Loading...
HomeMy WebLinkAboutContract 56874+. � � � f `�t� , • �yn ���� �����1 !' 4�.it�' :��i�i��i� � �;01151�'[1C�'lOil � � -:-� i., � _ :$ %►�i�Il���� �'� ��`��� ��CR���RY �`:,�"�S� v��r�4�.,'�� ���, ,� L� � � , PROJECT MANUAL FOR THE CONSTRUCTION OF �0�1 COMO AREA RESURFACYNG PROJECT City Project Na. � 03348 Mattie Parker Mayor David Cooke City Manager William Johnson Transpartation and Public Warks Depai�tment Prepared for The City of Fort Wor�h TRI�NSPORTATION AND PUBLIC WORKS �0�1 _ _ � ����� i�ad , '� � i ��� ��� - .�� �. ��� ������V�T�rt�. Y Standard Construction Specifi�ation Documents Adopted September 2011 o� on nn STANDARD CONSTRUCTION SPL�CIFICATIpN DOCLIMENTS Page 1 vf 8 sECTioN ao oa oa TABLE DF CONTENTS Division 00 - General Conditions Last Revised ao as 10 Ma or and Council Communication 07/01124I1 nn� ^ .�� n� �n��. 00 11 13 Invitation to Bidders 07/19/2,a21 00 21 13 Instxuctions to Bidders 08/13/2021 DQ 35 13 Conflict of Interest Statement 02/24/2020 00 41 00 Bid Form 09/3Q/2021 00 42 43 Proposal Form Unit Price OI120/2012 00 43 13 Bid Bond 09/1112D17 00 43 37 Vendar Compliance to 5tate Lavw Nonresident Biddez 06/27/2011 �n� �d�r�-P tif�ai�ar�� ��.f?�i �- 00 45 12 Pze uali�'ication Statement 09/30/2021 nn� no4 � t a�,��!`oi � OQ 45 2{ Contractoz Com liance with Workers' Com ansation Law 071Q112011 00 45 4D Business E uit Goal 07119Y2021 Ofl 52 43 A reeme:nt 09/fl112021 00 61 13 Performance Bond 07/�1/201 I 00 61 1�- Payment Bond 07/01/201 I 00 6l. 19 Maintenance Bond 07/01/2011 QO 61 25 Certificate of Insurance 07101/2p1 I QO 72 Oa General Conditions 08/23/2020 00 73 00 Su lementary Conditzon.s 03/a91202fl Division Oi - General Requirements Last itevised 01 11 00 5umrnar af Work 12/2Q120�2 O1 25 �0 Substitution Procedures 07/Ol/2aI I pl 31 I9 Preconstruction Meetin 0$117/2012 01 3I 20 Pro'ect Meetin s 07/�1/2011 01 32 1� Construction Schedule 08/13/2011 01 32 33 Precor�struetion Video Q710ll2011 O1 33 04 Submittals 12/20/2012 0135 13 S eci�lPro'ectProcedures 12/2Q12QI2 OJ. 45 23 Testing and Iris ection Ser�ices 03/04/2020 O1 50 00 Temporary Facilities and Controls 07/01/2011 Q1 55 26 Stzeet Us.e �'errnit and Modifications to Traf�'ic Controi 03/22/2021 O1 S7 13 Storm Water Polluiion. �revention Plan 0710I1201 X O1 58 13 Tenn ozar Pro'ect Signa e 0710 1/20 1 1 fll 60 00 Product Re uirements 03/04J2020 � n-r rn�T dl 70 00 Mobilizatian and Remobilization i1122/201b O1 71 23 Construction Stalring and Survey 02/14/2018 0174 23 Cleanin 07/0112D11 01 77 19 Claseaut Requize�rr►ents 03122/2Q21 O1 78 23 0 ezation and Maintenance Data 12/20/2012 CITY pF RORT W�RTI-I 2D21 COMO AREA RESLAtF�CING PROfECT STt'1NI}ARD CQNSTRUCTION SPHCLFICAT[ON DOCUMEN'I'� Citq Project No. 1 D3348 Revised Septem6ar 30, 2021 00 04 00 STANI]ARD COIV5TRL3CTION 5P�CIPTCATION DOCUMEN'T'S Page 2 of S QI 78 39 Project Recozd Documents D7101/2a11 Technical Specifications which have �een moditied by the ERgineer specifically for Ehis Pro�e¢t; hard cppie„� are included in the Projec�'s Contract Documents Division 02 - Existin Canditions �� Colo,.r;�,o C�ra Tlo...,,1.s;,.,, n-r� TTti7,r�.D.,,�,�.,..,1lAL..,�..1..,.. n�� D�..;.... Ue....,-....,1 Division 03 - Concrete DivisiQn 26 - Electrical Division 31- Earthwork Date Modified � ' .' 0 - " = 0 '. , .. _ .� _ - - ,.. .. •. ;....; CITY OF FpRT WOAT[� 2021 CQMQ ARBA RESLIRFACING PRO.TECl STANDARD CQNSTRUCTFOIV SPECIFICATIQN DOCUMENTS Cily Praject No. I03348 Revised 9eptember 30, 2D'l] II � � � �leT.��i� � � � e . . , - - - - ; .���� . y „������ .. . • �. � �17 ` = � _ .• . . _ _ -- ----- �., ,. ��.�r�s�.ss��-= r. . �,.. . . - _ �� — " � =� � _ — � ■ . '!": - — — --_ " — - ..� 33 QS 14 _�e���ir� 0 a � ___'_ :i� � � � � : � � � � � � � � � � � � � i � CTTY OF FORT WORTH Adjusting; Manhales, Inlets, Valve Boxes, and Otl�er Structures to Grade r,.,,,.wa+e �x�.,+o,- t��„t�-� r�,.r,...>,+„ r-�..n.,..., _ �� 1X7.,r.,« G+ ......:...... S ..h r.. ''7 ; .,1.. � _ 2.021 COIvIQ AREA RESURFACING PROTECT 5"L'AI�I7AIiD CONSTRUCTIOI�I SPEGIFICATTON DQCUM�NTS Cily Froject No. 103348 Revised 5eptember 30, 2021 an na ocr STP.Nt]ARD COF�IS'I"12UCTION 3PECIPIGATION DOClIMElVTS Page 3 of 8 on an on STANDAI2D CONSTRiJCTIO[Y SPECIFICATlp1+� QOCUIv1ENT5 Pa�e 4 of 8 Technical5pecifications listed below are includ�d for this Project by reference and can be viewedldownloaded from the City's website at: http://forEworthtexas.�ovltnw/contractorsl C1TX OF FOAT WD22TH 2021 COMO AREA RE5URFAClNG PR07ECT STANDARD COIY5TRi1C'I'iON SAECIFiCAT10N 170CL7MENTS City Project No. 103348 Reuiseci Septem6er 3D, 2021 o.o ao ao STANDARD CONSTRUCTiON SPEC]FTCt? TIO1V DOCi1MENT,S Pdge 5 of 8 or htt s:lla s.fortwnrthtexas. av/Pra'eciResaurces/ Division 0� - Exist�n Canditions 02 �1 13 Selec�ive SiCe DemoLition 9�-4� �4 n�� ^�� Last Revised 12/20/2012 �� n� rn� r�n i ti �� Division 03 - Concrete Divisian 26 - Eleetrical Divisian 31 - Eart��vork 31 00 0(i Site Clearin 3I 23 16 Unclassified Exeavation �z 1� ''�� � �,�I--89 �el� � ,� ''�� � � � 1_�-�i -�inv � 03/22/2021 Q1/2 812 0 1 3 ni r��r�corin�ria � n ti r��� 94l�I�:A�k �� ��r��i� C11'Y OF FQRT VVORTH STANDARIi CONSTI�UCTIOI� SPECIF[CATIOn' DOCUMBNTS Revised Saptember 30, 2021 2021 COMO AREA RE.SURFACING P1701ECT City Projec[ No. 103348 0o aa oa STANDARD CONSTAUCTION SPECIFICATION nDCU1VIENTS Page G of 8 �� Slir;,.o �o,,..o� .,,.,.1 11.,+..,. �/�� �.G7 �xT..�...] �o,t..e� .,...7 (�..r�.. ,���7i-.c�l-�Vt� 2,7�� tlC�� 32 91 19 To soil Placament and �'inishin of Parkwa s 12120/2D12 32 9213 Soddin Q5/13/2021 ����, nc�T��, �✓�-�-�.1� t � i�,-�v�o�� Divisi�n 33 - Utilities �z ni �n �o �� 2�� �� � 2� 2 2�L '�J'-l7`t�J� 3J"3"A449 2��� ��� , �� 33 OS 13 Frame Cover and Grade Rings 33 OS i4 1 . � . . � � •�.L-�7 � . 0 . . �r.ssa`-r� 0 0 � ���� � �' � � � � � � 0 CIT'Y OF FORT WORTH , Adjusting Manholes, Inlets, Valve Bo�es, and Okhez Structures to Grade Concrete Watez' Vaults Concrete Collars . :�::!lS��T� �!R'�I�f�T.f!l�TTf��!!'R�l1 n„�,i;,,,,. c,..,*.,a r�„*., cr..i�.,. +. � �. � � . � � � s � � � � � � � � o � � . . �. � � � � i I 1 09/2D/2017 1 1 1 1 � � . . . . . . . .. � . . . . . . . � � i i � � � 1 1 � � � � � IY 1 i � � � �, � . � �_ a � � � � � . � a �_ � a • ,._,.� 2Q21 CpMO Al2EA RESURFACII�G PROJECT STAi�fll1�RD CONSTRUCTI01� SPECIPICAT1flN DpCUMEIVT'S Ciky Project No. 1tl3348 Revised Sepiem6er 30; 2021 00 00 00 STANDARD CONS'IRUCTION SPECIF'ICA'PION DOGUM�'NTS T'age 7 of 8 Appendix GC-6.05.D Minority and Women Owned Busin�ss Enterprise Campliance GC-6.07 Wage Rates GN-l.Q Genera] Notas SD-1.0 Standard Constructian Details CiI'Y OP PQRT VVORTII 2021 COMO AAEA RESUI2FACI]VG PROJECT STAI�iI7ARD CONSTRUCTION SPECIFTCATIDN DOCUMEIVTS City Praject No. 103348 Revised September 30, 2023 � �ity �f Kort 1�f��#h, �exas 'N��yor a�d �our�ca� �ammun�catio� �ATE: � 4�09f�� MRC FILE fVUM�fR: �1+1#�C �1-�8�8 ��� ra��E: ���, �on�o �.���a ��s��r-����v� ��u�,� �cr � {�a 3},��,lhWfl��3 Ex��uN�r� 4Fa C�r�trecl w1��1 i�xas NG�E9ri�18 �'s�`OU�, Rnc,, dha l'exas ��I, I� !�� A�ount o! "�9�3.ST1,6� far �02� �pmo Ar�a� Re��Ffe��n� I�rafeCl ����r���F F � • I! IS ro�ors4me��dad thai Ihe �Ity �ouncll au111orFz� �xe�:ull�tr taf � corrlr��! wl��r'fexas MaaerF�ls Gr�up. Iric,. dh� T4x�s Bit. fr� I�ro ainauni o! $923.�?� _s5 fo� 2��1 �t��r�� I�r�a R�surfacing praJec� (���y �roje�t No_ ����3�9� o� �p��raxlrna�ely Flve lene mHes of �a��mer�k an Fv+� streal sec�m�r�ls �l muHlp�e aacatlana, �I��'� -��hl: In the Fiacsl 1�e�r �021 P�y-Gn �o��tr��� �ir�e� M2�ntenance �rogram, v�rlo+�s lyGxes oi sire�t �r'i�Jnker��n�e are s�rouped �n#a s�clfl� �rrlr��l p�c��$es. The reoomn�ended cor.s�ructton co:s�ract ara�linad in 11�1� �1�y[�r a�d �o�n�ll �ommunicaiio� {NP$�} will pr�vl�ie str�rt�k reh�bdi�ati�n for appr�xirr�ai�ly fve lans m�iRes of ��vr rnenk an fl+�q s�eet se�merrts �isted �elaw us�der lhe Cor�4r�cl Str�pl h+E�lnt�rrt�r�ce l�rogram (�Iky �raJect �o_ 'I 0 33A8 }, �treei F�orrr To F�roceclure Lane 1�1J I I� Can+�r i�rlve H�r�+oe �Ir�at F�korre� �#ree� P+�fveriz�kf�n 0,7� O�+arlay Charloi Dri�+� 1�est VJc;ke�}+ �qrne �treek Mi�l ae�� �va�lay 0,6T Ba4�l�v�rd �Liltte�a�o �amp B�w�e �lip�;ri�k Flvenue 1�1111 �nd �vor��y 1.0� �irae# B��EeV�rd �iltrepa,�� �Il�bey Aven�e N�mtrerl A+��n�� hhlll �nd Ovor��y Q.28 �tre�k pr�v�sl �irea! Laice �om� �ri�+e W�sk 1�f�ke�y MIII �ntl �vsrlay 1.BB [3oulevard �a�1 �,�r� ��ns�rWcl�or� for thls proJect is expecfed ta �taM In �Ir�ter 20�1 ae�d ta be campleiad by sumrner 2022. Upc+r� cam�Reksar� of Che pr�Jecl 1h�re wiEl h� n� �rstl�l��lrt�rr irrrp��! �rs �he �en�r�l Fund oper�tin� f�uti��t_ �#ris pro�eCi w�� �tl�rerilBecf f�r U:� or+ ►��guS� 5, 20�1 and Aug�st 1�. 242'I ir� ll�e �ort �Varfh �1a�'-Telegrem, On ���tember �. �0�1. lhe (ollowirrg bids were rec�ive�: nt �,�fatorlaEs �roup �r�c,. d�� Tex�s �rk �` �923.571, hlePsvFn�, �nc, �j $�,o��,a7� Publlc V1+orks. LF� �� ,9'i1,f��3i,2�8 �1�1N�� {3�F���— �ex.es f�4��er�els �r�up �nc,, ��S TE%SR �It IS �n C0�31�II�nG� Y�EC�S �IIE CI[�+'s �us;r�es� Equliy ordinan�a �y �ommiikir�g la 2{}� Business �q�tlty �arllcipati�n on ihls pFoke�l, TI7e Clly's F3us,rress �q�,�y �osk an th"ss proJ�cl �s ��°r�, 7his praJ�ct Is locaterl in �Ol1h��IL DF�TRiCI` 3. FISCAL INFOI�f�1JATIQf�i ! C�RT�FECATION: Th� �iroctar of �Inar�c� esrliiies tha� [�r�ds af� ev�ilabGe m Ih� currer�i ca�ilai hu�get, as prav�o��ly a�propria�ed� In ll�� ��3ner�f ���it�l Pr�Jecifi �un� for ���? Com� Araa Resurfacing proJecl to s���ar� �lte a�pro++$h oi ��7e �b�ve �e�[:or�'�m�n0��evn 2�nd e�c�c�aila� of lha oarrl�2�Yl, �flar to �ny expendl�ure �alr�g Ir�c.urr�d, �t�e Trar.spor�a�nn arid J'u�1t� W��ks �7e�aarkme�# has th� resp�r�sl�illty t� va�l�ate Ihe �vaMla�lElty of f�mds_ �ubmlttad for Clty hAanag��"s Of�Je� bw; aana B�Mrghttbfi SU18 Or3��natl�a Busir�e��Un�t Mead: W�Ilasm Jahns�oi� 7�O1 Adriitlonel Informa#lon �ot�tac#: Mor�ty �i�ll 8�fi� 00 91 13 iNVITATION TO RIDDERS Page l of 2 1 SECTION 001113 2 INVITATION TO BIDDERS 3 RECEIPT OF BIDS �€ Sealed bids for the construction of �.�Z1 COMO AREA RESURFACING PR07ECT, City pro,ject 5 Na 10334$ will be received by the City o.f Fart Worth Purchasing Office until 1:30 P.M. CST, 6 Thursday, Sept�mber 2, 2021 as furGher described below: 7 8 Ciry af Fort Worth 9 Purchasing Division 10 200 Texas Street 11 �'ort Worth, Taxas 761Q2 12 13 14 15 1C 17 1$ 19 Bids wiIl be accepted by: US Mail, Courier, FedEx or hand delivery at the address above; Bids wiIl be opened publicly and r�ad aload at 2:a0 PM CST in the City Council Chambers. GENERAL DESCRT�PTTON OF WQRK The major wark will consist af the (approximate} followin.g: 2fl 33,b30 3Y 2" Asphalt Pavement Surface Course, Type D 2I 33,630 SY 2" Surface Milling 22 6,100 5Y 3" AsphaIt Pa�ement Surface Cqurse, Type D 23 6,1 QO SY 11" Pavement Pulverization 2A 2,070 5� Barrier Free Ramp 25 26 27 28 29 30 31 PREQiTALTFICATION Certazn zznprovem.ents included in this project must be performed by a cor�tractor or designated subcontz`actor who is pre-qualified by the City at the time of bid apeniag. The procedures far quali�cation and pre-qua].ification aze outlined in the Section 3 of 00 2I 13 — INSTRiTCTIONS TO BIDD�RS. 32 DOCUlVIENT EXAMINATION AND PROCUREMENTS 33 The Bidding and Cantract Documents rrzay be examined or obtainad on-line by visiting. the City 34 of Fort VVorth's Purchasing Di�isipn website at http:l/www.fortw4rthtexas.gov/puz�chasintJ and 35 clicking on tha Link to the advertised project falders on tlae City' � electzonic document 36 management and collaboration s�stem site. The Contract Documents may be downloaded, 37 �iewed, and pxinted by interested contractors and/or suppliez's. 38 Copies of the Bidding and ContractDqcuments may be purchased frnm Niklci McT,eroy, $17- 39 �92-8363. City of Fort Worth, TPW, 200 Texas St., Fort Warth, TX 76102. 40 41 The eost of Bidding and Contract Dacuments is: $30.00 42 43 EXPRESSION OF INTERSEST 4� To ensure patential bidders are kept up to date of any new information pertinent to this project, all �5 interested parties are requesCed to email Expressions of Interest in this procure�nent to the City 46 Project Manager and the Design Engineer. The email should ineIude the company's name, 47 contact person and that individual's email address and phone number. All Addenda will be 48 distributed direc�ly bo those who ha�re expressed an interest in the procurement and will also be 49 posked in the City of Fort Worth's purchasing website at http:l/%ztworthtexas.gov/purchasing/ CTTY OF FOIiT WOR'I'H 2O21 COMO ARBA RESURFACING PR07E�'I' STANDARD CONSTRUCI`iQN SPECIFICATION DOCUIv1E[dT City Praject No. 1D33A8 Revised 711 9120 2 1 00 I 1 13 �iV]'1'ATIOIV TO BIDDEAS Page 2 of 2 sn si 5.2 S3 54 55 56 57 58 59 b0 61 62 63 64 65 66 67 68 69 7a 71 72 73 74 7S 76 77 78 79 80 81 $2 83 84 85 86 S7 �'R.EBZD CON�'ER�NCE — Web Conference A prebid conference will be held as discussed in Seetion 00 21 13 - INSTRUCTIONS TO BIDDERS at t}fe following date, and time via a web conferencing application: DATE: Wednesday, August 18, 2021 TIME: 10.00 A.M. In�itations with links to the web conferencing application �vaill be distr�buted cEirectly to those who have submitted an Expression of Trzterest. If a pret�id conference is held, the presentation and any yuestions and answers provided at the prebid conference will be issued as an Addendum to the call for bids. Ti a prebid con�erence is not being held, prospective bidders can e-maiI questions or comments in ac�ardance with Section 6 of the Instructions to Bidders referenced above to the project nc�anagex(s) at the e-mail addresses listed below. Emailed questions will suffice as "questzans in wri.tzng." If necessary, Addenda vaiil be iss�ed pursuant to the Instructions to Bidders. CITY'S RTGHT TO ACCEPT OR REJECT BIDS C�ty resez-ves the right to waive irregularities and to aecept or reject any or all bids. A'WARD City will award a contract to the Bidder presenting the [owest price, qualifications and competencies considered. rvNnING Any Contract avoarded under this INVITATIQN TO BIDDERS is expected to be funded from revenues generated from bonds, grants etc. and reserved by the Ciry for the Proj�ct. INQUIRIE� All inquiries relative to this procuzeznent should be addressed tq the following: Attn; Tariqul Islazn, City af �'ort Worth Emdil; tariqul.islam@fortworthtexas.gov AD`V�RTXSEMENT DATES August S, 2021 August 12, 2021 88 END Or SECTION C1T'Y OF FORT WdRTH STANDARD CONSTRUCTION SPECI[�TC�1T10N 170CUN3SNT Re�ised 7119l2021 2Q21 COMO AREA RES[JRPACING PROJ�CT City Praject No. 103348 OU21 13 INSTRl1C'I'IONS TO g11]DE125 Page l oF 10 �ECTZ�N 00 21.13 INSTRUCTIONS TO BIDDERS 1. Defined Terrns 1.1. Capitalized terms used in these INSTRUCTFONS TO BIDDERS are defined in Section 00 72 00 - GENERAL CONDTTIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to bath the sing�lar and plural thereof: 1.2.1. Bidd�r: Any p�rson, firm, partnership, company, assaciation, or corporation acting directly through a duly auChorized representativ'e, subrrutiing a hid for performing t�e work cpntemplated under the Contraet Documents. 1.22, Nanresident Bidder; Any person, firm, partnership, cQmpany, association, or cozporation acting directly through a duly authorized representaiive, submitting a bid for pez'forrning the work con�emplated under the Contract Documents whose principal �alace of business is not in Che State oi Texas. 1,2.3. 5uccess�ul Biddar: The Iowest responsible and responsive Bidder to w.hom Ciiy (on the basis of City's e�aluataon as hereinafier pzovifled) makes an award. Z. Copies af Sidding Documents 2.1. Neither City nor Engineer shai� assume any responsibility for ex�rors oz zz�.isinterpzetations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making copies of Bidding Documants available do so only for the purpose of obtaining Bids for the Work and do not anthorize or confer a license ar grant for any other use. 3. Prequalificatian of Bidd�rs �Prime Contractors and Subcontractors) 3.1. Bzdders oz theiz designaied subcontractars are rec�uired to be prequalified for the work rypes requiring prequalification as per Sections 00 45 1 I BIDDERS PREQUALIFICATIONS and 00 45 12 PREQUALIFICATION STATEMENT. Firms seel�ng pre-qualification, must submit the documentation idenrified in 5ection OD 45 11 on Section 00 45 13 PREQLTALIFICATION APPLICATION at least seven ('7') calendar �ays priar to Bid opening �or review and, if qualified, acceptance. The subcontractors lisied �y a Bidder on 00 45 12 must be prequaIifxed for the appropriate wnrk types. 5ubconizaetaz's innust follow the same ti.melines as Bidders for obtaining pzequalificatian review. Bidders oz Subcontractors who are not prequalified at the time bids ara opened and revie�ed may cause th� bid to be rejected. Prequalif'ication requirement work types and docuzziantation are available hy accessing aIl required files through the Ciry.'s website at; https;//apps_fartworthtexas.�ovll'raiectResaurcesl 3.1.1. Paving — Requirements doeument located at: CTi'Y OP FORT WQRTH 2Q21 COM� ARBA R�SURFACINCr PR07ECT STANDARD CONSTRUCTION SPECIFICATION DOCUMEAI'I' City Project N�. f 0334� RevisedlClpdated 1Vovember 2, 202] 00 2.1 I3 INSTRUCTEONS TO BIDDERS Rage 2 of 10 https://app s.fortwartk�texas.gov/Proj ectResourcesfResourcesP102%2Q- %2.QCons�ruction%20DocuinentslContractor%20P�-equ�lificatioz�/'I'1'W %a20Pavin� %20Cont��actor%20Pre ualification�'o20Pro razn/k'RE UALIFICATION%20IZE UIIZEM�NTS%20FOR%20PA VING%20C ONTRACTORS .pdf 3.1.2. Raadway and P�destrian Lightiug — Requirements document located at: lattps:flapps.fortwoi•thtexas. og_v_IPr_ojectResourcas/ResourcesP102%20- %20C onstructian%20DocumentslContractor%2DPrequalific ation/TPW%2pRoadwa ,y °7o20and%20Pedestrian%20Li �htin g%2�Prequalifica�ian%2pl�ro�ram/STREET%a_ 2QLIGHT%20PREOUAL%201�QArII�iTS.pdf 3.1.3. Water and Sanitary Sewer — Requirements document located at: https :ll a�ps.fortwnrthtexas ,�ovlProj e.c tRes ourceslRes ourcesP/02%20- %20Construction%20DocumentslContractor%o 20Prequalifieation/W ater%20and °l02 f}S anitarv%20Sewer%20Contractor%20Prequalification%20Prograz��/WSS%20pre pual%20req airements.pdf 3.2. Each Bidder, �nless currently preqaalified, must submit to Czty at least seven (7) ealendar days prior to Eid opening, th� documentatian sdent�fied in Section OD 45 11, BIDDERS PREQUALIFICATIONS. 3.2.1.Subrtussion of and/or questions related to prequaliFicatian should be addz-essed to t�e Ciry contact as provided in Paragraph 6.1. 3.3. The Ciry reserves the right to requixe any pre-qualified contractaz' w�o is the apparent low bidder far a project to sabmit sueh addiCional informataon as the City, in its sole discretion may require, including but not limiGed ta manpower and equipment records, information about key pez'sonnel Co be assigned to the project, and construction schedule to assist the City in evaluating and assessing the ability of the apparent low bidder to deli��z a quality product and successfully complete projects for the �mount bid within the stipulated time frame. Based upon the City's assessxnent of the suhrrutted inforrnation, a recommendation regarding the award of a contract will be made ta the City Cquncil. Failure to 5ubmit the additional information, if requested, may l�e grounds for rejecting the apparent low bidder as non-responsive. A�ected contractors will be notified in writing af a recommendation to the Czty Council. 3.4. In addition to prequalificatian, additional requirements for qualification may be required within variaus sections of the Contract Documents. 3.5. Special qualifications required for this praject include the following: OMITTED 4. Examiz�a�aon af Bidding and Contract Documents, Other Related Data, and Sxte 4.1. Befora submitting a Bid, each Bidd�r: C1TY OF FORT WQRTH 2D21 COMO AREA RESURFRCING PROJ�CT STANDARA CONSTRUCTION SPECIT'ICATIdN DflCCTMEl�'T City Prqject No, LD3348 Revised/Updated IVovember 2, 2p21 nn zi i3 INSTRL3CTLO�IS TO BLDaERS Page 3 of l0 4.1.1. Shall exarnine and carefulIy study the ConEract Docurnents and other related data identified in the Bidding Documents (includir�g °technical data" referred to in Paragraph 4.2. below). No informatian given by City or any representative of the City other tY�an that contained in the Contract Documents and officially prornulgated addenda thereto, shall be binding upon the C'rty. 4.1.2. 5hould visit the site tq beeome familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work. �.l .3. Shall consider federal, state and local Laws and Regulations that zz�ay affect cost, pragress, performance or furnishing of the Work. �.1.4. OMITTED 4.1.5. Shall st�dy all: (i) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical cnnditions relating to e�sfiing surface or subsur�ace structur�s at the Site {except TJndergraund Facilities) thai have been identified in the Contzact Dqcuments as containing r�liable "technical data" and (ii) reports and drawings vi Hazardous Environmental Conditioas, if any, at the Site thai ha�e been identzfied in the Contract I7acuments as containing reliable "technical data." 4.1.6. Is advised that tlae Cantract Documents on �ile with the City sha�l constitute all of th.� infarrzzatian which the City will furnish. Ail additional information and data wk�ich the City wi11 supply after promulgation of the formal Contract Documents shalI be issued in the form af written addenda and shall become part of the Cantract Dacuments just as though such addenda were actually written into the original Cantract Documents. No i�form�tion given by the City other than thac contained in the Cnntraet Documents and off"icially promuigated addenda thereto, shall be binding upon the City. 4.1.?. Should perform independent research, inv estigations, tests, borings, aIz(� SUC� Otl�er �neans as may be necessary to gain a complete knowledge of the conditzpns which will be encountered during the construction of the project. For projects vcrzth restricted access, upon request, City may provide each Bidder access td the siCe to conduct such examinations, investigations, exglorations, tesCs and studies as each Bidder deems necessary for submission of a Bid. Bidc�er zxiust fill a11 holes and clean t�p and restore the site to its former conditions upon cornpletion of such explorations, investigations, tests and studies. 4. I.8. Sha11 determine the difficulties of the �ork and all attending circumstances affecting the cost of doing the Work, time requirati far its compietion, and obtain all information required to rnake a proposal, Bzdd�rs shaIl raly exelusively and solely upon their own estimates, investigatian, research, tests, explorations, and other data which are necessary foz full �ud complete information upan which the proposal is to be based. It is understood that the submission of a proposal or bid is prima-iacie evidence that the Bidder has made the investigations, examinations and tests herein requued. CTTY OF F�KT WQRTH 2O21 COMO AREA RESURFACING PROTECT STANDARD CdNSTRUCTION SPECIFICATTON D.00UM�NT City Projec[ Ma. 103348 Re�isedlUpdat�d November 2, 2U21 OQ 21 13 Il�ISTRUCTIdNS TO BIDDE�125 Page 4 of 10 4.1.9. Shall pzomptly noiify City of alI confiicts, errors, ambiguities or discrepancies in or between [h� Contract Docurnents and such oCher xelated documents. The Cont�actor shall not talce advantage of any gross ez�roz� or oznis.sion in the Contract Documents, and the City shall be permitted to make such coi�reciions or int�xpretataons as may be deemed necessaty for fulfiliment o� the intenC of the Contract Documents. 4.�. Reference is made to Saction 00 73 �D — 5upplementary Conditians for identifcation of: 4.2.1. those reports of exglorations and tests of subsurface conditions at or contiguous to the szte which have been utalized by City in preparation of the Con.tract Documents. "I'he ings of Soil Borings, if a�ny, on the plans are for general information only. Neithei the City nar the Enginaer guarantae that the data shown is representative of conditions which actually exist. ' A�2.2. those drawings of physical conditiqns in nr relating to existing suzface and subsurface struct�ires (except Underground Facilities.) which are at qr contzguous to the site that have been utilized by City in preparation of the Cantract Documents. 4.2.3. copies of such zeports and drawings wiil be made avaiIabl.e by City to any Bidder on request. Those reports and drawings may not be part of the Contract Dpcurnents, but the °technical data" contazn�d therein upon which Bidder is entitied to rely as prnvided in Paragraph 4.02. of th� Genezal Conditions has been identified and �stablished in Paragraph SC 4,02 of tt�e Supplerzaentary Conditians. Bidder is responsible for any interpretation or conclusion drawn from any "t.echnical data" oz any other data, interpretations, opinions or information. 4.2.4.Standard insurance requirements, coverages and limits. 43. The submission af a Bid will cnnsTitute an incontrqv�rtabl� zepresentation by Bidder; (i) that Bidder has complied witl� every requirement o� this Paragraph 4, (ii) that without exception the Bid is premised upon performing and furnishing the Work r�quized by �� Contract Documents and agplying the specific means, methods, techniques, seqtitences or procedures of canstruction (if any) that may be shown or indicated or expressly required by tbe Contract Docurrients, (ui) that Bidder h1s given City written notice of all canflicts, errors, ambiguitzes and discrepancies in the C.ontract Documents and the �ritten resolutions thezeo�' by City az�e acceptable to Bidder, and when said conflicts, etc„ ha�e not bcen r�solv�d through the intezpreCations by City as descri.bed in Paragraph 5„ and (iv} khat the Cpntract Docurrzants are generally sUfficient ta indicate and convey understanding of ali terms and conditions for perfozming and fuznishing the Work. 4.4. The pro�isions of this Paragraph �, inclusive, do not apply to Asbestos, Polychlarinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract DocumenEs. 5. AvailabiIfty of Lanrls far Work, Etc. Cl`i'Y OP FORT WORTH 2O21 CQMO AREA RESURFACING PR07ECT STANDARD CQNSTRUCTION SPECIFICA,TIOI�i DOCUME�fT City Prajeet No. ]03348 Revised/LTpdaied Novembe�• 2, 2D21 0021 l3 ]7�STRUCTIQN5 TO BIDDE125 Pagc 5 of ID 5.1. The lands upon which the Work is ta be perforined, rights-of-way and easements for access thereto and other lands designated for use by Contractoz zn. pez-farming the Work are identiiied in the Contract Documenis. All additional lands and access thereto required fo� temporary construction facilitaes, cnnstruction equipment or storage of materials and equipment to be incorparat�d in. the Work are to be r�btained and paid for by Contractor. Easements for permanent structuxes ar permanent changes in e�cisting facilities are to be obtained and pai.d for by City �nless atherwise prouided in the Contract Documents. 5.2. Outstanding riglat-of wap, easezzzents, andlor permits to be acquired by the City are listed in Paragraph SC 4.01 af the Supplementary Conditions. In tr�e event the necessary right- af-way, easements, and/or perrnits are not obtained, the City reserves the right to cancel the award of contract at any time before the Bidder begins any eonstruction work on tIie project. 5.3. The Bidder shall �a prepared to commence constructian without all executed right-of- way, easements, and/or permits, and shall submit a scnedule to fhe City of hovv construction will proceed in the ather areas of the project that do not require permits and/or easements.. b. InterrpreYat�ons and Addenda 6.1. All questions about the meaning ar 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 opening. Qu�siio�s reeeit+ed after this day may not be resp�nded to. Interpretations oz clarifications considered necessary by City in resgonse Co such ques�ions �uill be issued by Addenda delivered to ail parties recorded hy City as having received the Bzdding Dacuments, Only questions answered by fornatal wriiten Addenda will be binding. Qral and other interpretations or clarifications will be withaut legal eff�ct. Address questinns to: City of Fort Wortia 2a0 Texas Street Fort V�orth, TX 76l 02 Attn: Tariqul �sl�rz, Transportation and Public Works EmaiL• tariqul.islann@fortworthrexas.go� Phone: $17-392-24$6 5.2. Addenda may also be issued to modify the Bidding Documents as deem�d advisab.le by City. 5.3. Addenda or clarifieations may be posted via the City's electronic docurneni management and collaiaoration system at https:lldocs.b360.autodesk.cam/sriares1405ab663-a23a- 43e5-8aaa-8ca5b6ed5613 C1TY pF FQRT WQRTH 2O21 COM� At2EA RESURFACIAIG FROJHCT STANDATil] CONSTRUCTION SPECIFJCATIQN DOCUMENT Ciry Project No. 1 D3348 Revised/Updated rilo�ember 2, 2021 UU 21 13 1NSTit[JCTTONS TO Bll7DEItS Page 6 of ]0 6.4. A prebid conference may be held at the time and plaee indicated in the Advertisement or TNVTTATION TO BIDDERS. Representat�ves of City wiIl be present to discuss the Project. Bidders are encouraged to attend and pariicipate in Che conference. City will tzansmit to aII prospectzve �idders of record sucfi Addenda as City considers necessai}� in. z-esponse to questions arising at the conference. Oral statements may not be relied upon and r�zll not be binding o� legally eff�ctive. �. �id Secu�ty 7.1. Each Bid must be accompanied by a Bid Bond made payable to City in an amount of iive {5) percent of Bidder's maximum Bid price, on the form attached or equivalant, issued by a surety xneetang the requirements of Paragraph 5,01 of the General Condit�ons. 7.2. The Bid Bonds pzovzded by a Biddez will be retaincd until the conditions of the Notice of Award have becn satis.�ed. If the Succ�ssful Biddez� fails to execute and rettu-n the Contract Documents within 14 days afker ihe Natice pf A�vard canveying same, City may cansider Bidder to be in default, rescind the Notice of Award and act pn the Bid Bond. Such action shall be City's exclusive rem�dy in the event Bidder is deemed to have defaulted. 8. Contract Times The number of days withan which, or the dates by which, Milestones a.re to be achieved in accozdance wzth Cb.� Genezal Requirements and the Work is to be completed and ready fflr Final Acceptance is s.et forth in the Agreeznent oz ineorporate�d ther�in by refezenc� to the attached Bid Form. 9. Liquidaterl Damages Frovisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or-EquaC' Items The Contract, if awarded, wzll b� on th.e basis oi m.at�rials and �quipment described in the Bidding Documents without consider�tion af pt�ssible substitute or "or-equal" itarras. Whenever it is indicated or specified in the Bidding Documents that a"substitate" or "or- equal" item of material or eyuipment may be furnished or used by Contractar if acceptable to City, applieatian for such accepiance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6.OSB, and 6.OSC. of the General Condit�ons and is supplemented in Section O 1 25 00 of Ehe Geneial Requirements. lI. Subcantractors, Suppliers and Oti�ers 11..1. In accardance with the City's �usiness Equity Ordinance No.2S165-10-2021 the City has goals for the participation of rninarity business andlor women business enterprises in City contracts $ IOQ,OOQ or greater. See Sectian 00 45 40 for the MIWBE Project Goals and additiona] requiraments. Failure to comply shall render the Bidder as non-responsive. Business Equity Ordinance No.25165-10-2021, as anriended (replacing Ordinance Na. 24534-1.1-2020), codifi�d at: htt�s://codalibrary.amIe�al.com/cndes/ftwnrthllatestlftwnrth_ tx10-0-�-22593 C1TY OF P4AT WpRTH 2O21 CONIO Al2EA 12E5URFACING i'TiOJECI' S'I'ANI7ARD CONSTL�i1C'I'ION SPECTFICATION DOCLTMBN'I' CiEy Projec[ No. 103348 Revised/CTpdatad November 2, 2021 U021 l3 IiYSTRUCT[ONS TO BIDI]�RS Page 7 of l0 11.2. No Contractor shall be required to employ any Subcontractor, �upplier, othez- person ar organization against whom Contraetor or City has reasonable objec�ion, 12. Bid Forrn 12.1. The Bid Form is incIuded with Ehe Bidding Docuzz�ents; additionaI copies may be obtained from the City. 12.2. All blanks on the Bid Form m�st be carr�pleted and the Bid Form signed in ink. Erasures or alterations shall be initaaled in ink by the person signing the Bid Form. A Bid price shall be indicaCed for each Bzd item, alternative, and unit price item listed therein. In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices for which the Bidder proposes to do the work contemplated ar furnish materials required. AIl entries shall be legible. 12.3. Bids by corpozation� shall iae executed in the corporata name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affi�ed. The corporate address and sEate of incorporation shall be shawn below the signature. 12.4. Bids by pazt�nerships shall be executed in the parmership name and sig�ed by a partn�r, whos� ti�le must appear under the signature accompanied by evidence of auttzority to sign. The official address af the partnership shall he shown below the signature. 125. Bids by limited liability companies shall be executed in th� nazz�e Qf the �rm hy a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm s�all be shown. 12.6. 12.7. I 2.8. 12.9. Bids by individuals shall show tha Bidder's n.azna and official address. Bids by joint ventures shall be execui�d by each joint venture in the manner indicated on the Bid Farm. The afficial address of the joint venture shall be shown. All names shall be typed oz' printed in ink below the signature. The Bid shaIl cvntain an acknowledgement af receipt af all Addenda, the numbers of which shall be iilled in on Che Bid Form. 12.10, Pastal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. i2.11. Evidence of auChorzty to conduct business as a Nonresident Bidder in the state of Texas shall be prov�ded in accordance with Sectian 00 43 37 — Vendor Complxance to State Lavv Nan Resident Bidder. CL"1'Y OF PO[il' WORTH 2O21 CDMO AREA RESURPACI[*TG PROJECT STAIVDARD CONSTRUCTIOIV SPECIFlCATION DOCiTMENT City Projeat No. 103348 Revised/Updated November 2, 2b2i ao zz �3 INSTRUCTIdNS TO B]I]DHR5 Pa�e 8 of I d 13. Submission of Bids Bids shall be submitted on the prescribed Bid Form, provided with the Bidding DocumenEs, at the time and place indicated in the Aci�ertisement or INVITATIQN TO BIDDERS, addressed to Puxchasing Manager o� the City, and shall be enciosed in an opaque saaled envelap�, marlced with the City Project Numher, Project title, the name and address of Bidder, and accpmpazazed by the Bid security and other requued documents. If the Bid is sent thraugh the mail or ather delivery system, th� s�aled env�IQpe shall be enclose.�l in a separate envelope with the notatior� 'BID �NCLOSED" on the face of it. 14. Withdrawal of Bids I4.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Qffiee may be withdrawn prior to the t�ne set for bid opening. A request for withdrawal m�zst be noade in writing an.d delivered to the Purchasing Office to receive a time stamp prior to the opening of I3ids.. A timely withdrawn bid will be returned ta the Bidder or, if the request is vvithin one hour of bid opening, will not be read aloud and wiIl thereafter be returtred unopened. 14.2. In the event a�y Bid for �vhich a withdrawal rec�uest has been timely fil�d has been inadvertently opened, said Bid and any record thereof will subsequently be marked "Withdrawn" and will be given no further consideration for the award of contract. 1�. Opening of Bids Bids will be opened and zead aloud publicly. An abstract of the amounts of the base Bids and major alternaxes (if any} vaill be made available to Bidders after t17e opening of Bids. 16. Bids to Remain Subject to Accepta�ce AlI Bids will remain subject to acceptance for a minimum of 90 days or ti�e time period specified for Notice of Award and execution and deIivery of a complete Agreement by Successful Biddex. C.ity may, at City's sole discretian, release any Bid and �ullify the Bid 5ecurity prior to ti►aC dat�. I7, Evaluation o� Bids and Award of Contract 17.1. City reserves the right to reject any or all Bids, including without limit�tion the zights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City be]ieves that it wouId not be in the b�st interest of the Project to make an award to that Bidder. City reserves ths righE tn waive informalities not involving price, contaact time or changes in the Work and awazd a contract to such Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit pri�es. Diserepancies between tke indicated sum of any coIuz�nn of figures and the carrect suzn thereof will be resalved in favnr af the cazrect surn. Disczepancies between words and figures will be resolved in favor o.f the words. CI'I`Y pF FpRT WORTH 2O21 COM� AREA RESUAFACING PR07ECT S`I'ANI]AAD CONSTRiICT101�' SPECIFTCATION DOCUMLNT City P�nject iVo. 1p3348 Revised/Updated Nor+ember 2, 2021 �0 21 13 INS'I'EZIICTIa1V5 TO BIDDERS Page 9 of.10 I7.1.1. Any or a11 bids will be rejected if City has reasan to helieve that coIlusion exists aznong the �idders, Bidder is an interested party ta any litigation against City, City or Bidd�r may have a cIaim against the other or be engaged in litigation, Bidder is in arrears an any e�sting contract or has defaulted on a previous cont��act, Bidder has perFormed a prior cQntract in an unsat�sfactory manner, or Bidder has uncompleted work whieh in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 17.2. In addition to Bidder's relevant prequalification xequirernents, City may consider the qualifications and experience of Subcontractors, Suppliers, and othar persons and arganizations proposed far those portions of the Work where the identity of such Subcontractors, Suppliers, and other persons and organizaiions must be submiCted as provided in the Cantraet Documents or �pon the request of the 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 Qrior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in th� evaluation of any Bid and to establish the responsibi�iry, qualifications, and financial abiliry of Bidders, propased Subcontractors, Suppliers and other person.s and organizations to perform and fiunish the Work in accordance with tkx� Co�tract Documents to City's sati.sfaction vaithin the prescribed time. 17.4. Con.tractor shall perform with his own organizatzon, wnrlc of a value not less than 35% of the value embrac�d nn the Contract, unless ntherwise approved by the City. 17.5. If th� Cor�tzact is to be awarded, it wiIl be awarded to lowest responsible and respvnsive Bidder whose evaluation by Ciry indicates that the award will be in the b�st interests of ti-�e City. I'7.6. 1'ursuant to Texas Gavernment Code Chapter 2252.001, 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 responsible Texas Bidder by the same amount that a Texas resident bidder wouId be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in whieh the nonresident's principa.l place of business is located. 17,7, A cantract is not awarded until formal City Cauneil authorization. If the Contract is ta be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other aeC of City or others will constitute acceptance of a Bid. Upon the contract award, a Notice of Award will be issued by the City. 17.'7.1. The contractor is required ta fill out and si�n the Cer�ificate of Interested Parties Form 1295 and the farm must be submitted to the Project Manager be#are the contraci wili be presented to the City Council. The farm can be obtained at httns://www.ethics.state.tx.us/data/fnrms1129S11295.pdf 17.8. Failure or ref�sal to cozz�ply vc7ith tt�e requiz'ements rnay res�lt in rejection of Bid. 18. 5igning of Agreement CFI'Y OF FORT WOATH 2O21 CQMO AREA RESURFACING PRQ7SCT STAI�FDFIRU CONSTRUCTION SPECIFFCATION DOCUMENT City Project No. 103348 Revised/Updated I�Iovember 2, 2021 QO 2l 13 INSTRUCI'1�NS'CO BII]DEL2S Page 10 af l0 I8.1. When City issues a Notice of Award to the Success.ful Bidder, it wiIl be accompanied by the rec�uired number of unsigned counterparts of the Froject Manual. Within 14 days thereafter, Contractor shall sign and deliver the required number of counterparts o� the Project Manual to City with the required BondS, Certificates of Insurance, and all ot�xez' required documentation. T$.2. City shaII thereafter deliver one fully signed counterpart to Contractor, END OF SECTION C]'ii( OP FORT WORTH 2O21 COMO AAEA RESURFACING PR�JECT STANDARD COA'STRUC'I`IOIV SPECIPIC�T`ION DOCUMENT Ci[q Projec[ Ido. IQ3348 Reviscd/iJpdated Novemher 2, 2021 0� 35 13 CONFLICT OF INTEREST AF}�[T3AVIT Page 1 oF 1 SECTION 00 3513 CONFLICT OF INTEREST STATIIVIENT Each bidder, offerar or respondent ta a City of Fort Warth procurement is required to cornplete a Conflict of Interest Questionnaire or certify t�at an� is current and on file with tbe City Secretary's Office pursuant to state law. if a mer�her of the Fort Worth City Cou�cil, any one or more of the City Manager or Assistant City Managers, or an agent of the City who exercises clisaretion in the plan�aing, recommending, seleeting or contracting with a bidder, offerar or respondent is aff'�liatec3 with yaur coznpany, then a Loca1 Government Of�icer Confliets Disclosure Statement (CIS) may be reguired. You are urged ta consult with connsal regardi.ng the applicability of these forms and Lacal Go�ernment C�e Chapter 176 to your company. The referenced forms may he downloaded from the links provided below. �. . . . . _ .- _ . � � � � � CIQ Forrn is on fi1e with City Secretary CiQ Form is being provided to the Ciry Secr�tary CIS Form does not apply C�S Form is on File with Ciry Secretary CIS Porna is being pro�ided tv the CiLy Secretary BIDDER: Texas Materials Group, dba Texas Bit Company 420 Decker Dr, Suite 200 Address Irving, Texas 7�06� CitylState/Zip By: Ro�ald D. 5tinson, Jr. (Please Pxin ) , Signatur � f J Title: EStima#ing Manager (Please Print) END OF SECTION C1TY OP FQRT WORTH STANDARU CQNSTRUCTION 5PECIFICATIOIH DOCUM&NTS Revised Fehruary 24, aoao 2021 COMO AREA RES�JRFACiNG PI�O]ECT C1T'Y PROJECT IVO. 163348 00 41 00 BlD FORM Page 1 ot 3 ��c��o� oa a� aa B1� FORM TO: The Purchasing Manager c/o: The Purchasing Di�isian 20Q Tex�s Streef City af Fort Worth, 7exas 76102 �'OFt: City Project Na.: UnitslSections: 2021 C�MO AREA RESUR�ACWG PR�JECT 1d3348 1. Entee Into Agpeernent The undersigned Bidder proposes and agrees, if this Bid is acaepted, to enter into an Agreement with City in the fortn included in the Bidding Documents to perform and fWmish a!I Work as speci�ed ar indiaated in the Contract Dacum�nts for the Bid Price and within the Contract Time indicated �n this Bid and in accordance with the o#her terms and conditivns o# the Contract Documents. 2. �IIJDER dc�r�owlecEgemen#s and Ce�tification 2.1. �n submitting this Bid, Bidder aceepts all of the terms and candi#ians af the INVITRTION TO BIDDERB and INSTREJCTIONS TO BIDDERS, inclvding withoui limitation those dealing wikh the disposition of Sid Bond. 2.2. Bidder is aware of all costs to provide the required ins�arance, wiif da so pending contract award, and will pra�ide a �alid insurance c�rtificate mee#ing all requireme�ts within 't4 days nf notification of award. 2.3. Bidder eertifies thai this Bid is genu9ne and not made in the interest of or on behalf of any undisclosed indi�idual or en#ity and is not submitted in conformity with any collusive agreement or rules of any group, association, arganization, or eorporation. 2.4. �idder has not directly or indirectiq induced ar solicited any other Bidder to submit a false or s�am Bid. 2.5. Bidder fi�as not solicited ar induced any indiyidual or en#i#y to re#rain from bidding. 2.6. Bidder has na# engaged in corrupt, fraudu�ent, collusive, ar coerci►+e practices in competing far the Con#ract. For the purposes of thks Paragraph: a. "corrupt pract�ce" means the offering, gi�ing, r�ceiving, or soliciting of any thing of value likely ka influence the actian of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts rrtade (a) to influence the bidding process ta the detriment of City (bj to establish Bid prices at artificial nan-campetiti�e levels, or (c) to deprive City af the benefits of free and open competjkion. c. "collusi�e practice" means a scheme or arrangement between tr�vo or more Bidders, with or without the knowledge of City, a purpase of which is to establish Bid prices at artificial, non-competitive levels. GTY OF FQRT WORTH STANDARD CONSTRUCTION SPECIFICA710N I]OCUMENTS 2U21 COMO AREA RESURFACING PRWECT Form Rev�aed March 9, 2020 CITY PROJECT NO 103348 aa a� o0 BID FORM Page 2 oi 3 d. "coercive practic�" means harming ar threatening to I�arm, directly or indirectly, persons of their property to inf�uence their participation in the i�idding process or affect the execution of ihe Contract. 3. Prequalification Omitted d. Time of Completion 4.1. The Work will be complete for Final Acceptance within 150 days a#ter the date when the tfi�e Contract Time cammences ta run as provided in Raragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreernent as to liquidated damages in the e�ent af failure ta complete the Work {andlor achie�ement of Milestones} within the times specified in the Agr�ement. 5. Attached to this Bid The foAowing documents are attached to anci made a part of this Bid: a. This Bid �orm, Section 00 41 00 b. Required Bid Bortd, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.41 af the General Conditions, c. Proposal �arm, Section 00 42 43 d. Vendor Com#�liance #a State Law Nnn Residertt Bidder, 5ection UO 43 37 e. MWBE Farms (opiional at time of bid) f. Pr�q�atification Statement, Sec�ion 00 45 12 g. Conflict af interest 5tatement, Section 00 85 13 *!f necessary, CIQ or CIS forms are to be provided direc#iy to City Secretary h. Any additiona! documents that may be rec�uired by Section 12 of the Instructions to Bidders S. "�atal Bid dmourft 6.1. Bidder will camplete the Work in accordanca with the Contract Documents for the following bid amount. In the space pravicfed below, please enter the Eotal bid amount for this project. Only this fgure will be read p�blicly by the Ciiy at the bid opening. 6.2. lt is understood and agreed by the Bidder in signing this proposal that the total 6id amount enter$d below is subjecf to veri�icafion andlor madification by multiplying the unit bid prices for each pay item by the respectit�e estimated quantities shown in this prapasal and then iotaling all of the extended amounts. Totai Bid $923, 571.f 5 �. Bid SubmPtta! This Bid is submitted on Thursday, Sepierr�ber 2, 2021 hy the entity named belaw. ClTY OF FDRT WpRTH STANDARD CONSTRUGTION SPECIFICATION DOCUMENTS 242i CQMO AREi4 R�SURFACING PROJEC7 Farm Revisad March 9, 2020 CITY PROJECT NO 103348 n OD 41 00 BID FQRM Page 3 ofi 3 Respe s�bmitted, '` g � '-� � � - . {Signature) Ronald D 5tinson, Jr � (Printed Name} Title: Estimating Manager Company: Texas Materia.ls Group, dba Texas Bit Address: 420 �ecker Dr, Ste 2Q0 Irving, Texas 75062 5tafie of Incorporation: Deieware Email: Phone: 817-538-1635 EPED OF S�CTIO� CIiY OF �ORT WORTH SiANDARb CONSTRUGFIOtd SPECIFICATION �OCUMENTS Form Revised March 9, 2020 Corparate Seal: , ';�I...`' I;;����'� , {,���,.�'t-1� ,'V;'i `,,.`l 'C;;� `� r �'�� 4_} '�� .- !. � ,�_� �';; , ,_ fa �,.' � e� 3 � ', t ` 1,,.}, , �; ._J( ���'_, � �' .-� � 4 � t r `` � r� , ! � `��, f�,t:l.f .`,,�`; , �� ', 2021 COMQ AREA RESUfiFACiNG PROJECT ClTY PFtOJECT NQ 103348 00424i BIUPROPC�SIII. Pngo-I af I sECTia� uo ax � RROPQSRLFORM SND OF SL�Cl'ION cmr ortvrtrwonn� Sintu�ARn CONsIRu[; t'ION SPECFFtCA'L7aN 1k7CE11�AIXIS 00 4190 Bid lh�p�f wm4��11 COM[oAPi�A �84VRFACMG PROIECI' Fo�m Rc�iu� ZOIZQI2Q Cfl'YPIitl�CI'Ntl. 101746 �IRlli f�f�l�� �ID �idder's Applic��ian ao as �a ei� eoNo Page 1 of 2 SEC710N Od 43 '13 BID BON� ifNQW ALL BY 7M�S� PRESENTS: That we, p Taxas Materials Group, dba Texas Sik , known as "Bidder" herein and �.i �� f�tv�'neL ,,,y�r„Mr�ni;e,_ L m�r xr,�/ a carporake surety duly authorized to da business m the State of Texas, lcnown as "5ur�ty° herein, are held and firmly baund unto ihe City of Fort Worlh, a municipal carporatian created pursuani to khe laws of Texas, knawn as "City" herein, in the penal sum of fi�e �ercent (�%) a# Bidd�r`s r�aximum bid price, in kawful money of the United 5tates, to be paid in Fort Worth, Tarrant County, 7axas for the peyment of which sum well and truEy to be made, we bind ourselves, aur heirs, execuiors, administratnrs, successors and assigns, ja9ntly snd severally, firmly by these presents. WH�REAS, the Prinaipal has submitted a bid or proposal #o pertorm WorEc far the fallo�ring project designated as 2d29 COMO AREA RESIJRFAC{NG PROJECT 103348 {VOW, TH�FiEFORE, the conditfon af this obligation is such that if the City shall award the Conirect for fhe foregoing project to fhe Principal, and the Principal sha11 satisfy al1 requirements and condikions reyuired far the execution of the Cantract and snafl enter into the Contract in wrifing with the City in accordance wifh the terrrzs of such same, lhen this vbfigation shall be and become null and vaid. If, howe�er, the F'rincipal fails io exeeute such Contract in accardance with #he terms ofi same or fails to satisfy all requiremants and conditians required for the execufion of the Contract, this bond shaN become the property of the City, wlkhout recourse oF ihe Principal andlor Surety, not fo excesd the penalty herevf, and shall be used ta compensate City for the difFerence between F'rincipaPs total bid amaunt and the next selected bidder's �atal bid amaunt. PROVID�D FURTHER, fhat if any fegal acfion be fiEsd on this 6ond, venue shall lie in Tarrant Coun#y, Texas or ihe Unifed Stetes District Court for the Northerr� Dislrict of Texas, Fort Worth ai�ision. IN WI'FNESS WHEREOF, the Princ[pal and the Surety have SIGNED and S�ALED this instrumen# by duly autherized agents and officers an this the �0`i� day of � yt� , 2021. ATTEST: Witness as to Principal CITY OF FORT WQRTH STANpAR� CON5TRUCTION SPECIFICRTEON ODCUMEiVTS Farm ReNsed 2D771109 P ClPAL: %7�}5 +�li� i14'1—�a 6�(zQ�v� . �i�l G - BY: -- 5ignature ��.�rv1 `7i`i n�i _ ` r►_rX] nw IV [�hC_Q ?JY_ Name a d 7itle OU k1 00 Bld Proposel Wotk�ook 2021 COtJ[0 AREA RESIfRFACING PROJECT ClTY PROJECT NIFMB�R 103348 00 4313 Bl0 B4N0 Page 2 of2 Witness as #0 5ure#y Attach Power of Attorney (Surety) fpr Attorney-in-Fact Elddfe$$. ' ��. `^ ' �, . - i �' � 5U RETY: � �� �.�,i lu�. -�.!-1� , L� . , - � ��BY: � �- "- PqT�1�lA5 ��'��R�� ,.l�Al�v tnt:�,e�c� _ Name and Tif[e Address; �-o .�%. ��1�:,f" `�(� �� . �:�p �✓,��� ��r� � � Telephone Number: � _ �;�i_ �''��t� . � � *Note: If signed by an officer of the Surety Cor�pany, there must be an file a certified extract from fhe by laws shawing that this persan has authority to sign such obligation. Ef Surety's pF�ysical address is different from its mailing address, both must be provided. The date af the bond shall not be prior ka the date the Goniract is awarded, END OF SECTION 00 41 0� Bid Proposal Wnr[cbook 2021 CDMO AREA RESURFAGING PROJECT CITY OF FORT WORTM CITY PROJSCT NIJMBER 103348 STANDARD CONSTRIJCTI4N SPECI�ICAI'14N DOCUiNENTS Form Rsulsed 20171108 � �.ibe� M�i�ta1. 5U R ETY P�1��Ft �!� AeiT��3R,��Y Certificate Na: 820517'1-580182 KNOWIV ALL PEkiSON5 BY 7H�S� PR�S�N7S: Thai The Qhia CasuaE�y Insurance Compeny Is a earporeiion duly organlzed under tiie laws af ihe State of Naw �Hampshire, thai Liberly Mufual lnsurance Company is a corporafion duly organixed under the laws nf the Stale af Massachuseits, and Wesl American Insurance Compeny is a cnrparation duly organized under theiaws of the 5tate of Indiana (herein colleclivefy cal�ed Ihe °Companies"), pursuant to and by auihority herein sat forih, daes hereby neme, cvnsiitule end eppoint Patricia L. McCall al{ of Ihe ciiy o( Irvmg sla#e of TX each individually if ihere be mare then one named, 9ts trua and lawful atlorney-in-fant lo make, execute, seal, acknowledge end deliver, (or end arr Its beheiFas surefy and es its ecl and deed, any and all bid bonds on behaif o( Texas Materials Grou ,.Inc. , an e e�cecu ian o sue E on s, n pursuence of lhese presents, shall e es binding upon the Company as i ey a een u y signe by (he pres9denf a�d atieste by e secretary �f the Compeny in their own proper persons, IN WITIVE55 WHERE4F, this Power of Attorney has qeen suhscribed by an autharized of�cer ar o(fieial of the Campanles end the corporate seals of the Companies have been affixed thereto this 2nd day of Aprz) , 2021 . V � o� m �� a _� �'w O � L aj O � � C � �� �� �� a� State of P�NNSYLVAFIIA Couniy af MdNTGOMERY S� 7hls Po�rer af Attorney limlls the acts of thase named herefn, and they have no authority tv 61nd the Company except in ihe �nanner and to the extenf hereln stated, Liberty Mutual Insurance Company The Ohia Casuaity Insurance Company Wesi American Insurance CorrEpany L�herty Mulual Insurance Company �y �Nsuq� P4ZY INBp � tiNSU�, The Ohio Gasual[y Insurance Compeny ,�� rp�p�Re y�, y� �o�Oiear�y �c,P�oRP�R,r-''yn WeslAmerican Insurence Company � ,r '�O m � � � rt � 3 *�O � 191a n o 19�9 n �'1991 � �Y � � � ?�, +v O 4 � �,'�a�H�s s o '�J�AM4� � YS �M1'0]ANP ,ab r �h * �,� �'H� * �.�e �'M * ��` ��; ,: ❑aNd M. Carev. Assiatant SecreEary On t�is 2nd day of_ A�;1 , 2021 be{are me per�onally appeared �avid M. Carey, who acEcnowledged himse�f ta be lire Assistent 5ecretary af Liherty Mulua! lnsurance Company, ihe Ohia Casualiy Campany, and West Americen Insuran�e Campany, and thet he, as such, heing aulhorized sa lo dv, execute Ihe foregoing instrumenl for t�e purpases fherein cantainad by signing on 6ehaiF nf the.carpvratians py h�mselFas a duly eut�odzed o(ficer, IN WITNESS WHEREOF, I hsve hereu�io su6scri6ed my name and affixed my notarial seal al i(U�g flf Prussia, Pennaylvania, on Ihe day and year first abo+re written. gP Pasr Q,4i �pM � F� Cummomreetth aTPennsylvaNa- Nolary 3eal l� Go�` 9fy 9 Terese PBstella NolaryPuMlc pF Mon�omery Caunty Niycammisslan explres Ma�ch 28, 2Q25 �y� Cammisslan numher 1128044 �L�4'� Member, Pennsyivenla Assodatlon of Noia�les �QRY P� This Power of ANamay is made and execufed pursuant to and by aulharity vi the fallowing By-laws and Avthorizatlons ot 7ha Ohio Casuaity Insurance Gompany, Libert}r Mutual Insurance Company, and Vvesk American Insurance Company wh3ch resaluGans are now In tulf force and effect reading as tvllaws: ARTiCL� IV— OFFIC�,RS: Sectlon 12. Power of Attarney. My afficer or pther official of the Gorporaliorr authorized for that purpbse in wdtlng hy the Chairman or the Pres9denf; end subjecl io swch limitaUon as the Chairman or the Presideni may prescrihe, shell sppoint such atlomeys-in-fact, es may he necessary ta act in behalf ot the CwporaHon to make, execula, seal, acknowledge and deliver es surety any and a[f underkakings, bonds, reoognizances xnd other surety obligaGo�s. 5uch attomeya-in-fact, suqjecf lo the limitatians set farth In tfieir respective powers af etfomey, shail have Eull pawer fo bind the Corporatian by thelr aignature and execuUon o( any such instruments and to atkach t�ere6o the seal of !he Carporatlon, When so execufed, such instnrments shall he as binding as If signed by Ihe President and aftested tv 6y the Sec�efary, My power or aulhority granted to any representative or attvmey-in-(act under fhe provisions af this article may 6e revoked at any time by 1he Board, lhe Chairman, tfie President or hy the afFcer or officers granting such power or authority. ARTICLE XIII — F�ecution af Contrects: Seelian 5. Sureiy Bonds and Undertakings. Any offlcer of the Compsny authorized far that purpose in wrifing by Iha chalrman or the president, and suhject ta such Ilmitetions es the cheirman or the presidenl may prescri6e, shall eppo[nf such altomeys-in-fact, as may be necessary la ac� in behalf M the Campany to make, execute, seel, adcnowledge and deliver as surety eny end ell underfaltings, honds, recagnizences and atiier suraty a6ligallona, Such aEtomeys-in-fact subject to t�e limit�tlons set (orth in their respective powers of attomey, shall have (ull pawer ia bind the Company by Iheir signature and execu�ian o( any such InsUuments and to aitach theretn tfie seel of the Cam�any, When so e�cecuted such Inshuments shall 6s as 69nding as if signed by the president and altested by the seaetery. Certificate ot Designatfon � 7he Pr�ident of lhe Campany, acting pursuant to ihe Bylaws af the Campany, sutl�orizes Dsvid M. Caray, AssisNant Secretary io appvint sueh aEtorneys-in- fact as may be nec�sary to ael on bahalf of the Company to make, exeaute, seal, aaknow]edge and delivar as surery any and alk undertakings, bands, reoognizances and o�ser surety obligatlans, Authorization — By unanimvus cnnsent of the Compan�'s Baard vi �irectors, the Company consents that farsimile ar mechanically reproduced signature of any assistant secretary o( the Company, wherever appearing upQn a cerUfled copy of eny power of attomey issu�d by the Gompeny in connection with surety borsds, shall be valid and hinding upon the Company wi� the same force and effect as �augh manuelly affq�ed. I, Renee C, L[ewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Campany, Liberly Mulual Insurance Company, and West American Insurenoe Company do hereby certify that tfte original power nf attomey of which the forego9ng Is a full, U�te and carrect copy of the Pawer of A@amey executed hy sa9d Companies, is in full force and eHeCt and has not been revakad. IfV TES7IMDNY W�IEREOF, I have hereun6o set my h8nd and aifixed the seals of said Companies th€s 30th d&y at Augwst , 2421 . ►Nsr� t�r im$� ►Nsu� J c�o � 3°Q �a,.�a �'fi fq3�cP�PQlpq�,°U�n� � �'�����Fo �'M Q � 1912 � 0 7919 „ g 1991 � "°� b 6 a r � � a� $ ':�, �" ,? By: ¢�+��� *u'��a °�y� �Mq9h d� '�s���*+� F�aa Ren�e C, Llewallyn, Assistant Secretary * / � i. � N c .� .a c a �"' u�J 0 � 'd' � � � 0 0 � v N � � M � 0 m � LMS-i2990 wIIC OCIC WAIC Multl Co Bld evntl oz121 OD 43 37 VENDOR COMPLIANCE TQ STATE I.AW Page 1 of 9 S�C�'ION Op 43 37 V�NDOR COMPLIANCE TO STAT� LAW NON R�SIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law pravides tha#, in order to be awarded a conkract as fow bidder, nonresident bidders (out-o�-state contracfors whose corporate offices or principal place of business are outside the State o# Texas} bid projects for cons#ructior�, improvements, supplies or services in Texas at an amount lawer �ha� t1�e lowest Texas resident bidder by the sam� amount that a Texas residen# bidder wauld be required to underbid a nonresident bidc�er in order to obtain a comparable cantract in the State which the nonresident's principal place of business is located. The appropriate blanks in 5ection A must be filled out by all nonresident bidders in order for your bid to meet speci�ications. The failure of nonresident bidders to do so will automatically disqualify that bidd�r. Resident bir�ders must cheC4� the bax in 5ec�ion B. A. NonreSidenf Bidders in the Sta#e of ��. _�� i�� �_.:�:. .� �.i , our princi�al plaoe of �usiness, are required io be ''��� ��; percent lower it�an resident bidders by 5tate Law. A copq of the statute is attached. Nonresident bidders in the State of ��:.��� �; �� �. ��:; ���.��: � r, our principal place of business, are not requir�d to underbid resident bidders. B. The principal place of business of our company or our parent eompany or majority owner is in the State of Texas. � �ID���: Texas Materials Group, dba 7�xas Bit 420 Decker Dr, 5te 200 By: Ronald ❑ Stinsan, Jr � .- � ? � " � (Signature) ,� Irving, Texas 75062 Title: Estimating Manager _ � � Date: � � - �l END OF SECTIQN C17Y OF FORT WORTH S7ANDARD CQNSTRUCT40N SPECIEtCAT10i�E D�CUMENTS Form Revised 2D71off27 QO 41 DU Bid proposa! Workbaok 202'i COMO AREA RESURFACING PROJECT CITY PROJECT NUMB�R 943348 004512-1 PREQUAtTk�fCATIbAi STATEMENT Page 1 of 1 1 2 3 � 5 6 sEc�oN o0 4s �z PREQi7ALIFICATION STATEMENT Each Bidder for a City proGurement is reqnired to camplete the inforznatian belo�v by identifying the prequalified contractors andlor subcontractars whom they intend to utilize far the major work type(s) iisted. Major Work Type Contractor/Subcontractor Prequalification Com an Name Ex iration Date AsphalrPavangHMACSt�eet Tex�s Materials Group, 12Ia112�22 Rehabilitation Heavy dba Texas Bit Maintenance and all iterr�s directly associated with the a�rin 7 8 9 10 I1 12 13 14 15 16 �� 18 19 20 21 22 23 24 25 26 The undersigned harehy certifies that the cantraetars and/or subcantractors deser�bed in the table above are curr�ntly prequalified �or t�►e work types listed. BIDDER: Texas Materials Graup, dba Texas Bit Company 420 Decker Dr, 5uite �00 Address By. Ronald D. Stinson, Jr. � lease Print) �'� � Signatur � Irving, Texas 7�D82 City/StateJZip Title: Estimating Manager (Please Print) Date: 09102/�029 END QF SECTION CI'�'Y OP PORT WORTH STANDARA COIVSTTtUCTIpIN SPECIFiCA'FIOIrE DpCU14IENTS Revised 7uly 1, 2011 2Q21 COMO AREA RESURFACD�iG Pit01ECT CTl'Y PROILCT NO. I03348 004526- 1 CONTRr1CTOR COMPLIAAfCE W1TH WpRKER'S COMPENSATION LAW Page 1 of 1 2 3 4 5 6 7 8 s IO 11 12 13 I4 15 i6 17 18 19 20 21 Z2 23 24 25 25 27 28 29 30 31 32 33 34 35 36 37 38 39 SECTiON 00 4� 2,6 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Purs�ant to Texas Labor Code Sectian 4Q6.096(a}, as amended, Contractor certifies that it provides worker's compensation insurance coverage For all of its employees employed on City Project No. 103348 Contractor further certifies that, puxsuant to Texas Labor Code, Section 406.Q96(h), as anaended, it will provide ta City its subcontracror's certificates of cornpliance with warker's compensation coverage. CONTRACTOR: Texas Materials Group, dba Texas Bit By. Ronald D. Stinson, Jr. Company (Please Print) �� 420 Decker Dr, Suite 200 � � � �, = = - , — 5ignature: - Address , lrving, Texas 75062 Es#imating Manager '�� Title: City/SkatelZip THE STATE OF TEXAS COUNTY OF TAR1iANT § � (Please Print) SEFORE ME the undersigned authority, an tfiis day persanally appeared Rorl�ld D. S�tinson, Jr. , known to ine to be the person whose name is subscribed to the foregoing instrurnent, asid acknnwledged ta tne that helshe executed the same as the act arid deed ofTwxas Materials GrQu�, dba Texas Bitfor the purposes and considaratio:n therein express.e.d and in the capacity therein stated. GIVEN i]ND�R MY HAND AND SEAL OF fOFFICE this .� � day of r'r�• ���" , 20_. o,Lp4Y P�,B' PATRICfA L. MCCALL '� I ��� ,� _ Notary P�blic �! * * State of Texas � - - — "'q,�of���,P ID # 73"6670-8 Notary Public in and for the�State of Texas MyComro. Explres 1 i-13-2023 END OF SECTION CITY OF F'OE2T WOR'�'H STANDARD CON3'i'RUCTIaN SPECIF[CATION �OCUMENTS Revised ]uly 1, 20] l 2Q2[ COMO AR�A RESURFACING PROIECT C3TY PRD3ECT NO. ] 03348 UO �}S �IU - 1 Business Fquity Goal F?age 1 of 2 � sECTzoN ao 4s �o � Busir�ass Equity Goa]. 3 APPLICATION OF POLICY 4 I� the total dollar value o� the contract zs $100,000 or more, th�n a Business Equity goal is app3icable. 5 A Busine�s Equity Firrn refers to certified ManoriLy-, and/ar Women-, aw�ned Business Enterprises 5 (MIWBEs). 