture; however, all notations and comments must be incorporated into t�e final product_ b) This resubmitta7 is to address a11 comments, omissions and non-conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resuhmittal. d. Code 4 1) "NOT APPROV�D" is assigned when the submittal daes not meet the inient of the Coniract Documents. a) The Contractor must resubmit the en#ire package re�ised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. 5ubmittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews wil3 be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevaiting rates. 2} Provide Confractor z-eimbursement to the City within 3d Calendar Days for all such fe�s in�oiced by the City. c. Ti�e need for more than I resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Cantract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be nat complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City rr►ay at its option provide a list or mark the submittal directing the Contrac#or to the areas that are incomplete. 8. If ihe Contractor considers ar�y correction indicated on the shop drawings to constitute a change to the Contract Docu►tzents, then written notice must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture. CT"CY OF FORT WORTEI 2018 SOND Y�AR 3, CONTRACT 9 STANDARD CONSTRUCTION SPECIFICATION DOCUMCNTS CITY PROJ�CZ' No. 101472 Revised December 20, 2012 013300-7 SIJBMITTALS Page 7 of 8 9. When the shop drawings have been completed to the satisfactian of #he City, the Contractor may carry out the constructian in accordance therewith and no further changes therein except upon written instructions from the City. 10. �ach submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, inciude, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of ihe Work or when directed. M. Qualifications 1. If specifically requirad in other Sections ofthese Specifications, submit a P.E. Certification for each item required. N. Request for Information (RFJ) 1. Contractor Request for additional infortnation a. Clarification ar interpretation of the contract documents b. When the Contractor beIieves th.ere is a conflict between Contract Documents c. When the Contractor believes there is a conilict between the Drawings and 5pecifications 1) Jdentify the conflict and request clarification 2. Use the Request for Information (RFT) form provided by the City. 3. Numbering of RFI a. Prefix with "RFT" followed by series number, "-x�c", beginning with "�1" and increasing sequentially with each additional transmittal. 4. Sufficieni information sha�l be attac�ed to pe�rnit a written response without further informatian. 5. The City will log each request and witl review the reyuest. a. If review of the project information request indicates that a change to the Contract Documents is required, the City wiIl issue a Field Order or Change Order, as appropriate. �.5 SUBMITTALS [NOT USED] �.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTAL5 [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.� MAINTENANCE MATERIAL SUBMITTALS [NOT USED] ].9 QUALITY ASSURANCE [NOT USED] 1.1Q DELIVERY, STORAGE, AND HANDLYNG [NOT USED] 1.11 FIELD [SITEj CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTFi 201 S BOND YEAR 3, CON"PRACT 9 STANDARD CONSTRUCTION SP�CIFICATION DQCUMENTS CITY PROJECT No. ]01472 Revised December 20, 2D12 O13300-8 SUBMITTALS Page 8 of 8 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [N4T USED] END O� SECTION CITY OP FOR'1' WORTH 201 S BOND YHAR 3, CONTRACI' 9 S'1'AiYDARDCONSTRUCTIONSPECIFICA"1'IONDOCUM�NTS C17'YPROJECTNo. l0J472 Revisod December 20, 2012 013513-1 SPECIAL. PRO]CCT PROCEDURES Page I of 8 � SECTION Oi 35 13 SPECIAL PROJECT PROCEDURES 3 PART1- GENERAL 4 1.� SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 t9 A. Section Includes: 1. The procedures for special project circumstances that includes, but is noC limited to: a. Coordination with the Texas Department of Transportation b. Work near High Voltage Lines c. Confined Space Entry Program d. Air Pollution Watch Days e. Use of Expiosives, Drop Weight, Etc. £ Water Department Natification g. Public Nntification Prior to Beginning ConstrUction h. Coordination t�vith United States Army Corps of Engineers i. Coordination within Railraad pennits areas j, Dust Control k. Employee Parking B. Deviations from this City of Fart Worth 5tandard Specification 1. None. 20 C. Re(ated Specificaiion Sections ir�elude, but are not necessarily limited to: 2i 1_ Division 0— Bidc�ing Requirements, Contract Forms and Conditions of the Contract 22 2. Division 1— General Requirements 23 3. 5ection 33 12 25 — Connection to Existing Water Mains 24 1.� PRICE AND PAYMEl�TT PROCEDURES zs 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. Measurem�nt and Payment 1. Coordination within Railroad permit areas a. Measurement 1} Measurement for �his Iterzi will be by iump sum. b. Payment 1) The work perfarmed and materials furnished in accordance with this Item will be paid for at the lump sum price bid far Railroad Coordination. a The price bid shall include: 1) Mobilization 2) Inspection 3) Safety training 4) AdditionalInsurance 5) Insurance Certificates 6) Other requirements associated with general coardination with Railroad, including additional employees required to protect the right-of-way and property of ihe Railroad from damage arising out af and/or from the construction of the Project. 2. Railroad Flagmen CITY OF FORT WORTH STAAIDARD CONSTRUCTION SPECIFICATION DOCUMENT5 Revised December 20, 2012 2018 BOND Y�AR 3, CONTRACT 9 CITY PRQJECT No. 101472 O13513-2 SPECIAL PROJL'CT FROCEbURES Page 2 of S 1 2 3 4 5 6 7 8 9 10 11 12 i3 a. Measurement l} Measurement for this Item will be per working day. b. Payment 1) The work performed and materials furnished in accordance with this Iteraa will be paid %r each working day that Railroad Flagmen are present at the Site. c. The price bid shall include: 1} Coordination for scheduling flagmen 2) Flagmen 3) �ther requirements associated with Railroad 3. All other items a. Work associated with these Items is considered sui�sidiary to the various Items bid. No separate payment will be allovved for this Item. 14 1.3 REFERENCES 15 A. Reference Standards 16 1. Reference standaeds cited in this Specification refer to the current reference 17 standard published at the time of the latest revision date logged at the end of this 18 Specif�cation, unless a date is specifically cited. 19 2. Health and Safety Code, TitIe 9. 5afety, Subiitle A. Public Safety, Chapter 752. 20 High Voltage Qverhead Lines. 21 3. North Central Texas Council of Governments {NCTCOG) — Clean Construction 22 Specification 23 1.4 ADMiNISTRATIVE REQUIREME1�iTS 24 A. Coordination with the Texas Department af Transportation 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 When wark in the right-of way which is under the jurisdiction of the Texas Department oi Transportation (TxDOT): a. Notify the Texas Departr►�ent of Transportation priar to commencing any work therein in accordance with the provisions of the permit b. All wark performed in the TxDOT right-of-way shall be perFormed in compliance with and subject to approval from the Texas Department of Transportation B. Work near High Voltage Lines 2. � � Regulatory Requirements a. All Work near High Volta.ge Lines (more than 600 volts measured beiween conductors ar between a conductor and the ground} shall be in accordance with Health and Safety Code, Titie 9, Subtitle A, Chapter 752. Warnir�g sign a. Provide sign of sufficient size meeting all OSHA requirements. Equipment opera#ing within 10 feet of high voltage l�nes will require the following safety features a. Insulating cage-type of guard abouf the boom or arm b. Insulator links on the lift hook connections for back hoes or dippers c. Equipment must meet the safety requiretnents as set forth by OSHA and the safety requireitnants of �he owner of the high voltage lines Work within 6 feet of high vo�tage electric lines CITY OP FORT WORTH 2O18 B0�1I1 YLAR 3, CONTRACT 9 STA3VDARD CONSTRUCTiON SPF,CIFICATION DOCUMEN'1'S CITY PROJECT No. 101472 Revised Decemher 2Q 20I2 O1 35 13 - 3 SPEC[AL PROJECT PROCEDURE3 Page 3 of 8 1 2 3 4 5 6 7 S 9 10 11 22 13 14 IS 16 17 18 14 20 21 22 23 24 zs 26 27 28 29 30 31 32 33 34 35 36 37 38 3R 44 41 42 43 44 45 a. b. c. Notification shall be given to: 1} The power company {example: ONCOR) a) Maintain an accurate log of all such calls to power company and record action taken in eacf� case. Coordination with power company 1) After notification coordinate witl� the power company to: a) Erect temporary mechanicai barriers, de-energize the lines, or raise or lower the lines No personnel may work within 6 feet of a high voltage line 6efore tlte abo�e requireanents have been met. C. Confined Space Entry Program 1. Provide and folfow appro�ed Confined Space Entry Frogram in accordance with OSHA requirements. 2. Confined Spaces include: a. Manholes b. All o#her confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Air PoIlution Watch Days 1. General a. Observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". b. Typical Ozone Seasan 1} May 1 through October 31. c. Critical Emission Time l} 6:00 a.m. to 10:00 a.m. 2. Watch Days a. The Texas Cot�mission on En�ironmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. b. Requirements 1) Begin work after 10:00 a.m. whenever canstruction phasing requires the use of motorized equipment far periods in exc�ss of 1 houe. 2) However, the Contractor may begin work prior to 10:00 a.m. if: a) Use of motorized eq�ipment is less than 1 hour, or b) If equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel {ULSD), diesel emulsions, ar alternative fuels such as CNG. E. TCEQ Air Permit 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. F. Us� of Explosives, Drop Weight, Etc. 1. When Contract Documents permit on the project the following wil( apply: a. Fublic Notification 1) Submit notice to City and praof of adeyuate insurance coverage, 24 hours prior to commencing. 2) Minimtim 24 hour public notification in accordance with Section O1 31 13 46 G. Water Department Coordination C1TY OF FORT WOR7'H STANDARD CONSTRUC'CIOI�I SPECIFICATION DOCUMENTS Revised December 20, 2012 2018 BONl7 YEAIt 3, CQNTRACT 9 CITY PROJ�CT No. 101472 o13s i3-a SPECIAL Pi�OJECP PROCEDURES Page 4 of 8 1 1. During the construction of this project, it will be necessary to deactivate, for a 2 period of time, existing lines. T�e Contractor shall be required to coordinate with 3 the Water Department to determine the best times for deactivating and activating 4 those lines. 5 2. Coordinate any event that wiil require connecting to or tha operation of an existing 6 City water line system with the City's representative. 7 a. Coordination shall be in accorc�ance with Section 33 12 25. 8 b. [f needed, obtain a hydrant water meter from the Water Department for use 9 during the life of named project. �� c. In the event that a water valve on an existing live system be turned off and on 11 to accommodate the construction of the project is required, coordinate t�Zis 12 activity through the appropriate City representative. 13 1) Do not operate water Iine valves of existing watee system. 1� a) Failure to comply will render the Contractor in vialation of Texas Penai 15 Code Title 7, Chapter 2$.03 (Criminal Mischief} and the Contractor 16 will be prosecuted to the full extent of the law. 17 b) In addition, the Cor�tractor will assume all liabilities and � g responsibilities as a result of these actions. 19 H. Public Notification Prior to Begin�ing Construction 20 1. Prior to beginning construction on any block in the project, on a block by block 21 basis, prepare and deliver a notice or flyer of the pending constr�ction to the front 22 door of each residence or business that will be impacted by construction. The notice 23 shall be pre�ared as follows: �4 a. Post notice or flyer 7 days prior to beginning any consiruction actieity on each 2� block in the project area. 26 1) Prepare flyer on the Contractor's letterhead and inciude the following 27 infarmation: 28 a) Name of Project �9 6) City Project No (CPN) 30 c) Scope of Project (i.e. type of construction activity) 31 d) Actual constr�ction dUration within the block �2 e) Name of the contractor's foreman and phone number 33 fl Name of the Ci#y's inspector and phone number 34 g) City's after-hours pho:ne number 35 2) A sample of the `pre-construction nofiification' �yer is attached as E�ibit 3fi A- 37 3) Submit scheduie showing the constrUction start and finish time for each 38 block of the project to the inspector. 39 4) Deliver ftyer to the City Inspector for review prior to distribution. 40 b. No construction will be a.11owed to begin on any block unti� the flyar is 41 delivered to aIl residents of the block. 42 I. Public Notification of Tempocary Water Service Ir►terruption ciuring Construction 43 1. In the event it becomes necessary to temporarily shut down water ser�ice to 44 residents or businesses during construction, prepare and deliver a notice or flyer of 45 the pending interruption to the front door of each affected resident. 46 2. Prepared notice as follows: 47 a. The notification or flyer shall be posfed 24 hours prior to the temporary 48 interruption. Cl`PY OF FORT WORTH 2Q18 BqND YLAR 3, COAITRACT 9 STANDARD CONS'I'AUCTION SPECEPICATION DQCUMENTS CI1`Y PROJECT No. 101472 Revised Decem�er 20, 2012 013513-5 5FECIAL PR0IECT PROCEDURES Pagc 5 of S 1 2 3 4 5 6 7 8 R 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 3b 37 38 39 40 41 42 43 44 b. Prepare flyer on the contractor's letterhead and inc(ude the following information: 1) Name of the project 2) City Project Number 3) Date of the interruption of service 4) Period the interruption will take place 5) Name of the contractor's foreman and phone number 6) Name of the City's inspector and phone number c. A sample of the tem�parary water service interruption notification is attached as E�ibit B. d. Deliver a copy of the temporary interruption notification to the City inspector for review prior to being distributed. e. No interruption of water service can occur Until the flyer has been delivered ta all aFfected residen�s and businesses. f. Electronic versions of the sampl� flyers can be obtained from the Project Construction Inspector. .T. Coordination with United States Army Corps of Engineers (USACE) 1. At loca#ions in the Project where construction activities occur in areas where USACE pertt�its are required, meet all requirements sefi forth in each designated pertn it. K. Coordination within Railroad Permit Areas 1. At locations in the project where construction activities occur in areas where railroad permits �'e required, meet all requiremenis set forth in each designated raiIroad permit. This includes, but is not limi#ed to, provisions for: a. Flagmen b. Inspectors c. Safety training d. Additional insurance e. Insurance certificates f. Other empioyees required to protect the righf-o� way and property of'the Railroad Cottzpany from dannage arising out of and/or from the construction of the project. Proper utiIity clearance procedures shall be used in accordance with the permit guidelines. 2. Obtain any supplemental information needed to comply with the railroad's requirements. 3. Railroad Flagttaen a. Submit receipts to City for verification of working days that railroad flagmen were present on Site. L. Dust Control 1. Use acceptable measures to control dust at the Site. a. If water is used to control dus#, capture and properly dispose of waste water. b. If wet saw ct�tting is performed, captt�re and properly dispose of slurry. M. Employee Parking 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH STANDARD CO�iSTRUCTION SPECIFICATION DOCUMEt�iTS Re�ised December 20, 2012 201 S BOND YEAR 3, CONTRACT 9 CITY PROJ6CT No. 101472 013513-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 1 1.� SUBM�TTALS [NOT USED] 2 1.6 ACTION SUBMITTALSIINFORIVIATIO1�iAL SUBMITTALS [1�TOT USED] 3 1.7 CLOSEOUT SUSMITTALS [NOT USED] 4 1.8 1VIAINTENANCE 1VIATERIAL SUBMiTTALS [NOT USED] 5 2.9 QUALITY ASSURANCE [NOT USEDj 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 111 FIELD [SITE� CONDITIOI�TS [NOT USED] 8 1.12 WARRANTY [1�TOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] 11 I2 13 END OF SECTION CITY OP FORT WORTH 201$ BOND YEAR 3, CdNTRACI' 9 STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS CITY PROJECT iVa. I01472 Revised December 20, 2012 O1 35 13 - 7 SPECIAL PROJECT PROCEDURES Page 7 of 8 1 2 3 4 5 � � s 9 l0 �1 12 13 14 15 1G 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 EXHISIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Projecf Name: Mapsco Location: Limits of Canstruction; , ' � '� 1 �� I � � iHIS I� TO IIVFOFiIVaY YOU THr4i UIVDER A CONT1�4C7° IdisliFi THE GiTY OF' FORT 1dIdORTH, �UR COMPI�IVY 1tVILL 1fVORK ON UT�LIiY LIN�� ON O13 AROUIVCi YQUR I�R.B��RTY. GOfVS�RUCiIpRtl IrVll�� ��CIN ���ROXIMA7�LY S�1�I�PE DAY� �R�HdY T'H� �AT€ 8� TblS NO�IC�. !� YDU bAl�� @U�SiIOiVS A�BUi dGC�55, S�GURIT'Y, ��F�iY O�i �aNEY OTHER IS�UE, PL��eS� G�LL: AdYr. �CONTRAC'iOR'S SUPERIIVTEND�NT� I�T <TELEPI-IQNE IVO.� AR ��, CCITY INS�ECTOR> A� C TELEPHONE fVO,� A���R 4:30 I�f�Y �ft OP� 1�i��Ft�P�DS, �L�A�� C�1LL (8��') 392 �306 PLEASE KEEP TNlS FLYER HANDY WHEN YOU CALL CITY OF FOLtT WORTT-i STANDARD COI�iSTRUCTION SPECICICATION DOGUMENTS Revised Becember 20, 2D12 20I & BOND YEAR 3, CONT�.ACT 9 CITY PROJ�CT No. 101472 O135I3-8 SPLCIAL PROJECT PROCEDURES Page 8 oF8 1 � EXHISIT B �O�'�' ��RT�I �: �� �,�. � � �: �to'���� �� `t������' �l�,�°� ������ �l���P`tg�� DI1E TO [JTILITY IMPROVE11�E1�T5 IN YOiJ�i NEIGHBORHOOD, 'YO[IIi WATE�R $�RVICE WiLL BE INTERItUPTF,D O1RF BE'TWEEN TFIE HdURB O�' Ai+iD IF'YOCi FIAVE QiTESTIONS ABOU'x' TFIIS SHLJT-oiJT, PLEASE CALL: MR. A�' (CONTIiACTORS SLJPEIt�1VT�NDEN1') ('FELEPHONE NUMBER) OR 1VIR. AT (CITY INSPECT'DR) ('1'EL�P�TONE NiJ1VIBER) THIS INCONVENFENCE W�LL BE AS SHOR'T AS POSSIBLE. THANIC YOiJ, , COIVTRACTdR 3 — __ 4 CITY OF FOAT WORTH 2O18 BOTiD YLAR 3, CONTRAC'� 9 STANDARD CONSTRUCTION 5PECIFICATION DOCUMENTS CITY PROJECT IVo, 1O1472 Revised December 20, 2p12 O1 45 23 TESTING AND INSPECTIOI�I SERViCES Fage 1 of2 SECTION O1 45 23 TESTING AND INSPECTION SERVICES PART1- GENERAL 1.1 SUMMARY A. Section Cncludes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Divisian 0— Bidding Requiremen#s, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. ViJork associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and paynaent of all Quality Control testing. b. City is responsihle far performing and payment for �rst set of Quality Assurance testing. 1) If the �rst Quality Assurance test perfarmed by the Cify fails, the Contractar is responsibte far payment of sUbsequen� Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for tesfing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Cort�plete testing in accordance with the Contract Documents. 2. Coordination a. When tesiing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, tl�at testing will be performed. 3. Distribution of Testing Aeports a. Electronic Distribution l) Confirm develapment of Proj ect directary for elecYronic submittals to be uploaded to the City's document managemer�t systenn, or another external FTP site approved by the City. C1TY QF FORT WORTH 2Oi8 SOND YEAR 3, CONTRACT 9 STANDARD CONSTRUCTION SP�CIFICA7`ION DOCUMENTS CITY PROIECT No. 1p1472 Revisacl March 9, 2020 Ol 45 23 TESTiNG AND INSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriaie City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu oi electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2} Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative Provide City's Project FZepresentative with trip tickets for each delivered load of Concrete or Lime material including the following info�naiion: a. Name of pit b. Date of delivery c. Material deli�ered B. Inspection 1. Inspection or lack of ir�spection does not relieve the Contractor from obligation to perform work in accardance with the Contract Documents. I.5 Si1B1VIIT'Y'ALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT i75ED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MA�NTENANCE MATERIAL �UBMITTALS [NOT USED] 1.9 QUALITY ASSURANC� [NOT USED] 1.Iq DELIVERY, STQRAGE, AND HANDLING (NOT USED] 1.11 FIELD [SYTE] CONDITIONS [NOT USED] 112 WARRANTY [NQT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 3/9/202D D. V. Maga�a Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City's document management system, CITY OF FORT WORTH 2O18 BOND YEAR 3, CONTRACT 9 STANDARD COhiSTRI7CTION SPT:'CIFICA'I'[Oi�I DDCUMENTS CITY PRO.TECT No. 101472 Revised March 9, 2020 015000-1 TEMPOi2ARY FACILITIES AND CONTROLS Page 1 of 4 sECT�orr ai sa ao TEMPORARY FACILITIES AND CONTROLS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specificatian 1. None. C. Related Speciiication Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Cantract Forms and Conditions of the Contract 2. Division 1— General Requiretnents 1.2 PRICE AND PAYMENT PROCEDURES A. MeasUrement and Paytnent 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this IYem. I..3 REFERENCES [NOT USED] L4 ADMINISTRATIVE REQUIREM�NTS A. Temporary Utilities 1. Obtaining Temporary Ser�ice a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of u#ility service companies or authorities having jurisdiction. c. Be responsibie for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completian, testing and initial operation of Work. Z. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or oth�r use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representati�es. c. Coordina�ion ]) Contact City 1 week before water for construction is desired C{TY OF FORT WORTH 2O18 BOND YBAR 3, CONTRACT 9 STANDARD COPfSTRUCTION 5P8CIFICAT[ON DOCUMEI�STS CITY PR03ECT Na. 101472 Re�ised duly 1, 2D11 015000-2 TEMPORAC2Y PACILITI�S AND CON"I"ROLS Page 2 of 4 d. Contractor Payment for Construction Water 1) Obtain construction water rrteter from City for payment as billed by City's established rates. 3. Electricity and Lighting ` a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for iighting, operation of equipment, or other use. b. Electric power service includes ternporary power service or generaior to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone se►vice at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion af Work. b. Provide tetnporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and rnaintain sanitary facilities for persons on �ite. a. Comply with regulaiions of State and local c�epartments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Callect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off-site at no less than weekly iniervals and properly dispose in accordance with applicable regulaiion. 3. Locate facilities near Work Site and keep clean and maintained throughoat Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings i. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible ta weather damage. 2. Storaga of materials not susceptible to weather damage may be on blocks off ground. 3. Store rnaterials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip bui]ding with lockable do�rs and lighting, ana provide elect�ical service fav equipment space heaters and heating or veniilation as necessary to provide storage environments acceptai�le to specified rr►anufacturers. 5. Fill and grade site for temporary structutes to provide drainage away fram temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. D�st Control CITY OF FORT WORTH 2O18 130ND YEAR 3, CONTRAC7' 9 S'1'ANDARD CQNS'1'RUCTION SPECIFICATION DOCUMENTS CITY PRQ7ECT No. ]01472 Revised 7uly ], 201 l D15000-3 TEMPORARY P'ACiLITIES AAiD CONTROLS Page 3 of 4 1. Contractor is responsible for maintaining dust control through the duration of the proj ect. a. Contractor remains on-ca11 at alI times b. Must respond in a timely manner F. Temparary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSIIRANCE [NOT US�D] �.ld DELIVERY, STORAGE, AND HANDLING [NOT USED] L11 FIELD [SITE] CONDITIONS [NOT U�ED] 1.1� WARRANTY [NOT USED] - PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION �NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintait� all teznporary facilities for duration of construction activities as needed. 3.5 [REPAIR] 1 [RESTORATION] 3.6 RE-INSTALLATION 3.7 FIELD [oe] SITE QUALITY CONTRQL [NOT USED] 3.8 SYSTEM STARTUP [NOT USEDj 3.g ADJUSTING [NOT USED] 3.10 CLEANiNG [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities G1TY OF FOR"F WORTH 2O18 80ND YEAR 3, CONTRACT 9 STANDAR� CONSTRUCTION SPECIFICATION DOCUMBNTS CITY PROIECT No. 101472 Rcvised 7uly 1, 2011 p15000-4 7'EMPO�ftRY FACILITIES AND CON7'ROLS Page 4 of 4 1. Rernove aIt temporary facilities and restore area after completion of the Wark, to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED� END OF SECTION Revision Log DATE I NAME C1TY O�' FOR'� WOR7'H S7'ANBA2D CONS"]'RUCTIOIV SPECI�']CATION DOCUMENTS Revised July l, 2011 SUMMARY OF CHANGE 2Q18 BQNp YEAR 3, CON']'RACT 9 CITY PROJECT No. 101472 Ol 55 26 - 1 STAEET U3E PERMIT AND MODI�'ICA7'IONS TO `1'RAFFIC CONTROL Page ] of 3 SECTION O1 55 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL PART1- CENERAL 1.1 SUMMAR.Y A. Section Includ�s: 1. Administrative procedures for: a. Street Use Permit b. Modification of approved traffic coni�-ol c. Removal of Street Signs B. Deviations from this City of Fart Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily iimited to: 1. Division 0— B idding Requirements, Contract �'orms and Conditions of the Contract 2. Division 1 —Ger�eral Requirements 3. Section 34 71 13 — Traffic Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Iter� is considered subsidiary to the various Items bid. No separate payment will be atlowed for this Item. 1.3 REFERENCES A_ Reference Standards 1. Reference standards cited in this specification refer to tk�e current reference standard published at �he time ofthe latest revision date logged at the end of this specification, unless a date is specifcalty cited. 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 1.4 ADMIN[STRATIVE R�QUTAEMENTS A. Traff c Control 1. General a. Contractor shall minimize lane closures and impact to vehicular/pedestrian traFfic. b. When traffic control plans are included in the Drawings, provide Traf�c Control in accordance with Drawings and Section 34 71 13. c. When traffic cor►tral plans are not included in the Drawings, prepaz'e traffic control plans in accardance with Section 3� 7l 13 and submit to City for review. 1) Allow minimum 10 working days foz' review of proposed Traffic Control. CITY OI' FQAT' WOItTH 2418 BUNI] YEAR, CONTItACT 9 STA�IDAAD CONSTRiIJCTIQN SPECIFICATIOrii DOCUMENTS CITY PRO.FECT No. 101472 Revised March 22, 2021 ADIJENDUM Z O15526-2 ST'REET U5E PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 oC 3 2) A traffic control "Typical" published by City oi Fort Wor#h, the Texas Manuat Unified Traffic Control Devices (TMUTCD) or Texas Department of Transportation {TxDOT) can be used as an alternative to preparing project/site specific traffic control plan if the typical is applicable to the specific project/site. B. Street Use Permit 1. Prior to installation of Traffic Control, a City Street Use Permit is required. a. To obtain Street Use Pe►mit, submit T'raf�c Contral Plans to City Transportation and Publfc Works Departmer�t. 1) Allow a minimu�n of 5 working days for permit revierv. 2) It is ti�e Contractor's responsibility to coordina#e review of Traffic Control plans for Street Use Permit, such that construction is not deIayed. C. Modification to Approved Traffic Control t. Prior to installatiot� traffic control: a. Subrr�it revised iraffic control plans to City D��artrr�ent Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2} Allow minimum 5 working days for review of revised Traffic Control. 3) It is the Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. D. Remaval of Streef Sign l. If it is aetermined that a street sign musi be removed for construction, then contact City Transportation an� Public Works Department, Signs and Markings Division to remove the sign. E. Temporary Signage 1. In the case af regulatory signs, replace permanent sign with temporary sign meeting requirement,s of the latesf edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can 6e reinstalled, contaci the City Transportation and Public Works Department, Signs and Markings Division, to reinstalI the permanent sign. F. Traffic Control Standards 1. Traffic Control Standards can be found on the City's website. 