1D LI i2 13 14 7.5 16 17 18 19 20 21 22 23 24 25 25 z7 28 29 3b 31 32 33 34 35 36 37 38 39 4� 4I 42 43 44 45 46 47 48 49 POLICY STATEMENT It is the policy of tk�e City o� Fort Worth to ensure the fuli ax�d equitable participation of Business Equity Firms when applicable, in the pxacurement of all goods anfl sezvices. All r�quirements &nd regulat�ons stated in the City's B�saness Equity Ordinance No.25165-I.0-2021, {replacing Ordinance No. 2A�S34-I1- 2020 (codi�ied at: la s:/Icndelibr .a1nle al.com/codes/ftwortl�/latesditworth txIQ-0-0-22593) apply to this bid. BUSINESS E UITY PRO CT GOAL Tha Ci.ty's Business Equity goal on this projeci i.s 20% of the total bid value af tla� cantract (Base bid applies tv Parks and Community �ervices). METHODS TO CQMPLY V4�ITH THE GOAL On City cantracts where a Business Equity Goal is app�ied, offerors are required to comply with the City's Business �quity Ordinance by meating or exceedrng the above state.d goal or oixaexwise comply with the ordinatace through one of the following znethods: 1, Commerciall� tx�eful serviees perFormed by a B�siness Equity prime contractar, 2. Business Equity subcontracting part�caipaiian, 3. Cambination of Business Eqnity prime seroices and Bu€siness Equity subcontractxng parti�i�ation, 4. Business Eqwity �oint VenturelMentor-Prot�g� participai,ion, 5. Good Fait� Effort documentaiion, or 6, Prime contractar Waiver doct�entati.on. SUBMTTTAL OF REQUIRED bOC�[]M�NTATION Applicable docuz�nents {Iisted below} must be racezved by the Purchasing Division, OR the offerar sha11 EMAIL the Busiriess Equity documentatio� to th� assignad City of Fart Wortb Prnjeet Managar or Departmez�t Designee. Documenis are to be Xeceived na la�er than 2:00 �.m., on the third City business da� after ihe laid opening date, e�clusive of t�e bid opening date. The O�£ez'or must submit one or more of Y.lae follovving documents: 1. T71�xat�on Foxm and Letter(s) of Intent, if the goal is met or exceeded; Z. Good Faith �ffori I'orm and Ut.i�ization Form, including suppaxting. documentation, if particzpatinn is less ihan stated gaal, or no Business Equity participation is aecozz�.plished; 3, Prrime Contractflr Waiver Forn�, zncluding supporting documentataon, zf the Offeror will perform all subcontracting/supplier opporiurutaes; or 4. Joint Vent�relMentor-Proteg� �'ornia, if goal is met or exceeded with a 7ozz�t Vanture or Mentor- Proteg� participa�ion. These fnx�ms can be fonnd at: Business Equity UFalizatipn Farm and Letter Qf InCent https:l/a�s.fort�ortk�.texas.�ov/P�oj ectResourceslResauz'cesP160%20- %20MWBE/N.EW%20Business%20E uit %'oZQDrdina�aceBusiness%2�E uit %20Ut�lization%2QForin. � Lettez af Iutent CTl"Y �F FDRT WQRTH 2p21 COMO AREA RESURFACING PR07ECT STAT[DARD COT�TSTI7UCTION SPECIFICATION DOCiIMENTS C1TY PROJECI' NO, 1D3348 12evased Octqbec 27, 2021 004540-2 Busir�ess Equity Goal P�e2of2 1 https:/1a�ps,fortworthtexas.gov,�Fro�ectResaurces/ResourcesP/60 - MWBE/NEW Business EquitX 2 Orciinance/Letter oi Intent-202I.� 4 Business Equity Good Faith Ef%rt Form 5 https:l/apps.foz-tworthtexas.govl�'roj�cCR�sourceslResourcesP/60°Io2a- 6 %20MWBE/NEW%20Business%20Equity%200zdinanc�/Buszness%20Equity°Io20Good%20�'aith%2D�f 7 fart%20�arrn.pdf 9 Business Equity Prime Contractor Waiver Forr�► 10 https:l/apps.fortworthtexas.�ov/ProjectResourceslResourcesP160%a20- 11 %20MWBE/NEW%20Business°/n2�Equity%2QOrdinanc__e/Business%2[}Equity%20Prime%20Cont�•actor 12 %2QWaiver.�df 13 14 Business Equity 7oint Vent�re Form 15 https:/lapps.fortworthtexas. og v/ProjectResources/ResourcesPl60%20- I6 °Ia20MWBElN�W%20Business%20Equity°Io200rdinanceBusiness%20Equitv%207oint%20VenCure.pdf 37 18 19 FAILURE TU ACHIEVE TFIE GOAL OR OTHERWISE COMPLY WTTH THE ORIDNINACE'V'VIT.L 20 RE,SULT IN TI3E BIDDER/OFFEROR BEING DECLARED NON-RE50NSIVE AND THE BID 2I REJECTED. 22 23 24 FAILURE TO SUSMTT THE REO[7IltED BUSINESS EOUTY DOCUMENTATION OR OTHERWLSE 25 COMPLY WITH THE ORDINANCE WILL RESULT IN TH� BID BEING DECLARED NON- 26 RESPONSIVE, THE BID REJECTED AND MAY SUBJECT THE BIDDERIOF�'EROR TO SANCTIONS 27 AS DESCRIBED IN SEC. 20-3i3 OF TIIE URDINANC�. 28 29 For Ques�ions, Please Contaci The Business Equity Division of the Departrnent of Diversity and 3p Inclusian at (81'� 392-2674. 3 i END OF SECTION 32 C1TY OF FORT WORTH 2Q21 CO1vI0 AREA TiESiIRFACING P120JECT STAN[]ARD CONSTRUCTION SPECIFICATION bOCUMENTS C1TY PR07ECT NO. 10334$ 17evised October 27, 2021 005243- 1 Agreement Page 1 of 6 SECTION 00 5� 43 1�GREEMENT THIS AGREEMENT, autharized an __��' L' "i `o� �� �, is mad� by and between the City of Fort Worth, a Texas home rule municipaliry, acting by and through its duly authoziz�d City Manager, ("City"), and Texas Materials Group, �ac. dba Texas Bit, authorized ta do business in Texas, acting by and through zts duly �utharized representaiive, ("Contzactor"j. City and Contractor may jointlq be referred ta as Parties. City and Cont�ractor, zn consideration of the mntual covenants hereinafter sei forkh, agree as follows: ArticIe 1. WORK Contractor shalI complete all Work as specified or indicated in the Contract Documents fpr the Project identi%ed herein. Article 2. PROJ"ECT The project far which the Wark under the Contract Documents may be the whole or only a part is generally described as follows: 2a20 COMO AREA RESURFACING PROJ�CT CITY PROJECT NT_TMBER 1Q3348 Ariicle 3. C�NTRACT PRICE City agrees to pay Contractor far performance of the Work in accordance with the Cantract Doeuments an amount, in current funds, of NINE HL]NDRED TWENTY-TI3REE THOUSAND, FIVE HLJNDRED SEVENTY-ONE AND 651100 Dollars ($923,�'�1.G�). Article 4. CONTRACT TIM� 4.1 Final Acceptance. The Work shall be complete for Final Acceptance within 150 days after the date when the Contract Time commences to run, as provided in Parag�'aph 2.D2 of the General Conditions, plus any extension thereof allowed in accordance with Article 12 of ihe General Conditions. 4.2 LiquidaCed Damages Contractor recognizes that time is of tl2e essence for completian of Milestpnes, if any, and to achie�e Fnal Acceptanc� of tbe Work and City and the public will suffer fram loss of use ii the Work is not completed within the time(s) specified in Paragraph 4.1 abave. The Coniractoz' also z'ecogaiz�s the delays, �xpense aud difficulties involved sn proving in a ].egal praceeding, the actual loss suffered by the City if the Work is not completed on titr►e. Accoz-dingly, ir�stead of requiring any such pxoof, Contractor agrees thaE as liquidated darnages for delay (but not as a penalry), Contractor shall pay City Six Hundred Fifty Dollars ($65.O.OQ) for each day t�at expires after the tirrie specified in Paragraph 4.1 for Final Acceptance until the City issues the Fina1 Letter of Acceptance. C1TY OP FQAT WORTH 2O21 COMO ARBA RESUAFACi1VG PRO.TECT S'T'ANDAKI7 CQNSTRUCTIQAI SPECIFICATIpN DOCL3MLNT$ CITY PRQ7ECT IVO. LD3348 Revised 9/01/2021 0o szaa- � Agreement Page 2 of 6 Article 5. CONTRACT DOCUMENTS S.1 CONTENTS: A. The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work cansist of the fqllowing: 1. This Agreement. 2. Attachments to this Agreement: a. 1�. c. d. e. f. g• h. Bid Form 1) Proposal Form 2) Vendor Camplianee to 5tate Law Non-Resident Bidder 3) Prequalification Statement 4) State and Federal documents {praject speeific) Current Prevailing Wage Rate Table Insurance ACORD Farm(s) Payment Bond Performance Bond Maintenance Bond Power oi Attomey for �e Bonds Worker's Compensation Affidavit MBE and/or SBE Utilization Forrn 3. Genezal Conditions. 4. Supplementary Condit'zons. 5. Speczficatians specifically made a part of the Contract Docurzients by attachrzrent or, if not attached, as zncozporated by reference and described in the Table of Cankents nf the Project'S Cnntract Docurn�nts. 6. Drawings. 7. Addenda. 8. Documentation subinitted by Contractor prior to Notice of A�uard. 9. The following which may he delivered or issued after the Effective Date of the Agreement and, if issued, became an ineorporatt;d part of the Cantract Doeurnents: a. No�ice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. Article 6. INDEMI�iIITCATION 61 Contractor covenants and agrees tn indemnify, hold harmless and defend, at its awn expense, the city, its o£ficers, servants and e�ployees, from and against any and all claims arising out of, or alleged to arise out of, t�e work and �crvices io be performed by the contractor, its of�icers, agents, employees, subcontractors, ]icenses or invitees under this contract. This indemniilca�ion provision is SAecifically intended to operaie and be effecirve even if it is aile�ed or nroven that a� or some of the dama�es beine sau�h� were caused, in whnle nr in part, by anV act. otnission or ne�li�ence of the city. This indemnity grovision is intended tn inel�de, without lIDnitation, indemnity for cQsts, expenses and legal %es incurred by the cit� in de%nding against such claims and car�ses oi actions. C1TY OF FORT WORTH 2O21 COMO AREA R�S[]RFACING PROdECT STANDAR_U CONSTRUCTION SPBCIF[C.�.TION DOCiIMENTS C1TY PROJECT NO, 10334$ Revised 91D1/2021 q0 52 43 - 3 Agacemenl Page 3 oF 6 G.2 Coniractar co�venants and agrees to indernni�y and hold harxNess, at x�s own ex�aense, the city, its officers, servants and employees, from and against any a�d all loss, damage ox destruc�ion of property of the city, arising out af, or alleged to arise out of, the work and ser�ices to be performed by the contractar, its of£�cers, agents, emptoyces, subcontractors, Iic�nse�s or invitees under this cantract This indemnification provision is sUec'xf'ically intended to operate and be effective even ii it is �lIe�ed or proven that all or some of the dama�es beinQ sou�ht were caused, in whole or in part, �v anv act, omissian or r�e�li�ence of the citv. Artiele'�. MISCELLANEOUS 7.1 Terms. Terms used in this Agreement wh�ich are defined in Article 1 ai Che General Conditions will have tlae meanings indicated in the Geaneral Co.nditions. 7.2 Assignment of Contract. This Agreement, including alI of the Contract Documents may not i�e assigned by the Contraetor without the advanced expxess written consent of the City. 7.3 Successors and Assigns. City and Contractor each binds iiself, its pariners, successors, assigns and legal representativas to the othez' party hereto, in xespect to all covenants, agzeenrzents and obligatip�s cpntaineci in the Contract Dpcumenrs. 7.4 Sevez'ability/Non-Waiver of Claims. Any pro�isipn ar part of the Confiract Documents held to be unconstitutional, void ar unenfozceable by a caurt af campetent jurisdiction shall be deemed stricken, and all rernaXning pro�isions shall continue to be valid and binding upon City and Contractar. The failure of City or Con�raetor tq insist upon the performance of any terrn or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of City's or Contractor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 7.5 Governing Law and Venue. This Agreement, including all of the Contraet Documents is performable in the 5tate of Texas. Venue shall be Tarrant County, Texas, or tne United States District Court for the Nor[hern Districi of Texas, Fort Worth Division. 7.6 Authority to Sign. Contractar shall attach evidence of authority to sign Agre.ement if signed by someone ather than the duly authorized signatory of the Cont�actor. �.7 Non-apprapriation oi Funds. In the event no funds or insuffieient funds are appropriated by City in any fiscal periad far any payments due hereunder, City will natiiy Vendor of such occurrence and this Agreement shall terminate on Ehe last day af the fiscal period for which appropriations v�ere received without penaIry or expense Co City ai any kind whatsoevez, except as to the portions of th� paymeuts herein a�-eed upon foz' wlaich funds laav'e been apprapziated. C1TY OF FD127' WORTH 2O21 CDMO AREA RESURPACII�TG PRO7ECT STAI�iDAAD CONSTRi7CTION SPECIFICATIO[�T DOCIIMENTS CPI`Y PAOJECT NO. 1b3348 Revised 9/01/2021 00 52 43 - 4 Agreemen! Page 4 of 6 7.8 Prohibition On Cantracts With C.ompanies BoycoCting Iszael. Cantractor, unless a sole propz�i.etor, acknowledges that in accardance with Chapter 2271 of the Texas Goverriment Code, if Contzaetor has 10 or more full time-empIayees and the contract value is $1Q�Q,QOp or more, the City is prohibited from entering into a conCract with a company for goods or seruices nnlass the contract contains a written veriiication from the company that it: (1) does not baycott Israel; az�d (2) will noC boycntt Israel during the term of the contract. The terms "boycott I5rae1" and "company" shall have the meanings ascribed to those terrris in Section 808.001 of the Texas Go�+ernment Code. By signing this cantract, Cantraetor certr�es that Contractor's stgnature provides written veriiication ta the City khat if Chapter 22'�1, Texas Government Code applies, Cantractor: (1) does not boycott Israel; and (2) �vill not bo�cott Israel during the ierm of the contract. 7.9 Prohi}�ition on Boycotting Enargy Campanies. Contractor acknowledges that in accordanee with Chapter 2274 of the Texas Goverz�m�nt Code-(as added by Acts 2021, 87th Leg., R.S., S.B. I�, � 2), the City is prohzbit�d from entering into a contract for goods or services that has a value af $100,QOf� or more, wvhich wili be paid wholly or partly from public funds of the Ciry, with a campany (with 10 or more iull-time employeesj unless the contract contains a w�itten verification from the company that it: {1) does not boycott energy campanies; and {2) u,�ill not boycott energy companies during Che term of the contract. The terms "boycott energy company" and "company" ha�e th� meaning ascribed to those terms by Chapter 2274 of the Texas Govenmxient Code (as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2). To the ex�ent that Chapter ��,'�4 of the Government Code is applicable to this A�reement, by signing this Agreemeni, Coniractor certifies that Contractor's signature provides �v�itten veri�ication t�n ihe City that Contractor: (1) does not boycoLt energy eprnpani�2s; and {2) vvill not boycott energy companies duriug f.he term of this Agree�anent. 7.1d Prahihition on Discrimination Against Fire�rm azid Az�atzzunitzon In.dustzies. Cantraetor aclrnowledges that except as atk3erwise provided by Chaptex 2274 of the Tex�s Government Code (as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1), Ehe City is prohibited from entering into a contract for gaods or services that has a value of $1{}0,f300 or more which will be paid wholly ar partly from public funds of the City, with � comparzy (with 10 or more full-time emplayees) unless the cantract cantains a wriiten verifica�ian frorn the cornpany that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will n.ot discriminate during tha term of the contract against a%reartn entity nr firearm tzade association. The terms "discriminate," "�rearm entity" and "firearm trade assaciatzan" have the meaning ascribed to those Cerms by Chapter 2274 of the Texas Government Code (as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1). To ihe e�tent that Chapter 22�7�# oi the Government Code is applicable to this Agre�ment, hy signing this Agreement, ConEractor eertifies that Contractor's signature provides writien verification� to tk�e City thai Contractor: (1) does noi have a practice, policy, guidance, or direetive thai discriminates against a�rearm entiEy or firearm trade associafion; and (2} will not discriminate against a firearm entiiy or firearm trade association dneing the term af this Agreement. CTI'Y DF PORT WOR'1"H 2O21 COIvIO AREA RBSURFACING FRpIECT STANDAR➢ CONSTItUCTION 3PL�CIFICATION DOCUME[�fT3 C1TY PR07EiCT NO. 1U3348 Revised 9/01/2Q2I OOS243-5 Agreement Page 5 oi G 7.1 � Iminigration Nationality Act. Contractor shall verify the identity and employment eligibility of its employees who perfarm work under this Agreement, including completing the Employment Eligibility Verificaiion Form (I-4). Upon request hy City, Contractar shall provzde City with copies of all I-9 forms and supporting eligibiiity documentation for eaeh ernployee who performs work under this Agreement. Contractor shall adhere to aII Federal and State laws as wall as establish appropriate procedures and controls so that no services will be performed by any Contractor employee who is not Iegally eligible to perform such serr�ices. CONTRACT4R SHALL iNDEMNIFY CITY AND HaLD CITY HARMLES�S FROM ANY PENAL'I'TES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS �F THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, SiTBCONTRACTORS, AGENTS, �R LXCENSEES. City, upon written noEice to Contraetor, shall ha�e the right to imrn.ediateJ.y terminate thls Agreement for violations af this provision by Contractor, 7,12 No Third�Party Benefieiazies. This Agree�nent gives no zights or benefits to anyone other than the City and the Contractor and there ai�e no third-party beneficiaries. 7.13 No Cause of Actian Against Engineer. Contractor, its subcontractars and equipment and materials suppliers on the PROJECT or their surefiies, shall inaintain no direct action against the �ngineer, its oificers, employees, and snbcontractors, for any clairn arising out af, in cannection vvitla, pr result�ng frarn the engineering services performe�l. Only the City will be the beneficiary of any undertaking. by the Engineer. The presenca or duties of the Engineer's personnel at a consinYction site, whether as on-site representatives or otherwise, do not make tl�e �ngzneer nr its personnel in any way responsible for thr�se duties that belong to the City and/or the City's construction cantractors or flther entiti�s, and do not relieve the consi�uction contracto�s or any other entiry of their obligations, duties, and responsibilities, ineluding, but not limited to, all constzuction methods,. means, te�hiuques, sequences, and procedures necessary for coordinating and cnmpleting aIl portions of the construction work in accordance with t1�e Contract Docurnents and any health or safety precautions req�ired by sneh eonstruetion work, The Engineer and its personnel have no authority to exercise any contral over any constxuction contractQr or other entity or their employees in eonnecEion with their work or any health or safaty pz'ecautaons. CTI`Y QF FO�iT WORTH 2O2L CDMO ARBA RE5URF.4CING PROJECT 5`T'ANI]ARD CONSTIilTCTION SP�CIFICATidN DOCUMENTS C1TY PROJEC'F NO. 1033A8 Revised �1811202] aosz�3-6 Agroemenl I'��e 6 of 6 IN WITNESS WH�REOF, City and Contracta�• have each exacuted this Agreement to be effective as af the date subscri6ed by the City's designated Assistaut City Manager ("Effective Date"), Cantractor; Texas Matei�ials G�•oup, u�c. dba Taxas Bit City of Fo�•t Wax•th B� � --. ___ Signatur� ���`� �f.S�>.��� �/� tPrinted Narrze) `'S'r �I�a� � �/�n.�iG � Title 420 Decker Dr. Suite 200 Address Irving, Texas 75062 CiEy/State/Zip By; r - � � ��� Dana BurghdofF f Assistant CiEy Man, _ � � Date Attest: ,r � �� �'���,,�. �'x ����v��;�. � , � ��:,,� , ,..�� ,.,,, ��i�,,,���� ' � � �� �' • �����,; '� i : . �� � ,�°`�t �� � , ,`� x � i � ''�L��•P'� JT� •e Y ��F �a �:T 1 � _. . . �:;c�,�:�1[� C ,� �,�-t'�e���� (Seal) �� � � �' ' � a� 1 M�c: .� � -- v�S �. �.� � Date Date� i 1 ' ` �"; � ' Form 1295 No.: __ _ � �1� Coni�•act Compliance IWlanager: By signing, Y acknowledge that I am the pe�•san responsible for the manitoring and adnninist�ation of this contract, including ansuring al1 performa�ce and repo�-ting requi��e enis. Ta�iqt�l Islazn Project Manager Approved as to Fox'rn and Legality: v�l cim�r o� �a��� wa2�r� STANDARI� COIY51'AUC1'ID1V SP�CIFLCATION DOCUMENTS Revised 9/0f12U21 Douglas W. BIack Sr. Assistant City Attorney AP O AL O . � ^'1 William 7ohnsoti, Direct r � Transporkation & PubIi Works A�egartment 2021 COMO AL2�?q �w-; +1t1� .;'�iw�a►arat�r.;� CITYYFtV]�CT3V[;, �tl�348 � f Bond No. 014246239 006113-i PERFORMANG`E BOND Fage 1 of 2 1 2 3 4 5 6 % 8 9 10 I1 12 13 14 15 16 17 18 19 aa 21 22 23 24 25 26 27 2$ 29 SECTION 00 61 13 PERFORMANCE BOND T� sTATE oF TE�s COUI�iTY OF TARRAI�TT § § KNOW ALL BY THESE PRESENTS: § That we, Texes Materials GroUp, Inc. dba Te�sBit, A CRN Company �LilOWll aS j�Principal" Y�erein and Liherty Mutual Insurance Company , a corporate surety(sureties, if more than one) duly autharized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City af Fort Worth, a municipal corparation created pursuant to the laws af Texas, known as "City" herein, uT the penal sum �of, Nine Nundred Twenty Three Thousand Fiv� Hundred Se�enty� One a�d fi51100 ($923,571.65) ,. lawful maney of the United S#ates, to �ie paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be rr�ade, we bind ourselves, our heirs, execators, administrators, successors and assigns, ,jointly and severally, �rm�y by tnese presents. WHEREAS, the Pri�cipal has entered into a certain written contract wit� t�e City � awarded the � day of f V 3v� rnL� .z _, 202i, which Contract is hereby referred to and rnade a part hereof %r all purposes as if fully set forth herein, to furnish all materials, equipment labor and ather accessories defined by law, in the prosecution of the Work, including any Cha.nge Orders, as provided for in said Contract designated as 2021 COMO �1REA RESURFACING PROJECT, City Project No1p3348. N�W, THEREF4RE, the co�dition of this obligafiion is such that if the said PrtncipaI shall faithf�ally perforrr� it obligations under the Contract and shall in all respects d�aly and faithfully perfnrm the Work, includ�ng Change Orders, under the Contract, accnrding to the plans, specifications, and contxact documents therein refe�red to, and as well during any period of cxtension of the Contract that may be grante� on the part of the City, then this obligation sha�l be and beconae null and void, atherwise ta remain in fiall force and e�ifect. PROVIDED FURTHER, that if any iegal action be filed on this Band, venue sk�all lie in Tarrant County, Texas or the ilni�ed States District Court for the Northern Dist�ict of Texas, Fort 30 Worth Div'tsion. CTTY OF FORT WORTki STANDARD CONSTRUCTIDN SPECIFICATION DOCUMLNTS Iievised July l, 2011 2D21 COM(i AREA RESURFACING PROJECT C1TY PAOTECT 3�I0, 10334$ OQ6113-2 PLRFORMANCE BONA Page 2 of 2 Tltis bond is made and executed in compliance wiih the �rovisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond sl�all be determined in accordance with the provisions of sa.id staiue. 4 IN WITliTESS R'HEREDF, the Principal and the Surety have STGN�D�nd SEALED 5 ihi� instrument by duly authorized agents and oi�'icers on this th� � da.y of 6 ��.���,Za�. 7 8 9 10 11 12 13 14 15 16 17 1$ 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 ATTEST: {Principal} Secretary � I _ � Witness as to Principa.i , ► � rYti���, Wi s as to Surety Jess�ca Richmond PRINCIPAL: 7exas Materials Group, Inc. 6a ie�sBit, A CRH ompany B ~�ignature �r,���1 G/ Jf�i�s�v Jn ,�SJ i�l����"' � Name and Title � `���Gf� Address:420 Decker Drive, Suite 200 Irving, TX 75062 SLJRETY: Liberty Mutuai Insurance Company BY: �'�- � . Signa Stephanie Gross, Attorney-in-Fact, T�C �ic �V'o. 2Q�9321 Name and Title Address: 2929 All�n Parkway � Houston, TX 77019 Telephane Number: 713-526-3366 40 *Note: Tf signed by an officer of the Surety Company, there tnust l�e on file a certified extract q 1 from the by-Iaws showing tha.t this person has authority to sign such obligation. If 42 Surety's physical address is diff�erent from i#s mailing address, both must be provided. 43 The date of the band shall not be prior to tl�e date Yhe Cantract is awarded. 44 C1TY OF FORT WOR'TH S"I'ANDA1tD CONSTRUC'IT�N SPECIFICATIQN DOGiIMEN'1'S Revised July l, 2411 202I COMO AREA RESi1RFACING PRQJECT CITY PRQJEGT NO. 143348 Bond No. 014246239 p0 61 14 - I 1'A'YMENT BOND Page 1 of 2 1 2 3 4 5 6 7 S 9 10 11 12 13 14 15 TI3E �TATE OF TEXAS cou�rT�r oF T�T SECTIOI�i 00 61 14 PAYMENT BOND § § KNOW ALL BY THESE PRESENTS: � Tllat vVe, Te�ras Materials Group, Inc. dba TexasBit, A CRH Company , known as "Principal" herein, and Libe Mutual Insurance Com an , a corporate surety (sureties), duly autharized to do business in the State of Texas, knavvn as "Sureiy" herein (wh�ther one or mor�), are held and firmly bou�d unta the City of F`ort Worth, a municipal carporatian created pursuant to the laws of the State of Texas, known as "City" herein, in the Nine Hundred Tweniy Three Thousand Five Mundrerl penal sum of Seventy One and 857100 ($923,57Q.65} , lawful xnoney of the United States, t0 be paid in Fort �Vorth, Tarrant County, Texas, for the payrnent of which sum well and t�ruly be made, we bind ourselves, our heirs, executors, administrators, successars and assigns, jointly and severally, firmly by these presents: lb WHEREAS, Przncipal has entered into a certain written Contract with Cifiy, awarded the 17 'o' day of lv ovr�.;._,c , 2021, which Contract is hereby referred to and made a 18 part hereof far all purposes as if fully set forth herein, tn iurnish all materials, equip�nnent, labor 19 and other accessories as de£ined by law, in the prosecution of the Work as provided for in said 20 Contract and desig�ated as 2021 COMO AR�A RESURFACING P120JECT, City Project 2I No.103348. 22 1�T�W, THEREF4RE, TI� CONDITION OF THIS OBLIGATION is such that if 23 Principal sh�.11 pay all monies awing ta any {and all) payment bond beneficiary (as defir}ed in 24 Cha�ter 2253 of the Texas Government Code, as amended) in the prpsecution af the Worlc under 25 tne Con�ract, then this oblig�tio� shall be and become null a3nd void; othez•wise to remain in full 26 27 28 29 30 force and effect. This bond is made and executed in campliance with the provisians of Chapter 2253 of the Texas Go�ernment Code, as amended, and all liabilities on this bond shall be ci�t�rmined in accardance with the provisions of said statute. CTI'Y OF FORT WQR'FH STANd}ARD CONSTRUGTION SPECIFICATION DOCUMENTB Revised7uly I, 2011 2021 COMO A1t�A RESURFACFNC AR07ECT CITX PROJECT I�iO. 103348 00 61 14 - 2 PAYMENT BOND Fage 2 of 2 1 I1�T WITI�TESS V�HEREOF, the Principal and Surety have each SIGNED an,��ALED 2 this 'r�,strument by duly authorized agents and Qfficers an this the l� I da. af Y 3 6�� , 20 �! . 4 ATTEST: {Principal) Secretary ,- � c.i l �/� �3- Witness as tv Principal ATTEST: (Swrety) Secretary i� `_- , Wi �s as to Surety Jessaca Richmond PRINCIl'AL: Texas Materials Group, Ine. dba 7exasB9t, A C.RH Company BY: � - Signature � ��r.9 31vIc� ✓2 �S3�N%/���� Name a�d Title Addre�s: 420 Decker �]ri�e, Suit� 20Q Ir�ing, TX 75062 5URETY: Liberty Mutual fnsurance Company �-ti BY: � r • ��� Signature � Stephani� Gross, Attorney-in-Fact, TX Lic No. 201932� Name and Title Add1'ess: 2929 Allen Parkway F�ouston, TX 77019 Telephone Number: 713-526-3366 6 Note: If signed by an officer of the Surety, there must be an file a certified e�act fram the 7 bylaws shovving that this person has authority to sign such obligat�on. I� Surety's physica.i 8 address is dif�erent fram its mailing address, both must be provided, 10 11 12 The date of the bond shall not be prior to the date the Contraci is awarded. END OF SECTIOl� CTTY OF FORT WORTH STANDARD C4N5TRUCTION SPEGIF1CATiON DOCiIIUIENTS Revised July I, 20I 1 2U21 COMO AREA RESURFACING PROJEC I' CTTY PROJECT Nb. I03348 Bond No. 014246239M oosi ig-i MAINTENAidCE SOND P�ge 1 oP3 sECT�o�t ao �1 i9 MAINTENANCE BQND THE STATE OF TEXAS COUNTY OF TARRANT § § � KNOW ALL BY THESE PRESENTS: TYlat W� Texas Materials Group, Inc. d6a Texes6it, A CRH Company t�{T10Wi1 aS "Principal" hecein ar�d Liberty Mutual Insurance Company , a cotporate surety (sureti�s, if rnore than one} duly authorized to da bu'siness in the State of Texas, known as "Surety" herein {whether one ar more), are held and fir�nly bound unto the C�ty af Fo�t Worth, a rnunicipal carporatian created pursuant to the laws of the State of Texas, known as "City" herein, in the sum of Nlne Hundred Twenry Three Thousand Five Hundted Sevenfy One and 851700 {$923,571.65) , lawful money of the Unita� States, to be paid in Fort Worth, Tarrant Cauniy, Texas, for pay�nent of which sunn well and truly be made unto the City and its successors, we bind ourselves, our heirs, executors, administrators, successors and as�ig,��s, jointly and severally, firmly by these presents. WHEREAS, the Principal has entez�ed inta a certain written contract with the City awarded the � day of � �, �.-m,: •-.,, , 2021, which Contract is hereby refexred to and a r►�ade part hereof for all purpases as ii fully set %rth herein, to f�urnish a11 rnat�rials, equipmeni labor a.nd other aceessories as defined by law, in th�e prasecution of the Wark, including any Work resulting from a duly autharized Change Order (coliectively herein, the "Work") as provided for in said contrac�t and designated as 2021 CO1VI� AREA RESURFACING PROJECT, City Project No.I03348; and WHEREAS, Principal binds itself to use such materials and to sa eonstruct the Work in accordance with the plans, specifications and Contraet Dacuments that the Work is and wi11 remain free from defects in materials ar worltmanship for and during the period o�two (2) ycars after the date of Final Acceptance of the Work by the City ("Maintenance Period"}; and WHEREAS, Principal binds itself ta repair vr reconstxuct the Work in who�e or�in part upon receiving notice fra� t�e Cit� of the need therefor at any time within the Maintenance �eriod. CiTY QF FORT WORTH S'1'ANpARD CONSTRLdCTION SPECIFiCAT[ONDOCi1MENTS Revised 7uly 1, 201 l 202T COMQ AR�A RESURFACING PTtOJECT CITY PItOJECT NO. 103348 1 2 3 4 5 006119-2 MAIIVTENANCE BOND Page 2 of� NOW THEREFORE, th� conclition of t�uis abligation is such tbat if Principal shall rernedy any defective Work, for which timely notice was pravided by City, to a completion satisfactory to the City, then this obIigation shall become null and void; otk�exwise to remain in full force and effect. 6 PROVIDED, HOWEVER, if Princigal sha11 fail so to repair or recanstruct any timely 7 noticed defective Work, it is agreed that �he City may cause any and all such defective �Nork to 8 be repai�ed andlor reconstructed with all associated costs thereof being borne by the Principal a�d 9 ihe Surety under this Ma.intenance bond; and 10 11 12 13 14 15 16 17 18 �9 PROVIDED FUR'THER, that i� any legal actian be filed on this Bond, venue shail lie in Tarrant Connty, Texas or the United States Distric# Court for the Northerri District of Texas, Fort Worth Division; and PROV�DED FURTHER, tbat this obligation shall be continuous in natur� and successive r�caveries may be had hereon far successive breaches. CI'FY OF FORT WORTI-I STANDAIiD CONSTR�JCTION SPEC�`ICATION DOCiJMENTS Revised .Tuly 1, 2�11 2021 COMO AREA RESURFACING YRQJECT CI7`Y PRbJECT NO. 103348 00 61 19 - 3 MAIN�NANCE BQND Page 3 of 3 1 Il�T WiT1�E5S WHEREOF, the Principal and the Surety have each SIG D and SEALED this 2 instrument b dul autharized a ents and of�icers an this the ��a of Y Y g .�— Y 3 �rJd�''.�t ��`y'� a 2� � . 4 5 6 7 10 11 12 13 14 15 16 17 18 19 20 21 22 z� 24 25 26 27 28 29 30 31 32 33 34 ATTEST: (Principal) 5ecretary _h . v` [,> Witness as to Principal ATTEST: nla (Surety) Secretary ' � � Wit s as io Surety Jessica Richmoncl PRINCIPAL: Te�cas Materials Group, Inc, dba 7exasBit, A H Company B - Signa�zre �%_ ' f. � � 1��-.� ���-- G�as`�'� �� �,� ��! ��7'� Natne a�d Title Address:420 Decicer Drive, 5uite 200 lroing, 7X 75062 SURETY: Liberty Mutual Insurance Company � BY: �' .�• - Signatur � 5tephanie Gross, Attorney-in-Fa�t, �i�C' �.ic. No. 2019321 � Name and Title � Address: Z929 Allen parkway Houston, TX 77019 Telephone Number: 713-526-3366 35 *Note: If signed by an officer of the Surety Company, thexe must be on fiie a certified extract 3� fram the by-Iaws showing that this person has authority to �ign such ob�igatio�. If 37 Surety's physical address is differe�t frarn its maaling addres�, both must be provided. 38 'The date of the bond shall nvt be priar to the date the Contract is awarded. 39 CTI`Y pF FORT WORTH STANDAitD CONSTIZllCTION SFECIFICATIOIV DOCUMENTS ltevised July I, 2p11 2021 COMO AREA RESURFACING PROJECT CITY PILO:TECT NO. 103348 .., ����� f � ����a �U�3�;�Y Liberty Mutual Insurance Company The Ohio Casualty lnsurance Company West American Insurance Company ����� �� �������� Certificate Na: �x0486��022DD7 F�HW ALL F� 6Y THE5L� P�i'S: Thaf The Olva i:�uaily lr�siuranoe �ml is a aorpara�ion duly agairzed under the laws aF the St�e aF New F�arrpshire, tlwt Liberty M�tual Insurarna C,orrpary is a oorpora�iion duly organized under fhe lavus of the SFa6e oF N�Ssad�s�ts, and Ul�st Arr�erican Ins�anoa Corrpany is s oorporation duly organiaed urxier the laws af the Shate af Int.6aria (her�ein cdlediveiy ral[ed tlte "Corrpeniesj, pu�suant to and by aW�otily herein set fath, does here6y r�, oonstitute and appoirrt, Chetsea Nielson; dessica Richmond; Joyce A. JoMnson; Philip N. Bair; Stephanie Gross all oF the dly oF Houstan state af TX �ch in�iuidually iFihere be rrone than one narriad, il.s true and lawful attomey-in-fad to rr�Ce, �, sea1, aclvnuledge and defiwer, for and on its 6ehalf as sureiy and as ifs a[t and deed, arry and al I�dr�gs� t�orxls, reoo9nizanoes and otF�er swety ohl Igafions, in p�usuarioe aF thesa preserits a[�d shall he as bincir� upon the Ca�npan�es ag if they haUe been duiy sigr�ed qy fhe presid�t and attested by the secx�etary af the �Onpanies in Uieir arm proper �� IN V4l7ir�.SS lA�3E0F, this Ft�n�er � A�omey has been subsai6ed by an aikhoriz�ari alf�oer or oi�dal oF ihe Corrpar�es and the oorpor�e s�ls aF ihe Corrpanies have 6een aff»ced tl�er�etat�is 12th dayaf rebmary , 2D21 . St24e of PEi�{SYLVAI�A Courrty of �ONT�Y � _ Liberty Rnutua� �nsura„oe �y Jp OR�b 4p��`� gJP�o¢° �4��'y �o�'�o pO 4RF�'�, �Al'ixNlCcli1�i1511� ��Ely � .'° afi Q'3 `�oC� q�:�' o � �, � 1912 Q � s 9599 �� � 199'� o � Y�'���7 ���a �da� yO�NynneS'��dL'� ry,3�yn,ac+r��da gy, �'�� * 1 * t- �9 �r }� ' � - - pgted M Carey, Assistard Seaetaty �� I Onthis 12th day of Fehruary , 2�21 6� rre persorra�ly apPea��ed 4avld M C�aregl, who ad�riauulec�ged fiimaelf tabetheFks�stant Sea�etary of Libe�ijr Matual Insuranoe c� Co�x me onio castr�iy Carpanv� �xl v1�st,M�iran �ruur�oe carrpe.ry, and tna� ne, ag sud,, beir�g autFariT�d so to do, e� th� tnreyoirlg irBtnment t�or th� purposes ;� tF�erein oorrtained bY �J�9 on t'�ehaff oF tl'�e oorporatians by hirnself as a�ly aiRhori�ed o�ioer. i� .� _-� � �N �� �� � a? .� I N A� f i ;� � i� :� i� • L IN Vla'I1+�5S V1.4f3ZE0F, I�ave h�aur�a s�,�saihed rry r�rne anci adfr�aed m�r notarial s�1 at IGr�g aF F'riissia, F�v�sy{vania, an tlie day and y�r f�ist above vuritten. yP aa�r � �,kr �pNyy� l�� CnmmomrealthnfPennsylvanla-h}ofarySaal ��o� '�fy y 7oreae Pastella, Nolery Puhlic � %j.�� Manlgomeay Caunty 1� �� h9y tammission rizpirus 1Vlarch 28. 2625 �y. T� �v Comnrfs9lCM num➢et 1125044 � � ��NyyyV�� `G h�mher. PennsyNan�a Aseocialion af Motarlas ����a, �I�IC^ QRY P��� This Fb�ner of Atiorr�ey is made and �aeahed pu�uant to and try authority of the idlnwing �y-lau� arid ,�izations oF The �a C;as[rafly In�anoe f�arrpary, Liberiy Mrtu� Ins�anoe Carpar�, and Vhkst P�rrerican Irisurarne Carparfy vuhich resdutio�s are n�w in full Fame and effect �ctir�g as follw�s: I�CEF N-0FF1G'9�5: 5ection 12. Pb�er ofRtta�rrey. A�y a�ioer or ot�r ofhda� of the Co�pa•�on atalhoriaed for flt2d purpo�e in writir� by fhe Chairrr� or the Presid�t, and sut�ect to s�h lirti�adion as the Chaim�an or the President may prescril�; s�all appoirrt such attaneys-irrfact, as may loe neoe�ary ta act in behafF aF #he Capoe�ion to rr� e�aea�te, s�l, ac�a��auulec,�k.�e �d deliver as su�y ar�y and all undert�r�qs, �onds, reooc�nir�nces and oftter surely ohlig�ions. �ch 2ttomeys-in-fact, sU�je�t tio ttte limit�ior►s set faih in tlteir r�peetiva pa�rs of attamey, shall haug ftall pohner ta �ind the Corporakiian qy their s�gnatur� and exea.�tion oF artiy such ir�strwr�enEs arxi to �tach ther�ko the seaV of the Corporation. ll4k�en sa e�cut�d, such insVumer�ts shall be as binc�rg as iF signed by the President �d a�ted to by the SeQetary. Any povuer ar authorily grar#ed to any r�epr�ive or altamey-ir�-f�ct �der tha pradisions of this artide rr�y be re+ro��d at arry time by the Bo�d, the Ohaim�an, the P�siderd or by the o�ioer or ofifiaers grar�ing sud� pnner or authori[y. AR'Rq..E �II - pcecu�lon oF Car�tracls: Sedion 5. �r�y Baxis and Llnderta}dr�qs. W►y �lficer aF the Carrpar�y a�horized for 1ha� purpose in writirg lyyr tl�e chrairrr� or the presic�;ni� and subjecx ta such Ilrritations as the chaim�n or the p�esident rrey prpscrihe; sltall apppirrt sueh attvmeys�irffac:t, as rray be neaessary to act in 6ehalf of the Carpeny tia rreise, e.xe��6e, s�1, adv�n�ledge and deiiu�er as surely arry and �kl �mder�4angs, honds, racogn'izanoes arrd oEher surely ot�lligatians. Sach a{tarr�oysirrfact sut�ect to t�e fimitatior�s set fiorth in their r�espe�ve pw�s af attomey, sha11 ha�+e fulf pa�nerto hind the CorrpanY bY kheir signatur� and �fion aF ary sudi ir�rerrts arx! to attad� �o the s�l aF the CorrQarry. 111i�en so executed such irstnar�ls shall be as bind'[rLq as ff signed by the presider� and alkested bg the sec�etary. Certifle�e aF Desi�on-The Presidenf aF the Garrparty, acting pu�suant ta the Bylaws of iha Carpa�ry, aulhaizes �auid M Caiey, Assistant 5ea'etary to appoirrt such altorr�ys-irr �ad � rrey be neoassary � ad on �ehalF flF the Carrparry to rr�ae, pxearte, sea1, aclvianf�edge and deliv�' � sureEy any arx! all under�l6ngs, bands, recognizanoes and dher sur�ty obligatinns. A�horimfion �-�y unanimous oonsent of ihe CArrpar�ls Eoa�d c� �'ire�s, the Carrpany coriserds tlrat fa�sirrile or rr�chanically reproduced signature ofi any assistar� sec�tary of #he �rrpanq, wherever appea�in9 upon a oerfifed oopy oF ary pa�r aF eltomey issued try tF�c Garp�ry in oonnec4an wifh suraly hor�is, shall be v�id ard bindlr� upai tf� Canpany v�ith the sarne for�e and effect as thaagh rr�nualy affuaed. I, F�nee C. Llewellyn,lhe und�signed, AssisPanf S�ary,17�e OFra C�sualty It�suranoe Corrparry, L�berly Mih�al Insuranoe Carrpar�yr, and {l4�si Arr�eriran Insuranoe Corrpeny do hereby oertifp that U�e original po�r qF ��orr�y uF which the Tnregoing is a tull, true and oared oopy of the P�r aF Attomgy � by said Corrparr.as, is in full farce and effed and has naR been revoked. IN'YE�1fIfi0M( V�OF, I haue hst�k�nGa set my hand and al�xed the seals aF said Carrpanies U�is day of �4 tNSUq „J �ya�'flaqr'�Y . � � a99i2� � Yr, ty A O �� �$HCH B�,b� (�/� * �E'+ This PbwB,r a� atear�sy IfmoFs th� ads af u�ase r�ned he�ein, auxi B,ey r�ne no a�hority tio �ind lh� C.anp�rry exaept in the m�ner and tothe exbear� herein sta�ed. �tr irrs�, ►Ksu,p �Pc°�`P��9rF� �Gp�o4rn�r'�yn �3 o c� a a' �'u tn 0 1918 � �'� 991 a "�, y a ,¢m p � gy. d3 KAri4g�' ,dL� '�� �kD1ANp' .aa j�ilE@ ri. UBI/4E��}lil, /�S5d5t8i3� $�21}/ yl � !.� ��4 i 1�� �� � � � c� -� aI � c � � � °� Q � p O ►.. � � N aa oM �� o r� �� � � m— a� � U a� �� o— LMS-12873 LM[C DGIC WAIC f+Au{4 Co D2I21 ' �'� �� ���'�1�� ��w ��� ,����-..��.���.�.M � �r�npo�tt��t �o�ic� TO OBTAIIV Ii�FORhAATl01� OR TO N�AF�E A COIVIPLAIf�T: You may wri�e to Liberiy �llu�ual Suret�r a�: Liberfiy iViutual Surety �20� Renaissance �oulevard, Suite 400 King of Prussia, PA 19406-2755 You may con#act the Texas Depa�tmenf of Insurance to obtain informatian on companies, coverages, rights or complaints afi: 1-800-252-3439 You may write fhe iexas �epartment of Insurance: P, O. Box '149�04 Aus�in, TX 7�714-9104 Fax: {�12) 4i�-1 ��''� W�b: - -- — `��.�tete.tx.us E-mail: �,���ume�'rote�tionCd�tdi.siate.�cus Pr��mium o� Claim �isput�s 5hould you have a dispute concerning a premium, you should contact the agen# first. If you ha�e a d'rspute concerning a claim, you should contact the company firsfi. If the dispute is not resol�ed, you may contact the Texas Depar�ment of lnsurance. At���h �his No�ice �o You�r Pvlicy: This notic� is �or information oniy �nd does not become a part or condition of the aitached docum�nf. LMlC-3500 Page 1 af 2 Re�. 7.1.07 � m "!� � =7 �� `����T � r .����.��.�,�.r, N�i"�����4����1 i����i�`p►I�T°� PARA �BTEfVER INFORMACION O RE�LIZAR UNR QUEJA: Us�ed puede escribir la nofifcacion y dirigirla a Liberfy iV�utual Surety en la siguiente direceion: Liber�y Mutual Surety 2200 Renaissance �oulevard, Suite 40Q King' of Prussia, PA 19406��755 Usted puede con#ac�ar al Depariamen�o de Seguros d� Yexas para obtener informacion acerca de las companias, cob€rturas, derechos o quejas; 1-�00-��2-3439 Usfied puede escribir al De�artamento de Seguros de Texas a la siguiente direccion: P. O. Box 149104� Ausfiin, TX i8�14-9104 Fax: (51�} 475�177� Web: i�:.Li.ua E-mail�: � - �fiionCaatdi.state.tx.us �i�pu��� ac�r�a d� prim�� � r��lar�o� En caso de que usted quiera elevar una disputa concerniente al �ema de primas, por favor contacte en primer lugar a su agente. Si el tema d� [a dispufa es relat��o a can reclamo, por fa�or coniaGte a la compania de s�guros en primer t�rmino. Si usted considera que ia disputa no es apropiadamente resuelta en estas instancias, en�onces usted puede contacta� al Departamenfo de Seguros de iexas.. �d�unte ���� no�i�ric��i�n � �u poli�a: Esta notifiicacion es a los solos f nes de su in�ormacion y I� misma no forma parte o candiciana de man�ra alguna el documento adjunto. LMIG-350U Page 2 of 2 Re�. 7.1.07 STAIiTDA1tD G�I�ERAL COl�DITI01�� OF THE CONSTRUCT�ON �`OI�TRACT CITY OF FORT WORTH STANDARDCONSTROCT[ON SPCC[FICATION T70CU11RENTS Reuisian: BrZ3/i(l'L{ sT�� GE��, co�mlTloNs oF T� CONSTRUCTION CONTRACT TABLE OF CONTENTS Pa�e Ar�icle 1 —Definitions and Terminolagy ..........................................................................................................1 1.01 Defined Terms ...............................................................................................................................1 1.Q2 Terminology .....................................................................................................................�............6 Article 2—Prelizxrin.azy Matters .........................................................................................................................7 2.01 Copies of Docurnents ................................................................. ...................................................7 2.02 Commancament nf Con�ract Tima; Notice to Proceed ................................................................ 7 2.03 Starting the Work .......................................................................................................................... 8 2.04 Before Startirig Construction ...........................................�...,...............,......,...........,...........,....,.... $ 2.05 Preeansf�uctzon Conference .......................................................................................................... 8 2.06 Public Meeting ..............................................................................................................................8 2,07 Initial Acceptance of Schedules ....................................................................................................8 Ar�icle 3— Contract Documents: Intent, Amanding, Reuse ............................................................................ S 3.01 Intent ..............................................................................................................................................8 3.02 Reference Standards .........................................................�..,....,..,.......,............,....,...,..,...,....,....�..� 3,�3 Reporting an.d Resol�ing Disecepancies ...................................................................................�,..9 3.04 Amending and Supplementing ContractDocuments .................................................................10 3.Q5 Reuse afDoaurnents ...................................................................................................................10 3.06 Elect��onic Data ............................................................................................................................ I1 Article 4— Availability of Lands; Subsurface and Physical Conditions; Hazardous En�irorunental Conditians; Reference 1'aints ........................................................................................................... X 1 4,fl1 Availab'ilit� of Lands ..................................................................................................................11 4.02 Subsurface and Physical Condilions ..........................................................................................12 4.03 Dif�ering Subsurface or Physical Condrtions .............................................................................12 4.04 Underground Facilities ...............................................................................................................13 4.05 Reference I'aints ..............................�...,....,........,..,...,..,.......,..... ..,14 4.n6 Hazardous Environmental Cond'ztion at Site ..............................................................................14 Article5-- Bonds and Insurance ..................................................................................................................... I6 5.01 Licensed Sureties and Insurers ...................................................................................................16 5.Q2 Performance, Payment, and Maintenance Bonds ....................................................................... I6 5.03 Certificates of Znsurance ............................................................................................................. i6 5.04 Cantractor's Insurance ................................................................................................................ I8 5.05 Accepiance ofBonds and Insurance; Optian to Replace ...........................................................19 Ar�icle 6— Contractor's Responsibil�ties ........................................................................................................ I9 6.01 Supervision and Superintendence ...............................................................................................19 CI'TY O�' F'ORT WORTII STAIVDARDCONSTA[1CTIDN SPECIFICA'f30N DOCLIMENTS Revisian: 8J13/1D2i b.02 Labor; Working Hours ................................................................................................................20 6.03 Sezvices, Materials, and Ec�uipz�ent ...........................................................................................20 6.Q4 ProJect Schedule ..........................................................................................................................21 b.05 Substitutes and "Or-Equals" .......................................................................................................21 b.06 Concerning Subcontxactors, Sup�liers, and Others .................................................................... 24 6.07 Wage Rates .................................................................................................................................. 25 b.08 PatentFees andRoyalties ...........................................................................................................26 6.09 Permits and Utilities ....................................................................................................................27 b.10 Laws and Regulations .................................................................................................................27 6.11 Taxes ...........................................................................................................................................28 6.12 Us� of 5ite and O�her Areas .......................................................................................................28 6.13 RecordDocuments ......................................................................................................................29 6.14 Safety and Protection ..................................................................................................................29 6.15 Safety Representatirve ..................................................................................................................30 b.16 Hazard Corn�nunication Programs .............................................................................................30 6.17 Emergencies and/or Rectificat�on ...............................................................................................30 6.1 S Submittals .................................................................................................................................... 31 6.19 Continuing the Work ...................................................................................................................32 6.20 Contractor's General Warranty and Guarantee .......................................................................... 32 6.2I Indezru�if�cation .........................................................................................................................33 6.22 Delegation of Professional Design Services ..............................................................................34 6.23 Right ta A�rdit ..............................................................................................................................34 6.24 Nondi�crimination........... ............................................................................................................35 ArticIe 7- �ther Wark ai the Site ................................................................................................................... 35 7.01 Related Work at Si�e ...................................................................................................................35 7.02 Coordination ................................................................................................................................36 At�icle 8 - Czty's Respons�bi�ies ...................................................................................................................36 8.01 Communical:ions io Contractar ...........................................................................,.......................36 8.02 Furnish Data ................................................................................................................................36 8.Q3 Pay WhenDue ............................................................................................................ ..36 8.04 Lands and Easernents; Reports and Tests...... .............................................................................36 8.05 Change Orders .............................................................................................................................36 8.D6 Insp.eetions, Tests,andApprovals ..............................................................................................36 8.a7 Limiitations on City's Respor�ibilifies .......................................................................................�7 8.08 Undisclosed Hazardous Environmental Condi�ion ....................................................................37 8.09 Cnmplianc� with Sa.fety Program ...............................................................................................37 Article 9- City's Obsezvation Status During Constructxon ........................................................................... 37 9.01 City's Pro�eet Manager ............................................................................................................37 9.02 Vis�ts to Site ................................................................................................................................ 37 9.03 Autl�orized Variations in Work .................................................................................................. 38 9.04 Rejecting De�ective Work ..........................................................................................................38 9.0� Deter�ninations for Work Perforrned ..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work .....................38 CITY QF FqRT WORTH S'fANDARDCONSTRIICTION SPECTFICATION D�Cj.TME�i'I'S Revision: $/l3f?IJlI Article 10 — Changes iri �he Worlc; Cla.ims; Extra Worlc .......................�.........,..............,....,..,....,...,...,.....,....38 10.01 Auth.o��ized Changes in the Wozk ...............................................................................................38 10.02 Unauthorized Changes in the Work ...........................................................................................39 10,03 Execution of Change Orders .......................................................................................................39 10.�4 E�ra Work ..................................................................................................................................39 10.05 Notiiication to Surety ..................................................................................................................39 10,06 Contract Clai�ns 1'racess .............................................................................................................�� Article 11 — Cost of the Work; Allowances; Unit Priee Wark; Plans Quantity Measurement ......................41 11.01 Cost ofthe Worlc .........................................................................................................................41 11.fl2 Allowanc�;s ..................................................................................................................................43 11.03 Unit Price Work ..........................................................................................................................�-A� 11.04 Plans Quantity Measuremenf ......................................................................................................45 Article 12 — Change of Contxact Price; Change of Contract Tune ................................................................. 46 12.01 Change o�' Contrac�t Price ............................................................................................................46 12.02 Change a� Contraci Tirrie ............................................................................................................ 47 12.03 Delays ..........................................................................................................................................47 At-ticle 13 — Tests and Inspecizons; Goz-rectzon, RennovaI o� Acceptance of Defective Worl� ...................... 48 13.01 Notice of Defects ........................................................................................................................48 13,02 Access to Work ...........................................................................................................................48 I3.03 Tests and Inspeciions ..................................................................................................................48 13.04 Uncovering Work ........................................................................................................................49 13,05 City May Stop the Work .............................................................................................................�9 I3.�6 Correction or Rexx�oval of Defective Work ................................................................................5� 13.Q7 Correetion Feriod ........................................................................................................................ SO 13.08 Acceptance ofDefective Vi�orlc ...................................................................................................51 I3.09 City May Correct Defective VL�ork .............................................................................................SI Article 14 —Payments to Contractor and Completion ....................................................................................52 14.01 Schedule afValues ......................................................................................................................52 14.Q2 ProgressPayrr�ents........,...� .........................................................................................................52 14.�3 Contractor's Warrantyof Title ...................................................................................................54 14.04 Partial Util�ation .............................................................. ...55 ....................................................... 14.�5 Final Inspection ...........................................................................................................................55 14.0G Final Acceptar�ce ........................................�...................,.....................................................,...... S5 19,07 Final Paynnent ..............................................................................................................................56 14.�$ Pit�al Completion Dela.yed and Partial Retairiage Release ........................................................56 14,09 Waiver of Claims ........................................................................................................................ 57 Article 15 — Suspension of Work and Ter�nu�atian ........................................................................................57 15.01 City May �uspend Work .............................................................................................................5'1 I5.02 City May Ternninate for Gause ................................................................................................... SS 15.03 City� May Terminaie For Convenience ...................................,...,..,...........................,...,............60 Ar�iele lb —Dispute Resolutinn ......................................................................................................................61 16.�1 Methads and Proc�dures .............................................................................................................61 CIT Y pF F OI�T WORTH 5TtSNDARI7CONSTRUCTCON SPECIPICAT[ON gOCUMENTS Rcvision: 82.3�21 Article17 -- Miscellaneous .............................................................................................................................. 62 17.01 Giving Notice .............................................................................................................................. 62 17.02 C.amputation af Titnes ................................................................................................................ 62 17.03 CumuIative Re�x�.edies .................................................................................................................62 17.04 Sur�ivaI af Obligations ...............................................................................................................63 17.05 Headsng;s ......................................................................................................................................63 C1TY QF FQRT WpR'I'fi STANDAltDCONSTRUCTION SPECIEICATION QOCl3MBNTS Revision: 8I73/�D2i oa�aoo-� GENERALC(]N�ITI�N S Page 1 nf 63 ARTICLE 1— DEFZNITZON� AND TERNIINOLOGY I,Q1 Defaned Terms A. Whereverused in these General Conditions or in other ContractDocuments, the terms Listed below have the meanings indicated wluch are applicable to both fh.e singular and plural thereo�', and words denoting gender shall include the masculine, fenainine and neuter. Said terms are genera]ly capitalized or written in italic�, but not always. When used 'u� a context con�isient with the definrtion of a listed-defined term, fhe term shall have a meaning as de%ned below whether capitaliz�d or italicized or other�vise. In addition io tetms spec�cally defined, terms with initial capital letters in the Contract Documents include references ta ideniifed articles and paragraphs, and the titIes of other documents or forms, 1. Addenda—Written or graphic instrurnents issue�l prior to the apening of Bids which cIarify, correet, or changc the Bidding Requirements nr th� proposed Contrac.t Documents. 2. Agree�tent The writt�n in�trument which is evidence of the a.gree�nent between City and Contractor covering the Work. 3. Application foY Payme�rt—The forrn acceptable to City which is to be used by Contractar during the course of the Wark �n requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos Any inaterial that contains more than ane percent asbestos and is friable ar is releasing asbestosfibers into the air above current action Tevels established by the United States Occupational Safety and Health Ad�ninistration. S. Award — Authorizafion by tk�e Czty Couzicil for the Ciiy to enter into an Agreement. 6. Bid—The offer or proposal of a Bidder submitted on the prescrib�d form setting forth the prices for the Wark to be performed. 7. Bidder The individual or entity who submi�s a Bid directly to Czty. 8, Bidding Doczern�nts The Bidding Requirements and the proposed Cont�•act Documenis {including a�l Addenda}, 9. BiddingRequi�err�ents T'he advertisemant or Inviiation to Bid, Insttuntions io Bidders, Bid sec�arity of acceptable farm, if any, and the Bid Form wi�h any supplements. I0. Business Dcry— A business day is defined as a day that the City conducts normal business, generally Monday thraugh Friday, except for federal ox state holidays ohserved by the City. I l. Calenda�Day—A day consistin.g af 24 hours measuredfram midnight to the neaci midnight. C1TY�F FORT WORTH STANDARI�C�NSTRIICTLON SPECIFICATI�N DOCUIVI�IVI'S Re�isian: $23/1p21 oo��oo-i GENERAL COM1f�[TION S Page 2 af 63 12. Change Or�der A document, which is prepared and �pproved by the City, which is sigr�.ed b� Cantractor and City and authorizes an addi�ion, deletian, or revision in the Work or an ad�ustment in the Contract Price or the Contract 'Time, issued on or after the Effective Da�c af the Agreernent. 13. City— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and char�ered under the Texas State Statutes, acting by its governing tmdy ti�raugh its City Manager, h�s designee, or agents authorized under his behalf, each of which is tequired by Charter to per:form specific duties with responsbi�ity for final er�orcement of the co�tracts inuolving tne City of Fort Worth is by Charter vested in the City Manager and is the entity with wham Contraciar has entered inta the Agre�ment and for whnm tkie Work is tn be performed. 14. City Attarney — The officially appointed City Attorney of' the Cil� of Fort Worth, Texas, or his duly aut�iorized representative. 15. City Councal - The duly elected and qualifed governing bady o£ the City o� �'ort Worth, Tex�s. 1G. City Manage� — The afitciaIly appoi�ted and authorized City Manager of th� Csty of Fort Worth, Texas, or his duly autharized representati�e. 17. Contract Claim—A demand or assertion by City or Contractor seeking an adjustment of Cantraet Price or Contract Tirne, or both, ar ofl�er relief vvith respect to the terms of tl�e Contract. A demand for mor�ey or services by a third parly is not a Cantract Claitn. 18. Cant�act—The entire and integrated written dacument batween the � Ci�y and Cantractor concerning the Work. The Contract contain� f,he Agreement and all Contract Documents and supersedes prior negotia.tinns, repr�sentations, ar agreements, whetl��r wxitten or oral. l9. Contr�act Docunzents—Those items so designated in the Agreement. All items listed in the Agreement are Contraci Documents. Approved �ubmittals, other Contractor submittals, and �e repnrts and drawings of subsurface and physical enndi�ions are not Contract Documents. 20. Cont�aci Price The maneys payable by City to Conttactor far campletior� of fihe Work ir� aceordance with the Contraat Docuznents as stated in the Agreement (subject to the provisions of Paragraph l 1.03 in the case of [lnit Price Work}. 2L Cont�act Time—The number of days or the dates stated in the Agreement to: (i) achieve Milestones, �any an.d (iz� cornplete the Work sa that it is ready for Final Acceptance. 22. Corxtractor The individual ar errtity vsrith whom City has entered 'urto the Agreement. 23. Costof the T�York—SeeParagi•aph l I.D� oftl�ese General Cond�ions for de%ition. C1TY OF FORT 1WORTH STANDARDCONSTRIICTIOFV SPECIFICATE�N DOCiJMI�IT`S Revision: 81z3f�Q21 007200-1 ��N�r�a�caNDirioNs Page 3 of 63 24. Damage Cla.ims — A c�emand for money or serviees arising from ihe Project or Site from a third party, City nr Contractflr ��clusive of a Cantract C1aim. 25. Day orday—A day, unless otherwise det'ined, shall meana Calendar Day. 25. Director of Aviatfon — The afficially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or lais duly appoiz�ted representative, assistant, or agents, 27. Director of Parks and �orrtmunity Services — The off'icially appointed Director of tne ParkS and Community Services Depar�man� af the CiCy o�' Fort Wor-�h, Te�as, or h�s duly appointed representative, assistant, or agents. 28. Directar of Planningand Development— The afficially appainted Director of the Plannin� and Develapment Departnnent of the City of Rort 'Worth, Texas, or his du�y appointed representative, assistant, or agenis. 29. Director of Transportatio� Public �o�ks — The officially appointed Director of the Transportation Public War�cs DeparEment of the City of Fort Worth, TeXas, or his duly appainted representative, assistant, or agents. 30. Dtr�ctor of I�Yater Department — The officially appointed Director af the Water Depaxl,ment of the City of Fart Worth, Texas, or his duly appointed representative, assistant, ar agents. 31. Drawings That part of the Contract Docuinents prepared or approved by Enginaer which graphicaIly shows the scQpe, �xtent, and characferofthe Vl�orkto be performadby Contractor. Submittals are not Drawings as so defined. �2. Effective Date of the Agreement—The date indicated ir� the Agreement on which �t becomes effective, hut � no such date is indicated, it means tlze date on which the Agreenr�ent i� signed and delivered by the Iast ofthe two parties to sign and deliver, 33, Engine�r The linens�d professional engineer or engine�ring frm registered in the State of Te�.s per%rming pra%ssional services t'or the City. 3�. Extra Work — Additional work made necessary by changes ar alteratians of the Contract Documen.ts or of quantitzes or for other reasons far �vhich n.o prices are pro�ided in the Contract Doeuments. Extra worlc shall he part of the Waric. 35. Field O�a'er A written order issu�d by Ciry vc,hich requires changes in th� Work but r�vhich does not iri�ol�e a change in the Contraet Price, Caniract Time, or the intent af the Engineer. Fie�d Orders are paid from Field Order Allowances incorporated inio the Contract by funded work type at the time of award. 36. Final Acceptance — The written notice given by the CiLy to Yhe Con�ractor that the Work spec'�ied in th� Contract Docum�nts has bean cnrnplated ta the satisfaciian af the City. CITY OF FORT WORTH STANDP.RDCON5TRUCT[DN SPECIFICATION DOCUMTNTS lZevision: $r13/2021 oa �a o� - i GENERAL CO.NQ ITEON 5 Page 4 of G3 37. Final Inspectio�a — Ir�spection cax•t�ied aut by the City to verify that the Cantractor has conapleted the Work, and each and every part or appurtenance t�ereof, fully, entirely, and in conformance with the Coniract Documents. 38. Gener�al Requirement�Sectians of Division 1 of the Contract Dacuments. 39. Haaardous Environmental Condition The presenca at th.e Si�e of Asbestos, PCBs, Petrole�am, Hazardous Waste, Radioacti�e Material, or other materiais in such quanthies ar circumstances that may present a substantial danger to persons or propet-ty exposed thareto. 4Q, Hazardous Wast�—Hazardous waste is deiined as any solid waste Iisted as ha�rdous ar possesses one or more hazardous characteristics as defined 'm ihe federal waste regulations, as ainended fram tr`me to tima. 41. Laivs and IZegulairans—Any and all applicable ]aws, rules, regulatians, ordinances, codes, and orders of any and all go�ernmental bodies, agencies, authorzties, and coutts havin.g jurisdiciion. �2. Liens—Charges., security interests, or encumbrances upan Project funds, real property, or personal praperty. 43. MajoN Item— An Iterr� of vvork included in the Contract Doc�ments that ha.s a toial cast equal to or greater than 5% of the original Contract Price or $25,000 whichever is Iess. 44. Milestone A pri�cipal event specified in the Contract Dacuments relating to an mtermedia.te ContractTitne prior to Final �-4ccepiance ofthe Work. 45, 1Votice of AwaYd—The written nofice by Ci[ty to the Successful Bidder stating that upon timely connpliance by �he SuccessfuI Bidder wi� the conditions precedeni lis#ed therein, City will sign and deliver the Agreement. 46. Notfce to P�oceed—A writt�n notice given by City to Contractar fixing the date on which the Contract Time will corr�nence ta run and on which Contr�,ctor shalI sfiart to perform the Work spec�"ied ir� C.ontract Docum:ez�ts. 47. PCBs—Palyc�Iorinated biphenyL�. 48. Pedr^oleum--Petroleum, rt�clud'mg crude oil or any fraction thereo�wIuch is liquzd at standard condit�ons of temperature and pressu�re (60 degrees �'ahrenheit and l�.'i pounds per sauare inch absolute}, such as oi1, petroleum, fuel oil, oil sludge, ail refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 49. Plans -- See defuution of Drawin.gs. C1TY OF FORT WORTH STANDrIAIJC6NSTRUCTION SPECIFICA'fTOtJ DOCUMENTS Revisian: 823f1(121 007200-1 GENERAL CONBIT ION S Page 5 of �3 50. Project Schedule A schedule, prepared and maintained by Contractor, in accordance wif.h the General Requir�ments, describing the sequence and d�u�ation af the activities comprising the Contractor's plan to accomp3ish the Work within the Cqntract Time. 51. Project—The Warltto be performed under the Cantract Doc�unents. S2. P�oject Manager—The authorized representati�e of the City who will be assigned to the �rte. 53. Public Meeting -- An ar�ounced meeting canducted by the City to �acilitate public participation and to assist the pubIic in gau�ing an inform�d view of the Project. 54. Radaoactive Ma%rial—Source, special nuclear, ar byproduct matexial as defined by the Atomic Energy Act of I95� (�2 ll SC Section 20I 1 et seq.} as amended fronn time to tirne. S5. Regula�^ Working Hoarrs -- Hours beginning at 7:00 a.m, and ending at 6;00 p,m., Monday thru Friday (excluding lagal holidays). 56.5'arnples—Physical examples of materials, equipment, ar workmanship that are representative of so�ne �ortion of the Worlc and which establish the stand�rds by whieh such portion of the Woric wiU be judged. 57. Schedule of Submittals—A schedule, prepared and maintained b� Contractor, of required submittals and �e time requirernents to support scl�eduled performance of related construction activi�ies. 58. Schedule of Value.�A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Wark and used as the basis £or re�iewing Contracior's Applications for Payment. 59. Site Lands ar areas indicated in the Con�ract Documents as being furnished by City upon which the Work is �a be performed, including rights-of way, permits, and easements for access th�r�io, and sucY� o�h�r lands furnished by City which are designated �or t�e use of Contractqr. 60. Specifications That part of ihe Contract Documents consisting of written requiremen�s far materials, equipnnent, systems, standaz�ds a�d workrz�ansh.ip as applied ta the Work, and certain administz�atNe requu•ements and procedural matters applicable thereto. Specifications ma� be specifically made a part of the Contract Documents by attachment or, i� not aitached, rr�ay be incorporat�d by refer�nce as indicated in the Table of Cantents (Division 00 00 DO) oieach Project. 61. Subcontractor—An indi�idual or entity having a direct contract with Contractor or vvith any other 5ubcontractar far the perfartnance of a part of the Warlc at the Srte. C1TY OP FORT WORTH 5TA1VDAli1]CDNSTRUCTIpiJ SPEC[�'ICATION DOCUNi�NTS Revision: W13/1023 oo�zaa-� GENERAL OON�.ITION S Paga 6 of 53 62. Subnaittals All drawings, diagrarns, illustz�ations, schedules, and other data ar information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illus�iate some portion of the Work. 63. SuBstantiad Gompletion — The stage in the px•ogress af the Project when the Work is sufficiently camplete in accardance with the Contraci Dacuments for Fit�aI Inspection. 64. Success�'ul Bidder The Bidder submitting the lowest and most respansive Bid to tjvhom City makes an Award. 65. S�tpe�intendent— The representative of the Con�ractor wha is avai�able at all times and able to receive instructions from the City and to act for the Contractor. 6b. Supplerraentary Conditions�—That part of the Cont7ract Documents which amends ar supplements these General Conditio�s. 67. Suppli�r A manufaeturer, fabricator, supplier, di�trbutor, materia�nan, or vendor having a direct contract with Coniractor or wifli. any Subcontractor to furnish raaterials or equipment to be iricorporate.d 'm the Work by Contracfor or SUbcontractor. 68. Underground Factlities All under�round pipelines, eanduits, ducts, cables, wires, nnank�oles, �aults, tanks, i�a.nnel�, or ather such facilities or attachments, and any encasemerils containing such facilities, includiung but not 1'unzted to, �hose tkaat convey electricity, gases, steam, liquici �etroleum products, telephone or other communications, cable television, water, wastewater, storm wat�r, other liquids ar chemicals, or traf�c or other control systei�ns. 69 Unit Price Work—See Paragraph 11.03 pf these General Conditions for defmition. 70. Weekend Working Hau�s — Hours be:ginning at 9:00 am. and endirng at 5:00 p.m., Saturday, Sunday or 1ega1 holiday, as approved in advance by the City. 71. i�ork—The entiure construction or the various separately identifiable parts thereof reqiaired to b� provided under tl�e Cantract Documents. Wark includes and is the resu�t of per�ormit�g or providmg aU �abor, services, and documentation necessary io praduce such construction includin.g any Change Order ar Field Order, and furnishmg, installing, and incnrporating all materials and equip�nent into such construction, all as required by the Cantract Documents. 72. TWorking Day — A working day �s defined as a day, not including Saturdays, Sundays, or legal holidays atttharized by the City %r contract purposes, in wh'rch wreather or other conditions not under the control of the Contractar will permit the performance of the principal unit of work undervvay for a continuous period of not less than 7 hours between 7 a.m. aand 6 p.m. I.02 TeYmanolagy A. The worci� and terms d�scussed in Paragraph 1.Q2.B through E are not defined but, when used in the Bidding lZc;quirements or Contract Documents, have the indicated meaning. B. Inte�atof Certain?'ern�s orAa'jectives. CTTY OP rORT WdRTI-T STAN➢ARDCOIQSTRIICTIDN 5PEC1F[CATIQN DOCUNIE1�iT5 Revision: �23l�021 na�zoo-i GENERAL OON� ITION 8 Page 7 af53 1. The Coniract Documents include the terms "as allowed," "as approved," "as ordered," "as direct�d" or terms of W<e effect ar unport to authorize an exercise of judgment by Ciiy. In addikian, the adjectives `�easoz�able," "suitable," "acceptable," "proper," "satisfactary," or adjectives of like effect or import are used ta describe an action or determit�ation af City as to the Wor�C. It is izrtended that such exercise of professional judgment, action, ar determination will be so�ely to evaluate, in generaf, ihe Worlc for compli�nce with the information in the Contract Docurnents and with the design concept o� th� Praject as a func�ioning whole as shown or indicated in the Confract Documents (unless there is a specific stateinent indicati�g otherwise). C. Defective: 1. The word ``cEefecti�ve," �when modifying the word "Wnrk," refers to Work that �s unsatis£actory, faulty, or de�cient in thati h: a. daes nai canfoi•m to �he Contraci Doeuments; Qr b, does nat meet the requirernents of any applicable inspection, reference standard, te�t, ar approval �•eferred io in tk�e Contraci Do.cuments; or c. has been damaged prior to City's vvritten acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "1'rovide" or the word "Supp�y," or any combination or sirxziJar directive or usage thereo.f, shall rrzean fWrnishing and incoz-poxating in the Worl� including all necessary ]abor, rnaterials, equipinent, and everytk�ing necessazy to perform the Work indicated, unless specifically limited in the contex� used E. Unless stated otherwise iti the Contract Documents, words or phrases t11afi have a well-knawn techr�icai or construction industry ar trade meaning are used in the Cantract Dacuments in accordance with such reoognized meaning. ART�CLE 2 — PRELINIINARY MATTERS 2.01 Copies of Docunae�ts Ci� shall furnish to Cantractor one (1} origin�I executed copy and ane (1} electrozuc copy af the Contract I�ocuments, and faur (4} additianal copies af the Drawir�gs. Addrtional copies will be furnished upon reRuest at the cost af reproduction.. 2.02 Commeneenzentof Contr•actT'ime; Notice ta Pr�ceed The Contract Time will carnmence to r�an on the day indicated in th� Natice to Proce�d. A Notice to Froceed may be given no ear�ier �han 14 days after the Ei%ctive Date of the Agreement, unless agreed io by both parties in wriCing. C1TY QF PORT WORTH S"C:4NDAI2DCONSTRUCTION SPEC[FICATTON DOCiJNI8NT5 Revision: 8231?I)Zl OD7�OD-1 GENERRL CON�ITION S Yage S of 63 2.03 Star�ting the Work Contr�ctor shaIl start to perform the Work on the date when th� Cantract Tim� commences to run. No Work shall be done at the Site prior to the date on which the Contraet Time commences to run. 2.04 Befo�^e StartingCor�struclion Baseline Schedules: 5ubmit in accordanca with the Conrract Dacumen�s, and priar ta starting the Work. 2.(}5 Preconst�uction Confe�ence Before any Work at the Site is s�r�ed, the Contractor shall attand a Preconstru�tion Conference as specif'�ed in the Contract Doeuments. 2.06 Publac Meeting Contractor may not mobilize any equipmen�, materials or resaurc�s to the Si�e prior to Conri•actor attending the �'ubl�c Meeting as schedu�ed by the City. 2.07 Initial Acceptance of Sc�tedule,s Na progress paymant shall be made to Contractor until aaceptable schedules are subrnitted to City �n aceardance vviih the Schedule Spec�cation as provided in tY�e Contract Documents. ARTICLE 3-- CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intenr A. The Contract Documenfis are complementary; what is requ�ed by one is as binding as if requ�red by all. B. Zt is the intent of tha Contract Documents to describe a functionally camplete project (or part thereo� ta be constructed in accordance with the Contract Documents. Any labor, documentation, services, materia�s, or equipr�aent that reasonably may be iriferred from the Contract Doeuments or from prevailing cusiom or trade usage as being required to produce the indicated result will l3e provided whefiher ar not spec�3cally called for, at no additionaI cnst ta City. C. Clarificatibzas and interpra�atians af the Contract Documents shall be issued by City. D. The Specifications may �ary in form, format and style. Some Specification sections may be written m varying degrees of streamlined or declarative style and some sections may be relat�vely naz7rat�ive by co�nnparisan. Omission af suck� words and �hrases as "the Cantractor shaIl," "in GO�O�}' Wli�l," "aS S�lOWtl," pI' "aS S]7�C�10C�" are intentianal i� streamlined sections. Omitted t?vords and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a sectian ar articl�s within a part dep�nding on the format of the CTI'Y OT FOR'I' WOR'I'H STANDAItDCO1�STRUCTION SPECIFICATI�N DOCUMENTS Revisinn: 823/Z021 aa�zoo-i GEN�RAL CAI�D ITION S Page 9 of 53 3. �2 3.03 section. The Contractor shalI not taI�ce advantage af any variation of for•m, format or style in malcing Contract Claims. E. The cross referencing of speci�cation sectioras under the subparagc�aph headang "Related Sections include 6ui are not naeessarily limit�d to:" and else�vhere within each �pecification section is provided as an aid and convenience to �he Contractor. The Contiractor shall not rely or� ti�e eross re%rencir�g provided and shall be responsible ia coordinate the entire Work under the Contract Documents and provide a complete Projecfi u7hether or not the cross referencing is pro�ided in each section or whether or nat the exoss refecencing is coznplete. Reference Standards A. Standards, Specif'ications, Codes, Law�, and Regulations 1. Referenee to standards, spec�ications, manuals, or codes of any teehnical society, argan'rzation, or association, ar to Laws or Regulatians, whether suchreference be specific or by implication, shall mean the standard., specif'ication, rxzanual, cade, or Laws or Regula.tians in effect ai the time of apening of B.ids (ar on th� Effective Date of the Agreement if there were no Bids}, except as may be othet-wise speci�cally stated in the Conteac�t Documents. �. No pravision of any such standard, specificativn, manual, or code, or any insiruction of a Supplier, shall be ef�ecti�e to change the duties or responsibilities af City, Contrac#or, or any of tl�eir subcontractors, cansultants, agents, or emplayees, from thosa set fortli in the Cantract Documents. Na such provision or instruction shall be effecti�e to asaign to Ciiy, or any of zts officers, directors, mem6ers, partners, employees, agents, consultants, or subcontractors, any duty or authoriry to supervise or direct the performanc� of the Work or any duty or authority ta undertalce respdnsibility inconsistent witl� the �rovisions oi the Cont�act Documents. Reparting and R�solvingDisc�epaneie.s A. .I�eporting Disct�epancies: Contractor's Rsview of Contr�actDocurrtents Beforeslar�ting Wo�Ic: Before undertaking each part of the WorIc, Contractor shall carefully study and coinpare the Contract Dacumenis and check a.nd verify per�inent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to C.ity any conflict, error, ambiguity, or discrepancy which written interpretatian thereby. Contractor discar�ers, or has actlaal knowledge of, and shall obtain a �r clarification from City befare prac�eding with any Wark affected 2. C:ontracto�'s Review of Cont�act Documents During Per�foYrrranc� of Work: If, during the performance of the Work, Con�actor discovers any conflict, et�ar, ambiguity, or discrepancy wi�hiz� t�e Cont�ract Documents, or between the Cont�act Dacuz�nents and (a) any appiicable Law or Regulation ,(b) any standard, speciffcatian, manual, or code, ar (c) any instruction of any Supplier, then Coniractor shall promptly rapor°t it to City in writing. Caniractor shall not proceeci with the Work affected th�reby (exe�pt in an emerg�ncy as required by Paragraph CTI'Y OF FORT �VORTH STANDAItDCONSTRUCT[QN SPBCIFICAT101� ROCl1MENTS Revision: $2�/ZQ21 aa�zoa-i GENERAL CAN�ITIOM S Page l0 oF 63 fi.X7.Aj unti] an arne�adment ar supplernenf to the Contract Documents has been issued by one af the methods indicated in Paragraph 3.04. 3. Can�ractor shall not be liable ta City for failure to report any conflict, e�ror, ambiguity, or di�crepancy in the Cantract Dacuments unless Contractor had actual knawledge thereaf. B. Resolving Discrepancies: l. E�cept as may be otherwise specifically stated in the Cantract Documents, the provisions of the Cantcact Documents shall take precedence in resalving any conflict, erroz, a�nbigurty, ar discrepancy between the provisions of the Conta•act Documents and the provisions of any standard, speci�cation, manuaI, or the instruction nf any Supplier (whether or not spec�ically incorporated by reference in the Con1ract Documents). 2. In case of discrepancies, �gured dimenszons shall govern over scaled dimensions, Plans shalI govern over Specifications, Supplementary CoMditions shall govern over General Condi�ions and Spec�cat�ons, and qUantities shown on the Pl�.ns shall govern over those shown in the praposaL 3.04 Arnendi�ag and Suppletnenting ContractDacun�ents A. The Contract Dncuments may be am�nded in pravide for additions, deletions, and revisions in the Wor1c or to mod�'y the terms and conditions thereof by a Chaz�ge Order. B. Th.e requiremenis of tkje Contract Do.cumenis nnay be supplen�ented, and minor variations and devia.tions in the Work not iinvolving a change in Contract Price or Contract Tirne, rnay be authorized, by ane or m�re of the following ways: l. A �ield Order; 2. City's revievv ofa Submittal (subject to ihe provisions ofParagraph 6.18.C); or 3. City's written interpretation o� clarificafiion. 3.05 Reuse of Documenis A. Cantractnr and any Subcontractor or Supplier shall nat: l, have or acquire any title to ar ownership rights in any of the Drawings, Speci£'ications, or oiher documents {or copies of any thereof� prepared by or bearing t�e seal of Engineer, including el�ctronic rnedia ediiions; ar 2. reuse any such Drawings, Speeifications, other documents, or copies thereof on extensions af tti.e Project or any other project without written consenf of City and speci.f'�c written ver�ication. ar adapiation by Engineer. CITY OF FORT WORTH STANDARI7CQN3TRUCT30iJ SPEGIrICA'f[ON DaCU1VIF�TS Aevision: 8123/302I 00720D-] GEN�FtALCONoITION5 Page 1 I af b3 B, The prohibitions of this Paragraph 3.05 will �urvive final payment, or terminat:ion of the Gontract. Nathi�-�g herein shalI prec.lude Gon#ractor frorn retaining cnpies af the Contract Documents for record purposes. 3.Ob Elec�tronic Data A. Unless o�tl�erwise staied in the Supplementaxy Condrtions, the daia furnished by City or Engineer to Contractar, or by Contractor to City or Engineer, that may be relied upon are [united to the printed copies included in the �ontract Documents (also knor�vn as hard copies) and other Spec�ications referenced and looat�d on the C�.y's on-line eIectr�onic dacum�nt management and �ollaboration system site. Files in electronic media formal of te�, data, graphics, or oti�er types are fi�rnished only for the convenience af the receiv�ng party. Any conclusion or infarmation obtained ar derived from such electronic files will be atthe user's sole risk. Ifthere is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When t�ansferring documents in e��ctronic media forma�, ihe transf�rring party makes no representatians as to long term compatibility, usability, ar readabiliky af doe�aments resulting from the use of software application packages, operativa� systerns, or computer hardware differzn.g firom those used h� tlze data's creator. ARTICLE 4— AVAILABILITY OF LANDS; �UB�URFACE AND PHYSICAL CONDITIONS; HA7ARDOUS EN'VIRONN�NTAL CONDITIONS; REFERENC� POINTS �.DI Availability of Lands A. City shall fi�rnish the �ite. City shall notify Cont�actor o� any encumbrances or restrzctions anot of generaI application but specifically related to �ase of the Site with which Contractor naust comply in performing the Work. City wilI obtain in a timely manner and pay far easements for permanent structures or permanent chang�s in existing fanilrti�s. The City has obtained or anticipates acquisi�ion of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance wzth the schedule set forth i� the Suppleznenta�ry Cond�tions. Tk�e Project Schedule submitted by the Contraciar in accordance with the Contract Documents must consider any outstandi�lg right-af way, and/ar easemen�s. 2. The City has or antic.ipates t:emoving and/or relocating utilities, and obstructions ia tk�e Site. Any outstanding remo�al ar relocat�on of utilities ar o6siructrons is anticipated in accordance with the schedule setfarth in the Supplernentary Conditions. The Project Schedule submitted by the Coniractar iri accardance with the Contract Documents must consider any ouistanding utilrties dr obstructions to be removed, adjust�d, and/or relocated by oihers. B. L1pan reasonable written request, City shall furnish Contractor with a currer�t statement of record legal title and legal descri�ation af the lands upon which the �Vork is to be performed. eiz�Y o� �aRT wo�� STAI+IDARDCCINSTRUCTION SPECIFICAT[ON �OCiJMENTS Revision: 8rLil1A2l OQ720D-1 G�NERALCOfV�ITI0N5 Page 1�2 nf 63 C. Contractor shajl pravide for all additianal Iands and accass thereto that may be required for construction facil�ties ar stoxage of nnaterials and equipment. 4.02 Subsurface and Physical Cor�ditians A. Repo�tsandDrawings: The Supplementary Conditions identify: 1. th�se reports known to Ci�.y of explorations and tests of subsurface condi�ions at or cantiguous to the Site; and 2. those cfrawings l�own to City of physical condi�ions relating to existing su�£ace or subsurface structuz�es at the Site (except iJnderground Faciiities}. B. Limited Reliance by Cont�acto� on Technical Data Authorized: Cantractor znay rely upon the accuracy of the "technical data" contamed in such reports and drawm�s, but such reports az�d drawings are not Contract Documents. Such "technical data" is ident�ed in the Supple�nenta.ry Conditions. Canfractor may not maice any Con.tiract Claim agair�st City, or any of thei� offic�rs, directors, mernhers, partners, employees, agents, consultants, or subcontractors wit.� respect to: I. the co�npleteness o£ such reports and drawings for Contractor's purposes, including, but not limi�ed to, any aspect� of the mea�ns, methods, techniques, sequences, and pracedut'es of construction io be employed by Contractar, and safety precautions and pragrams incident theretQ; ar 2. other data, interpretations, opinions, and information conta��d in such reports or shown or indicated in such drawings.; or 3. any Cornractor interpretation pf or conclusion drawn fram any "�echnical data" oz any such other data, interpretaiions, opinians, or information. �.03 Differing5ubsurface or Physical Co�ditio�as A. .IV'otace: If Contractor beIieves that any subsurface or physical condition that is uncovered or revealed eithex: 1. is of such a na�are as to estabIish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materia.11y iriaccurate; or 2. is of such a n.atuz'e as ta require a cha.nge in fihe Contract Documents; or 3, cl�Fers mat�rialIy from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and dif'fers mater�a]]y from canditions ordinarily encountered and generally recognized as inherent � work o�' the character pro�ided far in the Contract Documents; CIi'Y OF FORT WORTH S`E'ANDARDCQNSTRUCTION SPEC[FICA1'14N DpCi7Mt3N7'S itevision: 823f1�I711 oo�zao-� GENERALCON�ITIONS Page 13 of b3 then Contractor shall, pramptly after becoming aware thereof and before furth�r disturbing the subsurface ar physzcal conditiona or performing any Work in connection therewith (except in an ernergency as required by Paragraph 6.17.A}, notify City in writing abaut such conditic�n. B. Possilale P�ice and Tinae Adjust�rents Contractor shall not b� entitled to any adjustment in the Contract Price ar Contract Time if: 1. Contractor lmew of the existence of such condi�ions at the time Contractor made a finaI coinmitment to City with respect to Contract Price and Contract Tim� by the submission of a Bid or becomang bound under a negotiated contract; nr 2. the ex'rstence of such condition could reasanahly ha�e been di�covered or revealed as a result of the examination of the Contraet Documents or the Site; ar 3. Contcactor failed to gi�e the written natice a� required by Paragraph 4.03.A. 4.04 Underground Facilaties A. Sho�vn o� I�adicated.• The inforrrjation and data shown or indicated in the Cantract Docunaents with respeetto existuig Und�rground Facilities at or contiguaus to the Szte is based on information and data t�urnished to City ar Engineer by the owners of such Underground Facilities: ineluding City, or by others. Unless it is otherwise eapressly provided in the Suppl�menta ry Canditions: 1. Ci�ty and Engineer snall not be responsble for the accuracy or completeness o� az�y such information or data provided by others; and 2. the cast nf alI of rhe following will be included in the Contract Price, and Cont�actor sl�al] have fialI responsibility for: a. reviewing and checking all sUch znformation and data; b. locating alI Undergraund F�cilities shown or indicaied in the Contract Dacuments; c. coordination and adjus�ment of th� Work with the owners of such Undergirourzd I'acilities, including Gity, during construction; and d. the safety and pratection of all such Underground Pacilities and repairmg any darnage thez•eto resulting feom the Wark. B. Not�ho�vta o�Indicated.• 1. If an Underground Faciliiy which conflicts with the Work is uncovered or reveaIed at or contigur�us to the Si�� which was not shawn or indicated, ox not shown or indicated with reasonable accuracy in the Contract Doc�aznents, Contractor shall, promptly af'ter becnming aware thereof a.nd before further disturbitYg conditions afFected thereby or performing any Cl'I'YpP F�AT WORTH STAIVDAEtDCDI�STRUCTiON SP�CIPTCAT[ON DOCiJMEDFT3 Revisiou; 8�"L3f1Q2:1 0072Q0-1 G�NERALCONDITIONS Page 1 �t of 63 Work in connection therewith {except in an emergency as requ�ed by Paragraph 6.17.A), identiifj� the owner of such Undergraund Facility and give not�ce ta tl�at awner and to City. City will review the discovered i7ndergrounc� Facility and determine the extent, if any, to which a change may b� r�c�uired in the Contract Documents to reflect and document the consequences of the existence or location of the Undergraund FaciIif.y. Contr°actor shall be responsible for the safety and protection of such discavered Undarground Facility. 2. if Crty cancludes that a change in t1�e Contract Docurnents is required, a Change Order rnay be issued to reflect and document such consequences. 3. Verification of existit�g utidities, structures, and service lines shall include notification of all utility companies a minimurr� of 48 hou�rs in advance of consiruction including exploz•atory excavation if nacessary. 4.05 Reference Points A. City sha1l provide engineering sur�eys to establish reference points for construction, which in City's judgment are necessary to enable Co�tractor ta proceed witI� thE Work. City will provide construction sta�Ces or other customary method of marlcing to establish line and gradesfor roadway and utility construction, centerlines and benchmarks for bridgework. Cont�actoar shall protect and pr�serve the esiablished referanca points and property monuments, and shall make no changes or relocafiions. Coniractor shaIl report to City wh�never any reference poini nr property monument is lost ar destroyed or z'equires relocation because of necessarychanges in grades or locations. The Ciry shall be responsible for the replacennen# ar xelocation of referenca poir�ts or property monuments not care�essly or wiIlfully dest�oyed by the Contractar. The Contract�r shall no#ify City in advance and with sufficient time to avoid delays. B. Whenever, in the opuuon of the City, any reference point or monument has been carelessly ar willfully destroyeci, distiarbed, or removed by ihe Contractor ar any o� his employees, tl�e full cost for replacing such poin�s plus 25% wiIl be charged against the Cont�actor, and the fuU amount will be deducted frorn payment due the Contractar. 4.d6 Hazardous E�vit�onmental Condition at Siie A. Reports andDrawings: The Supplementary Conditions id�ntify tl�ose reports and drawings known to Czty relating to Hazardous Environmental Conditions that have been identified at tlte �ite. B. Lirrzfted Reliance by Contractor on Technical Data Autho�ized: Cont�actor may rely upar� the accuracy af the "technical data" conta�ed in such repnrts and drawings, brrt such reports and drawings are not Contract Documents. ,Such "technical daYa" i� identi�'ied � the Supplementary Conditions. Contractor r�aay not nnake any Contract Claim agamst City, or any of their officers, directars, memb�rs, partners, employees, agents, consultar�ts, or subeontractors with respect to: 1, the cQmpleteness of such r�ports and draw�ngs fQr Contractor's purposes, includirig, but not Ii�nited to, any aspects a� the means, methads, techniques, sequences and pracedures o� CITYOF PdRT WORTH STANDAR.DC(JNSTRUCTION SPECIFIC.4TI�N DOCiJN]ENTS Revisian: 8rX3(L021 fl0720D-I GEt�E�2AL CO�JD1710 N 5 Pege 15 of b3 construction to be employed by Cantractor and safety precautzons an.d prognrams in.cident �hereta; or 2. other data, interpretations, opinions and informatiion contained irr sucI� reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" a�• any such ather data, interpretations, opinions or inforrnatian. C. Gontractor sha[l not be responsible for any Hazardous Envi�onmental Condition uncovered ar revealed at the Site wluc� was not shown or indicated in Drawmgs or Specifications or id�nti�ied � the Contract Dacuments to be within tY�e scope of the Work. Con�ractor shall be responsible for a Hazardous En�ironmen#al Condition cr�a.ted with any materials brought to the Site by Can#ractor, Subcontractors, S.uppliers,. or anyane else fox• whain Contractor is responsible. D. If Contaracior encounters a Hazardous En�ironmental Condition or if Contracior ar anyone far whom Contractor is respnnsible creates a Hazardous Enrrironmenfial Condi�inn, CQn�ractor shal] irrunedfat�ly: (i} secur� or otherwise isolate such condition; (u) stop au Wo�•k m connection with such condition and in any area affected thereby (except m an einergency �s required by Paragraph 6.17.A); and {iii} notify City {and �rornptEy th�reafter conf�rxx�. s�ch notice �. w�-�iing). Czry zx�ay consider the necessity ta retain. a c�ual�ed e�ert to evaIuate such conditian or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition nr in any affected area until after City has nbtained any required permits related thereto and delivered written notiee to Contractor: (i} speeit'ying that such conditiion and any affeeted area is or has been rendered suitable far the resurnption of Work, or (v) specifying any special eonditions under which such Warlc ma.y be resumed. F. If after rec�ipt af such v�ritten notice Contractor does not agrea to resume s�ach Work based on a reasonable belief i� is unsafe, or does not agr�� to r�sume such Work under such sp�cial conditions, then City may order fihe portion oi the Work that is in the area affected by such condition to be deleted frorn the Worlc, Cfty may have such deleted poirtion of the Wor�C perfornned by Ci�ty's own forces or others. G. To the fullest extent per�mitted by Laws and Regulations, Cont�acta� shall ir�demn � and hold ha�mless City, fr�om anc� against all claisns, costs, Iosses, and damages (including but not limited to alI fees and char�ges of engineers, architects, attorneys, and other prQfessionals and all court or arbilration or other dispute resolution costs) arising out of or relating to a Hazardous Environn�ental Condition created by Contracta�or by anyo�aefarwhom Cont�actor isresponsible. Noihin.g in this Paragraph �.Ob.G shall obligate Contractnr� to inde�nnify any individual or entiiy frona and agttinst the consequenc�s of that indivi�ual's aN entity's own negligence. H. The pra�isions of Paragraphs 4.02, 4A3, and 4.04 do not apply to a Hazardaus Enviranmental Condi�ian uncovered or tevealed at the Site. CITY OF FORT WORTH STANDf�RDCdNSTRUCTION SPECIFICATIdN DOCUNiENTS �BVSSl4t1: $%1�]-�j 00 72 00 - I GEIVERALC:flNDITIDN S Page 1boF63 ARTICLE � — BOND� AND INSURANCE 5.01 Licensed Sureties andlnsure�s All bonds and insurance requi�ed by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the �tate of Texas to issue bonds or insurance policies far the Iimi�s and coverages so required. Such surety and insurance companies shall also m�et such addiiional requirements and qualifications as rnay be provided in the Supplei�nentaty Conditions. S.D2 PeNformance, Payment; andMaintenanceBonds A. Confiractor shalI iurnish performance and payment bonds, in accprdance with Te�s Gavernment Gade Chapter 2253 or successor statute, each in an anmount equal to t�ae Co�ntract Price as security for the fai�hiul performance and payment of all of Contractor's obligations under the Contract Documents. B. Cantractor shall furnish mamtenance bands in an amount equal to the Conbract Price as security to protect the City against any defects in any poriion of the Worlc described in the Contract Dacuments. Mai�tenance bonds s1�all remain in effect for tvvo {2) years a�ter the date of Fit�al Acceptance by the City. C. �11 bands shall be in t�e �orm prescrbed by the Contract Docunnents except as pro�ided otlaerwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Corr��anies Holding Cer�ificates of Authority as Acceptable Sur�ties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular S70 (amer�ded) by the Financial Managern.ent Service, Siarety Bc�nd Branch, U.S. Deparkcx�ent of the Treasu�y. All bon.ds sigmed by an agent or attorney-in-fact must be accampanied by a seaIed and dated power of attorney which shall show that it i� effective nn th� date the agent or attarney-in-fact signed each bond. D. ifthe surety on a�zy bond furnished by Conixactor is dec�ared banlarupt or becomes in.sol�e�.t or i�s right to do business is teriniru�ted in the State of Texas or it ceases to meet the requirements of ParagraphS.a2.C, Cantractor shall promptly nntify C�ty and shall, within 30 days afterthe event giv�g rise to such notifcation, prpvide another bond and surety, bo� of which shall comply with tlae requirements of �aragraphs 5.01 and 5.02.C. 5.03 Ce�tificates of Insu�ance Contractor shall deliver to City, with copies to each additianal insured and loss payee identified in the Supplementary Conditions, certif'icates of ins.urance (other evidence of insurance requested by Ciry or any other additional insure�) in at Ieast the minimurn amount as 5�7EC1�I�C� 11] the Supplemer�tary Conditions which Contractor is required ta purchase and maintain. 1. The certificate of insurance shall dacunaent the City, and all icientifed entities na�ed in the Supplementary Conc�itions as "Addiiional Ins�ared" on alI liabiIity policies. CITY OF FORT WORTH 3TANDf�RDC0IJ5TR[1CT10N 51'ECIFICATi01� DOCUMEIV'C5 Revision: &23F1�1 oa7zoa-i G�NERAL Cd�fDITION S Yage 17 of 63 2. Tke Contractor's general liabiUty insurance shall include a, "per project" or "per location", endarsement, which shaIl be identified in tk�e certif�eate of itas�rance provided to the Ci�ty. 3. The aert�cate shall be sigt�ed by an agent authorized to bind coverage an behalf' of the insured, be complete in its entirety, and sho�w complete insuranca carrier names as listed in the current A.M. B�st Property & Casualty Guide 4. The ins�.uers for all policies must be licensed and/or appraved to da bu.siness in tha State of Texas. Except for workers' corrxpen.saiian, all �nsurers must have a zxiininnum rating of A-: VII in the current A. M. Best Key Ratang Guide or have reaso�labiy equivalent financial strength and soleency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All appl�cable policies shall include a Waiver of Subrogation (Rights of Recovery) u1 fa�or of the City. Xn. additian, the Contractor agrees to wai�e all rights of subrogation agai�ast the Engirieer (if applicable}, and each additional insured identif'ied in the Supplementary Conditions 6. Failure of the Crty to demand such certificates or other evidence of full compliance with the insuranee requirements or failure of the City to identify a defieiency fcam evidence that is provided shall nat be construed as a waiver of Contractor's obIigation to rr►aintain such lines af insurance coverage. 7. If insurance poli�ies are not written for specif'ied coverage lim'rts, an Umbrella or Exeess Liability insuranee far any differences is required. Excess Lia.bility shall %llow farm oi the primary coverage. 8. Unless atherwi�e stated, a�l required insurance sh.all be wrirtten on the "occurrence basis". If coverage is undez-written on a clairns-�nade basis, the retroactive date shall be coincident witk� or prior to the date of the efFective daie of the agreement and the certificaxe af insurance sha.11 state that the co�verage is claims-�nade and the retroactive da�e. The insurance co�verage shall b� maint�ined for the duration of the Contract and for t�u'ee (3} years follawing FinaI Aeceptance pzovided under the Contract Dacuments or for the warranty period, whichever is Ionger. An annual certificate af insurance subm�ited to the Ci�4y shall evidence such znsurance coverage. 9. Policies shall have no exclusion� by endorsaments, whieh, nei�ne.r nulli�y or amer�d, the required lines of cavera�e, nar decreas� the Iimi�s of said coverage unless such �ndors�ments are approved in wrtting by the Cif.y. In the event a Conixact has been bid ar executed and the e�ciusio�s are deterntined to be uzaacceptable or the City desires addrtianal insurance coverage, and fhe Ci�ty desires the con#�actor/engineer to obtain such coverage, the contract price shal] be adjusted by the cost of the premium for such additional coverage plu� IO%. 10. Any self-insur�d retenti�n (SIR), in excess of $25,OOO.QO, aFfecting required insurance coverage shal� 6e approved by the City in regards to asset �alue and staci�hoIders` equity. In CTI'Y OF FORT VS'dRTH STAIVI�ARDCONSTRiICTIDN SPECIF[CATION DOCLIM�NTS Rey'saion; Ei23/1(121 oonoo-� GENERAL CONOITION S Page 18 nf b3 lieu a� traditional insurance, alternativa coverage inaintained througk� insurance pools ar risk retention gro.ups, must also be approved by City. 11. Any deductble in e�cess of $5,000.00, for any policy �hat does not provide coverage on a %st-dollar bas�s, must be acceptable to and approved by the City. 12. City, ai it� sole discreiion, resez�es the right to review the insurance requu•enn.e�:ts and to malte reasonable adjusf.ments to irtsurance eoverage's and the�r limiis when deemed necessary and prudent by the City based upon changes in stat�tory law, court decisinn or the claims histozy ofthe indusfry as well as af the conixacting party to the City. The City shall be required to provide priar notice of90 days, and the insura�ce adjustrnent� shall be inc.orpoxated i�io the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies af palicies and endorsements tl2ereto and may make any reasonable requests for deletion ar revision or mod�cations of par�icular policy terms, conditions, limitations, or e�clusions necessary to conform the policy and endorsements to the requ�rements of the Contract. Deletions, xev�sions, or modiFzcations shall not be required where policy provisions are established by law or regula.tions binding upon either party or the underwriter an any such poli�ies. 14. City shall not be responsi6le %r the direct payment oi ins�ance premiurn costs for Cani�actor's insurance. 5.04 Co�atractor's InsuNance A. YYorkers Compensation and Errtployers' Liability. Co�tractor shall purc�ias� and maintain such insurance coverage with Umrts cansistent with statutory benefits oufil�ed in the T�xas Workers' Compensation Act (Texas Labor Code, Ch. 4Q6, as amended), and minimurrz limits for Ezaiployers' Liability as is appropriate forthe Workbeing performed and aswill provide protection from claims s�t forth below which may arise out of or result from Contractor's perforrnance ofthe �ork and Contt�actor's oiher oblzgations under the Contract Dacuments, whether it is to be performed by Cantractor, any Subcontractor or Supplier, or by anyane directIy or ir�directly employed by any of them to perform any of th� Worlc, or by anyone for whose acts any ofthem may be liable: 1, claims under warkers' compensation, disability benefits, and other similar employee benefrt acts; 2. claims �or damages because of bodily injury, occupational sic�cness or disease, ar death of Contractor's employees. B. Comn�ercral General Liabilaty. Coverage shall mclude but not be limi�ed to covering ]iability (bodily injuiy or property damage) arising from: premises/operations, independent contractars, produc�slcompleted operations, personal injury, and liability under an insured contract. Insurance sha]I be provided on an accurrence basis, and a.s comprek�ensive as tne current Insurance Serviees �ff"ice {ISO) policy. 'I`his insurance shall apply as prinaary in.surance with respect to any other CITY OF FORT WDRTH STANDAItDCONSTRUCTION SPE.CGFICR7'[ON BOCUTv�ENTS Revision: &rZ3f�1 00720D-1 G�NERALCAN�ITIONS Page I 9 of 63 irzsu�rance or self-insurance programs afforded to ihe City. The Cnmmercia.l General Liability policy, shall hava na exclusit�ns by endoi•s�ments that would alter of nullify premisesloperations, produc�s/compl�ted aperations, contractua�, personal injuxy, or ad�ertisiz�g injury, wh.ich are normally contained with the palicy, unless tk�e City appraves such exclusions in writing. Far canstruction projeets tlaat pxesent a substantial co�pleted operation exposui•e, �he Ciiy rnay require the contractar to maintain completed operations coverage for a miniznum of no less than i�ire.e (3) years following the completion o� the projec� {�' ideniified m the Supplementary �onditians). C. Auta�nobile Liahility. A commercial busin.ess auto policy shall provide coverage on "any auto", defined as autos owned, hired and non-owned and provide indemnity %r claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenanc� or use.of any motor vehicle by �e Cantrac�or, any SUbcant�ractar or Supplier, or by anyone directly or indirectly empIoyed by any o� them to perform any of the �Iork, or by anyone for whose acts any ofth.errt rriay be Iiable. D. Railraad Protective Liability. If any of tl�e work or any warranty work is wiihin the limits of railroad right-of way, the Coniractor sha1l comp�y wi�h the requirements identified in the Supplementar� Conditions. E. NotificaCio� of Policy Caneellation: Cantractar shall �mmediately notify City ugon cancellation or other loss af insurance co�erage. Contractor shall stop worlc until replaeement insurance has been procUred. Th.ere sha11 be no time credit for days not warked pursuant to this section. 5,05 .h(cceptance ofBonds andln.surartcej Option ta Replace If City has any objection tn th� coverage afforded by or other provisions af the bands or insuu•ance required to be purchased ancE maintained by the Contractor in accordance with Article S on the basis of non-confarma.nce wrth the Can#ract Daeuments, fhe Ci�ty shall so notify the �ontractor in writing within 10 Business Days afterreceipt of the cer�IEicates (ar other evidence requested). Contractor sha11 provide to the City such additional information in respect of insurance provid�d as the City may reasonably request. If Con�eactor does not purchase or maintain all of the bonds and insurance required by the Con�ract Docum�nts, the City shal� notify the Contractor in writing of such faiiure prior to the start of the Worlc, or of such failure to maintain prior to any change in the rec�uired co�erage. ARTICLE 6 — CONTRACTOR'S RESPONSISILITIES 6.01 Supervision and 5uperintendence A. Contractar shall supervise, inspect, and direct the Wark competently and ef�ciently, devoting such att�ntion thereto and applying such skills and expertise as m.ay be necessaryta perform �e Wark in accordance with the Contract Docuinents, Conixactor shalI be solely respoz�sible for the means, methads, teckuniques, sequences, and proeedUres of construction. ccr�r o� �oRT �roR-rx STANDAILDCONS'fRUCTION SPECICICAT[ON DQCUMENTS Revision: 823202] 00�200-� GENERAL CONDITION S Page 20 of 63 B. At all tinnes during the progress of ik�e 1�ork, Cantractor shall assign a competent, English- speaking, Superiniendeni: who shall not be replaced withou� written notice to City. The Superintendenfi wi� b� Contractor's rapresen�tive at the Site and shall har�e autharity to act on �ehalf of CantractQr. All comrnunication given to or received fram the Superinfend�nt shall be binding on Contractor. C. Contractor shail notify the City 24 hours prior to movin� areas during �he sequence of consiruction. 6.02 Labor; WorkingHouYs A. Contracto�• shall provide competen�, suitably qua�f'ied personneI to perfoz7m canstruction as required by the Contract Documents. Contrac�nr shall at all tim�s maintain good discipIine an�l order at the Site. B. Excepi as otherwise required for the safety or protection of persons or the Work ar praperty at the Si�e or adjacent f,hereto, and excapt as otherw�e siated in the Contract Docurrients, aIl Work at the Site shall be perfarmed durir�g Regular Working Hours. Contractor will not per�nit the perforrnance of Work beyorzd Regular Worlcing Haurs or for Weekend Working Haurs without City's written cansent (which wr11 not be unreasonably withheld). Writien request (by letter or eleciranic comrnur�ication} to perfarm Work: 1, for beyond Regular Working Hours request must be made by noon at least two (2} Business Days priar 2. for Weekend Working Hours request must be tnade by noon of the preceding Thursday 3. for legal holidays request must be made by noon t�wo Business Days prior io the I�gal holiday. 6.Q3 5ervices, �lateYials, and Equip�aent A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assurne full responsibility for all services, materials, equipmeni, �abar, t�ansportation, canstruction equiprnent and rnachinery, taols, appliances, fuel, power, Iight, heat, telephone, water, sanitary facilities, temporary �acilities, and all other facilities and �ncidentals necessary for th� performance, Contractor required testin�g, start-up, and completion of the Work. B. A�1 materia.ls and equipment incarporated into the Work shaIl be as spec�'i�d or, if not specified, shall be of good quality and new, e�cept as otherwise provic�ed in the Contract Dacuments, All special warranties ar�d guaxantees required by the Specifications shall expressIy run to the benefit of City. If required by City, Contracior shal� furnish satisfactory eviden.ce (including reports of r�quired t�sts) as to tha source, kind, and quality of Ynaterials and equipment. C1TY OF PO12T WORTH 5`I'ANDARDCONSTRIICT[ON SPECIFICATI�N DOCl1NiL•7VTS Re�ision: 82'�2l 007200-1 GENERAL CAN� IT10N 5 Page 21 of 63 C. All materials and equipm�nt to be irtcorporated into the Work shall be stored, applied, installe d,. connecied, �rected, proiec��d, used, cleaned, and conditioned in aocordanee uvith instructlons of the applicable Supplier, except as atherwi�e �nay be pravided i�t� the Contraci Documents. D. All iferns of s�az�dard equipzxjent to be incorporated into the Work shall be the latest model ai ihe tizne af bid, unless atherwise specified. �.04 ProjecfSchedule A. Cont�'actor sha[l adher� ta th� Project Schedule established in accardance with Paragraph 2,07 and the �eneralRequire�nents as it may be adjusted fram tima to time as pr�vi�ed below. 1. Contractor shall. subm.it to City far acceptance (to the exient indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the 1'rQject ScheduIe tIrtat will noi result in changing th� Cantract Time. S�ach adjvstrnents will eomply with any prov�sians af the G�n�ral Requirements appli�able thereto. 2. Contractor shall submit to City a monthly Pxojecf Schedule with a manthly progeess payment for the duratian of the Contract in accordance with th� scheclul� specification 01 32 16, Proposed adjustments in the Project Schedule tha.t will change the Contract Time shall be subrni�ted in acc.ordance r�ith the requirements of Article 12. Adjtasrments in Con�ract Time may only b� �nad� by a Change Order. 6.05 Substitutes and "O�-Equals" A. Whenever an item of materzal or equipment is spec�ed ar described in the Contract Documents by �sing the name of a praprietary item ar the name of a particular Supplier, the specitication or des.cription is intendecl to establish the type, funciion, appearance, and quality requued. Unless the specification or descriptian cantains or is followed by words reading that na like, equi�alent, or "or-equal" item or na substitutian is permztted, other items af material ar eguipment of other Suppl�ers may be submi�ted to City for re�iew under the circuznsiances deseribed below, I. "Op-Eqz�al"Items: If ita City's sale discretion an item of material ar equipinent proposed by Cont�actnr is functionally eq�aal to that named and sufficiently sirivlar so that no change � in related Worlc will be required, i� may be consid�red by City as an "or-equal" itern, in which case review and approvaI of the proposed item may, in City's sole discretion, be accornplished without cainpliance with some or aIl of the requirements for appraval of proposed substitute i�ems, �'or the pUrposes of this Paragraph 6.OS.A. I, a proposed item of material ar equipment will 6e considered functionaUy equal to an item so named if: a. the City determines that: 1) it is at leasi equal in materials of construction, quality, durability, appeatance, stre�gth, and design characteristics; C1TY OF FORT WORTH STANDAKDCONSTRUCTIqN SPEC[FICATION �OCZIMENTS Revision: 81L�1 on�zoa-� GENERAL CON➢IT161� 5 Page 22 oFfi3 2) it will reGably pei-�arm at least equally wel� the function and achieve the results imposed by the design concept of the cozxap�ated Project as a functioning whole; a�d 3) n has a proven record of performanc� and availabiliiy of'responsive service; and b. Con�ractar ceriifies that, i� approved and incorporated into the Work: 1} there will be no increase i� cost to the Ci�,y or incx•ease in Contract Time; and 2} it will conf'orm substantially to the defa.iled r�quirements of the i�em named in ihe Contract Documents. 2. Substitute Ztems: a. If ir� Ciry's sole discretion an ite�n of material or equiprn�nt proposed by Contractor does not qualify as an "or-eqUal" item� under Paragraph 6,OS.A, l, rt may be submitted as a proposed substitute i�enr�. b. Contractor shall submit suffcient information as pravided belt��v to allovv City to determine '[f the itern of material or �quipmeni proposed is e�sentially equivale�t to ihat named and an acceptable substitute therefor. Requests far review o� propased substitute items o� material or eyuiprz�ent will not be accepted by City from anyone other than Cantractor. c. Contractor shall make written application to City for review of a praposed substi�ute �tem of material or equip�nent that Contractar seeks to furnis� ar use. The application shall comply with Sectio� OI 25 00 a�d: 1) shall certify that tlle proposed su�stitute iCem vvill: a) perForm adequately the fimctians and achieve the results called for by the general. design.; b) be sitniiar in substance to that specified; c) be suited to the saine use as that specified; and 2) wiJl state: a} the extent, if any, to whieh the us� of the proposed substitu�e item wilI prejudice Contractor's achie�ement of final completiQn on tune; b) whaiher use of the prapased substitute item in the Wark will requue a ct�ange in any of the Contract Documenfs (or in tha pra�visions of any other direct contrac� with City for other work or� the Project) to adapt the de�ign to the ptopased substihate item;. CITY pF FQRT WORTH STANI}ARDCONSTRUC7ION SPECIFIC9TION DOCi.JMENTS Revisian: 82.3/2d2] 00 �z aa - i GEIVERAL CON�IT ION S Paga 23 of 63 c} whether incorporation or use of the proposed substitute item in conneetion with the Work [s subject to payment of any license fee ar royaity; and 3) w�U identir�y: a) all variation� of the prapo�ed suhsl;itute item fram that specif'ied; b) available engineering, sales, maintenance, repair, and repl�cement services; and 4) shalI conta� an itemized estimate of al� costs or credits that will result directly or indirectly from use of such subsl:itute item, including costs of redesign and Damage Claims of otk�ec cont�ractors affected by az�y resulting change. B, Substiiute ConstructionMethods or P�ocedirres: If a specifie means, rnethod, technique, sequance, nr praced�re af construction is expressly required hy the Cantract Doc�unents, Contractor may furni�h or utilize a substitute means, method, technique, sequence, or procedut'e of construction approved by Ci�ty. Cantractar sha[� submi� sufficient infarmation ta allow City, in City's sol� di�cretzon, to detez�n.izie that the substittite proposed is ec�uivalen.t io that expressly called for by the Contract Doc�ments. Contractor shall mal�e written applicatinn to Ci�y �far review in the same manner as thase pro�ided in Paragraph 6.05.A.2. C. City's Evaluation: CiEy will be allowed a reasonable time within which to evaluate each proposal or submittal fnade pursuant to Paragraphs 6.OS,A and 6.05.B. City may requu�e Contractor to fu�nish additional data abou� tlae peoposed substitute. City will be the sole judge af acceptabiIity, No "or�eyual" or substituie will be ordered, installed or utilized unt�I City's review is coinplete, which will be evidenced by a Chan�e arder in the case o� a substitute and an accepted Submittal for an "or-equal." City wrll ad�ise Contractor in �svrrting of its determination. D. Special Gua�^antee: City may require Contractor #o furnish at Coniraet�r's expense a speeial performance guarantee, warranty, or ather surety with res�aect ta any substitute.. Contt{crctor shall indemnify and hald harmless City and anyone directly op indirectly employed by them fpom and czgainst any atad call clafms, c�arv�rxges, losses and expenses (�nc1'iadf�ag attor�r�eys fees) arising out of ihe use of substituted materials o� equapment. E. City's CostReimbursernent: Gity �uill recard City's casts iri evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractar zxaay be re�uired �a reimburse City for evaluatmg each such proposed substitute. Contractor rnay also be required to reimburse City for the charges far inaking changes in the Coniract Documents {or in the pro�isions of an� other dir�ct contract wiEh Chy) resul�ing from the acceptance of each propos�d substitute. F. Contracto�'s Expense: C.ontractor shall provide alI data in support of any proposed substitute or "or-eq�aal" at Cantractar's e�pense. CITY OF' FORT WORTH STANDARDCONSTRUCTIOtJ SPECiF[CATIdN DOCUMENT5 Revision: $2?�2] oo�zao-i GEIVERAL CON�ITION 5 Pagc 24 of 63 G. City Substituta Reimbu�sement:Casts (savu�gs ar charges) attributa.ble to acceptance of a substitute shall be incorparated to the Contract by Change Order. H. Tirne Extensions:No additional tirne vs,ill be granted for substitutions. 6.�5 ConcerningSubcontraetors, Suppliers, and�the�s A. Contractor shall perform with his own organization, wark of a�alue not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Cantractar shaJ� not empIoy any Subcantractor, Supplier, or other ind�viduaI or entity, whether initial�y or as a replacement, against whom City may have reasonable objection. Contraetor shall not be required to emplay any Subcontracior, Supplier, ar other individual or entiry to furnish or perfor�n any of the Work against whom Contractor has reasonable objection (exciuding ihose acceptab�e to Czty as indicated ir� �'aragraph 6.06.C). C. The City may� from time to time require the use of certain Subcontraetars, Suppliers, ar other inclividuals or enirties on the pro3�ct, and will provide s�xch requirements in the Supplementary Conditions. D. Mrnority Business Ente�prise Cor�z�liance; It is City policy to ensure the fuU and equrtable participaiion by Minority Busitiess Enterpr�ses (MBE) in the procurement of �ooci,s and services on a contractual basis. If the Contr�actDocuments provide f�r a MBE goal, Contractar is required to comply with the intent o� the City's MBE Ordi�ance (as amended) by the fallowing; 1. Contractor shall, upon request by City, provide complete and accurate in_fozmation regarding aCtUal work performed by a MBE on the Contract and payment therefor. 2. Contractor wiil not nnake addrtior►s, deletions, or substitutions af accepted MBE witkout written consent of the City. Any unjustifed change ar deletion shall be a r�terial breach of Confiract and may result in debarment in acenrdance with the procedures out�ined in the Ordinance. 3. Contractor shall, upon req�estby City, aLlow an audit and/or e�a�x�inatzon of any books, records, o:r files in the poss�ssion of the Contractor that will substantiate the actual wark perfarmed by az� MBE. Material misrepresent�tion of any �ature will be grounds far terminaiion of the Contract in accordancewi�th �'aragraph 15.02.A, Any such misrepresentation may be grounds for d�squalifieation of Contractor to bid on future eontracts with the City far a period of not less �han three years. E. Cantractor shall be fiaIly respansible ta Ci�ty for aU acts and omissions of the Subcantractors, S�p�liers, and other individuals or entities perforrning ar furnishing any of tk�e Woric just as Cantractar is responsible for Contractor's own acts and omissions. Nothing m�e Contraci Documents: CI'I'Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUN[ETiTS Revision: R23fA�21 nn�aoo-i GENERALCDNQiTIONS Page 25 of 63 1, shall create for the benefit of any sueh Suhcontractor, Supplier, or other indiwidual ar entity any contractual relationship between City and any such Subcantracior, Supplier or other individual or entiiy; nor 2. shall create any ob�igation on the part of City �o pay or �o see to the payn:�ent of any rnaneys d�e any such Subcontractar, Supplier, or othex uadiNidual or entity except as may otherw�s.e be required by Laws and Regulations. F, Contractor shall be solely responsible for scheduling and coordinating the WorIc o�Subcontractars, Supp�iers, and oiher individuals or entities p�rfonning ar furnishing any of the Work under a direct or ind�ect conh•act with Cantractor. G. All Suhcontractors, Suppliers, and sueh other indi�iduals or en.tities pe�rfornning or furnishing any of the Worlc shall eommunicate with City through Contracior. Ei. All Work performed fnr Contractor by a 5ubcontrac�or or Supplier will be pursuant to an appropriate agreement between Conh•actor and the �ubcontractor or Supplier which specifically binds the Subcontractor or Supplier to the appiicable terms and conditio�s o� the Coni�act Docurr�ents for the benefzt af City. b.07 Wage Rates A. Duty fo pay Prevailing Wage Rates. The Cantractior shall comply with a11 requicements nf Chapter 225$, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council o� the City of Fort Warth to be the prevailir�g wage rates �n accordance with Chapter 2258. Such prevailing wage rates are included in the.se Contract Docun-�ents. S. Penaltyfor Viola�ion, A Contractar ar any Subconiractor vvha does not pay the prevailing wage shall, �rpnn dernand made by the Ciry, pay to th� C�y $60 for each wor�Cer employed for each catendar day or part a�tha day that the worker is paid less than the prevaiIing wage rates stipulated in these contract doci.unents. This penalt� shall be retair�ed by the Crty ta affset its administrative costs, pursuant to Tezcas Government Cade 2258.023. C. Co�nplaints of Violations and Crty Determination of Good Cause. �n receipt of information, includ�ng a complaint by a r-vorker, concerning an alleged �violation o� 2258.023, Texas Governtnent Cod�, by a Contractor or �ubcontractor, tl�e City shall make an initial determination, before the 31st day after the date the City receives the informa�ion, as to whether good cause exists ta belie�e that the violation. occurred. The Ciry shall not�'y in writing the Coniractar or 5ubcontractor and any afFected worker of its ini�ia.l determination. Upon the City's datermination that there �s good cause to believe the Contracto�• or Subconiractor has violatad Chapter 2258, the City shall retain the �ull amaunts elaimed by the claimant or claimants as the dif�erence betweenwages paid and wages due urider the prevailing wage rates, such amounis being subtracted from successive pragress payrzaents pending a fmal dete�minatian of the violation. CiTY OP FORT WORTH STANDARDCONSTRUCTlON SPfCIPICATiON DOCUMLNTS Revision: 82311.C11.] 