1.5 SUBMITTALS [NOT I7SCD] A. Submit all required documentation to City's Project Representative. CITY OF FORT WO1ZT N 2018 gONU YEAIt, CONTRACT 9 STANDARD COiYSTRUCTION SPECIPICATION DOCUMEMTS C�TY1'ROTECTNo. ]01472 Revised March 22, 2021 ADDENDUM 2 ot ss2s-� STItEE'T U5E PBRMIT A3VD MODIFICATIONS TO TRAFPIC CON"1'ROL Page 3 of 3 1.6 ACTION SUBMITTALSIINFORMATIONA�. SUBMITTALS [NOT USED] 1.7 CLOSE�UT SUBMITTALS (NOT USED� 1.8 MAINTENANCE MATERIAI. SUBMITTALS [NOT USED� 19 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FiELD [�ITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED� PART 2 - PRODUCTS [NOT USED] PART3 - EXECUTION [NOT USED] END O�' SECTIOI�T Revision Log DATE NAME SUMMARYOF CHANG� 1.4 A. Added languagc to emphasize rninimizing of larie closures and impact to traffic. 1.4 A. 1. c. Added language to allow for use of published traffic control "Typicals" if 3/22/2021 M Owen applicable to specific project/site. 1.4 F. 1) Removed reference to Buzzsaw ].5 Added language re: submiltal of permit CITY OF FORT WORT�I 2018 BOND YEAR, CON�'RACT 9 STANDAKD CONSTItUCTION SPECIFICATION DOCUMEN"I'S CITY 1'ROIECT No. ]01472 Itevised Mazch 22, 2021 ais��3-i STORM WA'I�A POLLUTION PREVEI�ITEON Page 1 of 3 SECTION Ol. 5713 STORM WATER FOLLUTION PREVENTION PART1- GENERAL 1.l SUMMARY A. Section Includes: 3. Procedures for Storrn Water Pollution Arevention Plans B. Deviations from this City of Fort Wo�'th Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division l— General Requirements 3. Section 31 25 00 — Erosion and Sediment Control 1.Z PRICE AND PAYMENT PROCEDUI2ES A. Measuremer�t and Payment 1. Construction Activities resulting in less than l acre of disturbance a. Work associated with this ltem is considered subsidiary to the various Items brtd. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater �han 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 31 25 00. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination: NOT 3. 5torm Water Pollution Prevention Plan: S WPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Re%rence Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Sp�cification, unless a date is specifically cited. 2. Iniegrated 5torm Manageinent {iSWM} Technical Manuai for Construction Controls 1.4 ADMINISTRATIVE REQUIREIi�IENTS A. General 1. Contractor is responsible for resolutian and payment of any fines issued associated with compliance io Stormwater Pollution Prevention Plan. CITY OF FORT WORTH 2D18 ➢OND YEAR 3, CONTRACT 9 STANDARD CdNSTRUCTION SPECIFTCATION DOCUMENTS CI1'Y PROJECT No. �Q1472 Revised July l, 2011 0]5713-2 5T012M WA'1'ER POLLUTION PREVENTION Page 2 of 3 B. Construction Acti�ities res�lting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment co�trol in accoraance with Section 31 25 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Eliminatian System {TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR 154000 a) Sign and post at job site b) Yrior to Preconstruction Meeting, send 1 copy to City Depariment of Transportation and Public Warks, �nvironmental Division, (8 � 7) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b} The Drawings c} TXR 150000 General Permit d) SWPPP e} TCEQ requirements 3. 5 acres or more of Disturbance a. Te�s Poi]utant Dzscharge Elimination System (TPDES) General Constructian Permit is required b. Complete SWPPP in accordance with TC�Q requirements 1) Prepare a TCEQ NOI form and submit to TCEQ aIong with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Fublic Works, Environmenial Division, (817) 392-6088. 2} TCEQ Notice of Change required if making changes or updates ta NOI 3) Provide erosion and sediment control in accordance with; a} Section 31 25 00 b) The Drawings c) TXR150000 General Permit d} SWFPP e} TCEQ requirements 4} Once the project has been completed and all the closeout requirerr�ents of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Fublic Works, En�ironmental Division, (817) 392-6088. 1.5 SUBM�TTALS A. S WPPP Submit in accordance with Section O1 33 00, except as stated herein. a. Prior to the Pzeconstruction Meeting, submit a draf� copy of SWPPP to the City as follows: 1} 1 capy to the City Project Manager a} City Project Manager will forwarc! to the City Department of `I'ransportation and Public Works, Environrriental Division for review CI'T'Y OF FQRT WQR'I'I I 20l $ BOND YEAR 3, CONTRACT 4 STANDARD CONSTRUC'T'fON SP�,CIPICA"1'lON BOCUMEN'I'S CITY PROJECT SVo. ]01472 Revised July 1, 201 l 015713-3 STORM WATER POLLUT[ON PAtiVENTION Page 3 of 3 B. Modified S WPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section O1 33 00. 1.6 ACTION SUBMITTALSIINFORMATIDNAL SUBMITTALS [NOT USED] 1.'� CLOSEOUT SUSMITTALS [NOT USED] l.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 F�ELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTIQN C1TY OF FORT WDRTH 2O18 BOND YEAR 3, CONTRAC�' 9 STANDAItD CONSTRUCTION SPEGIFICA7'ION ROCUMENT'S CITY PRQJECT No. 101472 Revised July 1, 2011 015813-1 'I'EMPOKAltY PROJECT SIGNAGE Page L of 3 SECTION 01 5S 13 TEMPORARY PROJEGT SIGNAGE PART1- GENERAL 11 SUMIVIARY A. 5ection Includes: 1. Temporary Aroject Signage Requirements B. Deviations from this City of Fart Worth Standard Specification 1. None. C. lZelated Specification Sections include, but are not necessarily lzmited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.� PRICE AND PAYMENT PROCEDURES � A. Measurement and Payment 1. Work associated with this Item is considered subsiciiary to the various Itezns bid. No separate paytnent wiil be allowed for this Itezn. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.� SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] � .� CLOSEOUT SUBMITTALS [NQT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT U�ED] 19 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] l.11 FIELD [SITE] CONDITIONS [NOT USED] 1.1� WARRANTY [NOT USED] PART 2 - PRODUCTS 21 OWNER-FURNISHED �oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND �+IATERIALS A. Design Criteria I. Provide free standing Project Designation Sign in accordance with City's Standard Details for project signs. C1TY OF FORT WORTH 2O18 BOND YEAR 3, COI�fTRACT 9 STANDARD CONSTI2UCTION SPEC[FICA7'IQN DOCUMENTS CITY PKOJECT Na. l O l A72 Revised luly I, 2011 O15813-2 TEMPORARY YROIECT S�GNAGE Page 2 0£3 B. Materials 1. 5ign a. Constructed of 3/q-inch fir plywood, grade A-C {exterior) or better 2.3 ACCESSORIES [NOT USEDj �.4 SOURCE QUALITY CONTROL (NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NQT USEDj 3.4 INSTALLATION A. General i. Provide vertical installation at extents ofproject. 2. Relocate sign as needed, upon request of ihe City. B. Mounting options a. Skids b. Posts c. Barricade 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION jNOT USED] 3.7 FIELD �ox] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM START[TP �NOT USED] 3.9 AD.iUSTING [NOT USED] 310 CLEAi�iING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTiON [NOT USED] 3.13 MAINTENANCE A. General 1. Maintenance will include painting and repairs as need�d or directed by the City. 3.14 ATTACHMENTS [NOT USED] END OF SECTION CCCY pF �'ORT WORTH 201 & eOND YEAR 3, CON'1'RACT 9 S7'ANDARD CONSTRUC'f[ON SPECIF[CATION DOCUMENT5 CI"tY PROJECT Na. 101472 Reviscd July l, 2011 O1 58 13 - 3 TEMPORARY PROIECT SIGNAG� Page 3 of 3 CITY OF FQRT WQATH 2O18 BaND YEAR 3, CONTRACT 9 STA]V17ARD CQNSTRUCTI03V SPECIFICAT'ION DOCi3MENTS CCTY PR0IECT No. 101472 Revised duly 1, 2Di 1 Ol 60 Op PRODUCT E2EQUIREMIiNTS Page ! of 2 SECTION Ol 60 00 PRODUC`I' REQUIREMENTS PART1- GENERAL 11 SUMMARY A. Section Includes: 1. References for Arociuct Reyuirements and City Standard Products I.ist B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limitec� to: 1. Division 0-- Bidding Requirements, Contract Forms and Co:nditions of the Contract 2. Divisian I— Get�eral Requirements 1.� PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. A list oiCity approved products for use is available through the City's website at: https://apps.for#worthtexas.govlProjectResources/ and following the ciirectory �ath; 02 - Construction Documents/Standard Praducts List B. Only products specifically included on City's Standard Product List in these Contract Documents sha11 be allowed for use on the Project. 1. Any subsequently approved products will anly be allowed for use upan specific approval by the City. C. Any specific prociuct requiremants in the Contract Documents supersede similar products included on the City's 5tandard Product List. 1. The City reserves Yhe right to nat allow products to be used for certain projects e�en though the product is listed on the City's Standard Froduct List. D. Alfi�ough a specific product is included on Ci#y's Standard Product List, not all products from that manufacturer are approved for use, including but not linnited to, that manufacturer's standard prodvct. E. 5e� Section 01 33 OQ for st�bmittal requirements af Product Data included on City's Standard Product List. 1.5 SUBMITTALS [NOT USED] � .G ACTION SUSMITTALS/INFORI�IATIONAL SUBMITTALS [NOT U�ED] 1.7 CLOSEUUT SUBMITTALS �NOT USED] i.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED� 1.9 QUALITY ASSURANCE [NOT USED] C1TY OF POEZT WORTEI 2018 SOND YEAR 3, CdNTRACT 9 STANDARD CONSTRUCTION SPECIFICATION UOCUMENTS CiTY PROJECT No. 101472 Revised Maroh 9, 2020 O 1 60 Op PRODUC'1' REQiJIREMENTS Page 2 of 2 1.10 DELIVERY, �TORAGE, AND HANDLING [NOT USED] 111 �IELD [SITE] CQNDITIONS [NOT USED) 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME 10/12/] 2 D. Johnson 3/9/2020 D.V. Magana SUMMARY OF CHANGE Modifled Location oFCity's 5tandard Product List Removed reference lo Buzrsaw and noted that the City approved products list is accessible through fhe City's websitc. CITY UF FORT WORTH 2O18 BOND Y�,AR 3, COZYTIL4CT 9 STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMCN7'S CI7'Y PROJECT No. ]01472 Revised March 4, 2D20 o�66oa-� T'RODUCT STpRAGE AiVi7 HANDLING REQUCREMENTS Page 1 of 4 SECTION Ol 66 00 PRODUCT STORAGE AND HANDLING REQUiREMENTS PART1- GENERAL i1 SUMMARY A. Section Tncludes: 1. Scheduling of product delivery Z. Packaging of products far delivery 3. Protection of products against damage from: a. HandIing b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. R�lated Specification Sections include, but are not necessarily limited to: 1. Division 0- Bidding Requirements, Contract Forma and Conditions of the Contract 2_ Division 1— General Req�irements L� PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this I#em is considered subsidiary to the various Items bid. No separate payment will be allawed for this Item. 1.3 REFERENCES [NOT USED� 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] i.6 ACTION SUBMITTALS/IN�+'�RMATIONAL SUSMITTALS [NOT USED� 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.S MAINTENANCE MATERTAL SUBMITTALS [NOT USED] I.9 QUALITY ASSURANCE [NOT USED] �,.10 DELIVERY AND HAI�TDLIIiTG A. Delivery Requirements 1. 5cheduie delivery of products or equipment as required to allow timely installation and to a�oid prolonged storage. 2. Provide appropriate personnel and equipment to recei�e deliveries. 3. Delivery trucks will not be permitted to wait extended periods of titne on the 5ite for personnel ar equipment to receive the delivery. CITY OF FOR`T' WORTH 2O18 BONb YEAR 3, CONTRACT 9 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PR07ECT Na. 101472 Re�ised July 1, 2011 D16600-2 YRODUCT S'PORAGE AND RANDLING REQUIREMEIVTS Page 2 of A 4. Deliver products or equipment in manufacturer's original unbroken cartons or ather containers designed and constructed to protect the contents from physical or en�ironmental damage. 5. Clearly and fully mark and identify as to manufacturer, itenn and installation location. 6. Frovide manufacturer's instructions for storage and handling. B. Handling Requirernents l. Ha.ndle products or ec�uipment in accordance with these Contract Documents and manufacturer's recommendations and instructions. C. Storage Requirements 1. Store mateziais in accordance with manufactUrer's recommendations and requirements of these Specif caiions. 2. Mak� necessary provisions for safe sto�rage of materials and equipment. a. Place loose soil mat�rials and materials to be incorporated into Work to pre�ent damage to any part of Work or existing facilities and to maintain frea access at all tzmes to all parts oi Work and to utility service cornpany installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjaining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material anc{ equipment as s�own on Drawings, or approved by City's Project Representative. 5. Provide off-site starage and protection when an-site storage is not adequate. a. Provide addresses of and access to off-site storage Iocations for inspection by City's Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written perrnission of owner or other person in possessian or control of premises. 7. Store in rnanufacturers' unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored atong line of Work ta avoid inconvenience and damage to property owners and genezal public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open, 10. Repair or replace damage� lawns, sidewalks, streets or other improvements to satisfaction of City's Project Representative. a. Tota2length which materials may be distributed along route of construciion at one time is 1,000 linear feet, unless otherwise approved in rvriting by City's �roject Representative. CITY OT FOR'P WORTH 2D � 8 BOND YEAR 3, CONTRACT 9 S7'ANDARD CONSTRUCTION SPCCIFICATION DpCUMENI S CITY PROJF.CT No. 101472 12evised July 1, 2011 016b00-3 PRbDUCT STORAGE AND HANDLING RI3QElIREMENTS Pagc 3 of 4 1.11 FIELD jSITE] CONDIT�ONS [NOT USED] 11� WARRANTY [NOT USED] PART � - PRODUCT� [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL A. Tests and Inspections 1. Cnspect all products ar equipment delivered to the site prior to unloading. B. Non-Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 39 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CL�SEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Proteci all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in �ocation to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE (NOT USED] 3.1�4 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FOAT WO[tTH 2O18 BOND Y�AR 3, COivTRACT 9 STAN�AI2D CONS'I'RUCTION SPECIFICAI"IQN DOCUMEIYTS C1TY PROJECT Na. 101472 Revised July l, 201 I 016600-4 PRODUCT S'1'ORAGE AND HANDLING REQUIREMBNTS Page 4 of 4 Revision Log DATE � NAME � SUMMARY OF CHANGE CITY OF FORT WORTH 201$ BOND YEAR 3, CON'1'RACT 9 STANDARD CONSTRUCT[ON SPF.CIFiCATIpN DOCUMENTS CITY PROJECT iYo. 101472 Revised July 1, 201 i 01 70 00 - 1 MOBILIZATION AND REMOBILIZATION f'age 1 vf 4 s�c�roN o� 70 00 MOBILIZATION AND REMOBILIZATION 3 Part 1 - GENERAL 4 SUMMARY 5 A. Section Includes: 6 Mobilization and Demobilization 7 Mobilization 8 Transportation of Contractor's personnel, equipment, and operating supplies to 9 the Site 10 Esiablishment of necessary general facilities for the Contractor's operation at 11 the Site 12 Premiums paid for perfonmance and payment bonds 13 Transportation of Contractor's personnel, equipment, and operating suppiies to 14 another location within the designated Site 15 Relocation of necessary general facilities for the Contractor's operation from 1 1{ location to another location on the Site. 1'7 Demobilization 18 Transportatiqn of Contracior's personnel; equipment, and operating supplies 19 away from the Site including disassembly 2Q Site Clean-up 21 Removal of all buildings and/or other facilities assembled at the Site for this 22 Contract �3 Mobilization and Demobilization do nat include activities for specif c items of 24 work that are for which payment is provided eisewhere �n the cantrac#. 25 Remobilization 26 Remobilization for Suspension of Work specifically required in the Contract 27 Documents or as required by City includes: 2g Demobitization 29 Transportation of Contractor's personnel, equipment, and operating 30 supplies from thc Site including disassembly or temporarily securing 3� equipment, supplies, and other faciiities as designated by the Contract 32 Documents necessary to suspend the Work. 33 Site Clean-up as designated in the Contract Documents 34 Kemobilizatian 35 Transportation of Contractor's personnel, equipment, and operating 36 supplies to the Site necessary to resume the WorK. 3'7 Establishment of necessary general facilities for the Contractar's op�ration 3g at the Site necessary to resume the Work. 39 No Payments will be made for: 4Q Mobilization and Demobilization from one location to anofiher on the Site 41 in the narmal progress of perfarming the Work. 42 5tand-by or idle timep 43 Lost profits 44 3. Mobilizations and Demobilization for Miscellaneous Projects 45 Mobilizaiion and Demobilization CITX OF FORT WORTH 20i S gOND YEAR 3, CONTRACT 9 STANDARD CONSTRUC'I'ION SPECTFICATTON DOCUMEIVTS CITY PAOJECT No. ]03472 Ke�ised No�ember 22, 20t 6 ot �000-z MQBI1�12ATfON AND REINOBILIZATION Page 2 of 4 1 Mobilization shall consist of the activities and cost on a Work Order basis 2 necessary for: 3 Transportation of Can#ractor's personnel, equipment, and operating � supplies to the Site for the issued WQrk Order. 5 Establishment of necessary genera� facilities for #he Contractar's operatian 6 at the Site far the rssued Work Order 7 Dcmobilization shaIl consist of the aciivities and cost necessary for: g Transportation of Contractor's personnel, equipment, and operating g supplies from the Site including disassembly far each issued Work 10 Order �� Site Clean-up for each issued Work Order 12 Removal of all buildings or other facilities assembled at the Site for each 13 Work Oder 14 Mobilization and De�nobilization do not include activities for sgecific iterns of 15 wark for which payment is provided elsewhere in the contz�act. 16 17 18 19 20 21 22 23 24 25 26 27 �mergency Mobilizations and Demobilization for Miscellaneous Projects A Mobilization for Miscellaneous Projects when directed by the City and ihe mobilization occurs withi� 24 hours of the issuance of the Work Order. B. Deviations from this City ofFort Worth Standard Speciiication None. C. Related �pecification Sections include, but are not necessarily limited to: Division 0— Bidding Requirements, Cor�tracf Forms and Canditions of the Contract Division 1 — General Requirements PRICE AND PAYIVIENT PROC�DURES D. Measurement and Payment [Consult City Departznent/Division for direction on if Mobilization pay item to be included or the item should be subsidiary. Include the appropriate Section 1.2 A. 1.� Mobtlization and Demobilization 2g Measure 29 This Item is considered subsidiary to the various Items bid. 30 Yayment 31 The work performed and materials futnished in accordance with this Item are 32 subsidiary to the various Items bid and no other compensation will be 33 allowed. 34 Remobilization for suspension of Work as specifically required in the Contract 35 Documents 36 Measurement 37 Measurement far this Item shail be per each remobilization performed. 38 Payment 39 The work perfarmed and materials furnzshed in accordance with this Item and 40 measured as provided under "Measurement" will be paid for at the unit 41 price per each "�pecified Remobilization" in accordance with Contract 42 Documents. 43 The price shall incl�ade: 44 Demobilizatian as described in Section l.l.A.2.a.1) 45 Remobilization as described in Section 1.1.A.Z.a.2) 46 No payments will be made for standby, idle time, or lost profits associated this 47 Iiem. C1TY OP FOAT WORTH 20] 8 BpND Y�,AA 3, COIVTRACT 9 STqNDAKD CONSTRUCT[ON SP�CiFICATiON DOCUM�MT3 CTTY PRd7ECT No. 1 D 1472 Revised November 22, 2016 01 70 00 - 3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 1 RemabilizaYion for suspension of Work as required by City 2 Measurement and Payment 3 This shall be submitted as a Cantract C1aim in accordance with Article 10 of 4 Seciion 00 72 04. 5 Na payments will be fnade for standby, idle time, or lost profits associated with 6 this Item. 7 MobiIizations and Demobilizations for Miscellaneous Projects g Measurement 9 Measurement for this Item shall be for each Mobilization and Demobilization 1 p required by the Contract Docume�ts 11 Payment 12 T�e Wark performed and materials fumished in accordance with this Item and 13 measured as proeided under "Measurement" wi�l be paid for at the unit �4 price per each "Work Orcier Mobilization" in accordance with Conkract 15 Documents. Demobilization shall be considered subsidtary to mobilization 16 and shall not be paid for separately. 17 The price shali include: 18 Mobilization as described in Section 1.].A3.a.T) lg Demobilization as described in Section 1.1.A.3.a.2) 20 No paymenis will be made for standby, idle time, or lost pro�ts associated this 21 Item. 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 Emergency Mobilizations and Demabilizations for Miscellaneous Projects Measurement Measurement for this [tem shall be foz' each Mobiiization and Demobilizatian required by the Contract Documents Payment The Work performed and materials furnished in accordance with this Item and fneasured as provided under "Measurement" wiil be paid for at the unit price per each "Work Order Emergency Mobilization" in accordance wi#l� Contract Dacuments. Demobiliza�ion shall be considered su6sidiary to mobilization and shall not be paid for separately. The price shall include Mobilization as described in Section I.1.A.4.a) Demobilization as described in Section 1.1.A.3.a.2) No payments will be made for standby, idie time, or lost profits associated this Itern. REFERENCES [NOT USED� ADMIN�STRATNE REQUIREMENTS [NOT USED] 39 SUBMITTALS [NOT USED] 40 INFORMATIONAL SUBMITTALS �NOT USED] 41 42 43 44 CLOSEOUT SUBM[TTALS [NOT USED] MAINTENANCE MATERIAL SUBMITTALS [NOT USED� QUALITY ASSURANCE [NOT USED] DELIVERY, STORAGE, AND HANDLING [NOT U,SED] C1TY OF POItT' WORTH STAAlDARD CONSTRi3CT10N SPF;CIFICATION DOCUMEIVTS Revised November 22, 2016 2018 BO1VD YEAR 3, CONTRACT 9 CITY PAOJECT Na. 10147Z 01 7000-4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 1 FIELD [SITEJ CONDITION� [NOT USEDJ 2 WARRANTY [NOT USED] 3 Part �. - PRODUCTS jnot used� 4 Part 3- EXECUTION [not Used] 5 �Id� O� S�CTION � CITY OF FORT WORTI I 201 S BOND YEAR 3, CONTRAC"1 9 3TANI�ARD CONSTRUC'1'IQN SPECIFICATION DOCllMENTS CITY PROJECT No. 101472 Revised �Yovember 22, 2016 017E23-i CONS1'12UCTIOiY STAKING AND SURVCY Page 1 of & �ECTION Ol 7123 CONSTRUCTION STAKING AND SURVEY PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements for construction staking and construction survey B. Deviations from this City of Fort Worth Standard Specifcation 1. None. C. R�lated Specification Sections include, but are not necessarily limited to: 1, Division 0— Bidding Requirements, Contract Forms and Cn�ditions of the Contract 2. Division 1— General Requirernents 1.2 PRICE AND PAYMENT PROCEDURES A. Measurenrzent and Payment 1. Construction Stakitzg a. Measurement 1) Measurement far this Item shail be by Iump sum. b. Fayment 1) The work performed and the materials furnished in accordance with this Item shall �e paid fpr at the lump sum price bid for "Construction Staking". 2) Payment fot "Canstruction Staking" shall be made in partial paymenis prorated by work compl�ted compared to total work included in the lump sum item. c. The price bid shall include, but not be limited to the following: l) Veri�cation of control data pro�ided by City. 2) Placement, maintenance and replacement of required stak�s and markings in the field. 3) Preparation and s�abmit#al of construction staking documentation in the forrn of "cut sheets" using the City's standard template. 2. Construction Survey a. Measurement 1} This Item is considered subsidiary to ihe various [tems bid. b. Payment 1) The work perform�d and the materials furnished in accordance with this Item are subsidiary to the �arious Ii�ms bid and no other compensation wiIl be allowed. 3. As-Built Survey a. Measurement 1) Measurement for this Ite�n shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid far at the lump sum price bid for "As-Built Survey". CITY OF FQRT WOKTH 2O18 BONL7 YEAR 3, CONTRACT 9 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY P€20JECT No. 101472 Revised February 14, 2018 017123-2 CONS'1�RUCTIDN STAKIIYG AND SURVEY Page Z of $ Z} �ayment for "Construction Stalcing" shall be made in partial payments prorated by work completed compared to total work included in the lump sum it�m. c. The price bid shall include, but not be lirr�ited to the following:: 1) Field measurements and survey shots to identify location of completed facilities. 2) Documentation and submitta] of as-built survey data anto contractor redline plans and digital survey files. 1.3 REFERENCES A. Definitions Construction Survev - The survey measurements made prior to or while construction is in progress to control elevation, horizontal position, dimensions and configuration of structures/improvements included in the Project Drawings. As-built Survey —'fhe measurements made after the construction of the improvement features are cotnplete to provide position coardinates for the features of a project. 3. Construction Stakin� — The placement oi stakes and markings to prov�de offsets and elevations to cut and fi11 in order to locaie on the ground the designed structUres/improvements included in the Project L7rawings. Construction staking shall incIude staking easements and/or right of way if indicated on the plans. 4. Survey "Field Checks" — Meas�rennents ma�e after construction staking is completed and before canstruction wark begins to ensure that structures marked on the ground are accurately located per Project Drawings. B. Teck►nical References I. City of Fort Worfh — Construction Staking Standards (availabfe on City's Buzzsaw website) — 01 7l 23.16.01 _ Attachment A_Survey Staking Standards 2. City of Fart Worth - Standard Survey Data Collector Library (fxl} files (avaiIable on Ciry's Buzzsaw website). 3. Texas Department of Transportation (TxDOT} Survey Manual, latest revision 4. Texas Society of �rofessional Land Sutveyors (TSPS}, Manual of Practice for Land Surveying in the Staie of Texas, Category 5 1.4 ADMINISTRATNE REQUIREMENTS A. The Contractor's selection of a surveyor must comply with Texas Go�ernment Code 22�4 (qualifications based selection) for this project. 1.5 SLTSMITTALS A. Submittals, if required, shall be in accordance with Section O 1 33 00. B. All submittals shall be recei�ved and reviewed by the City prior to d�livery of wark. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Field Quality Con#rol Submittals CITY OF F'DIiT WOR'fH 2O18 BOND YEAR 3, CONTRACT 9 3TANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S CITY PROJEC`C No. 101472 Revised February 14, 2018 01 71 23 - 3 CONSTRUCTION S7'AKENG ANI� SUAVEY Page 3 of 8 1. Documentation verifying accuracy of field engineering work, including coordinate conversions if plans do not indicate grid or ground coordinates. 2. Submit "Cut-Sheets" conforming to the standard template provided by the City (tefer to Ol 71 23.16.01 — Attachment A— 5urvey Staking Standards). 1.'� CL05EOUT SUBMITTALS B. As-built Redline Drawing Submittal 1. 5ubmit As-Built Survey Redline Drawings documenting the locations/elevations of constructed improvexttents signed ar�d sealed by Regisiered Professional Land Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 — Attachment A — Survey Staking Standards) . 2. Contractor shall submit the proposed as-built and completed redline drawing submittal one (1) week prior to scheduiing the project final inspection for City review and comment. Revisions, if necessary, sha11 be made to the as-built redline drawings and resubmitted to the City prior to scheduling the construction final inspection. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] �.9 QUALITY ASSURAIliCE A. Construction Staking 1. Construction s�aking will be performed by the Contractor. 