0072o0-I GENERALCONOlT1QN S Page 26 of 63 D. Arbit�ation Required if Violation Noil2esolved. An issue relating io an a�leged �ia�ation of Section 225$.023, Te�.s Government Cqde, including a penalty o�ved to the City or an affected worker, shall 6e subznitted to bi�ding arbitration in accordance wiY,h �e Texas General Arbitration Act {Article 224 et seq., Rev�sed Statutes) if the Contractor or Subcontractar and any affecte� wor�Cer daes noi resolve the issue by a�reementbefore the 15th day afterthe datethe City makes i�s initial determination pursuant to Paragraph C above. If the p�rsons raqu�red to arbitrate under this section do not agree on an arbitratar before tlae 11th day af�er the date tY�at arbiit�ration is raquired, a district eourt sha11 appoint an arbitrator on the petztion of any of the persons. The City is not a parhy in the arbitration. The decisian and arvard of the aebitrator is final and b�nc�ing on all parties and may be enfotced iri any court ai competent jvrisdiction. E. Recards to be 1Vlaintained. The Contracior and �ach Subcontractar shaIl, for a perioci af three (3} years fallowing the date of acceptance of the work, maititain records that shaw (i} the name and occupation of each worker emplayed by the Contractor � the construction af the Work provide d for in tnis Contract; and (u� the actual per dienn wages paid to each worker. The r�cnrds shaIl be open at aU reasonable hours for inspection by the City. The pzavisions of Paragraph 6.23, Right to Audik, shall perta�n to tIvs �spection. F. P�ogress Paynsents. lr�i�h each progress paynnent or payroll period, whiche�ver is less, the Contractor shall submit an afFidavit statirig that the Cont�actor has complied with the requirements of Chapter 225$, Texas Governinent Code. G. PQsting of Wage Rate.s. The Confractor shall post prevaiIing wage rates in a conspicuous place at all times. H. Subcontracto� Cominliance. Th� Contractor shall inc�ude in it� subcontracts and/ar shall atherwise requ�e all of its Subcantraciors tio comply with Paragraphs A through G above. 6.08 Pater�tFees and Royalties A. Contractor shall pay all lieense fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Wark of any invention, design, process, product, or device which is the subject of pateni rights or copyrights held by� others. If a particular in�entian, design, process, prod�ct, or device is specified it� tk�e Contraet Documents t'or use in ttte performance of t.�e Work and if, to the actual kriowledge of Ciry, i�s use is subject to patent rights ox copyrzghts calling for the paymen� of any license fee nr royalty to others, the existence of such rights shall be disclosed by City in the Cantract Documents. Failure of the City to disclose such mformation does not reli�ve the Contractor from its obligations to pay for the use af said fees or royalties ta others. B. To the fullest extent p��mitted by L��vs and Regulations, C`ontractar shall indemn� and hold h.a�rnless eity, f�om a�ad agatnst all claims, costs, losses, and dcrmages (including but notlimited to aIl fees and charges af engineers, architects, atto�neys, and ather professionals and all court or ar8itratiara or other dispute re.�olution costs) arising out af or relating to any infringefnent af patent �ights o� copyrights incident to the use in the_pe�fo�rrrance of the Tf�or�k or r�esultingf�om C1TY OG' I'ORT WQRTH STANDARDCflNSTRUCTION SP�CIr[CATION DOCUM�I+ITS &evisian; 8rL3FX121 oo7aao-� GENEF2ALCONQITIOiJ5 Page 27 of 63 tl�e rncor�poration in the Work of any invention, design, p�acess, pr�oduct, or device not specrfted in the Cont�actDocuments. 6,09 PeYmits a�ad Utilitaes A. Contt�acta� obtc�in�d pe�mits and licenses. Contractor shall obtain and pay for alI construction permits and licenses excep� those provided for in tl�e Supplementary Condztions or Coni�act Documents. City shalI assist Contractar, when necessairy, in obtaining such pei�rni�s and licenses, Cantractor shall pay a11 gpvernmental charges and inspection fees necessary for the prosecution oF the Work which axe appficable at the tnne of apening of' Bids, or, i� there are nn Bic�s, nn th� Effective Date of the Agreement, except for pereni�s provided by the Crty as speeified iri 6.d9.B. City shall pay all charges of ut�ity o�rners %r connections ior providing permanent ser�ice ta the Work. B. City obtai�edpermitsand licenses, City wiIl obtain and pay for all permits and licanses asprovided for in the Supplementary Conditions or Contract Documents. It will be the Can#xactor's responsibility to carry out the provisions of the periniC. If the Cantractor initia.tes changes ta the Con�ract and the City approves the changes, the Contractor is responsible for �btaining clea�ances and coordinating with the appropriate regul�tory agency. The City will not rei�r�burse th.e Contractor far any �ost associafed wi�k► these requirements of any City acquired permi�. Th� following are permits the City w�ll obtain i� required: l. TexasDepartmentofTransportation Perrni�s 2. U,S. Army Corps of Engineers Permits 3. Texas Commission on �nvironmental Quality Permits 4. RailY'aad Company Permits . C. �utstanding pe��rits and licenses. The City anticipai:es acquisi�ion of andlor access ta permits and licenses. Any outstandirig permits and Licenses are anticipated to be acquired 'n� accordance with the schedufe set forth in the Supplamenfary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider a�y autstanding per�-ziits and licenses. 6.1Q Laws and Regulations A. Contrractor shall give all notices required by and sl�all cornply with all Laws and Regulations applicable to the perFormance of the Worl�. Except v�heee atherwise expressly requued by appticable Lavvs and Regulations, the City shall not be responsible far monitoring Contractor's compliance with any Laws ar Regulatians. B. If Cantractar performs any Wark lc�owing or having reason to know that it is contrary to Lavvs ar Regulations, Contractor shall bear all clairns, costs, lasses, and damages (including but not Iimited to a11 fees and charges of en�ineers, architects, attorne�s, and other professionals and all C1T Y OF F dRT WORTH STANDARDCONSTRIFCTION SPEC[FiCAT[ON DOCUMEIVTS Re�ision: �I 00720.0-I GENERAL CO�fdiT10N 5 Page 28 of 63 court ar arbitration or other dispul-e resolution casts) ar�sirig out of or relating to such Worlc. Hovvever, it shall not be Cozat�ractor's res�ponsibility to make certain that the Spec�c�.tions and Dra�[�vings are in accordance with Laws and Regulations, 6ut this shall not relieve Conbractor af Confraetor's obligations under Paragraph 3.02. C. Changes iva �aws or Regulatians not known at the iune of opening of Bids having an effect on the cost or tu�ne of perfarmance of the Work may be the sub3ect of an adjustment in Contract Price or Contract Time. 6. � I Taxes A. Or� a cantract awarded by the City, an organization which qualifies for exemp#ion pursuant to Texas Tax Code, Subchapter H, Sections I SI.301-335 (as amended), the Gont�ractor rrzay purclnase, rent or lease all material�, suppIies and equipment used or cansumed in th� perfarmanca of this contract by issuing to his supplier an exemption ce�tificate in lieu of the tax, said exemptifln certificate to comply with State Compiroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu oi the tax shall be sub�ect to and shall comply with the provision of State Cornpta�ollez''s Ruling .QI1, and any ather applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Taxpermi�s and informatian rnay be obtained from: 1. Carnptraller af Pubiic Accounts Sales Tax Division Capitol Statian Austin, TX 7$711; or 2. httpJlwww.winclaw.state.tx.us/taxinfo/ta�forms/93-forrrms.html 6.12 Use of Site and OtherAreas A. �imiiation on Use afSite and �therAreas: 1. Conlractor shaD confine construction equipment, the siorage of materials and equipznent, and the operations of woricers to the Site and other areas perntitted by Laws and Regu�ations, and shall not unreasonably encumber the S�#e and ather areaswith construction equipment or ot�ter materials or equipment. Contractar shall assuma fuIl responsbility for any damage to any such land or area, or to fhe owner or occupant thereof, or of ar�y adjacent land or areas resulting from the performance of the Work, 2. At an� time when, in the judgnaen:� of the Ci�ty, the Contractor has obstructed ar closed or is carrymg on operations in a por�ion of a street, rigl�t-of-way, or easement greater khan is necessary for proper exacution of the Work, the City may require the Contractar to iinish the section on which operations are ir� pragress before wark is cammenced on any additional ar�a of the Site. CITY OF I'ORT WDRTH 5'fAA[DARUCDNSTRUCTION SPEGfCICATION DOCUMENTS Revision: ft2�1021 0072oo-i GENERALC4NDIT14NS Page 29 of 63 3, 5k�ould any Dannage Claim be made by any such owner or occupartt because of the performance of the Worlc, Contractor shall promptly attempt to resoIve f.he Damaga Claim. 4, Pur�suar�t to Paragraph 6.21, Cont�actor shall inderrEnify arad hold hc�rmless City, f�om and agatnst all claim.s, costs, Iosses, and damages arisingout of or rela�ting to any claim op acfion, legal or equitable, brought by any such owner or occupant agaanst City. B. Removal of Deb�is Du�ing Perfo�mance af fhe YYorIG.• During the progress of the Work Cont�actor �hall keep the Site and otl�er areas free from aecumulaiions af vvaste matet•ials, rubbish, and other debris. Re.moval and dispnsal of such wast� materia�s, xubbish, and other debris shall conform to applicable Laws and Regu�ations. C. Site Maintenance Cleaning: 2A hours after wri[ten natice is given to the Conbractor that the clean-up on the job site is pxaceedang in. a mant�er �atisfactory to the City, if the Contractar fails to correct the unsatisfactory procedure, the Ciry may tak� such direct action as the City deems appropriate �o correct the clean-up de�icier�cies cited to the Coniractor in the written notice (by letter or electronic communication), and the cosfis oi such direct �ctian, plus 25 % of such costs, shall be dedueted fram the manies dr�e or to become due to the Cont�•actar. D. Final Site Cleaning: Prior to Final Acceptance of the Worlc Contractor shall clean the Sita and the Work and make i� ready for utilization by Ci�y or adjacent property owner. At tke compl�tion of �he Work Cor�tractor shall remo�� fram the Sit� alI tooIs, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all praperty disturbed by the Work. E. LaadingStYuct�es: Cantractor shall not load nar pez�rr�zt any part af any structure to be loaded in any manner that wi]1 endanger the st�uci�are, nor shall Contxactor subject any pari of the Work or adjacent property to siresses or pressures ihati will endanger rt, 6.13 Record Docurnents A. Contxactor shall maintain in a safe place atthe Site ar in a place designated by the Cantractox and appro�ed by the Ciry, one (1} recard copy af all Drawings, Specifications, Addenda, Change Qrderrs, Field Orders, and wri�ten interpretations and c�arifications in good arder and annotated to show changes made during construction. These record docutnents iogeth�r with all approved Samples and a cnuntarpart of aU accapt�d Sul�mittals will 6e avail�ble to City for reference. LTpon completian of i�e Work, these rec�rd documents, any operation and maintenance rr�anuals, and Submittals will be delivered to Crty prior to �'inal Inspectzon. Contractor shall tnclude accurate ]ocations for buxied and imbedded items. 6.14 Safety and Pr�otection A. Contractor shall be solely respnnsible far i�itia.ting, mainta�ning and supeivising all safety precautions and programs in connection with 1:he Worlc. Such respor�sbility does not relie�e Subcontractors of their responsibility for the safety of persans or property in fhe per�ot�mance of their work, nor for campliance with applicable safety Laws and Regulations. Contractor shall Cl't'Y OF �ORT L'�OATH 5Tt1NDAItDCONSTRIICTCON SPECCFICAT[ON DOCUMENTS Revision: 8?3/1021 00720U-f GENERAL CDN�ITION S Page 30 of 63 take all necessary precautions for �e safety of, and shall provide the necessary protection to prevent damage, uljur�+ or Ioss to: I. all per�ons on the Site or wh� may be affected by tY�e Worlc; 2. alI the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and ather propez-ty at the S�te ar adjacent thereta, includ�ng trees, shrubs, lawns, walks, pavements, roadways, structures, uiilities, and Underground Facili.tzes not designated for removal, relacation, or replacement in the course of canstruction. B. Co�tt'actor shall comply with all applicable Laws and Regulations relating to the safety of persons or pxoperty, or to the protection of persons ar property from damage, injury, or loss; and shalI erect and maintain all nec�ssary safeguards for such safeLy a.nd protiection. Co�iraetor shall notify owners of adJacent property and of Underground Facilities and other utility ot�aners when prosecution of the Work may affect tk�ett�, and shall coaperate with them in the protection, removal, relocation, and replacement of th�ir property. C. Contr�cfior shall comply with the applicable requir���nents of City's sa�ety prograrns, i� any. D. Contractor shaU inform City of the speci#ic requit'err�ents of Cantractor's safety pragram, ii any, with which City's �mployees and reptasentaiives must comply while at the Szte: E, AlI damage, injury, or loss to any praper�y referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly ar ind�'ectly, in whole or in part, by Contractor, any 5ubcor�tractor, Supplier, nr any other individual or entity directly or indirectly employed by any of ihem to per�orrn any of the Wark, nr anyone for whase acts any of them may 6e liabfe, shall be remedied by Con�ractor. F. Contractor's duties and responsibilities for sa�ety and. for protectian af the Work shaII cantinue until such tirne as all the Work is conapleted and City has accepted the �Jork. 6.15 5afety RepNesentcative Contractor shall inform Ci[y m�uriting af Contractor's designated safety represe�ttative at th� Site. 6.16 �azapd Cc�rnnncnicalionPNograms Cantractor shall be responsble %r conrdinating any exchange of material safet� data sheets or other hazard connmunication information required to be made a�railable to nr exchanged between ar among employa.rs in accordance with Laws or Regulatians. 6.17 Emergencaes cand/o� Rectification A. In. emergencies affecting tbe safety or protection of persons nr the Wark or property at ihe Site or adjacent thereto, Contz�actoar is abligated to act to prevent threatened damage, injury, or Ioss. Coniractor shall give City prompt written notice if Contractor believas that any siginificant CI'CY OF FORT WORTH STANDARDCONSTHUCTIdN SP�CiPICATION T�OCUMEIVTS Revision: SI2311G21 oo7zno-� GENERAL CANOITI01� 5 Page 3 i of 63 changes in the Wark or variations from the Contract Documents have been caused thereby or are required as a r�sult thereof. If City defieimines 1:hat a change in the Contract Docun�ents is required because ofthe action taken by Cantractor irx response to such. an emergency, a Change Order zx�ay be issued. B. Should �h� Cont�actar fail to respond to a request from the C�ty to rectify any discrepancies, omissions, or correction necessary to canform with the requirements of the Contract Documents, the Gity shalI give the Contractor written notice that such worlc or changes are to be performed. TI�e written notice shall direct ai�ention fo the discrepant condition and request the Contaractor to take remedial action ta correct the condition. In the event tlae Conttactar does not talce positive steps to fulf'ilJ. this �ritten request, ar does not show just cause for not taking ihe proper action, within 24 hours, the City may take such rernedial action with City forc�s ox by coniract. The City sha11 deduet an arnouni equal to the eniire casts for such remedial action, plus 25%, from any iunds due or become due the Contractor on th.e ,Pz'oject, 6.18 Submittals A. Contractar shal[ subinit required Submittals to Ciry for review and acceptance in accordance with tha accepted Schedule of Su6mittals (as required by I'aragraph 2.07). Each subinittal will be ide.ntified as City may require. 1. Submit number of copies specified in the Genera[ Requirertaents. 2. Data shawn c�n the Subxni�.tals will be camplete with respectto q�aantities, dimensions, speci�ed perfarmance and design criteria, mater�als, and similar data to show City the services, material�, and equipment Contractar propases to prcivide and to enable City to review th� infarmaiinr� for the limi�ed purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contxactar and re�iewed by Czty for confarmance with the design concept shall be exec�ted in confarmity with the Contract Documents unless otherwise required by City. 4. When Submittals ara submitl:ed for the purpose of showing the insfallatian in greater datail, their rer�iew sha[l not excuse Contractor from requirements shown on the Drawings and �pecifications. 5. For-Information-Oniy submittals upan which the C� is not expected to conduct review or take responsive action may be so identified in ihe Contract DocumeMts. 6. 5ubmit requi�eci number o�' Samples specified in the Sp�cifications. 7. C�early id�ntify each Sample as to znaterial, Supplier, pertinent data such as cata�og numbers, the use for which iniended and other data as Cit� may require to enable Czry to re�iew the submittal for the limited purposes required by Paragz�apk► �.18.C. CITY O� FORT WORTH STANDARDCONSTRUCTION SF'ECIFTCATSaN DOCUNIENTS Revision: 8r13CLp21 oa�zaa-� GENERAL CANDIT163J 5 I'age 32 nf G3 B. Where a Submittal i� required by tk►e Contract Documents or �he Schedule of Submitta�; any related Work performed prior to City's raview and acceptance oithe pertinen� submittal will be at the sole expense and responsbiliiy of Contractor. C. City's Review: l, City will provide tunely review of required Submiitals in accordance with tihe Sched�le of Submitials acceptable to Ciiy. City's review and acceptance will be only to determine i� the itenns ca�ered by the submittals wil1, after installa.tion or incorporation in the Work, con%rm to the information given in the ContractDacuments and be compatible with the desig�a concept of the cnmpleted Pro�ect as a functioning whole as iridicated by the Cantract Documents. 2. City's review and acceptance will not extend to means, txaetk�ods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of consf.ruction is specrf'ical�y ar�d expressly caIIed far by the Contraet Documerns) or to safety precautions or programs incident theretQ. The review and acceptance of a separate itern as such wi� not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor #'rain responsbiIity for any variation fxom the requirements of th� Cont�•aet Documents unless Cozatractor has eompfied with the raquirements of Sectzon 01 33 00 and City has given written acceptance af each such variation by specific written notation ti�ereof incorpnrated in or accornpanying ihe Submittal. Ciky's review and acceptance shall not relie�e Contxactor irom respansibilily for complying with the requiremenis of the Contract Documents. 6.19 Continuingthe Wo�k E�cept as otherwise provided, Con�ractor shall carry on the Work and adhere ta the Project Schedule durmg all disputes or disagreements with City. No Work shalI be delayed or postponed pending resolution af an� disputes or disagreements, except as City and Contractor may otherwise agree in writirig. 6.20 Cont�actor's General Warranty rxna' Guarantee A. Cantractor warrants and guaran.tees to City that aI� Work will �e in aceordance with the Contract Documents and will na� be defective. City and its afficers, directars, members, partners, e�nployees, agents, cansultants, and subcontraciars shall be entitled to rely on represenfatian of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes d�fects or darriage caused by: 1. abuse, nnodifiaati�n, or impraper maintenance ar operation by persons ather than Contractor, 5ubcontractars, Suppliers, or any other individual or entity for w�ham Contractor is responsble; or CTI'Y �F FORT WORTH STANDARbCQAISTRUCT[6N SP�C{FICATiON DDCiJMCNTS Revision: 873I102i 007200-1 GENERALC4N�ITION3 Page 33 ai63 2. normal wear and tear under normal usage. C. Cont�ractor's obligatian to perfarm and compl�te the VVork in accordance with the Contract Doci:unenis shall be absolute. None of the %llowing will constittata an acceptance of WorIc tI�at is not in accordance wrth the Contract Dacumen#s or a celease of Contractar's obligation to perform the Work in accordance with tk�e Contract Documents: 1. observatians by City; 2, recomr7�endatzon or payment by Ci�y of any progr�ss or final payment; 3. the issuance of a certificate of Final Acceptance by Cxty or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by Ci�y; S. at�y review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 7, any correction af defective Work by Cily. D. The Contractor shall remedy ar�y defects or damages in the Work ancf pay for any damage to other worlc or prapet-ty resulting therefrom which shall appear within a period of two {2) years from the date af Final Acceptance af the Work unless a longer period is specified and shall furnish a good and suf�cient fnaintenance band, complying with the requirements af Article 5,02.B. The City will give notice of observed defects with reasanable prQ�nptness. 6.21 Inde mnificatio n A. Contractor covenants and agrees to inde�nnify, hald harmless and defend, at its awn exgense, the City, its office rs, s ervants attd e mploye es, from and agains t an� and all claims a�tasing ouf of, or alIeged to arise out of, the work and services to be pet-formed by the Cantraetor, its officers, agents, employees, subcontractors, liceuses or invitees under thi� Contr�act. THi� iNDFMNIFI . T�nN PRnVTSTCIN l� �PF('TFT[�Ai,1,Y iNT .ND il TO OPFRATFAND BT{ F, FF,C."TTVF FVF.N TF TT T� Ai,i,F(TF.TI �R PRCIVFN THAT Ai,T, OR S[?ME nF THF iIAMA(:F,� RT.TN(T �niTf�HT` WERE CAiTSF.I} IN �30i�� nR YN PART. RY ANY_ ,T. OM fi�ION {7R N��GFNC nF TH +, CYTY. This indemnity provision is intended to inc�ude, without Iimitation, indemnify for costs,exp�nsesand legal fees incurred by the City in defending agaimst such claiun�s and causes of actions. B, Contractorco�e�nantsand�greestoindenr�nifyandholdharmless,ati�sownexpense,theCity, its officers, servants and employe�.s, frotn and against any and al[ loss, damage or destructi�n o�property ofthe City, arising ont oi, or alleged to arise out o� the work and services to be perforrned by the Contractor, its o�cers, agents, emplayees, subcontractaxs, Iicensees or in�vitees under this Con�ract. THTS CNnF.MN�FTCATION ROVISION IS CITY QF FORT WORTH STAIVDARDCONSTRUCTION SPECIFICATION 170CLIMfiN'TS Revision: $r2ifZ021 D� 72 00 - I GENERAL CAN�ITfaN 5 Page 34 t�f 63 ' I\ \ 1 _ 1 1 1_' - ` : - - -= � 1 � �I \I i!�\ii_3L I��i_f. I f � , • � .� � 1 � # 1/ � _._ _1 =-��-=— _-'- -1► _ 1_ l�7Y_ �I_ : � i � ►l._ � 1 :_ I► ' a :_ i � f / _ � __ � ► ! : \ ► � i 6.22 Delegation af Profes,sivnE,rl D�,s�i�c Services A. Cantractor will not be required 1;o pravide pro%ssianal d�sign ser�ices unless such serr�iees are specificaIly required by the Contiract Documients for a portion af the Wo1•k or unless such setvices arerequirad to narryout Coniractar's responsibilities forconstruction means,methods, tecl7niques, sequenc�s and proc�dures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by fhe Contract Documents, Ci�y will spec�y all perforrnance and design crrt�ria that such ser�vices must satisfy. Contractor shall cause such services or eertifcations to be provided by a properIy licens�d professional, whose signature and seal shall appear on all drawiirigs, calculatians, specifications, ceffiiii�ations, and Submittals prepared by such professional. Submittals related to the Work designed or certifed by such professianal, it' prepared by others, shaIl bear such professional's writ�en approval when submztted to Crty. C. City shall be entitled to rely upon the adequacy, accUracy and conapleteness af the services, certifcations or approvals performed by such design professiona�s, provided City has specified to Contractor performance and design criteria thai sueh services must satisfy. D. Pursuant to this Paragrapk► 6.22, City's z'eview and accepta.nce oi design calculations and design drawmgs rvill be onIy for the lirr�ed purpose of c�e.cking for canformance with perfor�nanGe and design criteria. given and the design concept expressed iri the Contract Documents. Ciry's review and acceptance of Subznitta�s (exce�at design calculatians and design draw�gs) will be only for the purpose stated in Paragraph 6.18.C, 6.23 Right to Audtt A. The Cont�ractor agrees that the City shall, until the expiration oi three (3) years after final payment under this Contract, have access to and the right to exa�x�i�ne and photacopy any direc�ly pertinent boolcs, docurnents, papers, and records of the Contractor involving transactions rel�ting to this Contraat. Contractor agrees that the Ciry shall hav� access during R�gular Worlcing Hours to all necassary Contractor facilities and shalI he provided adequate and appropriate work space in ard�r to conduct audrts in co�npliance with the provisions of this Paragraph. The City shall give Contractar re�sonable adva�ce notice of intended audits. B. Contractar further agrees to im�clude ita alI its subcontracts hereunder a provision to ihe ei�ect that th� subcontractor agrees that the Ciry shall, until the expzration a� thr�e (3} years a�ter final payment under this Cantract, have accass to and the right to examirie �nd photocopy any directly pertinent boaks, documents, papers, and records of such Si�bcantractor, involving transaetions to the subcantract, anci further, that City shall have access during Regular Warking Hours to all CfI'Y OF FORT WORTH STAI�IDARDCONSTRIICTION 5PEC[FICA"CION DOCUIviEiVTS Revision: 8�2021 OD7200-I GENERAI.CONDITI0N5 Pagc 3S af 63 Subcoiztractar facil�ies, and shall be pravided adeguate and appropriate work space in order to conduct audits in campliance wzth the pravisians of this Paragraph. The City shall giv� Subcon�ractor reasanable advance natice of intended audi�s. C. Cantractar and 5ubcontractar agrea to photocopy such documents as may be requested by the City. The C[ty agrees ta reimburse Contractor for the co�t of the eapies as fallows at the rate published in �he Te�as Admiriistrative Code al effect as of the time copyizag is perfarmed. 6.24 Nondiscrinzination A. The City is responsible for operating Public Transportation Prn�rams and im�lementing transit- related projects, which are fiinded in part with Federal frnancial assistance awarded by the U.�S. Department of Transportation and the Federal Transit Administratian {FTA), without discrimiriating against any person in the United States on the basis of race, color, or national arigin. B. Title Vl, Cavil Rights Act of 19d4 as amenderl: Contractor shall comp.ly yviih the rec�uirements af the t�ct and fhe ReguIations as further defined in the 5upplementaiy Conciitions fa�' any praject receivulg I'�deral as�istance. ARTICLE 7— OTHER WORK AT THE SITE 7.41 Relatad bYork at Sate A. Ciry may perform other wark related to the Project at the Site with City's ernpinyees, nr oth�r City con.taractors, ar through oiher direct contracts tllerefor, or have oiher work perfarmed by utility owners. If such other �rork is not noted in the Contract Documents, then written notice thereof will be given tio Contractor prior to starting any such other worlc; and B. Contractor shaIl affard each other contractor who is a paz-ty to such a direct cont�act, each utility owner, and City, i� City is performin�g other work with City's employees or o�her City contractors, pr�per and safe access to the Site, provide a rea5onable opportunity fnr the introdUction and starage of rr�aterials and equipment ancf the execution of such other work, and pxoperly coardinate the Work with theirs, Contractar shall do all cutting, fitting, and patching af the Wark that may be required to properly conn�ct or otherwise ma,ke its several parts eorne together and properly integrate with such other worlc. Contractor shaU nat endanger any work af athers by cutting, excavating, or otherwise altering such work; provided, however, that Ct�ntractor may eut or alter athers' v�or�C with the written cor�sent of City and the others whose work will be affected. C. If the proper execution or results of any part of Cont�actar's Worlc depends upon work perfarrrzed by others under th� Article 7, Cantractor shall inspect such oiher work and promptly report tn City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Gontractor's failure to sa report wrll constitute an acceptance of such other wark as fit and proper for a�tegration with Contractor's Wor�C except far latent defects in the work pravided by others. CITYOF FORT WORTH STANDARDCON5TI�UCTION SPP�CIPiCAT[ON I]OCUMP.NTS �CVI310i1: �Li�]�.1 oa�zoo-i GENERAL CON�.IYION S Page 36 of 63 7.02 eaordir�t�tton A, If Cjty intends to contract wifih others for the perfarmance of other worlc on tlle Project at the Site, the following wil� be set fortiz in 5upplementary Conditions: 1. the individual or entity who will have auihority and re,spansibilaty for coord�ation of the activities among �he various coniractars will be identif'ied; 2. the spec�'ic matters to be covered by such authority and responsibility will ba iiemized; and 3. the extent of such authority and responsbilities will be provided. B, Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordinatian. ARTICLE 8 -- CITY'S RESPON�TBILITIES 8.Q1 Comrrtunications t� ContYactoY Except as otherwise pro�ided in the Supplementary Conditions, City shall issue alI communications to Contracior. 8.02 Fxcrnash Data C�ty shall time�y furnish the data. required under the Contraot Documents. 8.03 Pay When Due City shalI make payments to Contracior in acnordance wi�h Article 14. $.Q4 La�ads and Easer�nts,• R2ports cmd �"ests City's duties with respect to providing lands and easements and providing engi�n�eering surveys to establish referenee points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's iden:tifying and tnaking available fio Cantractar copies of reports oi explorations and t�sts of subsu�Face conditions and drawings of physical conditions relatiu�g to ex�sting surface or subsurface structures at or contiguous to the �ite tl�at have been utilized by City in preparing the Contract Documents. S.OS Change Orde�s City shall cxecute Chan�e Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's cesp�nsbiliry with respect to certain �pections, tests, and appravals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARDCONSTRUCT[ON SPECIH[CATI�N D�Ci71v�IVTS Revision: 8r73J1021 ao�2oo-1 GENERALCON�ITIONS Page 37 of 63 8.07 Limitations on City's Re�ponsibilities A. The City shall nat super�ise, direct, o� have �ontrol ar authority over, nor be respansible for, Contractor's means, methads, techni�ues, sequences, or procedures of construction, or the safety pzecautions and programs incident ther�to, ar for any faifure of Contractor to compIy vvith Laws and Regulations applicah�e to the performanca of the Work. City wiIl not be responsible for Contractor's failure to perform the Work in accordance wrth the Contract Documents. B. Cil.y will notify the Contractor of applicable safety plans purst�ant ta �'aragraph 6.1�. 8.08 Undiscl�sed Hazardous �'nvironrr�ental Condi.tion City's responsibility with res.pect to an undisclosed Hazardous Environmental Conditinn is s�t forth in Paragraph 4.�6. $.09 Com�liance wath Safety PYogram Wh�ie at the Site, City's emplayees and representatives shall comply with the speciffc applicable requirerjnents af Cont�actorr's safety progirams of which City has been inf�rmed pursuant to Paragraph b.14. ARTICLE 9-- CTTY'S OBSERVATION STATIIS DURING CONSTRUCTION 9.01 City'sPYojectManager City w�lI provide one or rnore Project Manager(s) during the constructian periad. The dutie�s and respansibilities and the lirn�tatiot�s of authorzty of Ci�ty's �roject Manager during construction are set forth in the Contract Docurnents. The Ciry's Project Manager for t.his Conlract is identi�ed i� the SuppPementary Conditions. 9.02 Visits to Site A�. City's Project Manager �vill inalce visits to the Site at intervals appropriate to the variaus stages c�f construction as Crty deenns necessaz-y in order io observe the progress that has been made and the qtaality of the various aspects of Contractnr's �x�cuted Work. Based on information abtained durmg such visits and abser�vations, City's Project Manag�r will determine, in ge�eral, if the Work is praceeciing in accordance with the Contract Dacuments. Gity's Project Manager w ill not be required ta naake ez€haustive or continuous i�spectians on the Site to check the quality or quantity of the Work. City's Project Manager's efforts will be directed toward providin� Ciry a greater degree of conf"idence that the cornpleted Work will canform g�nerally to ihe Contract Documents. B. City°s Project Manager's visits and observations are subject to all the limita.tions on autharity and respansibility in lhe Coniract Documents includit�g thase set £orth in Paragraph 8.07. CITY QF FORT WORI'I3 STANDA12DCpNS"fRllCT[ON SPECIFICo1T7{}N DOCUNIENTS Revisinn: i3�23/2Q21 oo�zao-� CEN�RAL CaN�ITION S Page 38 af 63 4.03 Autha�fzed Va�iations in Work Ciry's Project Manager may authQriza minor variations in the Work firorn the requirements of thc Contract Dacurnents which do not invoIve an adjustment in the Contract Price or the Contract Time and are compaiible with the design concept of the completed Project as a functioning whale as indicated by the Contract Docurnents. These rnay be accamplished by a Field Ord�r and will be hiriding on City and also on Coniractor, who shall perform the Wark in�ol�ed pramptly. 9.�� RejectingDef'ective Work City will have authority to raject Work which City's Project Manager believes to be defecti�ve, or will nat produce a completed Project that conf'orms to the Contract Documents or that w�ll preJudice the integrity o� the design concept of t�e completed Project as a functioning whole as indicated by t�e Contract Doc�nents. City will ha�e authariry to conduct special inspeciion or testing of ihe Worl� as provided it� Article l3, whether or no# the Worl� is fabrieated, installed, or co�npfeted. 9.Q5 DeterrrainationsforYYo�kPerfor�ned Contractor will determine the actual quantrtie,s and clas�ifications af Work performed. C'rty's Project Manager will review with Contractor the preliminary deterzx�it�ations on such matters before rendering a written recommendation. City's writt�n decision vt+ill be final {except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions an Requirenaents of ContractDocuments and Acceptability of Work A. City will be the initial interpreier of ihe requirements of the Contract Docurnents and judge of the acceptabiiity ofthe Warlcthereunder. B. City wiIl render a wri�ten decision on any issue referred, C. Cily's written decision on the issue re�erred wrll be fma.l and bindin.g on tl�e Cantraciar, subject to tY�e provisions of Paragraph i0.06, ARTICLE 10 — CHANGES IN THE WORK; CLA�MS; EXTRA WORK 10.a1 Autharized Changes in the Wark A. Without invalidating the Cantract and without notiee ta any surety, City may, at any time or frozx� time to tane, nrder Extra Work. Upon notice of such E�tz�a Work, Contractor shall promptly praceed with the WQrk invplved �vhich wiil be performed uz�der the applicable candiiians af the Contract Documents {except as otherwise specifica]Iy provided). Extra Work shaA be rr�emoriafized by a Change Order which may ar may nat precede an order of Extra vvork, S. For minor changes of Work not requiring changes to Con#ract Time or Contract Price, a Field Drder may be issued by the City. CiTY OF FORT WORTH STANDARDCONSTR[lCTION SPECII�[CATI�N DOCUMENTS ftevisioo: &'L�G2(}21 oo�zoo-i GENERALCAN�ITIONS Page 39 oF 63 10.�2 �Ina.uthorized Cdaanges in the Work Cantractor shall not ba entitled io an increase in the Contract 1'riee or an e�ension of the Cantract Time with r�spec� to any work performed that is nat required by tha Contract Documei�ts as amended, modified, or supplemented as pravided in Paragraph 3.04, exespt in the case of an emergency as provided i� Paragraph 6.17. 10.d3 �xecutian ofChange Orde�s A. City and Con�eactor shalI e�ecute appropriate Change Orders covering; l. chang�s in th� Work which are: (i) ordered by City pu�•suantto Paragraph 10;O1.A, (u7 required because of acceptance of defective Work under Paragraph 13.08 nr City's cor�ection oi defective Work under,�ara.graph 13.09, or (iu) agreed �o by the par�ies; 2. chan�es in ihe Contract Pr[ce or Confract Time which are agreed ta by the parties, aacluding any undisputed sum or amovnt of time for Worlc act�aally performed. 10.04 Extr� Wo�k A. Should a difference arise as to wIaat does ar does not constitute Extra Work, or as to the payment thereof, and the City insists upon its perfarmance, the Coniractor shall praceed with the worlc after rrzaking written request for written orders and sI�all keep accurate account ofthe actual reasonable cost thereof. Contract Claims regarding Ea�tra Work shal� be made pursuant to Paragrapk� 1QQ6. B. The Contractor shall furnish the Ciry such instal�ation recards of all deviations from the original Coniract Documents as may be necessary to ena�le t�e City to prepare for permanent record a corrected set of plans shawit�g the actUal iz�stallation. C. The compensation agreed upon for Extra Wo�•k vdhether or not initiated by a Change Qrder shall be a�ull, compleie and final payment for alf costs Cantractor incurs as a result or relatulg to the chan�e or E�ra Work, whether said costs are knawn, unknown, fareseen or unforeseen at thai time, �ncluding withou� limit:ation, any casts far c�elay, extended overhead, ripple or impact cost, or any other effe�t on changed or unehanged work as a result o�'the change ar Extea Work. Ip.05 Notificatian to Surety If the provisions of any bond raquire notice to be given to a surety of a.ny change af£ecting the gez�eral scopa of the Work or the provisions ai the Contract Documents (in.cluding, but not limited to, Contract Price or Contract Time), lhe givirig of any sUck� notice wi]l be Contractor's r�sponsibility. The amount of eac4� applicable band wiIl be adj�sied by the Contractor to raflect th� effect oi any such change. CTT 1' OF �'ORT WbRTH STANDAIi17C01VSTltUCT10N SPGGiPICATiON DOCUMENTS Revision: 8/Z3/�U11 00 �z aa - i ��N��� coNnirioNs Page �10 of 63 10.Q6 ContpactClainrsProcess A. Caty's Decision Reguired: All Coiltract Cla.�ms, except those waived pursuant Lo Paragraph 14.0�, shall be referred ta the City for decision. A decision by City shall be required as a eonditian precedent to any exercise by Contractor of any rights or remedies he may otherr�vise have ur�der the Contract Documenis or by Laws and Regu�ations in respect of such Contract CIaims. B. Notice: I. Written notice statizag the general nature of each Cant�act Claim shall be delivered by the Cantra�tnr to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substaniiat� a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or ex.tent of the Contract Claim,. with supporting data shall be delivered to the City an or be�ore 45 days from the start of the e�ent gzving rise thereto (unless the City allows additianal tune far C�ntractor ta submrt additional or more accurate data in. support Qf such Contract Cla.im}. 3. A Contract C�aim for an adjushnent in Contract Price shall be prepared iu accordance wi�h the provisions of Paragraph 12.01. 4. A Contract Claim far an adjustment in Contr�ct Titne shalI be prepared in accordance with the provisions of Para�raph 12A2. 5. Each Confiract Claim shall be ac.companied by Contractor's written staterr�ent that the adjustment clainaed is the entire adjustment to which ihe Cor�tractor believes � is entitled as a result of said e�ent. b. The City silall suY�mit any response to the Contractor within 30 days after receipt of th� claimant's last submittal {unless Contract allaws additianal time). C. Cily'sAction: Ciry will review each Contract Claim and, wi�lim 3Q days aftar receipt af the Iast submittal oi tke Contractar, �f any, take ane of the fol�owin� acfions in writing: I. deny the Coniract Claun in whole or in patt; 2. approve the Contract Claim; or 3, notify the Contractor ihat the City is unable to resolve the Con�ract Claun if, in the City's sole di�cretzon, zt wou�d be inappropriate for th� Ciry to do so. For purposes af f�rtb.er resolution of ihe Contract Clai.r�a, such notice shall be deemed a denial. CITY QF FORT WORTH STANDARDCONSTRUCTTON SPECIFICATIdN DOCiJNFE1VT5 Revision: 8�/2021 0072DO-1 GE�fERP,L COiJDIT ION S Paga 4 l of G3 D. City's written actian uz�der Paragraph 10,06.0 wiIl be final a1�d binding, unfess �ity ox• Contx�actor invoke the di5pute resolution proc�dure set%rth in Article 16 within 30 days of such action or denial, E. No Contract CIaim for an adjustment in Cantz�act Price or Contract Tirne vvill be r�alid if not subinitted in a�cordanee with this Paragraph 10.06. ARTICLE 11— COST OF THE WORK; ALLOWANCES; iTNIT PRrCE WORK; PLANS QUANTITY MEA�UREMENT I 1.01 Cost of the Wa�k A. Costs Included.• The term Cost of the Wark means the sum of all costs, e�cepi those excIuded in Paeagraph 1 Z.Ol.B, necessarily inc�arred and paid by Contractor in the proper p�rformance af the Work. When the value of any Work covered by a Chang� Order, the costs to be re�nbursed to Contractar will be only those addrtional or incremental cc�sts required 6eca�ase o�the change in th� Worl�. �uch costs shall not include any of the casts itemized in Paragraph 11.O1.B, and shall include but not be 1'united to the following items: l. Payroll costs for employees in the direct employ of Contractar in the per%rmanee of 1:he Work under schedules of job classificatians agreed �apon by City and Contractor, Sueh employees shalI include, vvithout l'un�tation, superintendents, foremen, and other person�z�el e.rnployed full time on the Work. Payroll costs for emplayees not einployed full time on the Warlc shaII be apportioned ora the basis of their time spent on the Work. Payroll costs shall inc lude; a. salaries with a 55°/a markup, or b. saIaries and wages plus the cost of fringe benefrts, which shaIl include social security contrbutions, unemploymeni, �xcise, and payrol� taxes, workers' coz�npensation, health and retirement b�nefits, bonuses, sick leave, �acatian and holiday pay applicabEe thereto, The expenses oi performing Worlc outside of Regular Worlcing Hours, Weekend Working Hours, or lega] ho�days, shall be mcluded in the above to the extent authorized by C�y. 2. Cost of all materia.ls and equipment furnish�d and incorporated in the Work, including eosts of transportatian and srnrage thereo% and Suppliers' field services required in connection tharewith. 3. Renials of all cor�struction equipment and machinery, and the parts thereof whether ranted frarn Contractar or others m accardanca witl� rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismant�ing, and rema�al thereaf. AIl such costs shalI be in accordance with the terrns of said rentaI agreements. The renYa.l of any such equipm�nt, rr�achir�ery, or parts shall cease when fhe use thereof i� no longer necessary for the 'V�ork. crrY o� �oxT wo�rx S'I'AN1�t1RI3CONSTRUCT]ON SPECIFICA'fIOR' DQCUMLIVTS Revision: ��721 00 �2 00 - � GENERAL C4N�ITION 5 Fage 42 nf 63 4. Payments made b}� Contractor to Svbcontractors for Work performed by Subcontractars. If required by City, Contractor sha11 obta.in competitive bids from subcontractors acceptable to City and Contractor and shal� deliver such bids to City, who will then determine, �which bids, if any, wi�l be acceptable. If any subcontract prouides that the Subcantractor is to be paid on the basis of Cost of the Work plus a fee, the Subconiractor's Casi of the Work and fee shall be determined 'm the same manr�er as Contractor's Cost of the Vl�ork and fee as provided in �his Paragraph I1.01. 5. Costs of special consultants (including but not limited to engineers, architecis, iesting �aboratories, surveyars, attorneys, and accauntants) employed for services speeif'ica�y related to the Worlc. 6. Suppleinental costs iricluding the following: a. The proportion of necessary transportation, trav�l, and subsistence expenses of Contractor's employees iri.curred 'u� discharge of duties connec�ed with the Work. b. Cost, �ncluding transportaiion and �naintenance, of a11 materials, supplies, equipment, machinery, appliances, af�ice, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed m the perforr�.nce o�'the Worlc, and cost, less market value, af such items used but not consuuned which rernain fih� prop�riy of Cantractor. c. Sa�es, consuzmer, use, and other simiIar taxes r�lated to the Work, and for which Gontraetar is Liable not covered under Paragraph 6.11, as impQsed by Lavvs and Regulaiio�s. d. Deposits lost for causes other than negligence of Contraetor, any Subcontractor, ar anyone directly or indirectly employed by any af them or fc�r whnse aots any of them rnay be lia.ble, and royahy payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, nat coinpensated by insu�rance or otherwise, sustained by Contractor in connection with the performance of tile Wark, provided such losses and damages have resulted fram causes other ihan the negligence nf Cont�actor, any Subcontractor, or anyone directly or indirectly employed by any of them or for wnose acts any a�them may be liable. Such lo�ses shall include settlements made with tl�e writter� consent and approvaI nf City. Na such losses, damages, and expenses shall be included 'm t�e Cost of the Work for the purpo�e of determining Contractor's fee. f. The cost of utilities, fuel, and sanitary faci�ities at �e Site. g. Minor expens�s such as telegrams, long distance �elephone calls, telephon� and connnaunication services ai the Sita, express a�d courier ser�ices, az�d similar petty cash i�ems in con�ection with the Work. C1TY OP POiiT WQRTH STANllAILDCONS.TRUCTId1V SP&CIF[CAi'I�N DpCI.]NIEN"I'S Revisinn: Rl13(dfrLl oo�2a�-i GENERALCON�ITfONS Pa�e 43 of 63 h. The costs of premiur�ns foz all bonds and insurance Coni�'actor is requiced by the Connact Docutnents to puz•chase and xnainiain. B, Costs Excluded.• The term Cost of the Work sl�all not inc[ude any of the foIlowing i�erzas: Payeoll �osts and other campensation af Contractor's of�cers, e�ecutives, pri�cipals (of partnerships and sole proprietorships}, general xnanagers, safety managers, engineers, archit:ects, estunators,. attorneys, auditors, accountailts, purchasing and c.ontracting agents, expedrters, iimekeepers, clerks, and other personnel employed by Cont�actor, whether at i:he Site or in Contractor's principal or branch affice �ar general admmistration of the Work and not s�ecif"ica]Iy included in ihe agreed upon schedule of job classi�cations refez-red to in Paragraph 11.01.A.1 or considered aelu�inistrative specif'icaliy covered by Parag�raph l I.O1.A.4, al1 of which are to be costs covered by the Coniractar's fee. 2. Exper�ses of Contractor's przncipal and branch offices other thatt Contractor's oftice at the Srte. Any part of Contractor's capital expenses, including interest an Contractor's capital �mplQyed for the Work and charges against Contractar for deiinquent paymenis. 4. Costs due ta the negligence of Contractar, any Subcontractor, or anyone directly or indirectly emp�oyed by any of them ar for whose acts any af them may 6e liable, including but not Gmited to, the correction of defeciive Work, disposal of mafierials or equipment wrongly supplied, ancl making goad any damage to praperty. 5. Other ov�rhead or general expense costs of any kind. C. Cont�actor�',s Fee: When al1 the Wark is performed on the basis of cost-plus, Cnntractor's fee shal� be determined as set forth in the Agreement. When �he value of any Work covered b� a Change Ordear far an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be dete.rmined as set �orth �n Paragraph 12.p1.C. D. Docutne�atation: Whenever ihe Cost ot't1�e Wor% f�r any purpose is to be determined pursuant to Paragraphs 11.O1.A and lI.O1.B, Cantractor wiJl establish and maintain records thereof in accordance wi1:h generaliy accepted accounting practices and subrni� in a form acceptable to City an itemized cost bxeakdown iogether wittt supparting data. ll.Q2 Allawances A. SpecrfiedAllo�ance: It is und�rstoad that Contractor has ir�cluded in the Contract Price all allowances so named in the Cantract Documents and shall cause tne Work so covered to �e perfarmed far such s�ams and by such persons or entities as may be acceptable to City. B. Pre-bad Allowances: l. Contractor agrees that: cz�rX or eoxT waR-rx STANDAR_DCONSTRlICTION SPECIPiCATIf]N DDCiJIvIENTS Revisiqn; $23/2b21 D072D0-I GENERAL CON4ITION S Page 44 of b3 a. tl�e p�•e-bid al�owances inc�ude ihe costtn Contractor of ��nate'rials and eQuipment requued by ihe allowances �o be deli��red at tl�e Site, and aII app�icable taxes; and b. Contractor's costs for unloading and han.dlir�g on the Site, labor, instalIation, o�verhead, profrt, and ot�er ea�enses contemplated For the pre-bid allowances have been included in the a�owances, and no demand for additionaI payment on account af a�:y of the foregoing will be vafid. C. Coratingency�(llowance: Contt'actor agrees tl�at a contingency a�Iowance, if any, is for the sole use of Ci�ty. . D. Prior to final pa�ment, an ap}�ropriate Change Order wi11 be �ssued ta r�flect actual amounis dUe Contractar on account of Work covered by allowances, and the Contract Price shall be carrespondingly adjusted. 11.03 UnitPrice Work A. Where the Con�act Documents peovide that all or part of the Work is to be Unit Price Wnrk, initially ihe Contract Price will be deemed to include for all Unit Price Work an amount equal to the �um of the unit price for each separately identi%d item of Unit Price Worlc titnes the estux�ated quantity nf each i�em as indieated in the Agreeznent. B. The estitnated quantities of itatns af Unit Price Work are not guaraz�teed and are soIely for the purpose of cozr�parison af Bids and determining an inrt�al Contract Price. Deterrninations of the actual quanti�ies and elassi�cations of L1nit Price Work per%rmed by Contractor will be made by City subject ta the provisions af Paragraph 9.�5. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profrt far each separately identified item. Work descrbed in the Contract Dncuments, or reasonably inferred as requi�red £or a functionaIly complete installation, but not idenfified in the listing af unit pr�ca items sha.11 be considered incidental ta u� price work listed and the cost of incidental work mcluded as part of the unit price. D. City may tr�ake an adjustment in the Contract Price u� accordar�ce with Paragraph 12.01 if: 1, ihe quantity of any item of Unit Price Wark performed by Contractor differs maferiaIl� and sign�'icantly firom the esiimated quant�.y o� such item indicated in the Agreement; and 2. there is no corresponding ad�stmen# wiith respect to any other i�em af Work. E. I�acreased o� Decreased Quantities: The Cily reserves the righ.t io order E�ra Work in accordance with Paragraph 10,0I. 1. Ii the changes in quantities or the alterations do not significantly change the characier of work under t1�e Conf�'act Documents, the altered woz'k wi�l be paid for at the Contract unit pr�ce. crrY or �onm wox•rx STANDARDGONSTR�]GTION SPEC7F[CRTIQN DQCiJNIEN`I'S Re°vision: 823/lOZ1 oo �a oo - i GEN�RAL. COiJQIT10 N S. Pag� 45 of 63 2. If the changes in quanti�ies or alteratians significant�y change the character oF �vor1�, the Cnntract vvill be amended by a Change Order. If no un�t pt•ices exas#, this will be considered E�ra Work and ihe Contract will be aznended by a Change Order in accordance with Article I2, 4. A significant change in the charaoter o�worl� occ�.u�s when: a. the character of worl� for any Item as altered d'zffers rnaterially in kind ar nature frain that in the Contract or b, a Major Item of work varzes by more thaM 25% fram the original Cdntraci quantity. 5. VkThen i�e quantity of work to be done under any Major Itein of the Contxact is more than 125% af th� original quantity stated in the Contract, then either party to tha Contract may request an adjustment io the unit price on the portion of the �vorlc tl�at is abo�e 125%. 6. When the quantity af r�aorlc to be done under any Major [t�m of the Contract is less than 75°/o af the origina] quantity stated in the Conlract, then either party ta the Contract may cequest an adjustment to the unit price. I 1.04 Plans Quaniity Measurenz�nt A. Plans quant�ties may ar may not represenf tke exact quantity of work performed or tnaterial moved, handl�d, or placed during the execution of the Contract. The estimated bid quat�iities are designated as £'uaal payment quantities, unless revised by the governirzg Section or this Artic�e. B. Tf the quantity measured as aui.lined under "Price and Payment Procedures" varies by nr�orre than 25% (or as stipu]ated under "Price and Payrrient Procedures" �or specif"ic Items) from the tatai esiimatied quaniity fnr an indiwidval Itein originally sk�own ici the Contract Documents, an ad�ustment t�ay be made to the quantity of authorized wor�C done for payment purposes. The party to the Coniract requestirig tk�e adjustznent will provide field mea�urements and calculanons showir�g the �'inal quantity for rvhich payment will be made. Payment for revised quantity will be made at tIze unit price bid for that Item, excep� as provided %r m Article 1Q, G When quantities are revised by a change in design approved by the Cily, by Change Order, or to correct an error, or to correct an errar on the plans, th.e plans quantity will be increased or decreased by ihe amount involved in the change, and the 25% var�ance will apply to the new p]ans quantity. D, [f the tota] Contract quantrt.y multiplied by the unit price bid for an indi�+idual Itein is less than $25� and tfae Item i5 not originally a plans quantity Item, then the Item may be p�.id as a��ans quantity Item i�the City and Contractor agree in writing to fix the firzal quantity as a plans quantity. CTTY OF FORT WORTH STANpARDC0IVSTRt�CTION SPECIN[CAT14N DOCUNiL�NTS I2evision: 8n31TA21 R07200-I GENERAL COND]TION S Page 46 of 63 E. For callout wack ar non-site speci�ic Contraets, the plans yuantity measurernent reyuirem.ents are not applicable. ARTICLE 12 — CHANGE OF CONTRACT PRICE; CTI�iNGE OF CON'IR.ACT TIME 12.01 Change of Cont�act Price A. The ContraciPrice may only be changed by a Change Order. B. The valu� oi any Work covered by a Change Order u�ill be determined as follows: 1. where the Work �t�volved is eavered by unit prices cantained in the Con�'aci Documents, by application of such unit prices to the quantities of the items inva�ved (subject ta the provisions af Paragraph I1.03}; nr 2. where the Work invotved i� not covered by uni� prices contained in the Contract Documents, by a mutually agreed Iurrnp suzn or unit price (which may incl�de an allo.wance for overhead and profrt not necessarily in accordance with Paragraph 12.01.C.2), and shall mclude �he cost of any secondary impacts thai are foreseeabl�e at the time of pricing the cost of Extra tiVork; or 3. where ttie VWork in�volved is not covered by unit prices cantained in the Contract Documents and agreement ta a lump sum or unit price i� not reached under Paragraph 12.O1.B.2, on the basis of the Cost of the Work {determined as provided in Paragraph 11.01) plus a Cant�actor's f'ee far overhead and pro£'rt {determined as pro�ided in Paragraph 12.O1.C}. C. ContractoY's Fee: The Contraetar's additional fee foz' averhead and profrt shall be determined as follows: 1. a mu�ually acceptable fixed fee; or 2, if a fiYed fee is nn� agreed upon, then a fee based on the fallowing percentages oithe various portioras of the Cost of the Work: a. far casts incurred under Paragraphs lI.O1.A.1, 11.O1.A.2. and I1.fl1.A.3, the Cantractor's addiiional fea shall be 15 percent except for: 1) rental fees for Contractor's awn equipment using standard rental rates; 2) bonds and insurance; k�. for costs incurred under Paragraph 11.OI.A.4 and 11.01.�1..5, tk�e Cantractar's fee sha�l be five percent (S°1o); 3) rvhere one or zxtore tiers of subeontracts are on the basis of Gost of the Wark plus a fe� and no fixed fee is agreed upon, the intent of Paragraphs 12.O1.C.2.a and I2.flLC.2.b is that the Subcontractor who actually perfarms the Work, at whatever errY oF rox-r wo�r� 5TANDAiLi]CONSTRUCTI4N SPECIFICAT[ON DOC[1MENTS Revision: 823�21 00�2oo-i GEIVERALCON�IT10N5 Page 47 of b3 tier, will be p.aid a fee of 15 percent of the cosis incurred by such Subcontractor under Paragraphs 11.O1.A.1 and lI,O1.A.2 and that an� higher tier �ixbconix•actor and Contractar vvi� eaeh be paid a fee of %e percent (S%) of the amount paid to the next lawer tier Subcontractor, howe�er in na case sha]] the cumulative tatal of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.01.A.6, and II.O].B; d. the amaunt of credit to be allnwed by Contractor to City for any change whieh resul�s in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an arnaunt eqUal to five percent (5%'0) of suct� net denr�ase. 12,02 Change of Contract Time t4. The Contract Tune may only be changed by a Change Order. B. No extension of the Contract Time will be al�owed far Extra Work or for clauned delay �nless ihe E�ra Wor�C cont�mp�ated or claimed delay is shown to be on the critical path o� the Project Schedule or Contractor can show by Crztical Pa�tMethod analysis how th� Extra Work or claimed delay adversely afFects the critical path. 12.Q3 Delc�ys A. Where Contractor is reasanably delayed in the performance or cornpletion o£ any part of the Work within the Con%�aci Time due to delay beyond the cantrol of Coniractar, the Conieact Time rnay be e�ended iri an amount equal to the tinae lost due to such delay i� a Cnntract Claim i� made there%r. De�ays beyand the control of Cont�actor shall include, 6ut not be limi�ed to, acts o�• neglect by City, acts ar neglect of tatility owners or ather contractors performing otl�er worlc as contemplated by Artiele 7, fires, f�oods, epid�mics, abnorma.l vveather eonditions, oz- acts of God. Such an adjustinent shall be Cant�•actor's sole and exclusi�e remedy for the delays described in this Paragraph. B. If Cantractor is delayed, City shall nat be liable to Contractar for any cIauns, costs, Iosses, or damages (including but not li�mi�ed to all fees and charges of engine�rs, architects, atGorneys, and other proFessionals and all court or arbitrat'ran or other di�pute resolutian costs) sustained by Contractor on or in connection with any ather praject or anticipated project. C. Contractor shal� nat be entitled to an adjustment in Contxact Price or Con�ract Time far defays within the contral af Contractor. Delays aiCributable to and wikhin the conirol of a Subcontractor or Suppuer shalI be deezned ta be delays within the contral of Contractor. D. The Contractar shall recei�e no compa.nsation for delays or hindrances ta the Worlc, exceptwhen direct and una�oidable extra cost to the Con�actor is caused by the faihare of the Ciry to provide informatinn ar material, �' any, which is to 6e furnished by the City. C1TY OF PORT WORTH STANDAItQCONSTRIICTION SI'EC[F1CA7'[OIV 170CUMENTB Revisian; 823l�J21 ao�zao-i GENERALCONDITION 3 Page 48 of 63 ARTICLE 13 -- TESTS AND TNSPECTIONS; CORRECTION, REMOVAL OR AGCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of aIl defective Wark oi which City has aci�aal knowledge will be given to Contractor. Def�ctive Worlc may be rejected, coz•rected, or accepted as provided in this Article 13. 13.�}2 Access to Work City, independeant testing laborafiories, and governmental agencies with jurisdictional interests will have access to the Site and the 1�ork at reasonable tunes for their observation, inspection, and testirzg. Confractflr shall provide ihem proper and s�.fe conditions far such access and advise them of Contractor's safety procedures and programs sa that tlZey may comply therewith as applicable. 13.03 Tests ar�d Inspeefions A. Contractor shall give City tunely notice of readiness of the Work far alj required inspections, tests, or approvals and shall cooperate with ins�eciion and testing personnel to facil�tate required inspections or tesis. B. If Contract Documents, Laws ar Regula�ions of any public bady having jurisdiction require any of the Work (or part thereof} to be inspected, testeci, ar appro�ed, Contractor s�a�l assUme full respons��i�Zty for arranging and obtaining such independent inspeetions, tests, retests or approvals, pay alI costs m connection therewith, and fiarnish City the r�quired certif"icates of inspection or approvaI; excepting, horvever, those fees speci�cally identified in the �upplemenfary Conditions or any Texas Department of LicensUre and Regulation (TDLR) inspeci�ons, which shall be paid as descrtbed in the Supplementary Conditions. C. Contractor shaIl be responsible for arrangxn.g and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or appravals required for City's acceptance of mafierials or equipment ta ba iiacorporated in the Work; or acceptance of materials, m� designs, or equipment submiited for approval prior to Contractor's purchase thereof far incorporation in the Work. Such inspections, t�sts, re-tests, or approvaJs shall be performed by organizations acceptable to City. D. City may arrange for the ser�ices of an independ�nt testing ]aboratory (`�'esting Lab") to perform any inspections or t�sts ("Testing") £or any part of the �Vork, as detei�rnrned solely by City. I. City will coardinate such. Testing ta the e�ten� possible, wiih Contraetor; 2. 5hould any Tesiing under this Section 13.03 D result in a"iail", "did noi pass" or other similar negative result, th� ContracLor shall be respor►sibie £or paying for any and all retest�. Contractor's cancellatian witho� cause of City initiated Testing shall be deet-r►ed a negative result and reyuire a retest. ci�Y or Fo�tT wonTT� ST.4NDARDCONS7EtUCTION SPECIFICAT]dN DOCUMSNTS Revisit�n: 8rLiG3U2] oa�zao-i GEN�RALCpNoITIONs. Page 49 of 63 3. Any amaunts owed for any retest under ihis Section 13.03 D shalI be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests ta Cantractor. 