2. Coordination a. Contact City's Project Representati�ve at least on� week in advance notifying the City of when Construction Staking is scheduled. b. It is the Contractar's responsibility to coordinate staking such that construction acti�ities are not delayed or negatively impacted. 3. General a. Contractor is responsible for preserving and maintaining stakes. If City surveyors are rec�uired to re-stake for any reason, the Contractor will be responsible for costs to perform staking. If i:n the opinion of the City, a suiiicient number oi stakes or markings have been iost, dcstroyed disturbed ar omitted that the contracted Work cannot take place then the Contractor will be required to stake or re-stake the deficient areas. B. Construciion Survey 1. Construction Survey will be performed by the Contractor. 2. Coordination a. Contractor to verify that harizontal and vertical control data established in the design survey and required for construction survey is available and in place. 3. General a. Construction survey vvi�l be performed in order to construct the work shown on the Construction Drawings and specified in the Contract Documents. b. For construction methods other than open cut, the Contractor shall perfarm construction survey and verify contral data including, but nnt limited ta, the following: 1) Verification that established benchmarks and control are accurate. C1TY OF I'OR'f WORTH 2O18 SON� YEAR 3, CQNTRACT 9 STANDARD CONSTRUCTION SPECIFICATION []OCUM�N'1'S CITY PRQJECT No. L01472 Revised February l4, 2018 01 71 23 - 4 CQNSTRUC'f]OIV STAKING AND SURVEY Fage 4 of 8 2) Use af Benchmarks to furnish and maintain all reference lines and grades for tunneling. 3} Use of line and grades to estabIish the location of the pipe. 4) Submit to the Cfty copies of fieId notesused to establish all lines and grades, if r�quested, and allow the City to check guidance system setup prior to beginning each tunneling drive_ 5) Provide access for #he City, if reguested, to �erify the guidance system and the line and grade of the carrier pipe. 6) The Contractar reznains fully responsible for the accuracy of the work and correction of it, as required. 7) Monitor line and grade cantinuously during construction. 8) Recard deviation with respect to design line and grade once at each pipe joint and submit daily records io the City. 9) If the insta�lation does not meet the specified tolerances (as outlined in Sections 33 OS 23 and/ar 33 OS 24), immediately notify the City and correct the installation in accordance with the Contract Docurnents. C. As-Built Survey 1. Required As-Built Survey wiIl be perFormed by the Contractor. 2. Coordinatian a. Coniractor �s to coordinate with City to confirm which features require as- built surveying. b. It is the Coniractor's responsibility to coordinate the as-built surv�y and req�aired measure►nents for items that are ta be buried such that constrtaction acti�ities are not delayed ar negatively impacted. c. For sewer mains and water mains 12" and under in diameter, i# is acceptable to physicaily measure depth and mark tha Iocation during the grogress of cor�struction and take as-built survey after the facility has been buried. The Contractor is rasponsible for the quality control needed to ensure accuracy. 3. General a. The Contractor shall provide as-built survey including the elevation and location {and provide written docUmeniation to the City) oiconstruction features during fhe pro�ress of the construction including the following: 1) Water Lines a} Top of pipe elevatzons and coardinates for waterlines at the foliowing locations: (I} Minimum evez-y 250 iinear feet, including {2} Horizontal and vertical points af inflection, curvature, etc. (3) Fire lina tee (4) Plugs, stub-o�ts, dead-end lines (5) Casing }�ipe (each end) and all buried fittings 2) Sanitary Sewer a) Top of pipe elevations and coordinates for force mains and siphon sanitary sewer lines {non-gravity faciiiiies) at the following Ioca#ions: (1) Minitx�um every 250 linear feet and any buried fittings (2) Horizontal and verticaI points of inflection, curvature, etc. 3) Siormwater — Not Applicable CITY OF FORT WORTI� 2fl18 BOND YEAR 3, CON�'RACT 9 STANDARI] CQNSTRUC"t'[ON SPECIFICATION DOCUMENTS CITY PR07EC'I' No. 101472 Revised February 14, 2018 017123-5 CONSTRUCTION 5TAKING ANU SURVEY Page 5 of 8 The Contractor shall provide as-built survey including the elevation and location (and provide written documentation to the City) of construction features after the construction is campleted including the following: 1) Manholes a) Rim and flowli ne ele�ations and coordinates for each manhole 2) Water Lines a) Cathodic protection test stations b) Sampling stafions c) Meter boxes/vaults {All sizes) d) Fire hydrants e) Valves (gate, butterfly, etc.) t] Air Release valves (Manhole rim and vent pipe) g) Blow off valves (Manhole rim and valve lid} h) Pressure plan� val�es i) Underground Vaults (1) Rim and flawline elevations and coordinates for each Underground Vault. 3) Sanitary Sewer a) Cleanouts (1) Rim and flowline elevations and coordinates for each b) Manholes and 7unction Structures (1) Rim and flowline elevations and coordinates for each manhole and junction structure. 4) Stormwater — Not Applicable 110 DELIVERY, STORAGE, A1VD HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY PART 2 - PRODUCTS A. A construction survey will produce, but will not be limited to: 1. Recovery of relevant control points, points of curvature and points of intersection. 2. Establish temporary horizontal and vertical control eievations (ber�chmarks} sUfficienily permanent and located in a manner to be used throughout construction. 3. The location of plar�ned facilities, easements and improveznents. a. Establishing final line and grade stakes for piers, floars, grade beams, parking areas, uiilities, streets, highways, tunnels, and other construction. b. A record of revisions or correciions noted in an orderly manner for reference. c. A drawing, when required by the client, indicating the horizontal and �ertical location of facilities, easements and improvements, as buiIt. 4. Cut sheeis sY�all be provided to the City inspector and Survey Superintendent for all construction staking projects. These cut sheets shall be on the standard city template which can be obtained from the Sur�vey Superintendent (817-392-7925). 5. Digital survey files in the following formats shall be acceptable: a. AutoCAD (.dwg} b. ESRI Shapefile (.shp) CiT'Y OF FORT WOR'CH 2D18 SOND YEAA 3, CONTRACT 9 STANDARD CdNSTRUCTION SPECIFICAT[OIZ DOCUMENTS CITY PROJECT 3Vo. 101472 Revised February 14, 2019 017123-6 CaNS'IRUCTION 5`I'AKING AND SURVEY Page 6 of S c. CSV file (.csv}, formatted with X;tnd Y c�rt�r;iinates in _,�ra�.�te columns (use star4E�.*cE template�, ifavailable� Survey files shall include verticaI and horizontal data tied to original project canirol and benchmarks, and sha11 include feature descri�tions PART 3 - EXECUTION 3.1 INSTALLERS A. Tolerances: 1, The stal�ed location of any improvement or facility shou�d be as accurate as practical and necessary. The degree of precision required is dependent on many factors all of which must remain judgmental. The tolerances listec� hereafter are based on generatities and, under certain circumstances, shall yield to speci�c requirements. The surveyor shall assess any situation by re�iew af the o�erall pians ancE through consultation with responsible parties as to the need for specific iolerances. a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical tolerance. Harizontal alignment far earthwork and rough cut should not exceed 1 A ft, tolerance. b. Horizontal alignment on a structure shall be w�thin .D.lft tolerance, c. Pa�ing or concrete for streets, curbs, gutters, parking areas, drives, alleys and walkways shall be located within the confines of the site boundaries and, occasionally, along a boundary or any other restrictive tine. Away irom any restrictive line, ihese facilities should be stakec� with an accuracy producing no mare than OASft. tolerance from their specified locations. d. Underground and overhead utilities, such as sewers, gas, water, telephone and eleciric lines, shall be located horizantally within their prescribed areas or easements. Within assigned areas, these utilities should be staked with an accuracy producing no more than 0.1 ft tolerance from a specified iocation. e. The accuracy required for the vertical location of utilities varies widely. Many underground utilities reqUire only a minimum cover and a tolerance of O.l ft. should be maintained, Underground and overhead utilities on planned profile, but not depending on gravity flow for performance, should not exceed 0.1 ft. tolerance. B. Surveying instrumen#s shall be kept in close adjustment according to manufacturer's specifications or in compliance to standards. The City reserves the right to request a calibration report at any time and recommenc�s regular maint�nance schedule be performed by a certified technician every 6 months. 1. FieId rr�easurements of angles and distances sha11 be done in such fashion as to satisfy the closures and tolerances expressed in Part 3.1.A. 2. Vertica] locations shall be esiablished from a pre-estabIished benchmark and checked by closing to a different bench mark on the same datUrn. 3. Construction survey fieid work shall correspond to the client's plans, irregularities or conflicts found shalt be reported promptly to the City. 4. Re�isions, corrections and other pertinent data shall be logged for future reference. CITY OF FORT WOR'CH 201& IIOND YEAR 3, CO1V'PRACT 9 STANDARD CONS`fRUCTIpN SPECIFYCATIOFV DOCUMENTS CITY PROJECT No. 101472 Revised February f4, 2018 ai �3 2s-� CDN51'RUCTIOiJ 3TAKING AND SURVEY Page 7 of 8 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR 1 RESTORATION A. If the Contractor's work damages or destroys ane or rrzore of the controI monuments/points set by the City, the monuments shall be adequately referenced for expedient restoration. 1. Notify City if any control data needs to be restored or replaced due ia damage caused during construction operations. a. Contractor shall perform replacements and/or restorations. b. The City may require at any iime a survey "Field Check" of any monument or benchnnarks that are set be verified by the City surveyors before further associated work can move farward. 3.6 RE-YNSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTR4L A. It is the Contractor's responsibility to maintain a11 stakes and control data placed by the City in accordance with this Specification. This includes easemenis and right of way, if noted on the plans. B. Do not change or relocate stakes or confrol data without approval from the City. 3.8 SYSTEM STARTUP A. Survey Checks 1. The City reserves the rigYtt to perform a Survey Check at any tinne deemed necessary. 2. Checks by City personnel or 3`a party contracted surveyor are not intended to relieve the contractor of his/her responsibility for accuracy. 3.9 ADJUSTING [NOT USED] 310 CLEANING [NOT USED] 3.11 CLQSEOUT ACTIVITIES [NOT USED] 3.l � PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTI4N Re�ision I.og CITY OF FORT WORTH 2O18 80ND YEAR 3, CON'fRACT 9 STANDARi� CONSTRUCTION SPEC�PICATION DOCUM�N'I'S CTTY PROJECT No. 1O1472 Rc�ised Rebruary 14, 2DI8 01 71 23 - & CONSTRUCTION STAKTNG AND SURVEY Page 8 of 8 DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson Added instruction and madificd measurement & payment under 1.2; added 8/31/2017 M. Owen �eFnitions and references under 1.3; modified 1,6; addcd I.7 closeout su6mittal requirements; modi 6ed 1.9 Quality Assurance; added PART 2— PROD[JCTS ; Added 3.1 Insta[lers; added 3.5 Repair/Restoration; and addec! 3.8 System Starlup. Removed "blue text"; revised measuretnenE and payment sec�ions for Construction Staking and As-Built Survey; added refercnce to selection compliance with TGC 2/14/201 S M Owen 2254; rc�ised action and Closeout submittf►1 reqairements; added acceptable depth measureenent criteria; revised list of items requiring as-built sur�ey "during" and "after" construcGon; and revised acceptab�e digital survey �le format CITY OF FORT WQRTII 2018 BOND YEAR 3, CON'fRACT 9 STANDARD CONS37iUC770N SPECIFICATIOIV DOCU11�lENTS CITY PZiD7EC'I' No. 101472 Revised February 14, 2015 . �. ����io� 0� i123.01 -� A���c���n� A Surv�� St��in� S���dards February 2017 Q:�Specs-Stds Governance Process�Temporary Spec Files�Capital Delivery�Cap D�li�ery �iv D1�01 71 23.16.01_Attachment A_5ur�ey Staking 5tandards.docx Page 1 of 22 These procedures are intended to pro�ide a standard method far construction staking services associated with the City of Fort Worth projects. These are not to be considered all inclusi�e, but anly as a general guideline. For projects on TXDOT right-of-way ar through joint TXDOT participatiorr, adherence to the TXD07 Survey tWanuaf shall be follotnred dnd if a discrepanty arises, tlae TXDOT manual shall prevaril. (htt : onlinemanuais.txdot. ov txdotmanuals ess ess. dfj If you ha�e a unique circumstance, please cvnsult with the project manager, inspectar, or sur�ey departrnent at 817-392-7925. iable of Contents I. City of Fort Worth Contact Information II. Construction Colors III. Standard 5taking 5upplies IV. 5urvey Equipment, Control, and Datum Standards V. Water Staking Vi. Sanitary Sewer Staking VII. 5torm Staking Vlll. Curb and Gutter 5taking fX. Cut Sheets X. As-built Survey 0:�5pecs-Stds Gavernance Process�Temporary Spec Files�Capital Delivery\Cap �elivery di� 01�0171 23.].6.01_Attachment A_5urvey Staking Standards.docx Page 2 of Z2 I. Sur�e De artment Contac� Information Physi�al and mailing address: 8$51 Camp Bowie West Boule►rard Suite 300 Fort Worfh, Texas 7611f, Offi�e: (817) 392-7925 Survey 5uperintendent, direct line: (817) 392-8971 II, Consiructi�n Colors The following colors shall be used for staking or identifying features in the field. This includes flagging, paint of laths/stakes, paint of hubs, and any identification such as pin flags if necessary. �����tY Cofor PROPQSED EXCAVATION WHf�E ALL ELECTRIC ANb CONDUITS -- - PQTABLE WATER " GAS OR OIL ��,����r TELEPHOME/FIBER OPTIC p���}�E SURVEY CONTROL POINTS, BENCHMARKS, PitOPERTY CORNERS, RIGHT-OF-WAYS, AND p� �y�{ ALL PAVING INCLUDING CURB, SIDEWALK, BUlLDING CQRNERS SANITARY SEWER _ IRRfGATION AN� RECLAiMED WATER - :,� III. Stanciard Siaki� Su lies O:�Specs-Stds Go�ernance Process�Temporary Spec �iles\Capital Delivery�Cap Deli�ery Di� 01�0171 23.16.01 Attachment A_Survey Staking 5tandards.docx Page 3 of 22 Item IVRinimum siie IV. S�rVe� Equiprnent, Cor�trol, and Datum Standards A. Ci#y Benchmarks All city benchmarks can be found here: htt : fortworthtexas. o� itsolutions GIS Loolc for `Zoning Maps'. Under'Layers' , expand `Basemap Layers', and check on `Benchmarks'. B. Conventional or Robotic Total Station Equipment I. A minimum of a 10 arc-second instrument is required. II. A copy of the latest calibration report may be requested by the City at any time. It is recommencled that an instrument be ca�ibrated by certified technician a# least 1 occurrence e�ery 6 manths. C. Network/1l.R.5. and static GPS Equipment I. It is critical that the sur�eyor �erify the correct horizontal and �ertical datum prior commencing work. A site calibration may be required and shall consist of at least 4 control points spaced e�enly apart and in varying quadran#s. Additianal field checks of the horizontal and ver�ical accuracies shall be completed and the City may ask fior a copy of the calibration report at any tirne. II. Network GP5 such as the Western Data Systerns or SmartNet systems may be used for staking of property/R.O.W, forced-main water lines, and rough-grade only. No GP5 stakin for concrete sanita sewer storm drain final rade ar an thin that need5 vertical radin with a tolerance of D.�S' or less is allowed. D. Control Points Set {. AII control points set shall be accompanied by a lath with the appropriate Northing, Easting, and Elevation (if applicablej of the point set. Conirol points can be set rebar, `X' in concrete, or any other appropriate item with a staf�le base and of a semi-permanent nature. A rebar cap is optional, but preferred if the cap is marked `control point' or similar wording. II. Datasheets are required for afl control points set. Da�asheet shouEd include: A. Horizontal and Vertical Datum used, Example: N.A.D.83, North Central Zone 4202, NAVD 8S Ele�ations B. Grid or ground distance. — If ground, pro�ide scale factor used and base point coordinate, Exampfe: C.S.F.=0.999125, Base point=North: 0, East=O C. Geoid model used, fxample: GEOIDI2A O:�Specs-Stds Governance Process�Temporary 5pec FE1es�Capital Delivery�Cap Delivery �iv 01�0171 23.16.01 Attachment A�Survey Staking 5tandards.docx Page 4 of 22 E. Preferred Grid Datum Althaugh many plan sets can be in surFace coordinates, the City's preferred grid datum is listed belaw. Careful consideration must be taken to verify what datum each project is in priorta beginning wor�C. It is essential the surveyor be familiarwith caordinate transfor►nations and �ow a grid/surface/assumed caordinate system affect a project. Pro'ected Coardinate System: NAD_19�3_5tatePlane_TexaS_North_Central_FIPS_4202_Feet Projection: Lambert_Conformal_Conic Fafse_Easting: Z968500.q000D000 Faise_Northing: 65f 1666.66666667 Central_Meridian: -98.50000000 5tandard_Parallei_1: 32.13333333 5#a n da rd_Pa ra I le I_2: 33.96666667 Latitude_Of Qrigin: 3i.66566667 Linear EJnit: Foot US Geographic Coordinate System: GCS_North_American_1983 batum: D_North_American 1953 Prime Meridian: Greenwich Angular Unit: Degree Note: Regardle�s of what �latum each particu�ar .projrct is in, deli�erables ta the C�ty must be con�erted/translated into this preferred grid datum. 1 copy of tf�e deliverabfe should be in the prajec# datum (whaiever it may be) and 1 copy should be i� the NAD83, TX Narth Central 42Q2 zdne. See Preferred Frle Nami,�c� Conven,tion befow F. Preferred Deliverable Format txt .csv .dwg .job G. Preferred Daia Format P, iV,E,Z, D,N Point Number, Northing, Easting, Elevation, Description, Notes (if applicable) H. Preferred File Naming Convention This is the preferred format: City Project Number bescri�tion_Datum.csv Exam le for a ro'ect that has surface coordinates which must be translated: File 1� C123g_As-built of Water on Main Street_Grid NAD83 TXSP 4202.csv O:\5pecs-5tds Governance Process�Temporary 5pec Files�Capital Deli�ery�Cap Qeli�ery Di� D1\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 5 of 22 File 2: C1z34 As-built of Water on Main Street_Project Specific Datum.cs� Exarn le Con�rol Siakes O:�Specs-5tds Governance Process�Temparary Spec Files�Capitai �elivery�Cap Delivery Div 01�0171 23.16.01 /�ttathment A_Survey 5taking Standards.docx Page 6 of 2z � � � � � � � � � � W m � � � � � � � � d � _ if l Q J f17 w � m � � ���� � O � � � � � � EL. = 10�. �f�' � � m � � � � � - � � _ O � [1. J CI� - J C� f1J CC J � m � � � p � � � CP �1 �_�� �v=�000.00 � �.�_.___ �, aw � ~ � w � � � � � � 4 _ � � � � - _ � �_f? � � _ J � l.� ~ W d � �1 w � � [�3 W � d 7 u Cf � r� �=�000.aa ��___= � � 1l. Water Stakin Standards O:�Specs-5tds Go�ernance ProcesS�Temporary Spec FileS�Capital Deli�ery�Cap �elivery Div DI\0171 23.16.01_Attachrnent A_Survey Staking Standards.docx Page 7 of 22 A. Centerline Staking — Straight Line Tangent5 I. Offset lath/stakes e�ery 200' on even stations II. Paintecf blue lath/stake only, no hub is required III. Grade is to tap of pipe (T/PJ for 12" diameter pipes or smaller IV. Grade to flow line {F/�) for 16" and larger diameter pipes V. Grade should be 3.50' below the proposed #op af curb line for 10" and smaNer diameter pipes VI. Grade should be 4.00' belaw the proposed top of curb line for 12" and larger diam�ter pipes VII. Cut 5heets are required on all staking and a copy can be rece��ed from the survey superintendent Optianal: Actual stakes shal! consrst of a 60D nai! or hub set with a whisker B. Cen#erline Stal�ing - Curdes I. lf arc length is greater than 100', POC (Point of G�rva#urej offset stakes should be set at a 25' interUal II. Same grading guidelines as above III. Staking af radius points af greater than 100' may be omitted C. Water Meter Boxes I. 7.0' perpendicular offset is preferred to the center of the box II. Center of the meter should be 3.0' behind the proposed face of curb III. Meter should be staked a minimum of 4.5' away from the edge of a dri�eway IV. Grade is to top of box anck should be +0.06' higher than the proposed top of curb unless shown otherwise on the plans D. Fire Hydrants I. Center o# Hydrant should be 3A' behind proposed face of curb I!. Survey offset stake should be 7.0' from the center and perpendicular to the curb line or water main III. Grade af hydrants shouid be +0.30 higher than the adjacent top of curb E. Water Val�eS �e Vaults I. Offsets should be perpendicular to the proposed water main II. RIM grades should oniy be provided if on plans Exart�rple Water Stakes p:�5pecs-Stds Governance Process�Temporary Spec Fifes�Capital Deli�ery\Cap Delivery Di� 01�0171 23.16.D1 Attachment A 5ur�ey Staking Standards.docx Page 8 of 22 � � � � � � � � � � �� � (f7 � � � � � � c� z � d � q W v � _ } � � 4 � � � a � I7` []f5 � W/L sTA=2t40�� C-3,62 I �, ' �� 7L l � � ` � � �. � � � �-, � �' � ���W � M � � ��`'aa � a �` r� c.i i� ; � j _ _. �; 7� 0�5 � i+d�L � w STA=9+72_81 � C-3.81 � �� W • I� ❑ � o � �� V7 Y � i � � � � � iql7 _q,- yp1.1S' H LJI �. �� - o` � �� �� �, � �-� 0` �_I Z �!- � � �� ,�� �� �c } �� 1 � � � � � � ' � d ��.•x,� .r � � � 7 ��-5 � I .� � � � r -❑ � '= '� � �� _.� �� � .- � � � �. � .; G , � �: a � a � �� r w w (5 r 4. Z 5; .••-� � Z Z � W .[: r � �. � W �� F F �� � r�? � � � ____�� � � �Q 7� �,.� iL=.^�- ��. � � ��� p���r��� sra=o+¢a'I ��: �-3.�a � � � p � V7 � � � ti-/ f y €y r � 1a1 - 106.4 � U _ � 4 it 2 F � � 4 v a �a W aa � x IIl. Sanitard Seuver Stakin� � � � � �7 �� _ �- ,. �w �a, ��� J = � �� W d a W J d�� � ���� W. � m�J =ma � O:\Specs-Stds Go�ernance �rocess�Temporary Spec Files�Capital Delivery�Cap peli�ery Di� 01�0171 23.16.01_Attachment A_5urvey 5taking Standards.docx Page 9 of 22 A. Centerline Staking — Straight Line Tangents I. Inverts shafl be field �erified and compared against the plar�s before staking II. Painted green lath/stake WITH huh and tatk or marker dot, na flagging required III. 1 ofFset stake between manholes if manholes are 40Q' or less apart IV. Offset stakes should be lotated at even distances and perpendicular to the centerline V. Grades will be per plan and the date of the plans used should be noted VI. If multiple lines are at one manhole, each line shall have a cut/fill and direciion noted VII. Stakes at every grade break Vllf. Cut sheets are required on all staking Dptional: Actuul stakes sha!! consist of a bOD nail or hub set with a whisker 8. Centerline Staking — Cur�es I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval li. 5taking of radius points of greater than 100' may be omitted C. Sanitary Sewer fi�anholes I. 2 offset stakes per manhole for the purpase of pro�iding alignment to the contractor II. Flowline grade should be on the lath/s�ake far each flowline and direction noted II1. RIM grade should only be on the stake when provided in the plans 0:�5pecs-Stds Governance Process�7emporary Spec Files�Capital Delivery\Cap Delivery �iv D1�D171 23.16.OJ. Attachment A_Sur�ey 5taking Standards.docx Page 10 of 22 �xarriple Sanitary Sewer Stakes r ���� � � � � �� ��� W ,, �� � ��.; �'�� � � c� �I � � . ` � � � ��� � �� � � � LL ' �� � � — _ - - �� 7' kJf S� SS �� II sra�s+Tt°g��u� c-a� W z c-a� � c-P°i . � � � � � -z n � r� � � Sry � �� I � � �J 2 x � � c � w � � �� H � � � � �c ` �r�d�oo � U _ - - —� - f ?3ua¢� 1 P �-' � i �� 0/5 � ss �� � sr��a+�i�� �� c-.�� JI �� c.-a�� � �a� � = g � � "'r � � � ���� k ��� � � Y � � � ¢���4' �I'1 �� � �...J F� � � i I�i��r'- �` ' rk'3• �� C� -� � � � � � � � 7' t}%$ � $�a £T4=1+BS�7�`��' �4� � ' i � ,_ � � � � J N 4 €_L � JI � a U} � � � � � S -r � � � w¢ � �I � �� �� � ss � lL n a � � �� a 6 � � � W � O � I.. � �� 7 = �� � � �� i � � i �� -` , �� � � � �W �� �W �� � Uo�� 1 i r� ' � r 3n m rn 4 �n + � � �� � � � ��x � F � �� F=� �� �� � LL+� �` ��a� � F � F F � Ow � � ��� � � � �� �a a� �o � �rc4 n I ,�� 2s� '} ( Wd� � �d� �� � gS � sr.�o-+oa�x c-s �,`w_c-s��� Ftn � ; i ?' ��' f�_ �� F � � � � �� �}'��r 4��� � 3 aW� � L� � � ��� . r m z � r C.7 � �� �� �a� �} � r12' �fs � ss = Cs�w.no � e-a� ��� �s��a c-o� � �_� � �� �,�� _��3 w �'� � � a.;� ax � � �.1_ Q �ni� c�� �o ca '� t' ��o �rr � � �a +� F � �� �� �� N w� Z � �W ai m� � O 2 � 4' O:\Specs-Stds Governance Process�Temparary Spec Files\Capital Deli�ery�Cap Deli�ery Di� 61\017i 23.16.01 Attachment A_Survey Staking Standards.docx Page 11 of 22 VII. Storm Sewer �s Inlet Stakir�g A. Centerline Staking — Straight Line Tangents I. 1 offset stake e�ery 240' on e�en stations II. Grades are to flowline of pipe uttless otherwise shown on plans III. Stakes at every grade break IV. Cut sheets are required on all staking Optional: Actua! st'akes shal! consist of a 60D nail or hub set with a whisker B. Centerline 5taking — Cur�es !. If arc length is greater than 100', POC (Point of Curvature} offset stakes should be set at a 25' inter�al II. Staking of radius points of greater than 100' may be omitted C. Siarm Drain Inlets I. 5taking distances should be measured frorn end of wing II. Standard 10' Inlet = 16.00' �otal length lll. Recessed 10' Inlet = 20.0�' total length IV. Standard doubke 10' inlet = 26.67'total length V. Recessec4 double 10' inlet = 30.67'total length D. Storm Drain Manholes E. 2 offset sfakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direetian noted lil. RIM grade should only be an the stake when provided in the plans O:�Sp.ecs-5tds Go�ernance Process�7emporary Spec Files�Capital Deli�ery\Cap Delivery Di� 01�01 71 23.16.01 Attachment A_Survey Staking Standards.docx Pag� 12 of 22 �xample Storm Inlet Stakes 8�1GI{ (soe F�anc a.aw] P�INT } �[j� 5�., I� �ee rzEvwnnr � FI��NT {�IDE FACING �) � � � � n � m a � � .r m � � � "`Eii �:: i�o ih4i:-}i � � E7JD OF THE �V1N� � BEING STA}{Eb -q � lNLET STATION t i'� N47Ep UN FLkNS] N k= _ [r;�c� ��nFles c��o� �r�� . '�[7F OF CUR9 � + O �+ �� �; iuEN IR1ES CRRpE rG� ' DY�lJy' 4] I � �" B A�K {SOE FA�NG R.4W.� 71N' $ �;. .�'i ilU9 FiEVJ4TJ. � o ��� FF� � N T (SIDE FAGI�IG �) � � � � .n �i :� �z � � � � � � l6ETI71FlES yrr{ICf: ;t� � EN� pF 7}iE YANG �� BOTIG S'TAKEp 1 , � � Tf� � � .� � � C7 i � . � �~ ~ - � SiANUAftD 10' 1B' � '— i HUB iMhi T�••, ._ _ ��c�c c�' aar� _ — --' F'LiYhY.IME J � �h17fiE 4F PlsYEME�iT RECESSE[1 10' — 2£�' S"fANbfRO D4U8LE 1U' — 2fj.4� �� _ _ � .w. _ FiECE55E6 OfX1BLE 70_ �'JO�6Y _ _ �.. .� _ f """ _.. .... — —�4•�� � f I earx oF ir��r i . . ' . _ 'T-.; . ' �i � �d w'A�• : y..:'•, � ;Za.;. N� .: µ. �� a� ,�� #,[AHNQLE . # ni RfM Q � �� + .. � r'" � f I :.{ _,� � ;-t: - FACE OF INLET . �.�={3.� _ " .1 FPr:E OF INI�7 •• EbC+£ OF PAVEh1ET17 EUi� �+F F31�.CK OF CUR9 -- Fl2}lir3.JNE —......� �EC7GE {#' PRI+E/AEYJF— — O:�Specs-Stds Go�ernance Process�Temporary 5pec Files\Capital Deli�ery�Cap �elivery Div Q1�0171 23.16.01_Attachment A_5urvey Staking 5tandards.clocx Page 13 0{ 22 VI�L Curb ar�d Gutter Stakin A. Centerline 5taking — Straight Line Tangents V. 1 offset 5take e�ery 50' on e�en statians VI. Grades are to tap of curb unless otherwise shown on plarts VII. Stakes at every grade break VIII. Cut sheets are r�quired on all staking Opiional: Attua! stakes shal! consist of cr bOD nai! or hub set with a whisker B. Centerline 5taking— Curd�s �11. If arc length is greaterthan 100', POC (Point of Curvature) affset stakes should be set at a 25' interva! IV. Staking of radius points of greater than �00' may be amitted O:�Specs-Stds Governance Process�Temporary 5pec Files�Capital Delivery�Cap �elivery Di� 01�01 71 23.16.01 Attachment A�Survey Staking 5tandards.docx Page 14 of 22 Exar��le CurF� � Gutter S�akes FR��JT �SIDE FACIN� �) L.]flLf� (SIDE FACING R.4,Yl) POINT � 4 � ��� , HUB ELEVA • O „A� �— �.A�1{ OF FACE 0 FR�NT (51DE FRCING �) � n � 9JC �. ;� � w... .. ^ FRONT ,a�,��,Es �„ {SaE FACINC ¢j PUINT pF FR 0 N T �y TANSFNT / {�DE FAClNG �} tia � ■� { � ¢ p� m O + + � Pl i � F � .� ����� ..r5t� �. O � O rfT, � ���� B.," C11R9 . �--� � � � � :.F 3 �rti + 6 � � + -�, N i i i i � � �� f I I i � � €ll f �,y.