4. If Contractor fail� to pay the Testing Lab, City �vill not issue Final Payinent until the Testing Lab is paid. �. If any Work (or the work of others) that is to he inspected, i�sted, or approved �s covered by Contractor without writien cancurrance of City, Contractor shall, iF requested by City, uncover such Work for obs�rvation. F. Uncovering Work as provided 'm Paragraph 13.03.E shall be at Contractor's expense. G. Cantractor shall have the right ta make a Contract Claun regarding any retest or invaice issued und�r Section 13.03 D. 13.04 Uncavering 1�ork A. If any War�{ is covered cont��ary to the Contract Documents or specific iristructions by the Gity, it rr�ust, if request�d by City, be uncovered for Czty's observation and replaaed at Confractor's expense. B. [f City cansiders it necessary or advisable that co�vered Work be obsefved by City or mspected or testedhy others, Cozattz�actor, atCity's request, shall uncover, expose, or othet-wise mal€e available for observation, inspecl:ion, ar testit�g as City may require, tl�at partion of the Wark in quesCion, furnishrng all necessary labor, material, and ec�uipinent, Tf it is found that the uncovered Work is defective, Contractor shall pay al] claims, costs, losses, and damages {including but not limited to all fees and charges of engineers, architects, attorneys, and other prafessionals and all court or nther dispute resolutlan costs) arising out of or relating io such unco�vering, exposure, observatron, inspection, and. testing, and of satisfactory replacement or reconsfruction (mcluding but not J.imited tQ all costs of repair or replaeernent of work of others); or City shall be entztIed ta accapt defective Wnrk in accordance �viih Paragraph 13.08 in which ease Contractor shall still be responsible for all costs associated with eXposing, abser�ing, and testing the def.ective Woric. 2. If the uncovered Work is not found to be defactive, Contcactor shall be allowed an inerease in the Contra�t Price or an extension of the ContractT�ne, or both, directly attribuiable to such uncovering, expnsure, observation, inspection, testing, replacement, and reconstruction. 13.05 City May Stap the Work If the Work is defective, or Contractor fails to supply sufftcient skilled worlcers or suitable materials or equipment, or fails to perform the Work in such a �vay that tne completed Wark will conforr� to the Cont7ract Documents, City may ordcr Contractor fio stop the Work, or any portion thereof, until the cause far 5uch ordar has been eliminated; however, this right of City to stap the Work shall not give rise to any duty an the part af City to exercise this right far tne ber�e�'rt of Contractor, any CITY �F FORT WQRTH STAND�RDC4N5TRUCTION SPECIFICATION DOCUMEIVTS Aevision: 823C1p21 0072UO-I G�NERAL CAN�lTION S Page SQ of 63 Subcontractor, any Supplier, any other in.dividual o�• entiky, ar any surety far, or employee or agent of any of them. 13.06 Cor�ection orRemoval of Defective �L'o�k A. Promptly after receipt of written notice, Contractar shall correct all dafective Work pursuant to an acceptable scheduIe, whether or not fabricated, installed, or completed, or, �' the Work has been rejeeted by City, remove it from the Froject and replace it with Worlc that is not defecti�e. Contractar shalI pay a11 cJairns, casts, addi�ional testing, lass�s, and damages (includiir�g but not Iirruted to all fee� and charges of engi�eers, archi�ects, atCorneys, and other professionals and all caurt or arbitration or other dispute resolution costs) arisirag aut �f or relating to such correction or remova� (including but not lirr�ited to all costs af repair or replacement af vvark of others). Failure to require the removal af any defective Wark shall not constitute accaptanca ofsuch Work. B. When correcting def�ctive Work �nder the terms of this Paragraph 13.06 ar Para.graph 13.07, Contractor shaU take no action that would void or oiherwise itnpair Cify's special warranty and guarantee, if any, on said Work. 13.07 Correctian Period A. If within two (2) years after the date of Fina1 Acceptance (or such langer periad of tune as may be prescrbed by the terrr�s of any applicab�a special guarante� required by the Coniract Doouments}, any Work is found to be defectiNe, or i£ the repair af any damages to the land ar areas macie a�ailable for Contractor's use by Ciry or permitted by Laws and Regu�.tions as contemplated in Paragcaph 6.10.A is found to be def�ctive, Contractar shall prornptly, wzthaut costto City and in accardance wrth City's wri�tfen instructions: l. r�pair such defective land or areas; ar 2. eorrect such defecti�ve Work; or 3. if the defective Work has been rejected by City, remove it frarn the Projeet and replace it wi� VVork tl�at is not defectit�e, and 4. satisfactorily correct or repair or remn�� and replace any damage to other Work, to the work of otY►ers or other land ar areas resulting thereFram. B. If Contractor daes not prnmptly comply with tl�e terms of City's written �structions, �r in an emergeney where delay would eause serious risk of loss or damage, City may have tkze defective Work enrrectad or repaired ar may have the rejected Work removed and replaced. All c�aiulas, casts, losses, and damagas {including but not lirx�ited ta all %es and charges oF er�girieers, architects, attorneys, and other profassionaLs and all court or other dispute resolution costs) arising out of or relating to such carrection or repair or such removal and replacement (iulcluding but nat limrtcd to all costs of repair or replacement of work af nihers) vwill be paid by Contractor. CTI'Y OF FO�T WORTH 5TA3+lDARDC01�lSTRllCTION SPECIPiCATIOtJ DOCLJMENTS Rev€sinn: SIL�21 oo�zoo-� GENERALCO�inIT14N S Page 51 of 53 C. In special c'vrcumstances where a particuIar i�em of equipinent is placed in COt7�117C�dU5 service before Final Acceptance of a�l the Worlc, the correction per�od for that �tezxa zx�ay start to run from an earlier date if so provided � the Contract Dacuments. D. Where defective Worlc {and dar�age ta other Worl� resulting therefram) has been corrected or removed and replaced �ander ihzs Paragraph 13,07, the corr�ction p�riad hereunder �vith iespect to such Work may 6e required to be extendad far an additional period of one year after the end of #h.e iniCial carrectian period. City shall provide 30 days writ�en notice to Cozatractor should such additional vvarranty coverage be required. Co�tractor may dispute tk�is requirement by filing a Coniract Claim, pursuant to Paragraph 10,06. E. Contractor's obligations under t.kus Paragraph 13,07 are m addition to any oiher obligation ox warranty. The provisions of t.�is Paragraph 13.07 shall not be construed as a substitiate for, or a waiver of, the provisions of any appl[cable staiute oi limitatian or repase. 13.08 Acceptance afI)efective YYork If, instead of requu•ing correction or reznoval and replacement of e{efectiva Work, City prefers to accept rt, City may do so. Contractar shall pay all claur�s, costs, 1oss�s, and damages (includir�g but not limited to a�l fees and charges of engineers, archi��cts, attorneys, and other prafessianals and all cou�t or other dispute resolution cosis} attrbutable to City's evaluation of and deternnination io aecep� such defective Work and for the diminished value of the Wqrk to the e�ent not otherwise paid by Contractor. If any such acceptar�ce occurs priar to Final .A,cceptance, a Change Order �viIl b� issued incorporating the necessary revisians in the Contract Documents with respe�i to the Work, and City shall be entitled ta an appropriaie decrease in the Contract Price, reflccting the diminished value of Wark so accepted. 13.09 City May Co�rect Defective Work A. If Cantrac�or fails within a reasonable time after writter� notice from City to correct de�ective Woric, ar to remove and repla.ce �ejected VVork as required by Cii�y in aceordance with Paragraph 13.06.A, ar if Cantractor faiIs to perfortn the Work in accardance with the Contract Documents, ar if Contractor fai.ls to camply with any ather provision of the Contract Documents, City may, after seven (7) days written notice to Contractor, correct, or remedy any such defciency. B. In exercisir�g the rights and remedies under this Paragraph 13.09, City shal[ proceed expeditiously. In connection with such corrective ox remedial action, Ciry may exclude Contractor from all ar part of the Si�e, ta�Ce possession of all o� part of the Work and suspend Coniractor's services related th.ereto, and incorparate in ihe lhiork aIi materials and equipment �ncorporated in the Work, stored at the Site ar for which City has paid Contracfi�r but which are stored elsewhere. Contraetor shall a�ow City, City's representatives, agents, consultarzts, employees, and City's other contractors, access to the Site to enable City to exercise the rights and reinedies under this P aragraph. C, All clairrEs, costs, IQ55B5, and damages (including but not limited to all fees and charges of engineers, architects, a�orneys, and other professionaIs and all court ar other dispute resoluiion c�TY aF �oa�r woxr�r STAIVDAI2DCONSTR[1CTION SP�CI�ICATIQN DbCiJMENTS Rcvisian: Rr131�(71.1 007200-I GENERAL CAN�ITION S Fage 52 of b3 costs) iricurred or sustained by City in exercising the rights and cemedies under this 1'�.ragraph 13.09 will be charged against Contractar, and a Change Order wil! be issued incorpo.rating the ne�essaryrevisions in the Cont�ac#Documents wrth respecttaflle Work; and City shall be entitled to an appropriate decrease in tihe Contraet Price. D. Contractor shall nat performance of �he Paragraph 13.OR. be allowed an e�ension af the Contract Time because of any delay in the Worlc attrbutable ta the exercise of C�ty's rights and remedies under this ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.O1 Sehedule of Values The ScheduIe of Values for lurnp suin contracts established as provided in Paragraph 2.07 will ser�a as the basis far progress payments and wi� be incorparated into a form of A.pplication fox �'aymer� acceptable to Ciry. Progress paym.ents on account of Unit Price Work wi1l be based on the number of units cornpleted. I4.02 Progres,� Payrnents A. ApplacatiorasforPayrrtertts: Q 5. l. Con�raetor is responsible for providing all inforranatian as requ�ed to becarn� a �endor of ihe CI�, 2. At least 20 days before the date established iri the General Requirements for each progress payment, Contractor shall submrt to Cily for review an Applieatio�► for Payment filled out and signed by Contractor ca�ering th� �ork completed as of the date af the Application and accannpanied by such suppor�ing docurr�entation as is r�quired by the Contract Documents. 3. I� payment is requested on the basis of materia�s anc� equipment not incarporated in the Work i�ut delivered ar�d suitably stored at the Site or at another lacation agreed to in writing; the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warrantir�g that Cit� has reeeived the materials and equipment free and clear of all Liens and evidence that the materia�s and �quipment are cavered by appropriate insurance ar ather arrangements to protect Ciry's interest therein, all af whlch must be satisiactory io City. Beg�ning with the secondApplication for Payment, each Application shall mclude an affdavit of Contractar stating tihat previous progress payrnents rece�ved an account oi the Work have been applied on account to d�scharge Contractor°s legitimate obligations associated with prior Applica�tions for Payrnent. The amount of retauaage wzth respect to progress paym�nts �nrill be as des�cribed in subsection C. unless ntherwise stipulated 'm the Contract Doeuments. C1TY OF FORT WOIZTH STANDARDCON3TRUCTION SPBCIFICATIQN DpC�JMENTS Itevisian: �1.021 00720Q-1 GEiVERALCONDITI0N9 Page 53 of b3 B. Revieyv of'Applicatioras: 1. City will, after receipt of each Applicatinn for Paym�n�, either indicate in writing a recommendaiian of payment or r�turn fihe Application to Contractor indicating reasons for refusing payrnent. In the latter case, Contractor may ma�e the necessary corrections and resubm�t the AppIicatian. 2. C�.y's processing of any payrnent rec�uested in an Application for Payment will be based on City's observat�ons of ti�e exeeuted Worl�, and an City's review of the Applicatian for 1'ayrnent and the accoznpanying data and schedules, that to the besfi oi City's icnawledge: a, t11e Worlc has progr�ssed to the poirit indicated; b. the c�ualiry o� the Work is generally in accordance with the Contract Documents {subject to an evaluatian of the Work as a functionit�g whala prior to or upon Final Acceptanee, the results of any subsequent tests callad �ar in the Contract Doeuments, a final determination of c�uantities and classifications for Worlc perfarmed uncfer �'a�•agrapk� 9.05, and any other qualifications stated in the cecarnmendation). 3. Prac�ssing any such payrnent wi�1 not thereby be deemed to have represented that: a. inspections made to eheck t�.e quality ar the quantity of the Work as it has been performed ha�e been exhaustive, extended to ev�ry aspent of the Work in progress, or involved detailed inspections af the Work bayond the responsibilities specifically assigned to Gity in the Contract Docurtlents; or b. there may not be other matters ar issues between the partie:s that might entiitIe Contractor to be paid additionally by City ar en#itle City to withho�d payment to Contractor; or c. Contractar has cozxkplied with Laws and Regulations applical�le to Cantractor's performance af the Work. 4. City may refuse ta process the whole or any parl of any paymant because of subsequently discovered evidence or the resufts of subsequent inspectzons or tests, and revise or revoltc any such payment previously made, ta such extent as rnay 6e necessary to protect C�ty from loss because: a, the Worlc is defective or completed Work has been damaged by the Cant��actor or subcontractors requiring correcfiion ar replacernent; b. discrepancies in c�uaniities contained in prevzous applications for payment; c. the Coni�act Price has been �•educecl by Change Orders; d. City has been required io correct defective Work ar complete Wark in accordance with Paragraph I3.09; or CITI' QP FORT R'ORTH STAI�FDARDCONSTRUCTIDN SPEC[FICAT[ON DOCUMENTS Reuisian; W13/2(i11 OD7200-] GENEFtALCQ3J�ITIONS Pagc 54 ot G3 e. City has actual knawledge of the occurrence of any of th� events enumerated in Paragraph I5.02.A. C. R�tai�age: 1. For contracts less than $400,000 at the time of execuiion, cetainage sha.11 be ten perceni (10%}. 2. For contracts greater than $400,OOQ at the tinae af execution, retainage shalI be fve percent (5%). D. Liquidated Damages. For each calendar day that any wark shaI1 rerr�ain uneompleted after the t'une spec�"�ed in th.e Contract Document�, the sum per day specrfad in the Agreement will be assesse.d against the monies due the Contractor, not as a penalty, but �.s damages suffered by the City. E. Payrnent.� Contractor wi�l be paid pursuant to the requirements of this ArticIe 14 and payrnent will become due �n accordance with the Contract Documents. F. Reductian in Pay�nent.• 1. City may refuse to malee paymen.t of tkte amount requested because: a. Liens have been filed in connection with the Work, except whexe Cantractor has delivered a specific bond satisfactory to City ta sectu'e the sa�isfactian and discharge of such Lier�; b. there aze otlaer ztems entitling City to a set-oif aga�st the amount recornmended; ar o. City has actual knowledge of the accurrence of any o�the events enumerated in Paragraphs 14.42.B.4.a through 14.02.B.4.e or Paragraph 15.Q2.A. 2. If City refuses to �nake payrrzent a� the amourit requested, City will give Contractor written notice statu�g the reasons for s�ch actian and pay Contractar any amou�t remaining after deduction of the amotant sa wrthheld. City shall pay Coniractorthe axx�ount so withheld, or any adjustment thereto agreed to by City and Contractor, �+hen Coni�actor remedies the reasons for sueh action. 14.03 Contractor's Wa.rranty of Title Contraetor warrants and guarantees that ti�le to all Wor1c, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no �ater than the tune of payment free and cleai• of all Liens. C1TY OF FORT WQI�TFI STANDACLDCONSTRUCTION 5PECIFICATION IJOCUMENTS Revision: 8231�,021 Uo��oo-� GENERAL CON�ITION S Page 55 of 63 14,Q4 Partial Ufilization A. Priar to Final A.cceptance of all the V+forlc, City rnay usc or occupy any part of the Work which has specif'ically been identif'ied in �h� Contract Documenl;s, or which City cEefe�•mines constzhites a separately functioning and usabl� part af the Wark that can be used for i� intended purpase without signifiaant interference with Contractor's performance of the remainder of the Work. City at any time may natify Cor�tractar in writing to permit City to use or oceupy any such par� af the Work which City determines ta be ready far its in�ended use, subject �o the following condi�ion�: 1. Cont�actor at any time rnay notify City in writrng that Contractor considers any sucl� �aart af the Work ready far its intended use. 2. Within a reasonable time after notification as eantux�erated an Paragraph 14.OS.A. l, City and Cor�t�ractor sh.all rnalce an i�spection of that part o� the War� to determine its status of completian. If City daes not consider that part of the Work to be substantially campl�te, City will notify Contractor in writing giving the r�asons therefor. 3. PartialUtilizatian will not canstitute Final Acceptance by Czty. 14.Q5 Finallnspeetion A. Upon wr�tten notice from Contractor that the entire W ork is S u b s t a nt i a 1Iy Complete in accardance with th� Contract Dacuments: I. Witlzin 10 days, City �vill schedule a Fu�al Inspectian with Cantractor. 2. Cit� will no�ify Contractor in writing of all particulars in vdhich this inspection re�eals i:hat the Worl� is ineamplete �r defective (`�Punch List Items"). Coniractor shall irnm�diately tak� such measures as are necessa�ry to complete such Wark or rernedy such definiencies. B. No time cl�arge will be mac[e against the Cont�'actor between said date of notification to the City af �ubstan�ial Gompletion and the date o� Final Inspectian. I. Should the City deterrnine that the Wark is not ready for Final Inspection, City will noti�y the Contractot in writing of the reasons and Contract Tune will resume. 2.. Should the City concur that Substantial Completion has been achieved with the exception of any Punch List Items, Contract Time wiU resume for the duration it takes for Coniractor to achi�ve Final Acceptance. 14.Ob FinalAcceptance L1pon completion by Contractor to Ciiy's satisfactian, of any additional Work identified in the Final Inspecti.on, Gity will. issue to Contractor a letter of Final Acceptance. c��r� oF FORr wor��rx STANDARDC4i35.TRiIGT10N SPEGIFICATION DOCCTMENTS Revision: 8�)3f1021 007200-1 G�NERAL C4NQITIaN S Page S6 of 63 14.07 Final Payrraent A. Application for Pay�nent.� 1. Upan FinaI Acceptance, and fn the opinion af CiLy, Contractor may rr�ake an application fbr final payment followirig �ie pracedure %r progress payments in accordance wiih the Contract Documents. 2. The final Application for Payment shalI be accompanied (except as previaus�y delivered) by: a. all documentation called for in the Contract Documents, including but nat Iimited to ti►e evidence oi 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 Caniractor believes are unset�led; and d. affidavits of payments and complete and Iegally effective releases or waivers {satisfactory to City) of aIl Lien rights aris�g out of or Liens filed 'm cannection with the Work. B. Payrn�ntBecofnesDue: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City i� ent�led, nncludin�g but not 1'maited to liqUidated datx�ages, wi71 become due and payabie. 2. After al1 Damage Claitns have beenresolved: a. directly by the Contractor or; b. Con�ractor provides evidence tlaat the Damage Claim has been reported to Cont�•actor's insurance pro�vider for resolution. 3. The ma.king oF �he final payment by the City shall not relieve the Confractor of any guaeantees or other requirernents of the Contraet Docu�nnents which specifically contin�ue ther�aft�r. 14.08 Final Corr�ple�ion Delayed and Pariial Retai�aage �eiease A. If fina.l completion of the Work i� signzf'icantIy c�elayed, and if City so conf'u�ms, City may, u�on raceipt af Contractor's fmal Application for Payment, and without terminatirtg the Contract, inafee payment oi the balancE due for that portiott of ihe Work iulIy completed and aecepted. If tl�e remainirzg baIance ta be held by City for Work noi fully completed or corrected is less than the retainage stipulated in Paragiraph 14.02.C, and i£ bonds have been fuz�niished as required in Paragraph S.OZ, the written consent of the surety to the payment of the �alance due for that CITY OF FORT WORTH STANDARDCOlVSTRIICTIpN SPECIFICAT1dN i]OCUMEIVTS Revision: f�L"�llIJ21 �072OD-I GENERALCON�ITIONS Page 57 of 63 portion of the Wo�k fully coi�pleted and accepted shall be submztted by Contractor to City with the Application for such payment. S.uch payment shall be made under the ternns an.d conditions ga�erning final payment, except that it shall not canstitute a waiver of Contract Claims. B. Partial Retainage Release. For a Gontract that provid�s for a separate vegetative establisFuner�t and maintenance, and test and performance periods follawitlg the completion of all ofiher cansiruction in the Contxact Documents for aIl Wark lacations, the City may release a partion of the amount retained pro�ided that all other work is completed as determined by the City. Before the reIease, alI submittals and final quantities must be completed and accepted for all oiher worlc. An amount su�Ficient to ensure Contract cor�p]iance �ill be retained. 14,09 Waiver of Clairn.s The acceptance of final payrz�ent will constztute a release o� the City firarz� a]] clait�s or Iiabilit ie s under the Contract for anything done or furr�ished or relating to the wor� under the Cantract Docum�.nts or any act or neglect of City related to or connected with the Contract. ARTICL� IS — SUSPENSION OF WORK AND TERMINATION 1 S,O1 City May Suspend Work A. A.t any tinne and without cause, Gzty may suspend the Work or any portion thereof by written notice to Contractor and wtuch may fix the date on which Work will be resurned. Contractar shall resurne the Work on the date sa fixed. Durmg ternporary suspension of the Wark covered by these Contract Documents, fnr any reason, the City wilI make no e�tra payment for stand-by time of canstruction equipment and/or construction crews. B. ShouId the Contractor not be able to complete a portian of the Pro�ect due ta causes beyond the control af and �iihout the fault or negligence of the Con�racior, and should it be deterrnined by mutual consent of the Contractor and City ihat a soluiion to allow construction to procee�d i� not availabl� within a reasonable period of time, Con�ractor may request an extension in Contract Time, d'n•ectly attributable �o any such suspension. C. If it shauld become necessary to suspend the Work �or an indefu�e period, tl�e Contractor shall store all materials iiza such a zxaanner that they wiil not obstruct ar impede the public unnecessarily nar become damaged in any way, and he �hall take every precaution to prevent darnage or deteriaration of the worlc performed; he shall pro�vide suitable drainage about Y,he work, and ereci temporary structures where necessary. D. Coniractor may be reimbursed for the cost of moving his equipment off the job and returnir�g the necessary eqUipznen.t to tk�e job when rt is determirted by the City that construction may be resurned. Such reimbursement shall be based on actual cost to the Cantractor of moving the equipment and no prn�'rt wiU be aIlowed. Reimbursement may not be allawad if the equipment is mo��d to annthar construction project for the City, crr� n� FoxT woxrx STANDA1Zl7CONSTItUCTIaIV SFEC[FICATlOAI DOCCJMENTS Revisian: 823(�021 007ZpD-I GENERAI.CONDITf4N5 Pa�e 5& of G3 i 5.02 City May Te�nainate far Cause A. The occurrence oiany one or more of the following events by way of example, but not of lirr�itation, may just�y ternrzination for cause: 1. Contractor's persistent failure to p�rform th� Wark in aceordance with the Contract Documents (including, but not liinited to, failure to supply sufficient skilled workers ar suitable materials ar equipment, fa�ure to adhere to tk�e Project Schedule establi�hed under Paragraph 2.�'7 as adjusted frorn time to time pursuant to Paragraph b.04, or failure to adhere to the City's Business Di�ersity Enterpri�e Ordinance #20020-12�2011estabIished unc�er Paragra� 6.06. D}; 2. Cantractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Cnntractar's repeat�d disregard of the authority of City; or �. Contractar's violation in any subsf.antial way of any prov�sions of the Contract Documents; or 5. Cnntractor's failure to promptly make good any defect in inateria�s or workmanship, or defects of any nature, the correctzon of which has been directed in writing 4�y the Crty; or 6. �ubstantial indication that the Cont�•actor has made an unauthorized assignment of the �ontract or any funds due there�rom far the benefit of any creditor or �or any other purpose; ar 7. Substa�tial evidence that the Contractor has becorr�e insolvent or bankrupt, or otherwise �'u�aneially �nable to carry on the Work satisfactarily; or• 8, Confiractor commences legal action in a court of campetent jurisdiction against the C.ity. B. If one or xnore of the events identif'�ed in Paragraph 15.02A. occur, City wilI provide written notice io Contractor and Surety to arrange a conference with Contractor and Surety to address Contraetor's iailure ta perform the Work. Cor�erence shall be held not later t1�an 15 days, after receipt of notice. If the City, the Contractor, and the Surety do not agree to �llow the Contractor to proceed to per%rm the construciion Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally termir�a.te f,he Cantractar`s right to complete the Contract. Contractor default shall nat be deelared earlier ihan 20 days after the Contractor and Surety have received natice of conference to address Contraetor's failure to perform the Work. 2. If Contractor's services are terminated, S�rety shall be obligated to take over and perform the Work. If Sureiy does not corrimence performance thereof within 15 consecuirve calendar days aft�r date of an addrtional vvritten notice demanding Sur�iy's performance of its C1TY pF FORT WQRTH STANDARDCONSTR[7CT[ON SPLCIF3CATTaN DOCUMENTS Revision: 8123l�321 007200-3 GEIV�RAI. CQN�ZTION S Page 59 of 63 obligations, then City, without process or actian at law, may fake o�er any poi�iion of �h� Worlc and complete it as described below. a. If C.ity complefies the Worlc, City may e�clude Cantractor and �urety from the srte ant[ talce possession af the Worlc, and all materials and equipnaent incorporated into tha Wark stored at the Si�e ar for which Ciry has paid Contxactor or Surety but which are stored elsewhere, and �"mish the Warlc as City may deern expedient. 3. Whether Ciry or SUrety comp�etes the Wnrk, Con�iactor shall not b� entitl�� to recei�e any fut�thez• payment until the Work i� fmish�d. If the unpaid balance of the Coniract Price eXceeds all claims, costs, losses and damages sustained by City arising nui of or resultirig from conapleting the Work, such excess will be paid to Canlractor. If such claims, costs, [osses and damages exceeds.uch unpaid balance, Contractor shall pay the difference to Ciiy. ��ch claims, costs, �osses and damages incurred by City wi11 be incarporated in a Change Order, provided that when exercising any rights ar remedies under this Paragraph, City shall not be required to obtain �he Iowest price for the Work performed. 4. Neither City, nor any of its rEspective consultanis, agents, of�cers, duectars or employees shali be in any way liabie or accountable to Contractar or Surety for the rrieihod by which the cnmpletion of �he said Warlc, or any portian thereof, may be accomp[ished or far the price paid therefor. City, notwithstanding the method used. in completing the Contract, shall not forfeit the right to recover damages from Contractor or S�arety for Contractor's failure to tin:�ely cannplefe the eniire Contxact. Contractor shall not be entitled io any claim on account of the method used by Crty in completing the Contract, 6. Maintenance o� the Work shall continue to be Contractor's and Surety's responsibilities as pro�ided %r in the bond requirements af the Contract Documents or any special guarantees pro�ided for under the Contract Docurnents ar any ather obligations othetwise prescribed by Iaw. C. Notwithstanding Paragraphs 15.02.B, Contractor's services will not be terminated if Contractar begins within sevan days of receipt nf notica of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no mare tl�an 30 days of receip� oi said notice. D, Where Cantractar's ser�ices ha�e been so termina.ted by City, the termination will nat affect any eights ar remedies of C�ty against Con.txactor tk►en existiz�g or which may thereafter accrUe. Any eetention or payment of moneys due Contractor by City will not release Contractor from Iiability. E. If and to �he �xtent that Contractor has provided a periflrmance bond under �he provisions of Paragraph 5.02, the lermmation procedures oi that bond shall not supersede the provisions of this Article. C1TYpF EQRT WqRTH ST,4NDARbCONSTRUCT[ON SPECIFICATIpN �OCUMENTS Re�ision: $/2�21 oo�zoo-i GENERAL CON� IT ION S Page 60 of 53 15.03 Cfty May Ter�minafe For Convenience A. City may, vvithout cause and without prejudice to any other right or remedy of City, terminate the Contract. Any term�ation shall be efFected by mailing a nntice of the terminaiion to the Contractor specifyir�g the extent tfl vvhich pe�-�or�x�ance of Wark under the contract is terminated, and fihe date upon which such termination becomes effective. Receipt of the notice shaU be deert�ed conclusivaly pr�sum�d and �stablished when the letter is placed in. the United StatesPostal Service Mail by the City. Further, it shall be deemed concIusively presumed and established that such ter�xiination is tnade with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such diseretionary action. B. After receip� oi a notice of ternvnation, and �xcept as othervvise directed by the Ci�y, the Contractor shall; 1. Stop v�rork under the Coniract on the date and to the extent specif�ied in the notice of terrniriation; 2, place na further arders or subcantracts for materials, services or iaciIities except as may be necessary for completzon of such portion of the Work under the Contract as i� not �erminated; 3. terminate a1T arders and subcontr�.cts to the extent that tney relate to the performance of the Work terminated by notice of termination; 4. transfer tz�le to the City and deliver in the manrler, at the tnnes, and to �he extent, if any, d'u•ected by the City: a. the iabrieated or uniabricated parts, Work in progress, completed Work, sup�lies and other txaaterial producad as a part of, or acquired in connection with the pert�ormance of, the Work terminated by ihe notice af the ter�aitaation; and b. the cnmpleted, or partialIy completed plans, drawings, information and other property which, if the Coniract had been cpmpleted, would have been rec�uir�d to be furnished to the City. 5. complete perfarmanee of such Work as shall not have been terminated by the notice of term�ation; and 6. take such actian as may be necessary, or as the City may direct, for �he proteetion and preset�vation o� tha property related to its contract which is in the possession of the Contractor and 'm which tl�� o�ner has or may acquire the rest. C. At a tinne not later ibaat 30 days after the tet�mination date specified it� the natice oi terrnination, the Coniractor may submit ta the City a list, cert�'ied as to quantity and quality, of any or all items of termination inventory nat previnusly disposed af, exclusive of iterns the clispasition of which k�as been directed or authori�ed by City. crrY or roxT wo�rF� STA1+mARiJCONSTRUCTION SPECLFICATi4N DOCLT�VfENTS Revision: Bf23/1021 oo�zao-i GENERALCON�IT10N5 Page 6 ] of b3 D. No.t later than 15 days thereafter,the City shall accept ti�le to such i�ems provided, that the list suhmitted shall be subject to verification by the City upan removal af the �eins ar, if the items are stored, withiri q-5 days fcorr� the date of submission of fhe list, and any necessary adjustrnents to carrect the list as submitted, shall be made prior to final sett�ement. E, Not later than 60 days after the notice of termination, t�e Contractar shall subini� his tarmination clairn to ihe City in th� forrn and with the certification prescrbed by the City. Unless an extension is made in �riting within such 60 day period lay the Contractor, and granted by the City, any and all such cla.ims shall be canclusively deemed wai�ed. F. In suc� case, Contractoz� shall be paid for (withaut duplicaiion of any items): 1. completed and acceptable Work executed in accordance with tha Cor�tract Docu�nents prior to the efFective date of terinination, i�eluding fair and reasonable sums for averhead and profit on such Worlc; 2. exp�nses sustairaed prior to the effective date of terznination itz perfarming services and furnishing ]abor, materials, or equipment as r.equired by the Cantract Documents in connection with uncompleted Work, plus fair and reasonabla sums for o�erhead and prafit on such �xpensas; and 3. reasonable expenses directly attributable to termination. G, In �he e�ent of the f�ilure af the Cantractar and City to agree upan fhe whole amour�t to be paid to the Cont�actor by reason of tk�e term�iziation of the Work, the City shall determine, on the basis of inforrna.tion a�ailable tn it, the amount, if any, due to ti�e Contractor by reason of'the terrr►ination and shall pay to the Contractor the amounts deterinined. Contractor shall not be pait[ on accour�t of loss of anticipated profrts or revenue or other economic loss arising out of ar resulting from such terminatian. ARTTCLE 16 — DISPUTE RESOLUT�ON 16.01 Method,s crnd Procedures A. Either City or Contra�tar may request mediatinn of any Contract Claim submitted far a decision under Paragraph lO.Ob befor� such deeision becomes finaI and binding. The request%r mediaiion shall be submitted to the othec party ta 9:he Cantract. Tunely subrnission of the i°equest shall stay the effect af Paragraph 14.Ob.E. B. City and Contractar shall participate in the mediation procass in goacf faith, The process shall be comrnenced �;vithin 60 days nf filing of the request. C. Iithe Contract CIaim is not resolved by mediatian, City's action under Paragraph 10.06.0 or a denia.l pursuant to 1'aragraphs 1a.06.C,3 or 10.06.D shall became final and binding 3Q days after ternr�ination of the [�aediatzon uz�less, within that time period, City or Contaractor: CITY OF FO�iT WORTH STANDARDC�N51'R�IC7'ION SPECIF[CA'I'I�N DOCVMENTS Aev ision: 8�Z3I20Z1 oo�zan-� GENERAL C4N�ITION S Page 62 of 63 1. elects u1 writing to in�oke any other dispute resolution process provided for in the 5upplementary Conditions; or 2. agrees with �he ather parfy t� subt7ut the Contract Claun to another dispute resolutian pracess;Qr 3. gives written notice ta the other party of the intent to submit the Contract Claitx► to a court of compefient �urisdiction. ARTICLE li --MISCELLANEDU� 17.O1 GivingNotic� A. Whenever any provisian of fhe Contract Dacume�ts requires the giving of written natice, it will be deer�ed to have been val�dly given if: 1. deliv�red in p�rsan to the individual or to a rnember of the �'irm or to an offcer of the carparatio�l far wham it is intended; or 2. deli�+ered at or sent by registered ar certified rr�aif, pastage prepaid, to the last busmess address known to the giver of the notice. B. Busmess address changes must be pxomptly mad� it� writing to the other party. C. Whenever the Contract Docuxnents specifies giving notice by elec#�onic means such electronic notice shall be deemed su�f'icient upon canfirmation vf receiptby the receiving party. 17.02 Conzputataon ofTi.rrtes When any period of titne is referred to in the Contract Dacuments by days, it wiIl be cornputed to exclude the fi�st and inclucie ihe last day of such period. If the Iast da}� of any such periad falls on a Saturday or Sunday or on a day made a legaI holiday the next Working Day shall become the last day af the period. 17.03 Cumulative Rer�tedies The duties and obligations nnpos�d by these General Conditions and the rights and remedies availabie hereunder to the parties hereta are i�r� add�tion ta, and are not to be construed in any wayas a Iimitation of, any rights and remedies availab�e to any or a�l of them which are otherwise impased or available by Laws or Regulations, by special v,rarranty or guarantee, or by other provisions of the Contract Documents. The pravisions af t.�is Paragraph will be as effective as if repeated specificady in the Contract Documents in connectzon with each particu�r duty, obligation, rigkt, and remedy ia which they apply. C1TX OF FOAT WORTH STANDARDCONSTRUCTiON SPEGCFICATION DOCUMENT3 itwision: 8�1 oa�2ao-� GENERALCONDITION S Page 63 of 63 17.Q4 Sut�vival of Obligatians All representatiorrs, indemnifications, warranties, and guarantees made in, requu•ed by, or given in accordance with the Contrac.t Documents, as walj as all continuing obiigatzons indicated in the Coniract Dpcuments, will s�ar�ive £'inal payment, completion, and acceptance of the Worlc or termination or completzon of the Contract ar terminaiion of the services of Conixactar. 17.05 Headings Art.ic[e and pa.ragraph headings are inserted t'or convenience only and da not constitute parts of these Gen�raI Conditions. CITY OF FORT 1�ORTH STANDARDCQNSTRUCT[ON SPECII�IC.�ITION D�CiIMENTS Rev i sion: 8Q3J2021 00 73 UO SUPPLENIENTARY CONUITIqNS Page l nf 6 SECTION 00 �3 OD SUP�L�MENTARY CQNDYTIONS TO GENERAL CONDITIONS Supplementary Conditions These Supplementary Canditions modify and supplement Section 00 72 00 - General Conditions, and other provisions �f the Contract Documents as indicated beIow. Ail proaisions of the General Conditions that are modified ar supplemented remain in full force and effect as so modi�ed or supplemented. All provisians of the General Conditions which are not so modified or supplemented remain in Eull %rce and eiFecT. Defined Terms The Cerrns used in thesa Supplementary Conditions which are d�fined in tha Generai Conditions have the meaning assigned to tham in the General Conditions, unless specifically noted herein. Modifieations and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Dacuments, SC-3.Q3B.2, "Resalving Discrepancies" Plans govern over Specifications. SC-4.Q1A �asement ]i�nits shown on tlie Drawing are approxiinate and were pravided to establish a basis for bidding. LTpon receiving the final easements descriptions, Contractor shall compare thexn to the lines shown on the Contract Drawings. SC-�.OI.A.L, "AvailabiIity of Lands" The %llowing is a list of known ouistanding right-of-way, andlor easements ta be acquired, if any as of June 1, 2Q21; Oatstanding Right-Of-Way, and/or Easements to Be Acquired PARCEL OWNER IV[JMBER NONE TARGET DATE OF P�SSE55ION The Contractar understands and agr�es that the dates list�d above are estiinates only, are not guaranteed, and da not bind the City. If Contrac.tor considers tt�e final easements provided to differ materially from th� representations on the Contract Drawings, Contractor shall within five (5) Business Days and befare proceeding with the Wark, notify City in writing assoeiated with the differiitg easement line locations. SC-4.OIA.2, "AvailabijiEy oFLands" CITY OF FORT WOATH Si'ANDARD CDNSTRUCTIO[�T SPECIFICATION DbCUMENTS 2021 COM AREA RESURFACING L'Lt07�C'T' Revised Mazch 9, 2020 C17'Y PL2D7ECT NO. 103448 on �3 no SUE'PE.EMEN1'ARY CONBITIONS Page 2 of 6 Utilities or ohstructions fo �e removed, adjusted, and/or relocated The fallowing is list of �l�ilities andlor obstnicrions that have not been removed, adjusted, andlor relocated as of .Tune 1, 2021: EXPECTED UTII,ITY AND LOCATION QWNER t�[��► . TARGET DATE QF AD7US'I'MEN'I' The Contractor understands ar►d agrees that the dates listed above are estimates on[y, are not guaranteed, and do not bind the City, SC-4.62A., "Subsurface and Physical Conditions" The Fojlowing are reports of exploratians and tests of subsurfaca conditions at the site of the Work; A"Nnne" Repart No, , dated , prepared by "None" a sub-consultant of "None", a consultant of the City, providing additional information on "None" The fallowing are drawings of physical conditions in or ra[ating to existing surface and su6suriace steuctures (except Underground Facilities) which are at or contiguous to tha site of the Work; "Nane" SC-4.Q6A., "Haza�rdous �nvzronzaxental Condaiions at Site" The Fa[lowing are reparts and drawings of e�sting hazardous envirQnmental eondirions kno ,vn to the City: "None" SC-S.U3A., "Certi�cates of Insmance" The entitaes listed beIow are "additional insureds as their interest m r�spective aff'icers, directors, agents and employees. { 1 } City {2) Consultant: "Nona" {3) Other: "Nona" SC-5.04A., "Canfractor's Insurance" ay appear" including theu '[`he Iinvts of ]iai�ility fax the insurance required by Paragraph GC-5.D4 shall provide the following coverages for not lass than the following amounts or greater wE�ere required by laws and reguIations: 5.04A. Workers` Compensation, uncEer Faragraph GG5.04A. 5tatutory limzts Employer's liability $1Q0,000 eacli accidentloccurrence $iQ0,000 Diseas.e - each etri.ployee $500,000 Disease - policy iinvt SC-5.Q4S., °LContractor's Insurance" Cl"T'Y OF POTZT WORT�T STANDARD CONSTItUCTI�iY SPfiCiFICATTON DOCUMEIVTS 2021 COM AREF1 RE5URFACING PROJECT Revised March 9, 2020 CiTY P12DJECT Na. 103448 00 73 00 SLIPPLEMENTARY CO�fD1T10N5 Page 3 nf 6 5.Q4B. Commerciai General Liabiliry, under Paragraph GC-5.04B. Contractnr's Liability Insurance under Paragraph GG5,04B., whioh shall be on a per project basis covering the Contractor wjth minimum limits af: $1,000,000 e.ach occurrence $2,000,000 aggregate limit Tha policy must have an endorsement (Amendment — Aggregate Limits of Tnsurance) making the General Aggregat� Limits apply separately to each job site. T�e Commercial General Liability Insuranca policies shall provide "x', "C", and "U" coverage's. Verifica�ion of such coverage must be shown in the Remarks Article of khs Certificate af Insuranc�, SC 5.04C., "Contractor's �nsnrance" S.U4C. Autoznobile Liability, under �'aragraph GC-5,04C, Contractor's Liability. Insurance under Paragraph GG5.04C., which shall be in an amount not less fihan the foIlowing amounts: (1) Automob�le Liability - a commercial business palicy shall provide coverage on "Any Auto", defined as autos Qwned, hired and non-awned. $I,000,�00 each accident on a combined single limit basis. Split li�nits az'e aceeptable if l.imits are at least: $250,Od0 Bodily Injury per person / $500,000 Bodily Injury per accident 1 $Z00,000 Property Damage SC-5.44D., `°Contractor's Insurance" The Cantractor's construction activities will require its employees, agents, subeontractors, equipment, and material deli�eries to cross railroad properties and tracks "None". The CQntractor shall conduct its operations on railroad propertias in such a manner as nat to interfere with, hinder, or obstruct t�e railroad company in any inanner whatsoever in the use or operat�on of its/their trains or other groperty. 5uch operations on railroad properties may require that Contractar to execute a"Right of Entry Agreement" with the particular railroad eompany or companies involved, and to this end the Contractor should satisfy itselF as to the requirements of each railroad company and be prepared to e�ecute the right-of-entry+ (if any) requirad by a railroad company. The requirements specified herein likewise relate to the ConEractar's use af pxivate a�dlor construetion access roads crossing said railroad company's p.ropertie�, The Cantractual Liability coverage required by Paragraph 5..04D of Che General Conditions shall provide coverage for not les& than the follawing amounts, issued by compaai�s satisfactory to the City and to the Railroad Company for a terrn that continues far so long as the Cantractor's aperations and work cross, occupy, ar touch raikoad prop�rty, (1) GeneraI Aggregate: (2) Each Occurrence: _ Required for this Cantract N/A N/A X Nat required for this Contract With respect to the above autlined insurance requirements, the following shall govern; C1TY OP FORT WORTH STkNDARD CONSTRiICTIQN 3PECIFICATIOIY DOClI1VlENTS 2621 COM AREA AESURFACING PR07ECT Revissd Nlarch 9. 2020 CITX PROJECT NO. 103448 00 73 00 SUPPLEN�ENTARY CflNDTTIONS Pa�e 4 of b 1. Where a single railroad company is in�olved, the Cont�actor shall provide one insurance policy in the name of tlle railroad company, Ho�vevex, if more than rrne grade separarion or at-grade crossing is afFeeted hy the Project at entirely separate locatians on the line or lines of tha same railraad corripany, sepazate caverage n�ay be required, each in the amaunt stated above, 2. Where more than one raiIroad company is operating on the same rigEit-oi-way or where several railroad c�mpanies are involved and operated on their own separate righcs-of-way, the Contractor may 6e required to pro�ida �eparate insurance polieies in the name of each �ailroad corr3gany. 3. If, in addition to a grade se.paration oa• an at-grade crassing, otk�er work or activity is pxoposed an a railroad company's right-of-way at a location entirely separate frorn the grade separation or at- grade crossing, insurance co�erage for this work must b� included in the Qolicy covering the grade separation. 4. If no grade se�aaration is invol�ed but other work is proposed vn a railroad cainpany's zight-of- way, all such other work may be co�ered in a single policy for that railroad, e�ven though tha wark may be at two or more separate Iocations, No work or activities on a raiIraad company's property to be performed by the Cont�•actor shalI be commenced until the Contractor I�as furnisl�ed the City with an original policy or policies of the insurance for each railroad corripany named, as requzred abave, All sucb insurance must be appror�ed by the City and eaoh affected Railroad Coinpany prior ta tha Contractor's beginning wnrk. The insurance specified above must be carried until all Work ta be perfarmed on the railroad �igkat-of-way has been compleiad arxd the grade crassing, if any, is no longer used by the Contractor, In addition, insurance must 6e carried during al! maintenance and/or repair work per%rnied in lhe railraad right--of-way, Such insurance mttst n�me the railrpad company as fhe insured, toget:�ier wzth any tenant or lessee af the raih•oad comp.any aperating o�ver tracks invalved in the Project. SC-6.44., L°Project Schedule" Project schedule shall be tier 3 for the project, SC-6.07., "Wage Rates" The following is tUe prevailing wage rate table(s) applicabl� to this project and is provid�d in the Appendixas: GC 6.07 2013 Prevailing Wage Rates (Heavy and Highway Construction Project} A copy of the table is also available by accessing the City's r�vebsite at: https:/lapus.fortworthtexas.�ov/Pro_i ectResources/ You can access the file by followir�g the directory path: 02-Constractian DocumentslSpecifications/Div00 — General Conditions SC-6.09., "Perxn�its and Utzlities" SC-6.09A., "Contracior ohtained permits and licenses" The following are known permits and7or licenses required by the Contract ta 6e acquired l�y the Contractor: "Na�e" SC-6.09B. °°City obtained permits and Iicenses7P C1TY OF FOR'I' WORTH 2O21 CdM AREA R�SURPACING PR07ECT S'i'ANDARD CONSTRUCTION Sk'BC�ICA'1'iON T30CUM�N'I'S Revised March 9, 202D CITY PI2Qd�CT NQ. 1034�+8 UO 73 OQ SUPPLEiVfENTARY CONBPPEONS Page 5 of 6 The fallowing are known pernuts andlor licenses required by the CQnt�act to be acquired by the City: "Nane" SC-6.09C. "Outstanding permits and licenses" The following is a list af �€nown ot�tstanding permits andlor licenses to be acquired, if any as of June 1, 20.2I : Oatstancling Permits ans3lor Licenses to Be Acquirad OWNEA PERMIT OR LICEN�E AND LOCATION "None" SC-7.02., °GCoordina�ion" TARGET DA'T� OF P05SESSTON The individuals or entities listed below hava conttacts wi.th the City for the per�onnance of atE�er work at the Site: "None" Vendor Sco e ai Wark Coordination Autharit None None None SC-8.41, G°Communications to Contractar" "None" SC-9.01., i�City's Pxoject Manager" The City's Project Manager for this Contraet is "T'ariqul Islazn or his/�er successor pursuant tv written notification from the Director of Transportarion and Public Works SC-]3.03C., "Tests and Inspections"P "Nane" SC-�b.Q1C.1, "Meihnds and Procedures" "None" END OF SECTTON Re�ision Log DATE NAME SUMMARY OF' CHPiNG� CITY OF FOTZ'T' WOR'1'H STANDARD CONSCRUC'i'lON SPECIF+TCATION DOCUMEIrTTS 2.021 CQM ARSA RESURFACIIVG PRQJEC'I' Revesed March 9, 2020 CITY PROIE�T NO. 1p3448 00 �� ao SUPPLEMENT�ilZY C:OI�iDITIOId5 Page 5 of 6 1 f22/2016 F. Griffin 3/9/2020 D.V. Magana .01., "City's Pro�ect Representati�e° wording changed ta City's Project .07, Updated the link such that files can be accessed �ia the City's C1TY OF FORT WORTH STAND�iRD CQIYSTALJCTIpN SPECIFICATION DaCUM�NTS 2q21 CQivi AREA RESURFACAVG PROJ�CT Revised March 9, 2020 C1TY PR07ECT NO. 103448 RL 1100-1 S[IMIvIARY OF� WORK Page 1 of 3 2. 3 PART1- GENERAL 4 1.1 SUNiMARY 5 6 7 8 9 10 11 12 13 14 A. Seciion Includes: SECTION 01110D SUMMARY OF WORK l. Summary of V�ark to be perforino.ed in accordance with the Cantract Docuzz�ents B. Deviations from this CiCy of Fort Warth Standard Specification 1. MOBILIZATION I�ND DEMOBIL�ZATION SHALL BE SUBSIDTARY TD THLS PROTECT PAY ITEMS, NO SEPA,RA.TE PAY. NO PAYMENT WILL BE MADE FOR MOBILIZATION AND DEMOBILTZATTON FROM ONE LOCATION TO A1�TOTHER A�1 N�RMAL PROGRESS OF PER�'ORMING Ti�E WORK. REMOBII,�ZATION PAY ITEM SHA�,L BE PAID FOR SUSPEIVSION OF WORK SPEC]FICALLY REQUIRED IN THE CONTRACT DOCLTMENTS ox As �Qur�D �Y T� ci�r�, 15 C. Related Speczfzeatian Sections ir►clude, but are not necessarily limited to: 16 1. Divisian p- Bidding Re[�uirements, Cont�act Forms, and Conditions of the Contract 17 2. Divzsion 1- G�neral Requirements 18 1.� PRTCE AND PAYMENT PROCEDURES 19 2� 21 A. Measurement and Payment 22 �..3 REFERENC�S [N�T USED] 23 1.4 ADM�STRATIVE REQUIREMENTS 24 25 26 27 28 29 30 3I 32 33 3� 35 36 37 38 39 A. Wprl� Covered by Contract D.ocuments Work assaciated v�aith Chis Item is considered subsidiary to the various iterns bid. No separate payment will be alIowed for this Item. 1. Work is to inciude furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in Ehe Drawings and S�ecifications. B. Subsidiary Wo.rk 1 2. Any and all Work specifically governed by documentary requiraments for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific itam for bid has been pravided for in the Proposal and the item is nat a ty�aical unit bid item inclnded an the standard bid item list, then the item shall he considered as a subsidiary item of Work, the cost of �+hich shall be include.d in the price bid in the Proposal for various bid items. MOBILIZ�ITION AND DEMOBILTZATION SH�LL NOT BE FAID DIRECTLY BUT �HAI.L BE CONSIDERED SUBSIDIARY TO TI� MA�OR ITEMS OF WORK. NO PAYMENT WII.,L BE MADE FOA MOBILTZATUJN A.ND DEMIBILIZATION FR�M ONE LOCATXON TO ANOTHER TN N�RMAL PROGRESS OF PERFQRMING THE WORK. CI'I`Y OF FORT WORTH STANDARD CC7NSTRUCTION SPECIFICATION DOCUNiEIVTS Revised December 2p, 2p12 202 L COMO A1tEA RESURFACiNG PR07ECT C1TY PROJECT NO. 103348 oi �iao-z 5i]NIMARY OF WORK Page 2 of 3 1 C. Use of Premises 2 1. Coordinate uses of premises under direction of the City. 3 2. Assume full responsibility for protection and safekeepin.g of materials and �} equipment stored on the Site. 5 3. Use and occupy only portions of the public streets and aIleys, or other pubIie places b ox oth�z z�gh�ts�of-way as pro�ided for in the ordinances of Che City, as shown in the 7 Contract Documents, ar as may be specificallq authorized in writing by the City. 8 a. A reasonable amount of tools, znatenials, an.d equipment for constraetion 9 purposes may be stored in such space, but no mora than is n�cessary to avaid 10 delay in the consEraetian operations. 11 b. Excavated and waste materials shall be stored in such a way as not to interfere 12 with the use of spaces that may be designated to be left free and unobstructed l3 and so as not to incon�enience occupants of adjacent property. 14 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 1S manner as not to interfere with the op.eratzon of the railroad. 16 1} AlI Worlc shall be in accordanc� with razlroad requir�m�nts set forth in 17 Division p as well as the raiaraad permit. 18 19 20 21 22 23 24 25 26 D. Work within Easements 1. Do not enter �pon private prop.erty for any puxpose without having previaus�y obtained permission from the owner of such property. 2. Do noC store equipment or material on private property unless and �ntil the specifi�d appzoval of the property owner has baen secured in writing by the Coniractor and a copy �urnished to the City, 3. �lnless specifically provzded othezwise, ci�;ar all x'i�hts-of-way or easements of obstructions which must be removed to make possible praper prasecution of the Work as a part of the project construction aperations. 27 4. Freser�e and use every precaution to prevent damage to, alI trees, shrubbery, piants, 28 Eawns, �ences, culverGs, curbing, and alI other types of structures or improvements, 29 to all water, sewer, and gas lines, to all conduits, averhead pole lines, or 30 appurtenanc�s thezeof, including the construc�ion af temporary fences and to all 31 other publ�e or pz�ivate properiy adjac�nt to the Wozk. 32 5. Notify the prnper representatzves of tha owners or occupants of tlae public oz p.rivate 33 lands of interest in lands which might be affected by the Work. 34 a. Such notice shall be made a� least 48 hours in advance of the beginning of the 35 Work. 36 37 3& 39 4p 41 4Z 43 b. Notices shall be applicable to both public and pr%vate utility companies and any cozporation, eompany, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Ba r�sponszble foz �Il damage or injury to property of any character resulting from any act, ozz�sszon, neglect, or anisconduct in the manner oz method ar execution of the Work, ar at any ti�e due tn defective work, material, oz equipment. C. Fence � a. Restore all fences encountered and removed during construction of the Project 45 to �he original or a better than original condition. CI'PY OF FORT WOItTH 2O2I CbA�O AREA RESURFACING PR.dJECT STANDARD CONSTRUC'PION SPECI£�ICt1TION DOCUM�AITS kevised Qecemher 20, 2012 CITY PR07�'CT NO. 103348 1 2 3 4 5 6 7 S oz z� ao-a SUh4MA[tY OF WORI{ P�ge 3 of 3 b. Erect temporary fencing in place of the fencing removed whenevex the Work is not in progress and vvhen th� site is vacated overnighC, and/oz' at all times to provide site security. c. The cost for all fence work within easernents, inclnding z�moval, temporary closures and replacement, shall be subsidiary ta th� varzous iterns hid in the project proposal, unless a bid iierz� is specifzcaIly provided in the proposaI. 1.5 SUBMITTALS LNOT USED] 1.6 ACTION SUBMITTALSiINF'ORMATIONAL S�TBNIITTALS [NOT "C.7SED] 9 1.7 CLOSEOUT SUSMITTALS [NOT USED] 1p 1.S 1VI�INTENANCE MATERIAL SUSMITTALS [NOT USED] lI 12 13 14 15 1.9 QUALITY ASSURANCE [NOT USED] 110 DELIVERY, STORAGE, AND HANDLING [NOT iTSED] 111 FIELD [SITE] CONDITION� [NOT USED] X,I2, WARRANTY �NOT U�ED] PART 2 - PRQDUCTS [N�T USED] 16 PART 3- EXECUTIQN [NOT USED] 17 18 END QF SECTION Revision Log DATE NAME SUMMARY OF CIIANGE 19 C1TY OF FOAT WORTH 2i12I COMO AL2�A ftESUTiF'ACIIVG PROJECT 3TANi]ARD CONSTRf7CTIQN SPECfPiC.4TION DOCi7MENTS Revised Decem6er 20, 2D12 CiTY PRDISCF N0, Ifl3348 oizsao-i SLTBSTI'L'[]TTON PROCEDUA�S Page I of 5 1 2 3 PART1- GENERAL 4 I.1 SUMMARY -sECT�oN ox �s o0 SLTBSTITUTION PROCEI]Z7I2ES 5 A. 5�ction Includes: 5 1. The procedure faz requesting the approval o� substitution of a product that is not 7 equivalent to a product which is speci€ied by descriptive or performance criteria or S de�ined by reference to 1 or more of tk�e following: 9 a. Narne of manufacturer 10 b. Name of vendor 11 c. Trade name 12 d. CaCalog number 13 2. Substatutaons are not "or-equals". 14 B. Deviatzons from this City ofFort WorCh Standard 5peci�cation 15 1. Nnne. 16 C. Reiated Specification Sections include, but are not necessarily limited to: 17 1. Division 0— Bidding Requirements, Contract �orzns and Conditians of the Contract 18 2. Division I— Gen�ral Requuements ]9 1.2 PRICE AND PAYMENT PROCEDiTRES 20 A, Measurement and Payment 2T 1. �Vor� ass.ociat�d with this Item is considered subsidiary ta the various items bid. 22 No separate payment wiII be allowed ior this Item. 23 ].3 REFERENCES [NOT USED] 24 1.4 ADMXNISTRAT�VE REQiJII1.EMENTS 25 26 27 28 24 3p 31 32 33 34 35 36 37 A. Request for 5�bstitution - General 1. Within 30 days after award of Contra�t (unless noted otherwise), the City will eonsider formal requests from Contractor for substit�tion of prodncts in pl�ce pf those specified. 2. Certain types of eyuipment and kinds of material are described in Spec�ficatlons l�y means of refer�nces to names af manufact�rers and vendors, trade names, ar catalog numbexs. a. When Chi,s methad af specifying is used, it is not intended to exclude from consideration other praducts bearing. othez' manufacturer's or vendor's narnes, trade names, or catalog numbers, pzovzded said products are "or-equals," as determined by City. 3, Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: C1TY OP PORT WORTH STANTJARD CaNSTRUCTIdN S�ECIFICAT1aN DdCUM�NTS ltevised duly l, 2011 2021 COMO AREA RPSURFACIDIG PROdECT CITY PRQ7ECT NO. 103348 0125dD-2 SUBST'ITUTIDN PROC�DUAES Page 2 af 5 1 a. Or-equals are unavailable due to strike, discon�inued production af products 2 mee�ing speciiied requirements, or other factars heyond control of Contractor; 3 or, 4 b. Contractor prqposes a cost and/oz �ime reduction incentive to the Cit}�. S 1.5 SIIBMITTALS 6 7 S 9 10 1I 12 13 14 15 16 17 18 19 2� 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 A. See Request for Subsiitutian Foznn (attachecf) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Coz►tzact b. Under tiie conditio�s st�ted iaezain 2. SubmiC 3 copies af each written request far substitution, including: a. Docunraenta�inn 1) Cozx�plete data subskantiating camipliance of propased subst�tution with Contract Documents 2) Data relating to changes in canstruction schedule, when a reduction is praposed 3) Data relating to changes in cost b, For products 1) Product identification a} Manufacturer's name b) Telephone number and represenGative contact name c) Specification Section ar Drawing reference of originally speeified product, including discrete name or tag number assigned to original product in the Contraet Documents 2) Manufacturer's Literature clearly marked to show conrzplzazice o� propased product with Contraei Documents 3) Itemized comparisan of original az�d proposed praduct addressing product characteristics including, but not necessazzly linnzted tn: a) Size b) Corr�posiraon nr matez�als nf canstructinn c) Weight d) Electrieal oz- znechanical requirernents 4) Product experience a) Locatann af past projects utilizing prflduct b) Name and telephon� number af persans associated with referenced projects knawledgeable concerning proposed product c) Availabl� field data and reports associated with proposed product 5) Samples a} Prp�ide at request of City. b) Samples �ecome the property of Ehe City. c. Por construction methods: 1} Detailed description of propos.ed method 2} IIiustration drawings 44 C. Approval or Rejec�ion 45 1. Written approval or rejection of substitu#ion given by the City CITY OP FORT W()RTH 2p21 COI+/�a AREA RE5CTRFACING PKQJECT STANDARD CONSTRIJCTT4N SPECTFICATION DDCUIv1EI�ITS Revised luly 1, 2011 Cl'CY PAO]ECT 1V0. 103348 0125 OD - 3 SUIISTITUTION PROCEDUA�S Page 3 qf 5 1 2 3 4 S 6 7 8 9 10 11 12 2. City reserves the right to require proposed pxoduct to cozz�ply vurth color and pattem of specified product if necessary to secure design intent. 3. Tn the event the substitutian is approved, the resulting cost andlor time reduction will be documented by Change Order in accordance with the General Conctitions. 4. No additional contracC time will be given far substitution. 5. Substitution will be zejected if: a. Sub.zz�itta] is not through the Contractor with his stamp of appro�al b. Request is not znade in accordanc� with this Specification Seetion c. In the City's opinion, acceptance will require substantial revision of the ozigznal design d. In the Ciry's opinion, substitution will not perform adequarely Lhe funct.inn consistent with the design intent 13 I.6 ACTIQN �UBMITTAL�IINF'ORMATIONAL SUBMITTALS [NOT U�ED] 14 I.i CLOSEOUT SUBMITTALS [NOT i1SED] 15 1.8 MAINTENANCE MATEIiIAL �UBMITTALS [NOT LTSED] 16 l.9 QUALZTY ASSi]ItANCE 17 18 19 20 2I 22 23 24 25 26 27 z� A, In malcing request for substitution or �n using an appra�+ed product, the Contractor represents that the Cont�•actor: 1. Has investigated proposed product, and has determined that it is �d�quate or superiar in all raspects to that speci�ed, and th�t it will perform funetion �or wIvch it is intended 2. Wiil provide same gua�-antee foz substitute item as for product speei�ed 3, WiII �oordinate iz�stallation of accepted substitution into Work, to incIude building modi�ications if necessary, malcing suc� chaz�ges as may be required for Work to be complete in all respects 4. Waives all elaims for additional costs xelated to substitutiqn vvhi.ch subsequen�y arise 1.10 DELIVER�, �TORAGE, AND HANDLING [NOT USED� 24 1.11 FIELD [SITE] CONDITIONS [NOT L7SED] 3Q 11� WARRANTY [NOT U5�D] 31 �'ART � - PRODUCTS [NOT IISEDj 32 PART 3- EXECUTION [NOT USED] 33 34 END OF SECTION Revision Lag Cl'fY OF PQRT WpRTH STANDARD C01�5�1�L1CTTClN SPBCIFTCATION DOCUMEIVTS Ltevised 7uly I, 2011 2021 COMO t1IZEA R85URFACING PROJF�CT CTCY PROJ�CT NO. 103348 41250Q-4 SUBSTITUTION PROCEllU1tES Page q of 5 DATE I NAME I SUMMARY OF CHANGE CTi'Y OF FORT WOKTH 2021 CQM� AREA RESUItPACING FROJECT STANpARD CON3TRLTCT[ON SYECiF[CtiTI4N DQCUMENTS l�evised ruly 1, 2D l 1 CTfY PROJECT NO. ] 03348. oi2soo-s SUB$TITUTION PROCEDURES Page 5 of 5 1 2 3 4 5 6 7 8 9 14 11 12 13 14 15 16 17 18 19 za 21 22 23 2A� 25 26 27 28 29 30 31 32 33 3�l 35 36 37 38 39 40 41 42 43 � �5 46 47 48 49 EXHIBIT A REQiTE�T FOR �UBSTITIITION FORM: 'TO: PR07ECT: DAT�: We hereby submit for your consideiation the following product instead of th� speeified it�zn foz' the above project: SECTION P�1Rf1GRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes tp Drawin�s and/az Specificataons which proposed substitution will req�tire far its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the build'zng design, including engineering and detailing costs caused by the reque5ted substitution? B. What effect does substitution have on other trades7 C. DifFerences betwean proposed substitution and specified itern? D, Differences in product cost ar product delivery time? E. Manufacturer's g�aarantees of the proposed and specified items are: Equal Better (explain on attachmenr) The undersigned states that the function, appearance and quality are equivalent oz� superior to th� speci�ed item. Subzzutted By: For Use by City Signatuze as notcd �'iim Address Date Telephone �'oz Use by Caty: Appzoved City C1TY OF FORT WOKTA STANI?ARD COAiSTRUCTION SPECIFICATION DOCUMEPITS Revised 7uly 1, 20I1 Recommended Recommended Not r�commended Received late By — Date Remarks Date Rej ected 2021 COAiIO AREA RESURFACING PROIECT CITY PROdSCI' [YU. 103348 D13119-1 PRECOIVSI'RUCTION ME�TING Page 1 of 3 1 2 3 PART 1 - GENERAi, SECTION Oi 31 19 PRECONSTRUCTION MEETING 4 1.1 SiJMMARY 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to tk�e stazt o� Work to '] clari�y construction cantract administration procedures 8 B. Deviations from this City of Fart Worth Standard Speeifi.cation 9 L None. I4 C. Related Specification Sections include, but are not necsssar�iy limited to: f 1 1, Division 0— Bidding Requirements, Contract Forms and Canditians of the Contract 12 2. Division i— General Requuements 13 1.