� If� I h,rFta �,,. ��J=;' Y1P 1 CIIR� i � i} I I 3 I �7 � riD GRA�E ON� - 4 � � � RAPIUS PdNTS �' - — � I � � P � � J i � i 3 _... . .. _ ; �-_..— . __ � 1 � s 1 ' � ' _ 1! I ti ri I ~ _� •�e��- r r1 f � � -. ..` - ��' x� { � ? f ' � — � 7���f f/ l � � � � � � � ��o- l� ! T i f i �"� /�}f � �� �} � � / �' / { f � �� � f ! �;�� �� / ! — T�JF C%F CU�CE r-Yy - _-�"'� ���# f ��s�� _ �F ��� � �� �' ,r._ `�I �� __ � f� I r' ,/ ��y � ���+ CfJ�;B ``� �-- �-�l.... � ~Y� _ r-� _ - � ����} ������ ~ "� �M t� � ci.�RB L � �__l..— x���j�?������ FL� V�rLI h!E Ed�E O� PAVEfi�AENT Exarn le Curb � Gutter Stakes at Iniersec�ion O:\Specs-Stds Governance Process�iemparary Spec Files\Capital Deli�ery\Cap Deli�ery Div 01�0171 23.16.01_Attachment A_5urvey Staking 5tandards.docx Page 15 of 22 � � �"o - �-- 4, Wd�� � � � ooe, . _ � � � � Ea' o/s� ��srn=z+av� � F+o� � � w _ W _. _.. L� � � � .., F � �a� w� ,0� ' �'' } q. � _ _ n¢z , a3� �_ :� � � � �'� � c J *� o f � � �� i 2 �[]Y 0 � 3� �,�� �Ww¢ t}��t"l Od�� ���x � � Y� � d� �� D�F�°'.4 .y 74'. #� I I� t1l = %HN' 310 µ'W '_ I �J T� '�4 �`��� --- 6 F G1�2 U � � a w � ae � � � �Zi�a O �Q�n � _ � P . ��� % O�qa � � [i q O a � ydn 4F �� �� o��a �\ �Q� . � \ _ — ._ ,$ ,ia w S} Z p F � q�(i u~r ¢ a � o � � � � � �-- �-a�`��a�i a �� 'b�i°C7i s �� _W � ' Y ` �rr � ���'� i��m p ���� � ���� � m LL�d � � � �9 a�n3 �o �o�a Q � 37NYiSIL3 '""yYl .OS 1 GY W � � I r � �� �4 �° � 8 \ -�-�3`� �Q \ �, � � �a� �� ��Q� _,^ ��' 1w � C7 ,�'�•'�, � w i ��--- Y� � � d-- — — - W � � �s r. � — - �� � O:�Specs-Stds Governance Process�Temporary 5pec Files�Capital Deii�ery�Cap Delivery Di� 01�0171 23.16.01 Attachment A_Survey 5taking 5tandards.docx Page 16 of 22 iX. Cu� Sheets A. �ate of field work B. Staking Method {GpS, total station) C. Project Name �. City Project Number (Example: Cp1234} E. Location (Address, tross streets, GPS toordinate) F. 5urvey company name G. Crew chief name H. A blank temqlate can be obtained from the survey superintende�t (see item f abovej Standard Cit Cut Sheefi Date: ❑ TOTAL Staking hAethod: ❑ GPS STATION LOC,qTiOW: Ciiy Project Number: Project PEame: 0 OTHER COP�SULTANT1COi�TRAC70R SiIRV�Y CREW lNITIALS ALL GRAD�S AI�E TO �LDiA�LINlE nR TnP nF r11RR I It�� ��¢ nTr..i�pt�oric� �inT�n PT # STATION OFFSET pEgCRIPTION PROP. v �STAKED v v -LT/+RT GRAQE ELEV. ' CUT + FILL O:�Specs-5tds Governance Process�Temporary 5pec Files�Capital Deiivery�Cap Delivery Di� 01�0171 23.16.01_Attachrnent A_Survey 5taking 5tandards.docx Page 17 of 22 X. As-b�+il� 5urde A. Definition and Purpose The purpose of art as-built sur�ey is to �erify the assei was installed in the proper location and grade. Furthermore, the information gathered will be used to supplement the City's GIS data and must be in the proper format when submitted. See section IV. As-built survey should include the following (additional items may be requested): Manholes Tap of pipe elevations every 250 feet Harizontal and vertica! pornts of inflection, curvature, ei�c. (All Fittingsj Cathodic protection test stations Sampling stations Meter baxes/vaults (AIf sizesJ Fire lrnes Fire hydranis Gate valves (rim and top of nutJ Plugs, stub-outs, dead-end lines Air Release valves {Manhole rim and vent pipeJ Blow off valves (Manhole rim and valve lidJ Aressure plpne valves Cleaning wyes Clearr outs Casrng pipe (each endJ Inverts of pipes Turbo Meters 0:�5pecs-5tds Governance Process�Temporary Spec Files�Capital Delivery�Cap [�eli�ery Div 01�0171 �3.16.D1 Attachment A_Survey Staking Standards.docx Page 18 of 22 8. Example Deli�erabie A hand written red line by the field surveyor is acceptable in most cases. This shoulcf be a copy of the plans with the point number noted by each asset. If the asset is missing, then the sur�eyor should write "f'OT FQUND" to notify the City. O:�Specs-Stds Go�ernance Process�Temporary 5pec Files�Capital Deiivery�Cap Deli�ery Di� O1�D171 23.16.01_Attachm�nt A_5urvey 5taking Standards.docx Page 19 of 22 �. ..—_ _�.� ----_.�:- �-�—_T: �y�$•S 1'seVFossY 9 Rd! OF5tlNY 1�31C6'd.lflJ � SM M73 JJJtl14(O Ll3fE3A7d�tl L3M35 Rf/�IAYS OhY H33[Vk �� ��� � ��, i. � � � � :� �'s j� � e E,,p� e � e�a as I a � d��_��8�� � i � 8E " e kpy�f, c � 8i �, jIb �p� �� ��p � � aCS� ��}� � b 3� � �■ I � .� � gw � � ��� e �I �� �e � � � � 9 � �6� � �I R ��db��dd� � � � � 9 � � � �f� 4 ��# � �� �'I �4. '�� �� � � �� � � � � �� � a e �� ������# �� , I it i i �� ��� � �� g �� s� > ��� ��� � � ��� !,� � 3�� �� ��� � �����:ef��`.� `� � � a ����6���� � g �� �1���, � R� @ � -' � _ � - �:._ �_ � � ,—, , _ _ N ' 05•bV15 3NlT N�1Yri -..:- ��?;a-1F�L w77��..�oJJpil. �y S,k �k��-3 --- -- � 3 �- - . �. . --T- nrr ` --�_i���i l�-. 2- � � � � � } .�!3� _��5+ _ --� � r �5 �� ,'��-i�r� a � � i • 1; i' i� ,a, .rr.' 'i' - - -' '-- �g�� ' — `-'� � ��z�� °��� � � , = . ::���' :_.-���_ , � � .. — ---_— ,:;� � � � � �� � �� �ir, u ��r� •' €� �� �� � . _ -.f. .. :=r��— � ::__::_ _ _ �� � � ' ii � 4. _ .- . 5� ____ .__-- _ �' i� �.'� -��--�- �? - -. _ . . lE d I�: — -__— . _. . =7_ " -_ _ --,-, �— � r^, . ..'_ .: _.L-���.-- --��� � o�� _ _—� ._.. _.. :—r — ...._ _-:. � -. . _.... _.._ .J,._ .. _._._ ._.._ .... . .i . �ocry �{ _ -- �I.� " ..—�T__'_" ""_ � T—_� �(� f I '� `� - - __J"___��'_ ___=�I—.: " � ¢ � � � ��=�1,;; _ �: _- �: � ' _ ,;--+--�—� � s p � `�� ��._-�_� +�. ....--��,�- �' � � -- -�-� - - . _ � � � � � � �-_ :_�� �:' �{�'- _.._:._._-:-_ .._� _. � � �� ��, ��_.;:- _ _ .�... _. ��� � . �,;_. _ _k :-- _ --:�; � � �!. � �� � -� �---�-�-�-��- -� �--��r�t�� � �� Ot i;� � tO � I. � ':_ ""'_'_"_..:—. .- ' { ' � 'I �, -_,:: . .. _. . _ �-F--� . _ ; � ------�-- s #„ w ' ---�----�--- � �f �F+f -�iM � - o° � �gii� � �-� —_= ��_ -_�--�-�� � � -- - . , �� _�:�,� � �._ _� � t � ��� i � � .�� - _— a. _ ,. _ . _�,�'._�_::-_ ---� ; / � ,�_.:--- - -�-� - -� �� I I , � i ` ��� , .� � ._ . ...: -'.--_��.__ -.��� _ --_. � _ � . �ri t ° � §��` I ;._—._ . . _ _ � , �' ' ' �:.:-_ �y ��������� ` I' �� � a _ _-- -., �'�_� � �' �- _ �-. � 5 ����d oi' f�; -�� �+_ � '���� _:-_-�.. _. ----- J7-- ��'�� ;4 - _ -� - � a � s� tl a � - P"s4S%+n!R� -T'+;� , - ...�� ���� - .� � , -- ,,.,;�,�'_.:��--:�=-�;� :�q�_. . :- _ .a� � y� � � 5, f ��� _ __:�,-�_� _:F -._, .. �.�.._ .r. ,� „�.M.3. � •'�; � .� e _�.-; �� �3 a _..f_.rs�:�:�:=f�-- - -� i + �� - � a��; ��, ���,.-:�-.-�� i � I �� n . . �. LL;� - . h" " � �� - � � .i� B � �E; . _1,:3' ��� ._ —. � rT� {'FF ����§�� �s ',-:� ` ��@ , _ . k ;,',�r ,= Ff' '�na:.r-t: . qi.-.r�';t �8�1�.��� �# _ 1., - ."-- ; �� � � :�-- . �-�� :;�� -I R F��--��- IIr� §,�� � . �.�. .����`4��� "�I --�.� $�K�l;; . -. �,?f1'_ -:� __-_��� Q � � � _: . _ .... _' �} ,f-_, �a e r ,� d �f i �ry �'an ' - - - ,.—�-- --. .: _-- -.- i°pa �R / IA�g �� —_' _--,-, _,_, _ "'_ 6?�4�".��� ��: ����3 @� e�.��� y � -- _ --_ -_ . �'� � 4 --'� � - � .n . . � ����t O:�Specs-Stds Governance Process�Temporary Spec Files�Capital Defivery�Cap Delivery Qi�OJ.�Q171 23.16.01_Attachment A_5ur�ey 5taking StancEards.docx Page 20 of �2 � l2'W[ hY.4tA7pV RW 3TAO57'.�JD -�'WL IF7DVQ A9f 1� 1P'IYC (FifdD I7� N.EWVE d S.ECV�YiE EXIST. !2'WiVER $A'if YNYE 8 RE�7GqFR a�.vr�' m �xlsr.a�a.v�t 'E . fNSCAflf F&2'3nll.� SLF,prY� A�QYA � htk'Y 8'� � S R@ F•�'GN£ Vf1Y�' . � k�9lD�10 � ��_ E�YbYt33T1794 6*te f�rovrd� � � 6'9 1 .. san yatn � p� �y��c�\'4\�`�\\,\ PfJ1 [i 'ki r:or � � .S� �' fldFrv/NrN A�rvh�N /SUf - Ir.�w7 RE1�YF EXlrf,� i�l!'A78l7 � r �� Il:�til �- � �� �f\ i V � �� � � - �� 3 � ,�����, r� � �� ,� �� �. ��� m � � STADd;�Fb�Sli2 . 1ffSTAtls � rf�x e�n rF� � aes.4'e vt.t.vE,'�r � .. tFlRE 1fYl::/Nflaa lfLF @'yYLK►A71' 1F,1� �Y IL GiffF VifCYE � r.�.na�o� E^?Zti29R2iN t0'f ! �f Q �'Ya'lpAlNfi�tkbel �.i�(X/l �^W.�PAI A COui BJ1e A � tYR' R,��9H37 e%�V. i�;,�r} € �_.-,,.. � �y,i A'L�.119' 6 ✓��r �`...� _ '"�'� . - ' ,' —'---� y�r . r.r� a�_ _T -- YY�����''�� �� . --, f� •.=�L rFi +tL � ��Y}FT 1 jI : .Y � ��^—�.._E�.,... i � � L7`��_�...���Y r' 'S i�� I a STAfi+P�4�1 � !8'6'L tFUh'E} f.. a-1E'#4�SiYlD s(�kYE 7 LF Of' fYW.V,ER F'1P6 ct�necr m �r '�r.Rr��va�rr r, s9s�r�sa•oa -�� � 5�.� � �t: a,v� vuvE ��„ �u,�,a,�..� �.�� � ���59�12'M7 f•!2`fSYFh7:BFN0 h�i.fl�SSfi i _ . . � �._ ;:���. i. � � .. . � � ,_ � I.- — , � __j_` =- _ � . . i . -r=��::.= ,. ��� -_ . . - ; - .-. .� _ : . ,-!-r.�_'_ ��=�' ;=?..; ; ..;--: :.__�; - �-_ � . . - . ! . 0 C,�.� �3.......,�..�•�-�-.�..-....� �" iyR�fJT'0.5£a ., . � .�AIVI�'ARY : �- : S�'�' S'H�'L� . �+`` �� -,l a��ur) �. :�� ° _ _�..; �.��z�f�; _ —� � T�'1 O:�Specs-5tds Gp�ernance Process�Temporary Spec Files�Capital Delivery�Cap Defivery Div 01\01 71 23.16.01_Attachment A_5urvey Staking Standards.docx Page 21 of 22 ���� � � �� � ��gp �� �ii'� a� � �� ��" °� 3�.E a E ° se's �� � � ��� � � ��� �� i��a e ��� �° � ���y' ����� � (�H@s � ��� .e �� ��� ��� � �i $p p � i5 pg .a $ �%�a � � :�b�i � �� �6i �i�# �!E � 4 � � �� �� �� �� � � ����� 3 ti � �� � F,� ����� �� � �d �; e° �� � � � � ��� �'ri � �����s g F y�1 S� ���'�a��� o�R � �a ���ts��aa� �a � ������E..�� � Sa � �"�'�s� 3�� �,,F ��� �. ����'��� s 3a �Y ... ....I. �... �� �' :�.:. �! ..,. �� . ... .. ;. "�_,R'Y.i.S .�?i947: r�: Y r—"'ii._.��_,�i � ^ :.::...:...:. . .. .Ti.'' _ �� ��li, �1ill�;�r. �i,�-"-� � I, Ii 1-G i ii,.ii ��i_ �i�ulJl ._ '' � - � � � � � �� �� ��� I . .�I� . i ..�hCi.__ �L:_'?pJ"--....4I. .... .[� .�. ._�..,..�'.:_ ��I i. '.i�ii�� , ... _ � '� ' ' , ....�' �'lll..i. �. �I:. -'. i� I� � "'l:.r�..�i-' - �. .._:..... i � =11�-- ..� .11..!��.,�..�,. :. F � - ��;��ir,� ; . ..�:.. �; . ... ; � , ;��; ,, �---.;.:.. �' ��� ;,�� ;,�;� -— �;;a�.l�:�':_ �::il::���:::°-,::�-...: .: :;.. � _;���.:�,..:,. Ir ' � ��� �.� . ...: I .. i r�f:':...7�:.. �i_ --'!�'1�n.�r'? �. r ��—i-:--"-- ' -- �-' � i '�` ..f.'��' __._ . - �:1;��,.;, ._ . . .Y � . ��; :._. . , .. . ''� -�I��� ''��"� �::�.r� ��:. .��.;� ���:,r�i.; u���;i� _'. � '. '' I�:..i� :�.�::': . �� � . ..ir �: i.l'_�I. qJi..' lii.... . i . ��s����� �-F� �II; :1,.�,,_;i. _:;.. . .y...,_��:;r' �..--- —� .; '. � � � —RR��- ,�� < :' � ` I �' � -' ��;:i r� , .' . . - i � i.� ,:� . i . . ��, �� �i... �8����AA��� _ I . i�'yi� 6i!�' i_ " .. � : . �'..�=Z'�=-=�"�� S� E 'I. � I� � �I I I i� �"" ' '. , �_' I; ; I �I 'a . :.��1fr ..��I�._ .. 'I ..� '_. , :���: ;. � k i �i,i .I i.. .,.. �� ��-� � -7��1 r-- li�� � ---- �'i��-.......�- ':�� �T�- � �a�u Y \ 'I I"li 1 . I: ' .. � � ry' ""1 ' "' � ..I::_. � �I-. .�'nf Illi ��' S I ��Irl� .I.:_�I �I�i �.�iF�.l'y I ��_���._�-� �'', I �:'����-':.' �' �,� I ',+� I '���!I _.. I '=j-I.� �I i ' ;,� �-���--� �I ; �;I'-;L i �: _, ii'` I—i�' ' � � � �iiy�r'� '�I .:' I�'� � : °,�:'I��-- �-' � I_���:° __�: : ;:_,. , ,.. ... . .�� � ��: . _. . h� �� ' 'f� .— .:¢:..'� : �n : �.i— �i-�- � _. _ . . �,.. �. .. . :.; ::�.....':. ,:; � � �� . � ;." :,, .� �� � ; �. �� ;� -f �-I� , : :; . � w � ,� � I. ' ...._ II ..� _:I� } -�i I-�- � _.. �.. �'� I.. ..�... .� V �i =� � . .� � _ � " .' �-i. � N ..i!F: .. . . '��...I� . �� ...._ -'��I � ..�.' �j-. � � :�14�� !� .- -? j-.i�`. � i�. ., :. ' �4i p'. t ' 3 �S � .:' j�" � I �� .ii..' �, I :�.'j �..• . ... . �^aa��' � �� . i � ..i_..:: : ' : . i5 1 �� / ���4. .._ ..I� ...I.. _.JI._" ii� ' i+• { — �—� � w , �.: . ..: .. , '�I' �� 7 ._ . �� ,�:�:�� ,. �:,, � , � ��:I �.. , .i� i�;�:..:;�. '��- - � � . �x: � . .:: . ,.. �.. . ,.... .... � ... �..;�.� ��.__..._i._.__._�i.::,;.._ �fi "+1 4 � .. _ .i . .�.... .._� :I. ' I� �' i �� � ! _ �i_.:��.,. � ' 4k: �°i. i.l . �w. . � �. ... :.,. �� -`I"" q �._.. :_ .�� i r. .:'�'. �: : ' � �i� n i' ' +j:� i._i.l._ . .. .... _ . � J.. . . . � � -I ' : :�I I' I' ,7If � �I� .I'_:i..:.. ,... _ . i .. . �:I, I'.f�,,:. ��'":�i"'. .....:. ":�;:�.'_�....� .q .:I f,�"Ij' �I�__'_i',i....... :I ' r-�i� ' r�eiz� , : : �.�,j�� .� '�`�-��-��i:� ..; � :;.��:. ::�:��� ..__ . .; ,; � � .� :�:;�::� �. ���:�,.�� �I.�_� �.�� t ����:;�!.,°�i . .. . .. • .� ,��� � , ; ��i�:� r �� . ...:,:.;. _ .. Lti,-+: ,i+ni�,�_.,�. . rr _ _., � �.J . . I . � :Sr-h9�lI�d45.-_::�I... �--'--iik_ _-i'���J�.�.'4 --$ . . � I i�'- --..--I':_I_._ � �I . ..f � 'r��ii�:'i��:I ��pa , �`'' ---'-' i i_ �.'. _� r�r'�'I . �.._ ' ._f,�'�" I�j��� . . "i II i .�'f.4'! Ji: I�I. III��It•� , =i`t;�: �I::� '�i �i; . �I. i'll ����Ae�� �Ii . "!� i� ':Ir L� ; i;.I.l:.'_: : .-I.�'.::_.. - I'::: rs r- ��i.' P�''.+'lll I I � � __.. iir:.,__: �m.:.:l� :.r��� � ..�.��',�, tic_�iP�_ i��-i�-'r � �P F.r--.:'-__:....`� {�. a __.. ��_iii�^ -- .:I J"�' I i_I�I ._ _ �'I �� r�lr�ri�F�:i:^-- .. �rn�r�'.-ti-i_��,}.�. �� ��."�:I--J�::`�,'.... , iE'� [l:� �'�:' : i . �:'` :I �:i'..T���: - �-i`� � ..i, :'��f,� .. _ .. , I� ' I �'� ', ..����I,� - "�!� 4�_... �I�' �� � ��i � i -�I;. . Il.i�. ,. \ — -���� u ��,JL .. �:i. ' � � �r. ' '� �ir'r� y k � '+�� �-. � � : �-,� ! �1' � �. � , � 6 23.16.01_Attachment A_Survey 5taking 5tandards.docx Page 22 of 2Z lo� n Page 23 of 23 23.16,Oi_Attachment A_5urvey Staking Standards.docx Obviously the .csv or .txt file canno# be signed/sealed by a surveyor in the format requested. This fs just an example and all this information should be noted when delivered to the City sa it is clear to what coordinate� system the data is in. PQINT N4. 1 2 3 4 S 6 7 S 9 10 �1 12 13 lA 15 16 17 1$ i9 20 21 zz 23 29 25 26 27 28 29 30 31 32 33 34 35 36 a� 38 39 40 41 42 43 4A 45 A6 NORT}iING 69A6257.189 6946260.893 b946307399 69A6220.582 G945195.23 6S4&190.528 6445136.D12 69A6002.267 69A6003.056 69A59$A.677 6945986.473 6945895.077 &945896.591 fi94593A.286 694593b.727 6945$35.678 6945817.488 6945759.776 6995768.SS3 6945743.318 6945723.214 fi945fi82.21 fi945&2I.902 69a5fi43.407 6945571.059 fi945539.498 69A5519.834 6945417.879 6945456.557 6945387.356 5945370.688 &945383.53 644532 i.223 69A5314.365 6945242.289 fi945233.624 6945206.483 6945142.015 69452f3.445 69Q50A9.�2 6945041.024 G345438.878 fi9450D6397 644A944.782 6944943.432 644486�.416 EASTIN6 EI.EV. 2296D79.165 2296062.141 2296038.306 2296011.025 2296015.116 2296022.721 2295992.1%5 22959i9.133 2295933.A 18 2235884.52 2295859.892 2295860.962 2295862.1$$ 2295841.9zS 2295830.441 2295799.707 2295827.tl11 2295758.b43 2Z95778.424 2295788.392 229575A394 22957A4.22 2295669.471 229573F.03 2295655.i95 2295667.803 22956i9.49 zzsssso.z� �Z95fi43.195 2Z95597101 2�9560fi.793 229561Q.559 zx�sss�,.�os �295539.728 2295570.7f5 229554a.526 2245529.305 2235557.6fi6 2295520.335 229SSZ7.395 2295552.675 2295552.147 22955].8.135 �295510.635 2295556.479 2295534.397 nescsi�nan� 726.09 SSMH RfM 725.668 GV RfM 726.$5 GV RIM 723358 5SMH RIM 722.123 GV RIM 722325 FH 719.dA8 WM RIM 713.331 WM REM 713.652 CO RiM 711.G62 SSMH RiM 710.046 Wi4A RIM 707.72 WM RIiN 708.205 WiVi RIM 709.467 WM RiM 7YO.D84 CQ RIM 707.774 SSMM RIM 708.392 SSMH RIM 711.218 SSMH RiM 710.086 GV RiM 710.531 GV REM 712.849 GV RIM 7J6.686 WM RltvF �z�ae wnrr ain� 719.737 CO RIM 727.51A SSMH RiFvl 723,3.23 WM RfM 73Z.689 WM RfM 74U.521 WM RI1V3 736.451 CO RIM 790,755 GV R[M 740.976 &V RIM 740.9U8 FM 74634 WM RiM 7A5.777 CD RIiS!! 748.454 WM RIM 749.59 SSMH RIM 751.058 WM R1M 750.853 WM RIM 751.871 WM RIlUI 752.257 S5MN RIM 751.79 WM RIiN 751.88 Vt7M RIM 752.615 WM RIM 752.801 WNl R1M 752.156 WM RIM 752.986 SSMH RIM �iF l�+h- f r�.J � . �_K,f} , _ _ i�Q 1. - � r�.A �L� � �f "t � �, , �� � ;,�� �✓ �:�Specs-5tds Governance Process�Temporary Spec Files�Capital Delivery�Ca}� Deli�ery Div 01�0171 23.16.01_Attachment A_5ur�ey 5taking Standards.docx Page 24 of 24 C. Other preferred as-built deliverable Some �endors have indicated t#�at it is easier to deli�er this in#ormation in a different tormat. Below is an examp�e spreadsheet t�at is also acceptable and can be obtained by request from the sur�ey superin#endent. O:\Specs-5tds Governance Process�Temporary Spec Files\Capital Deli�ery�Cap Delivery �i� 01�Q1 71 23.15.01_Attachment A_5urvey 5taking Standards.docx Page 25 of 25 O:�Specs-5tds Governance Process�Tem�orary Spec Files�Capital Delivery\Cap Delivery Div 01�0171 23.15.01_Attachment A_Survey Staking Standards.docx Page 26 of 26 O17423-1 CLEANING Page 1 of 4 SECTION O1 74 23 CLEANING PART1- GENERAL L1 SUMIVIARY A. 5ection Includes: L Intermediate and final cleaning for Work not including special clean�ng of closed systems specif ed elsew�ere B. Deviatians from this City of Fort Worth Standard Specificaiion 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requiremenis, Contract Forms and Conditions of the Contract 2. Division 1— General Reyuirements 3. S�ction 32 92 13 —Hydro-Mulching, Seeding and Sodding 1.2 PRICE AND PAYMEI�TT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fa�l on newly painted surfaces. 2. Sched�le final cleaning upon completian of Work and im�tnediateIy prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS (NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1..10 STORAGE, AND HANDLING A. Starage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY OF FORT WORTH 2O18 BOND YEAR 3, CONTRACT 9 STANDARD CONSTRilCTIO1V SPCCIFICATION DOC[1MENT5 CITY PRQJEC7' No. 101472 Re�ised July 1, 2011 Oi 7423-2 CLEA�f IIYC; Fage 2 of 4 i.11 FIELD [SITE] CONDITIONS [NOT USED] 11� WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [oe] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturev 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUT�ON 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.� REPAIR / RESTORATION [N4T USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD EoR] �ITE QUALITY CONTROL [NOT USED] 3.S SYSTEM �TARTUP [NQT USED] 3.9 ADJifSTING [NOT USEDJ 3.10 CLEANING A. General �. Prevent accumulation of wastes that creat� hazardous conditions. 2. Conduct cleaning and disposal operations to compiy with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degeadabie debris at an approved solid waste disposat site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and reguIatory agencies. CI'1'Y O� FORT WORTH 2O18 BOND YEAR 3, COhITRACI' 9 STANDARD CONSTRUCTION SPECIFICATION DOC[JNll:NTS CI'['Y PROJECT No. 101472 Revised July l, 20ll oi �a2a-3 CLEANING Page 3 of4 6. Handle materials in a controlled tnanner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary constructian and activities incidental to construction of required pennanent Work. 9. If project is nat cieaned to the satisfaction of the City, the City reserves the righi to have the cleaning completed at the expense of the Contt'actor. 10. Do not burn on-site. B. Intermediate CIeaning during Construction 1. Kee�s Wark areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At m�imum weekly intervals, dispose of waste materials, debris and rubbish. 3. Con�ne construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from cons�ruciion or operational activiiies c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready ta receive f nish painting. a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 5. Priar to storm events, thoroughly clean site of all loose or unsecured itenns, which may become airborne or transported by flowing water during the storm_ C. Interior Final Cleaning 1. Remove grease, mastic, adhesi�es, dust, dirt, stains, fingerprints, labels and other foreign materials from sight-exposed surfaces. 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 3. Wash and shine glazing and mirrors. 4. Polish glossy surfaces to a clear shine. 5. Ventilating systems a. Clean perma�net�t filters and replace disposable filters if units were operated during construction. b. Clean ducts, blowers and coils if units were operated without flters during constructian. b. Aeplace all burned out lamps. 7. Broom clean process area floors. 8. Mop office and control room floors. D. Exterior {Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re-seed areas disturbed by location of #rash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove a�l rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not lira�ited to, vaults, manhnles, str�ctures, junction boxes and ittlets. CiTY dF FORT WORTH 2O18 BdiYD 'YEAR 3, COIV'fRACT 9 STANDARD CONSTRUCTION SPECIFICATION DOCUMGN'1'S CITY PRpJECT No. 101472 Revised 7uly 1, 201I 017423-A CL�ANING Pagc 4 of 4 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erasion confrol from siie. 5. Clean signs, Iights, signafs, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.1� PROTECTION [NOT USED] 313 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 20 ] 8 I30I1� YEAR 3, CON'1'RACT 9 STANDARD CONSTRUCTION SPI>CIF[CA`fION DOCUMENTS CITY PROdECT No. 1D1472 Revised July 1, 20 i 1 a� �� is- � CLOSEOU"[' REQUIREMENTS Page 1 of 3 SECTION 01 77 19 CLOSEOUT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Inciudes: 1. The procedure for closing out a contract B. Deviations from this City of Fort Worth Standard Speciiication 1. None. C. Related Specification Sections include, but axe not necessarily limited to: 1. Division �— Bidding Requirennents, Contract Fortns and Conditions of the Contract 2. Division 1— General Requirements 1.� PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various ltems bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREIVIENTS A. Guarantees, Bonds and Affidavits 1. No applicatian for final payment will be accepted until all guarantees, bonds, certifcates, liaenses and affdavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payrnent will be accepied until satisfactory evidence of release of liens has been submitted to the City. l.5 SUBMITTALS A. Subrztit all required documentation to City's Project Representative. 1.6 INFORMATIONAL SUBIVIITTALS �NOT USEDJ 1.i CLOSEOUT SUBMITTALS [NOT USEDj PART 2 - PRODUCTS [NOT USED� C11'Y OF FORT WORTFI 2018 BOND YF.AR CONTItAC'I' 9 STANDARD CONSTRUCTION SPFCII'ICATION DOCUME3VT5 Ci'1'Y PROJECI' No. 101472 Revised March 22, 2021 A�DENDi]M 2 017719-2 CLOS80C1T REQi3IREMENTS Page 2 of 3 PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED� 3.� EXAMINATIQ�i [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROC�DURE A. Arior to requesting FinaI Ins�ection, submit: l. Project Record Docurnents in accordance with Section 01 78 39 2. Operation and Maintenance Data, if required, in accordance with Section O 1 78 23 B. Prior to requesting Final [nspection, perform final cleaning in accordance with Section O 1 74 23. C. Final Inspecfian 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor pres�nt. b. Upon completion oi this inspection, the City wil� notify the Contractor, in writing within 10 business days, of any particulars in which this inspection revea3s that the Work is defective or incomplete. 2. Upon recei�ing written notice from the City, immediateIy undertake the Work required to remedy deficiencies and complete the Work to the satisfaction af the City. 3. The Right-of-way shaII be c�eared of all construction materials, barricades, and temporazy signage. 4. Upon completion of Work associated with the items listed in the City's written notice, inform the City that the required Work has been campleted. Upon receipt of this notice, the City, in the presence of the Contrac#or, will make a subsequent Final Inspection of the praj ect. 5. Pravide ail special accessories required to place each item of equipment in full operaiion. These special accessory items include, but are not limited to: a. Specifiea spare parts b. Adeyuate oiI and grease as required for the first iubricaiion of the equipment c. Initial f i� up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vau1t keys g. Handwheels h. Oti�er expendable items as required for initial start-up and operation of all equipment D. Notice of Praject Completion 1. Once the City Aroject Representative finds the Work subsequent to Final [nspection to be satisfactory, the City will issue a Notice of Praject Completion (Grean Sheet). E. 5upporting Documentation CiTY OF FOR'f WORTH 2O18 [34ND YEAR CON1'RACT 9 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 1p1472 Itevised March 22, 2021 ADD�,NDUM 2 O17719-3 CLpSEOUT REQUfAEMEN'PS Page 3 of 3 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of S�arety to Final Payment e. Pipe Report{ifrequired) f. Contractor's Evaluation of City g. Performance Evaluatian of Contractar F. Letter of Final Acceptance 1. Upon review and acceptance of Notic� of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Finai �'ayment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.'� FIELD �o�] SITE QUAL[TY CONTROL jNOT USEDj 3.8 SYSTEM STARTUP �NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.i 1 CLOSEOUT ACTIVITIES �NOT USED] 3.1� PROTECTION [NOT USED� 3.13 MAINTENANCE �NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION � CITY OF FORT WORTI-I $TANDARD CONSTRUCTION Sl'ECIFICATION DOCUMEI+iTS Aevised March 22, 2021 2038 BOND YEAR, CONTRACT 9 CITY PROJF.CT No. ]01472 ADDSNDUM 2 Q 1 78 23 - i OPERAT[ON AND ivIAINTENANC� DATA Page 1 of 5 SECTION 0� 78 23 OPERATION AND MA[NTENANCE DATA PART1- GENERAL 1.1 SUMMARY A. Section InclUdes: 1. Product data and related information appropriate for Ciiy's maintenance and operation of products furnished under Contract 2. Such products may include, but are not limited to: a. Traffic Contraliers b. Irrigation Controllers (to be operated by the City) c. Buttert�y Valves B. Deviations from this City af Fort Worth Standard Specification 1. None. C. Related Specification Sections inci�ade, but are not necessarily iimited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDiTR�S A. Measurement and Payment 1. Woric associated with this Item is considez'ed subsidiary to the variaus Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form Yo the City within 30 calendar days of praduct shipment to the project site. 1.5 SUBMITTALS A. Subrnittals shall be in accordance with �ection Ol 33 00 . A11 submittals sha3l be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in %rm of an instructional manual for use by City personnel. 2. Farmat a. Size: S%z inches x 11 inches b. Paper 1) 40 pound minimum, white, far typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer's printed data, or n€eatly typewritten C1TY OF �'OR"I' WORTH 2O18 BON17 YEAR 3, CONTRACT 9 S'I'ANDAItD CONSTRUCTION SPECIPICATION DOCUMENTS CITY PROIECT No. 101472 Revised Decemher 2D, 2012 01 78 23 - 2 OPERATION AND MAINTEIdANCE �A'1'A Page 2 of 5 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce Iarger drawings and fold to size of text pages. e. Provide f!y-leaf for each separate product, or each �iece of operating ayuipment. 1) Arovide typed descripiion of product, and majar component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OAERATING AND MAINTENANCE [NSTRUCTIONS". 2) List: a) Title of Project b} Identity of separate structure as applicable c} Identity of general subject matter covered in the manua] Binclers a. Commercial quality 3-ring binders witi� durable and cleanable plastic covers b. When multiple binders are used, coneIate the data into related consistent graupings. If available, pro�ide an elecironic form of the O&M Man�al. B. Manual Content Neatly typewritten table af contents for each volume, arranged in systematic order a. Contractor, nanne of responsible principal, address and telephone number b. A list of each product required io be included, indexed to content of the volume c. List, with each product: 1) The name, address and te�ephone number of the subcontractor or installer 2) A Iist of each product required to be included, indexec� to conient of the voIume 3) Identify ar�a of responsibility of each 4} Local source of suppiy for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Froduct Data a. include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) C�early ic�entify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references ta inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1} Relations of component parts of equipment at�d systems 2) Contro] and flow diagrams b. Coordinate drawings with information in Project Record Documents to ass�re correct illustration of completed installatian. c. Do not use Project Record Drawings as maintenance drawit�gs. �. Written text, as required to supplement product data for the particula� installation: a. Organize in consistent format under separate headings for different proced�zres. b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH 2Q[8 BOND YEAR 3, CONTRACT 9 STANDARD CONSTRUCTION SPECIF[CATIOiY DOCUMEN7'S CITY PROJECTIVo. ]01472 Revised Decembcr 20, 2012 01 78 23 - 3 OP�RATION A3YD MA3NTENANCE DA'I'A Page 3 of 5 5. Copy oF each warranty, bond and service contract issued a. Provide infarmation sheet far City personnel giving: l) Proper procedures in event of faiture 2) Instances which might affect validity af warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in #inal form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, gi�ing full information an products 1) Catalog number, size, compasition 2) Color and texture designations 3) [nformation required far reordering special manufactured prociucts b. [nstructions for care and maintenance ]) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agen.Ys and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 3. Content, for moisture protection and vveather exposure products: a. Manufacturer's data, giving full information on products 1 } Appiicable standards 2) Chemical composition 3} Detaiis of instaIlation b. lnstructions for inspection, main�enance and repair D. Manual far Equipment and Systems 1. Submit 5 copies of compiete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Dascription of unit and component parts Z) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, bz'eak-in, routine and normal aperating instructions 2) Regulation, control, stopping, shut-down and emergency instructions 3) Summer and winter operating instructions 4) Speciai operating instructions c. Maintenance procedures 1) Routine operatians 2} Guide to "trouble shooting" 3} Disassembiy, repair and reassembly 4} Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed aperating and maintenance instructions f. Description af sequence of operation by control manufacturer 1) Predicted life of parts s�zbject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings I) As installed color coded piping diagrams CiTY OF FOIZT WORTH 2O18 BOND YEAR 3, CONTRACT 9 STANDARD COl*fSTRUCTION SPECIFICA,TION DOCUM&NTS C11'Y PROJECT �lo. i01472 Re�ised December 20, 2012 O 1 78 23 - 4 OPERAT[ON AND MAINTENANCE DATA Fage 4 of 5 i. Charts of valve tag numbers, with �ocatian and functian of each valve j. List of original manufact�arer's spare parts, manufacturer's current pz-ices, and recotximended quantittes ta be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and cornponent parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3} Complete nornenclature and commercial number of replaceable parts b. Circuit d�rectories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedt�res 1) Routitte and norrrzat operating instructions 2) Sequences reyuired 3) Special operating instructions e. Maintenance procedures 1} Routine operations 2) Guide to "tro�ble shoottng" 3) Disassembly, repair and reassembty 4) Adjustment and checktng f. Manufacturer's printed operating and maintenance instruction� g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended Quantities to be maintained in starage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 1.; CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSUR.ANCE A. Provide aperation and maintenance data by personneI wi#h the fofiowing criteria: 1. Trained and ex�erienced in maintenance and operation of described products 2. Skilied as technfcal writer to the extent required to communicate essential data 3. Skilled as draftsman compefent to prepare required drawings C1TY OF FORT WORTH 2� l S BOND YEAR 3, CONTRACT 9 STANDARD COiYSTRUCTION SPEC[PICATION DOCUMENTS CITY PROJECTNo. ID1472 Itevised Decembcr 20, 2012 01 78 23 - 5 OPERATION AND MAINT�,NANCE BATA Page 5 of 5 1.10 DELNERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD (SITE] CONDITIONS [NOT USEDj 1.12 WAT�RANTY [NOT USED] PART � - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME 8/31/2012 D.Johnsan SUMMARY OF CI�ANGE 1.S.A.1 — title af section removed CITY OF FORT WORTH STANflARD CONSTRUCTION SPECIFICATIQN DOCUMENTS Reviseci Decem6er 20, 2D l2 2q i 8 BOND YEAR 3, C�NTRACT 9 CITY P[tOJECT No. 1Q1472 017539-1 PR07ECT RECORD l)OCUMEhITS Page l of 4 SECTI�N Ol 78 39 PROJECT RECORD DOCUMENTS PART1- GENERAL l.l. SUMMARY A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Serv�ce Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Speci�cation Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirernents, Contract Forms and Conditians of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this item is considered subsidiary to the various Items bid. No separate payzr�ent will be allowed for this Item. 1.3 REFERENCES �NOT USED] 1,4 ADMINISTRATIVE REQUIREMEI�T� [NOT USED� 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City's Project Representative. 1.6 ACTION SUBMITTALS/INFORIVIATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERiAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Aecords 1. Thoraughly coordinate changes within ti�e Record Documents, mal�ing adequate and proper entries on each page af Specifications and each sheet of Drawings and other pocuments where such entry is requirect to show the change properly. 2. Accuracy of records shall be such t�at future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. CITY OF FORT WOATH 2D18 }30ND YEAR 3, CONTRACT 9 STANDARD CONS"1'RUCTION SPECIFICATION DOCUMENTS CITY PROJECT 3�n. [O1472 Revised July 1, 201 I Oi7839-2 PROJECT TZECORD DOCLTMENTS Page 2 of 4 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occ�arred. 4. Provide factual information regarding all aspects of the Wark, both concealed and visible, to enable future modification of the Work to proceed without iengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set oiRecord Documents completely protected from deterioration and fram loss and damage untit compleiion of the Work and transfer oi a11 recorded data to the final Project Record Documents. 2. [n the event of loss of recorded data, use means necessary to again secure the data to the City's approvai. a. In such case, provide replacetnents to the standards origina�ly required by ihe Contract Documents. 1.11 FIELD [SITE] COND�TIONS {NOT USED) 1.12 VVARRAN`L'Y [I�TOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED1 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no cnarge to the Contractor, l complete set af ail Documeqts comprising the Contract. B. Final Record Documents i. At a time nearing the completion of the Work and prior to Final Inspection, pro�ide the City 1 complete set of ail Final Record Drawings in the Contract. �.3 ACCESSORIES �NOT USED] 2.4 S�URCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.� INSTALLERS [NOT USED] 3.� EXAMII�TATION [NQT USED] 3,3 PREPARATION [NOT USED] 3A MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of th� job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". CITY Oi� FOR"1' WORTH 20l S BONU YGAR 3, CbNTRACT 9 STANDARD CONSTRUCTION SPECIF[CATION IX}CUMENTS CITY PROJCCT No. 101472 Revised .Tuly 1, 2011 017839-3 PROJECT RECORD DOCUIvIENTS Page 3 of 4 2. Preservation a. Considering the Contract completion time, the probable number of occasions upan which the job set musi be taken out for new entries and for examination, and the conditions under which these activities will be perfortned, devise a suitable method for protecting the job set. b, Do not use ihe job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Dacuments. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum, in accordance w�th the intervais set forth in 5ection d1 71 23, clearly mark any de�iations from Contract DocumenYs associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), ciearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention ta the entry by a"cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. 5. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's appro�al. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematicaily on the Drawings. b. Show on the job set ofRecord Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approvai. 2) Show, by symbol or note, Yhe �ertical location af the ltem ("under slab", "in ceiling plenunn", "exposed", and the like). 3) Mal�e all identification sufficient3y descriptive that it may be related reliably to the Specifications. c. The Ci�y may waive the requirements for conversion of schematic layauts where, in the City's j udgment, conversion serves no useful pur�ose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents 1. Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record D:rawings to the corresponding final dacuments, coordinating the changes as required. b. Clearly indicate at each afFected detaii and other Drawing a full descrip�ion of changes made during construction, and the actual lacation of items. C1TY OP FORT WORTH 2O18 BdND YEAR 3, CONTRACT 9 STANDARD CONSTRUCTEON SPECIFICATI�N DOCUMENTS CITY PR07EC'[' No. ] 01472 Revised 7uly l, 2411 01 78 39 - 4 PROJECT RECORD DOClJMI;NTS Page 4 of 4 c. CaII aitention to each entry by drawing a"cloud" arounc! the area or areas affected. c�. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other pocuments a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the appro�al of the City, the job set of those Documents, other than Drawings, wili be accepted as �inal Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document firom the City ai the Ciiy's usual charge for reproduction and handling, and carefully transfer the change data to t�e new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.'� FIELD [ox] SITE QUALITY CONTROL [NOT USED] 3.� SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NQT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.1� PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 314 ATTACHMENTS [NOT USED] END QF SECTIQN CITY OF NORT WORTH 2O18 SOND YEAR 3, CO[YTRAC`I' 9 STANDARD CONSTRUCTION SPFCIFICATION bOCUMENTS CI'CY PROS�CT No. 10] 472 Revised July 1, 2p11 33 39 60 - 1 LINEAS FOR SANITARY S�WER STRUCT URES Page 1 of 12 1 SECTION 33 39 60 2 LINERS FOR SANTTARY SEW�R �TRUCTURES 3 PART 1- GENERAL 4 L1 SUMMARY 5 A. Section �nciudes: 6 1. Application of a high-build epoxy coating system {or modified polymeriiner � system, i.e. 5pectraShield) to concrete utility str�actures such as xnanl�oles, lift 8 station wet wells, junction boxes or other concrete facilities that mayneed g pratection from corrosive nnaterials. This cavers rehabilitation of existing sanitary 10 sewer structuresand newiy installed saz�itary sewer structures. 1 l 2. For sanitary sewer mains 8-inch diameter and larger, use of a structurai liner 12 system, Warren Environmental 5ystem 301, ARC 51HB byA.W. Chesferton 13 Company, is acceptable. 14 15 16 17 3. For sanitary sewer mains S-inch diameter and smaller, and less than f-feet in depth, use of a liner system, SpectraShield, isacceptable. B. Deviations from t�s City of Fort Worth S#andard Specification 1. None. 18 C. Related Specification Sections include but are not necessarily limited to: 1 g 1. Divisian 0— Bidd'vng Requirements, Contract �orms, and Conditions of the 20 Contract 21 2. Division 1— General Requirements 22 3. Section 33 01 30 — Sewer and Manhole Testing �3 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement andFayment 25 L Manholes 2( a. Measurement Z� 1) Measuremient for this Item shall be per vertical foot of coating as measured 28 from 2-inches below the bottom of the removable cover (not fra�ne) to thetop 29 of the bench. This includes lining of al! exposed concrete, the bench and 30 invert, thru the use af flawcontrol devices (i.e. temporary plugs, sand 31 bags), ta temporarily bEack fiow. However, as a last resort and with priar 3� written approval from Water Tield �perations, if the flowcan not be 33 blocked temporarily, then the linin� would stop 3-inches from the edge of 34 the water in the pipe. This item cavers the total vertical footage for the 35 speci �fic bid items of �arious manhole sizes (i.e. 4 foot diameter, 5 foot 3� diameter, Specific Manhole Designs for lines larger than 36-inch, e�c.} and 3'7 specific types (Standard Manhole, Drop Manhole, Type "A" Manhole, 3g Shallow Manhole, including additional depth beyond 6foot). 39 b. Payment CITY OP FORT WORT H 2O18 BOND YEAI� 3, CONTRACT 4 Si'ANDARD CONSTRUC`I'iON SP�CI�'ICATIOI�I DOCUMENTS CIT'Y PROJECT No. ]01472 Revised September 23, 2020 333960�2 L1NER5 FOR SANiTARY SEVT�A STRUC'1' URES Page 2 of 12 6 7 8 9 10 11 l2 13 14 15 16 17 18 i9 1) The work performed, and materials furnished in accordance with ihis Item and measured as �rovided under "Measurement" will be paid for at theunit price bid per �ertical foot of "Manhoie Liner" applied. c. The price bid shall include: 1) Removal of roots 2} Removal of axisting coatings 3) Elitninating any leaks 4) Rerr�oval of steps 5) Rapair/sea� connection of the e�sting frame to chimney 6} Repairs of any cracks inthe existing structure chimney, corbet (cone}, wail, bencn, including any replacement of damaged rebar, pipe 7) Surface cieaning $) Furnishing and installing Liner as specif ed by the Drawings 9) Hauling 10) Disposal of excess material li) Site Clean-up 12} Manhole and Invert Cleaning I3) Testing 14) Re-Testing 20 2. Non-ManholeStructures 21 a. Measurement 22 1) Measurement for this Item shall be per square foot of area wherethe 23 coating is applied. 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 b. 1'ayment 1) The wark performed, and rnaterials fumished in accordance with this [tem and measured as provided under "Measurement" sha11 be paid for at theunit price bid per square foot of "Structure Liner"applied. c. The price bid shall indude: 1) Removal of roats 2) Removal of existing coatings 3} Eliminating any 2�aks 4) Remova� of steps 5) Repair/seal connection of the existing frame io chimney b) Repairs of any cracks in the existing structure chimney, corbel (cone), wall, bench, including any reptacement of damaged rebar, pipe 7) Surface cleaning 8} Furnishing and �nstalling Liner as specified by the Drawings 9) Hauling 10) Disposai of excess material 11) Site Clean-up 1�} Manhole ancE Invert Cleaning i 3) Testing 14) Re-Testing 44 L3 REFERENCES 45 A. Reference Standards 46 1. Aeference standards cited in this Specification refer to the current reference ¢7 standard published at the time of the Iatest revision date logged at the end of this 4g Speci�ication, unless a date is specificallycited. CI1'Y OF FORT WORT H 2O18I�OND YP',AR 3, CONTRAC� 9 STANDARD CONSTAUCTION SPF.CIFICATION QOCUMENTS CI"TY f'AOJP,C1'1+70. 1Ot472 Revised September 23, 202D 333960-3 LINERS POR SANITARY SEWElZ STRUCTURES Page 3 of 12 10 11 12 13 14 ]5 lfi 17 18 2. ASTM Internationa� (ASTM): a. D543, Siandard Practices for Evaluat�ng the Resistance of Piasiics to Chemical Reagents. b. D638, Standard Test Method for Tensile Pro�erties of Plastics. c. D695, 5tandard Tes# Method for Compressive Pmperties of RigidPlastics. d. D790, Standard Test Methods far Flexural Properties af Unr�inforced and Reinforced Piastics and Electrical InsulatingMaterials. e. D4060, Standard Test Method for Abrasion Resistance of Organic Coatings by the Taber Abraser. f. D4414, Standard Practice for Measurement of Wet Film Thickness by Notch Gages. g. D7234, Stand Test Method for Pull-Off Adhesion strength of Coatings on Concrete Using Portable Pull-OfFAdi�esion Testers. Environmental Protection Agency (EPA). 4. NACE Tnternational (NACE). Published standards from the National Assoceation of Corrosion Engineers 5. Occupational Safety and Health Administration (OSHA). Employ a trench safety sysiem in accordance witb Section 14 6. Resource Conservation and Recovery Act, (RCRA). 2p 7. The Society for Protective Coatings/NACE International(SSPC/NACE): �1 a. SP 13/NACE No. 6, Surface Preparation of Concrete. This includes �2 monitoring for hydrogen saliide, methane, or low oxygen. Alsoinctudes �3 flow co�trol equipment. Snrface preparation eqnipment may includehigh 24 pressure water cleaning (35U0 psi} and shall be saited to provide a surfaee �5 compatible for installation of the liner system. Surface preparation shall �( produce a ciean, abraded, and sound surface, wiith no evidence ofloose �ry conerete, loose brick, loose martar, oil, grease, rust, scale, other 2g contaminants or debris, and shall display a suwface profile suitable for 29 application of the liner system. 30 b. SP0188, Discontinuity (Holiday) Testing of New Protective Coatings on 31 Conductive Substrates 32 1.4 ADMINISTRATIVE REQUIREMENTS [NOT i7SED] 33 LS SUBMITTALS 34 A. Submittals shall be in accordance with Section O1 33 00. 35 B. A11 submittals shall be approved by the City prior to delivery. 36 1.6 ACTION SUSNIITTALSIINFORMATIONAL Si7SMITTALS 37 38 39 A. product Data Technical daYa sheet on each product used 2. Material Safety Data Sheet (MSDS) for each product Used 40 3. Copies of independent testing performed on the coating product indicating the 4� product meets the requir�rnents as specified �erein 42 4. Technical daia sheet and project specifte data for repair materials to betopcoated 43 with the coating product including application, cure time and surfacepreparation 44 procedures CITY OP FORT WORT H 2O18 BOND Y�AR 3, CONTRACT 9 STANBARD CONS'fRUCTION SPECI�'ICATIOI�1 DOCUMENTS CITY L'ROJECT [do. 301472 Revised 5eptember 23, 2020 33 39 60 - 4 LINERS FOR SANETARY SEWER STRUCTURES Page 4 of 12 l 5. Material ancE method for repair of leaks or cracks in #he structure. This Z applies to repair work on both existing structures, manholes and new installed 3 �nanholes (including Developer projects) that have been identi�ied with cracks, 4 voids, signs of in�ltration, ofiher structural defects or other related � construcEion damage. 6 B. Contractor Data 7 1. Current documentation from coating product manufacturer certifyingContractor's 8 training (andlor licensed) as an approved installer and equipmetti complies with the 9 Quality Assurance requirements specifiedherein 10 2. 5 recent references of Contractor indicating successful application af coating � 1 product(s) of the same rriaterial type as specifiedherein, applied by spray 12 application within the municipaI wastewater environment. References shall include 13 at least the following: owner name, City inspector name and phone number, project 14 name/number, size and linear footage of sanitary sewer main, manhole diameter, 1� structure dimensiorss and number of each, square feet (ar vertical feet) ofproduct 16 installed, contract cost, and contract duration. Contractor must demonstrate a 17 successful history of installing the product in structures of similar size and scope � g and update this each time the confiractor applies for and renews its Prequalification 19 for the Water Department. 20 3. For Develo�er Projects — at the time oi Contractor selection, the a� Preyualification StaEement, Section Ua 4� 1� shall be submitted to the City, 22 clear[y indicating the contractor prequalified for installation of 23 structure/rnanhole liner. No other bid submittals shall be accepted that 24 inelude lining contractors whose prequalification term has egpired or is not on �5 the active contractor list at the time of Contractor selection. If the submitted 26 forms for #his project nat aeceptable, the City wiE[ re%r to the currentactive �'1 contracfor prequari�cation list, and the Contractor shall select the appropriate 2S manhole lining subcontractor basecl on the project scope of r�nrk. The 29 Contractor shall then provfde the revised Prequatification StatementSeetion 3� 00 �512 for reviewand aeceptance. 31 4. This Specification (along with the CCTV Specification) and the associated 3� submittals including the work plan, QA/QC, testing, closeout dotuments, etc. 33 shaI[ be discassed as part of the Pre-Construction Agenda for each project 34 (Developer prajecYs included). 3S 5. For any projeet, Developer projects ineluded - If the Contractor praceeds with 36 application of an unapproved lining prodact and/or using an anqualified 3'� subcontractor for lineng, the City shall recommend either repair and/or 38 remo�al of any defecti�e lining maferial and have the Contractor select an 39 apgro�ed subcontractar that can apply the approved [ining materials. This 4� wark shall be at no additional cost to the City. CITY OF FORT WORT H 2O18 BONU YEAR 3, CONTRACT 9 STANDARD CONSTRUCTIQN Sl'EC[PICATi0I+1 DOCUM8I�TS CITY PROJEC;T No. 101472 Revised Scptember 23, 2020 333960-5 LINERS FOIi SANITARY S�WEA STRUCT UItE5 Page 5 of 12 9 ia il 12 l3 14 15 16 17 1$ 19 2Q 6. Schedale and Sequenee of Construc�ion — Considering this is aspecialized installation performed by only certified applicators, the schedule for this work has a lead t�me that shall be included in the Contractor's schedule. Ifthe Contractor does �ot provide �uvritten noti�catian and/ar fails to schedulethe subcontractor in advance, the City shall not be responsible for any additional costs andlor deiays causec� by the Contractor. Contractor sf�all providethe updated construction schedule and work plan (including manhole preparat�on, repairs, lining, �esting, etc.) in ar.�ordance with Section 01 32 16 at least 1 week prior to start of lining activifies to the City Inspector, Cify Project Manager, Water Field Operations, and Water Capital Projects. Eqaipment shall be on- site and in working order for the testing. If the Contractor is unable to have equipment ready for testing, the test date shall be rescheduledaccordingly with the Inspector. The updated constructivn schedule shall clearly indicate all related construction activities at the manhoies before and after lining. All paving activities, including any final grade adjustments for manholes outside pavement, shall be completed before Contractor begi�s lining work. After liner installation, Contractor shall wait a minimum of48 hours to aliowthe liner material to fully cure beFore returning the sys�enn to normal ser�vice. CCTV per Section 33 0131 shall be scheduled after the lining has been completed to document and confirm the manholes have been iined. 21 l.i CLOSEOUT SUBNIli'I'ALS 22 A. Testing Documentation 23 1. Provide test results required in Section 2.4 and Section 3.7 to City. 24 a. Include the following manhote ar structure locationinformation: z� 1) Existing sanitary sewer main/laterai number. For Deveioper Projects, 2Ci provide proposed sanitary sewer line number as designated on the plans z� and provide the existing sanitary sewer main/lateral number at Zg eonnection Eo the exesiingmanhole (if applicable). 29 2) Station number 30 3) GIS ID number (if provided duringconstxuction). 31 b. Inspection report of each manhole/structure fested (See attached sample 32 reports to be used for Wet I+�lm Thickness, ManholeHolidaylSpark 33 Detection, and Maahole AdhesionTest). 34 1.8 MAiNTENANCE MATERIAL SUBMIT'TALS [NOT USED] 35 1.9 QUALITY ASSURANCE 36 A. Qualifications 37 1. Contractar 3g a. Be trained by, or have training approved and certified by, the coatingproduct 39 manufacturer for the handling, mi�ng, application and inspection of the coating 4p product(s) to be used as specifiedherein 41 b_ Initiate and enforce yuality control pracedures consistent with the coating 4Z product(s) manufacturer recommencfations and applicable NACE or SSPC 43 standards as referenced herein 44 45 1.10 DELIVERY, STORAGE, AND HANDLING A. Keep materials dry, protected from weather and stored under cover. CITY OF F012T WORT H 2O18 BOND YGAR 3, CO�ITRACT 9 STANDARD CONSTRUCTION SP�CIFICA'TION DOCUMENTS CITY PROJEC'�' No. 301472 Revised 5eptember 23, 2020 333960-6 LINERS FOR SANITARY SEWEA STRUC"1' URES I B. Store coating materials between 50 degrees F and 90 degrees F. 2 C. Do not store near flame, heat or strong oxidants. 3 D. Handle coating materials according to their material safety datasheets. 4 1.11 FIELD [SITE] CONDITIONS Page 6 of i2 A. Provide confned space entry, flow diversion arid/or bypass plar�s as necessaryto perform the specifiad work. Active flows shall be diverted with flow thraugh plugs as required to ensure that flow is maintained of�the surfaces to be lined. 1.12 WARRAN'1'Y A. Contractor Warranty 10 1. Contractor's Warranty shall be in accordance with Division0. 11 PART � - PRODUCTS 12 �.1 OWNER-FURNISHED �ox] OWNER-SUPPLIED PRODUCTS [NOT USED] 13 �.� EQiTIPMENT, PR�DUCT TYPES, MATERIAI,S 14 A. Repair and Resurfacing Products 15 1. Compatible with the specified coating product(s} in order to bond effectively, thus 16 forming a campositesyste�n 17 2. Used and applied in accordance with the manufacturer'srecornmendations 18 3. The repair and resurfacing products znust meet the following: 19 a. l00 percent solids, solvent-free epoxy grout specifically formulated for epoxy ZD topcoating compatibility 2� b. Factory blended, rapid setting, high eazty strength, fiber reinforced, non-shrink z2 repair mortar that can be toweled or pneumatically spray applied and 23 specificalIy formulated to be suitable for topcoating with the specified coating 24 produci used 25 2G 27 zs 29 3U 31 32 33 34 35 36 37 38 39 �0 B. Coating Product 1. Capable of being instalied and curing properly within a manhole or concrete utility environment 2. Resistant to a1f forms of chemicat or bacteriological attack found inmunicipat sanitary sewer systems; and, capable of adhening to typica] manholestructure substrates 3. `I'he IQ� percent solids, solvent-free ultra high-build epoxy system shai] exhibitthe %llowing characteristics: a. Application Temperature — 50 degrees F, minimum b. Thickness — 125 mils tx�inimum far newly installed structures; 250 miIs rninimum for rehabilitation of existing structures (Warren Environmental System 3Q1, ARC S1HB by A.W. Chesterton Company) c. Coior— White, Light Blue, or Beige d. Compressi�e Strength (per ASTM D695) — 8,800 psiminimurtz e. Tensile Strengt� (per ASTM D638) — 7,500 psi minimum f. Hardness, Shore D(per ASTM D4541) — 70 minimum CITY O�' FORT WORT H 20] S I30ND YEAR 3, CON'1'RACT 9 STANDARD CONS"1RUCTION SPECIFICATI�N DOCUMENTS C[TY PRO]EC"i'No. 1a1472 Revised September 23, 2020 333460-7 LINERS FOR SANITAKY SEWI;'R $TRUCT URGS Page 7 of 12 2 3 4 5 6 7 S 9 10 I1 I2 13 14 1S 16 17 18 19 za 21 22 23 24 25 26 27 28 29 g. Abrasion Aesistance (ger ASTM D4060 CS 17F W�eel) — 80 mg loss maximum h. Flexural Modulus (per ASTM D790) — 400,000 psi minimum i. Flexural Strength (per ASTM D790) —12,000 psi minimum j. Adhesion to Concrete, mode of faalu� (ASTM D4S41): Substrate (concrete) failure k. Cherr�icaf Resistance (per ASTM D5431G20) ail Yypes of service for: 1) Municipal sanitary sewer environment 2) Suifuric acid, 70 percent 3) Sodium hydroxide, 20 percent 4, Or, the multi-layer modified polyurea and polyurethane shall exi�ibit the foIlowing characteristics: a. Application Temperature — 50 degrees F, minimum b. Thickness — 500 mils �tninimurn (5pectraShieid) c. Moisture Barrier and Final Corrasion Barrier 1) Colar— Pink 2) Tensile Streng�h (per ASTM D412) — 2550 psi minimum 3) Hardness, Shore D(per ASTM D2240) — 56 miniml�m 4) Abrasion Resistance {per ASTM D4060) — 20 mg loss m�im.um 5) Percent Elongation {per ASTM D412) — 269 d. 5urfacer 1) Cotnpressive Strength (per ASTM D1621) —10U psi minimum 2) Density (per ASTM D1622) — 5 lbs/cu ft minimurra 3) Shear Strength (per ASTM C273) — 230 psi minimum 4) Closed Cell Content (per ASTM D1940) —>95% C. Coating Application Equipment 1. Man�facturer approved heated plural component spray equipment 2. Hard to reach areas, primer application and touch-up may be perforrried using hand tools. 3p 3. Applicator shall use appro�ed specialty equipment that is adequate in size, capacity, 31 and nUmber sufficient to accomplis� the work in a timely manner. 32 2.3 ACCESSORIES [1�iOT USED] 33 2.4 SOURCE QUALITY CONTROL 34 A. Coating Thickness Testing 35 1. Film Thickness Testing for epoxy systerr�s 36 a. Take wet film thickness gauge measurements per ASTM D4414 — Siandard 3'7 Practice for Measureznent of Wet Film Thickness by Notch Gages at 3locatians 3g within the manhole, 2 spaced equally apart along the wall and � on the bench. 39 1) DocuYrient and attest measurements and provide to the City. 4p 2. Thickness Testing for nnodified polymer liner system r�1 a. Upon installaxion of the Fsnal Corrosion Barrier insert probe into substrate for �2 depth of system measurement at 3 locations wiihin the manhole, 2 spaced q3 equally apart along the wall and 1 on thebench. 44 3. DocumenC all iesting resulYs and provide to the City. 45 B. Non-Conforming Work C[TY dF FORT W012T H 20l S BOND YEAR 3, CONTIit�CT 9 STANDAKII CONSTRUCTION SPECiF[CATION DOCUMENTS C1TY PR07ECT 1Vo. 1O1472 t2evised September23, 2020 333950-8 LINERS F�R SANI'FARY SEWER STRUCT URES 1'age 8 of 12 1 1. City reserves the right to require additional testing depending on the rate offailure. 