� PRZCE AND PA�NT PROCEDURES 14 A. Measurement and Payrnent 1S 1. Work associated with this Item is considered sabsidiary to the various items bid. 16 Na separate payment will be aIlowed for thzs It�zn.. 17 1.3 RE�'ERENC�S LNOT TJSED] 18 1.4 AD1I�NISTRATIVE REQiTIR�MENTS 19 A. Coordination 20 1, Attend preconstruction meeting. 2I 2, Representatives of Contractar, subcontractors and suppliers attending meetings 22 shall be qualified and authorized to act on behalf of the entity each represents. 23 3. Meeting administared bq City may be tape zecarded. 24 a. If recorded, tapes wiIl be us�d to prepare minutes and retained by City for 25 future reference. 26 B. Preconstruction Me.eting 27 1. A preconstruction meeting will be heid within 14 d.ays after the execution of the 28 Agreement and befare Work is started. 29 a. The meeting will be scheduled and adr�unistered by the City. 30 2. The Project Representative will preside at the meeting, prepare the notes of the 31 meeting and cEistrzbute copies of same to all participants wha so requ�st by fully 32 completing the att�ndance form to be cuculated at the heginning of the meeting. 33 3. Attendance s.hall includ�: 34 a. Project Repr�sentative 35 b. ConCraetor's project manager 3b c. Contiractar's superintendent 37 d. Any subcontractor or supplier representatives whom the Contractor may desire 38 tv invite pr the City may request CiFY OP FORT WORTH 2O21 COMO AREA RESURFACING P�O]ECT STANDARD CaNSTRUCTION SP�CIFLCATION DOCTJ1VIElVTS Revised Angust 17, 2012 C1T� PRDJ�CT NO. 1 D3348 0131 i9-2 T'i�CONSTRCICTION MEETING P�ge 2 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 1:6 17 18 19 20 2] 22 23 24 25 26 27 28 29 30 31 32 33 3� 3.5 3G 37 38 39 4Q 41 42 43 44 45 e. Other Cit� representatives f. Others as apprapriate 4. Consta-uction Schedule a. Prepare baseline construction schedule in aceordance with Section O1 32 I6 and provide at Precon.st�ructaon Meetzng. b, City will notify Cont��actor of any schedul� changes upon Notice of Preconstructinn ivleating. S. Preliminary Agenda may include. a. Introduetion of Project Personnel b, General Descript�on of Project c. Status of right-of-t�ay, utility clearances, easements or other pertinent perrnits d. Contractoz's wark plan and schedule e. Contzact Time f. No�ice to Proceed g. Constructian Sta'lcing h. Progxess Payments i. Extra Work and Change �rder Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Cont�nl Testing o. Public Safety and Convenience p. Dacumentation of Pre-Conslrtickion CnndiCions q. �Veekend Work Natification r. Legal Holidays s. Trench Safery Plans t. Confined Space Entry Standards u_ Coordination with the City's representative for operatians of existing water systems v. Sto�•m �/ater Poll�tion Preventian Plan w. Coordination with other Contractors x. Early Warning System y. Cantractar E�aluation z. Special Conditions applicable to the project aa. Damages Clai�s bb, Submittal Frocedures cc. Substitution Procedures dd. Cprrespondence Routing ee. Record Drawin�s ff. Temporary construction facilities gg. M/V�13E or 1VIBEISBE,procedtues hh. Final Ac�ceptance ii. Final Payment jj. QuesGions or Comments crrY o� r-oR-r woR'rH STP.NDARD COI�iSTRUCTTON SPBCIFiCATLON DOCUMENTS Revised August 17, 2072 �021 �CIMO AREA AESURFACING PR07ECT CITX PRQ7ECT IV�. 103348 a� 3z i9-� PRECONSTRUCTION IVI�STING Page 3 of 3 1 2 3 4 5 6 7 8 7 I.5 �UBMITTALS [NOT US�D] . 1.6 ACTION S[TBMITTALSIINFORMATIONAL SUBNIITTALS [NOT USED] 1.7 CL��EOUT SUSMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS �NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT US�D] 111 FIELD [SITE] CONDITIONS [NOT USED] 112 WARRANTY [NOT USED] PART 2- PRQDTJCTS LN�T USED] IO PART 3- EXECUTx�N [NOT USED] I1 12 END OF SECT��N Revision Lag DATE NAME SLJMMARY Or' CHANGE 13 CTI'Y pF FORT WORTH 2O21 COMO t1REA RESURFt�CIN'G PitO]�C'I' $TANDARD CONSTAUCTIQIV SPECIPfCATIQN DOCUMENTS Revised Augusk 17, 2012 C1TY PROJECT HEO, ] 03348 013120-1 PROd�CT MBETINGS Page i ai 3 1 2 3 PART1- GENERAL 4 1.I SUMMARY S�CTION 4l 31 20 PROJECT MEETINGS 5 A. Section IncIudes; 6 i. Pxovzszons for project meciings throughout the constructzon period to enable orderly 7 review af the progress of the Wark and to provide foz systematic discus�ion of S patential prablems 9 B. Deviations this City of Fort Worth Standard Specific�tion 10 I. None. 1 I C. Related Specificatian Sections include, but are not necessarily limited to: 12 1. Di�ision 0— B idding Requirements, Contract Forms and Condiiions of the Contract ] 3 2. Division 1— General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measureznent and Payzz�ent 16 1. Work associated with thzs Iterri zs cansidered subsidzary to the vazious items bid. 17 No separate payrnent will be allo�ed fnr Chis Item. 18 1.3 RE�+ERENCES [NOT USED] 1� 1.4 AD1VIII�TISTRATIVG REQTJIREMENTS 20 A. Coordination 2I 1. Schedule, attend and administer as specified, periodic progi�ess meetings, and 22 specially called me�tings throughout pzogr�ss af the Work. 23 2. Representatives of Contractor, subcontractozs and supplzers attending meetings 24 shall be q�alified and authorized to act on behalf qf the entity each repz�esents. 25 3. Meatings administered by City may be tape recorded, 26 a. If recorded, tapes will be used to prepara mtnutes and retained by City for 27 future reference. 28 4. Meetin�s, in addition to those specified in this Section, may be held when requested 29 b� the City. , Engineer or Contractor. 3� B. Pre-Construction Neighborhood Meeting 31 1. After the execution of ti�e A�reem�nt, but befor� eonstruction is allowed to begin, 32 attend 1 Public Meeting with affected zesidents to: 33 a, Present projected sehedule, including construct�p❑ start date 34 b. Answer any construction related ques.tions 35 2. Meeting Lacation 36 a. Location of ineeting to be determined by the City. 37 3. Attendees 38 a. Cantracror CTTY OF FOT2T WORTH 2O21 COMO AREA ItESURFACING PROJECT STANDARD CONSTRUC"TION SPECIFICATION DOCUMENT5 Revised Suly 1, 2011 C1TY PEROJECT PTQ, 1p33�48 01312Q-2 P�OJECT NIEETINGS Page 2 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 1S 16 17 18 19 20 2l 22 23 24 25 26 27 2S 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 4S 46 47 48 b. ProjectRepresentative c. Other Ciry representatives 4. Meeting 5chedule a. In general, the neighborhood meeting wiIl occur within the 2 weeks following the pre-construction conference. b. In no case will construction he allowed to begin uatil trus meeting is heid. C. Progress Meetings 1. Formal project coordination meetings will be held periodicaliy. Nieetings wiIl be scheduled az�d administered by Project RepresenCative. 2. Additional grogzess meetings to discuss specific topics wi11 be conducted on an as- nee.d�d baszs. Such additional meetings shall include, but not be limited to: a. Caardinating s�autdowns b. Installation of piping and equipxnent c. Coordination betwe�n other canstruction projects d. Resolution of constructaon is.su�s e. Equipment approval 3. The Project Representati�ve will pz'eside at pz-o�'oss meetings, pz'epare the notes of the meeting and distribute copies of the same ta all partzcipants whn sa request by fully complating the attendance farm io be circulated at the beginning of each meeting. 4. Attendance shalI include: a. Contractor's project manager b. Contractor's superintendent c. Any subcontraetor or supplier representatives whom the Contractor rna� desire to invite or the City may request d. Engineer's representatives e. CiCy's representatives f. Others, as requested by the Project Representative 5. Freiiminary Agenda may include: a. Review of Work progress since pre�ious rneeting b. Field observatians, problems, conflicts c. Items which impede constz�uction schedule d, Review of off-site fabrication, deli�ery schedules e. Review of eonst.ruction interfaeing and sequencing requirements with other constructzon contz�acts f. Corrective measures and procedures tn regain projected. schedule g. Revisions ta construct�on schedule h. Progress, schedule, during sacceeding Work periad i. Coordination of sehedul.es j. Review subz�nittal schedules k. Maintenance of quaIity standards I, P�nding chauges and subsii[utions m. Review praposed changes fnr: 1) Effect on construction schedule and on cQrnpletion date 2) Effect on other cantracts af the Praject n. Re�iew Record Documents o. Re�iew monthly pay reques.t p. Review status of Requests for Infozmatian C1TY OF FORT WORTH STANTJARD COiVS7'RUC'I'lON SPLC1FiCAT10N I70CiIMENT5 Revised July 1, 2011 2021 COMO AREl1, RESURPACING PRQJ�CT CITY PAO]ECT 1V0. 103346 a� 3i zo-3 PROlECT NIEETINGS Puge 3 af 3 1 b. Meeting Schedule 2 a. �rogress meetings vviil be held periodically as detezmined by the Project 3 Representativ�. � 1) Additaanal me�tings may be held at th� zequest of the: 5 a} City 6 b) Engineer 7 c} Contractqr 8 7. Meeting Lacation 9 a. The City will establish a meeting locaEion. 10 1) To the extent practicable, meetings will be held at the 5ite. i 1 1.5 SUBMITTALS [NOT USED] 12 1.6 ACTTON SLIBMITTALS/IlVFORMATIONAL SI7BMITTALS INOT USED] 13 1.i CLQSEOUT SUBMITTALS [NdT USED] 14 1.$ MAINTENANCE MATERIAL SiTBMITTALS [NOT USEI)] 15 1.9 QUALITY A,SSijRANCE [NOT U�SED] 1G 1.,14 DEL�VERY, ST�RAGE, AND HANDLXNG [N�T US�D] 17 l.l.l F]ELD [SITE] COND�TZONS [NOT USED] 18 L12 WARRANTY [NOT USED] 19 PART � - PRODUCTS [NOT USED] 20 PART 3- EXECi7TION [NOT USED] 21 22 END OF SECTION Revision Log DATE NAME SUMMARIt OF CHANGE 23 CITY dF FDRTi WORTkI 2021 COM� AREA RESURFACIIVG PRQIECT STAA'DARD CON5T`RiTCT101Y SPECTFiCA'I`101� DOCLIM�IVTS Re�ised July 1, 2011 C1TY PROJECT NO. I03348 013216-1 CO1V57T2UCTION PROGRESS SCHEDUI.� Page l oF ] 0 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section 1ncludes: �ECT�ON 01321b CONSTRLTCTION SCHEDULE b l. General requirements for the preparation, subrnittal, updating, status reporting and 7 xnanagement of the Constr�ction Progress Sehedule 8 2. Specific requirements are presented in the City of Fort Worth Scheduie Guidance 9 Document 10 11 B. Deviations from this City of Fort Worth Standard Specification 1. Nor�e. 12 C. Related 5peeification Sections include, but are not necessarily limited to: 13 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract T4 2. Division 1— General Reguirements 15 16 17 18 19 20 21 22 23 24 25 26 27 2$ 29 30 D. Purpose The City of Fort Worth (City) is comrriitted to delivering quality, cost-ef%cCive infras.tructure to its citizens in a�mely snanner. A key tool to aclueve this purpose is a properly structured scheduls with acct�ate updates. This supports effective monitaring of progress and is input to critical decision mal�ing by the project manager throughout the life oi the project. Data frozz� th� updated pzoject schedule is utilized in status reporting to earious levels vf the City orgaziization and the citizenzy. This Docurnent complernents the City's Staz�dard Agzeement to guide th� construction contractor (Contractoz} in preparing and submitting acceptable schednles for use by the City in project d�livery. The expectatzn�a is the performance of the wark follows the accepted schedule �n.d adh�ra to the contrac.tual taimeline. The Contzactor will designate a quaIi�ed representative (Project 5cheduler) responsible for deveIoping az�d updatiug the schedule and preparing status reporting as required by thE Czty. 31 1.� PRICE AND PAYMENT PROCEDiJItES 32 A. Measurement and Payment 33 1. Work associated with tlazs Ztezn is considez-ed subsidiary to the varipus items bid. 34 Na separate payment will be allowed for this Xkem. 35 2. Nan-compliance with #his speci�'zcataon is grounds foz Cily ta withhald payment Qf 36 the Contraetor's invaices until Contractor achieves said eompliance. 37 1.3 REFERENCES 38 A. Pzojeet Schedules C1TY OF FQRT WORTH 2O21 CQIvIb AREA I�ESURFAC1NCs I'1tOJBC1' STAI�IDARD CONSTAUC'1'ION SPEC6PICATION UOCUNIF.I�TS City Peoject No. 10334$ Revised August 13, 2021 oi3ai6-z CONSTRUCTION PROGRESS SCHEI]ULE Page 2 of L p 1 Each prajeet is represented by City's master project sch�dule that encompasses the 2 entire scope af activi#ies envisioned by the City tn properly delivez the woz'k. When the 3 City cantracts with a Contractor to perform construction of the Work, the Cnntractpr 4 will develop and maintain a schedule for their scope of work in alignn�enr with the 5 City's standard schedule requirements as defined herein. The data and informatiion of 6 eaeh such schedule will be leveraged and become int�gral in the master project 7 schedule as deemed appropriate by the City's Project Cantiol Specialist and approved S by the City's Project Managez'. 9 1Q 1. MasterProjectSchedule 11 The master project schedule is a holistic zepresentation af t�e scheduled aetivities 12 and milestones for the total project and be Critical Path Method (CPM) based. The 13 City's Praject Manager is accountable fpr pvexsight af the developmen.t and 14 maintaining a master project schedule for each project. When the City contracts for 15 the design and/or construction of the project, the mastar project schedule will l6 incorporate elements of the Design and Construction schedules as deemed l7 appropriate by the City's Project Control 5pecialist. Tl�e assigned City Project ! 8 Contzol Specialist creates and maintains the master project schedule in P6 (City's 14 scheduling software). 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 4S 4G 47 48 �9 2. Construction Schedule The Cont�actor is responsible for devel4ping and maitttaining a sehedule �or tlae scope of the Contractor's contractual requirements. The Contractor wi11 issue an initial schedule for review and acceptance by the City's Project Control 5pecialist and tkie City's Project Manager as a baseIine schedule for Contractor's scape of warl�. Contractor will issue current, aecurate updates af their sche.dule (Progress Schedulej ta the Ci#y at the end of each month throughout the life of their work. B. Schedule Tiers The City has a portfolia af projects rhat vary vvideIy in size, compI�xity and content requiring different scheduling to effectively deliver each praject. The City uses a "tiered" appro�ch to align the proger schedule with the criteria for each project. The City's Projeet 1Vlanager determines the appropriate schedule tier far each project, and includes that designation and the associated requirements in the Contractor's scope of work. T�.� follo�ving is a summary of the "tiers". 1. Tiex I; Smali Size and Shart Duration Praject (design not required) The City develops and maintains a Master Project Schedule foz the proj�ct. No schedule submittal is required from Contractor, City's Praject CantroI Specialist acquires any necessary schedule status data or information throu.gh discussions vvzth the respective party on an as-needed basis. 2. Tier 2: ,Small Size and Shart to Medium Duratian Project The City develops and maintains a Master Project Sehedula for the project. The Con.traetor ideniifies "start" and "finish" milestone dates on l�ey elements of their worl� as agz'eed with the Ciry's Project Manager at the l�ickaff of their work effort. The Contractor issues to the City, updates to the "start" and "finish" dates for s�ch milestanes at the end of each month tl�roughout the life of theu �rork on the prpject, 3. Tier 3: Medium and Large 5ize and/or Complex Projects Regardle�s of Duration C1TY OF FORT WOATH 2Q21 COMO AREA RFSURFACING PRQIECT STANDARD CONSTRUCTiON SPECIFICATION DOCUMEN'I'5 City Project No. ]03348 Revised August l3, 2021 013�15-3 COS�STR[1CTI41+1 PROGRESS SCHEDULE Page 3 of 1 p 1 Tl�e Ciiy de�elops and maintains a Master Project Schedule for Ehe project. The 2 Contractor develops a Base3ine ScheduIe and maintains the schedule of their 3 res�e.ctive scope of wark on the project at a level of detail (generally Leve13) and in 4 alignment with the WBS structure in 5ection 1.4.H as agreed by the Project 5 Manager. The Contractor issues to tl�e City, updates oi their respeciive schedule 6 (Progress Schedule) at the end of each month tYuoughout the life of their work bn the 7 project. S C. Schedule Types 9 Project delivery far the City utilizas two types of schedules as noted below. The City 10 develops and maintains a Master Projeci Schedule as a"haseIine" schedule and issue ll monthly updates to the City Project Manager {end of each month) as a"pzo�ress" 12 schedule. The Cantractor prepares and submits each schedule type ta falfzlI their 13 contractuai requirements. 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 1. Baseline 5chedule The ContracCor de�elops and submits to tkie City, an initial schedule for their scope of worlc in a�Zgn.ment with Chis specification. 4nce re�wzewed and accepted by the Ciry., it becomes the "Baseline" schedule and 'zs the l�asis agaanst whzch all prpgress is measured. The haseline sclaedule t�ill be updated rrahen there zs a change ar add'ztifln to the scope of wark impacting the duration of I:he work, and only after receipt of a duly authozized change ozdez' issaed by rha Czty, In khe event progress is sigzii�icantly bahind schedule, th� City's 1'roject Manager may authorize an update to the baseline schedule tn facilitate a more practical evaluatian af progress. An example of a Baseline Schedule is provided in Specification 01 32 16.1 Consfiruction Praject 5chedule Baseline Example. 2. Pragress Schedule 28 The Contractor updates their schedule at the end of eaeh manth to repres�nt the 29 progress achieved in the work which includes any impact from authorized changes 3D in the work. The updated schedule must accurately reflect the current status of the 31 work at that point in time and is referred to as the "Progress Scheciule". The City's 32 Project Manager and Project Control Specialist reviews and accepts each progress 33 schedule. �n the event a pragress schedule is deemed not aceeptable, the 34 unacceptable issues are identified by the City within 5 working days and the 3S Cankractor must provide an acceptabTe pragress schedule within 5 working days 36 after receipt of non-aeceptance notification. An axample of a Progress 5chedule is 37 provided in Specification O1 32 16.2 Construction Frojeet Schedule Frogress 3 8 Example. 34 D. City Standard Schedule requirements 40 The following is an overview of the methodology for de�eloping and maintaining a 4I schedule for dalivery of a project. CITY OF FORT WORTH 2fl21 COMO AREA RESTiRFACING PROTECT STANDAAD CONS'I`RUCTIDN SPECIFICATION DOCUMENTS Cily Froject ]�a. 163348 Revised August !3, 2Q21 o� 3a is- � CONSTRCTCTION PROGRESS SCHEDULE Page 4 of 1 U 1 2 3 4 5 6 7 8 9 IO il i2 I3 14 [5 I6 I7 f8 i9 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 aa 41 42 43 44 45 46 47 48 1. Sehedule Frarn�woz-� -�'he schedul.� will b� based on the defined s�ope oi wark and follow the (Critical Path Methodolqgy) CPM method. The Contxactoz's schedule will aiign with the requirements of this specification and will be cost loaded to reflect their plan for execution. Complianee with cosk loading can be provided with iradit'ranai cast loading of l�ine items OR a projected cost per month %r the project wI�en the initial schedule is subz�aitted, updated on a quarterly basis is significant change is anticipaied. Ovexall schedale duration will align. witla th� contractual requirements for the respecCive scope of v�ork and be refleeted in Ciry's Master Project Schedule. The Project Number and Name of the Project is requir�d on �aeh schedule and rnust match the City's project data. E. ScheduIe File Name All schedules submitted tp the City fpr a project vvi11 have a file name that b�.gins with the City's project numher followed by the raame af the prajeci follo�wed l�y baseline (if a baseline schedule) or the year ar�d mor�th (if a progress schednle), as shown below, � Baseline Schedule File Name Format: City Projeet Number_Froject Name_Baseline Example: 10I376_North Montgamery Street HMAC_Baselina � 1'rogress Schedule �'ile Name Format: City Praject Number_Project Name_YYYY-IVIM Example: 101376_No;rth Montgomery Street HMAC_2018_O1 � Project Schedule Progress Narrative File Name Format: City Project Number_Project Name_PN_YYYY-IVIM Examgle: 10I376_North Montgomery S�reet HMAC_PN_2018_O1 F. Sch�dul� Templates The Contr�ctor will utilize the zelevant sectaons frozz� tkze Czry's templat�s provided in the City's dpcument man�gennent system as the baszs foz czeating their zespec�ive project schedule. S�eeifically, the Cantraetor's sched�le will aIi�,m vvith the Iayout af the Construc�ion secti�n. 'Fhe templates are identified by type of projeet as noted belovw. � Arterials � Avia[ion o Neig�borhood Skreets � Sidewalks {later) � Quzet Zones (later} � Stxeet L'zghts (lat�r) � Tntersection Improvements (later) � Parks � Stazm water � Street Maintenance � Traffic � Water G. ScheduIe Calendar CPCY O� FDAT WORT}3 2021 COMO AREA RESURFACING PR07ECT ST�[�iDARD CONSTAUCTION SPECTFICATIDN I]OCUMEI3'1'S City Project No. 1#13348 R�vised Augttst l3, 2021 O1 32 1G- 5 CON5T'AUCTIQN PROGRESS 5CHEDULE Page 5 of I4 1 The City's standard calendar for schedule developmeni purposes is based on a 5-day 2 workweek and accounts tor the City's eight standai'd holidays (New Xears, Martin 3 Luther King,lViemorial, Independence, Laboa�, Thanksgiving, day after Thanksgiving, 4 Christmas). The ContracCor wiLl establish a sehedule calendar as part of the schedule 5 de�elapment process and provide to the �roject Contrvl Specialist as part pf the basi� 6 for their schedule. Variations between the City's calendar and the Contzactor's 7 calendar must be resol�ed prior to th� City's acceptance of theiz $aselzne project 8 schedule. 1Q H. li 12 13 lA I5 16 17 18 WBS & Milestoz�e Skandards far Schedule Development The scop� of work to be acconnplished by khe Contractar is represented in the schedule in the fox-zz� of a Woz'k Bxealcdown Structure (WB5). The WBS is the basis for the development of t�ae schedule activities and shalI be irnbedded and depicted in the schedule. The following is a summary of the standards to be foilowed in preparing and maintaining a schedule for project delivery. 19 1. Cnntractor is required to utilize the City's WBS structure and respecti�e 20 project type template for "Construction" as shown in Section 1.4.H below. 2I Additional activities may be added to Levels 1- 4 to accommodate the needs 22 af the organizatian execnting the work. Specifically the Cont� actgr will add 23 activities under WB5 �XXXXX.80.83 "Constructian Execution" that 24 delineates the activities associated with the t�arious components of the work. 25 � 26 2. Contractor is required ta adhere io the City's Standard Milestones as shown 27 in Section 1.4.I below. Contractor wi11 include additional milestones 28 representing intermediate deliverab�es as required ta accurately reflect their 29 scope of work. 30 31 32 33 34 35 36 37 38 39 40 41 42 43 The activity duration is based on the physical amount of work to be pe�orxned foz' the sCated acti�ity, witb a ma�imum duratinn af 20 warking days DR a continuous activity in vne location. If the wozk for an.y one activity exeeeds 20 days, break that activily down incrementally to ackue�e this duration eqnstraink. Any excaption to this requires review and acceptance by th� City's �'roj�ct Control Specialist. �4Q J, Chang� Orders 45 When a Change Order is issued by the City, the impact is incorporated into the 46 previausly accepted baseline schedule as an upd�te, to cleariy shaw impact to the 47 project timeline. The Coniractar subrruts tlus updated baseIine schednle to the Ciry for I. 5chedule Activities Aciivities are the discrete elements of woxk thaC ma�Ce up ihe schedule. They will be organized under the umbrella qi the WBS. Activity descariptzans should adequately describe Che activiry, and in some cases the exient vf the activity. All acri�ities are IogicaIly tied with a predecessor and a successor. The only es�ception to t.t�tis ivle is fnr "project start" and "projeet finish" milestoaes. C1TY OF FORT WpRTH 2O21 COMO AREA RESilRFACING PROdE�"I' S'I'ANDARD COT�5T12UCTION S.PEG7F'ICATIQN DOCiJMENTS City Project Na, ] 03348 Revised August f3, 2G2[ ni 3z i6-6 CONS'[RUCTION PROGRE�S SCHEDllLE Puge G nf 1 a 1 2 3 4 5 6 7 8 9 ]Q 11 12 ]3 1�4 15 16 i7 18 i9 20 21 22 23 24 2S 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 rewiew and acceptance as described in Section I.5 beIaw. Updated baseline schedules adhere to the following: 1. Time extensions associated with appro�ed cont�•act modificaTions are limited to tk�e actual amount of time the project activities are anticipated ta be delayed, unless otherwise approved by the Program Manager. 2. 'T'he re-baselined sckledule zs submitCed by the Contractor within ten workdays afier the date pf receipt of th� approved Change Order. 3. The changes in ingic nr durat'zons appz'oved by the City are used to analyze the impact of the change and is included in the Change Order, The cndir�g for a new activiry(s) added to khe schedule for the Change Order incl�de� the Change Qzder number in the Acti�ity ID. Use a� many activities as needed to aec�jrately ahow the v,Joz'k a� th.e Change Ordar, Re�isions to the baseline schedule are not effec�ive until accepted by the City. K. City"s Work Bzeakdau+n �trucCure WBS Cade WBS Name X��XX Projeci Name XXXXXX.30 D�sign XX�XXX.3D.1D Design Contractor Agreement XXXXXX.3{7.2p Concaptual Design (3D°Io) XXXXXX.30.30 Preliminary Design (60%) XXXXXX.30.40 Final Design XXXXXX,30.50 Environmentai XXX.XXX.3d.60 Permits XXXXXX.30.60.10 Perznits - Identification XXXXXX.30.60.2Q Fermits - ReviewlAppro�e XXXXXX.4Q ROW & Ea�emen#s XXXX�X.40.10 ROW Negotiations XXXXXX.4Q.2Q Cnndemnation XXXXXX.i4 UtiliEy Relocatian XX�XXX.70.1� Utility Relocation Co-ordination �XXX.SO Canstruciian X��XXXX.8Q.8I Bid and Award KXXXXX.8Q.$3 Canstruction Execution XXXXXX.$Q.SS Inspection XXXXXX.80.86 Landscaping XXXXXX.90 Clnseout XXXX�X.9Q.1� Construction Contract Close-out XXXXXX.90.40 D�sigz► Contract Closure L. City's Standard Milestanes The following milestone actsvities (i.e., important events on a pxoject that mark critical points in time) are. of particular intereat to the City and musi be reflected in t.he prc�j�ct schedule for alI phases of work. CPI'Y OP FORT WORTI-3 2Q21 COMO AREA RESUItF.4CING PIZOJECT STAI�TDARD CONSTRUCTEON SPECIFICATI�I+I pOCUMPNTS City Piaject No. IQ3348 l2evised August l3, 2421 01321fi-7 C4NSTRUCTIOI+I PROGRESS SCHF.QULE Page 7 of 1 Q 1 2 3 4 S 6 7 8 9 1 Cl 11 12 13 14 15 16 17 IS I9 24 21 22 23 24 25 26 27 28 2� 3a 31 32 33 34 35 36 37 38 39 1.� 40 41 42 43 44 45 46 Activity ID AciivitY Name Design 3020 Award Design Agreement 3040 Issue Notice to Proceed - Design Engineer 3100 Design Kick-off Meeting 3120 Submit Concepival Plans to Utilities, RQW, Traffic, Parks, �torm Water, Water & Sewer 3150 Peer Review MeetinglDesign Review meeting (technical) 3l 60 Conduck Design Pnblic Nleetzng #i (required) 3 J 7Q Coneeptual Dasign Compl�te 3220 Submit Preliminary Plans and Speci�cations ta UtiIities, ROW, Traffic, Parks, Storm Water, Water & 5ewer 3250 Conduct Design Public Me.eting #2 {z�quired) 3260 Preliminary Design Complete 3310 Suhmit Final De:sign to Utilities, ROW, Traff'ic, Farks, Storm Water, Water & Sewer 3330 Conduct Design Public Meeting #3 (if required) 33b0 Rinal Design Complete ROW & Easements 400Q Right of Way Start 4230 Right of Way Complete Utility Relocation 7000 Utilit�es St�rt 7120 Utilities ClearedlComplete Construction Bid and Award 81 I O Start Advertisement. 8150 Conduct Bid Opening 8240 Award Constructi�� Contract Construction Execution 8330 Conduct Construct�on PubIic Meeting #4 Pre-Construction 8350 Construc�ion Start 8370 Substant�al Comgletian 8540 Construction Completion 91�0 Notice af Completian/Green Sheet 9150 Construction Contract Closed 9420 Des9gn Cantract Clased SLTBMITTALS A.. Schedule Submittal & Review The City's Proje.ct Manager is responsible for reviews and acceptance of the Contractflr's schedule. The City's Praject Contral 5pecialist is responsihle for ens�ring alignment of the Cantractor's baseline and progress schedufes wi.th the Master Project Schedule as support to the City's Project Manager. The City reviews and accepis or rejects the schedule wiihin ten workdays of Contractor's submittal. CL'i'Y OP FORT Wf�ATH 2O21 COMO AREA RFSiIRFACING PRDIECT STANT�AItD CDAIS'T'1tL]C1iON SPECTFTCATION DOCUMEI�TTS City Projeci Na. ID33A8 Revised August 13, 2U21 O] 3216-8 C(7NSTRUCTION PAOCrRES5 SCHEI}ULE Page 8 of l0 1 1. 5cheduIe Format 2 The Cont�•actar will submit each schedule in two electronic fon�ns, one in native file 3 format {.xer, .xml, .mpx) and the se.cond in apdf format, in the City's dacument A management system in the location dedicated far this gurpose and identified by the 5 Project Manager. In the event the Cantiactor daes not use Prima�era P6 or MS 6 Projeet for scheduling purposes, the schedule information must be submitted in .xls or 7 .xlsx fornnat in comp�iance with the sample layout (See Specification Q1 32 16.1 8 Construction Project 5chedtile Baseline Example), including activity predecessors, 9 successors and total float. ia 11 12 13 14 15 16 2. Initial & Baseline Schedule The Contractor will develop their scheduIe for their scope of work and submit thei.r initial schedule in elect�onic form (in fhe file formats noted above), in the City's document management system in the location dedicated for this purpose at least 5 working days priar tn Pre Construction Meeting. 17 The City's Praject Manager and Project Contrql Specialist zeview thzs initial schedule i8 to det�rmine alignment with tYz� Czty's Mastex Pzoject Schedule, ineludzng format & 19 WBS s�ructure. Following the City's re�iew, feedback is provided Ca the Cantractpr 20 for their use in finalizing their initiai schedule and issuing (within fave workdays) their 21 Baseline Schedule for final review and acceptance by the City. 22 23 3. Progress Schedule 24 `i'he Co�tzactor will update and issue their project schedule (Progress Schedule) by the 25 last da� of each mpnth thrpughaut th� li�e of' theiz v�roz°k on the groject. Th� Pro�r�ss 26 Sch�dule is submitred in electronic form as noCed abova, in the CiCy's documen.t 27 managemenE system in the location dedicat�d for ti�is purpase. 28 29 The City's Project Coiltrol team reviews each Frogress Sehedule for data and 30 information that support the assessmer�t of the update tfl the sehedule. In the event 3l. data or inforznation is missing or incomplete, the Project Controls Speeialist 32 comr�nunicates dizectly with t�.e Contractoz's scheduler for praviding same. The 33 Contractor re-submits th� cor�-ecteci Progress �ch�dule within 5 workd'uys, following 34 the submittal process nated abpve. The Czty's Prqject Manager and Project Control 35 Specialist revievv the Cnntractar's progress scheduIe fox acceptance an.d ta znonztoz 36 performance and pragress. 37 38 39 �0 41 42 43 44 45 46 47 48 49 The followin.g list of items are required to eiisure proper status information is containe.d in the Progress Sehedule. � Baseline Start date o Baseline Finish DaCe o % Complete � Float � Activity Logic (dependencies) • Critical Yath o Actzvitias added or deleted a Expected Baseline Finish date � Variance to the Baseline Finish Dat� C1TY OF FOLZT W012"T`H 2O21 COMO AAEA RESURFACING �Rd7ECT 5TAN➢ARD CONST'RUC"I'IflN SPECIFICATION DOCiTML�1VT5 City Project No. 203348 Revised Au�ust 13, 2021 013216-9 COI+ISTRUCTIdN PROGRESS SCHEDULE Page 9 of l0 1 2 3 4 5 6 7 8 9 Ip 11 12 13 14 l5 B. Monthly Construction Status Report The Coniractor submits a written status report (re%rred to as a pro.gress narrative) at the manthly pzagress meeiing (if monthly meetings are held) or at ihe end o� each month to accompany the Progress Schedule submittal, using the standard format grovided in Specification 01 32 16.3 Conskruction Project Schedule Progress Narratat�e. The content of the Construction Project Schedule Progress Narrative should be concise and complete to include onl� ehanges, delays., and anticipated problems. C. Submittall'rncess � Schedules and Manthly Canstructza❑ Status Reparts are subzz�i.tted in in the City's document management system in the location dedicated for this puz�pose. o Once the prnject has be�n cozzapleted and Final Acceptance h.as 6een issued by the City, no fiyrther progress schcdules oz- construction status reports are requircd from the Contractar. I . �6 1.� ACTION SiTBNIITTALS/INFORMATIONAi, SiTSMITTALS [NOT USED] 17 1.6 CLOSEOIIT SUBIVIITTAL,5 [NOT i75ED] 18 1.i MAINTENANCE MA'I�RIAL SUBMITTALS [NOT USED] 19 T.8 QIIALITY A55[TRANCE 20 21 22 23 24 25 A. The person preparing and revising the consCruction Progress Schedule shall be experienced in the preparation oi schedules o€ similar comple�ty. B.. ScheduIe and su�pnrting documents addressed in this Specificatipn shaIl be prepared, ugdated and revi sed to accuz�ately reflect ihe pez�az-rzzan.ce o� the con.struckaon. C. Contractar is respansible for the qu�Iity o� all submittals in this sectian mzetang the standard o� care foz the constz-uction industry for simalar pz�ajects. 26 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED� 27 110 FIELD [SITE] CONDITIONS �NOT USED] 28 1.11 WARRANTY [NOT USED] 29 1.12 ATTACHMENTS 30 Spec 01 32 16,1 Construction Project SchedUle Baseline Example 31 Spec O1 32 16.2 Construction Project Schedule Pro�ess Example 32 Spec O1 32 16.3 Canstructian Prpject Schedule �z'ogress Nanrative 33 C1TY OF FORT WORTH 262 [ COMO AREA RESURFACING PRb7ECT STANIJARIJ CS?NSTRUCTIDN SPECiFICATION DOCUMS[VTS City Project [Vo, ] 03348 Revised August 13, 2021 D13216-10 CONS'i'RUCTION PROGRESS 5Ck3E€]UI.E Page ln of. l0 2 �ART 2 - PRODUCTS [N�T IISED] 3 PART 3- EXECUTION [NOT iT�ED] 4 END OF SECTION Revision Log DA'I'� NAME SLTMMARY OF CHANGE 8/73/2021 Michael pwen �evised to updata specificalian requizaments and eliminate duplicate schedule specifications. C1TY OB PORT wQRTH 2021 COIJ�O AItEA AESi71ZFACING i'RQ]E?CT STANDARD CONSTRlICTIOl�I SPECIFTCATIOIV �OCUIaISNTS City Prajec[ No. ] 03348 Revised August 33, 202I O] 32 16.i COi�CSTRTJCTION PROGRE55 SCHEDULE — BASELIIYE EXAMPLE Pape 1 of 5 f►a SECTION 013� 16.� CQNSTRUCTIQN SCHEDUT� -- BASELINE EXA.NIPLE 3 PART1- GENERAL 4 5 6 7 S 9 10 11 12 13 14 IS I6 I7 I8 I9 2fl 21 22 23 24 25 26 27 2.8 29 30 31 32 33 34 35 36 37 38 39 4Q 41 42 43 44 45 46 The fpllowing is an exarnple oi a Cantractor's praject schedule that illustrates the data and expectation for schedule content depzciing th� baseline for the project. This version af the schedule is refezxed to as a"baseline" s.chedul�. This example is intended in provide guidance for the Contracior when developing and submitting a base�ine schedule. See CFW Specificatian OI 32 16 Constz'uctzon Schadule for details and requirements regarding the Confractor's praject sehedule. Cl'�"Y OF FOI�'I' W012TH 2O21 COMO AREA RESURPACING PROJECT STAIVDARD CONSTRUCTI4N SPECII�ICAT[ON D.00UMENTS City Project Ho. 10334& Revised Augiist 13, 2021 oi �z ��.� CONSTRIICTIQIV PROGRESS SCHE,IIULE - BASELINE E3fAMPLE Paga 2 of 5 1 m � M i Q � r N (�p � � � � � � I� ui ���" -VY !� � � W � e� q� G� � � �, ❑ � R�,3 � �,�} c V � � � � � � a ai � � N •`� � �" tN � ql u) Gi � r� , � ci aw �; ���� �� CI O O ii m fA W � .._�._....._.....- �p ,�C���� N i t� F i r i �"� # �.,. �' „Y_� � � Hi i ii w1 i i W W 4� W �: Si :; �� : rj � � #� yl � I' � � .� a .� _ . � �. ii ` � N � F i� F,� � i r a i � t : n r � � � S � i � O • j Lj � i � � V� � �� � d r� , # a� � '� � C { .� �' A i� f � � �4 ; � a A�� � } i� p , . 3 ; i a� � i_i .s ri r.� w : �� � :' '� � m , -� • ''r.w r � � � il �!i �� �� q� � M '�� ty u I � si ... 5t u� n r� �. � i �r� n�00 �-•�" `- ,. ,•�� F; � F 1:;1: 1; i+ G's i .._L ' E � � . , _ i 6 �� � � m' rrr �tl�� a a�� ia �� �w'e. ie�lu."".`'� , I m� m r� ��� ,�, rc - a: n� S.1 F'! �., I i I � � � � � � d � � � � w°i F��� V[ � � � fd G� � � t? � '� W-I � �I � 7"� � � � o � � c aVry n.] � A�a n o o a � M, o r ri �i 'T 1i�9 � I�-! a�i �rn .fi �• {i � fl +� � � {I � h ',i�+l �n . i �} .} �5 fM1�+� i �l nl ft' il. y� ' .,�. �• ` :a �� ��' irT r� �� �� r w ��'; o u� ;^�'a. 4 n»�' c� uj'' �I� 'o � s; p ,1 ��� ry�� c� �7 �i N�N k'F��I � hr 2) r`'rb �n'u C p�+ ?� +� � � � � ` q� �� f� �I L,1 � � � -S � � � LJ � � a � 41 L G � .,� f �b �J •� � i3 S M'�i C� '� �� � ii �J 0 � il _,V fi � � ��� v} � i j r I p.- FI � I ti+ u "_ -. Yi 1.. �r. m �v �� �.. �� � n�,. �i� w. ,i �a � roes..� � �o .i m� u. .� n�. ', a r+ il n�� I�� T� ry iv :ry � F/ r j iv �i ry R �� i�� 1i u ry�� r� n� 4 ;i � � . {4_ � z � 1� 5� �1. .1. ���4 r. i�� ri � Fi I�n �J { !f Y ' S' 3 4s � �j � ? � �+ fl i! � �i�titF �� '�� ����auL,��i,.f�di�,�i��f'� c, �, .' � �, - i� •a fl '- Iv j , .� �s �n - � i i � o � n :ri ��� � a /� n D�� � �� s G I 6] ti il ' - �1i �4 .1 '�, r - � M',. In W ,F 41 In � L � ` i l f: � i `� - bi �i ;� ., � ,. YI' i� �^ � r YI � . uy � � nv * �I i1Y n�' � '.a- d �� �� I � � i � ,�R ;..;�•_ � � u � � �; y fi � :� `�F�� ; t �� i� �_ � I� �� �* �� � Gp � j �i w ii9 L! _ a __ •� �4 � 1'+ �� � k �i � S n �� �G 9�- 3�� F^ C� 1� a J� i k� f' �7 � y ,`4 � i}. iw .i ..- �. }. " � r. � � � N F � k. +� � � �'� r �`a�'r�, � :i � �' "�: '1 i. � � � a�� ,: k { � � .�,{ �h � � � � � � n � `-�, � � �� � � � � �� � n n � I � � -r,� � � � � �i � � � . n +� �+�+ C1TY OP PORT WpRTH 5TANDARD C�NSTRC]CTTON SPECTPTCATTOPI DOCUHIP.NTS l�evised August 33, 2Q21 � C �� r�'. ,� ',-��� � � � � � � � � � � .� � � � � � � � � � � � ,� � � � S( EC t..1 � � I 2021 COMO AREA RESURPACIlVG PAOJECT City Project No, 103348 01 32 16.1 CONSTRUC'PIDN PiZOG12E55 5CH@IJUi..� -- RASELINE EXAMPLE Page 3 of S 1 2 cn � a M r� w. C � � N N � � C �� P.. � O � l� C� � � � V � .� �, �.. .r�. �.� L:4�. L. w. �.. �...�:..�. :. ts _ _ ' I b ,} i �R 41 .i M+ .i �. i� ,v..,� ' FJ.0 ��� �i a1 �ER� L' ua � Si �d r� :� n ��� +'�: � �� � : ^'I� 'r� ; :; � g �7 'w � u� � u � �� � a d�u�o ai� `��' w a����� � . � 't� � :4 � !� . f� . J. � :� �� �� f+� .. �e �n � �Z: w r, -: �v � c� . ai c i• u �tr iii n u ii. �i 'U O w� n� +� �n m��� '� J^ L� _ �,� � U CL O�[] Y L} " ir�iJ �;�fa 4� it tl 1 � �'� ., �, r n.'� u� � i;} S {� G �`'i :. i r � r J �.. ;4 � � � n � r � � [� i y x. �i � ;a m w fi i�i fJ " J Z �] ��r, :,+ �� r� � f'� +� � �� w #� y: b.�b iY b _ .� ;, ;` �l ;ti � .. w .: �i �" '�i n :'i �„� m .. ��. � � .� � �� m .o ..s a .� � .� n � .�� . m �• �. ¢ a� 16. �14,]� `: � �.I°I:�;"'Irr{, �,�,kl �;i � : ' � . `� : � � '? , � � � � f ' V L` r.. � Y . i� t' V { u 4*7 �, 3:'�' �F '� �t y. n� � �5 IM1 � n ff�G i I_ �{ i� J. �� I ri .. �. f-i ft i � i. V �n �r *.� . wi ��..a u�a 7� m,r�,,.M �' � b a F o�o- n Q S� .�:�i r : , � � r . � � ;� . � � � � � } j r � .� � w .1 � ^ . i : � �`n � r � i � . a `- � - i �� i' � � � � � � i"" �} � �y �..� � i �''^� � 1�' � I � �`� ! �� I 4� � � I � �a y o i � 7 � V� J � y �� � � w � �{ � � y I J, r_ y1��;� � YY � '� 4 q • ; � , � h' ��r r �' � � f � �I �� � � " � I 4 � " .�,' � � � : '- : �. � ' i� la 4��p', ��� �{f Q 1 F+ . Q � i; I� Q- y � ; i� � � •� r�� ���f �� �',. �� ry ,; * � � r'7N �I n.'�i�rs: n �� iiF9'! � .��n:y!�K ri _. !� �f�a'{'ra n n �d �.r� _ y _'a � r.i r ��sa v f� .'1 .i � i��a� .i .� Lr%i n � � m n � �5 �rt n � �� �d � .�f m ^} �3 � � N Cl'�'Y pF FpRT WORTH STA3�llARi] CONS'I'RUCTION SPECIFICATIOIV DOCUMEIYTS Aevised August 13, 2021 � � � ��r i � � - I �d � � � ���� � �k� �I i � �� � {� i� n m �� :a w N'� iqi �� `a r'Y �,� } �.M _ „ �, C�t U �' ci i� �,i� N i . � i m �`� i� e 4 � 7 yi �. i i w � + f`w i�'��'" o s� ;�.� x � .. u � �� �. ��� a� p ��p� � 4' L r � . ;n'w" � c� ix � � � u ��f n �.yep E�F.i � 4 4�.1U f f .O Y � n � m in�mi�.� --'i------'-- � ---.... ! a��n � ����� f{ �i u , it. �. 1 � o �u� rn i' .ii `i � �i� iy '� k y � ��� f� i a� 7 �}� � n, �. ��� �. ,�� �� � �I ��I � 4 � 4 � 4 {i � n �i'n _ � �� �� � 5[ :S �� - v �4 l�l+ , il L ,5 � F. � q � � � � J � 4 8 � S � �� �� a �� a ���� � � 4'1 � �„ µ � r � � '. m � K � � � � � � � � � � � � � � � ++ � i�} 4� '►� .+� a rj} � � #7�" .C! �� � � � � � � � � � �� �� _� ; � � � � ��� � U � a o � � Y F � � aiy � L' b �_^ � � '� � � � �� � � 5..� � � � 2D21. CQMQ ARHA ItESURFACI[�IG PRO]ECT City Project I�Tu. 103348 Ol 32 16..1 C'.�NSTRUCTiON PROGRE35 SCH�DUL� — S�15ELIIdE EXAMPLE Paga 4 of 5 C1TY OF FORT WORTH 2O21 COMO AI2EA RESURFACING PRO.TECT STANDARD CONS1'I2UC'I'ION SP�CII7ICATION DOC[1ME�''I'S City Project Na, 1 p334� Re�ised August l3, 2021 Ol 32 76.1 CONSTRUCTIOIv PROGRESS SCHEDULE — BASHLINE EXAMPL.E Page 5 of 5 1 END UT+ �ECTION Re�ision Log DATE NAME SUIVIMARY O�' CHANGE 7uly 20, 2q18 M..Tarrell IniYial Issue May 7, 202I 1Vf Owen ltevised name due to revising the schedu]e specificatiaa CTI'Y OP �'012'I" WORTH 2O21 COMO AREA RESURPACING PRO]SCT STANDAAb CONSTRUC7'[ON SPEC�'ICATLON 170CUMENTS City Project 3+fo, 1p3348 Aevised Augast 13, 2DZl o� 3z is.2 COIVSTRLICTION PROGRESS SCHEDULE — PROGRESS F_XAMPLE Page 1 of 4 1 2 SECTION 013216.2 CONSTRUCTIQN SCH�DUL.E -- PROGRESS EXAMFLE 3 PART1- GENERAL 4 The following is an exarnple of a Contt'actar's proj�ct scl�edule that illustrates the data and 5 expectation for schedule content depicting the progress fnr the project. 'I'hzs version of the 6 schedule is referred to as a"progress" schedule. This example is intended to provide 7 guidance for the Contractor when developing and submitting a progress schedule. See 8 CFVJ Specification O1 32 16 Construc�ion Schedule for details ar�d requirements regarding 9 the Contractor's project schedule. 10 �r 12 13 14 I5 16 17 18 19 20 21 22 23 24 25 2b 27 CI'1`Y OF PORT WOR'iH 2Q21 COMO AREA liESU12I�ACII�IG PRO]ECT STANDARD CON3TRUCTIDPT SPECIFICA7'[OT' DOCUMEI�lTS CiLy Project No. L0334$ Revised August 73, 2021 O1 32 16.2 COAiSPKUCTION PR4GRGS5 SCHEDULE-PROGRESS EXAMPLE Page 2 of 4 � � .- � i'y t`il ,�,,, �� Y � � � � � � �r .�. p.y�s� L Q � � � �`I 11 �� [. C:��`I1�`Ijl'1 1'1 II �5 �. .N Yi iY I[ f� �. �! [Y �T II ll ii iY 1'f f� rl f� �_ • � � F � O r.l r.l � rJ' f.� �] n�n r + 4 R O P Li �� 4 � : � , � ��9 #` �n � U� i' I� S f- I:, � � „ ., ----- rorl'Qi � en � m T;.r � � � n tl k'� �' •`fi ' i 7 '� IY� _ � �_i !��` I, y � :i .�a �c � u � � . . r r� i �I' `�I'ti������ � '� I Y3 }.r �I � p� � ��,�„ u.... ri +i ,i � ��� '� � '4i�iy°} �;i �' 4 LL � � il �k I S` - �'� �4 ,Y '- �.. � �1 ro .. 8a � ..� � �., ., _ ., � ��i � � � ; t ^ �� � � � � � ��:'�� ��� � `I „ ,1 � , :; � 7F � n l l' J � � � , . _ 5 � 5� � '� o,� �. �. z, , � �:. �, � � '.j �,+� .,:i. •• - _ ,:, u7 5 � �!J M N •." � � � � � �' � � � � �� Q �"'" '"J e � ❑ � � 0 � x� ,� .� n � � �} 5 �I E}' � �� :t Ik � C �'�� � � gio � � u � � e �i � ��� � - $ I� � � � � � . �I � � � � � � Ci � � 9.��I� J iL � w�a� a a v � ���.� � � �„ ~' L�i L u9 'i m n4 ��1�� �M1 ... �� �Y L u Y� �' :. 'µ C' c5 Q�1�' u ii r3 8[] i� ZI ,�� *� 4r f u� I 11 rl 4� 241 r'f �� .4 M f{� '1n �� ,{ � � h L �} G I 1 r � . 4 _ . .i i U � J � � � ` � � n _ �.�,�'�n i .� ���}� �� x � ��4 4Y ��![� �� � �,+�, � �_� rh .�JS�}�2? ��� ;s°i� � �la �iK'a� r'R � �ny` a�'5i 4a �. •t .i r� r m 0 M�G �, n.n � � i irt n�- �+ t': i� [l I.f� Y}y o'Q Q�^ {� y �;y � 4 C� I.l i' O i_ 8 4 O:7 F P`l i+ R. �, ' J. l, 1, : i = = � 4'^ �. � � � � � � � � -� a °� �1 :� g 7z��� ,�.' ; : � �.�,r�.3'��������� �x � 0 0:s o o��i � r. _�.li'�� ki It Ei —°t �i :. .� — �i i: �. �S � � � •� ��� .� '� w iL �r r� ,.� � {� 4. � .i �u i�. . i � i_ .i ai .� a. ii1 w u � � � �'; Fsi �;.; � ; '� .= '• ' �;�I ^ .' '$ i '�: ��I a ` :: ',��i � g ;+ ra ' i � I 'd r ` iy '� � �� � � � � i x� y r ���% ����'�,����`'',};���,����a� R���faii:3�`�!,`^' .. � �b � il � . I. t� � �. �i � . i. . . . _ ti �, � o ri �r �� ..' u w y. u, ri " �� .. ��� .i ��� �� � u ai .�i Ls � r r iit ��. W '� ' ���� " i� :� t =s '` �� `�i bS i°'.�� � �� i: �� . a "'i � 1 s+ �� � � � 1 � � _ � } � + � w b ��q. �' � _ i � � � ¢� � ,i' 3 �.� �.a � � b ?�:F� ;'� �I �I :�; , � � � � J� � � � ^F � I� I� 1 r J�: � � .f.. ' : { +�1 = ' ' J' : 1 t JF Jr .f ' 0 0 o:o:a i� o o.a:a o:a:a,o S+r a,a a o� r� o n o I � �j ;. .. r a•�,; � „ ,,,.�* �..� Y � .,�v ., �.. �y,`� � �...� y � c. �, � r .. „ ^;�� . �:���.�.,.�s;�^� „�.?.;�����w�;�I��TM:�13^,,�.;.'�« .I _ . :i_ i � � � � ;R � 9� � ? � n,� � ���;7� J � . ^ 6y p � � +' �+ ^ S�� ��. ,�; �` 5 a 5� t� � x L' l� � � � R I� [ � .� ri "� r� Ci %y tr � � yi, � %�'+ � n � M � ]4 e � ti �� j�' �° , e � � �' � N � � � � Y � � m �1 � t� r � �" ui r= n� �i � �'= � i'�' .� c, � u� � �i � �'..� '� �a'c� q..� g ,� �, ., � .� " �I +i �� :i � y � �� " fi r: � � �'�; � �2 '� � ,{i2 k � S? 3i � � � � � � : �s M � „ � � �. �� �i i � � � r. �. m � � � � CITY QF FORT WQRTH 5TAN]7ARD CONSTAUCITON SPECIFICATION DOCUMEIVTS Aevised August 13, 2021 � � � � C� G � f� � � � � `} .�,,,�- w � H � � � 6 `� � � � � �T � �a blr �� � i � � � � i � C v � � �G � � � � � � � � � i � � # � � .� � � .� � � � '� � � � �� � � d CC (J � � � 2021 COM{3 AR�A RESUAFACING PROdECT City Project No. 103348 O1 32 15.2 COI+ISTRiICTTON PROGRESS SCHET?ULE - PROGAESS EXAMPLE Pase 3 of A � r � � N ,,.,, � Q � N ".y Na � ,,. � E"r � 1 2 � O �. � � � � 1 � � � � � .� � L��� ���u_[f rt G1�GA W W Gi,•• n rJ C]iGI�Q Q:9�r_l uf Ll 5J Gi�'] i. i r pp pp „�, p, OP +i �{I •F I�OIl4 m m�� i, �� �� I�� ���4�jm ��.. ��i�Rb�s]r��X"�5�?��a�7 Pi��y1�i���F� � � � � T � �l 'jY � � � I� `�' '{ ili il� � � �.,ql j�.�q jq M' � � d nS �d,� w i� Ftii :! � K� `'� S ��iry ra�� N � � ., .i ., '? u� 1 •., �� � p � �� .. m m�m`m�'�m'- FtN1'A�� � :i�7���^s:k; ����:� ���'���� ��`��,����`���'���'� .o dn m c.r ..,i, •i ��'w oa' '�.e u a, �!rn miw�m � m rn,�.,�m rn �. ��� . rt ^ rn,c, r-� �i� ..� �� ;,y?i ;.�i � ai `��` 7i � r F" �.3� o�J� � � " n N i�i ��. •���'� 'F7 � '� �`i i�I�J }t :i '; :T �� n �'� i� �i � e f 'J'�����i}��y71�r l.��fTS�L�+`y`�i-.��, � �{:��'� I{��LI�f���i� �.Ti� �� . ��: hs ;� t r� :� , x� � � �. �� � �1���. 'i , a - � �'� �',��� �'. :' �' '�' kl �S �' � — — — � -+_ �a m��y c��ray n, -[� ' v' .� w �•'� ^ e°�. r°�. I 5sa•n .'^ - �° m^ api w. v EL �� :- E5y',°. �n i -n ._. il � N iy � IJ',I {,4 LY � �-I i�'u # � Ni�f �I.�f ry �C/ N�* � f� � � F� � �'� i�}�ry�� �!� i� fJ I� N � � [J {5 � g 3 u � 1 ryl� riw i � '1 � � 41 � �' �V�'� 'Y a� .h ti+ h t. �p.� o'. ., _ ���a —ia;�;��h � � rr.,,e. ��� � #: � � , - - „ _..�_ ..-- -- ---------�- �-- 1' �a � u �A . �I o#• 11 YR�e. f:� u a' u SR y� FR ±Q }R ' 3� ix.N�ll J' } �] i � c O .S] 4 Q R q � i� A d O� T];O u � a�r.J a] a Of ql T � rq'[11 ���N ry ���� � � � � �I� --. �_'- ..'--_, _.�. m v rn m � ����� .� " p � � :� �! �i �� nl' �G�l N�fY�[V:CY�M� � � rti Fl r� r'J� 4i0'�O�Gi Gl� rl �i � . . crt �� �1 � p��p� M�� �; �ii� � i �o:qiol � � � ��E�l'S,a�N:n f fl4 f� � � � � Q� � � ��'�i. �d ir� k:�" {' FS�� i�i47h • 1' 01 f � wl 'w; �: i� {I ;: �t '� �i �` �F: ��Sy=S��i � �� 1'- 3 � �� c'� � � � � � . ;� �„ ,7 '��. ;? = •. �� � ��� N r+ ti °� �. � �� � {2 ;i � �a '�°� `.� � �•..,�a I:{ _-I „ ...'ai +r3 w � m .. � �e.n,��}r��.� ".I^"�"'+�3. ' �I ..:��;1:�, '� !'y��'j�''�v .c� %"x �.. � a�g�._ .s� I I I I I � � � . .� �� �� CCi F' � � � � � � � � �� � �� �� J � � �� � � � � ^� o J y� � � � � ; �� '� ;� � ��g � i� �' - ;, � ��'u t$ ��. � r i,,�ca � � � s,a �1 a r� R��� � I�..��a� ��,y � ry i�qi��N � I � � u. i �t rC ��aa:��������'����;���� {�:�•� � � � ,� ��S n. I � ,�� '�� i � �� ���`Y��� ��� �� � � � � ; � : � � r ' ' � �� �: , � � � _ � .R '� f n � �I � � ������ �, .}i Q ii.�'�}� � � n �� � ���'� � � .; � a,3. � � �����,� ,{#�������.��� n�� � � �€� ��� � ����,�,i��s�� Cii'Y OF PORT WORTH STANDAR:� CONSTRUCTIDN SPECIFICATION DOCUMENTS Revised August l3, 2021 Q � � � � t� � � � � r��� 1� � � M� � � :r Cd �q t!? �% �/5 �io � � �" � 1 � I � '�I r+�l Q � U � C � � � � �} � :� � � U (.�] � i � � � � � � � � :_ � � � � °� � � � � V � i�' U I � I 2D21 COMO AAEA RESURFACING PRQJ�CT City Project No. 103348 O1 32 16.2 CONSTRl3CTTQN PAOGRESS SCHEDULE — PROGI2ES5 EXAMpLE Page 4 of 4 1 LND OF �ECTION Rev�ision Log DATE NAME Si1MMARY OF CHANGE July 20, 2018 M, rarrell Initial Issue May 7, 2021 M Owen Revised name due to re�ising tEie seheduje specification CITY QF FQAT WORTH 2O21 COMO AI� 12ESUIiFACTNG AROJECT STA1Vl�AItD CO1vSTAi.TC"1'TON 5PEC7FICA'TION DOCUMENTS City Project No. 103348 Re�ised August 13, 2021 0132 163 — PROGRESS NARRf�TIVE Page 1 of 1 5ECTION 013�,1G.3 CONSTRUCTION PR07ECT SCH�DULE PROGRESS NARRATIVE Reparting Periad: Date [ssued: Praject i�ame: Contractor Company I�ame: City Project No: Contractor Schedwle Contacfi: City Project Manager: A. Lis# of acti�ities chan 1.. (insert text her�J 2. (insert �ext here) 3. (insert text here) 4. (insert �ext here) 5. (insert text here} 6. (insert text here} B. Llst any potential dela� 1. (insert text hera) 2. (inserttexthere) 3. (insert text hereJ C. List any actual d�l 1. (inserttexthere) 2. (inserttexthere) �. (inserttext herej in the and rtina neriod. de mitiaatian actinns and pro�ieie reco�ery actions Clty of Fort Worth, Texas Construction ProjectScheciufe Narrative Report for CFW Projects Revrsed August 13, 2D21 Page 7. of 1 013233-1 PRECONSTRUCTT4N VIDEQ Page 1 oP 2 1 2 3 PART1- GENERAL 4 1.I SUNIlVIARY SECTION 013� 33 PRECONSTRUCTION VIDEO 5 A. Section IncJ.udes: 6 l. Adz�inistrative and procedural requireme�t� foz: 7 a. PreconsCnlction Videos 8 B. De�iations frozzz this City af �'ort Wortb Standard S.peczficatzan 9 1. None. IO C. Relat�d Specifieation Sections iz�clude, but aze not necessarziy limited to: 1 I 1. Division 0-- Biddin� Requirezr�enis, Contract k'orrrzs an.d Conditions of the Contract 12 2. Division 1— General Requirements 13 1.2 PRICE AND PA.YMENT PROCEDC7RE.S 14 A. M�asurement and Pa�ment l.5 1. Work associated vvith this Item is considered subsidiary to the various items bid. 16 Na separake payment will be allowed far tkus Item. 17 1.3 REFERENCES [NOT YTSED] 18 1.4 ADMINISTRATNE R.EQYTZREMENTS 19 A, preconstruction Video 20 l. �'zoduce a preconstruction vzdea of the site/alignrnant, includin� all areas in the 21 vicinity pf and to be affected by consFruction. 22 a. Pravide digital copy of vide.o upan request by the City. 23 2. Retain a copy of the preconstruction �ideo until the end of tl�e mainienance surety 24 period. 25 L5 SUBM�TTALS [NOT [TSED] 26 1.6 ACTION Si7BMITTALS/IN�'ORMATZONAL SUBNIITTALS [NOT USED] 27 1.'� CLO�EOUT SUBMYTTALS [NOT iJSEDI 28 1.8 MAINTENANCE MATERIAL SUBMZTTALS [NOT USED] 29 1.9 QUALITY ASSL]RANCE [NOT USED] 30 1.10 DELIVERY, STORA.GE, AND HANDL,[NG [NOT USED] 3I 1.11 �IELD [SITE� CONDI'z`zONS �NOT USED] 32 1.1�. WART2�NTY [NOT USED] 33 PART �- PRODUCTS C1VOT USED] Cl'TY OF FdRT WOPTH 2O21 COMO AREA RSSURFACIIVG PROJECT STA[VDARD CQIVSTRUCTIOI�i SPBCIFICATIOI�T DbCUME[�TTS Reviscd luly 1, 2p I 1 CI'TY PAO.TECT NO. 103348 D 1 32 33 - 2 PRECOPTS`i`RUC'I'iON VIAEO Page 2 of � PART 3 - EXECi7TION [NOT USED] END OF SECTION Revision Log DATE NA.ME SUMMARY OF CHANGE Ct€'Y pP FOR'I' WORTH 2O21 COMO AREA RESURFACENG I'ROdECT STANT]Al2D CONSTRUCT'TON SP�CIFICAT103V DOCLIMENT5 ReVised duly 1, 2071 CiTY PR07EC'1' PIO. 1D3348 Ql33OD- 1 5UB1vI1TTAL5 Page i af 8 i 2 3 PART1- GENERAL 4 1.1 Si]MMARY �EGTION 0133 00 SUBM�TTALS 5 A. Section Includes: 6 1. General methods and requirernents of submissions applicable io the following 7 Work-related submittals: S a. Shop Drawings 9 b. Product Data {includang Standazd Product List submittal�) IO c. Samples I 1 d. Mock Ups ]2 B. Deviations from this City of Fort Worth Standard Specification 13 1, None, 14 15 l6 17 I.� C. Related Specification Sections include, but az-e not necess�riiy limited to: 1. Divisznn [i — Bidding Requirements, Cnntract �'arms and Cond'rtions of the Contract 2. Divisio❑ 1-� General Requirements PRICE ANI3 PAYIVIEIVT PROCEDi�RES 18 A. Measurement and Payment 19 l. Wprk associated with this Item is considered subsidiary to the various items bid. 20 Na separate payrr�ent will be allowed for this Item. 21 1.3 REFERENCES [NOT CISED] 22 1.4 ADMZN�STRATIVE REQUZREMENTS 23 24 25 26 27 28 2.9 30 31 32 �3 34 35 36 37 38 39 40 A. Coordit�ation 1, Notify the City in writing, at the time of submitial, of any deviations in the submittals fram the requirements of the Contract Dqcuments. 2. Coordinatipn of S�b�nittal Times a. �'repare, priori.tize and transmit each submi.ttal sufficiently in advanee af pe�orming the related Work or other applicable activities, or within the time specz�Zed in the individual Work Sections, of tba Specifications. b. Contractar is responsible such that the i.nstal.lation will not be delayed by processing times including, but nat �imited to: a) Disapproval and resubmittal (if required) b) Coord'znanon 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.ure to transmit submittals sufficiently in advance af the Work. C1TY OF FORT WOKTH STANpARD CpS�STRi7CT[ON SPECIFICATIpN DOCUMENTS Revised Decernber 20, 2012 2021 COMO AREA I�Sl1I2FACING 1'R07ECT CITY PRQJECT IVO, 10334$ 013300-2 SUBMITTALS Page 2 of S 1 2 3 4 5 6 7 8 9 IO I1 12 I3 14 IS 16 l7 [8 19 Zn d. Make submittals promp�ly in accordance with approved sehedt7le, and in such sequence as to cause no delay in the ViTork or in the work of any other contractor. B. Submitta3 Numbering 1. When submiiting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following mariner: a. Use the first b digits of' the ap.plicable Speci�'ication Section Number. b. For tt►e next 2 digzts nunaber use numbers 01-99 io seqnentially number each initial sepazate item or dra�ving submitted aa�der each specif c Sectzon number. c. Last use a Ietter, A-Z, indicating the resabmission of the same drawing {i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submitt�I number would be as follows: 03 30 QO-O8-B 1) 03 30 00 is the Specification Section for Concrete 2) fl8 is the eighth initial suhmittal under this Specification Section 3) B is the third sul�mission (second resuhmission) of that particular shop drawing C, Contractor Certification 21 1. Review shop d��awings, product data and sarz�ples, including those b� 22 subcantractors, prior tn submission ta deterrziine and verify the followin�: 23 a, Field measurements 24 b. Field consfiruction eriteria 25 c. Catalog numbers and sirrular data 26 d. Canformance with the Contract Documenis 27 2. Provide each shop drawing, sample and product data submitted by the Contractor 28 with a Certification Statement af-�ixed including: 29 a. TI�e Coz�C3-actor's Coz�ripany name 30 b. Signatuze of subznittal revi�vver 31 c. Cartification St�tement 32 1) "By this submittal, I hercby re�resent that I ha�+e determined and verified 33 field measurements, field construction criteria, materials, dimensions, 34 eataIog numbers and similar data and I have checked and coordinated eaeh 35 item with other applicable approved sha� drawings." 36 37 38 34 4Q 41 42 43 44 45 D. Submittal Format 1. Fold shop drawings larger than 8%z inches x 11 inches to 8 lx inches x l linches. 2. Bind shop drawings and product data sheets together. 3. Ord�r a. Covez She�t 1) Deseription of Packet 2} Contr•actor Certification b. List of items / Table of Contents c. Product Data /Shop Drawingsl5amples ICaIculations E. Submittal Content 46 1. The date of submission and the dates of any previous submissions CiTY OF FQRT WdRTH 2U21 COMO ARL�A RESLFRFACiNG PROJECT STANDARD CONSTRllCTIO1V 3PECIPI�ATIDN DOCUMENTS Revised December 20, 2Q12 CITX PR03EC'I' NO. 103348 D] 3300-3 3UBMITTALS Page 3 of 8 2 3 4 5 6 7 8 9 10 2, TI�e Praject title and number 3. Cpntractor identificakion 4. The names of: a. Contractor b, Supplier c. Manufacturer 5. Identification af the product, with the Specificatian Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials T 1 8. Applicable standacds, such as AS'I'M or Federal Specificatian numbers 12 9. Identification by highlighting of deviations fram Contract Documents 13 10. Identification by highlighting of revisians on resubmittals i4 I 1. An $-inch x 3-inch blank space ft�r Cantractor and City stamps 15 16 17 18 19 20 21 22 23 24 25 26 27 2$ 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 F, Shop Drawings 1, As specified in individual Wprk Secr.inns incl�des, but is not necessarily limited ta: a. Custom-prepared data such as fabrication and erectionlinstallation (working) drawings b. Scheduled infarmation c. 5etting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Speciai wiring diagratns g. Coordinatian drawings h. Individual system or- equipment inspectian and test reports including: 1) Performance cur�es and certif'ications i. As appiicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the siructure b. Wi�ere correct fabrication of the Work depends upon field measurements I) Provide such measurerrients and note on the drawings prior to submitting �or approval. G. ProducC Data 1. For submittals oi product data %r products included on the City's Standard Product List, clearly ideniify each itezn selected far use on the Project. 2. For submittals of product data for products not included on the City's Standard Product List, submittal data may incli�d�, but is not necessarily limited to: a. Standard pxepared data foz' manufactuxed products (sometimes referred to as catalog data) I) 5uch as the mazzufacturer's product specification and inst�llation instrucfions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicabiliry 4) Raughing-in diagrams and templates 5) Catalog cuts b) Productphotographs crrY aF �oRT war�� STANDARD CONSTitC7CT10N SPECIFICATiOF�i UOCUN3EA[TS Revised December20, 2p12 2U21 COMO ARBA RESURFACIAIG PItOlECT CtI'Y PR07EC'I' NO. l Q3348 U 1 33 OU - 4 SUBMIT"I'A1.5 Page 4 of $ 1 2 3 � 5 6 7 8 4 l0 lI 12 13 14 15 16 17 7} Standard wiring diagrarns 8} Printed performance curves and operational-range diagrams 9) Production or quality control inspectian and test reports and certifications 1.0) Mill reports I 1) Product aperating and maintenance instructzans and recommended spare-parts listing and printed product �varranties I2) As appIzcable to the Work H. Samples 1. As specified in individual Sections, include, but �•e not necessarily lirtrited to: a. Physical examp�es of the Work s�ch as: I} 5ectians of manufactured or fabricated Work 2} Small cuts or containers of materials 3) Complete nnits of repetitively used products color/texturelpattern swatches and range sets 4) Specimens for coordina�ion of visual effect 5} Gzaphic syznbols an.d units of Wozk to be used by the City for indep�ndent inspectinn and testing, as applicable tq the Wnrk 18 I. Do not start Worl� requiring a shop drawing, sample or product data nor any rnaterial to 19 be fabrica#ad or installed prior to the approval or qualified appro�al of such ilem. 2Q 1. Fabrication perfarmed, materials purchased or on-site construciion aecomp[ished 21 which does not canform to approved shop drawings an� data is at the Contractor's 22 risk. 23 24 25 26 27 28 29 30 31 32 33 34 35 3.6 37 38 39 40 41 42 43 44 4S 4b 47 2. The City will not he liable �or any expense or delay due to carrecCions or remedies requiz�ed to accor�n.plish confoz�rnity. 3. Complete project Wark, materials, fabrication, and installations in canform�nce with approved shop drawings, applicable sarnples, anct product data. J. Submittal Distribution I. Electronie Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site apprflved by the C�ty. b. Slaop Drawings 1) il�load submittal ta designatedproject directory and notify appropriate City representatives via email pf subrnitt�l posting, 2) Hard Copies a) 3 copies for al] submittals b} If Confractor requires more than 1 hard copy of Shop Drav�rings returned, Contractor shall submit mare than the number of copies listed abo�e. c. Product Data 1) Ugload subrnitial ta d�sigr�at�d project dizectar� and noti�y appropriate City zepresantatives via ezz�ail of submittal posting. 2) Hard Copies a) 3 copies for all submiitals d. Samples 1) Distributed fo the Froje�t Representative 2. Hard Copy Distribution (if required in lieu of electranic dist��ibution} crr� o� �ax�r warzmx STANDARD CONSTRUCTION SPECIFICATIDN QOCLiMENTS Revisad December 20, 2012 2021 COMO AREA RSS[1RFACLNG PTZO]�CT CITYPROdECTI+ld. LQ3348 pf 3300-5 SUBMI7"CALS Page 5 of 8 1 2 3 4 5 6 7 S 9 10 11 l2 13 14 1S 16 17 18 19 20 21 22 23 24 25 26 27 28 29 2. 3D 31 32 33 34 3. 35 35 37 38 39 40 41 42 43 4� 45 46 47 48 a. Shop Drawzn.gs 1} Distrzbuted to the Ciry 2} Cppies a) 8 copies for meehanical subrnittals b) 7 copies far all otk�er subzniitals c) If Contr�ctor requzz�es znore than 3 copies of Shop Drawings returned, Cantractoz� shall submit more than the nurnber of eopies listed a6ove. b. Produet Data 1) Distributed to the City 2) Copies a} � copies c. Samples 1} Dis#ributad to the Project Representative 2} Cppies a) Suhrnit the number staEed in the respective Specification Sactions. 3. Distribute reproduc�ions of apprQved shop drawings and copies of approved product data and samples, where required, to the jol� site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not. exceeding the numher previously specified. K. Submittal Review The review of shop drawings, data and samples will be for general con�ormance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure fram the Contract r�quirement� b. Relieving the Contracior of responsibility for an.y ezzars, including detarls, dimensions,. and ma�erials c. Approving departures from details furnished by the Czty, except as atherwise provided E�erein The review and appz'oval of shop dzawings, samples or product data by the City does not relieve the Contsactor from hisfher zespo.nszbili�y with regard to the fulfillment of the terrns of the Contract. a. All risks of enror and omission are assumed by the Contractor, and the C'rty will hav� no responsibilify therefpre. The Contzactoz reznazns responszble fox details and accuracy, for coordinating the Work with all otiher assnciated work and trades, for selec�ing fabrication pracesses, for techniques af assembly and far performing Work in a safe manner. Tf the shap drawzngs, data or sanr�ples as submitted describe variatians and show a departure fram the Contract requu'ements which City finds to be in the interest of the City and to b� sp minor as not to invo.lve a change in Contract Pric� or time for perPormance, the City may return the reviewed drawings without noting an �xceptioa. 1 4. 