2 2. City wilt select testing locations. 3 C. Testing Frequeney 4 1. Projects with 10 or less manholes and/or structures test all. 5 2. Projects with greaier than T 0 manholes and/or structures, test at Ieast 10 and test 25 � percent of maiil�oles and/or structures after the first 10. 7 3. City will select the manhoies and/or structures to be tested. 8 PART 3 - EXECUTION 9 3.1 INSTALLERS 10 A. AIl installers shall be certified applicators approved by the manufacturers. Apglicator 11 sha11 use adequate number of skilled wor�Cmen ihat have been trained and experienced for 12 the approved product. 13 14 3.2 EXAMiNATiON [NQT USED� 15 3.3 PREPARATION 16 A. Manhole Preparation 17 l. Stop acti�e flows �ia damming, plugging or diverting as required to ensure aIl 18 liqUids are maintained below or away from the surfaces to be coated. 19 2. Maintain temperature of the surface to be coated between 40 and 120 degrees F. 20 3. Shield specified surfaces to avoid exposure of direct surilight or other intense heat 21 source. 22 a. Where varying surface temperatures do exist, coating installation should be 23 scheduled when the te�nperature is falling versus rising. 24 B. Surface Preparation zs 1. Remove oits, roots, grease, incompatible existing coatings, waxes, form release, 26 curing compounds, eftlorescence, seaiers, salts or other contaminants which may 27 affect the performance and adhesion ofthe coa#ing to the s�abstrate. Removeany 2g steps found in the structure. 29 2. Remove concrete andlor mortar damaged by corrosion, chemical attack or other 3a means of degradation so that anly sound substrate remains. 31 3. Surface preparation method, or combinatior� of �nethods, that rnay be used include 32 high pressure rvater cle�aning, high pz-essure water jetting, abrasi�e blasting, 33 shotblasting grinding, scarifying, detergent water cleaning, hot water blasting and 34 others as described in SSPC SP 13/NACE No. 6. 35 4. All methods used shall be perfornned in a manner that provides a uniform, sound, 36 clean, neutralized, surface suitable for the specified caating product. 37 5. After completian of surface preparation, inspect for Ieaks, cracks, ho�es, exposed 3g rebar, r�ng and cover con�ition, invert condition, and inletloutlet pipe condition. CTTY OF FORT WORT H 2O18 BOND YEAR 3, CONTRACT 9 STANDA,RT7 CONS'1'RUCTION SPECIFICAI'ION DOC[JMENTS CITY PROdECT No. ]01472 Reviscd Septemher 23, 2020 333960-9 LTIrfERS FOK SANI`fARY SEWER 5TRUCTURES Page 9 of 12 1 6. After defects in the structure have been identified, seal cracks, repair exposed rebar 2 with new rebar to match existing, repair leaks and cracks with grout or other 3 methods approved by t�a Manufacturer. All new rebar shall be embedded in 1%z �} inch epoxy mastic. Replace/seal connection between existing frame and chimney if 5 it is found loose or not atiached. 6 7 8 9 10 11 12 13 14 15 16 17 18 19 7. The repaer materials shall be trowel or spray applied by the lirtingContractor utilizin� proper equipm�nt on to speciiied surfaees. The equipment shall �e specially designed to accurately ratio and apply the specified materials and shall be re�ularly maintained and in proper working order.lfierepair mortar and epoxy tapcoat must share the same epoxy matrix to ensare a banded weld. No cementitioas repair material, quick setting high strength concrete with iatex or turing agent additives, or qaick set mortars wi[l be aliowed. Proper surface preparation procedures must be followed to ensure adequate bond strength to any surface to be coated. New cement cure time is at least 30 days prior to coating. The repair materials as specified in this Section shall apply to both existing structures and new installed struetnres. This inc[udes Developer projects, in which new installedstructures/manholes have been identiiied with either cracks, vaids, signs of iniiltration, other structural defects or other related construction damage. 20 3.4 INSTALLATION 21 A. General 22 1. Perform coating after the sewer Iine replacement/repairs, grade adjustmer►ts and 23 grouting are complete. 24 2. Perform application procedures per recommendations of t�e coating prod�zct 25 manufacturer, including environmental controls, product handling, mixingand �.� application. 27 B. Temperature 2g 1. Only perform application if surface temperature is between 40 and 120 degrees F. 29 2. Make no applicaiion if freezing is expected to occur inside the manhole within 24 3p hours after application. 31 C. Coating 32 1. Spray apply per manufacturer's recomrnendation at a minimum film thic�ness as 33 noted in Section 2.2.B. 34 2. Apply coating from bo�tom of manhole frame to the benchltrough, includingthe 35 bench/trough. 36 37 38 34 40 41 3. After walls are coated, remove bench covers and spray benchltrough to at least the same thickness as the walls. 4. Apply any topcoat or additional coats within the product's recoat window. a. Addiiional surface preparation is required ifthe recoat window isexceeded. 5. Allow a rninimum of 3 hours of cure time or be set hard to touch before reactivating flow. CITY OF POR1' WORT H 2O18 BOND YEAR 3, CONTRACT 9 STANDARD CONSTRUCTION SPECIFICATION DOCUME3VTS CITY PROJCCT No. 1a1472 Revised 5eptember 23, 2020 33 39 60-10 L1IVERS POR SANITARY SEWER S1'RUCTURE$ 1 3.5 REPAIR / RE�TORATION [NOT USED] 2 3.6 RE-INSTALLATION [NOT USED] 3 3.i FIELD QUALITY CONTR4L Page 10 af 12 4 A. Each structure wi�l be vtsually inspected by the City the same day following the 5 application. 6 B. Groundwater infiltration of the system sha11 he zero. 7 C. All pipe connections shal] be open and clear. 8 D. The inspector will check for deficiencies, pinholes, voids, cracks, uncured spots, 9 delaminaiion, and thin spots. Any deficiencies in the liner sha11 be marked and repaired 10 accordtng to the procedures outlined by the Manufacturer. 11 12 13 14 E. If leaks are detected they will be chipped back, plugged and coated immediately with protective epoxy resin coating. 1. Make repair 24 hours after leakdetection. F. Post Installation Coa#ingTests 1$ 1. After liner installation, conduct pvst-CCTV in accordance with Section 33 Ol 16 31. Video camera shalE be lowered from the top of the manhole #o the invert, 1'1 io video all lined surfaces, prior to beginning post-CCTV of the main. 18 Payment for this work is subsediary to the cost for the gast-CCTV of the main. 19 20 21 22 23 24 25 26 2'� 28 �9 2. Holiday Deiection Testing a. Holiday Detection test th�e liner per NACE SP0188 — Discantinuity (Holiday) Testing of New Protective Coatings on Conductive Substrates. Mark ail detected holidays. Repair all holidays in accordance to coating manufacturer's recommendations. 1) Document and attest all test results repairs made and provide to the City (see attac�ed sample structurc/manho[e report). �} For example, the typical testi�g requirements are 100 volts per mil to 12,a00 volts to test 1�5 mils. Contractor shatl mark any location that shows a spark or potential for a pinhole and repair these locations per manufacturer recommendatipns. 30 3. Adhesion Testing 31 a. Adhesion test the liner at a minim�.un of three locations (cone area, mid-section, 32 and bottom of the structure), For siructures exceeding 6-feet add one additional 33 test for every additiona� 5-feet. For example: 6-foot manhole — 3 tests. 6-feet, 1- 34 inch manhote thru I1-feet, 11-inch manhole--4 tests, 12-Foot manhole— Stests. 35 Etc... Tests performed per ASTM D7234 — Standard Test Method for Pull-Off 36 Adhesion Strength of Coatings on Concrete Using Portabte Pull-Off Adhesion 37 Testers. 38 1) The adhesive used to attach the dollies shall ha�e a tensiie strength greater 39 that the liner. 4� 2) Failure of the dolly adhesive is deemed a non-test and requires retesting. 4� 3) 2/3rds of the pulls shall exceed 300 psi or conerete failure with morethan 4z 50% of the su6surface adhered to the coating. If over 1/3�d fail, additional tests 43 may be required by the City. If additional tests fail the City rnayrequire 44 removal and repIacement of the liner at the contractor's expense. Cl'fY OF FdRT WORT H 2O18 B(3ND YEAR 3, COiVTRACT 9 3TANDARD CONSTRUCTION 5PEC1F[CATION DOCli �trIENTS C[TY PROJECT No. 10] 472 Revised September 23, 202� 33 34 60 - l 1 LINERS FOR SAMITAKY SEWER STRUCI'URES Page t 1 of 12 1 4. A bonded third-party testing company shall perform the testing. 2 5. Or Contractar may perform #ests if witnessed by representative of the coating 3 manufacturer. Coating manufacturer represer�tafive to provide certificaiion that 4 Contractor performed �ests in accordance with notedstandards. 5 G. Non-Conforming Work 6 1. City reserves the right to require additional testing dependi:ng on the rate offailure. 7 2. City will select testing locations. 8 3. Repair all defects according to t�e rnanufacturer's recommendations. 9 H. Testing Frequency 10 l. Projects wit� 10 or less man%olcs and/or structUres test all. 11 2. Projects with greater than 10 manholes andlar structures, test at least 10 and test 25 12 percent of manholes and/ar structures after the first 10. 13 3. City will select the manholes andlor structures to be tested. 14 1. Test manhole for final acceptance according to 5ection 33 O1 30. 15 3.8 SYSTEM STARTUP [NOT USED] 16 3.9 ADJUSTING [NOT USED] 17 18 19 20 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Provide alI test results from tes#ing per Section 2.4 and applicator certifications per S�etion 3.1. and in accardance with Section 1.7. 21 B. Upon iinal completion of the work, ihe manufacturer and/or the testing firm wiil 22 provide a written certification of proper application to the City. 23 C. The certification will confirm that the c�eficient areas were repaired in accordance with 24 the procetiure set forth inthis Specifica�ion. The final report will detail the location ofthe 25 repairs inthe structure and description of the repairs. See attached testing forcns. 26 3.12 PROTECTION [NOT USED] 27 28 29 30 31 32 33 34 35 3.13 MAiNT�NANCE [NOT USED] 3.14 ATTACHMENTS A. Post Instailation Cnspection Form — Vacuum Test B. Post Installation [nspection Form — Wet Film Thickness C. Post Installation [nspection Form -- Holiday/5park Detection D. Post Installation Inspectior� Farm — Manhole AdhesionTest END OF SECTION CITY OF FORT WORT I�1 2�18 RflAlD 1'�AR 3, COIVTRACT 9 STANDARD CONSTRUCTION SPECIFICATION DOC[lMENTS CITY PROJECT No. 101472 Re�ised September 23, 2020 33 39 60-12 LINERS FOR SAN[TARY SEWER 5TRUCTURES Page 12 of 12 Revision Log DATE � NAME � SUMMARY OF CHANGE runher ciarcflcatton on the sizes and types of manholes under Part I.2. Removal of Raven Lining system and incEusion of Specfra3hield and Warren L;n�ironmenta] 09-23-2020 L Kasavich SYstem 301, andARC SIHB hy A,W. Chesterton Company. Additional source quality control and field quality conYral test requirements. Added testing Forms for Wet Film Thickness, Manhole Holiday/Spark Betection, and Manholc Adhesion Test. CITY OF FORT WORT H 2O18 BOND YEAR 3, CONTRACT 9 STANDARD CONS'1'RUCTION SPECIFECAI'ION DOCUM�NTS CITY AROJECT No. EO1472 Revised September 23, 2D20 POST IIVSTALLATIOIV II/iA�VHOLE VACUUM TEST FORM Company Name: Add ress: Phone #: Coating �ate: Project f�ame: Contractor: Cell: �� �� 1a91n rk: Crew Leader: #: Owner: Indicate Pass/Fail: location of Str�cture: flAanhole Pour or Placement Date: L�ne � Station #: Other: Structure Type: (ch�ck one] 4' �I fl�H �YPE A FLDIa4l DIV BOX 5' �I RlIH �'YPE B FL�W �II/ BOX 6' iJl MH JUfVCTIOR� BOx i' �I MH SPI-IIPHOf!! �i1E�RY SOX IVI���RIIi�G ST'A�IOfV Vacuurr� Test Results Inspection Date: ������� ���������� tnspection Company: Inspector Rlame: Repair Date: Repair Location: T'ype of Repair: Repair R�9aterials: Comme�ts: PQST INSTALLATlOf� 11/1ANHOLE LIl�ER IiVSP�CTIOi� FORf1� WET FILM THlCKNFSS Company Name: Address: Phane #: Cell: Coating Da#e: Project f�ame: Cantractor: Owner: Thicicness of Caating: location of Structure: Work: Crew Leacler: ���� ����rH #: M+4�kiO�E IIYFORMATIO[�l Line � Station #: Other• S�ructure Type: (check oneJ . 4' �I Rlly iYPE A FLDW DIV BOX 5' fJl i1f�H TYP� B FLD1A! DIV 80� �' pi �� JUNCTfON BOk i'' DE N�H � SPHIPHOf�! Ef11T'RY BOX hAE�ERl111C, STAYl011� IAlet Filn7 �hickrress �/IeaSurements Wet Film 7hickness Gauge per AST�lY D441�4 at 3 Locations 1dVdithin the h�lanhole Two {zj Spaced �quall� Apar# Along the Wall and One (1) on the Bench Yes �! o e�r� M�terial: � �ir�in� Il��geri�l: I Cvrnrr�en�s: I�Fi ���th: MH lA/idth: �ench: 1VYi! (Gaugej In�ert (Sprayed) *If No, iustify Irnt�i���� Niea�ur�err�en�s �h tH� D m Alav�e Yes / fVo Yes / * POST IiVSTALLATION ���T�CD MAI�HOLE HOLIDAY/SPARK DETECTIO�! TEST FORM � Company Name: Address: Phone #: Cell: Coating �ate: Project Name: Con#ractor: Owr�er: �hickness of Coating: _ Lacation of Struc#ure: Line � Station #: Structure Type: �check one) lMork: Crew �eacier: Project #: Other: MACUi�IOLE IN�qRM,4�lON 4'DIMiH 5' �f i1111H I 6' �I M W �' pl !!A i� 7'YP� A FLDW �IV B03( TYP� B FLDl�4! DIV BOX IUWCYlOf1� BOX 5Pi�IPROIV ENTRY BOX Ilfl�7�RIR�G ST�►�IOi� Naiiday ���ecfi�n T�s� R�sul$s ��+,ac� sPasssy LinerMaterial: ICIG��C�#� E����C� �4������1� 011 C�I'�1NIr1� Spark 7ester Serial #: Valtage Setting: Inspectian Date: Inspection Company: Inspector Name: Repair Date: Comments: * Plon-Nian hole Struct ures mayrequireadditiona I sketchesto ir�dicatetestinglocationforalltestingprocedures. �nclude additional sketches as needed. POST IfUSTALLATION ���T����� MANH�LE ADHESION TEST FOR111/i Company Name: Add ress: Phone #: Cell: Work: Coating Date: Project Name: Contractor: Owner: Thickness of Epoxy Coating: Locatior� of Structure: Crew �eader: r�a�r�ai� ar�Fa��+�Tior� Line � Statian #: 5tructure Type: [check onej Other: 4' DI �JYH 5' DI �lYH 6' DI i�YW 7' DI f�W TYPE A FLDW DiV BQI� TYP� B FLD�h! DIV BUX JUi�GilOi� BOX SPHIPbOfL� Ei�TRY BOX NYETERiIVG Si�1iI�IV I�C�H�510f9 ��5� i��51l�$� (ASi�UI D7234) Inspection Date: I�'T�IC��� #��� �OC��IDCI� O�1 �f�1��17� Inspection Company: Inspector Name: �Yanhole �epth: Rlumber of Tests: Test Results: Comments: *Non-Manhole5tructuresmayrequireadditionaf s�etchesto indicate testing location for all testingprocedures. Include additional sketches as needed. 024115-] PAVING REMOVAL Page 1 of 6 � 2 3 PART1- GENERAL 4 11 SUMMARY 5 6 7 8 9 l0 I1 sEcT�orr a2 a� i� PAVING REMOVAL A. Section Includes: 1. Removing concrete pa�ing, asphalt paving and brick paving 2. Removing concrete curb and gutter 3. Removing concrete valley gutter 4. MilIing roadway paving 5. Pulverization of e�isting pavernent 6. Disposal of removed materials 12 B. Deviations from this City of Fort Workh Standard Specification 13 1. 11�Iodi�'ied section 3A H, pavement cut and pulverization depths. 14 C. Related Specification Sections include, but are not necessarily limited to: i 5 1. Division 0- Bidding Aequirements, Contract Forms, and Conc�itfons of the Contract 16 2. Division 1- General Requirements 17 3. Section 32 11 33 - Cem�nt Treated Base Caurses 18 �.2 PRICE AND PAYMENT PROCEDURES 14 20 2] 22 23 24 25 26 27 28 29 30 31 32 33 34 3S 36 37 38 39 4D 41 A. Measurement and Payment l. Measurement a. Remove Concrete Paving: measure by the square yard from bacic-to-back of curbs. b. Remove Asphalt Paving; measure by the square yard between the lips of gutters. c. Remove Brick Pa�ing: measure by the square yard. d. Remove Concrete Curb and Gutter: measure by ihe linear foot. e. Remove Concrete Valley Gutter: meas�u'e by the square yard f. Wedge MiIting: measure by the square yard %r varying thickness. g. Surface Milling: measure by the square yard far varying thickness. h. Butt Milling: measured 6y the linear foot. i. Pavement Pulverization: measure by the square yard. j. Remove 5peed Cushion: measure by each. 2. Paynrzent a. Remove Concrete Paving: full compensation for saw cuiting, removal, hauling, disposal, tools, equipment, labor and incidentals taeeded to execute work. For utility projects, this Item shali be considered subsidiary to the trench and no other compensation will be allowed. b. Remove Asphalt Paving: full compensation for saw cut�ing, removal, hauling, disposal, tooIs, equipment, labor and incidentals needed to execute work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation wi11 be allowed. CITY OF FORT WORT�I 2018 BONB YEAR 3, CONTRACT 9 STANDARD CONSTRUCTION SPEGIFICAT'ION DOCUMENTS City Project No. ]01472 Revised February 2, 2�16 D241 15-2 PAVING i2�;MOVAL Page 2 of 6 i 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 l9 20 2l 22 23 24 25 26 27 28 29 30 31 32 33 34 c. d. e. f. �- h. J k. L! Remove Brick Paving: full compensation for saw cutting, remo�al, salvaging, cleaning, hauling, disposal, taols, equipment, labor and ir►cidentals needed to execute work. For utility projects, this Item shall be considered subsidiary to the tc'ench and no other compensation will be allowed. Remove Concrete Curb and Gutter: fuil compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. For utility projects, this Item shall be considered subsic�iary to the trench and no other compensation will be allowed. Remove Concrete Valley Gutter: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labar and incidentats needed to execute work. Wedge Milling: full campensation for all milling, hauling milled material to salvage stockpile or disposal, tools, labar, equipmettt and incidentals necessary to execute the work. Sur�'ace Milling; full compensation for all milling, hauling milled material to salvage stockpile or disposal, tools, labor, equipment and incidentals necessary to execute the work. Butt Miliing: full compensation for all milling, hauling milled material to salvage stockpile or disposal, tools, labor, equipment and incidetttals necessary to execute the work. Pa�ement Pul�verization: fUll compensation for alllabor, material, equipment, tools and incidentals necessary to pulverize, remove and store the pulverized material, undercut the base, mixing, compaction, haul off, sweep, and dispnse of the undercut material. Remove speed cushion: full compensation for remo�al, hauling, disposal, taals, equipmeni, labor, and incidentals needed ta execute the wark. For utility projects, this Item shall be considered subsidiary to ihe trench and no other compensation will be al�owed. Na payment for saw cutting of pa�ement or c�rbs and gutters will be made under this section. Include cost of such work in unit prices for items list�d in bid form requiring saw cutting. No payment will be made for work outside maximum payment limits indicated on plans, ar far pavements or structures removed for CONTRACTOR's convenience. 35 1.3 REFERENCES 36 A. ASTM Int�rnational (ASTM}: 37 a. D698, Standard Test Methods for Laboratory Compaction Characteristics of 38 Soil Using S#andard Effort (12 4Q0 ft-lbflft3 (600 kN-m/m3)) 39 1.4 ADMINiSTRATIVE REQUIREMENTS (NOT USED] 40 1.5 SUBMITTALS [NOT USED] 41 1.6 ACTION SUB�MITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 42 1.7 CLOSEOUT SUBMITTALS [NOT USED] 43 1.� MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 44 1.9 QUALITY ASSi1AANCE [NOT U�ED� 45 1.10 DELIVERY, STORAGE, AND HANDL�NG [NOT USED� CITY OP FORT WORTH 201$ �30ND YEAR 3, CONTRACT 9 STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS City Project No. 101472 Revised February 2, 2016 0241 15-3 PAVING f2EMOVAL Page 3 of 6 1 +� 1.11 FIELD CONDIT�ONS (NOT USED] 1.12 WARRANTY [NOT USED] 3 PART2- PRODUCTS 4 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 5 2.2 EQUIPMENT [NOT USED] b �.3 ACCESSORIES [NOT USED] 7 �.4 S�URCE QUALITY CONTROL [NOT USED] S PART 3 - EXECUTION 9 10 11 12 13 14 3.1 EXAMINATION [NOT LTSED] 3.2 IN�TALLERS [NOT USED] 3,3 PREPARATION 15 3.4 A. General: 1. Mark paving removal limits for City approval prior to beginning removal. 2. Identify known utiIiti�s below grade - Stake and flag locations. PAVEMENT REM�VAL 16 A. General. 17 1. Exercise caution to minimiza damage to undergroUnd utilities. 18 2. Minimize amount of earth remo�ed. l9 3. Remove paving to neatly saw�d joints. 20 4. Use care to prevent fracturing adjacent, existing pavement. 2] 22 23 24 25 2b 27 28 29 30 31 32 33 34 35 36 37 B. Sawing 1. Sawing Equipme�t. a. Pow�r-driven. b. Manufactured for the purpose of sawing pavement. c. In goad operating condition. d. Shall not spall or frac#ure the pavement structure adjacent to the removal axea. 2. Sawcut perpendicular to the suriace to full pavement depth, parallel and perpendicular io existing joint. 3. Sawcut parallel to the original sawcut in square or rectangular fashion. �4. [f a sawcut falls within 5 feet of an en existing dutnmy joint, construction joint, saw joint, cold joint, expansion joint, edge af paving or gutter lip, remova pa�ing to that joint, edge or lip. 5. 1f a pavement edge of a cut is darriaged subsequent to saw ctxtting, saw to a new, neat, straight line far the purpose of remo�ing the damaged area. C. Remove Concrete Paving and Concrete Valley Gutter 1. Sawcut: See 3.4.B. 2. Remove concrete to the nearest expansion joint or vertical saw cut. CITY OF F�RT W�RTH 2O18 BOND YEAR 3, CONTRAC7' 9 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projec4 No. 1014T2 Aevised February 2, 201b 024115-4 PAVING REMOVAL Yage 4 of 6 1 �. Remove Concrete Curb and Gutter 2 1. Sawcut: See 3.4.B. 3 2. Minimum limits of removal: 30 inches in langth. 4 5 b 7 S 9 10 1l 12 13 14 15 16 17 18 19 20 21 22 23 24 2S 26 27 28 29 30 31 32 33 34 35 36 37 38 39 4Q 41 42 43 44 45 E. Remove Asphalt Pa�ing 1. Sawc�zt: See 3.4.B. 2. Remove pavement without disturbing the base material. 3. When shown on the plans ar as directed, stockpile materials designated as salvageable at d�signated sites. 4. Prepare stockpile area by removing vegetation and trash and by providing for proper drainage. F. Milling 1. General a. Mili surfaces to the depth shown in the plans or as directed. b. Do not damage oz disiigure adjacent work or existing surface irnprovements. c. If milling exposes smooth underlying pavement surfaces, mill the smooth surface to make rough. d. Provide safe temporary transition where vehicles or pedestrians must pass over the milfed edges. e. Remove excess material and clean milled sUrfaces. f. Stockpiling of planed material wi11 not be permitted within the right of way unless approved by the City. g. If the existing base is brick and cannot be miiled, remove a 5 foot width of the existing brick base. See 3.3.G. for brick paving removal. 2. Milling Equipmeni a. Fawer operated milling machine capab�e ofremoving, in one pass ar two passes, the necessary pavement ihickness in a five-foot minimum width. b. Self-propelled with sufficient power, traction and stability to maintain accurate depth of c�t and slope. c. Equipped with an integral load�ng ar�d reclaiming means to immediately remor+e maiarial cut frorr� the surface of the roadway and discharge the cuttings into a truck, all in ona operation. d. Equipped with zneans to control dust created by the cutting action. e. Equipped with a manual system providing for uniformly varying the depth of cut while tYte machine is in motion tt�aking it possible to c�# flush to all inlets, manholes, or other obstructions within the paved area. f. Variable Speed in order to leave the specified grid pattern, g. Equipped to minimize air pollution. 3. Wedge Milling and Surface Milling a. Wedge Mill existing asphalt, concrete or brick pavement from the lip of gutier at a depth of 2 inches and transitioning to match the existing pa�ement (0-inch cut) at a minimum width of 5 feet. b. Surface Mil] existing asphalt paverr�ent to the depth specified, c. Pro�ide a milled surface thai provides a uniform surface free from gouges, ridges, oil film, and other imperfections of workmanship with a uniForm textured appearance. CITY OF FORT WORTH 2O18 BOND YEAR 3, CONTRACT 9 STANDARD CONSTRUC'E'ION SPEC[FICATION DOCUMEN"I'S City Project No. 101472 Rcvised February 2, 2016 024115-5 PAVING REMOVAL Page 5 of 6 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 d. In all situations where the existing H.M.A.C. surface contacts the curb face, ihe wedge milling includes the removal of�he existing asphait covcring the gutter up to and along the face of curb. e. Perform wedge ar surface milling operation in a continuous manner along both sides of the street or as directed. 4. Butt Joint Milling a MiII butt joints into the existing surface, in association with ihe wedge milling operation. b. Butt joint will provide a full widih tz'ansition section and a constant depth at the point where the new overlay is terminated. c. Typical locations for butt joints are at alI beginning and ending poin�s oisireets where paving material is removed. Prior to the milIing of the butt joints, consult with the City for proper location and limits of these joints. d. BUtt Milled joints are required on both sides of all railroad tracks and concrete valley gutters, bz'idge decks and culverts and a11 other items which transverse the street and end the continuity of the asphaIt surface. e. Make each butt joint 20 feet long and milIed out across the full width of the street section to a tapered depth of 2 inch. f. Taper the milled area within the 20-feet to a depth from 0-inch to 2-inch at a line adjacent to the beginning and ending points or intermediate trans�erse items. g. Provide a temporary wedge of asphalt at all bUtt joints to provide a smooth ride over the bump. G. Aemove Brick Paving 25 1. Remove masonry paving �nits to the limits specified in the plans or as directed by 26 the City. 27 2. SaIvage existing brzcks for re-use, cIean, palletize, and deliver to the City 5tack pile 28 yard at 3300 Yuma Street or as directed. 29 3Q 31 32 33 34 35 3b 37 38 39 40 41 42. 43 44 45 46 H. Pa�ement Pulverization 1. 1'ul�erization a. Pulverize the existing pavement to depth of 8 inches. See S�ction 32 11 33. b. Temporarily rernove and store the 8-inch deep pulverized material, then cut the base 3 inches. c. Start 3-inch base cut at a depth of 8 inches from ihe existing pulverized suriace. 2. Cement Application a. Use 3.5% Portland cement. b. See Section 32 11 33. 3. Mixing: see Section 32 11 33. 4. Compaction: see Section 32 11 33. 5. Finishing: see Section 32 11 33. 6. Curing: see Section 32 11 33. 7. If the existing pavement has a comhinatian of 11 inches of H.M.A.C. at�d crushed stone/gravel: a. Undercut not required b. Pulverize i1 inc�es deep. c. Remove 3-inch the total pul�erized amount. CT'T'Y pF FORT WORTH 2O18 BOND YfiAR 3, COTITRACT 9 S'I'AN�ARD CONSTRUCT[ON SPECIFICATION DOCUMENTS Ciiy Project No. ]01472 Revised Pebruary 2, 2016 024115-6 PAVING I2EMOVAL Page 6 of 6 1 I. Aemove speed cushion 2 1. Scrape or sawcut speed cushion from existing pavement without damaging e�sting 3 pavement. 4 3.5 REPAIR (NOT USED] 5 3.6 RE-INSTALLATION [NOT USED] 5 3.7 FIELD QUALITY CONTROL [NOT USED] 7 3.8 SYSTEM STARTUP [NOT USED] 8 3.9 ADJUSTING [NOT USED] 9 3.10 CLEANING [NOT USEDj 10 311 CLOSE�UT ACTIVITIES [NOT USED] 11 31� PROTECTION �NOT USED] 12 3.13 MAINTENANCE [NOT USED] 13 3.14 ATTACHMENTS [NOT USED] i4 15 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2D12 D. Johnson 1.2,A — modified payrnent requirements on utility projects 2/2l2016 F. Griffin 1.2,A.2.b. — Removed duplicate last sentence. 16 CI'I'Y OP PORT WORTH 2O18 BOND YEAR 3, CONT1tACT 9 STANDARD CONSTRUCTION SPEGI�ICATION C30CUMENTS City Project No. 101A72 Revised February 2, 2016 SY 34 71 13.Ot TRAFFIC CONTROL Page l oF4 34 71 13 SPECIAL PROVISION TO STANDARD SPECIFICATION 34 71 13 TRAFFIC CONTROL For this Project, the Standard Specificat�an 3� 71 13 for Tr�c Control (dated 11/22/2013) is amended with respect to the clauses cited below. No other clauses or requirements of this Standard Specification are waived or ckaanged. Delete section 1.1. from 5tandard Specifcation 34 71 13 and repEace with: l.l SUMMARY B. Installation of Traffic Control De�ices and preparation of Traffic Control Plans, ittcluding maving, replacing, maintaining, cleaning and removing upon completion af the work, all temporary or permanent street closure barricades, signs, cones, lights or other devices required to handle traffic in canformance with the current edition of the Texas Manua] of Uniform Traffic Control De�i�es and as indicated on the Drawings or directed by the Engineer or designated City representati�e. C. Deviations from this City of Fort Worth Standard Specification 1. As outlined in this Special Provision to Standard Specification 34 71 13. D. Related Speci�cations Sections include, but are not limited to: 1. Division 0- Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1- General Requirements Delete paragraph 1.2. from Standard Specification 34 71 13 and replace with: 1.Z PRICE AND PAYMENT PROCEDURES A. Measurement and �'ayment 1. Installation of TrafFc Control De�ices a. Measurement 1) Traffic Control Devices for �te project will be measured per month throughoui the project duration regardless of ihe number of set-ups, locations or streets under construction. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured, as provided uader "Measurement," sha11 be paid for at the unit price bid for "Traffic Control" under each Unit oF Work (Water, Sewer, Paving, etc). No additional compensation is made for materials, ec�uipment or labor required for this Item. CITY OF FORT WORTI�I 2018 BOND YEAR 3, CONTfLAC7 9 Cicy Praject No. [ O1472 SP 34 7l 13.01 TRAFFIC CONTROI. Page 2 pf 4 34 71 13 SPECIAL PROVISION TQ STANDARD SPECIFICATION 34 71 13 TRAFFIC CONTROL c. d. 2) No more than one month may be charged during the same 34 day period of a contract. Projects with multiple crews performing concurrent Units of Work (Water, Sewer, Paving, etc) will be paid for 1(one) month total, under the contractar`s selected unit. The selected unit must have had active work during that period. 3) The months for each Unit of Work will be approximated for bidding and can be adjusted during constructiQn as the work progxesses according ta the Contractor's schedule. The Contractor's schedule shal] reflect the project being complete within the project duration set by the contract. The wark �erformed under tY�is Item shall include, but not be limited to: 1) Traffic Control implementation 2} Installation 3) Maintenance 4) Adjustments 5) Replacements 5) Removal 7) Police assistance during peak hours Traffic Control PIan Changes: 1) Contractor driven changes to the sequencing, resources, or location of traffic control activities do not warrant additional cost for traffic control, 2) City requested chatages to the scope ar sequencing can be submitted as a change order with su�porting documentation for review by the City. 3) During periods of inactivity the contractor must provida ,supporting documentation that additional traffic control was required based ozz crxrrent site conditions and was present at ihe site. 2. Portable Changeabie Message Board Signs a. Measurement 1) Portab�e Changeable Message Board Signs for the project shaIl be measured per week regardless of th� number of set-ups, locations or streets under construction. b. Payment 1) The work performed and materials furnished in accordance to ihis Item and measured as pra�ided under "Measurement" shall be paid for at the unit price bid per week for "Po�able Message Sign". c. The price bid and work performed under tk�is Item shall include, but not be limited to: i) Deli�ery of Portable Message Sign to Site 2) Message updating 3} Sign mo�ement throughout construction 4} Return of the Portabie Message Sign post-canstruction 3. Preparation of Traf�c Control Plans or details if not provided o� the Drawings and applicable City Standard Traffic Control Detail is available at: CITY OE FORT WORTH 2D 1 S BOND YEAK 3, CONTRACT 9 City Praject No. l 01472 SP347] 13.01 TRAFFIC CdNTROI. Page 3 of 4 34 71 13 SPECIAL PROVISION TO STANDARD SPECIFICATION 34 7i 13 TRAFFIC CONTAOL http://fortwortl�texas.gov/uploadedFiles/Transportation and_Public Wor ks/Permits/Traffi cControtPlans.pdf a. Measurement 1) Traffic Cantrol Plans for fhe project shalI be measured throughout the contract tirr�e period and furnished by the Coniractor. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be subsidiary to the unit price bid for "Trafiic Control". c. The work performed under this item shall include, but not be limited to: 1) Preparing the Traffc Control Ptans 2} Adnerence to City and Texas Manual on Uniform Traffic Control Devices (TMUTCD) 3} Obtaining the signature and seal of a licensed Texas Professional Engineer for all Traffic Control Plans submitted to the Gty. 4) Incorporation of City comments Delete paragraph 1.S.B, D, E and G from Standard Specification 34 71 13 and replace with: 1.5 SUBMITTALS B. Obtain a Street Use Permit from the Street Management Section of the Traffic Engineering Division, 311 W. l Oth Street. The Traffic Control Plan {TCP) for the Project shall be as detailed on the Traffic Control Plan sheets of the Drawing set if provided. A copy of the Traffic Control Plan shalI be submitted with the Street Use Permit and upon approval uploaded to the City's BIM360 project page as a subnnittal. D. Contractor shall prepaz'e Traific Control Plans if required by the Drawings or Specifications. The Contractar will be responsible for having a licensed Texas Professional Engineer sign and seal the Traffic Control Plan sheets. Contractor, at his or her expense, shall prepare and submit for approval Traffic Control Plans where Contractor wishes to deviate from the approved set of Trafflc Control plans if provided in the construction documents. E. Lane closures (including moving operations) that require a lane to be closed to through traffic for 24 hours or longer shall require a site-specific traffic control plan. G. Design Engineer wiIl furnish standard detai]s for trafiic control. These are guidance and are not sufficient for a site speciiic traffc control plan for lane closures over 24 hours. Delete paragraph I.S.G from Standard Specificatian 34 7l l3. Delete paragraph 33.K from Standard Specification 34 7] 13 and replace with: CI'TY OF FORT WORTH 201 S 80ND YEAR 3, CONTRACT 9 City Project No. l O1472 SP 34 71 13.01 TRAFFIC CONTROL Page 4 of 4 34 71 13 SP�CIAL PROVISIQN TO STANDARD SPECIFICATION 34 il 13 TRAFFIC CONTRQL 3.3 INSTALLATION K. Contractor shall make arrangements, at his or her expense, for police assistance to direct tra�ic if tvaff c signal turn-ans, street light pole installation, or other construction will he done during peak traffic times (AM: 7 am - 9 am, PM: 4 pm - 6 pm). C1TY OP FORT WORTH 201 S BONI7 YEAK 3, CONTRACT 9 City 1'roject l+lo. 101472 APPENDYX GC-4.02 Subsuirface and Physical Conditions — Core Report GG6A6.D Minority and Woxnen Owned Business Enterprise Compliance GG6.07 Wage Rates GR-O 1 b0 00 Product Req�irements CITY OF' FORT WORTIi 2018 BOND YEAR 3, C�N7'RACT 4 STANDARD CONSTRUCTION SPCCTFICATION DOCUMENTS Gity Projecl No. 101472 Reviscd July 1, 201 L GC�4o�� Su�l�sa�rf��� ancl P��sic�Il C��dz����s 'I'�IIS ]PAG� I1�E�'�[' �111�TEN'I'�Ol"�TAIL]LY � 1L,��II� CITY OF F�RT WORTFI 2018 BOND YEAR 3, CONTRACT 9 STANDARD CONS'CRUCTION SPECIFiCATION BOCUMEI�7'S Ciry Project No. L01472 Rev'tsed July l, 2611 ���� ���•��I`: '` — �„' Proj ect: CPN# 101472 Date Tested: 5/24/2020 — 7/23/2020 Requested 6y: Greg Robbins City of Fort Worth Capital Delivery Di�ision/Soil �.ab 8851 Camp Bowie Blvd #300 Fort Worth, TX 76116 Laboratary Test Results for A �treet Coring Project 7/24/2020 Phone: 817-392-7920 This report presents the results of a sireet coring project for 2Q19 WSM-D (CPN# 101472). Uday Bangale and Stephen Overton performed the cores, and subgrade Iab tests. Mr. Zelalem Arega reviewec� and approvecf the resuIts. ���s�i� �� (�����,iilc�� ur i�r h���YjuM'St} HOLE # 1 � LOCATION: 50'W' of Major St {N/4} 4.75" HMAC 4.25" Brawnish Yellow Sand w/Gravel 3.00" Brown Sandy Clay w/Gravel 3.00" Yellowish Beown Sandy Clay ATTERBURG LIMITS: LL:71.90 PL:26.10 PI: 45.80 SHRKG: 22% HOLE # 2 L�CATION: 95'W' of Louis St {1�T/4} 3.00" HMAC 4.00" Sfiabilized Maierial 5.00" Brownish Yellow Sand w/Gravel 4.50" Brown Clay ATTERBURG LIMITS: LL:40.10 PL:17.20 PI: 22.40 SHRKG: 12% HOLE # 3 LOCATION: i00'E' of Handley Dr (N/4) 4.50" HMAC 8.54" Brownish Yellow Sand w/Gra�el 3.50" Brown Sandy Clay w/Gravel 7.00" Brown Sar�dy Clay w/Gravel Page 1 of 8 ���� ��r��� � City of Fort Worth CapitaI Delivery Division/Soil Lab 8851 Camp Bowie Blvd #300 Fort Worth, TX 76116 Phone: 817-392-7920 HOLE #4 LOCATION: 100'E' of Halbert St (S/4) 2.50" HMAC 9.50" Yellowish Brown Sandy Clay w/Gravel 4.SQ" Reddish Yellow Sandy Clay ATTERBURG LIMITS: LL:71.90 PL:26.10 PI: 45.80 SHRKG: 22°/a Hole #5 LOCATION: 6508 Craig St {S/4) 6.00" HMAC 4.50" Stabilized Material 5.50" Brown Sandy Clay w/Gravel HOLE #6 LOCATION: 20'E' of Milan St (514) 2.50" HMAC 3.00" Stabilized Maierial 8.50" Sand, Gravel & Asphalt Pieces Hole #7 LOCATION: 69�8 Craig St (5/4} 3.50" HMAC 6.50" Lite Brown Sandy Clay w/Gravel 3.00" Brownish Grey Clay ATTERBURG LIMITS: LL:55.70 PL:16.60 Pl: 39.10 SHRKG: 18% Hole #S L�CATION: 6721 Craig St {N/4) 4.00" HMAC 7.00" Reddish Brown Sandy Clay w/Gravel 4.00" Reddish Brown Sandy Clay a�li#(,11 ,�we -_— - _ {�;._.Elam��l�ire i31v�1 to {lCd �audle� �d} Hole #9 �� - �� � - LOCATION: 1040 Benton Ave (E/4) 5.00" HMAC 2.50" Stabilized Material 5.00" Greyish Brown Clay 4.50" Dark Brown Cla Page 2 ot B ���T �� �`��4 3� City of Fort Worth Capital Delivery Division/Soil Lab 8851 Camp Bowie Blvd #300 Fort Worth, TX 76116 Phone: 817-392-7920 ATTERBURG LIMITS: LL:42.30 PL: [ 8. I Q PI: 24.20 SHRKG: 15% Hoie #10 LOCATION: �301 Benton Ave (E/4) 3.SQ" HMAC 3.00" Yellowish Brown Sand w/Gravel 3.00" Yeilowish Sand Clay w/Gravel 3.50" Brown Sandy Clay w/Stone 4.50" Bro�wn Sandy Clay Hale # 11 LOCATION: 900 Benton Ave (W/4) 3.00" HMAC 4.00" Stabilized Material 5.00" Brown Sand, GraveI & Asphal� pieces 4.50" Brown Clayey Sand ATTERBURG LIMITS: LL:22.70 PL:15.90 PI: 6.70 SHRKG: 4% Hole #12 LOCATION: 1�04 Benton Ave (W14} 4.25" HMAC 4.Oa" Sand w/Gravel 5.00" Stabilized Material w/Gravel 6.25" Dark Brown Clay iiou�e 4t (EV IIQ�n�ashirc f31}'tl fe� � C'u1-I1�:-S�e] Hole # 13 � � LOCATION: 120'S'of Hampshire Blvci (W/4) 1.50" HMAC 4.50" Pale Brown Sand w/Gravel 5.00" Yellowish Brown Sand w/Gravel 5.50" Greyish Brown Sandy Clay ATTERBURG LIMITS: LL:28.20 PL:15.00 PI: 13.20 SHRKG: 6% Page 3 af B ���������� � City of Fort Worth Capital Delivery Division/Soil Lab 8851 Camp Bowie Blvd #300 Fort Worth, TX 76116 Phone: 817-392-7920 Ho�e # 14 LOCATION: S61 House St (E/4) 3.00" HMAC 6.00" Yellowish Brawn Sand w/Gravel 6.00" Yellowish Brown Sandy Clay ili�ff�ux��er �i (��r����lvi��► Ur �s� V4�ei��� E�Ivdj Hole # 15 � �� � LOCATION: 35'E' of Grandview Dr (S/4) 1.25" HMAC 8.75" Yellowish Brown Sandy Clay w/Gravel 7.50" Brownish Grey Clay ATTERBURG LIMITS: LL:44.40 PL:17.70 PI: 26.70 SHRKG: 16% Hole # l 6 LOCATION: Sa45 Hightower St {N/4) 1.75" HMAC .50" Reddish Brown Sandy Clay 7.75" Sand, Gravel and Stone 6.50" Greyish Brown Clay V�n I�`�II,► ���� _ �_ �i�rsnc}��i�w �1r F[r V4+e�l�r lilvr�} — - — — Hole #17 ' -- LOCATiON: 5500 Van Natta Ln (S/4) 2.00" HMAC 5.00" Sand, Gravel, & Asphalt pieces 5.00" Greyish Brown Clay ATTERBURG LIMIT�: LL:54.70 PL:18.90 PI: 35.80 SHRKG: l8% Hole # 1 S LOCATION: 5545 Van Natta Ln (1l�/4} 2.50" HMAC 5.00" Sand, Gravel, & Asphalt pieces 2.00" Brown Clay 5.50" Yellowish Brown Clay ATTERBURG LIMITS: LL:51.10 PL:20.00 PI: 3 I.10 SHRKG: 18% Page 4 of B �'��.� ��.��� � �: City o� Fort Worth Capital Deli�ery Division/Soil Lab 8851 Camp Bowie Bl�d #300 Fort Worth, TX 7bl l6 Phone: 817-342-792Q T IF��� M1l�ilt�t l��� -- - _� (�mif►• 13r t�� 1�`'1'err«i����� ( �#el � . �.� Hole # 19 LOCATION: 5404 Van Natta Ln (S/4) 3.25" HMAC 8.75" Sand, GraveI, & Asphalt pieces 4.00" Greyish Brown CIay ATTERBURG LIMITS: LL:35.30 PL:1�.40 PI: 20.90 SHRKG: 13% �'t�n �:31#�t �an --- — -- _..� �(1�V'1'rrrriin�is_���te1 tu ��':���dvie3ti� I.lr� _, __ � Hale #20 LOCATION: 5437 Van Natta Ln {N/4) 6.50" HMAC 6.50" PaIe Brown Sandy Clay w/Gravel 6.50" Greyish Brown Clay ATTERBURG LIMITS: LL:S0.50 PL:16.90 PI: 33.60 SHRKG: i8% �l��lhcrf ti1 — �3�H��� St ��, ��•s�'tg 4�t ...__�. __ _ Hole #21 � LOCATION: 2800 Halbert St {W/4) 1.50" HMAC 11.50" Sand & Gravel 3.75" YelIowish Brown Clayey Sand w/Gravel Hole #22 LOCATIONS: 2850 Halbert St (W/4) 3.25" HMAC 3.75" Yellowish Brown Sandy Clay 3A0" Gra�el & Sand 2.00" Y�llowish Brown Clay 5.50" Yellowish Brown Clay ATTERBURG LIMITS: LL:45.50 PL:17.90 PL• 27.60 SHRKG: 1 b% Page 5 of B ���� ����r�,�. City of Fort Wowth Capital Delivery Division/Soil Lab $$SI Camp Bowie Blvd #300 Fort Worth, TX 76116 Phone: 817-392-7920 Hole #23 LOCATION: 2839 Halbert St (E/4} 4.50" HMAC 6.50" Gravel & Yeliawish CIayey Sand 5.50" Yellowish Brown Clayey Sand ATTEABURG LIMITS: LL:36.70 PL:15.50 PI: 21.24 SHRKG: 12% -- - H�I1xer� �! - - - -- - .�t�t�ott tit tr� C'h����i� �I� � Hole #24 - � -- - - ---- . _, LOCATION: 35'1!T' of Church St (E/4} 3.00" HMAC 3.OQ" Yellowish Brown Sand & Gravel 1 l.00" PaIe Brown Ciay ATTERBURG LIMITS: LL:43.40 PL:17.30 PI: 26.1 a SHRKG: 15°/fl Hole #25 LOCATION: 3010 Halbert St (W/4) 3.00" HMAC 2.00" Gravel, Sand, & Asphalt pieces 3.00" HMAC 8.50" Yellowish Brown Sandy Clay w/Gravel 1�Vi�3�i�►��ercw �t — — - [Bcr�for� A��� fu ti��riu�l'�el�! f)rj Hole #26 � — - J -�-"�� — - L�CATION: 100'E' of Benton Ave (Sl4) 4.00" HMAC 6.50" Gravel & Asphalt pieces 2.50" Greyish Brown Sandy Clay w/Gravel 3.50" Brown Clay Hole #27 LOCATION: �332 Windomere St {1�T/4) 3.75" HMAC 8.75" Grey Sandy Clay w/Gravel 4.50" Browciish Grey Clay ATTERBURG LIMITS: LL:50.10 PL:18.50 PI: 31.60 SHRKG: 1 S% Page 6 of B ���� ������i ; City of Fort Worth Capital Delivery Di�ision/Soil Lab 8851 Camp Bowie Bl�d #3fl0 Fart Worth, TX 76116 Phone: 817-392-7920 � i�o�inc ,�1 � (1':�nul�� .���r ��� � �la�r�r����ire f#I����} Hole #28 LOCATION: 55'N' of N Hampshire Blvd (E/4) 4.00" HMAC 3.75" Concrete 6.25" Gra�el & Sand 3A0" Pale Brown Clay ATTERBURG LIMITS: LL:49.80 PL:18.20 PI: 33.60 SHRKG: 17% HoIe #29 LOCATION: 90'S' of Panola St (E/4} 1.50" HMAC 5.50" Gra��l & Asphalt pieces 6.aa" Reddish Browri Sandy Clay 4.00" Brown Clay Hole #30 LOCATION: Intersection of House St (W/4} 4.00" HMAC 8.00" Brown Sandy Clay w/Gravel 4.50" Brownish Grey Clay ATTERBURG LIMITS: LL:27.90 PL:12.20 PI: 15.70 SHRKG: 9% -- --�----�'ri��•en� ]�d M�ado3�•1��•c�vlc I�d �o ��re�uf�e 5t) Hole #31 LOCATION: 2525 Cravens Rd (E/4} 2.25" HMAC 6.25" Stabilized Material 10.00" Brown Sand & Gravel Hole #32 LOCATION: 2624 Cravens Rd {W/4) 2.50" HMAC 7.00" Stabilized Materiat 3.00" Brawn Sandy Clay 4.50" Bror�vn Clay ATTERBURG LIMiTS: LL:47.50 PL:19.54 PI: 28.00 SHRKG: 17% Page 7 of S �o�� �V���r� City of Fort Worth Capitai Delivery Division/Soil Lab 8851 Camp Bowie Blvd #300 Fort Warth, TX 76116 Phone: 817-392-7920 Hote #33 LOCATION: 2416 Cravens Rd (W/4) 4.00" HMAC 11.00" HMAC 3.00" Yellowish Brown Clay ATTERBURG LIMITS: LL:64.20 PL:21.40 PI: 42.80 SHRKG: 22% Hole #34 LOCATION: 100'S'of 1Vleadowbrook Dr {W/4) 4.SQ" HMAC 7.50" Stabilized Material 2.00" Sand, Gravel & Asphalt pieces 3.50" Brown Sandy Cla w/Gravel Hole #35 LOCATION: 2401 Cravens Rd (W/4) 5.00" HMAC 8.00" Stahilized Material S.pO" Grey Sandy Clay ATTERBURG LIMITS: LL:26.50 PL:13.80 PI: 12.70 SHRKG: S% Page 8 of 8 GC-6o��0� l�J[Ilnor�� ��d Worn�en �wnedl l��si�ess ]E�m���°��°Il�� Comp���rn�� THI� P�.GIE ]LIE�'71' �l�ITENTIOl�A.]LIL� ��L.�.I�I� CiTY OF PORT WORTi1 2018 SOND YEAR 3, CONTRACT 9 STANQARD COIVS'fRUCTION SPECIFICATION DOCUMENTS City Praject No. 1D1472 Kevised ltily [, 2Qll �� V�o�Tx � Ci�+ v�r �'�r� �i��h �u�ines� �qui�y �i�`rsion ��ecifEcatiorns �PEC1r4L lNSiF�UCTIQNS FOR OFF�I�OFZS A���fCATIOFiI O� �O�1CY If the *�#a! dollar vaP�e of tltie oo��tract ��s �700.��0 or �are. #he:a a�usinews Equ�ky cw^*r�C#i�� �jna� i� applJc�b�e. +� llii�ie�rss E=rMtoiiy i=i�ms r�St.rs [u �l��#iFir� 4�rn�ril�•� ftirrrllor INv;���n-. [swr��d E3i34ir,��� Eii�£!#�71'iS�S t�'!���E3E�. ���ICY �TAT�IIdI�fVi !t is the poEicy of the City of Fort Worth to ensure the full and eguitable participation of Business Equity Firms when app�icable, in the procurement of all gaods and services. All requirements and regulations stated in the City's current Business Equity Ordinance Mo.z4534-1'�-zUzU apply to this bid. �USIfVESS EQUITY GOAL The City's. f4�IWB� goal on this project is � °10 of the base bid value of the contract. (If federafly fundecE} Fhe City's DB@ goal on this project is Yo of the base bid value af the contract. A Business �quity Prime Contrackor can count if's self-perFormance services towards meefing the Business �quity Goal for the assigned �fAICS commodity cndes on their MBE or WBE certification. If the Business Equify Prime Contractor cannot self-perform al! af the work, it will be accoun#able for subconfracting with certi�ed Business Equi#y firms to meet ihe averall goaf. COi�Y�LIARlC� �O �I� S��GI��ICAiIOh:S On Cify contracts $100,OD0 or mor� where a Business Equity Goal is applied, offerors are required to comply with the intent of the City's Business Equiky Ordinance by meeking or exceading the above stated goal through one of khe following meihods: 1. Business Equi#y subcontracting participation, or; 2. Commercial useful function services perfarmed by the �usiness Equity Prime to count towards the goal, or; 3. Combination of Business Equity Prime sen►ices and Business Equity subcontrac#ing participation, nr; 4. Business Equ€ty .loint Venture participation, or; 5. Good FaitF� Effort documentation, or; 6. Prime Waiver documentation. SU�fWliT�L O� ��QUI��D DOCIJl�Y�i�iATION The EJtilization Plan shal! be due at the time specified in the soficitation. The applicable documents must be received by the Purchasing Division, within the fime alfocated, in order for the entire bid to be considered responsive to #he specifications. The offerer shall deli�er the Business �quity documentation in person (or email if designated within project specifications) to the appropriate employee of the Purchasing �ir►ision and obtain a dateltirne receipt. Such receipt shall be evidence fhat the City recei�ed the documentation in f�e time allocated. Documents are to be rrecei�ed no later than a:UO p.m., on th� second City business day after the bid opening date, exclusi�e of the bid opening date. Faxed copies will nnt be accepted_. The Offeror must submii one of the following documentation: 7. Utilization Form, if the goal is met or exceeded, - 2, Good Faith Effort Form and Utilization Form, including supporting documen#ation, if participation is less than stated goaf, or no Business Equity participation is accomplished, . 3. Prime Contractar Wai�er Form, including supporting documentation,if khe Offerorwiil perForm all subcontracting/supplier opportuniiies, . 4. .lbint Venture Form , if goal is met or exceeded wikh a Joint Venkure. ihese forrms can be found on-line at: htt s:lla s.fortwo�thtexas. ovl�ro'ectResourcesl. FAIl.UFd� TO �:{31iAPLY WITW TW� �I�Y'S BU5INE�S EQUITY �RDf�Af�1�E. VYII_.I_ #��$lJL� iF� TH� BI� ��I�lG COF`ISf��l��l� N��1-F���POh�al1lF� TQ SPE�IFI�A�'i�AlS, , FAILI,��� TO StJ�M1T ��-IE #��QLI14��1� �l.JaIN��� �QIIITY �O�UMEi�ETAT1On! UPli�L �E�UL.T IN 3'FE� B}� �EIhiC COWSIDER�� i+1QN�RE�RO{+1SIVE. A 9���i�� K�II�k1R� 1NI�,� RE9ULT IN iF�� O�FF�F20R �E�l�l� DISQUALIFIE�1 F�Ft A R�RI�D UF �NE Y�AR. '�HR�E �AII.URE�u I�J A F�VE Y�AR P'���O�D W�LL RESEJ€.� I{V A �15QlJALI�I�ATION ��RIO� 0�� 7�1��� YEAF'cS. Any questions, please contact the �usiness Equity [?ivision at (81i') 392-�6�4. bepartment of Div�rsity and Incfusion Business Equity Di�ision �mail: bVfN BEOffice@Forlworth#exas.go� Phone: (817) 392-2674 Effective O 1/01/2021 ¢� � O W � U � H ¢ � M � � L!� � � #� � i./ � � � � � � ,�. � � � � � � '� � L � � � � � � � � � � � � � � � •� � � � � � � � � v N o � Q = L � � W p � m � [� Q ❑ US � c� � O � N o a� � �' �q � � °� � � � � ❑ ❑ � � � � 7 N � � � � � �m � m � UT n Q1 ? � .j�' O � � ❑ � � � O � � � � � � o � o � �, � o � � � � 0o i� � � .� p = G C � ❑ � '� � � � � _ � � m � i� � !� ❑ � Z � � � ❑ ❑ ❑ O C9 0 2 � .. �ry � O O m � � [7 o W cn � �' � m � `o � � � � � � � � N C �L � � � ❑ Q� •7 � � C m C � W — 'N �e W � N 16 � � � � � � � � � � O y � � � V ❑ � � 'y � � � � � m j � V �' O � ❑ ❑ L C Q � C � � U c�n � � Z o � .� � � � N V Z � p_ N ; M � � ❑ T � Qa � � � � � � � � W 0 '6 � � � c� O � 'w } � � R Q � m Z 0 � � � � N O N N C3 .� � N � CQ PJ 16 Z N �J,� :._• � � O U ❑ a N � r � � � � � 6 l9 � � L! N W � c y, � �H 7 � � W m � � � Q m �, � a a � '�. ° �, � � � � `� � � � � Hl O �� � H e � � a � � U V N �3 � �+' � 2 � � � � ' � � � � � � � � � � � �r � � � � '�" � - � � � a� A a� U� U !ii 0 � � a Q1 C .� N Q O a � 0 U7 } .� � axi a� c C Q a �6 � � ro a ro � � � N � .� � � a U � C O a a� � d •�-- � Q � a- O O N c � aL-+ � {6 0 � � O �`� ui } ❑ O 0I Ip C U � N � � 7 � � a � .�.. � T � � � 7 O '� � � `7 4�1 � C � m a .-}''� �l L � - � C y w � :� U C Q1 . � � �� � a -6 �� � �� N = a� E � �� w O = m 3 � � N .Id LL 'O m yL-+ � t � � � U ,7 � N O Q U � m o � C C o � U � N � � N c G a U � � C � � N � C O U � � � � o« u C � �. �� � �� V = � � C � Q C ro N � - O .� f6 N U �� c � N y � � O �� 0 � � � v �� -� w CY � W U � � N N C � �� c � 7 [n p n� ` �] � � � � �� U w C� QJ O � O N � � rn -� N � N f0 � E � O N t6 .� O E c rn . � � �o � c m Y 0 0 � � � � � � m � C `p O � � � U� C m � � � � � � � � v; rn = ��.o � LL U � O � U7 T � L H U u � � a� C .� 7 m C V c � f/7 � N m � N � 61 C � � � U � � � � O � y G � O � � �� �� � o � Q1 � E � y-+ Q � � (0 i �1 Q1 U ~ �� � c N Y y E � � � c ` 7 � U� vc 0 C � Q � � O � N � � � U � � IO � � O f� C � � N O � S � � � ° O � O] p � U .� Q. � N � � �- m� E� Y � � 16 � 3 � L O � � � U � � — Q � � �x LL � ;�' N �� �� W. � � � � C � .� m 0�. [tf C O .� m � N N � ro C U � Z � Y � A � � L N � � d 'Q Ln � U C G � �o �� c m '� C 3 y � 7 � m � C Q1 � D N �j w� N = N Q U � ro� � �g � O � L.L �o a� C _ .E .� m � O � C.) � c �% Q7 � � � a ? O m � L � � a �L-+ Q� N � U � N � a� N � � �� l6 � � � N � � � C � � � O � N � O � .... p � ¢ � U � o V L Z m v C � (0 � a� E �' ¢ D 4 � � � � UU � .c � � � 'y C � '- � W � � O � N N @ C C O '� � � m � Ol-.t- Q ".-' � `� T � �� e m.�� � - 'd U ` ��'ro c -a � U -- N C _ Q T -O •UI � � N N � C Q � � O U `� ` a � G � � ,� �o� N � pf � � � � � � a � N O � � � C � N N 7 � CO U rn a� p C ,> 'C7 � N N U � � � C q� ' T� � � 61 0 �w= � ,a-_.T+ 7^ }� �1 � � � w�� d a �l 1/1 'O - U] � � � .y � � QI � 7 Q 2� m � Q w � N N VJ y r � � � C Q � � @ �� O � � � � O � � y-+ � C � � � U � �Y� a m � j � C � O �� N C aq G! � b 0 � —��o .��� Q � U 4 ��L�' � � � � ��3�� E� �C7 'L N T�4 N � C � Q � � � b � m w � N � ,.�'- d .�~w� c`��� rn e �A .'L" C Q7 N � . � �� U m � �� a� � L C1 C � � o � j +' �ti� a � � � N � ' 7 U .�.+ � W b O Q Q7 N � � @ � '- E E � a � p U � � O � � � � N � � � � s � '� 3 jp 7 O a o �- ua •- ��.v� � � Q y 7 � � N � � -Q � 3 j � o � � N +-�+ U/ Q � j � u7 � O nrt E ��7 E � N � � � `a E � Ul C `� � 0 �°�=v �� �,� E � N � L � � �U2! � W O '� O m p_ C � � � O Q1 ..C-. Hl U w � � mp� �, � � o c o � � � � N w N � �v7 Q U _ Uf a� ��� Q a p .. � � C O1 N � � U ��n�— r � � ,� U � �y c � vi�Qy� 3 � N •_ -� � m ��Eo � � O p � � U W U � O m a � � ❑ � � � N '� '� 7 � � � � � � � 7 � � Q N u�mE— G O• [� �- N O N j ���� � O C C � � � O � O N U1 � U t � u� L -' �L v N C � �Q�3� � � U � N a - N � `m � rn p� � O N N � � �. N W �N' j �0 �� a- [6 N -4 � � � C .�-� o � `p � — � o � @ � rn � U � � 0. � w s � � U m � m .a 41 y l6 � � C � � Q � � a�'�w 7 �, ++ C V � C .L � N O O � 5 U � !11 a � ~ N Z � W =a 4 F Q � � C � � � � � � a � N9 � � .� � � � � � � Y"+1 o � � � � } .4 � � � ���,� ui �" � � G O � 4 � � G N � � � � � 7 � � � � � � � � q � � � � .A � � Cti. `Jf� E� r� � }'�} ��� � � � � "�` c � Cr � o *~ ���� � — � � �r � $ � � � � � .� �} 3 � -- �, � � � '� �` � o � : � � � � ��' L� �° � � � - � � � $ � � � � ` rn � $ � n � Q W � � � � � ����� Q��$ 4 � O Y V � � � � � �' u � � C � N � � [�] w � � �J W u��, cs v�� m � � va G � � L ,� ���,�� � �� � � '� .- � � ����� E i� � ����� ��� �� � ��� �;,�� b e ;� 4t ,��, �' e � � c] � m a� ��C CF W c� � n � � �� AFl {fM C � �❑ � � � � C] L� �G L7 � � � o � �o �.3 Jt! �j a W LiJ €t u�', � S ����� � � � �� � � � � � � C4 � w � � � � _ � '� � [,7 �# C .�-� � � � 3 � � � C � �'� � A � � � C � i a � rn .� � 0 � � � � � 9F Q} � � C � � � � $ w � � � �� L fh � � � � o � L' d O � � � � � U+7� � V � � � N � Q � � _ C �G � � �� � 'r m m �� � � �� � � � �� �� ' � E ,� w � o �` �� �� e � a� � � � a� � `YJ @l O � � M � � � �� � � �0. m � �~ � w � � yd c b � w � �� oF �► C � -t C Q} a {� � s � � � � � L � � [� � ��} � � y � o C ���� a-}`. 2�1 [`1 .a � � � �� is � � K o .� � � � `� � � �� �.�� � � — {� �} � � a� � Qyf .� � N � H � e� A tii � u te � � 0 L) .� S � � � � � .� � � � r�.+ � � � O �s � 5 0 v � 3 � � a N O �.: L � 6 � � �' a � 74 O � a:.l � CJ d Z v � .� � �l.I � 6 � � � G Gl � A u C W o� a s 0 v U � � 1L J a �n � � N w� v0 �� �� �� O� � � � {S � O �� N � N � lIJ �' � GN a� �O a" �� W � �O QV � � @ U C � �C m C �- z° _ � � N � � C V C 7 � mj f6 Z Q � U1 � � � N � � R7 � U � �L ❑ � � � Q � C N � U [Gp � f6 ��q lV ❑ ❑ ❑ ❑ � U m � U � ❑ � �, � U H � � h p `m a � ❑ � � o Z � O V �❑�� w n. � a N d u .� � � O d � � � � � O � Q ui G 7 � •— N Z Q � N C � � � U L.L � ❑� C Q � C y N V � U ia ' � � w � � ❑ ❑ ❑ ❑ � (..} � U ❑ ❑ �n a QO � � O � � � � � s � � U � O � � z � � ❑ �� ii� .� � � � � u .� � 0 �. � � � � O � a � � f0 C m C 0 Z � N N E N � ❑ N l� � ❑ U � �C � .� a �wy-, w` ❑ ❑a C @ U .� C � Q � C N U lC9 U Q Q U ❑ 0 ❑ � U � U ❑ �0 � � O .. F- � � � ❑ Z H O V ��❑� ari 2. a s � m �' � � o O �- a � � � O � O � O � � Z a�i Z a�i W � � � N � p,yj � �� V P�.1 iq �� R�i � N � e v � � � . � � � � � . � � � e � .e � . � . � � . � � � � � � O � 8 � � O � � � � O m a a u.� ci �� � u.e v � B a, w c.i N O O 0 y �'1 � W ¢� F o Z M L[J Q1 � � U a F Q ,=.i w G� � � � � � � l� � � � � � � � LLI � .g � � W � � � � r t� � � O t) � 0 'E7 G� � W tl� C � .� � � S. � Z �+ Q � .� 0 ca � � '<� � � � � � � � � � a. � � �' � � � � 16 U � (6 � � l6 V @ � � �� � V C -C � V C �C V C �� V �L m �L m a •� � � a �� m a � m � a ? ar � Z 2 z¢ Z 2 Z Q Z 2 Z Q Z � Z Q t ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ W N N N d N � (6 C � C (a G C � V � V � V � V t0 N a LL �� LL N LL 41 � � a � � � � E m � � � � � c�u G�f C �� C ul C U�p7 = N � � � N U � C1 1� � � CS l0 � � U l4 � � � ¢ Q :� � Q ¢ c.i � ¢ ¢ ci � ¢ Q i..� ❑ ❑❑❑ ❑ ❑ ❑❑ ❑ ❑ ❑❑ ❑ ❑�❑ � m m m m c � � � � � ❑ ❑ ❑ ❑ rn Q V � � 0 O Q o � � ?� � U � A � U � 7� � U H 7+ � U � � m � � n � � � v � °' -�o � � o r � � � n � m ;.r o z� O � o z� O w o z� O ,�°1-r. p z� O U �j ❑❑❑� �j ❑❑❑❑ �j ❑❑❑❑ �j ❑❑❑LJ � L V fl. ~ N f�.� J a a v�i � � a m m a _ a e �5 � t) � � � .s� a 5a N N � � a W W Cj r�j v v � � •� . . . 0 � N � � Z � � °J � W O � � � �:.- � ,r � � a �- a � a Q a a � � � w � v� a � � +s � � 0 � fn Lil N � N � �a �� �N a� 00 �U a W� ai � ai c ui � ai � Q o � � � � o�a � � � zv y � y a N � N � fA Ul � fq � �+ y fA +r uj fA .r+ G1 M � e C� P� � � e i) � H 41 '- V � � �� � .= b � •� r.�a .� � � •� � � 5 � _ � � !3 � � �°� o � � �°� o � � g� o � � g� o m� � u� t� ao a a w ta m¢ a, u� c) �9 a ��u C) ¢� � o Z� W � �rn a � ¢ � L � O � � � �1 .� � m Fl�I � � � 1� � � � U �� Q y+_ O •- O s � � .N � � ,3 Q � x a � � � .� •L � � ��•- W � � Q N � � N � � � o c� "'= c N _ � � 7 � N N u� O � � _.. '+� ,� O � f� O � N � j � Q X O L � N Q O •� � f6 � � N •� � � � �-U�� v� � a� � . a � � � � .a � � 3 c � �' 3 N ?' '� i'3' • - � '� w 'p Q O N � � � � � +`� .� �fA N � � m }� � .0 � O Q �1�+ �} �� �d O � C � N � O � � p � � � � +� bl � N � � O � � `� �- U i � �J � O � � � v� C � � _ O � �� � � � � C � o � � U � C L � � O (} � L �+ b, .. O � � � � Q `�G � � � � � � � .� � � C � � � � ' C � � Q a= fa N — N L � N U �' � � 't3 U O � 7+� C N � � N •� � � � = Q � � � a � � � (� � U .` L V � � � � `6 , �.. � �3 � � � � h � U s � u1 L L � L � O O � � � � � c�a ° � � �r�L � �+ � � � � ro -� � �3 � c � o � � N N c a � .N � � U � � � •C N � N .(0 O �0•��3 (� � � i � � C � � q) � p � � , � N.cN_I1,N � O � U � N 3 � � � C � �� � 0 � � d � � � Q r�n �O� �,rr�'N � � � � U � Q.� � U tl7 � � L � � � N a :�� o� o� � �~ a°�i � °� � ,,._, ui � � a O E � �, � "_' �, � y.. ""` � Ul C�.? :� � �- � N N �� U p O N N O� ` C Q' � � -a q�j.E � � � C L L O E Q M� � Q � O QC � �.�, L � N � .0 Q� � C L � � L, rn � o tri �- rn C Q�'i c N f� � � � ro � � 3 p � O t U U � � `� 7 � N � j � O O � � � � � 7� � N � � -� � U � O+-+ — -� � ���u�� � � � V � _ .E � � � � t � fn � N � fn � � � � C � V � N � � � � � � — � -� i � f0 O N � � �� �11 � � �., [!J � � O ` O uj � Q Q O � � � � Y Q � �N � � � � � N � � �' � m � � C Q p7 N � U � Q1 .� U � p � N � O � •X C � � � m 'Ci •-- ,�- � .0 � � � U O � 7+� X'� � � m � � � Q Y :�. � � � � � � � L � � � N � � � � � � d B .