5. Submzttals vcrill be raturned to the Cantraetor under 1 of the following codes: a. Code 1 1) "N� EXCEPTIONS TAKEN" is assigned when there are no nota�ions or comments on the submittal. a) When returned undar this cocEe the Contractor may release the equipment andlor material for manufacture. b. Code 2 C1TY OF FORT WORTH STANDARI] COF�TSTAUCTION SPECIFICl�T10[Y DQCUMEIVTS Re�ised Decemher 20, 2012 2021 COMO AREA RESURFACINC'r PR03ECT CITY PR�IECT NO. 103348 U1330p-6 SlIIIMITTALS Page 6 of 8 I 2 3 4 5 6 7 8 9 1D ll 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 4S c, � 1} "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and eomments IS NOT required by t�e Contractor. a) The Contractor may release the equipment or material for manufacture; however, aII notations and corrunents must be incorporated into the final product. Code 3 I} "EXCEPTI4NS NOTEDIRESUBM�I"'. TE�is conr�bination o�codes is assigned when notations and comrnents are extensive en4ugh to require a resubmittal of the package. a) Tl�e Contractor may release the equipment or material for manufacture; howeuer, all notations and comments must ba incorporated into the final product. b} This resubmittal is ta address all comments, omissians and non�onformin.g items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days oi the date of t.he Cit� s transznittal requzzzn� tk�e r�subznittal. Code 4 1) "NOT APPROVED" is assigned r�vhen tt�a submittal does not meet the intent of the Contract Documenta. a) The Contractor must resubmit the entire package revised to bring the subirvittal into conformance. b} It may be necessary to resubmit using a different manufacturerlvendor Co meet the Contract Documents. 6. Resubmitials a, Hanciled in the same mannei as first submittals 1) Corrections nther than requested by the City 2) Marked with r��ision trianglE or other similar method a) At Can�iactor's risk if not maxked b. Submittals far each item wilI be reviewed no more than twice at the City's expense. 1) AlI �ubsequent reviews will be performed at times convenient to t[�e Ciry and at tlae Contractor's expe�nse, based on tk�e City's oz City Representati�e's then pzet�ailing rat�s. 2) Pro�vide Contractor reimbursement tq khe City within 30 Calendar Days for all such fees invo'tced by the Ciry. c. The need f.or more than 1 resubmission o.r any other delay in ok�taining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. ParCial Submittals a. City reserves ihe right to not review submiEtals deemed partial, at the City's discretion. b. Sub�ittals deemed by the City to be nat eozn.piet� will be retuzned to th� Contractoz, and will be considezed "Not Approv�d° until resubzzzitted. c. The City may at its option provide a list ar mark the submittal directi.n.g the Contractn� to the areas that are incomplete. 46 $. If the Contractor considers any eorrection indicated on the shop drawings to 47 constitute a ehange ta the Contract Documents, then written notice must be 48 provided theraof to the Cit� at Ieast 7 Calendar Days prior to releasa for 49 manufacture. C1TY aF �ORT WORT�C 2021 COMQ AREA RESURFACII�G I'RQ7HCT STAl�'DARD C�NSTRUCT[ON SPECIFICATTON DOCLFMENTS Re�ised December 20, 20i2 C1TY PRO]ECT NO. ]03345 O133DO-7 SUBMITTALS Page 7 nf 8 1 9. Wiaen th.e shop dz'awings have been cotnpl�ted to the sa[isfaction of the Ciry, the 2 Cantractor may caz'ry aut the cnnstruction in accordance therewith and na further 3 changes the�ein except upon written instructions from the City. 4 10. Each submittal, appropriateIy coded, will be returned within 3a Calendar Days 5 following receipt of submittal by th�; City, 6 L. Mock ups 7 1. Mack Up unit� as specified in individual Sections, include, but are not necessarily 8 limited to, complete units of the slandard af acceptance for that type of Work ta be 9 used on the Project, Remove at the campletion of the Work or w�en directed. 1Q M. Qualifications 1 I I. If specifically required in other Sections of ihese Specificatians, submit a F.E. 12 Certiircation for each item required. 13 N. Request for Information (RFI) 14 1. Contractor Request for additional information 15 a. Clarificatian or interp.retation o.f the contract doeuments l b b. When the Cantractar beIieves there is a conflict between Contract Documents I7 c. When the Contractor believes there is a conflict bet�veen the Drawings and 18 Specifications 19 1) identify the conflict and request clarification 2� 2. LTse the Request for Inforination (RFI) form pra�ided by the City. 21 3. Numbering of RFI 22 a. Prefix with "RFI" followed by sexies number, "-xxx", beginnin� with "O1" and 23 increasing sequentially with each additional transmittal. 24 �4. Sufficient informat�on shall be attached to permit a writien response without further 25 information. 2G 5. The City will log each request and wil� review th� reqnest. 27 a. If review of the projeci znformation zequest izadicates that a change tq the 28 Contzact Do.cuxrnents is reguized, [he City r�+ill issue a Field Order or Change 29 Ordar, as appropriate. 3p 1.5 SUBMITTALS [NOT U5ED] 31 1.6 ACTIDN SUSMITTALS/INFQRMATIONAL SUBNIITTALS [NOT USED] 32 1.7 CLOSEOiTT SUSMITTAL� [NOT L]SED] 33 1.8 MAIlVT�NANCE MATERIAL Si7BMITTALS [NOT USED] 34 X.9 (2UALITY ASSURANCE [NOT USED] 35 1.10 DEL�VERY, STORAGE, AND HANDLING [NOT USED] 36 1.11 FIELD [SITE] CONDITIONS [NOT U5ED] 37 112 W�RRANTY [NOT USED� C1TY O�' FdRT WORTH 202 [ C011�0 AAEA RESURFACIIYG PRp1ECT STANI]ARD CONSTR[JCTIpN SPECIFICATIDIV dOCUMENTS Ctevised Decembei 20, 2�12 CITY PRbJEC'I' [�TO. 1D3348 O1 33 00 - 8 SLIBMITTALS Pugc S af S 1 PART 2- PRODUCTS [NOT U,SED] 2 PART 3- EXECUTION [NOT USED] 3 END OF SECTION Revisian Log DATE N�ME SUMMARY OF CHANGE ] 2f20/2Q 12 D. J.ohnson 1.4.TC.8. Working Days modified to Calandar Days CITY OP PORT WOI2TH 2O21 COMO AREA RESiIKFACII4G PROJL'CT STAIVT]AItD CONSTRUCTION SPECFFICATION DOCLTMENTS Revised �ecember 20, 2012 C1TY PR07ECT NO. 103348 D13513-1 SPECIAL PRQI�CT FAOCEDUTtE5 Page 1 of 8 � 2 sECTzoN ox 3s x� SPECXAL 1'ROTECT PROCEDURES 3 PARTI- G�NERAL 4 1,1 SUNiMARY 5 A. 5ection Includes: 6 7 S 9 IO 11 12 13 14 15 1G 17 18 19 The procedures fax special projecE circumstances that includes, but is not limited to: a. Coordination with the Texas Department af Trar►sportation b. Work near High Valiage Lznes c. Confined Space E�try �ragrarn d. Air Pollution Watch Days e. Use of �xplosives, Drap V1Teight, Ete. f. Water Department Notification g. �ublic Notification Prior to Beginning Construction h. Coordina�ian with ZTnited States Army Carps of Engin�Grs i. Caordination with�n Railroad permits areas j. Dust Contral k. �mployee Parking B. De'viations fram this C'rty of Fort Warth Standard Speci�'ication 1. None. 2D C. Related Specifica�ion Sections include, but are not necessariiy liznited to: 21 1. Division 0— Bidding Requuements, Contract Forxns and Conditions of the Contract 22 2. Division 1— General Requirements 23 3. S�ction 33 I2 25 — Connection to E�sting Watez Mains 24 1.� PRICE AND PAYNI�NT PROCEDiTRES 25 26 27 28 29 30 31 32 33 34 35 36 37 3$ 34 40 41 42 A. Measurement and Payment 1. Cooz�dination witliin Railroad permit areas _ a. Measurement 1) Measurement for this Item will be by luzz�p sum. b. Payment 1) The work perFormed and zzzaterials futnished in accordance with this. Item will be paid for at th� lump sum price bid far Railroad Coardination. c. The price bid shall include: 1) Mobilization 2) Inspection 3) Safety training 4) Additianal �surance 5) Insurance Certificates 6) O�er requirements associated with general caordination with Railraad, ineluding additional employees required to protect the right-of-way and prpperty of the Railraad from damage arising out of andlor from the construction of the Yroject. 2. Railroad Flagmen C1TY QF PORT WORTH S`PANFARD C�NSTRUCTIQN SPECIFICATION DOCUMENT5 Revised l�ecemher 2Q, 2D12 2021 COMO AREA RESURFACING PROdBC'I" CTI'Y PROJI?CT NO. 10334$ U13513-2 Sl'ECIi1L PT207ECT PI2.00�17Ut{BS Page 2 of 8 1 2 3 4 S 6 7 8 9 [Q i1 12 [3 a. Measurement 1) Measurement for this Item will be per warking day. b. Payz�raent f} The work perforined and materials iurnished i� accordance with this Item wiil be paid for eae�a `raozkiz�g day that Railroad Flagmen are present at the Site. c, The price bid ShaI] include: 1) Coordination for scheduling flagmen 2) Flagmen 3) Other requirements associated with Railroad 3. All other items a. Work associated with these Items is considered suhs.idiary to the various Items bid. No sepa�ate payment �ill be allawed iar this Item. [4 1.3 REFERENCES IS A. Reference Standards [6 I. Reference standards cited zn this Specification. z'efaz' .to the current reference i7 standard published at the time of the latest revision date logged �t the end of tYiis [$ 5pecifieation, unless a date is specifically cited. [9 2. Health and Safery Cade, Title 9. Safety, Subtitle A. Public 5afety, Chapter 752. 20 High Voltage Overhead Lines, 21 3. North Central Texas Council af Governments (NCTCOG) — Clean Construction 22 Specificatzon 23 L4 ADMINISTRATTVE R.EQiJII2EMENTS 24 A. Caordination with the Texas Department af Transportation 25 26 27 28 29 3Q 31 32 33 3� 3.5 3b 37 38 39 40 41 42 43 44 45 When work in the right-af-way which is under the jurisdiction nf tt�e Texas Department of Transportatian (TxDOT): a. Notify the Texas Department of 'Fransportation prior ta cammencing any worK therein in accordance with the pro�isinns of the permit b. All wozk pez-fo�rned 'an the TxDOT night-of-way shall be performed in cozz�.plian.ce wiih and subject to approvaI from the Texas Department of Transpartation � B. Work near High Voltage Lines 1. Regulatory Requirements a. All Work near High Voltage Lines (more than b00 volts measured between condactors or between a conductor and the ground) shall be in accordance with Healih and Safety Code, Title 9, Subtitle A, Chapter 752. 2. Warraing sign a. Provide sign of sufficzent size zzie�ting all OSHA requirements. 3. Equipirz�.ent op�rating within 1Q feet o� higfi voltage lines wil.l require the following safety features a. Insulating cage-type of guard abo�t the boom or arm b. Insulator links an the lift hook connectians for back hoes or dippers c. Equipment must meet the safety requirement5 as set farth by OSHA and the safety requirements of the owner of the high voltage lines 4. Work within 6 feet of high voltage electric lines C1TY pP FORT W0�2TfI STAI�TT7AiZD CQNSTRUCTION SPECIFICATIO.N DOCUMEN'i'S Revised Dscem6ar 20, 2012 2021 CClMO AI'�EA RESUIiFti1CIiYC, E'ROJEG"I' CTTY PROISCT NO. 1033�48 O13513-3 SPECIAL PROIECT PROCEBURES Ya�e 3 af 8 i 2 3 4 5 6 7 8 9 1a 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 25 27 2$ 29 34 31 32 33 34 35 36 37 38 39 40 �1 �2 43 44 4S a. � L Notification shalI be given to: 1) The power campany� (example: ONCOR) a) MainCain an accurate log of all such calJ.s to power coznpany and record action taken in each case. Coordination with power company 1) Aiter noci�'ication coardinate wzCh the pawer company to: a) Erect temporary mecl�anicai barriers, de-enezgize the lines, or razse ar 1o��x r�,� i���s No perspnneI may work vvithin fi feet �f a high voltage line bafare the above requiremenis have been met. C. C.nnfined Space Entzy Pragzam I. Provide and follotry approved Confined Space Entry Program in accordance with OSHA ret}uirements. 2. Confzned Spacas include: a. Manhnles b. AIl other canfined spaees in accordance with OSHA's Permit Required for Confined Spaces D. Air Pollution Watch Days 1. Genaral a. Ohserve the following guidelines relating to working on City construction site� on days designated as "AIR POLLUTION WATCH DAYS". b. Typical Ozone Season 1) 1VIay 1 through October 31. c. Critical Emission Time 1) 6:00 a.m. to 10:Q0 a.m. 2. Watch Days a. The Texas Cominission �n EnvironmentaI Quality (TCEQ), in coozdinatzon with the National Weather Service, wili issue the Air �allutzan Watch by 3:pD p.m, on the afternoon prior to the WATCH day. b. Requirements 1) Begin work after 10:Oa a.zzi. whenever constructian p�asing requires the use of motorized equipz�ent for periads in excess of 1 hpur. 2) Howev�r, the Cantractar may begin wark prior to 10:06 a.rn, if: a) Use of motarized equipment is less than 1 hour, or h) � equipment is aew and certi�ied by F.I'A as "Low Emitting", or equipnnenk burns Ultra Low Sulfur Diesel {iTLSD}, diesel emulsions, ar alternative fuels such as CNG. E. TCEQ Air Permit 1. Obtain TCEQ Aiz' Pez'mit for construction activities per requirements af TCEQ. F. Use of Exploszves, Drnp Weight, Etc. 1. When Gpntract Doeuments permit on the project the following will apply: a. Public Notification 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to commenci.ng. 2) Minirnum 24 hour public notification in accordance with 5ection 01 31 13 46 G. Water Depar�r►ent Caordination CITX OF POR'I' WORTH STANDARD CONSTRUCTION SP�CT�LC.A'TION DOCUMENTS Revised December 20, 2012 2021 COMO AREA RE5LTRFACING PRd7ECT C1TY PItOJEC'I' NO. I D3348 , 013513-4 SPECIAL FRO,TECT PROC�DURES Page 4 of S 1 1, During the cpnsttuetian of this prpject, it wi11 be necessary to deactivate, far a 2 period of time, existing lines. The Contractor shall be required tn conrciinate with 3 the Water DeparEment to deterinine the best �im�s for deactivatin� and activating 4 thflse lines. 5 6 7 8 9 io 11 12 13 14 15 16 17 18 19 Za 2I 22 23 24 25 26 27 28 29 3a 31 32 33 34 35 2. Coordinate any event that will require cannecting to or the ope�atian of an existing City water line system with the City's representative. a. Coordination shall be in accordance with Seetion 33 12 25. b, If naeded, obtain a hydzant water metez from the Water Depaxtment for use during the life of natned prpjeci. c. In the event that a water valve on an existing li�ve system be turrzed off and on to accommodate the construction of the project is required, coordinate this activity througE� the appropriate City representative. 1) Do not operate water line valves of existing water system. a) Failure to comply will render the Cantractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischie� aud the Contractor wiIl be prosecuted to th.e fulJ exten.t of the law. b) Ir► addition., the Con.tractor wzII assuz�e aIl liabiIitaes and responsibilitias as a result of these actinns. H. Public Notification Prior to Beginning Consti�uction 1. Priar to beginning construction on any block in the project, on a block by bloek basis, prepare and deliver a notice or flyer of the pending constr�ction to the front daor of each residence or business that will be impacted by cons�•uction. The notice shall be prepared as follows: a. Past notice or f'lyer 7 days prior to b�ginnin.g any construction activity on eacE� block in the project area. 1) I�rapare flyer on the Contraetor's letterhead and include the following information: a) Name of Project b} City Project No (CPN} c) Scoge of Froject (i.e. type of const�uction activity} d) Actual construcCion duration within the block e) Name of the contractor's foreznan and phone number i� Natne af the City's inspector and phone number g) . City's after-hours phone number 2) A sample af the `pre-const��uctzon notifzcation' flyer is attached as E�cl�ibit 36 A. 37 3) Submit schedule showing the construction start and finish time for each 38 block of the project to the inspectflr. 34 4) Deliver flyer Co the City Inspector for review prior to distribut�on. 40 b. No construction will be aIiowed to begin ozz any block untzl the flyer is 41 delivered to aIl t�eszdents af the block. 42 I. Public Notification of Tempor�•y Water Ser�+ice Interivptiqn during Construction 43 1. In t[�e event it becomes necessary to temporarily shut down water service to 44 residents or businesses during construction, prepare and deliver a notice or flyer nf 45 the pending interruption to the front door of each affected resident. 46 2. Prepared notice as follows: 47 a. The no#ification or flyer shatl be posted 24 hours prior Co the temporary 48 intezirupt�on.. CPPY OF FORT W�RTH 2Q21 COMO AREA KSSURFACIIVG PROJECT STANDARD CONSTRIICTI�N SPECIRICATION ]��Ci1MENTS Revised December 20, 2012 CiTY PR07ECT NO. 103348 Ol 35 ]3-5 SPHCIAL PROIECT PROCEDURES Page 5 oF 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 I5 b. Prepare flyer on the contractoz's letterh�ad and znclude the following iuforznation; 1) Name nf the prvject 2) Cit� Project Nurzaber 3) Date of the interruption of serviee 4) Peripd the interruption will take place S) Nazne af the cont�ractor's foreman and phn❑e number 6) Name of the City's inspector and phone number c. A sample of the temporary water service interruption notifieation is attaehed as Exhibit B. d. Deliver a copy of the temporary interruption notificatipn to the City inspector for review prior to being dist�ibuted. e. No interruption af water serviee can oceur «ntil th� flyer has been delivered to all affected residents and businesses. f. Elec�ronic versions of the sample flyers can be obtained from the Project Construction Inspector. I7 J. Coordination with United States Army Corps of Engineers (LJSACE) 18 1. At locations in the Froject where construction activities occur in areas where 19 USACE permits are required, meet all requirements sei forth in each de�ignated 20 permit. 21 22 23 2�4 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 4Q 41 42 K. Coordination witf�in Railroad Perrnit Areas I. At locations in tYie project where constrnction activiiies occur in areas where railroad pern�its are required, meei all requirements set fortfi in each designated railroad permit. This includes, bui is not liznited to, provisions for: a. FIagmen b. Inspectors c. Safety [raining d. Addi�ianal insurance e. Tnsuranca certi�cates f. Other employees reqLtired to proteet the right-af-way and property af the Rarlrnad Company from damage 2rising out of and/or from the const��uction of the project. Proper utiliry clearance procedu�es shail be used in accordance with the permit guidelines. 2. Obtain any supplementaI informatian needed to comply with the raiIroad's rec�uirements. 3. Railroad Flagmen a. Suhmit receipts to City for verification af woricing 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 �sad to control dust, captu�•e and properly dispose of waste water. b. If wet saw cutting is performed, capture and properly dispose of slurry. 43 M. Employee Parking 44 1. Provide parking far employees aC locations approved by the City. C1TY dF FORT WORTH 2O21 COMO AREA RESIJRFACING PROJECT 3TANDARD CQI�STRUCTION SPECIFICATIOIY DOCUIVIENTS Revised December 20, 2U 12 CTI`I' PROJECT NO. 103348 Ot 3513-fi SPE�.IAL PR07ECT PROCEDUR�S Pa�;e 6 oi S 1 I.S SUBMXTTAL� [NOT iTSED] 2 I.G A.CTION SUBMITTALSlIN�'ORMATXONAL SUBMITTAL� [NOT USEDI 3 1.7 CLQSEOUT SUBMITTALS [NOT USED] � 1.8 MAINTENANCE MATERZAL SUBMXTTALS [N�T USED] S 1.9 QUALITY ASSURANCE [NOT U�ED] G 1.10 DELIVERY, STORAGE, AND FIANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS INDT U�ED3 8 1.1� WARRANTY [NOT USED� 9 PART � - PRODUCTS [NOT USED] 10 PART 3 - �XECUTION [NOT USED] 11 12 END OF SECTION Revision Lo.g DATE NAME 5UMMARY OF CHANC'sE I.4.B — Added requirement of compliance with Health and Safety Code, Title 9. 8/31/2412 D. Johnson SaFety, Su6fitle A. Public Safety, Chapier 752. Higf� Voltage Ovarhead I.ines 1,4.E — Added Contractor respon5ibility fa�� Obtainin� a TCEQ Air Permit 13 C1TY OF FQRT WQRTH 202] COiv10 AREA RESURFACING PR07ECT STANI3ARD CpI�ISTR�ICTION SPECIFICATIQN DOCUMSNT5 Revised Deeember 2U, 2f112 C1TY PR4JECT' hi0. l U3348 a�3si3-� SPECIAL PROJECT PROCEDURES Page 7 of S I z 3 4 S 6 7 8 9 io 11 l2 l3 14 15 I6 17 18 19 20 21 22 23 24 25 26 27 28 2� 30 31 32 33 34 35 36 37 Date: CPN No.: Project Nam�: Mapsco Location: Limits of Canstructian: EXHIBIT A (Ta be printed on Contractor's �etterh�ad) - � - - - � - � I I 'I �� � TH1S IS �� 1N�ORM YOU iHA�' UNDI�R A GONI"p�ACT WITH THE CIiY O� FORT WORTH, OUR COMPANY WILL WORK ON UTILiTY LiN�S ON OR AROUND YOIJR PROPEFtTY, CONSTRUCTION WILL �FGIN APPROXEMAT�LY S�V�N DAYS �ROM THE DA7E OF' THlS NOT'ICI�. I� YOU HAV� Q��STIONS A�OUi ACCESS, SECURIiY, SAFETY OR ANY O�b�R ISSII�, F'LI�ASI� CALL: IU�P. cCONTRACiOR`5 SLIPERINTEN�ENT� AT [TELEPHON� NO.� OR Fil'il'. �CITY [HSPECTOR� AT ¢ TELEPHONE NO.� AFTER 4:30 P141i O� ON W��K�NDS, P��ASE CAL� (817) 392 8306 PLEASF KEEP TH1S FLYER HANDY WHEN YOU CALL C1TY OF FaRT WORTH 3TANDARD CONSTnUCTfON SPECIFICATION DOCUMEIV'1'S Revised Decernber 20, 2012 2021 CC31Vf0 AI�EA IiESURFACIIYG PAOlECT CITX PRQJECT NO. 1033A8 oi3sr3-s SPECIAL PROJEC`I' PR�CEDURES Page S af 8 i 2 EXHZBIT B �ORT W�RTH �,.: �� �o. � �,,� �: �O'B°YC� �� `���l��191�� �1i/A,7'�� S���C� II���It���'i°i�� D[TE TO iJ1'XI.I'I'X INNIPFtOVEMEN'i'S IN YQUB NEIG7�HO1tI�00A, �iOiJR WATE� 3ERVICE WILL BE lN'1'E1�TtUPTED O�T I3ETWEEN THE HOURS dF ._ AND IF YO[1 �IAYE QUESTION$ ABOUT'T�II3 SHUT-OUT, PT.�A,SE CALE.: MR. ��' (CON'FRACTQRS SI3PERIN'CENDLN'I') {TELEPT�OPIE N�3MBER) OR 1VIIi. (CITY iNSPLC'£OR) A.T (TELEP�ONE Ni714IBER) THIS INCd1V VENIE�iCE WILL T�E AS SHQI2T A3 PQ5ST�I,E. T$ANK YDYJ, CO�ITRAC`l'4R 3 4 CT"T"Y ON �'012T WOR'i13 STANDARD CONSTRUCTIDN SP�CIPICATTON DOClIMENTS Revised llecember 20, 2012 202I COMO ;4REA RESLFRFACIl�G PROdBCT CI'i'}( PRQTECT NO. 1 Q334B � 0 ] 45 23 TEST[IVG AND INSPECTIO.N SERVICES Page 1 of 2 SECTION 0145 23 TESTING AND INSPECTION SERVICES PART1- GENERAL 1.1 SUIVTMARY A. Section Includes: 1. Tes�ing and inspection services proced�.u�es a�d coordination B. Deviations from this. City of Fort WorCh Standard Specif'tcation 1. None. C. Relafied Sgecification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Cantract Forms and Conditians of the Contrac� 2. Division i— General Requireinents 1.2 PRICE AND PAYMENT PROCEDURES A. Measuremen� and Payment Work associated with this Item is considered subsidiary io the various Items bid. No separate paymeni will be. allowed far this Item. a. Gontractor is respansible for perfor�ing, coordinating, and payment af ail Quality ControI kestin.g. b. City is t•esponsible for perfarming and payment far first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance. testing until a passing test occurs. a) Final acceptance will not be issued by City until ail required payments for testing 6y Contractor have been paid in full. I.3 REFERENCES [NOT USED] I.4 ADMINI�TRA.TIVE REQUIREMENTS �. Testing 1. Camplete tesfang in accoY•dance with the Contract Docuinents. 2. Coardination a. When testing is required to be performed by the City, notify City, suificientIy in advance, when testing is needed. b, When testing is required to be completed by the Confractor, notify City, suff ciently in advance, that testing will be performed. 3. Disiribution of Testing Reports a. Electronic Distribution 1) Coniirm development of Pj•oject directory for electronic subinittals to he uploaded to the City's document management systern, or arlother ext�rnal FTP site agproved by the City, CTFY OF FORT VJORTH 2O21 COMO AREA RESURFACFNG PRpJECT STANTatlftD CONSTI2UCT10Ai SPSCiFICA'tION DOCt1MENT5 City Projeet Numbet 303348 Revised Ma�ch 9, 202� 0 l dS 23 TES7ING ANI� 1N51'�C'I'ION SERVICES Page 2 of2 2) Uplaad test reports to designated project directory �and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Haxd Copy Distrihution {ifrequired in lieu of etectronic distributian) 1) Tests performed by City a) Distribute 1 hard copy ta the Contractor 2) T�sts pe:rformed by th� Cantz'actot a) Distribute 3 hard copies to City's Project Repa•ese�xtat«e 4. Provide City's Pr�ject Representative wi.th tr•ip tickets for each delivered load of Conerate or Lime material including the following information: a. Name of pit b. Date of deiivet•y c. Material delivered B. Inspection 1. Inspection or lack oi inspection does not relieve the Contraetor from obligation to perfarm work in accordance with the Contrac# Dacuznents. 1.5 SUBMITTALS �NOT IISED� 1.6 ACTIQN SUBMITTALS/INFORMATIONAL SIIBNIITTALS [NOT USED] 1.'� CLQSEOIIT SUBM�TTALS [N�T USED� I.8 MAINTENANCE MATERIAL SUBNIITTALS [NOT iTSED] i.9 QUALITY A�SURANCE [NOT iTSED] I.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 TIE.LD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART � - PRODUCTS [NOT USED] PART 3 - EXECUTIDN [NOT US�DI END OF SECTION Itevision Log DATE NAME SLIMMARY OF' CHANGE 3/9/2020 D.V. Magana Removed reference to Buzzsaw and noted thatetectronic submiftals be uploaded thG•augh tlle Ciry's docuzzzent Gnanage�nenC system. CiTX OF FORT WbRTH 2O22 CpNCRETE RESTORATION CONTRACT 3 STANDA[� CONSTRUCTION SPECIFICATIpN i30CUMENTS City Project Number 103� Revised Mareh 9, 2D2d Ol 50 OD - 1 TEMPQRARY PACIl.ITIES AND COIV'I'ROLS Page 1 of 4 � 2 �ECT1oN ox �o 00 TEMPORARY FACILITIES AND CONTROLS 3 PART1- GENERAL 4 1.1 SiJMMARY 5 6 7 8 9 10 lI 12 13 14 1S 16 17 is �.z A. Section Includes: l. Prpvide k�mparary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sauitary facilities c. Storage Shads and B¢ildings d. Dust control e. Temporary fencing of the cons.truction site B. Deviations from this City of Fort Worth Standard Specification 1. None, C. Related 5pecification Sections include, but are not necessarily lirnited to: 1. Di�isian 0— Bidding Requirements, Contract Forms and Condit�ons of the Contract 2. Division 1— Genet•al Requirements �'R,�CE AND PAYMENT PROCEDURES I9 A. Measurement and Payment 2Q 1. Work assoeiated with this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES LNOT USED] 23 ]..4 ADMINISTRATIVE REQiJIREMENTS 24 25 26 27 28 29 30 3.1 32 33 34 35 36 37 38 39 40 A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies far temporary servic�s. b. Abide by rules and regulations ot` utiliCy service companies or authoritzes having jurisdiction. . c. Be responsible for utility service costs un�il Work is approved %r Final Acceptance. 1) Included are fuel, power, light, k�eat and othez' utiIzty services necessary for execution, compietion, testing and initial operaizor� of Work. 2. Water a. Contractor to pravide �raater requixed for and in connection with Work to be gerformed and for specified tests of piping, equipment, de�ices or other use as required for the campletian of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Caordination 1) Cpntact City 1 week befare water far consuuction is desired CiI'Y OF FORT WOILTki STANDARD CONSTRUCTION SPECIF[CATION DOCUM�NTS Revised ]uly l, 2p11 2621COM0 AREA RESU1tFACING PR07ECT C1TY PROdECT 1�I0. 103348 oisoon-2 TEMPORARY F?t1CILP1`IES AND CONTROLS Pag� 2 of A 1 2 3 4 5 6 7 S 9 i0 il 12 13 [4 IS I6 I7 i8 i9 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 d. Contractor payment far Constnict�on Water 1) Obtain construc�ion water meter from City fnr payment as biIled 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) Frovide power for lighting, operation of equipment, or other use. b, Electric power sez�vice includes tem.porary power seraice or geneiator to maintain operatinns during scheduled shutdown. 4. Teiepho.ne a. Provide emergency telephone service at Site far use by Contractar personnel and others performing work or furnishing ser�ices at Site. 5. Temporary Heat and Ven�ilation a. Provide temporary heat as necessary for proteetion or completion of Work. b. Fro�ide temporary heat and ventilatian to assure safe working conditions. B. Sanitary Faciliti�s I. Provide and nrzaintain sanitary facilities For p�rsans on Site. a. Comply with regulatz�ns nf State and lncal departzzzents of health. 2. Enfarce use of sanitary facilities by constt�uction personnel at job site. a. Enclose and anchor sanitazy facilities. b. Na discharge will be allowed from these facilities. c. ColIect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste oif-site at no less than weekIy intervals and properly dispose in accordance with applieable regnlation. 3. Loc�te faci3ities near Wark Site and lceep clean and maintained throughout P��oject. �. Remove facilities at completion of Project C. Storage Sheds and Buildii7gs 1. Frovide adequateIy ventilated, watertight, weatherproof storage facilities with floor abo�e ground le�+el for maierials and equipment susceptible to weatner damage. 2. Storage of materials not suscep.table to weather damage may be on blocks off groun.d. 3. Store�materials in a neat and orderly mar�nez. a. Place materials and equipment to permit easy access for identi�catipn, inspectian and inventaYy. A. Eqnip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilatio.n as necessary to pro�ide storage environments acceptable to specified manufacturers. 5. Fi11 and grade site for temporary structures to provide drainage at�ray from temporary and existing buildings. 6. Remove building from site prior to Fznal Acceptance. D. Temporary Pencing l. Pro�ide and maintain for the duration or cQnstruction when required in contract docurnents 45 E. Dust Control C1TY OF PORT WORTH STANDARD �ONSTRUCTION SPEC€FICl�TIpN DQCLfMENTS Revised JuLy 1, 20] 1 202 i COIv30 Af2EA KES URRACING PROJ ECP Cl'T"Y PROJECT 1V0. 103348 I 2 3 4 5 fi 7 8 9 o�.saoa-3 •rsn��orinRY z�Acn.rrr�s a.rrn canr�zo�s Page 3 of 4 1. ContracCor is xesgonsible fpr maintaining dust control througb the duratian of the proj�ct. a. Cantractar remains on-call at a11 times b. Must respond in a timely mann�;r F. T�znpozary ProCection of Construction J. Contraetor ar s�bcontractors are responsible for protecting Worlc from damage due to weath�er. 1.� STJBMITTALS [NOT USED] 1.6 ACTION �iTBMrTTALS/INFORMATIONAL SiTBMITTALS [NOT USED] 10 I.7 CL�SEOLIT SLTSMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBM�TTALS [NOT US�D] 12 1.9 QUALITY ASSi]itANCE [NOT USED] t3 1.10 DELIVERY, ST�RAGE, AND HANDLZNG [NOT USEDJ 14 111 FLELD [SITE] CONDITIONS 1NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2- PRODUCTS [NOT USED] 17 PART 3- EXECUTION [NOT USED] 18 3.1 IIVSTALLERS [NOT USED� 19 3.2 EXAMINATION [NOT iTSED] 20 3.3 PREPARATION �NOT USED] 2I 3.4 �NSTALLATION 22 A. Temporary Facilitxes 23 1. Maintain all temporary faeilities for duration of canstruction activities as needed. 24 3.5 [REPAIR.] / [RE�TORATIONJ 25 3.6 RE-XNSTALLATION 26 3.'� FTELD [o�e] SxTE QUALITY CONTROL [N�T USED] 27 3.8 SY�TEM STARTUP [N�T USED] 28 3.9 ADJUSTZNG [NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTI'VITIES 31 A. T'emporary Faeilities CiTY OF FpRT WORTH . 2.021COiv10 AR�A R�.5i3RFACING PROJECT STANDARD COIVSTRLTCTIOIV SPECIFICATIQN DOC[JMENTS Re�ised 7uly 1, 20L1 CPI'Y PROTECT 1�'O. ]03348 01 5� UU - 4 TEMPpRARY F,4CILITIRS ANIJ CONTROLS Page 4 of 4 1 1, Rezinove a11 t�mparary facili#ies and restore area after completion of the Work, to a 2 conditian equaI to or bettar than pzior to start of Work. 3 312 PRQTECTZ�N [NOT IISED] 4 3.13 MAZNT�NANCE rNOT T7SED] S 3.14 ATTACHNI�NT� [NOT USED] 6 END OF SECTION Revisian Log DATE NAM� SUMMARY OF CHANGE CITY OF FORT WQRTH 2d21COM0 AREA RESil12F'ACTl�'G PROSBCT STANDAR.D CQNSTRUCTIc7N SPBCIFICATION DOCUN3ENT5 Revised 7uly 1, 2011 C1TY PR03ECT NO. 1Q3348 O155Z6-1 S"T`REE1' USE Y�.I2MiT AND IvI011IFICATIOI+IS TO TI2AFFIC CQIV'I'RQL Page 1 nf 3 1 2 SECTION 01 �5 �G S'1`REET iTSE PERMIT AND MOD�ICATIONS TO TRAFFIC CONTROL 3 PART1- GEN�RAL 4 1.1 SiJMMARY 5 6 7 8 9 10 11 I2 13 14 15 A. Section Includes: 1. Adminis�ative procedures for: a. Street Use Pernut b. Modification of approv�d trafiic control c. Removal of Street 5igns B. Deviations from tEus City of FoTt Worth Standard Specification 1. None. C. Related Specification Sections includ�, but are not necessaril� limited to: 1. Di�ision a— Bidding Requirements, Contract Fozms and Conditzon.s of the Cantract 2. Division 1— Ger�e�al Requirements 3. Section 34 71 13 — Traf�ic Contirol i6 1.2 PIZIGE AND PAI'MCNT PROCEDUR�S 17 A. Measurement and Paymeni 18 1. Work assaciated with this Ttem is considered subsidia�y to the vatious Ztems bid. 19 No separate payment uvill be allowed for tl�is Item. 20 1.3 RET�RENCE5 21 A.Reference Standards 22 1. Reference standards czted in this speci�icatinn refer ta the current reference standard 23 published at the time af th� Iatest revision date lagged at the end of this 24 specification, unless a date is specificaily cited, 25 2. Texas Manual on Uniforrrz Tr�fic Control DeviceS (TMi.JTCD). 26 1.4 ADMIIVIS`TRATIVE REQUII2EMENTS 27 28 24 30 31 32 33 34 35 36 A. Traffic Contral 1. GeneraI a, Contractar shall minimize lane closwres an.d irzzpact ta vehicularlpedestrian traf�c. b. When traffic con�arol plans axe incJuded in the Drawings, provide Traffic Cantrol in accord�nce vcrith Drawings and Sectian 34 71 13. c. When trafFic cnntrol plans az'e nat inciuded in the Drawings, prepare Eraff'ic contral plans in accardance with Sectian 34 71 13 and submit to City far review. 1) Allo�w minimum 1Q working days for review af proposed Traffic Control. CTPY OI� FORT WORTH 2O21 COMO AREA ItESURPACINCr PR07ECT STANDARD COIVSTRUCTION SPECIFICATI4N DOCUMENTS � City Projecl No. 103348 Revised March 22, 2021 015525-2 ST12B�T' US� P�RNiPT' AND MODIPICATIOPiS TO TRAFFIC C�NTRdL Page 2 of 3 1 2 3 4 S 6 2) A traf€ic control `�ypical" p�}�lished by City of �'ort Warth, the T�xas Manual Unified Traffic Control Devices (TMiJTCD) or Texas Department of Transportation (TxDOT} can ba used as an alternative to prepaxing projeet/site specific traffic conE�ol plan if the typical is applicable to the specific project/site. B. Str�et Use PermiC 7 1. Prior io instatlatzon of Tzaffic Control, a City St�eet Use Fermit is required. 8 a. To obtain Street Use Pez-mizt, subznit Traffic Control Plans to City 9 Transportation and Public Wnrks Department, 1{l 1) Allow a minimurn of S working days for permit revievv, 11 2) It is the Contractor's responsibility to coordinate revieva of Traffic Con�ral 12 plans for Street Use Permit, such khat construction is not delayed. 13 C. Modification to Approved Traffic Control 14 1. Prior to install�tion traffic contral: 15 a. Subznit revised �rafiic control plans to City Department Transpartation and 16 PubIzc Woz�Cs Departrx�ent. 17 1) Revise Traffzc Control plans in accozdance with Section 34 71 13. 1 S 2) Allow minimum S working days faz revi�w ai revised Traffic Cantrol. 19 3) It is the Contractor's responsibility to caordinate review of Trafiic Control 20 plans for 5treet ilse Permit, such that construction is not deJayed, 21 D. Remaval of 5t�eet Sign 22 1, If it is determined that a street sign must be removed for construction, then contact 23 City TransportaEion and PubIic V�iorks Department, 5igns and Markings Divtsion tn 24 remo've tha sign., 25 26 27 2$ 29 30 3] 32 33 34 E. Temporary Signage 1. In the case of regulatory szgns, replace p�zzraan.�nt sign with temporary sign meeting req�irements of the latest edition of the Texas Manual on TJnzfaarrza Tzaffic Control Devices (MUTCD}. 2. Install temporary sign before the removaI of permanent sign, 3. When canstruction is compiete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Departznent, Signs and Maxki.ngs Division, to reinstall the permanent sign. �'. Traffic Control Stan.dards I. Traffic Cqntrpl Standards can. be found on the City's website. 35 1..� SUBMITTALS [NOT USED] 36 A. Stibmit aII required documentatian to City's Pz�oJect R�pzesentative. C1TY OP PQRT WORTH 2O21 CQMO AREA RESURFP.CING PRO]ECT STANDAFtD C4N5TRUCTI0I�T SPECIFICATlDN DOCUMENTS City ProjecY No. 103348 Revised March 22, 2021 0155Z5-3 $TREET USE PER�vII'L' AND MODI�ICATiQNS TQ TRAFFIC CQNTi2QL Pagc 3 nf 3 1 1.6 ACTION SUBNIITTALSIINFORMATIONAL S�CIBNIITTALS [N�T USED] 2 1.7 CLQ�EOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERiAL SUBMITTALS [NQT USED] 4 1.9 QUALITY ASS[TRANCE [NOT USED] 5 �.1Q DELIVERY, STORA�E, A.ND IIANDLING [N�T USED] 6 111 FIELD [S�TE] CONDXT�ONS ENOT USED] 7 1.1� WARRANTY [NOT USED] S PART � - PRODUCTS [NOT i7SED] 9 FART 3 - EXECUTION [NOT [TS�D] 1Q 11 �ND OF SECTION Revision Log DAT� N.AM� SUMMARY OF CHANG� I.4 A. Added language Eo emphasize minimizing of lanc closures and impact to [raffic. 3f22/2021 M Owen 1.4 A, 1, c, Added language to aliow For use of published traf�ic. control "Typicals" if applicable to speci�ic prpject/site. 1.4 F. 1) Removed reference to Suzzsaw 1.5 Added language re: submittal aPperrnit 12 CITY OF FORT 4�'ORTki 2021 COMp ARSA RESURFACiiYG PRQJECT STANDAKD CON5TRUCPION SPECIFICATION DOCUMENTS City Project No. 103348 Revised M�rch 22, 2021 Ol 57 13 - 1 STOAM WA'1'E�R PDLLUTION PREVE�TTfON Page 1 of 3 1 S�CTION 015713 2 STORM WAT�R PQLLCJTI�N k'R�V�NTION 3 PARTI- GENERAL 4 1.1 SUIVIMARY 5 A. Sec�ion Includes: 6 1. Procedures for 5torm Water Pollution Prevention Plans 7 S. Deviations from this City of Fort Worth Standard 5pecificatian 8 1. None. 9 C. Related Specification �ections include, b.ut are not necessarily limited to: 10 1. Division 0— Bidding Requirements, Con#ract Forms and Conditions of the f 1 Contraet i 2 2. Divis'rpn 1-- General Raquirements [3 3. Section 3 i 25 d0 —�rosion and Sediment Control 14 1..2 �'R�C� AND PAYMENT PROCEDURES 15 A. Measurement and Payment l6 1. Construction Activities resulting in less tt►an 1 acre of disturbance l7 a. Work associated with this Item is considered subsidiary ta the various Items l8 bid. No separate gayment will be allowed for this Item. 19 2. Construction Act�viCz�s resulting in great�r than i aere of d'zsturbanc� 20 a. Measuzezn.ent and Payment shall be in accordan.ce u�ith Sect�ion 31 25 00. 21 � .3 REFERENCES 22 A. Abbrevi.ations and Acronyrris 23 1. Notice of Intent: NOI 24 2. Notice of Termination: NOT 25 3. Storm Water Pollution Prevention Plan: SWPPP 26 4. Texas Commission on En�iranmental Quality: TCEQ 27 5. Notice of Change: NOC 28 A. Refe��ence Standazds 29 1. Reference standazds cited in this Spacificat�on refez' Co the cuz-z-ant zeference 30 standard published at the time of the Iatest revisinn date lagged at the end of this 3I Specification, unless a date is specifically cited. 32 2. Integrated Starm Management (iSWM) Technical Manual for Constiuction 33 Cflntrols 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 �. General 36 1. Cantractor is responsibl� far r�solutio.n and payrn�nt of any fzne� issued associated 37 with eampliance ta Stormv�rater 1'ollutian Preventian I�lan, C1TY OP P4RT WORTH 2O21 COMO AREA R�SURFACIN�i PKOJECT STANDARIJ CdNS�RUCTION SPECIPICATION TJOCUMENTS Revised July 1, 2011 CI'I'1' Y120]EC'1' iVD. 103345 07 s� la - z STORM WATER POLLilTidN PREVENTIdN Page 2 of 3 B, Construction Activities resulting in: 2 3 4 5 6 7 8 9 1p 11 12 I3 I4 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 1. Less than 1 acre of disturbance a. Provide erosion and setliment control in accordance with Section 31 2S OQ and Drawings. 2. 1 to less than 5 acres af disturbance a. Texas Pollutant Disch�.rge Eliminatian System (TPDES) Genez'al Canstruction Permit is required b. Complete SWFPP in accordance with TCEQ requirements 1) TCEQ Small Constructio�n Site Notice Raquired under general permit TXR 15[}000 a) Sign and post at job siie b) Prior to Preconstruction Meetiag, send 1 copy to City Department of Transportation and Public Works, Environmental Division, {817) 392- 6088. 2) Provide sros.znn az�d sediment control in accordance with: a) Sectio.n 31 25 Op b) The Drawings c) TXR15000Q General Permit d} SWPPP e) TCEQ requuements 3. 5 acres or more of Disturbanee a, Texas Pollutant Discharge Elimination Sys.tem (TFDES) General Construetion Perrnit is required b. Complete SWPPP in accordance with TCEQ xequirements 1) Prepare a TCEQ NQI �orm and submit to TCEQ along t�iti3 required fee a) Sign and post aE job site b) Send copy to City Department o� Transportat�on a�nd Public Works, Environmental Division, {$17) 392-6088. 2) TCEQ Notice of Change required ii making changes oz' updates to NOI 3) Provide erosion and sediment co�trol in accozdance witll: a} Section 31 25 00 b) The Drawings c) TXR1500fl0 General Permit d) SWPP� e) TCEQ requixem�nts 4) Once the project h�s been cotnpleted and all the closeout requirements of TCEQ hav� beer� met a TCEQ Natice of Termination can be submittad. a) Send copy to City Department of Transporiation and Pubiic Works, �nvrronmental Division, {817) 392-6088. 40 1.5 �L]BMiTTALS 41 42 43 44 45 46 47 A. SWPPP Submit in accordance with Section O1 33 00, except as stated herein. a. P�xor to the Preconstruction Meeting, submit a draft copy of SWPPP to th� City as fplinws: 1) 1 copy to the City Praject Manager a) City Project Manager will forward to the City Departnnent of Transporta�ion and Public Works, Environmental Diviszon for review C1TY OF FORT WORTH STANDARD CONSTBUCTION SPECIFTCATIOIY DOCUMENTS Revised July l, 2p f 1 2D21 COMO AREA RE3URFACTIYG P170JECT' Cl'Z'Y PROdEC'C IYO. 1Q33A8 OI57I3-3 3T(aRM WAT'L'K PpE:LUTION PREVENTION Page 3 of 3 ] B. Modifaed SWPPP 2 1. If the SWPPP is revised during construction, resuY�mit modified SWPPP to tE�e Czty 3 in accordance with Section O1 33 00. 4 1.6 ACTION SUBMITTALS/INTQRMAI'IONAL SUBMITTALS [NOT i1SED7 5 1.'1 CLOSEDUT SiTSMITTALS [NOT USED] 5 1.8 MAINT�NANC� MAT�RIAL 5i1BMITTALS [NOT iTSED] 7 1.9 QUALITY ASSURANCE [NOT USED] S 110 DELIVEAY, STORAGE, AND HANDLING [NOT USED] 9 1.Zi �'IGLD [STTE7 CONDITIONS [NOT iTSEDI 10 �..�2 WARRANTY [NOT USED] 11 PART 2- �RODUCTS INOT USED] 12 PART 3- LX�CUTION �NOT USED] 13 14 END OF SECT�ON Revision Lbg DATE Nl1ME SU1V11VIARY OF CIIANGE 15 CPI'Y OP F012'T WORTH 2O21 CO[v10 AREA RESURFACING PROISCT STp.NDARD CONSTRiTCTION SPECIFICATIOIY D�CEIMEPlTS Revised Tuly 1, 2011 CTT1' PROJHCT NO. 103348 Ol 58 13 - 1 TEIWIPORARY PROJECT 5IGI+IAGE Page 1 of 3 1 2 3 PART1- GENERAL 4 1.1 SiTMMARY SECTION 015513 TEMPORARY FROIECT SIGNAGE 5 A. Seckion Includes: 6 I. Temporary Pro}ect Signage Requirements 7 B. Deviatians from this Ciry of Fort Worth Standard Specificatian 8 1, Nane. 9 C. Related S�ecification Sections include, but are not necessarily limited to: 1D 1. Divisian 0— Bidding Requirements, Contract Forms and Condit�ons of the Contract 1I 2. Division 1— General Requirements 12 1.2 PRZCE AND PAYIVIENT PROCEDiTRES 13 A. Measurement and Payment 1� I. Work associated with ihis Item is eonsidered subsidiary to th� various Items bid, 15 No separate payment will be allowed far this Item. lb 1.3 REk'ERENCES [NOT USED] l7 1.4 ADMIIVISTRAT�VE REQi]IREMENT,S [NOT USED] 18 1.5 SUBMITTALS [N�T USED] i9 1.6 ACTION SUBMITTAL5/INFORMATIONAL SUBNIITTALS [NOT USED] 20 21 22 23 24 25 25 27 28 29 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAiNTENANCE MATERIAL SUBMITTALS LNOT USEDJ 1.9 QUALITY ASSDRANCE [NOT �TSED] 1.10 DELIVERY, STURAGE, AND HANDLING [N�T USED] 1.11 rIELD [SITE] COND�TXONS �1VOT U�ED] 1.12 WARRANTY [NOT Y7SED] PART 2 - PRODUCTS 2.1 �WNER-FURNISHED [ox] OWNER-SUPPLIEDPRQDUCTS [NOT USED] 2.� EQUIPMENT, PRODiYCT TYPES, AND MATERIALS A. Design Criteria CTI'Y OF FdRT WQRTH 2O21 CaMQ AKEA RESURPACING PROJECT 5Tt1NDt11217 CONSTRUCTION SPECIFICATION DOCU�NIEFYTS Revised 7uly 1, 2U11 CITY PRO,TECT NO. 103348 1 2 3 4 5 6 11 OL5813-2 TEMPpRARY PROJECT SiC`iNAG� Page 2 of 3 1. Pra'vide fi•ee standing Praj�ct Designation Sign in accardance with City's Standard Details far project signs. B. Materials 1. S ign a. Constructed of �/a-inch fir plywood, grade A-C (exterior) oz bettex� 2.3 ACCESSORI�S [NOT US�D] �.4 50URCE QilAL�TY CONTROL [NOT USED] 8 PART 3 - EX�CUTION 9 3.1 INSTALLERS [NOT USED] 10 3.� E�AMINATION [NOT i1�ED] 11 3.3 PREPARATION [NOT USED] 12 3.4 XNSTALLATION 13 A. General l4 l. Prodide vei•ti�al installation at ext�nta of pz`aject. 15 2. Rel.oeate sign as needed, upon request of Ehe City. 16 B. Maunting options 17 a. Skids 18 b. Posts l4 e. Barricade 2Q 3.� REPAIR / RESTORATION [NOT U5ED] 21 3.6 RE-TNSTA.LLATION rNOT iTSED] 22 3.7 FI�LD �oR] SZTE QUAL�TY CONTROL [NOT USED7 23 3.8 SYSTEM STARTUP [N�T US�D� 24 3.9 ADJL]STING [N�T USED] 25 3.14 CLEA1vING [NOT USED] 26 3.1i CLOSEOi7T ACTIVITIES [NDT USED] 27 3.12 PROTECT�ON [NOT U,�EDl 28 3.13 MAINTENANCE 2�4 A. General 30 1, Main.t�nan.ee will include painting and repairs as needed or directed by tha Ciry. 31 3.14 ATTACHMENTS CNOT USED] 32 33 END OF SECTION CiTY OF FOR'P W012TH 2O21 COMO AREA RFSUREACING PROJECT STANDARD COI�STRUCTTON SPECIFICATION DOCLIMENTS Revised 7uly 1, 20 L 2 C1TY PR07ECT ]VO. 103348 ai ss �s-3 TEMPQRARY PR07ECT SIGNAGE Page 3 of 3 R�vision Log DATE NAIVI� SUMMARY OF CHANGE C1TY OF P'ORT WORTf� 2D21 CbMO ARBA RESURFACING PROTECT STANDAI2D CONSTRUCTION SPECI�ICATIDN DOCUMSNT3 Revised 7uly 1, 2p1 [ C1TY P1t07SCT NO. 103348 a i 60 oa P�zor�uc� [z�,Quiu��t�r�Ts Page 1 of 2 SECTION Ol 60 QQ PRODUC'F REQUIREMENT� PARTI- GENERAL 1.7. �UMM,A,RY A. Section Includes: 1. References for Product Requirements and Ci#y Standard Products List B. De�iations from this Ci#y of Fort �Worth Standard Specification 1. None. C. Related Specifcation Sections include, b�t ve not necessarily li�nited to: 1. Division D— Bidding Requirements, Contract Fortns and Conditions of the Contraet 2. Division I— General Reguirements 1..2 PRIC� AND PAYMENT PROCEDURES [NOT USED] ]..3 REFER.ENCES jNOT USED] �.4 ADM]NISTRATIV� R�QUII2�MENTS A. A list of Ci#y appro�ed products for use is available th��ough the City's w�bsite at: https:/lapps.forEwarthtexas,go�/PrajectReso�rces/ and following the directory path; 02 - Construction Documents/Star�dard Products List B. Only products specif[cally included on City's Standard Praduct List in these Contract Documents shail be allawed �or use on the Project. 1. Any subsequently appz'ov�d pradLicts will only be allor�ved for use upon specific appraval by the City, C. Any specific product req�airements in the Contracf: DocumenZs superseda siinilar products included on the City's Standard Peoduct List. 1. The City reserves the right to not allow pro�iucts to be used for eertain prajects even though the product is listed on the City's 5tandard Product List. D. Although a specific product is included on City's Standard Peoduct List, not all praducts fratz� that inanu�acturar are approved for use, including but nat limited to, that manufacture�•'s standard praduct. E. See Section 6l 33 OQ for subtxiittal a'�quirements of Product Data included on City's Standard Protiuct List, 1,5 SCIBNIITTALS [NC]T USED] I,C ACTIQN SUBM�TTALS/IN�ORMATIONAL SUBMITTALS [NOT US�Dj I.7 CLOSEOi1T SiTBMITTALS [NOT USED] I.S MAINT�NANCE MATERIAL SUBNIITTALS [NOT US�D] 1.9 QUALITY ASSURANCE [NOT USED] CTI'Y OP FQRT WQRTH 202 L COMO AREA RESURFACING PEtOIECT S'FA�IDARI] CONSTRiTCTION SPECIFICATIO�T DOCUMENTS CiCy Project Number: 103348 Revised IVlaroh 9, 2020 Ol 6U UD PRODIJCT 12EQYJ1TtEIvIENTS Page 2 of 2 I..TO DELx'VERY, STORAGE, AND HANDLING [N�T USED] �.11 �"�LD [SITE] CONDITIONS [NOT iT�ED] 1.12 WARRANTY [NOT iTSED] PART 2 - PRODUCTS [N4T USED� PART 3 - EXECUTIDN [NOT USED] END OF SECTZON Revisian Lag DA'I'E NAME STJMMARY OF CHANGE 101I2/12 D. Johnson Modi_fied Location of City's SExndard Produet List 3/9/2020 ➢.V. Magana Removed refere.nce to Buzzsaw and noted that the City approved products �ist is accessible through the City's website. CITY �F FORT WORTH 2Q22 CONCRETE R�STORAT70N CONTRACT 3 5TANDAA� COIV5TRUC`�70N SP�CTFICATfON DOCUMENTS City Project Number 1034�4 Revised March 9, 2�20 D I 70 00 - 1 MC�BILIZATION AND REMOBILIZATI�N Page 1 of 4 1 SECTION Q1'�0 00 2 MOBILIZATION AND REMOBILIZATION 3 PAItT 1 - GENERAI. 4 1.1 SiTMMARY 5 A. Secti.on Ixicludes: 6 1. Mobiliz�tion and Demobilization 7 a, Mobz�ization 8 1) Transportataon of Con.tractor's personnel, equipment, and operating supplies 9 to the Site 10 2) Establishment af necessary gene�aJ facilzties for the Cantractor's operation t 1 at the Site d2 3) Premiums paid for perfarmance and payment bonds E3 4) TxansportaCion of Contractor's personnel, equipment, and aperating supplies l4 to anather location within the designated Site l5 5) R�Iocatian of necessary general facilities for the Contractor's operation 1b fram 1 loeation to anoth�x locatzon on the Site, f 7 b, Dempbilization [8 1) Transportakion nf Cpntractar's personnel, eq�ipment, and opez�ating. supplies t9 away from the Site including di.sassembly 2Q 2} Site CIean-up 21 3) Removal of a1I buildings and/or other facilities assembled at the Site for this 22 Contract 23 c. Mobilizataon and Demobilizatian do not include activities for specific items of 24 wark tt�at are fpr which pa�ent is provided elsewhere in the contract. 25 2. Remobilization 26 a. Remobilization for Suspension qf Wqrk speeifically required in the Con.tzact 27 Documents or as required by �ity includes: 28 1) Demobilizaiion . 29 a) Transportation of Contractor's personnel, equipment, and operating 3Q supplies from the Site including disassembly or temporarily securing 31 equiprzzent, supplies, and other facilities as designated by the Contract 32 Documents necessary to suspend the Work. 33 b) Site Clean-up �s cfesignated in the Contract Docuznents 34 2) Remobiliza.tion 35 a) Transportation of Contractor's personnel, equipment, and operating 36 supplies to the Site necessary to resume ihe Wark. 37 b} Establishment of necessary general facilities for the Contractor's 38 operation at the Site necessary to resume the Work. 39 3) No Payments will be made �or: 4D a) Mobiiization and Deznobilizatio.n fro.zn one Iacation to another on the 41 Site in the normal pzogress of perforrni�g the War�. 42 b) 5tand-by or idle time 43 c) Lost profits 44 3. Mobilizations and Demobilizatian for Miscellaneous Projects �5 a. Mobilization and Demobilization CITY OF FORT WORTH 2O2I C�MO ARFA RFSURFACING PR07ECT STANDARD CONSTRiTCTION SPECIFICATIQN DOCUIVIENTS Revised November 22, 2015 CTTY PRO7ECT NO. 103348 o��roaa-z MQBILIZATSON AND REMOBILPLATION Page 2 of A 1 2 3 4 5 6 7 8 9 10 11 12 13 I4 IS 16 17 18 1) M�bilization shall consist of the activities and cost on a Work Order basis necessary for: a} Transportation of Contractor's personnel, equipment, and operating supplies to the 5ite far the issued Work Order. h) Establishment of necessary general facili�ies ior the Contractor's operation at the Site ior the issaed Work Ord�r 2) Demobilization shall c�nsist of the activiiies and cosC necessary ior: a) Transpoz'tation o� Contractor's personnel, eyuipz�ent, and operatiqg supp.lzes firam the Site includ�ng disassembly for each iss�ed Work Ozder b) Site Clean-up for each issued Work Order c) Rernoval a� all buildings or ott�er facilities assembled at the Site for each Wark Oder b. Mobilization and Demqbilization do not include activities for specific items of work for wi�ich payment zs pro�vided elsewhere in the contract. 4. Emergency Mobilizations and Dernobilization for Miscellaneous Projects a. A Mqbilizatio.n far Miscellaneous Projects when directed by the City and the rnobilization oceurs within 24 hours of the issuance of the Work Order. i9 B. Deviations fram this Ciry of Fort Worth Standard Specification 2Q l. Nane. 21 C. Related Specification Sectzons include, but are not necessarily limited to: 22 1. Division Q— Bidding Requirements, Contract Forms and Conditions af the Contr-act 23 2. Di�ision 1— General Requirements 24 l.2 PRICE AND P�IYMENT PROCEDiTRE,S 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 �t0 A. Measurement and Payment [Consult City Department/Division for direction on if Mobilization pay item ta be inclnded or the iterr� si�ould be subsidiary. Include the appropriaCe 5ection 1.2 A. 1.] 1. Mobilization and Demobilization a. Measure 1) TYris Item is considered subsidiary to the various Items bid. b, Payment 1) The work performed and maierials furnished in accordance with Chis Item are subsidiazy to t�e vazio�s Items bid and n.o othex casnpensatinn will be aIlowed. OMMITTED 2) The work pez-formed and nnat�rials furnished fox demabilization in aceordanc� wiih this Item are subsiciiary ta the various Items bid and no other cvznpensarann wiil be allowed. 4I 2. Remqbilizatian for s�spension of Work as specifically required in tha Contract 42 Documents 43 a. Measurement 44 1} Measurement for this Item shall be per each remobilization performed. 45 b. Payment CTi'X OP FOdiT WpI2TH 2O21 COMO AREA RESURPACII�TG PROJECT STANI�ARD COIVSTRE7CTTDN SPECIPICATIOIV DOCUMENTS Revised Navember 22, 2D16 CTT'Y PROIECT NO. 1.03348 017000-3 MOBILIZAT[ON AIVD RL�MdIIILIZATIdN Page 3 of 4 1 2 3 4 5 6 7 B 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 2A 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 �1 42 43 44 45 c. d. 1) The wozk p�zfozzned and matezials fi�zi-►ished in acco�-dance with thzs Zteza� and measured as provided unde� "Mea�m�ement" will be paid fvr at the unit price per each "S�ecified Remobilization" in accordance with Contraet Docnments. The price shall include: 1) Demobilization as described in Section 1.1.A.2.a.I) 2) Remabilization as described in 5ection L1.A.2.a.2} Na payments will be m�.de �or standby, idle time, or fost profits assoeiated this Iterrz. 3. ReznEobilization for susp�nsion of Wa�-k as r�quired by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of Section a0 72 QQ. Z) No payments will be made for standby, idle time, or lost profits associated with this Item. 4. Mabilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurezz�ent fo.z tl�zs Itenn shall be for �ach Mob.ilization az►d Demobilization required by the Cqntract Dacuments b, I'ayment 1) The Work performed and materials fiianished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Mobilization" in accordanea with Contract Documents. Demobilization shall be considered subsidiary to mobilizat�on �.nd shall not be paid foz separatelq. c. The price shall includ�: 1) Mobilization as c�eseribed in Section 1.I.A3.a,1) 2) Demobilization as deseribed in Section 1.1.A,3.a.2) d. No payments will be rrsade for standby, idle time, ar lost profits assa�iated this Item. 5. Emergency Mobilizations and Demobilizations for Miscellaneous Frojects a. Measure�nent I) Measurement �pz' tlazs Item shall be �ar �ach 1Vlobxlization and Demobilization required by the Contract Documents b. 1'ayment 1) The Work perfarmed and materials furnished in accordance with this Item and measured as provided under "MeasuremenY' wiIl be paid for at the unit price per each "Work Order Emergency Mobilization" in accordance with Contract Documents. Demobilizatian shail be eonsidered subsidiary ta mobilization and shall not be paid for separately, c. The pzice shall include 1) Mobilization as desczibed in Section 1.1.A.4.a) 2) Demobilization as described in Sect�on l.l.A,3.a2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 46 1.3 REF�RENCES [NOT USED] 47 1.4 ADMIIVISTRATIVE REQUIREMENTS [N�T USED] C1TY OF FORT WORTH STANDA[2D CONSTRLICTION SPECIFiCAT[OIV I]OCUMP,NTS Re�ised Novem6er 22', 2415 2d21 COMO AREA RE9URFACING �'ROIECl' C1TY' PRQ.T�CT NO. 103348 o� �nnn-a MQBILI7.ATiON AND REMOBILIZATION Page 4 of 4 1 1.5 SUBMITTALS [N�T USED] 2 1.6 ZNk'DRMATZ�NAL SUBMZTTALS [NOT USED] 3 l.q CLQSEOUT SUBMITTALS [NDT USED] � LS MA�NTENANCE MATERIAL Si7BMTTTALS [NOT US�D] 5 1.9 QUALZTY ASSURANCE [NOT USED] 6 11Q DELIVERY, ST�RAGE, AND HANDLZNG [NOT USED] 7 1.11 FIELD [�ITE] CONDITIONS [NOT USED] 8 1.1� WARIZANTY [1VOT iTSED] 9 PART � - PRODUCTS [NOT USED] 10 PART 3- EXECUTION �NOT L1SED� 11 12 END OF SECTI�N Re�ision Lng DATE NAME SUMMARY OF CHANG� 11/22I16 Michael Owen 1.2 Price �nd Payment Procedures - Revised specifzcation, ir�cluding b�ue text, to make specatication Flexible for either subsidiary ar gaid bid item for Mobilizatian. 13 C1TY D� F012T 1TVOC2TH 2D21 COMO AREA RESi]itFACING PRQJECT STAIVDAR� CONSTRUCTION SPECIFICATION DOCUMENTS Reuised November 22, 2016 CTTY PROIECT NO. ] 03348 a�nz3-� CdNSTI2UCTIQN STt1KING AND SiIRVP,Y Page 1 af 8 1 2 3 PART 1 - GEIV�RAL S�CTI�N 017123 CONSTRUCTION �T�KING AND SURVEY � 1.1 SUNIlVIARY S A. Section Includes; 6 1. Requirerr�ents far construction stal�ng and const�uction survey 7 B. Deviations from this City of �ort Worth Standard S�ecification 8 I . None. 9 IO 11 I2 1.� 13 i4 15 I6 I7 18 i.9 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 44 41 C. Ralated Specification Sectians include, but are not necessarily limited to: l. Division 0— Bidding Requirements, Contract Forms and Conditions of the Conhact 2. Divisian 1— General Requirements PRICE AND PAYMENT PROCEDUI2�5 A. Measurement and Paymen.t 1. Car�str�c�ion Staking a. Meas�rement 1) Measurement for this Item shall be by lump surn. b. Payment 1) The work peri'ormed and the materials furnzshed in accordance with this Item shall be paid for at the lump surri price bid for "Constr�ction Staking"'. 2) Payment for "Construction Staldng" shall be made in paitia] payments prorated by voork cornpleted cnmpared tn total work inclnded in the lump sum ikem. c. �'he price bid shall inc�ude, but not be limited to the follovving: 1) Veri�cafton of control data provided by City. 2) Plaeement, maintenance and replacement of required stakes and markings in ihe field. 3) Freparation and submittaI of construction staking documentation in the form of "cut sheats" using the City's standard template. 2. Construction �"urv�y a. Measurement I) This Item is considered subsidiary rn the variaus Items bid, b. Payment 1) The work performed and the materials fu�nished in accordance wi.th this Itern are subsidiary ta the various Items bid and no other compensation will be allowed. 3.. As-Built Survey a. Measurerzaent 1) Measurement for this I#eran shall be by Iump surn. b. 1'ayment 1) The work performed and the materials furnished in accordance with this Itern shall be paid for at the lump sum price bid for "As-Built Sur�ey". C1TY pF FQRT WORTH S'TAI�fDARD COl�IST12UCTIDN SYECIF'ICA'PION 1�OCUM�NTS Revised Fe�e•uary 14, 2�18 2021 COMO AREt1 RESURPA,CING PRO7ECT CITY PRQFECT N0.103348 D17123-2 GONSTILUCTION STAKING AND SU.RVEY Page 2 af $ 1 2 3 4 5 6 7 S 9 A, Definitions l o 1..3 REFERENCES 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 2$ 29 30 31 32 33 34 35 36 2. 3. 4. 2) Payrnent for "Construction Staking" shall b� made in partial payrrients prqrated by work completed compared to tota] work ineluded in fihe lumg sum item. e. The price bid shall include, but not be Iimited to the following:; 1) Field measurements and survey sY�ots to identify location of completed facilities. 2) Documentation and submittal of as-built survey data onto contractoi redline plans and digital sur�ey fiies. Construction Survev - The survey measurements made prior tn or while c.onstruction is in progress to control elevation, horizontal positian, dimensions and configuration of structures/improvements included in the Froject Drawings. As-built Sur�eY —The meas.urements made after the construction of the improvement features are complete to provide position eoordinates for ihe feaiuzes of a project. Construction Staking — The placement of stakes and markings to pro�ide offsets and elevations to cut and iill in order to locate on the ground the deszgned structures/impravements included in the Project Drawings. Construction stakzng shall include staking easements and/oz right of way if indicated an the plans. Survey"Field Checks" -- Maasurezn.e�ts made after constructaon staking is completed and before co.nsta-uction woz'1c be�ins to ensuz� that structures rriarked an Ehe ground are accurately lacated pex �zoject Drawi�gs. B. Technzcal Referenees 1. Ciry of �prt Worth -- Construction Staking Standards (availab3e on City's Buzzsaw websit�} -- D1 71 23.16.01_Attachment A_Survey Staking Standards 2. City of Fort Wqrkh - Standard Survey Data Collector Library (fxl) files (available an City's Buzzsaw website). 3. 'I'�xas Departmant of Transportation (TxDOT) Sarvey Manual, Iatest revision 4. Texas Society af I'rofessional Land Surveyors (T5P5), Manual af Practice for Land Surveying in the State of Texas, Category S 1.4 ADMLNISTRATTVE REQUZREMENTS A. The ContracEor's selectxon of a surveyor must comply with Texas Gover�nent Code 2��4 (quali�icatians based select�on) for thi� praj+ect. 37 1.5 SUBMITTALS 38 A. Submittals, if required, shall be in accardanca with Sectian al 33 D0. 39 B. All aubznittals shall be received and reviewed by the City prior to delivery of work. 40 1.G ACTTON SUBNTXTTALSIINX`�RMATIQNAL SUBMITTALS �41 A. FieId Qual.ity Control Submittals CITY OF FORT W(]RTH STANDARD CpNSTRUCTIdN SPECIPICATION DOCi]ME1VT5 Rewised Tebruary 14, 2p18 2U21 COMQ AREA RESUTZFACING PR07EC'f C11'Y PR07ECT [V0.103348 U171Z3-3 CO[�ISTRUCTION STAKING ANd SURVEY Page 3 af 8 1 1. Documentation verifying accuracy of field engineexing work, inciuding cooz�dinate 2 cont�ersions if plans do not indicate grid or gzound coozd'znat�s. 3 2. Submit "Cut-Sheets" conforming to Y.he standard tempIate provided by the �ity 4 (ref�x to Q1 71 23,16.01— Attdchment A-- Suzvey Stakin� Standards). 5 l..'i CLOSEOUT SUI3MZTTALS 6 B. As-built Redline Drawin� Submittal 7 8 9 1Q �1 12 13 14 15 1. �ubmit As-Built Survey Redline Drawings documenting the loeations/ele�ations of constructed improvements signed and sealed by Registered Professianal Land Surveyor (RPLSj zespqnsible for the woz�k (re�er to OI 71 23. I6..01 — Attachment A — Survey Staking Siandaxds) . 2. Contractor shall submit the pzoposed as-built and coznpl�ted r�dlin� drawing snbmittal one (1) week prior to scheduli.ng the prnject final inspect�nn fnr City review and cpmrnent. Revisinns, if necessazy, shall be made to the as-built zedline drawings and resubmitted to the City prior ta schedul�ng the construction final inspection. 16 LS MAINTENANCE MAT�RIAL SUBI�ITTALS [N�T USEDj 17 1.9 QUALITY ASSURANCE 1$ A. Construction Staking 19 1. Constz-uction staking wi11 ba garfarmed by the Contractaz. 20 21 22 23 24 25 26 27 28 29 30 3I 32 33 3�F 35 3b 37 38 39 40 41 42 43 2. Coordination a. Contact City's Project Representati�e at least one week in advance notifying the City of when Canstruction Stalcing is scheduled. b. It is che Contractor's responsibility ta coordinate staking such that eonst�•uction activities are not delayed or negatively impacted. 3. General a. Contractor is responsible foz pzeserving and nr�.azntaining s�akes, If Czty surveyors are requued ta re-stak� fpr any reason, the Contr�ctor will be responsible for costs to perform staking. If in the opinion of the City, a sufficient number af stakes or marl�ngs have t�een lost, desGroyed disturbed or amitted that the eontracted Work cannot take place then the Contractor will be required to stake or re-stake the def cient areas. B. Construction Survey 1, Construction Survey wi1l be performed by the Contractor. 2. Coordination a. Cont�ractor To vezify that horizontal and vcrtical control data establisEz�d in the design survey and req�ired for construc�ian survey is available and in place. 3. General a. Construction survey will t�e per%rmed in order to construct the work shown on the Canstruction Draw'rngs and specified in the Contract Documents. b. For construction methods other than open cut, the Contractor shalI perforrn construction survey and verify control data including, bUt not limited to, the following: 1) Verificataon that established benchmazks and control are accurate. C1TY OF FORT WORTH STANDART] CDNS'f1tUC'CION SYECIFICATIDN DOCUMENTS Revised Tehruary 14, 20I8 2421 COMO AREA RE9URFACING PRO]ECT C1TY PR07LCT N0.303346 017123-4 CON5T12UC'I'lON 51'A1�ING AND 5llRVEY Yage 4 of 8 1 2) Use af Benchmarks to furzlish and maintain all �•eference lines and grad�s 2 fflr tunneling. 3 3) Use of line and grades ta establish fhe Iacation of the pipe. 4 4) Submit to the City copies af field notesused to establish all lines and S grades, if requested, and alIow the City to check guidance system setup prior 6 to beginning each tunneling drive. 7 S) Provide access for the City, if requested, to verify the guidance system and 8 the line and grade of the carrier pipe. 9 6} The Contracior remains fully respansible for the accuracy af the work and 10 correction of it, as requised. 11 7) Monitor line and gracie continuously during construction. I2 S) Record deviation with respect to design line and grade once at each pipe 13 joint and submit daily records to the City. 14 9) If the instaIlation does not meet the specifie.d talerances (as outlined in 15 Sections 33 OS 23 andlor 33 OS 2�), immediately notify the City and correct 16 the installation in accordance with the Contract Documenis. 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 4-4 45 46 47 48 C. As-Built Survey 1. Required As-Built Survey wi11. be performed 6y the Contractor. 