� � O � � � i� a W 0� � � N � � � � FORT $�VORT�? ATTACHMEN7 1 B Page 1 of 1 city of Fort worth Bu�irress Equity L�i�i�ion �r�irrrj� �an�rac�or !lll�ider Forr� PRIMFIOFF�ROR Check applicable 6ox to describe Prirtee! COMPANY NANfE: Offeror's Certification g��i�,,...; Non-3u��-�G��, PROJECT NAME: EU"'•� t u�� 2018 ���! D Y�A� 3, COf�TRACT 9 BID DATE City's Busir�ess Equity Goal: Offeror's Business Equity Project Commitment: PROJECT Nl1MBER 9 % % 1�1472 If both answers �o this forrr� are YES, do not complete ATTACHMENT 1 C(Gopd �aith Effott Form). All questions on this form must be completed and pro�icfe a detaiied explanation. If the answer to either question is PlO, then you must complete ATTACHMENT 1C. This form is only applicable if both answers are yes. Fail�re to campl�t� tl�i� �orm I� its �ntl{ety and be re�e�+re� by #h� P�r� si�g fJ�vi�i�n C�n I�ter th�n �:�0 �.�n,r o�s..t.he_��co��d.C3ty. �usfr��ss.�aw �fter I�ItI ��renie�s�, exclu�#ve �f the b�tl op+�nl�g date, wil� r�sult in #�+� hltl h�ing c�nsE�ered no�-res�ons�+re ta b�c# specRfica�ions. Vl�ill you perrform this entire contract v�+ithoat subcontractors? � YES If yes, piease pro�ide a detailed explanation that proves based on the size and scape of this ❑ �0 project, this is your normal business practice and pro�ide an operationai profile of your business. Wilf you perform this entire contract rnrithout suppliers? � Y�5 If yes, please pro�ide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provid� an in�entory profile of your business. � NO The Prime/Offeror further agrees to pro�ide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including Business Equity firms on this contract, the payment t#�erea� and any proposed changes to the original Business Equity firm arrangements submitted with this bid. The PrimelOfferor also agrees to allow an audit andlor examination of any baoks, records and files held by their company that will substantiate the actual work perfdrmed by the Business Equity firms on this contract, by an authorized officer or employee o� the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarmeni frnm City work for a period of not less than three (3) years and for initiating aciion under Federal, State or Local laws concerning false statements. Any faiiure to comply with this nrdinance creates a material breach of contract and may result in a determination af an irresponsible Prime! Offeror and barred frorn �articipating in City work for a period of time not less than one (1) year. Authorized SignaEure Title Gompany Name Address CitylStatelZip Business Equity l]ivision Email: �VIN B�Office�fortworthtexas.gov Phone: (817) 392-2674 Prinfed Signature Contacf Name (if different) Phone Number Email Ad(fre5s Date Effecti�e 07I0912Q21 ���1 �a�rr� Csl� �'� F�1"� �VAI"��1 i4T�ACHNiEfVT 1C ���ir�e�� �quifiy �ie+ision Page 1 of4 Good �aith Effort Forrr� PRIMElQFFEROR Check ap�licable box to describe COMPANY NAME: PrimelOfferor's Certification Business Equity ❑ . PROJECT NAME: Fi � �� . 2� 1 4J LJ�1 tl� Y�/�� �� 4��1 Y��f�� ! � BID DATE Business Equity Goal: Oi#eror's Business Equity Goal Commitment: PROJECT NLIMBER 9 0�0 °�0 101472 if the OfFerar did not mee# or exceed #i�e @us�ness Ec�uity �nal tor t�Fs ptaj�ct, tt�e Prpm��bf#�rror m��# �omp#ate this fqrm, If the F�rimelOffer�or�'s method of compliance with the �usiness �quity Goal is hased upon demonstPation of a"Good �aith �ffort", the �rimelBfferor will ha�e ihe burden of correc�ly and accurately ppeparing and submitting the documentation required hy the City. Compliance with each item, 'i thru 1a belouv, shall satisfy the Good �afth �fforr�t requirement absent proof of fraud, intentionaf andlor kno►wing rnisrepresentation af the facts op intentional discr�imination by tF�e �rimelOfferor. �'ailure �a co�pf��e ih�s form, In It, antire�y wi#h �u�7p�rtR��g d�Cum�nta#i��, arrd r�coJvt�d I�� t�e �ur�ch�sl�g E7iv#sipr� nq i�t�r tF:an �;Ot� p,rr�, �n #he sv�ontl City b�s5ine�� �a� �t#er bid o�p�er�in�, excls�sive af t�f� bpening da�e, w�ll �es�lt fr� t�� �i�i b�ing c�nsE�ere� n�n-respar�slv'e !o b}d s�4��if�CdttOrlS. 7.) Piease list each and e�ery subcontracting andlor suppliee oppoetunity foP the campletion of this project, regardless of whetheP it is to be pfo�ided by a �3usiness �Cquity firm or non-Business �quity firm. [DO �IOT �IST P�ANfYfS OF FIRfYiSj. On all projects, the F�rimelOfferar must list each subcont�acting and or supplier oppor�tunity regardless of tier. (Use addi#iona! sh�ets, if necessar� List of 5ubcontracting Opportunities List of Supplier Oppor�unities Effective OiI4112021 ATTACHMEWT 1C Page a of 4 2.) Obtain a current (not more than two (2) months oid from the bid open clate) list of �usiness Equity subcontractors andlor suppliers from Ehe City's Business Equity Di�ision. � Yes � �!o Date of Listing 3.� Did you solicit bids from Business �quity firms, within the s�bcontracting andlor suppiie� areas pr•eviousiy listed, at feast ten calendar days prior� to bid opening by telephone, exclusi�e of the day the bids are opened? � Yes (If yes, atfach list to include name of Business Equity firm, ep rSOR cantacted, phone number and date and fime of contact.� ❑ No 4.j Did you solicit bids from �usiness Equity firms, within the subcontracting andlor supptier areas previously listed, at least ten calendar days prior to bid opaning by fax, exclusive of the day the bids are opened? � Yes ��f yes, attach list to include name of Business Equity firm, fax number and date and time of contact. In addition, if the fax is returned as undelivcrable, then that "undeliverable confirmation" rece€r+ed must he printed directly from the facsimile for proper documentaiion. Failure to submit contirmation andlor "undeli�erabfe confirrreation" documentatEon may render the � j1�p GF� non-responsive.) �,) Did you solici# bids from Business Equity firms, within the subcontracting andlor supplier area5 pre�iousiy listeci, at least ten calendar days prior to bid opening by email, excfusi�e of the day the bids are openecE? � Yes (If yes, attach email confirmation to include name of Business Equity firm, date and time. In addition, if an email is refurned as undeli�erahle, then that "undeliverable message" receipt must be printed directly from the ❑�Oemail system for proper documentation. Failure to submit confrmation andlor "undelivera6le message" documentation may render the GfE non-responsive.} Np�: TF1B #�+TB� tri9t��d8 idBn#IfFBd abo►rB dr� dC�B#t�blE+ fOt S�IICit�r�� �id6. df�d ��Ch 9CIBC��d rr�et�ad m�st 8� ap�li�� ta fhe a�pai�able c�nkra�#. �he PrimelD�f�ror rr�ust docum��# #t�a# ef#I�er a# I�ast twa atternpts w�re ma�e using two a# th� ti�ree r�eihads �r that at le�ast one s�ccessful canta�! was Ir�atlC usi�g on� af #�� #hr�e m�EhadS in o3`tler t� dee�ed re5pa�slve to ihe Cxood Faith E[fox# r�qulter�lon� N�T�: The Prlme�Ofiferor mu�# C��#�Ct the enklfe ���lnes� �s�ul#y Ilst SpsC�f#C #o ��Ct� subcontr�cts`ng an� supp�i�r opportun3ty to be in cam�li�r�ce w�th questiorzs 3 thr� 5. 6.) Did you provide plans ancf specifications ta potential Business �quity firms? � Yes � No i.) Did you pr�ovide the info�mation r�egarding the location of plans and specifications in orderto assist the BusineSs Equity firms? � Yes � P�o Effective 01IU1I2021 arrac�n��t�r �c Page 3 of 4 �.j Did you peepare a quotation for the �usiness Equity fir�ms to bid on goodslse�vices specific to their skili set? ❑ Yes (If yes, attach all capies of quotations.} ❑ No 9.) Was the cantact information on any of the listings not valid? ❑ Yes i��y�s, attach the information that was not vafid in ordarforthe Business Equity Division to address the corrections needed.) � Pi0 10.} Submit documentation if Business �quity firms quotes were rejected. ihe documentation submitted should be in �he firms for�ms of an affida�it, include a detailed explanation of why the Business �quity fir�ms was r�ejected and any suppor�ing documentation the PrimelOfferor wishes to be considered by the City. In the e�ent of a bona fide dispute concerning quotes, the F'rimelOfferor will provide for confidential in-camera access to an inspection of any relevant documentation by City personnel. Please use addifional sheefs, if necessa , and attach.) Com an Name Telephone Contact Person 5co e of V4lorK Reasor� for Re'ection AD�IYIOR�AL IPlFORiiI➢A5'IOPl: Please pPavide additional infoFination you feel wil! fu�thee explain youe good and honest effoe#s to obfain �usiness �quity firm pa�ticipation on this project. �he �rimelOffePOP �u rrther� agr�ees to pro�ide, directly to the �ity upon Pequest, complefe and accur�te in�ror�maiion regarding ac�u�l va+or�k per�fiormed on this contract, the payment thereof and any proposed chang�� fo fhe original arr�ngemen�.s submit�ed e�►ith this bid. ihe F�r�imel�fferor also agrees to allor� an �udifi andlor examination of any books, recor�ds and fiiles held b� their company fhat w,►i!i substantia#e th� acfual wor�� performed on this confracf, by an aufhori�ed of�icer or employee of �he Gity. �1 �idde� or� �on�r��c�or f,who intentionally andl�Y i�noweingly misr�epresen�s mater�ial fa�cts shall be Debarred fior � period of time of not less than three (3) years. Effective 0710i1202i ATTACHM�NT 9C Page 4 0# 4 �he under�signed cer�i�'ies �hat fhe informafion provided and the �usiness �quity fir�ms listed waslwere contacted in good faith. It is understood that any �usiness Equity firms listed in Attachment �iC will be cont�cted and the reasons for nofi using them will be verified by the City's �usiness �quity Division. Author�ized Signafuee Title Company Name Ad d ress CitylStatelZip Printed Signature Contact {dame and Title (if different) Phone Pdumhew Email Address Date Business Equity Division Email: DVIN BEOffice@fortworfhtexas.gov Phone: (817) 392-2674 Effective 01101I2021 ��� 1 E■ Qll� �� Joint Veniure CITY OF FORT WORTH Page 1 of 3 Join� Venture Eli�ibilit_y Form Ald questions must be ¢nssvered; use "N/A" lf not applicable. Narrie of City project: 2018 BOND YEAR 3, CONTRACT 9 A joint venture form must be completed on each project RFPBid/Project Number: 101472 1. Joint venture information: Jaint Venture Name: Joint Venture Address: (If applicable) Telephone: E-�nail: Fax: Identify the frms that comprise the joint venture: Please aitach extra sheets if a[fditional s�ace is required fo provide detailed explanations of �vorir to be performed 6y each firm comprisirlg the 'ornt venture Business Equity Non-Susiness Firm 7�Tame: E ui Firm Name: Business Firm usiness Fum Contact Name: Contact Name: Business Business Address: Address: Tclephone: Fajc: TeEephone: F�: &mail: E-matl: Certification Status: Name of Certifying Agency: 2. Sco e of work erformed b the Joint Venture: Describe the sco e of work af fhe Business E ui �r�n: Describe the sco e of work of fhe non-Business E uit �rm: Eifecti�e Oil0112029 Joint Venture Page 2 of 3 3. Whai is the percentage of Bnsiness Equity firm participatio� on this joint venture coun#ing towards the project goal? 4. Attach a copy of the joint venture agreement. 5. List eomportents of ownership of joint venEure: (Do not compdete if this information is descri6ed ira joint venture agreemenl) Profit and loss sharing: Capital contributions, including equipment: Othar applicable ownership interests; 6. Identify by name, race, sex and �rm those individuals (with titles) who are responsible for t�e day-to-day management and decision ma�ing of the joint venture: Financial dacisions (to includc Account Payable and Receivable}: Management decisions: a. Estimating ------------------------------------------ b. Marfceting and Sales -------------------------------------- c. Hiring and Firing of management personnel -------------------------- d. Purchasing of majar equipment and/or supplies 5upervision of fiield operations The City's Business Equity Di�ision will review your joint venture submissinn and will ha�e final approvaE of the Business �quity percentage applied toward #he goal fior the praject listed on �his form. NOTE: From and after the date of project award, if any of the participants, the indi�idually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's Bus�ness Equity f]ivision immediately for approval. Any unjustified change or deletion shall be a maferial breach of contract and may result in debarment in accord with the procedures nutlined in the City's Business Equity Ordinance. Effecli�e 01l01I2021 Joint Venture Pa e3of3 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include a11 material infarmation necessary to identify and explain the terms and operatian of the joint venture. Furthermore, the undersigned shail agree to provide to the joint venture the stated scope of work, decision-�naking responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate andlor provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books, records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to camply with this provision shall result in the termination of any contract, whick� znay be awarded under the provisions of this joint venture's eligibility and rriay initiate actian under Federal, State and/or Local laws/ordinances concerning false statetnents or willful nrzisrepz'eseniation of iacts. ---- _____--------------------------------------------------- --- ---------------------------------------------------------------------------------------------------------- PTame ofBusiness Equity Firm: Name ofZYon-Ruslness Equity F1rm: Name of Owner� Name of Owner: Signature of Owncr Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title Tit€e Date Date Notarization State of On this and to me personally knQwn and who, being duly sworn, did execute the faregoing affidavit and did state that #hey were prop�rly authorized to execute this aifidavit and did so as their free act and deed. Notary �ublic Print Name Notary Public Signature Commission Expires _ Business Equity Division Email: DVIN BEOffice@fortworthtexas.gov Phone: (817} 392-2674 County of day of , 20 , before me appeared (sertt) �ifective 01l0112021 GC-�.�7 �Vage l�t��es THIS �AGE �]E1�7� �l�TEl\TT][Ol�TA�l�� ��1�l�TI� CITY OF FORT WORTH 201 S SONU YEAA 3, CONTRACT 9 STANDARD CONSTRUCTION SPECIFICATION DOCUivfENTS City ProjectNo. ]01472 Revised July ], 2011 2013 PRfV�►ILiNG WAG� RATES (Hea�y and Highway Construction Projects) C1A551FICATIORI DESCRIPTIOiV Asphalt f]istributor Qperator Asphalt Paving Machine Operator Asphalt Raker eroom or Sweeper Operator Concrete Finisher, Pa�ing and Siructures Concrete Pa�ement Finishing lVlachine Operator Concrete Saw Operator Crane Operator, Nydraulic 80 tons or less Crane Operator, Lattice Boom 80 Tons or Less Crane Operatar, Lattice Boorr� O�er 80 Tons Crawler Tractor Operator E[ectrician Excavator Operatar, 50,000 pounds or less Excavator Operator, O�er 50,60D pounds Flagger Form Builder/Setter, Structures Form Setter, Pa�ing & Curb Foundation �rill Operator, Crawler Mounted Foundation Drill Qperator, 7ruck Mounted FronC End Loader Operator, 3 CY or Less FronY End Loader Operator, Over 3 CY Laborer, Common Laborer, Utility Loader/Bacichoe Operator Mechanic Milling Machine Operator Motor Grader Operatnr, Fine Grade Motor Grader Dperator, Rough Off Road Hauler Pavement Marking Machine Operator Pipelayer Reclaimer/Pu{verizer Operator Reinforcing Steel Worker Roller Operator, Asphalt Roller pperator, Other Scraper Operator Servicer 5mall 5lipform Machine Operator 5preader Box Operator Truck Dri�er Lowboy-Float Truck Driver Transit-Mix Truck Dri�er, Sir�gle Axle Truck Driver, 5ingle or Tandem Axle Dump Truck Truck Driver, Tandem Axle Tractor with Semi Trailer Welder Work Zone 8arricade Servicer Wage Rate S $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 15.32 13.99 12.69 11.74 14.12 16.05 14.48 18.12 17.27 20.52 14.07 19.80 17.19 16.49 sa.as 13.84 13.16 17.99 21.d7 13.69 14.72 10.72 12.32 15.18 17.68 14.3Z 17.19 15.02 ].2.25 13.63 13.24 11.p1 16.1$ 13.D8 11.51 12.96 14.58 15.96 14J3 16.24 14.14 12.31 12.62 12.86 14.84 11.68 The Davis-Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined 6y the United States Department of Labor and current as of 5eptember 2Q13. The tit]es and descriptians for the classifications listed are detailed in the AGC of Texas' Standard .�ob Classifications and �escriptions for Highway, Heavy, Utilities, and Industr9al Constrtactian in Texas. Page 1 of 1 �R-�]L �0 Q�� P�oduct l��qui�°er�nents TI�IS �A��E ���"�' ��TTE�iT'I'�Ol�TA�L�LY l���I�TI� CITY OF FORT WORTH 201 S SOND YEAR 3, CONTRACT 9 STANDARD CONS"TRUCTIOIV SP�CIFICATION DOCUMENTS City PrajectNo. ]0l472 Revised July l, 2D11 Y � �� � �� � �HJ � �I'I'� �� �F�12T �VOl��][� WA�EI[� I��EPhIi7['11�[�1lTT S'�'Al��A�� ]P1�.OD�JC7� 11IST Updatied: October 21, 20�0 The Fort Worth Water Department's Standard Products List has been developed to minimize the submittal re�iew of products which meet the Fort Worth Water Department's Standard Specifications during utility construction projects. When Technical Specificaiions �or specific products, are included as part of the Construction Contract Documents, the requirements of the Technical 5pecification will override the Fort Workh Water Department's Standard Specifications and the Fort Worth Water Department's 5tandard Products List and approval of the specific producfs will be based on the requirements of the Technical Specificaiion whether or not the specific product meets the Fort Worth Water Depariment's Standard Specifications or is on the Fort Worth Water Department's Standard Products Lis�. 'l['ab�e of �'on�e�t (Click on items ta go directly to the page) Items Page A. Water & Sewer 1. Manholes & Bases/Components ........................................................... 1 2. Manholes & Bases/Fiberglass ............................................................... 2 3. Manhol�s & Bases/Frames & Covers/Rectangular ............................... 3 4. Manholes & Bases/Frames & CoverslRound ....................................... 4 5. ManhoIes & Bases/Frames & Covers/Water Tight & Pressure Tight .. 5 6. Manholes & Bases/Precast Concrete .........................•--........................ 6 7. Manholes & Bases/Rehab Systems/Cementitious ................................ 7 8. Manholes & Bases/Aehab Syste�ns/NonCementitious ......................... 8 9. Manhole Insert {Field Operations Use Only) ........................................ 9 10. Pipe Casing Spacer ............................................................................... 10 11. Pipes/Dnctile Iron ------------------------------•-•------.......................................... 1 I 12. Utility Line Marker ............................................................................... 12 B. Sewer 13. Coatings/Epoxy ........., 14. Coatings/Po�yurethane 15. Combination Air Valves ..... 16. Pipes/Concreie .................... ................................... 13 ................................... 14 ................................... I S ................................... 16 17. Pipe Enlargement System {N[ethod) ..................................................... 17 18. Pipes/Fiberglass Reinfdreed Pipe ......................................................... l8 19. Pipes/HDPE ..................•---..........................---....................................... 19 20. Pipes/PVC {Pressure �ewer) ................................................................. 20 21. Pipes/PVC* ......................................................................,.................... 21 22. Pipes/Rehab/CIPP ................................................................................. 22 23. PipeslRehablFold & Form .................................................................... 23 24. Pipes/Open Ptofile Large Diarnet�r ...................................................... 24 C. Water 25. Appurtenances ............................................�------------------------------•--......--- 25 26. Bolts, Nuts, and Gaskets ...................•---...........................---.................. 26 27. Combinatioa Air Release Valve ........................................................... 27 28. Dry Barrel Fire Hydrants ...................................................................... 28 29. Meters ------------------------•-••------................................................................. 29 30. Pipes/PVC (Pressure Water) ................................................................. 30 31. Pipes/Valves & Fittings/Ductile Iron Fittings ....................................... 31 32. Pipes/Val�es & Fittings/Resilient Seated Gate Valve .......................... 32 33. Pipes/Valees & Fittings/Rubber Seated Butterfly Valve ...................... 33 34. Polyethylene Encasement ....---• ............................................................. 34 35. Saznpling Stations ................................................................................. 35 36. Automatic Flusher ................................................................................. 36 0 N O N � N O T � � �� � � �. � � � � � � � � � � � � � � � � � � �� � � � � � � V1 1.' � E C� � Eq � � N � N O N � N O � "C� N .� N '0 a � � � � � � � � � � � � W � � � � � � � � � � i/� � �"'p � � r _ ��y� Fr� � A N O N � N O � 'O N �� � � Q � �r^ Vl � � � � � � � � � � �� � � � � � � � � � � � VJ �� � � � � � O N Q N � N O � N [6 '� ❑. � � � �z� � � � � � � � � A.a � � � � � � V � � � � � � � � � � LT..� C N C O V O C1 a � � d L n W � a u 3 O w � � � � � n n v 0 Q n _� � y O J � � y � � � � � � � � C � � O C � � � � � � � � � � � � y G -o Q v co � s 0 N 1 N O N O !� � y � � _� � c� ��y �� ��'o z� d� �roz ��y ��� �y� � y � � � v m a i � N i N O N d % O 3 D w'_: m � m � a n v 0 c 2 r� H � �`' '""7 � � � � � b � � � ��F�..� � /" h� /'�' ro � O � � �"�y� � � � � y � � y c � a n� � � a � 0 N J N O N O � � � � � � � � H � � � � k� � 7� � C� � Q � � � � � � � � � y � � y c � � v m a � 0 N � N O N O � 0 s 0 w � � �, ' v n 0 C G .t ,�,,.� � `� � � � � � VJ H A �H�' � � � � �dC�r1� � � � d � y � � � � � � � c � � w � rn a � 0 N � N O N O � � � � � � � 0 � � � � � � � � � � � b � � �l�d� � y a�� ar�� ��� �a c � � � � m Q � 0 N N O N O � � � � � a � � a a n .� � � � � � � l 1 � � � }��y � /�+ h� � � � � � /� � � H � � � � y � � y c � a n, � m a 0 N 1 N O N O N M 0 N O N � N O � "tY N .� (6 � Q � � � � a � � � � � � ["I � � � � � � � � � � � � � � I�I ` ��.�,j F�I � � � � 0 N O N T N O � � W � (� � � � � � � � � � � � � A o � � � A � � � �� � Q � � � � � r � � � � � 0 N O N � N O r � Q1 � � � S]. � � � � � �"'� � � � E� '� � � � � � � � � �� � � � � ���i � � � , �' H a� � � � � � C G! L u 0 w .0 M a s � e � w � � N O N T N O � N l0 � � � � � F+d �S�E � -�-r � � Q o � �-0 � � � � � � � � � � � � � e� � � � � 1�1 � 0 N O N � N O � N ft3 � Q � � � � � � � � A Fy O � � a G� � G� � � � � � � � � � � � E-� � � � G�i �+L.� c m � e 0 u 0 O N O N � N O � � N ..-� �4 � � � � �z� ��� ��A � � ��� �� w� � ��� ��� � � � � � � � � 0 N O N � N O r � � a-+ ro � n � � �z� ��� ��A H � w�� � � � � � � � � � � � ��y,� ` r- � � � � e y � 0 � w 0 � � � v L � O C 3 CJ � O � U O N O N e-- O � � N (6 � Q � � � � � � � � H � o�� ��� 0 ��� � ��� U � � � � �".+ � � � �L:'i � s Y u O N O N � N O r a Qi � c� � � � � C/� �z� ��� � � ��� ��a� ��� � w ��� ~�� � � � F �r! � L - � � i . � � � e d � 0 � � 0 � � � a � r 0 � � � � � � 0 N O N � N O r '� Q1 � f� � a � � � � � ["� � ��/ � � �Qq! � � � FrM � � � � � �� � � F-� U � � � � � � �a %•t 0 N O N N O � U � .-. fO � d � � C!� � � �r, � � V � � � �� � � � � � � � � � � � � i �1 � � � t � � � C m a.. C U O W � R F G1 S a+ O C a N � O r+ Y U 0 N O N � N O � � W r-. � � � � � � � � � � � � E� A o � � � � � � � �� � � � � � E� r/] ���"w � � � � 0 � 0 N � N O � � N r lfl U d � � C!� � � � O�,GJ E" � O � W a � � � �/ � �� � � � � � � � C/� % � E"� � � � � � C � e a U a d � � m s � 0 c 3 N � O Y u 0 N O N N O '� � (a � Q � � � � � N � � F7 � � � � � � � � � � �� ��z ��� � �� �. � � � 0 N O N w- O � a � �--� (� � Q � � � F�d FWq � � � � � A o � � � � � � � �� � � � � � � � � C/] � � � �r. . I 1��/ i�i � � �+ C N �+ C O U D G1 a � H a� L O � 3 G 0 N O N � O � "€i a� m a � � E-d �/] �z� ��� ���° �w� �� �� � ��� ��� � ;� � � o� � � o� -��-�- ► O N O N � N O T � Q� � � � �. � � z � � � �I W � � W � � �L [�^/ W � � � � � � U � � b � � � � � A � � � � � � � � � � � � e y C 0 U O N � H U7 t O � 3 tlJ � J i.l 7 O d � m � C 16 C •m �C C O 0 N 0 N � N O T � � �1--� � � Q � H �i � � � � � � � � � � � � � � � �a � � � � � r�11 ♦d � � � E-� � � �q� I� � � � � � � � Hp� f�i� � 1�1 � e � c 0 u 0 a� � � d +�+ Y C L � d � I�O+ Y l.} � O N N O � � N �--� f4 � Q � H z � � � �I � � ��- � � � � � � W � � � � Ir..�I V � � r.� F� �"� � � � � � � � � � � � � � � � 9 R N W NC S: l4 "ci � U � N C7 N Y tl! � G1 ti t. ❑ aa.5 fC 3 a 7 .[V- .[V+ N N � fV N 00 N � a a `a � `fl � `D `a - v a � � U w e d� o0 oQ o0 00 0 0 0 0 � N o� rn rn rn� ��v � `� n rn� rn rn U U U U 4� N� b U N�,Q Cl U U C% dfa d d d dU �� � �� 4�¢ 4 ��'� � � ����w���w � � � � � d aC � A ' ' 0. � y U � W C �� 00 � � 00 � R � � � ia Q Q Q ci '� ca � {+r Q Q❑ �� ua w � � `�n F: � W � c � � 0 0 � � ,� � ° � � � o U� v o o � C � U � vi in V U a O O o� a, u�'Y yo u o m U V a, v � � a � � � � z z � � � � a: a � � � � � �c m � v� P A � � � � � � � � � G M � � � }A T � I� -� -u -� -� -� -0. -R -Q -a -a -a �� 0. 0. A. 0. 0. R 0. R II� O. 0. � � � � � � � � � � � � ay. r�. ��-. u ��-. v�. � � w� � a, a a. a a w a. a. a: a. w � U U V U U U U U U U U � � > � � � � � � � � � o. a a� o, a o. c, n. a. w a �� N N N N N � y N N N � ! � M y� i-� m M i-� r�'i r� m m m m � � � � � �. � N h f=1 N N �1 N N N N _ � � ' � � � e N N � fn �n .n �n .� � rn o'. rn a. c ar e 0 U O N � F- Gl s a-� O C 3 d x Q N O N T � � v � R � ¢ � � Q � � F' � :a � .� .n c� � � � ,'� � � � � � � .� O��J ¢ � E" � o E��A � � � � � a ti � � � � � � a�r � � � � r 1 � � r1 � «, � �11� � p � � � �, 0 w � p � A H � Y `�` a � �� � L N � � H � F Q N � Q�i � Y � z �� �I al �I �I �I �1 �1 NI �I �I �4 I � �I � I � � �-' ^ �n �n �n ^ ..'. � . � U U vmi v"'i CJ � U v�i v"'i vmi U U U L.7 C_1 a d o �,-. .-. ,-. � U V'° .� w U U V� e� 4 4 Q Q Q' � d U U ¢ .-. .� U V U .-. ._ .� Ud � V� � � � � � 3 �¢a� � 3 ¢�.. .., .., d d d 33 3 �`M M M M 3 3 U U U 3 3 3 [-� �n �n �n �n v� `��3¢3¢,3¢3�3`�a¢��� � � � a� 3 3� a¢¢ E-` E- m v�', m �� � Q� d d d d Q '� a. o•, t° Ll rn rn �: m �e ^ � o U V �� � a � p" a U C� v� �[ w � � " U U 9 [z, U rl �l fi1 G[7 m p p `e� y -C Y �� vmi rmii w a ti Z A� fn rn � Q�.� �� pq w• w^T 'w" �`n cn �." � a eV w U ran v� `n .-�l C`' _^ .y Q N¢��. N aQW. U ,�E ,y °' N o'o .�' .�a a� � m o a � 7 .-67 .�1 � 'S � '� � w U � U � � '^ w a� �� '" N o � � a �°. 4 �s�. � .S A'��. _5 w ia � W W U r,q '� y_y y a J O Q � m �.p �� y� N co � � ° o "' u' m F« v� � �u �G �g � � � � w�' R' R � A o-� ,� ��o '� a � b O F° � � U p. � � .y � '_" � � m � � .� �" v� v� � � o�., A � � ti � � U � � � � v� .� � � w w � U y �� :: d v � � � � 5 .°u. ° a. a � o a o.. t� C� �'S '� d o 0 o a� 7 � � � U� o o. � c� V t� U� .a � w��d � k x o°.'� � o� g g�, H � w` v� " o o tx3 d � °' o. a. a� m m m °f '� R] Gp 5 m v iy � 5 `� � u r� S' Y p d� ��v. in i� in F-� � o. �i �e -e -a `� [5 � o o v� v� � � v� in v�i � w w ,� a � � � E � � � � � c7 c7 [7 % C7 t'7 C7 C7 C7 � b U ° .5 .5 .5� � C .5 .m .� -m m " '� � � � o � � �� G" a.� a��� a a� v i�. a a a a a ��Y : '� 5 � .9 °' '� � -� _5 a .� .�a _5 _� .� .� .� iv '[i. 'w" �-�i a�. .�-. o. ° .�-. ° Ca ti ° � ° o 0 Q .Q. .o. o 0 5 o a � � � � '" a��i '� � � 'U "� '� ': "' � °: � d ° °; u w � � � .� o � � � � � � Or r- �- O O O O w w w w w �i�i�lof�lolo 0 0 0 � o m m m w w m m m r%i ri M ri M -N. .N+ O � O T O O �O �D o0 00 00 ° N o 0 o a a�__ a � � 0 o a o 0 0� o �� a o 0 Q N O N � N O � � N .r �6 � � � � � � � � � � � � � � �� � � � � � � � � � U � � � � � � � � �C � � c � c a v 0 m � F m t � � � a a'�i a Y �.�% 0 N O N � N O � � N ..-� � � � � � � � � � � � � � � O � �t � � � � � � � � � � � � H � � j"'� � � � r+r' O N O N � N O � N f4 � Q � H � �z� � � � � � O � � � � � � � �� � � � � � � � C/] �; �"'b � � � � � c a � 0 u � 0 m � b ai t O C � 7 W �" aQ+ V � M 0 N O N � N O � N (0 � Q � � � W � E'� � � � � � O � F�.d � � � � � � � � � � � � � � ��q� F�fh➢ � � � � � 3 a a a `m � � m 'uo O LL � m 0 N O N N O Y-- � � � I6 � Q � � � �z� ��� � � ��� w�a� �W� ��� ��� � �, � �� r �c � ' � � �