2. Coordination a. Contractor is to coordinate with City to confirm which %atures require as- built surveying. b. It is the Contractor's responsibility to caordinate the as-built survey and required measurements foz items that a�re to be buzi�d such that eonstruction actavities are not delayed oz' negatively iznpacted. c. �or s�wer mains and water mains 12" and under in diameter, it is acceptable to physically measure depth and mark the location during the progress of construction and take as-huilt sureey after the facility has been buried. The Contractor is responsible for the quality control needed to ensure accuracy. 3, General a. The Contractor shall pravide as-built survey including the elevation and location (and pravide written documentation ta the City) of construction features during the progress of the construction including the fallowing: 1) Water Lines a) Top of pipe elevations and coordinates for waterlines at the follawing lacations: {1) Minimum every 2501inear feet, including (2) Horizontal and vertical points of inflec�ion, curvatura, etc. (3} Fire line tee (r}} Plugs, stub-auts, dead-end lines (5) Casing pipe (each end) and all buried fittings 2) Sanitary Sewer a) Top of pipe elevations and coordinates for force mains and siphon sanitary sewer lines (non-gra�ity facilities) at the following locations: (I) Minimum every 2501inear feet and any buried fittings (2) Hozzzonta� and veztical painrs o� inflection, curvature, etc. 3) Stozmwataz — Not Ap�lzcable C1TY QP�'O1Z'I' WOitTH STAi�[DARB CONSTRi1C'FION �PECIFICATIQN DOCUMFIVTS Re�ised February 14, 2DI8 2021 COIviO AREA RESURFACING PI20lECT C1TY YROlEC7' 1+1p.103348 oi�i�a-s CONSTRUC`1'iON STAKIAIG AND SLIRVEY Page 5 oi 8 1 2 3 � 5 6 7 S 9 10 11 I2 �3 1� 15 16 I7 18 19 20 21 22 23 24 b. The Contt-actor shall provide as-bui]t survey zncluding the elevation and location (and provide written documentation to the City) of canshuction features afier the construction is campleted including the follot�ing: 1) Manl�oles a) Rim and flowline elevations and coordinates for each manhole 2) Water Lines a) Catlaodic protection test s.tations b) Sampling stations c} Meter bo�esl�aults (All sizes) d) Fire hydrants e) Valves (gate, butterfly, etc.) � Air Release valves {Manhole rim and vent pipe) g) Blow off valves (Manhoie rim and valve lid) h) Pressure plane val�es i) Underground Vaults {1) �izn and flowline ele�vatzons and coordinates for each Underground Vau1t. 3) 5anitary Sewer a) Cleanouts {1) Rim and flowline elevations and coordinates for each b) Manlzoles and Junction Sf��ctures {1) Rim and flowIine elevations and coordinates for each rnanhole and junction stxucture. 4) Stormwater -- Not Applicable 25 �.10 DELNERY, STOIRAGE,.ANI? HANDLIlVG [NQT USED] 26 l..l X FTELD [SXTE] CONDITIONS [NOT USED] 27 L12 WARRANTY 28 PART 2 - PRODIICT,� 29 A. A construction survey will produce, but will not be limited #o: 3U 31 3.2 33 34 35 36 37 38 39 40 41 42 43 44 1. Recovery of relevant control points, paints of curvature and points of interseetion. 2. Establish temporary horizontal and vertical control elevations (benchmarks) suf�'iciently permanent and located in a manner to be used throughout construction. 3. Th� locatio.n of plann�d facalities, e�sements and impzovements, a. Establishing final line and grade stakes for piar�, �loors, grade beams, pazlcing areas, utilities, stree�s, highways, tunnels., and oCher construction. b. A record of revisions or corrections noted in an orderly manner for refezence. c. A drawing, when required by the client, indicating the l�orizontal and vertical iocation of facilities, easements and improvements, as built. 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all cor�struction stakiug projects, These cut sheets shall be on the standard city template which can be obtained from Che Sur�ey Superintendent (8i7-392-7925). 5. Digital survey files in the fnllovtring Fprnnats shall t�e acce�table: a. AutoCAD (.dwg) b. ESRI Shapefile (.shp) crrY oP Foxr wox�rx STAIVDARD CONSPRUCTION SPECIFICAT[ON DOC[IIVIENTS Re�ised F'ebruary lA, 201� 2C121 COMO AI2EA RSSURFACING PROJECT CTTY PRO]ECT l�p.l D3348 01 71 23 - 6 COriSTRUCTION STAKING AI�'� 3URVEY Paga fi of 8 2 3 4 c. CSV file (.cs�+}, formatted with X and Y coordinates in separate eolumns (use sYar�dard remplaCas, if available} 6. Survey files shall include vertical and horizontal data tied to original project contrpl and benchtr�arks, and shall include feature descriptions 5 PART 3 - EXECUTION 6 3.1 INSTALLERS 7 A. Tolerances.: 8 1. The staked location of ar�y improvement or facility should be as accurate as 9 practical and necessary, The degrae pf precision required is dependent on many I O factors all of which must remain judgmental. The tolerances listed hereafter are I 1 based an generalities and, under certain ci�•cumstances, shall yield to specific 12 requireznents. The surveyar shall assess any situation by review of the overail plans 13 and throu:gh consultation with responsible parties as to the need for specific 14 tolazances. 15 a. Earthwork: Grades for earthwark or rough cut should not exceed 0.1 ft. vertical 16 tolerance. Hariznntal alignment for earthwork and rough cui should not exceed 17 1.0 ft, tnlerance. 18 b. Horizontal alignment an a structure shall be within .O. lft tolerance. 19 c. Paving or concrete far streets, curbs, gutters, parking areas, drives, alleys and 20 walkways shall be located within the confines of the site 6oundaries and, 21 occasionally, along a boundary or any ather restrictive line. Away frorn any 22 restrictive line, these faeilities should be staked wiEh an accuracy producing no 23 more than O.OSft. tolerance from their speciiied Iocations. 24 d. Undergz�ound and o�erhead utilities, sucn as sewers, gas, water, Celephone and 25 electric lines, shall be located horizantally withzn their prescribed areas or 26 easaments. Within assigned areas, these utalities should be staked with an 27 accuracy producing no more than 0. I ft tole�ance from a specified Iacation. 28 e. The accuraey requ�ured for the vertical locatian af utilities varies widely. 1Vlany 29 underground utilities require only a miniznum covex and a tolerance of 0.1 ft. 30 should be maintained. Undergrvund and averhead utiliries on planned pro�le, 31 but not depending an gra�iry flow for pez�ozmance, should nat exceed 0,1 ft. 32 tolerar�ce. 33 34 35 36 37 38 39 40 41 �2 43 ,►. B. �urveying inst�-uments shall be lcept in close adjustment according to manufacturer's specifieations or in compliance ta standards. The City reserves the right to request a calibration repott at any tirn� and recoznznends regular maint�nance schedule be perforrned by a certified technzcian every 6 rnonths. 1. Field measurements of angles and disia�ces shall be dane in such fashian as to satisfy the closures and tolerances expressed in Part 3.1.A. 2. Vertical Iocations shail be �stablished from a pre-esta�lished benehmark and checked by closzng tn a different bench mark on the same datum. 3. Canstsuctipn survey field work shall correspond to the client's plans. Irregulari�ies or conflicts found shall be reported promptly ko the City. 4. Revisions, corrections and other pertinent data shai] be logged for future reference. C1TY OF FORT WORTH STANDAR� �01+3STRLTCTIOIV SPLEIF�[CATIDN DDCUMENTS Revised I'ebruai•y 14, 2018 2021 CflMO AIZEA RESURPACING PR03ECT C1TY PROJECT N0.1 D3348 ai�iz3-� CONSTRUCTION 57'AI�ING ANI� SURVBY Pege 7 oi S 1 3.� EXAMINATION [NOT USED] 2 3.3 PREPARATION [NOT US�D] 3 3.4 APPLZCATION 4 3.S REPALR / ItESTORATION 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 2.8 29 30 31 32 33 34 A. If the Contractor's wark damages oz destxoys one or inore Qf the contsol manuments/points set by the City, the monuzir��nts shall be adequately referenced for expedient restoration. 1. Notify City if any control data needs to be i•estored or replaced due to dazz�age caused during ca.nstr�ction aperatians. a. Contractor shall perform re.placernents andlor restorations. b. The City may require at any time a sur�ey "Field Check" of any manument oz benchmarl�s that are set be verified by the City surveyors before fur�her associated work can mov� forward. 3.6 RE-ZNSTALLATZON [NOT U�SED] 3.7 T�LD [��] S�TE QUALITY CONTROL A. It is the Cont�aetm•'s responsibility to maintain all stakes and control data placed by the City in accordance with this Specificat�an. This incJ.udes easements and right of way, ii noted on the plans. B. Do not change or relocate stakes c�r control data without approval from the City. 3.$ SY�TEM STARTUP A. Survey Checks I. '�he City reserves the z�ight .to pezfozzzi a Survey Chec.k at any time deemed necessary. 2. Cheeks by City personnel or 3rd pariy contract�d sur�eyor are not intended ta relieve the contractor of his/her responsibiliry for accuracy. 3.9 AD,TUSTING [NOT USEDJ 3.ia CLEA1viNG [NOT USED] 311 CLOSEQUT ACTIVITIES [NOT USEDj 31� PROTECTION INOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTAC�NTS [NOT USED] END OF SECTION Rer,isian Lag CITY OF FORT WORTH STANDARI� CONSTRUCTION SPECIPICP:PIQN DOCUMENTS ReWised P'ebi•aary 14, 2018 2021 C�Iv10 Al2�A RE517RPACING PROISCT C1TY PRqIECT NQ,1Q3348 Q17123-5 CO1VS'L'RUCTION STAKING AND SURVEY Page 8 of S DATE NAlVIE SiJMMARY OF CHANGE $/3112012 D.Johnson Added instruction and modi�ed measu�•emenl & payment undex 1.2; added 8/31/2017 M, Qwe� definitions and refexences under 1.3; madified l.5; added 1.7 closeo�t s�bmitcal eq�irements; modified f.9 Quality Assurance; added PART 2— PRODUC'I'S ; Added 3,1 I�stallers; adde.d 3.5 Rep�ir/[Zestaratinn; and added 3.8 Systern 3tariup. Removed "blue Eext"; reWised measurement and paymeuE sections for Constzuction Staking aud As-Built Survey; added reference to selection compliance rvith TGC 2/14/2D18 M Owen 2254; revised act9on and Clos.eout submittal rec�uixements; added acceptable depth measurement criteria; revi5ed list of items req�iring as-built survey "during" and "after" canstruction; and revised acceptable digital survey file farmae CTPY OF FORT WORTFI 2Q21 C(?IVIO ARFA RFaURFACING PROJECT STANDARD COl�STRilCTiON SPECIP1CATi0N DbCUMENTS li.etised Februa�y 14, �018 C1TY FROJECT Al0.103348 � I ' � - _ � Section O1 71 23.01 ��ttachr���t A S�rv�y Staki�� St�ndards February 2017 C:�Users�{slatnT�Ap�DaCa�Loca1�Temp�0171 23.16,01 Attachment A_Survey Stakin.g Standards.docx page 1 of 2z These procedures are intended to pro�ide a standard method for construction staki�g setvic�s associated with the City of Fort Worth projects, These are not to be considered all inclusive, but only as a general guideline, Forprojects on TXDO'T right-of-way or through joint TXDOT participation, adherence to the TXDOT Sunrey Manual sha11 be followed and if a discrepancy arises, the 7'XDOT manual shall pre�vail. (http://onlinemanuals.txdo#.�ov/txdotmanuals/ess/ess.pdf) If you have a�nique circumstance, please consult with the project manager, inspector, ar survey department at 817-392.-7925. T��C@ D� CO1��@11�5 I. City of Fort Warth Contact Informatian II. Construction Colors III. Standard 5taking Supplies IV. Sur�ey Equ[pmen#, Cantrol, and Datum Standards V. Water Staking 111. SanitarySewerStaking VII. Storm Staking Vlll. Curb and Gutter Staking IX. Cut Sheets X. As-built 5urvey C:�Users\IslamT�App�ata�Loca1�Temp�017123.J.b.01_Attachment A Sur�ey Staking 5tandards.docx Page 2 of 22 � � Sur�+ey Aepartment Cantact Information Rhysical and mailing address: 8851 Camp Bowie West Boulevard Suite 300 Fort Worth, Texas 76116 Office: (817) 392-7925 5urvey 5uperintendent, direct line: (817) 392-8971 Cons�ruc�ion Colors The follnwing colnrs shall be used for staking or identifying features in the field. This includes flagging, paint of la�hs/stakes, paint nf hubs, and any identification such as pin flags if necessary, Utility PROPOSE� EXCAVAT[ON AE.L ELECTRIC AND CQNRUITS POTA�L� WA1"EF2 GAS OR bIL TELEPHONE/F18ER OPTIC 5UftVEY COI�TROL POIN75, BENCHMARK5, PROPERTY CORNERS, RIGHT-OF-WAYS, ANb ALL PAVING [NCLUDIIVG CURB, SIDEWALK, BU[Lf]ING CORIV�R5 5ANITARY SEWER IRREGATIQN AND RECLAIMED WATER � Standard Stakin� Supplies Color WHITE . � .,�:��,� YE��C11N ORANGE �i h�i� I�� �� �.,:�,' Item Minimum size Lath/Stake 36" tall Wooden Hub (2"x2" min. square preferred) 6" tall Pin Flags �2,5" x 3.5" preferred) 21" long Guard 5takes Not required PK or Mag nails 1" long Iron Rads (1/2" or greater diameterj 18" long 5ur�ey Marking Paint Water-based Flagging 1" wide Marking Whisicers �feathers) 6" lang Tacks (for marking hu�s) 3/4" long C:\Users�1slamT�AppData�Loca1�Temp�,0171 23.16A1_Attachment A_Survey Staking Standards.docx Page 3 of 22 IV. Sur�ey Equipment, Cantrof, and Datum Standards A. City BencE�marks All city benchmarks can be founc{ here: http://fortworthtexas.�nv/itsolutions/GlS/ Look for `Zonin� Maps'. Under `Layers' , expand `Basemap Layers', and check nn `Benehmarks'. B. Conventional or Rn�iotic Total Station �quipment I. A minimum of a 10 arc-second instrument is required. I I. A copy o# the latest calibration report may be requested by th� Ci�y af any time. It is recommended that an instrument be calibrated by certified technician at least � a.ccurrence every 6 months. C. Network/V.R.S. and static GPS Equipment I, ]t is critical that the sur�eyor verify the correct horizontal and vertical datum prior commeneing wor[c. A site calihratian may be required and shall consist of at least 4 control points spaced evenly apart and in varying q�aadrants. Additional field checks of the horizontaf and vertical accuracies shalf be completed and the City may ask for a copy of the calibration report at any time. II. Network GP5 such as the Western Data Systems ar SmartNet systerr�s may be used f�r staking of property/ki.O.W, forced-main water lines, and rough-grade only. No GPS sta[cin for concrete sanitar sewer storm drain final . rade ar an thin that needs verticai radfn with a tolerance of 0.25' or less is al[owed. D. Contro{ Paints 5et All control points set shall be accompanied by a lath with the appropriate Northing, Easting, and �le�ation {if applicable] of the point set. Control points can be set re�ar, `x' in concrete, or any other appropriate item with a stable hase and of a semi-permanent nature. A rebar cap is optional, but preferred if the cap is marked `control point' or similar wording. Datasheets are requirecE �or all control points set. Datasheet shauld include: A. Horizantal and Vertical Datum used, �xample: N.A.D.83, North Central Zone �}2Q2, NAVD 88 Eleva.tians B. Grid or grawnd distance. -- If ground, provide scale factor used and base point coordinate, Example: C.S.F.=0.99912�, Base poin�=North: 0, �ast�0 C. Geoid model used, Exarnple: GEOIb12A C:\Users�1slamTlAppData�Loca1�Temp�017123,16A1_Attachment A_Survey Staking Standards,docx Page 4 of 22 �. Preferred Grid Datum Altho.ugh many plan sets can be in surface coordinates, the City's preferred grid datum is listed below. Careful consideration must �e taken to verify what daturn each project is in prior to beginning work. It is essential the surv�yor be familiar wi#h coordinate transformations and how a grid/surface/assumed coordinate system affect a praje�t, Proiected Caardin�te System: NAD_1983_StatePlane_Texas_North_Ceniral_FIPS_4202�Feet Project�on: Larr�b�rt_Conformal_Conic Fa Ise_Easti ng: 19 6850fl.00000000 False_Northing: 65616fi6.66666667 Central Meridian; -98.5D000000 5tandard P2rallel 1: 32.13333333 5tandard Parallef 2: �3.96666667 Latitude_Qf_Origin: 37..66665667 Linear Unit: Foot US Geographic Coordinate 5ystem: GCS_fVarrh_American_�.983 Datum: D North American 1983 Prime Meridian: Greenwich Angu3ar Unit: Degree iVate: Regardfess of what datum each particular prnjec� is in, deliverables to the City must be canvertedJtranslated into this preferred grid datum. 1 copy of the deli�erable shoulc! be in the. projeCt datum (whatever it may baj and 1 copy should b� in the �lAD8�, TX North Central 4202 zone. See Preferred F1le Namincl Conventlon belav� F. Preferred Deliverable Forrnat txt .cs� .dwg .job G. Preferred Data �ormat P, IV, �,z, D,111 Point �Eumber, I�orthing, Easting, Ele�ation, Description, Notes {if applicable} M. Preferred File Naming Conventian Fh9s is the preferred format: City Project Number_Description_Datum.csv Exampl� for a proiect that has surface coardinates which must be translated: Fi[e 1: C1234 As-built of Water on Main 5treet Grid NAD83 TXSP 4202.csv Fi[e 2: C1234_As-built of Water on Main Street_Project Specific Datum.csv C;�Users�1slatnT�AppData�LocallTemp�O�. 7123.16,01_Attachment A_Survey Staking 5tandards.doex Page 5 of 22 Exarnple Control Stake� � � � � � � � � I�_L__ � c� � � � _ � � m J .� UJ � � W J f--- C�.l � � C> � � �a�� �_ �., ,, 4 i` - 1 II�i Ll..� r. I. F. - W — � .'�'_ � � ���'� !1.. � � "I { � � �' I �'�i ...� G,. � .I �1� d � CL J _.� (J! - J � ---� �- m 2 � O L7 � a � � h-- � :.� W � W EL.= 1�10.Qd' U) W � � � �l � � Q c.� CP �1 �=�oaa.c�o �=�aoo.00 .� 1-.-d � '� W � � Q � � � � � 1 � � � � _ � � W � J � L� ~ W � � � CE] w� r� Q � C:\Users�lslamT�AppData�Local�Temp�0171 23.16A1 Attachment A�Survey 5talcing S#andards.docx Page � of 22 V. Water S�aking Standards A. Center�ine Staking — Straight Line Tangents I. Offset lath/stakes e�ery 200' on even stations II. Painted blue lath/sta[�e only, no hub is required III. Grade is tn tnp of pipe {T/Pj for 12" diameter pipes or smaller IV, Grade to flow line (F/L) for 16" and larger diameter pipes V. 6rade shoufd be 3.50' 6elow the pro�osed top af curb line for 10" and smaller diameter pipes VI. Grad� should be 4.00' below the proposed tap of curb line for 12" and larger diameter pipes VII. Cut Sheets are required on afl staking and a c�opy can i�e recei�ed from the sur�eysuperintendent Opiional: Actucr! stcrkes sha11 consist af a 60D nai! or hub set 4vith a whisker B. Centerline Sta[cing - Curues I, Ifi ar� length is greater than 104', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Same grading guidelines as a6o�e III. 5taking of radius paints of greater than �00' may be omitted C. Water Meter Boxes I. 7.0' perpendicular offset is preferred to #he center of the box II. Center af the meter sl�ould he 3.0" behind the prapased face of curb III. Meter si�o�ld be stakee[ a minimum af 4.5` away from the edge of a driveway IV. Grade is to top of box a�d should be +0,06' higher than the proposed top af curb unless shawn otherwise an the plans D. Fire Hydrants I, Center of Nydrant should be 3.0' behind proposed fate of curb II. Sur�ey offset stake should be 7,0' frnm the center and perpendicular to the curb line or water rnain I11. Grade of hydrants shauld be �+0.30 higher than the adjacent top of curb �, Water Val�es & Vaults I. �ffsets should be perpendicular to the proposed water main II. RIM grades sho�ld only be pravided if on plans C:�Users�1slamT�AppData\Local�Ternp\0171 z3.15.01_Attac�ment A_5urvey Staking Standards.docx Page 7 Qf �2 �xam�le Water Stakes /""� � � � � � � � � � �� a � ._. �' O�s � w/� ,�. �� c� �� �U � � � L� `� 0 � .r � o --� W � � � � � � �,. c? L � �� � �ti �� �� �� J � �' a/s �, uu/� � �`� F A � N � � � � �. C-3.62 z��� �,W � � ���� ���� � � �� �� '� � e+n a.� to�.is' m w � W � � f� � � � � � � � � � W O CI] L.. W V � a w � �� �� � �� a� �� ,- � � ^�,,.�s-( � qi� � 1 � � �� STA�if72.91 � G-�3.81 Lo" �w � � �� � � � 0 � r�- N 6_ � a � F CJ � ' � � �H Ui + w � ��y� [] q a �� � � �,a�e - ioa.o m � � �.. � � � � � � � 0 �� �� C) %n J � m �� �a J U GO � Z � � dd m� s� � � l � � �6V �'"' O W ��� �n� � �n�� ���m ���� °- W � �m� z C:\�Jsers�1slamT�AppData�Local�Temp\017123.16A1 Attachment A�Survey Staking Standards.docx Page S of 22 VI. Sartitary 5ewer Sta[cin� A. Centerline Staking — Stralght Line Tangents I. Inverts shall be field verified and compared against the plans before staking If, Painted green lath/stake W1TM hub and tack or marker dot, no flagging required I[I. 1 offset stake between manholes if rnanholes are 40D' or less apart IV. Offset stak�s should be lacated at even distances and perpendicular to the V. VI. VII. vlll. centerfine Grades wi[I �e per plan and the date of the plans used sho.ufd be noted If multiple Iines are at one manhole, each line shall ha�� a cut/fill and direction noted Stakes at every grade break Cut sheets are required on all staking Optianal: Actua! srafces shal! cansist of a bOD nai! or hub set with a whisker B. Centerline Staking — Cur�es I. If arc length is greater than 100', POC (Paint of Cur�aturej offset stakes should l�e� set at a 25' in�er�al Il. Staking of radius points of greater than 1.00' may 6e omitted C. Sanitary Sewer Manholes I. 2 offset stakes per manhole for the purpose af pro�iding alignment to the contractor II. Flowline grade sho�ld be on the lath/stake foreach flowline and directian noted III. R1M grade should only be on th� stake when provided in the plans C;�Users�1slamT�App[�ata�Local�7emp�017�. 23.16.0�. Attachmen# A_Sur�ey 5taking 5tandards,docx Page 9 of 2z �xample Sani�ary Sewer S�akes W �� � � ��� �� �� �� � �� � ��� � � ��� `..✓ � ,�_� �-- W L.L � � �-- �, � � � e � h• � � r � � �m_ —� .� � S 0(� 0 � � ��7� fS � $$���S7A�m3rTi ����u5 C�i� �� c-a+�� ��-9� � �----- ��k l � ] — � W � W I-,— U�J'1 �� yl G� w � _ � } �� � a�i N� r Yi'� � Y nICGC ���7pR � � ��� ����� � L�i �� / .,_� I � �` � t� m_� u. w � a °x �-- � � � � tz o s� ss srn-a+r� �� c_,�� �'.x c-a' �a �=S� �..�... w � ����Y � ,[� u1 N w +�"i ��,a � C.� W W N � � �YZ i � mm�r� � "`k' `,.,.J `X � 7� 0%3 � S$ A�1+65 `� G-#� � ��� � � _1��� «,I w � �4 � � �LL � � �� �� :., ��_ �� UI [xl� u� r� m:l � �tii r ,,� � � �, � � � � � � � � � 0 � �+ i � � � � � � � � � � � � ,� � � a a � �� i � �� �� �� wa w* �� �� W �� n� ����� ��� �- � ���"� �'���''� �'� ,� �� � � � � � � � a� �' - �ti ,� a � � � Q � w ���w � � � �� � �� �� �� � �°� Y3b �� u �; �� �� � �.�� � � ��� z .��..t� ..:o � ���5 � ry�� � � [i '(r,2'inls � ss x sr,��o-�av ca c �� �'�r c-sa = �-a� ;; �� � :�- .� �.��._� -���1 � _ -� �-�_--� � � � ��� �� ��� y; W ��� �M wo �, Vl WY ~a� �� �� ���` 44 ox o� �p �u� c � a� � W m �Q � K U ■1 � � � �� ���$� ��� � u�i°x z�a� �a� � G, F 'FC Q�� � � J �t0z C:�Users�fslamT�AppData�Loea1�Temp�017123.16.01_Attachment A_5urvey Staking Standards.docx Page 10 af 22 1/l1. 5torm 5ewer �c Inlet Stakin� A. Centerline Staking — Straight Line Tangen#s I. 1 offset stake every 2Qd' on even statinns II. Grades are to flow[ine of pipe unless otherwise shown or� plans ]II. Stakes at every grade break IV. Cut sheets are rec�uired on all staking Optional: Actua! stakes shal! consist af a 60D nai! or hub set with a whisker B. Genterline Staking -- Cur�es I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should 6e set at a 25' inter�al II. Sfiaking o� radius points af greater than lOp' may be omitted C. Storm Drain Inlets I. Siaking disiances should be measured frorn end of wing Il, Standard 10' Inlet= 16.40'total leng�h III. Recessed 10' Inlet = 24.00' tatal length IV. Standard double 10' inlet = 26.�67'total length V, Recessed double 10' inlet = 30.67' total length D. 5torm Drain Manholes I. 2 offset stakes per manhole for the purpase of providing aiignment to the cantractor I[. Flowline grade should be on the lath/stake for each flawline and direction noted III. RIM grade should only be on the stake when provided in the plans C:�Users�IslamT�AppQata�Loca1�Temp�017123.1&.01 Attachment A_Sur�ey 5taking Siandards.dacx Page 11 of 22 ��ample S�orm Inle� 5�akes 8/'1�if1 (90E FJYGtN6 R.RW:J parR # � i HI.B ELEVA7IR1 � � � . � � Ff� ��l T {SID� FAC«1G �} ,Q. i•��' r�..'�'�a�.��l����� FiF'�.��.1��'L�.i � � '''{ LiEU r:1� F'ii-df*, �l�i��iiEU LR�.TI-� � ��f 4 {S�E FAONC R.QV%} �+r�r � � � Hue �er��uN � �, i i il �� �f�ONT (SID� FP��IN� �) la I�n ,k �i €� .� I� i� Z �14ENliFIES Yhil�H Ei{6 CF 1fiE 'MtJC a�r� �r,a�c�� i� �� � �ITh•� F �. � + �� � {7 �� � � �J� _� OISTANOES FOR INLETS I� �� � m �� I � � I� �Im -1 � ; I� � END �FETH�4�1�k� � � BEING STPKE� i� I ir��er sr�nor� : � �' (i� r�ar�d ara pLAHSj � � i�n�es s��;r.e T�� � Tt3 TCP CF C11RB � } I �., IRENT1FfES CRRpE ' T� FLL�4NNE c7 I .h , �i HUB Yr1TN TACK srnNaaR� yn � is R�sseo to" � �ar STRN�hRQ ❑G41HI� 1Q� � 2fi.6Y I J _ FiECES�D pt%181..� 1p" =3t5=67i I — — — — — — — — — — L � L� ..._�. ......, ^— � � � � 6A�C �F 1N1�7 �� s FI v � 1�' �� i' .' i� •]i" � �� �, l; �i a� �A�M4� ",: �� oi ..e� :f i aacic c� n�r� — -- FLCN�LIt{E — — �EDGE Cli pA+IF7.fENT� s,ae�€ oF cuRs �.c+ti�rur�E uEOUE �F I`A*+EMEN�.J �. C;\Users�lslamT�AppData�Locak�Temp�017123.16.D1_Attachment A 5urvey Staking Standards.docx Page 12 of 22 Vlli. Curb and Gutter S�aking A. Centerline 5taking — Straight line Tangents V. 1 offset stake every 50' on even stations VI. Grades are ta t�p af curb unless oth�rwise shown on plans VII. 5takes at every grade break VIII. Cut sheets are required on alf staking Optianal: Attua! stakes shal! consist of a 6DD narl ar hub set with a whisker B. Centerline Staking—Cur►►es I11. If arc length is greater than 1�0', POC (Point of Cur�aturej offset stakes should be set at a 25' interval IV. Staking of radius points of greater than 100' may be orr►itted Example C�rb & Gutter Stakes FR�NT (si�� F,�cir�c �) o� o Ff� a� T iown�Es �ia Fp V A �� � C5n6 FAciNC 4j Ttll CF1�fT I\ IV �� ��Q�T ,�; (51DE FACIN� �j ea�� ��o.Ei�vAiuRe P� , ��DE FACING ¢;j �', �^- � � � I � � W 8�" m . � '� �'I �. U F'T �J"'1�f\ 4 �� I� 16ENT1FlE9 OFF9ET S3 Td `� � .r�' � SIDE FA�ING R.O,'N..) I 9ans ix �uRB oEi Kjn TfQ �n a; � F9H FhCE fiF CUF� E �� �, Q;, � i i y' + -�i' �m�; I II I Par�T � I s� �$ �, �{�� r I I I I III I � � � ioanAes t��ae is ' i � � � I I I I i � i i� � io ror a� vur� Nn c�ace on � � I I I I � I I-IUB ELEVA110N s �� RAPIUS P[qN1S ' _� 4� I 1�y � I � � , '+E � ,.e`, =� ^' :� _ �: �" :_L� �-. ���-�_- f � � i , ; I �'�� :i�';4t��"�`:.�.!,�,..�m'�_L��r � �— - !i I I � �_ --- � ���1 � rl i i i �--., --- .� ��'�"� F���f�lf �Jf � r ��—, 1 i i "4,a, ♦ fJ ! f ! I l I � .f f � J I � '"�--�T� i ���� {� X f,r /� r f f rJ f r �yJ ` -��.—�..—�� Ti]P C}F CURB r��� � �� �� F �� FF��� ���� ,�� - \s� �" x�.l—. � �.� '*.� - �- � � � � _ ,: � - �„_ ..- �,, BAGI< flF CURC� .�_ _ � �„�r-���1- �F,y.� �.,��F � � � � y { w_ r � ---�- � ~ ���� FACE t�F CURB'"'� If� Y I r� �,J--�''� F����W� � ---�- ��� FLC� V�.! N E EQGE C�F PAVEMENT C:�Users�1slam7\AppData�Loca1�Ternp�01 71 Z3.16A1�Attachment A_S�rvey 5taking Standards.doex Page 13 of 2z �xample Curb � Gu�fer Stakes a� Intersec�ion � � ��� �- z��� � � � ����. �— � `� !0' 0/5 �. srn=2rsv � F'+o� � � _----�-- -. u_—.� _ I— L� " I_ .. --- ,��.. -- --. .��_� .. � � 0 � .. ��� � ��a ,04 � � � 6'j _ " 6 �� � _ � N � �i �°: --- U ��„ N G.l � b � I�. .�.. �.. . � � � d K � �i7 i�---- �� � � 6 � � � �e�.��. �� q a � v �� � � . � � � 6 � w � 0 � S"n�u f•* �1 a�� .. c, � w �� a� F .--. — .�-4! �� � � W .`� �' � W � � �, � ��� � �a� �� � L /F � �;, �' � / �C?+II � � ��,��` ilal W�y .F � �� O"C.Z/�-LS +s�Q� h V~i �i3 Z �! ���� �� � � � � e, g ,_t. _ i f� O' 3al�dJ.s�o '�ro'r1 .05 � o �3 � �r � S N �iS � ���� � ���� � aana .�o s�ave p � H�NW1Sfa 'Kk�Y1 ,a8 � c.7 �' a � -b a r �����. �. � o��� �� �� 4 S� d��y ���\ PN�x �W � � �'br � � oe�n�,"t `��'` s�4 w� ~`e � i_, w �F� � ��� � a � x � o �' � � � aK . ����y �°` �� ���� �W C:�Users�lslam"f�AppData\LocaftTernp�017123.16.01_Attachment A_Survey Staking 5tandards.docx Page 14 of 22 IX. Cut Shee�s A. Date of field work B. 5taking Method (GPS, total statianJ C. Project Name D. City Project Number �Example: CO�.Z34) E. Location {Address, cross streets, GPS coordinatej F. Survey company name G. Crew chief name H. A blank template can be obtained from the survey superintenden# (see item I abo�ej Standard Citv Cut Sheet Date: ❑ TOTAL Staking Method: 0 GPS STATION LOCATION: City praject Number: Project Name: ❑ OTHER CONSULTANTlCOE�iRACTOR SURVEY G�t�"W IC�I7IAL$ ALL GRADES ARE TO FLOWLINE QI� 701� QF Cl1RB UNLESS OTHERWIS� �[OT�D. P7 # S7ATIQN OFFSET DESCR{PTION pROP. STAKED _ CIJT + FILL -LTI+R� GRAQE �L�V. C:�Users�1slamT�AppData�Loca1�Temp�D171 23.16,01_Attachment A_Survey Staking Standards.docx Page 15 of �z X. As-�built Sur�eb A. Definition and Purpose The purpose flf an as-built survey is to verify the asset was installed in the proper lacation and �rade. Furthermore, the information gathered will be used ta suppJement the City's GIS data and must be in the proper format when submitted. See section 1V. As-built survey should include the following (additional items may be requested); Manholes Top af pipe elevations every 250 feet Horizontal and vertical points of inflection, curvature, etc. (A!! Fitiingsj Cathodic protection test stations Sampling stations Meter 6oxes/vaults (A!1 sizesJ Fire lines Fire hydrants Go�te valves (rim and top of nutj Plugs, stub-outs, dead-end lines Air Release valv�s (Manhole rim and vent pipeJ Blow off valves (Manhale rim and valve lidj Pressure plar�e valves Cleaning wyes Clean outs Casing pipe (each endJ . lnverts of pipes Tur'bo Meters C:\Users�lslamT�Appbata�Loca1�Temp�017123.16.01�Attachment A�5urvey Staking StaMdards.docx Page Z6 of 22 B. Example DeliWerable A hand written red line by ti�e f3eld sur�eyor is acceptabfe in most cases. �his should be a copy ofthe plans with th� point number noted by each asset. If the asset is missing, then the surveyor should write "NOT FOl1fVD" to notify the City. � �� � � a � � � � � :� ,�. ��� �� �° �i��I � � ��� � ��' �1 � � � B � k �. ; �' � � �� a}��� �� ��"V.� -� � ��t��;� ���� t. � ��,�� � � .� �� _ �� � c� , aa �� . � , c-it : o `+ >n l s. ��� {� F � ..-, � � � � � `!�R' Ll' �.• W.. � l !_ J � �gb @ D � �� � �'�-. R l � u ,� �I1�g / :n � 4� � 'F I f� i{� - �� -- -- If �� k, � i � � ���� � s .� , �� ; m�� , i +j� ��� �� 3 �1 � � 4�� __ l5-' g� � £3 � $ s`���#, ; %a i��s �' ,.1 �. ..�"� � u�� t ? _ !a � � f � ` � _�a� ���I � l` � z ��6i!Eti s gI 99@ P 6 n`,h�� +�j� '}� �� � 4 ��� � �� � �``�� ���� ;� � �I d� � �i w� s � �i � � � , -_... �--�— -- �� ; _...�-�— �'--�- � s�rr„ .�r_,i Noi+�f .._., , -� ' �T:.r„ ���'9''=�f �r:.=-� —n�*�Ir,d� --i� �:�' == �nKi��� �r+��1�� " � I �I� ' ' � �� ' � ----' - --_ � -;;� .����; :.__ _—,�'$ .:..::��.�.�� �+ ._._=�-; . � . . , �----�� �--*r-� ... �r� �?b+ . . i. � .:-- . - ' --- �� 'r.� : . , J _-- _ . -. _ .� . �j�.i._ . -_'j.:. "�.'-; ' :'-; 'r � � � . �{ i=�-� �'rva��.�..:. --L+-- -' -- �ri� �, ---' ;y ;14. : ..'.�r" ; ., , . �+'�j;r �i---�- �` � � I _— i�i� F-y F�� -��� { ' I __°' I 9. � • . t _,� _ I . - _ � . - : .. i;� �y�� . - :��. � . � ---- ,�� :. __. . G- : � � yE��' .- . " " :-I' ---� , ...__-� -- �� , �--- � � �1���-_' _ ---. '�- : . . . _��I�, ����4� I�i �- 1 , __. u5� ,---� I =--1-� . . �' IjJ .. . .. � _I._ � - j �fF� : '�iii� ` ..,� ... _�I. � .��� -.-�-.. -'��- , _� ; " . i: l._� �' �� -.- .� �. 1 . 4 ' - �?�"""' ��I� '=+rl�+�w7kF, � r . . ���yjWrt-1�_ � --.� p� -'---'. _ -';s2a�����-��; '��y' � �- ,� `" ,';;=r�+:. �. -�-:� j.r . -.--.�-ur� T �r�r - I -�,� . ,�����..., .,,� �-�-�--�---� ;ii� _ ° - ����, -- T'�'.. -.�. rybY-�•:. �� _�im -'.Ty�7�.:R .'-+'�yy:' � .�wi�� ---� ..i .-. � � --+. � . ��L r.�irNll - � *���= Eilr l� g — _�--- . �i _. .. ��i-� _i;--:�_ G . �1_: 1;,r'_.-- _.�__i _.,_� _. �'-' , F r-_ � __. . . ' }. ` ^� - __ I::' -- i=+� _ -� -;� _ 4 ".I .I .�T.�._� . -__�". -"-' � ' �I �4 �! P �' r. f � i _i... 1 � ;�.1 ,.y _� �s li:�, C;\Users\IslamT�AppData�Laca1�Temp�fl17123.1.6A1_Attachment A 5ur�ey 5taking Standards.docx Page 17 of 22 _ � �c nr.c�rrav xa 1 - IP'WL fF1lA'0 AVl 1�'1dJ�EJi �PX1D 1 fi��i BLr 6 `" tnr z Ji# �C�pAn/k(lgy�'uxl �l.•W 81r�dw�'[ IM 4+¢' U81Zltlt REl.DYE EXl57: ^-� !E'WA7Et� :�6.i'J3q ���. � r�a� O � ( � �� � /�r +i ��rp-'��Y�J//// O' )// 5fA057'L17 -!2'iV4(F/D/D LYt7 RE4i7VE 6 SkY�AG6 ECI57: GATE YNYE G l3�OUCEk pilNEC7' iQ EXlST:B'ii'ATER fN577d1a /�!L'SY1llD SfF.EVE' hIL�'X 8'FtEDL�F,H rJE'Q!VE V,VYL�' ./7 �I lDl 1G + b791Nb'r W. ren vaen 86!!D ST�4 a�78 � 8'WL ~�"*'`� - y lA51'A[L _L i r,l � t 1 � • h19'r f.�1iT�sin rac a�{� �{ • ��'� PH�693JO.70A769e T, �d ,q��'' �i�� �-2�g�ea � 4i � C}'.•13 �aGa �Y.raer.au �Y� � �x � sn.r..... �f.mM R �.[ &1R A hY.� D20Y9,5�7 a P/knso � FBN � �mv� e s�� EXIST. GR'E Y,Y.VE � 12'kY [III A : BENA �+'�+ n,� awa ay.trarxaAa H a+�nwm ue tD M.' ObG939Tf 57A tl�A'AQP -!2'WL fF[nyb �9i STA 0�758 ^!f'M'1 AP.�7'f�I.L lASiAdl� r�r�sam sc�v� rrr�v�n:s�va 5i 1F AF lESYATE�? PlPE N�ilQSS594T CQYNECi TO E7CIS7:lE'WN)'fR �x�2B73 N�6947145.9�'9 � � � � � ������ , �rr�'�c�,►.�.s;�r.v # :i.�ir�rirri � s:.a� ,�r�rr��ratri�r�i�i� �� �� „-. �,.__� .. �� - -� \ `�� �� 'i•I ! ,.`��_� � � ��'� C:�Users�islamT�AppData�Loca1�Temp�01. 7�. 23.J.5.fl1._Attachment A_Survey Staking Standards.docx Page 18 of 22 �' ���� . � � � ��� �II���I` �' � �$ iS �����a: I ry��r` s' y �i � �� ' "4@ 7'�y �� 5 p a8a �� • a � ��� 3� � ? .��� �� �� � 0� � � � �� a �� �� � ,I����a � b a � ���; e� 1 �y� � � �q� y� �r��..g � �� �g A�a � �1v *� G�, �j��+7 I� ' R ��.:� `k,�{ � ��x.� N�]��, � �� � ���"9 T �L.i � 1� �� �:Y[L7!! �� � a b� �w �� � ��. � ,; .� 4 � �� ��� � Q�� � `��, - i 4 � � � �` �� a.. � Q � �� �ca q x .. BJ.a � a s' � � � � I f3. �: ` � =.q....�� � �� � �� �3 �� ��} a � �,�15Ir � � �� ,;�—�� ��� . , ��� 4' � ��$�,g M p � �����€o � � �� ��������� q� ;,���j4���ki� ��� a .,,� i��}��1���«� B�� �l � ���'��� ��� _� n T—=-�—i i ;:�— :.—: -; - .� � - �---..�- - --. . S3N!`1,H�1D7Y F,���f� -��?'7i1r �t df{Ai5l1r'„�� , i',���- �; ' i .� '_ � I,. . �. .. ��� `T � .—:� i ��..�""'r! I y� �' ��I� �I.i:� .������ .7�:�i�� ��I�r4 -'i:� �� i � �� ,i _��,:. �;.�;.i:�..:;��,,rf .. �rF .. ,',-_-j�.�. ,��,;�4 � ,� � � � i� ��; , .,,�� .., �- � ,,��, ... ., , ....:� '� ��11° ��i_:�-iil:� ���r;: _���k.�.; �� ,:��. ���;�' � � � y �,: � _ _�.rt;.-�:�-:._ ._: ., , ,:,� � � � � ` ,,. . i,.,,.._ �;�f_ �. . , Y � _r.p �..���. �� �F G� 'I' :I:�li �. r,. :,�:_�,,:'f;.,� _";�._, i �-� ..i_..�.. :'I'� ���, ,� :ji �4' j`� ',I; ,ru.'��'.-, . .... �u ' -- � '� � ' '. !_:., . _..-_I , : . . �I� i r� � --� ,�tt��8� I� .:! ��r� .� '. _!_�, - —. ��i�� � � � �,`c'�" "���"a: ap �':6 � a+� _ .. �' �._ "" .: ,_ �":.I .. �� _i ;�'.:,� �i� ?.I�ti�r: ;.i. ��� � . • �, �� � � �t � � i� t ��_� .�___ .=t� p � e a �� �� , � es ' � ��� 3 � I ��C. F� � � � { _ _�` _ ; � ��- ` , � :� � �� e� , .` 4� , .,, " � �p� . � „V'�•4M4e , + �' +�v �� � s �,O •. / ��i� �� , gq �`r =, rl� 8 t��� q� . r;� �'�+-__:r— = .. •r��.�s- ���������9k � � ,�,� .,�._.i _ . ; i ��-. -�']�+ '4?-�.�_,.i- 'a . 1rL. ...�I � ... � w. _ .. l� '��._.. �Iq . . r�._..: � -r. �� `�:L �I I �� . il�.�_e�� I �.''+{ .�I��..�.___:-...._I.I'-'= � : u�-- +� i �'�' , ! �i L-:.� 1 .��� `- ,;�� ��.-. ,�,�: �,,�� � � , � I .J ' :I I � s.. �' �r� "i �..., ti � . i .r: .,� , ; � 'i.�.�__I..� � �. �', I � �� � I :.�.��-,.-�� . i.. .-I� l ,� I I; �, � ' � ;�; d I,� ..j- -I.:.. :'i .I, i..,�ri l : 'CI' ' -- !� ^I�.'' ! �.__�.L'�«�������� "�.; '.� � '.� � , , ' -:_; ' :. �' h w _, . 1�: . � � � �I� s '.i�; . � e .� � ._.Tr ,�-�i �� �a ��,.-� ._ �i�d �� _._�'�.I � ;. ��� hi �,!� ��� ..:..� . �L � � ' �F��:�.:..;.� E ti ! � � , �-� L�,.� �._ �� ; i�II �+x ' " � � 6�_� ��Alk '_l.__'Y_—.i...,_�i_�i,ylV' .:���',Jy . �� 'a �g`��� o� m 'j��� 1`,I` '�!�y'`—_ ;::_ ;... �,_�.�i-. ;.� ....++'J iiH°.n,rl� � � � ^ �� '��� � �i -�'i'�� � �I�F �;�I".".. _ i �� '��� .I'.'.�� _ I I �. � � I li �: i� f F, � - ." �;. .:I, .. , � , ; � , � 5 . �... -.1 �� i . ' r �: . . ._�, ' �. ,. �:' � E ' � : i��i' .. � �� I V _ �. I ,.. � `.�:. ' � �'.., ::�; i . .:'i#!: _.. :;,,,�.� ,;�:.,I . :..T �� ��;� ry,;k , ..r;: . i ": � ;�' . - ..,�i�, ; ��.-�: �rF�`� � . � � - � � �i,i ,i' ;ir._�!:=_ � ;��.:.�,���.'.__..°�,;�; _. .i _ .II .. . :�: .�; . ; . _ � ��� ;� � _::� '; , ..i ' '- � ,' ' r . � ���� II ;�,�'..;,. � , �1 , .—�;�;a. .�i� 1��-:��+_ — .—��� i �i _ �,. t-� ly.,yi I�1=j1 ' I�1 . i_',. � i: _ ' I I � S� � ,:� � �� ' I'� �� � J � ' � ���i �; , f YI. . 'I�I i I q i i .��4 'j!ii +... ;�I `_�i�:_��.�.:-�I �. .�-:�-I- :.�, .�JI .�._�=_ ..� _ --_ --_ � � ���_!__.;,���'� _�_f.:; ;r�—.;,;�,.�_�_+.��:� , ._ . . ��� a -�� ' � ' ' � � � �+ ' .; �49 � .. ' —;.-`�'", ����, � � � :, � � I.����:�-I.'� � �' r���, ° . :..��� _ : �`. , ���.•��� � -.. ' ...:� '.. ..�� � � _�.I .... �. _ ii.�.�.�: ,.. � .C�r��;�r.�� �1i4�' '� 'I ''L�!...�I." "�'l' ..--. I .: , ,- � ; �, y�'�. . . ; ,��:,;-'?��_..±5�- . _.'_1;_�;�_ . �cy E " a � 4 '.�. �� 4 ' �� + .I. I�L I.I �ti? �'^ \ 'I�� I : i �.��!+ _r J. '. � .�TI�` � .J . I "I �, •�4T" y� F.. ��� � �I.�: ... . �'"_�.���_. . I'"�.�i � , � .li�� _ _� . I . .' � : ��..'_.i'. ��� � � ��J .I��� .I... .ri;�ll_�� �i � � ���� .�' 1'�l� I i .`�,i.,�,�'r��:�� � . ��h'';,�'�__._._�.� ,,� � r � _ � � �,_-_ � �� _.� . �-=� �� �' rf $ r -� " ) �i.,J-r1 �(-=1 �_-'� � n �� - C -lr 7 C:�l�sers�1slamT�Ap�Data\Loca1�Temp�01 71 23.15A1_Attachrrlent A_5urvey 5talc[ng 5tandards,docx Page 19 of 22 C:\U irds,dacx P2ge 20 of 22 O�viously the ,csv or ,txt file cannot be signed/sealed by a surveyar in che format requested. This is just an example and all this informatian should be noted when deli�ered to the City so it is clear to what coordinate system the data is in. PniNr Na. 1 z 3 4 5 6 7 8 9 1a 11 12 13 14 15 16 17 18 19 20 21 22 23 an Z5 2b 27 28 23 3p 31 32 33 34 35 3G �� 38 39 40 A1 A2 A3 A4 45 46 NORTNING 6946257.189 694&260.893 5546307.399 6946220.582 5446195.23 6946290.528 6946136.D12 6946002.267 6946003.056 59453fl4.677 6945986.473 6945895.077 6945896.591 G945934.2$6 ��ns��s.�z� 69q5835:678 69A5817.488 6945759.776 6945768.563 6945743.3IB G945723,2i9 6945682.21 6945621.9fl2 69456�3.407 6545571.059 6945539.498 6945519,&34 6945417:879 6945456,557 6945387,35fi b945370.588 6945383.53 6945321.228 fi945319365 fi945242.2&9 6945233.624 esaszos.aa3 59451A2.015 �i9d5113.A45 b945049,02 5945041.024 b945038.$7R 59A5fJfl6.397 &9449A4,782 69449A3.0.32 594A860.A16 EASTiNG ELEV 2296079..1G5 2Z9G062.14] 229fi038.306 2296011.p25 2z9607.5.116 2Z9GD�2.7Z1 Z295992.235 Z295919.133 2295933.4�8 ��95880.52 2295869.892 �Z95840.96� 2Z9566z.1B8 2295841..925 2295630.AA1 2295799.707 2295827.011 2295758.643 2295778.A24 2295788.392 2295754.394 22957A4.22 2295663.471 2z95736.43 2295655.195 2295667.803 z295619.49 xzsssaa.z� Z295643.145 239a597.7,01 229560fi J93 2Z95610,559 2�95551.105 2245539.728 2295570.715 22955A4.626 2295529305 2245557.666 2295520.335 2295527.345 2295552.675 2295552.i47 2295518.i35 2295520.635 2295556.h79 2295534.397 o�scRiPTioN 726.69 SSMN R1M 725.6fi8 GV RIM 726.85 GV R1M 723.3�8 SSMN RfM 722.123 GV RIM 722.325 FH 719.448 WM RIM 71i.337 Wlal RIM 713.65� CO RIM 711.G62 55MM RIM 710.�46 WNi R1M 7Q7.72 UVM REM 7�8.2U5 WM RIM 709.467 WM R1M 710.084 CO RIM 707,774 SSMH RIM 708.392 55iViH RIM 711,216 55ivIH RIM 710.086 GV RIM 710.fi31 GV AIM 712:849 GV RIM 736.656 WM ftIM 723.76 WM RIM 729.737 CO R1M 727.514 SSMH REM 729.123 WM RIM 732.689 WM l�INr 74tl.521 WM RIM 736,457. CO NIM 740.756 GV RlM 740.97G �aV RIM 740,4p8 fH 7q6.34 WM RIM 745.777 C4 RIM 748.454 WM RIM 749.59 SSMH ftIM �s�.osa wnn Rin� ��C�. l_.� 756.853 WMRIM �'��(Vj�+� � 751,871 WM RIM � 752.257 55MH RIM � ,_�� �5i.�4 wM R�nn �q�c r 751.88 WM RIM �.' c7 ��yy 752.G15 VdM RIM ���{7�F 752.801 WM RINI � 752.156 WM RIM �''�5� 752.9g5 55MH ItIM 1h� � S�r�r<- !�/�,/!t `�fF'� Z �J N �Y} � �f�(�--�lr� f� , � �� !r� I�� -�i,1� Ir��.` T� iu . c�+ -�f� r�- ( G{7r.�(" 't � _ �/ v�r.v � 4 G�� � � �-�� �114�1 1� �� ,1� J �, �... C: �- �-- C��.��'.�1�4z�� �'�% C C S--f i�-'d [� �G � r"T C� � � ;�-� i �-� -�r�-� � c. Rr-� , 1'Z�- �u��-�^�}-( � C:�Users�1slarrmT�AppData�Loca1�Temp�D17123.16.01_Atirachrnent A_5ur�ey 5taking Standards.docx Page 21 af 22 C. Other preferred as-built deliverahle Some vendors have indicated that it is easier to deliver this information in a different format. Below is an example spreadsheet that is alsa acceptable and can be obtained by request from the survey superintendent. I�::� .� ' � � � � � -- � � .. -�- � �--- -- -�-- -- --- --�--- --- ---- - - - i=i�i'A I - � � � � � � � � � '�� �� ����������� _, i � � ��������� . yl 9 m � 1' � � . q � � � a � � � x � � � � `� -� _ _ �� � � � � � � � � � � � � � � � � � � � � � � � � � � _ — — � � � � � � ��� � � � � a � '_ 9 ' _"" _ "� _.._ _._. _"' ___ ._�_ ..__. ..».. .� .. ...... ...... ..... � I � 8 E d �L ,����"��"�������� �:F � � � _� � � � � � � � � � � � � � � � � � � � '= i � � � � � : � � � � � � � � � � � � � � � � �'�� � �— � . � I `� � � a 3 a b a � � ' �� � � ' I; � � � e .� �' w ?` � � ��� �� _ fi H � # a � �i �I — — — - — — -- — -- -- -- — -- - - -- s I� _ � ; �} {y� � , �, �' 1 r N I� � � I � � � '� � � � d+ � � � � F _ _ � � � ^ � � �� � � � � � � � � ; '` I � .� � � .��, � � � ° � � � � $ � 6 ' � � � � � � � � � � � g � � � � V I � � t � � � � � � "- c � � � � � z a z .€C z z z � a z � � � ' ,n I '^ � 6 •u "' $ w rg �� �}',� .. ' . 8, � � � � `.� � � '��' I J�' u � a -1 C:�Users�1slamT�AppQata�Lacal\Temp�0171 23.16,01 Attachment A_Survey Staking Standards.docx Page �� of z2 U1 7423- 1 CLEANING Page 1 nf 4 1 2 3 PART1- G�N�RAL SECTION 0174 23 CLEANING 4 1.1 SUMMARY S A. Section IncIudes: 6 1, Intermediahe and final cleaning for Work not including special cleaning of closed 7 systems specified elsewhere 8 B. Deviations from this City of Fort Worth 5tandard Specification 9 1. None. 10 C. Related 5pecification 5ections include, but are not necessarily limited to: I 1 L. Division 0— B idding Requirements, Contract Forms and Canditions of the Contraet 12 2. Division 1— General Requizements 13 3. Section 32. 92 l 3— Hydro-Mrxlelaing, Seeding and Sndding 14 1.� PRICE AND PAYMENT PROCEDURES i5 A, Measurement and Payment 16 1. Work assaciated with this Item is considered subsidiary to the various Items �id. 17 No separate payment will be allowed for tl�is Iten-►. 18 1.3 REFERENCES [NOT iISED� 19 1.4 ADMINISTR�TIVE REQUIREMENT� 20 A. 5cheduling 21 1. 5ch�dule cleaning opezatzons so that dust and other contazninants d'zsturbed by 22 cleaning process will not fall on n:evvly painted surfaces. 23 2. Sch�dule iinal cleaning upan completion of Work and immediately prior to fmal 24 inspeetion. 2S 1.5 SIIBMITTALS [NOT USED] 26 L6 ACTION STTBMITTALS/INI'QRMATIONAL SUBMITTALS INOT LTSED] 27 1.7 CLQSEOUT SUSMTTTALS [NOT IIfiED� 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 30 31 32 33 1.9 QUAL�TY ASSURANCE [NOT USED] 1.10 STORAG�, AND HANDLING A. Stc�z'age and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY DF FORT WOR'I`H 2p21 COMp laREA RESURFACING PRdSECT STAI�IDARD CON5TItI1CTIdN SPECTF'iCA'I`ION DaCUMENTS Revised duly 1, 20I I CPPY PROdECT N0, 1�3348 D17423-2 CLEA[�IING Page 2 of 4 1 1.11 FIELD [SITE] CONDITION5 [NOT iTSED] 2 1.12 WARRANT`Y LNOT US�D] 3 PART2- PRODUCTS 4 2.1. OWNER-FiJRIYfSHED [o�] OWNER-SLTPPLI�DPRODUCTS [NOT USED� 5 2.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being clean�d 8 2. New and uncontaminated 9 3. For manufacEured snrfaces 10 a. Material recommendad by manufacturer 11 2.3 ACCESSORIE,S [NOT USED] 12 2.� S�URC� QUALZTY CONTROL [NOT USED] 13 PART 3 - EXECLITION 14 3.1 INSTALLERS [NOT USED] 15 3.� EXAMINATXON [N�T USEDI 16 3.3 PREPARATION [NOT iTSED] 17 3.4 APPLICATTON [NOT USED] 18 �.� REPAIR 1 RESTORATZON [NOT USEDa 19 3.6 ItE-INSTALLATION [NOT USED] 20 3.7 FIELD [o�] SITE QUALTTY C�NTROL [NOT LI,SED] 2i 3.8 SYSTEM STARTLTP [NOT USED] 22 3.9 ADJiJSTING [NOT USED] 23 3,10 CLEA1vING 24 25 26 27 28 29 3Q 31 32 A. General 1. Prevent accumulation of wastes thax create hazardoas canditions. 2. Conduct cleanYng and disposal operations to compIy with laws and safety orders of governing autho�itie5. 3. Do not d'zspase af vola[ile wastes such as mineral spirits, oiI or paint thinner in storm ar sanitar� drains or sewers. 4. Dispose of degradabie debris at an approved solid waste disposal site. 5. Dispose of nondegradable deUris at an approved solid waste disposal site ox in an alternate manner �pproved by City and regulatory agencies. CTI'Y OP FORT WaRTH 2O21 COMO AREA R�.SURFACIIVG PROIECT STANDARD COi�f5'1'121UCT[ON SFECIFICATIpN DpCUME]VTS Revised )uly 1, 201 ! C1TY PROJF,CT NO. ](13348 017423-3 CE,EAn'ING Page 3 o'F 4 1 6. Handle materials in a controIled manner witi� as few handlings as possible. 2 7. '�hozoughl.y cleaz�, sweep, wa�h and polish all Work and equipment associated wiCh 3 this praject. 4 8. Rempve alI signs of temporary construction and actzvitaes incidentai to construction 5 of ret�uued pexmanent Wark. 6 9. If project is not cleaned to the satisfaction of tha City, the City res�rves the right to 7 have the cleaning completed at the expense of the Contractar. 8 10. Do nat bum on-site. 9 B. �termediate Clea�ing dLuing Construction 10 1. Keep Work areas clean so as not to hinder health, safety or convenience of � 1 personnel in existing iacility operaiions. [2 2. At znaxirriunn w�ekly intez�vals, dispose o# waste materials, debris and rubbish. 13 3. Confine cons�ruction debris daily in st��at�gically locaied containei�(s): 14 a. Cover to pie�ent b�ovvzng by wind 15 b. Store debris away frnm constructinn pr operatianal �ctivi�ies 16 c. Haul from site at a minimum of once per week I7 4. Vaeuum elean interior areas when ready to recei�e finish painting. I8 a. Continue vaeuum cleaning on an as-needed basis, until Final Acceptance. 19 5. Frior to storm events, thoroughly clean site of al] loose or unsecured items, which 20 nn�y become aixborne or transported by flowing water during the storm. 21 22 23 24 25 26 27 28 29 3Q 31 32 33 34 35 36 37 38 39 40 41 42 C. Interioz Fi�al Cleaning 1. Remave grease, mastic, adhesi�es, dust, dirt, stains, fin:gerpzints, labels and other foreign materials frorn sight-exposed suz'�aces, 2, Wipe all lighting fixture reflectors, lenses, lamps and t�7ms clean. 3. Wash and shine glazing and rnirrors. 4. Folish glossy st�rfaces to a clear shine. 5. Ventilating systerns a. Clean permanent �'ilters and replace disposable Filters if uni.ts were operated durzng cot�structaon. b. Clean ciucts, blowers and coils if anits were operated without fzlters during construction. �. Replace alI burned out lamps. 7. Broom clean pracess area floars. 8. Mop affice and control room floors. D. Exterior (Site or Right of Way) P'inal Cleaning 1. Remave trash and debris containers from site. a. Re-seed areas disturbed by iocatian of prash and debris containers in accardance with Section 32 92 13. 2. Sweep roadt�vay to zemove all rocks, pi�ces of asphalt, concrete oz� any other object that may hinde.r or disrupt the flovv of traffic along tl�e zoadway. 3. Clean any interior areas including, but not ]itnited to, vaults, manholes, structures, junctian boxes and inIets. CITY OF FORT WQRTH STAI�TDARD COIVSTRUCTIDIV 51'BCIFICP:fION I]OCUMENTS 12avised Iuly 1, 2011 2p21 CQMO A1tEA RESURPACING PR07ECT CI7`Y PROJECI' NO. 103348 1 2 3 �- 5 6 7 8 9 017423-4 CLEAI�'ING Page 4 af 4 4. If nq longer required for maintenance of erosipn facili�ies, and upon approval by Gity, remave erasian cantrol from site, S. Ciean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.1� PROTECTTON [N4T USED] 3.13 MAINTENANCE [NOT U�ED] 3.14 ATTACHMENTS [NOT LTSED] END OF SECTION Revision Log DA`['E NAME SUMMARY OF CZ�ANGE 10 C1TY OF FORT WORTH STANDARD C(2NSTR[]CTiON SPECIFICAT[ON DpCUM�NTS Revised 7uly l, 20] 1 2D21 CDMO AREA RESU.Fif�ACING PROJEC'C CTTY PROIECT NO. 103348 017719-1 CLOSEOUT EZEQUIREIvIGNTS Page l af 3 1 2 3 PART I - GL+'�VII2AL 4 1.1 Si]NIlVIARY 5 6 7 S 9 10 11 12 1.� SECTTON Ol �'� 19 CLOSEOUT REQUIREMENTS A. Section Includes: 1. The �aroeedure for closing out a conteact B. Deviations from this City of Fort Worth Standard Specification l. None, C. Related Spectf'ication Sections incIude, but are not necessarily Iimited to: l. Divis ion 0— Bidding Requirements, Contract Forrns and Canditions of the Cont�•act 2. Division 1—GeneralRequire�ents PRICE AND PAYMCniT PROCFDUI2�S 13 A. Measurement and Payment 14 1. Work assoeiated wrth tE�is Item is considered subsid�ary to the varioUs Iteir�s bid. 15 No separate �aayment wili be allowed for this Item. 16 1.3 RFFFRFIvCES [NOT LTSID] I7 ]..4 ADIVIINZSTRATI'VE REQUIREM�NTS 18 A. Guarantees, Bonds and Affidavits 19 1. No application for final payment wilI be accepted unti� all guarantees, bonds, 2� certif'tcates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 I. No applicat[on for final payment will be accepted untiI satisfactory evidence af 24 release of liens has been sLebmitted to tlie City. 25 1.5 SIIBMITTALS 2b 27 28 29 30 31 32 A. Submit all required documentatiae� to City's Praject Representative. 1.6 �Nk'ORMATCONAL SUBIVIITTALS [NOT USED] Li CLOSTAUT SUBMITTALS [NOT USID] PART 2 - PRODUC'IS [NOT USID] CITY O�' I'�TtT WORTI-I 2fl21 COMO AREA RESLJRFACING PR07ECT STANDAItD CON5TRi3C'TI03� SPEC`IFICATI01�' DOCUMENTS Ciry ProjectNumber ]03348 Revised ivIarch 22, 2021 01 77 19 - 2 CLOSEOUT REQUTREMENTS Page 2 of 3 PART 3 - I+�F�CUTION 2 3.1 INSTA.L�,ERS [NOT T]SID� 3 3.� E7�ANIINA,'1�ON LNOT USED] 4 3.3 PREPARA'I'ION jNOT USID] S 3.4 CLOSFAUT PROCIDURE 6 A. Pz•iar to requesting Final Inspection, submit: 7 l. Project Record Documents in accordance with Seetion 01 78 39 8 2. Operation and Maintenance Data, if required, in accordance with Section O1 78 2� 9 10 11 12 13 r� �5 16 17 18 19 20 21 22 23 24 2S 26 27 28 29 aa 31 32 33 34 35 36 37 B. Priar to requesting Final Inspection, perform final cleaning in accordance with Section 0174 23. C. FinalInspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City wili make an initia� Final Inspection witi� the Contractor presen�. b. Upan campletion ofthis insp�ction, the Cit� will nntify the Contractar, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from i}ie City, imnnediately undertake the Work required to remedy deficiencies and complete the �ork to the satisfaction ofthe Cit�. 3, The Right�af way shall be cleared ofall construction materials, barricades, and temporary signage. 4. L1pon completion of Work associated with the items listed in the City's r�vvritten notiee, inforrn the City that the required Work has been completed. Upon receipt of this notice, the City, in the �resence of the Contractor, will malce a subsequent Final Inspection of the praject. S. Provide all special accessories required to place each itezn of equip�nent in full operation. These special accessory items include, 6ut are not limited to: a. Specif'ied spare parts b. Adequate oiI and grease as required for the fu�st Iubrication of the equipment c. Initial fill up �f all chemical ta� and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial s#art-up and operatian af all equipment 38 D. Natice of Project Completion 39 1. Once the City Project Representative finds t�e Work subsequent to Final In�pection 40 to be satisfactory, the City wi� issue a Notice of Projeat Completion (Green Sheet). 41 E. Supporting Documentation C1TY OF FORT WORTH [Ixisart ProjectN�ne] STANDt1RD COIVSTRilCifON SP�C�ICATIQN DOGUMENTS [Insert �rojectNumber] Revised March 22, 2Q21 01 77 l9 - 3 CLQSEOUT REQUIREMENTS Page 3 of 3 1 2 3 4 5 6 7 8 9 IO I1 I2 I3 I4 15 I6 17 18 l9 20 21 22 23 24 25 1. Coordinate with the City Project Representative to camplete t�e following additional forms: a. Final Payment IZequest b. 5tateinent of Contract Ti�ne c. Aff�davrt of Payment and Aelease of Liens d, Canserat af Surety to Final Paynnent e. Pipe Repart {if�required) f. Cantractar's Evaluatian of CiYy g. PerformanceL.waluatinn of Cflntractor F. LetterofFinal Acceptance 1. Upon review and acceptanca ofNotice nf Project Completinn and Supporting Dncumentation, in accnrdance with General Condiiions, City wiIl issue Letter of F[rtal Accaptance and rel�ase the Final Payment Request fot- payment. �.s ��R � �srro�TroN �voT usIDa 3.G RE-IN�TALLATION [NOT iT�ID] 3.� FIELD loR] SIT� QUAL�T'Y CONTROL jNOT USID] 3.8 SYSTEM STARTCTP [NOT USED] 3.9 ADJUSTING [NOT USID] 3.l 0 CLEAIVING [NOT USID] 3.11 CLOSEOUT ACTIVI'I�FS [NOT USID] 3.12 PRDTECTION [NOT USID] 3.13 MAINIINANCE [NOT U�ID] 3.14 ATTACHMENTS [NOT C7SID] END OF SECTION Revision T.og DATE NAME SUMMARY OF CHANGE 3/22/2021 M pwEn 3.4 C. Added tan�uage to clarify and amphasize ret}uireraent to "Clearing ROW" � CITY OF FQRT WORTH STANDARD CONSTRUCTION SP�CIFICATIdN DOCUNiENTS Revised March 22, 202] [Insert ProjecCName] [Ii�sert Projectl�Ium6er] 01 78 23 - 1 OPERA'['IDN AND NIAINTENANCE DATA Pa�e 1 af 5 1 2 3 PART1- GENERAL 4 1.1 �UMMARY SECTION Ol '�S �3 QPERATION AND MAINTENANCE DATA 5 A. Seciion Includes: 6 1. Product data and zelated information appropriate fqr City's maintenanee and 7 operation of pxoducts iurnished under Contract 8 2. Such products may include, bnt ar� nat limited to: 9 a. Traffic Coniroll�ars 10 b. Irrigation Controllers (to be opez'ated by the City) I1 c. Sutter�y VaJ.ves I2 B. Deviatinns fram this City nf Fort Worth Standard 5pecification 13 1. None. 14 15 16 17 1.2 C. Related Specification Sectians inelude, but are nat necessarily limited to: 1. Division �— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1-- G�neral Raquirements PRICE AND PAYMENT PROCEDUItES 1S A. 11��asurement and Yaymerit 19 1. Woz'k assoczated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT US�D� 2z 1.4 ADMINISTRATIVE REQUIREMENTS 23 24 25 26 1.5 A. Schedula I. Submit man��ls in final farm to the City within 3C} calendar days of product ship.nnent to the praject site. SUBMITTALS 27 A. Submi.ttals shaJl be in accordance with Section 01 33 DO . All submittals shall be 28 approved by the City pariar to delivery. 29 1.6 INTORMATIONAL SLTBMITTALS 30 31 32 33 3�- 35 36 37 A. Submittal Foz'rn 1. Prepare data in foizn. of an instructional manual for use by Ciry personnel. 2. �armat a. Size: 8�/z inches x 11 inehes b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinfarced with plastic, cloth or metal c. Text: Manufacturer's printed data, or neatly typewritten CiTY OF FORT WORTH STANDARD CONSTRi]CTION SPECIFICATION DOCUMENTS Revise� IJecemher 20, 2012 2021 COMQ AI�A RESURPACING PR0IECT CTI'Y PR07ECP 1V0. 103348 Ol 7823-2 OPERATTON AND MAINTElvANCS DATA Page 2 oi 5 T d. Drawings 2 1) Provide reznforced punched binder tab, bind in with text 3 2) Reduce larger dzawin.gs and fnld to size of text pages. 4 e. provide fly-leaf foz �ach separate product, or each piece of operating 5 equipment. 6 1) Provide typed description of pzpduct, and major component parts of 7 equipment. S 2) Pravide indexed tabs. 9 f, Co�er 10 1) Identify each volume with typed or printed title "OPERATING AND 11 MAINT�NANCE INS'I'RUCTIONS", 12 2) List: 13 a) Title af Prnject 14 b) Identity of separate stiructuxe as app�icable 15 c) Identity of general subject zinatter covered in the manual 16 3. Binders I7 a. Cammercial quaIity 3-ring binders with durable and cleanable plastic covers 18 b. When multiple bindeis are used, correlate the data into related consistent 19 groupings. 2a 21 22 23 2� 25 z� 27 28 29 3Q 3] 32 3.3 34 35 36 37 38 39 40 41 42 43 44 45 46 47 4$ 4. If aaailable, provide an electronic form of the O&M Man�al. B, Manual Content 1. Neatly typewritten table of cont�nts foz each volume, arranged in sysEematic order a. Contractar, name of responsibI� p�rincipal, acldress and telephone number b. A list of each product required ta be included, indexed to content of the volume c. List, with each product: L} The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexec! to content of the voluzne 3} Tdentify area of responsibility of each 4} Lacal source of suppl.q for parts and replacement d. Identify each product by product nanne and other identifying symbols as set forth in Contract Documents. 2. Pr�duct Data � a, Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Cleariy identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3.. Drawings a. Supplement product data �nvith dzawings as necessar}+ to clearly illustrate: I) Relations of component parts of equipzz�er�t and systems 2) Control and flow diagrams b. Caordinate drawings with information in Project Record Docuznents to assure correct illustration of completed insEallation. c. Do not use Project Record Drawings as maintenance drawings, 4. Wri:tten text, as required to supplement product data for the par�icular installation: a. Ozganize in consistezat fozmat under separate headings f�r different procedures. b. Provide logical sequence af ins.txuctians of each praced�re. C1TY OF FQRT WORTH STANDARD CONSTRUCTION SP�CIFICA'T`ID1V I70CUMENTB Revised l�ecem6er 20, 2012 2021 COMO AREA RESLTRFACIIVG PAOJECT CITX PRDlECT NO. 103.;�48 017823-3 OPERr1TION AIYD MAINTENA[YCE DA'I'A Page 3 of 5 ] 5. Copy of each warranty, bond and seruice cont�•act issued 2 a. Provide information sheet for City personnel giving: 3 1) Proper procedures in event of failure 4 2) Jaistances which rnight affect �alidity of warranties or bonds S C. Manual for Materials and Finishes 6 1. Submit 5 copies of complete manual in final farm. 7 2. Content, for architectural products, applied materials and finishes: 8 a. Manufacturer's data, giving full infarmation on products 9 1) Catalog number, size, comgosition 10 2) Color and texture designations 11 3) Information required for reordering special manufactured products 12 b. Instructions for care and maintenance I3 1) ManuFacturer's recomrrzendation far rypes of cleanin� agents and methods 14 2) Cautions against cleaning agents and methads whieh are de.trimental to 15 product 16 3} Recommended schedule for cleanzng and maintenance 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 3�! 35 36 37 38 39 40 41 42 43 44 45 46 47 48 3. Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical camposition 3) Detaiis of installation b. Instructions for inspec�ion, r�aintenance and repair D. Manual for Equipment and Systems i. Submit 5 capies of camplete manual in final form. 2. Content, for each unxt of equipment and system, as appropriate: a. Description af unit and comppnent parts 1) �'unction, norrnal operating characteristics and Iimiting condiUons 2) 1'erfoz'rzzance curves, engineering data and tests 3) Co�a�plete namenclature and commercial number of replaceable parts b. Operating pz'acedures I} Start-up, breaK-in, routine and normal operating instructions 2) Regulat�on, controI, stopping, 5hut-dawn and em�rgency instructions 3) Summer and winter operating instruc�ions 4) S�ecial apera�ing instructions c. Mai�tenance procedures 1) Routina operations 2) Guide to "crouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. 5ervicing and lubrication schedule 1) List of lubricants required e, Manufacturer's printed aperating and maintenance instruc�inns f. Dc;scription of sequence of operatian hy control manufacturear 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As instalIed control diagrams by contaols manufacturer h. Each conizactor's coox�dination drawings 1) As installed color coded piping diagrams C1TY OF FORT WORTH STANDA.RD C�IVSTRUC'i'ION SPECIPICATibN DOClIMENTS Revise.cl Dacem6er 20, 2412 2�21 CQMO AREA R�SURPACING PROd�CT CPiY FR07ECT IVO. 1a3348 U17823-4 dPERATION ANII MAINT�NANCfi DATE1 Page 4 oF 5 1 2 3 4 5 6 7 8 9 ]0 11 12 13 14 15 16 17 18 14 20 2S 22 23 24 25 26 27 28 29 I. .� • k. Charts of valve tag numbers, with location and function pf each valve List of orzginal manufact�u�er's spaie parts, manufacturer's current prices, and recnmmended quantit�es to be maintai�ed in storage Other data as requized under peztinent �ections of Specifications 3. Cantent, far each electric and electrozaic system, as appropriate: a. Descriptipn of systezn and cn.zzaponent parts 1) Function, normal aperating characteristics, and lizniting conditions 2) Performance curves, engineering data and tests 3) Co3nplete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electricalservice 2) Control.s 3) Cpmmunications c. As znstalled coloz' coded t�izing daagrams d. O�erating proced�zres 1) Routine and normal operating insCructions 2) Sequeneesrequired 3) Special operating instructions e. Maintenance procedures 1) RouCine operations 2) Guide to "trouble shooting" 3) Disassembly, z-epair and reassembly 4) Adjustment and checkzng f. Manufacturer's printed operating and m�intenance instxuctions g. List of original manufacturer's spare parts, man�facturer's current prices, and recomrryended quantities to be maintained. in storage h. Other data as required under pertinent Sections of 5pecifications 4. Prepare and include additional data when the need for such data becom�s apparent during inst�vction of City's personnel. 30 l.i CLOSE�UT SUSMITTALS [NOT US�D] 31 1.$ MAINTENANCE MATERIAL SUBMITTAL5 [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnef witk� the following criie�za: 3A� 1. Trained and experienced in maintenance and operaEinn of descrzbed pxoducts 35 2. Skilled as technical writer ta the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepaz�e required drawings C1TY OF FORT WORTH STANDARD CONSTRUCTION SPLCIFTCATT�N DOCUMENTS Revised l7ecem6er 20, 2012 2�2.1 C�IV10 AREA RESiIRFACIIv.fi PROJECT C1TY PRQ7ECT NO. 1033�48 U17823-5 pPERATION AND MAINTENAIVCE DATA Page 5 of 5 1 1.10 DELNERY, STORAG�, AND HANDX.ING [NOT USED] 2 111 FIELD [SZTE] C�NDITIONS [NOT USED] 3 1.1� WAIu�ANTY jNOT USED] 4 PART � - PRODT]CTS [NOT USED] 5 PART 3 - �XECUTION [NOT IISED] 6 END OF SECTION 7 C1TY O� PORT WbRTH �42 E COMO AREA RESURF+ACING PROJECT STANDARp Cp.IVSTRUCTIQN SPECIPICA7T03V DOCUMENT� Revised December 24, 2U12 C1TY PROJECT NO. I03348 O17839-1 PROdECT REC�RD DQCUMENTS Page 1 oP4 I 2 3 P�.RT l. - GENERAL 4 l.l. SUMMARY SECTION OI '/S 39 �xor�cT x�coxD Docu�NTs 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to proj�ct 7 do�cuments, including: 8 a. Record Drawings 9 b. Water Meter Service ReporEs 10 c. Saniiary Sewer Ser�ice Reparts 11 d. L�rge Watez Meter Reports 12 B. Deviations from this City of Fort Warth Standard Specification 13 1. None. 14 C. Related Specificatian Seetions include, b�tt are not necessarily limzted to; ] 5 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Cnntract 16 2. Di�ision 1— General Requu�ements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. MeasLuement and Payment 19 1. Wark associated witt� this Item is conszdered subsidiary to the various Items bid. 2D No separate payrnent will be allowed far this �tem. 21 L3 RETERENCES [NOT USEDI 22 23 1.4 ADMINISTRATIVE REQUIREMENTS [N�T USED� 1.5 SUBMITTAL� 2Q A. Frior to submitting a request for Final Inspec�ion, deli�ar Project Record Documents to 2S City's Project Representative. 26 1.6 ACTION �UBMITTAL�JINFORMATIONAL SUBMITTALS [NOT USED] 27 28 29 �a 31 32 33 34 35 36 1.'� CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED3 1.9 QUALITY AS�URANCE A. Accuracy of Records � 1. TE�oroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of 5pecifications and �ach sheet of Draw'rngs and other pocuments where such entxy is required to show the change properly. 2. Accuraey of records. shall be such that future search for items shown in the Contract Documents may rely reasanably on inforrnation obtained from the approved Praject Record Dacun:zents. C1TY OF FDRT WORTH STAND�I2Ii CONSTRUCTION SPECIPICATIOIV D�C[JMBNTS Revised 7uly 1, 2D11 2p21 COMQ ARBA RESUI�FACING PROJUCT CITY PROJECT IVO. 1033�8 017839-2 YROJECT RECORI� D�CiJIV�BNTS Page 2 of 4 1 3. To facilitaEe accuracy af z-ecords, make entz�ies within 24 hours after receipt of 2 information ihat the change has occuz-zed. 3 4. Provide facival inforzz�ation re�azding all aspeets of the Work, bath coneealed and 4 visible, to enable future modificat�on of tha Wozk to proceed without lengthy and 5 expensive site measurezn.ent, investigation and e�ami.nation. 6 1.10 STORAGE AND HANDLING 7 A. Storage and Handling Requirements 8 1. Maintain the joh set of Reco rd Dncu3nnents campletely protected from deterioration 9 and from loss and daznage untiI campletion of the Work and transfer of a11 recorded IO data to tha final project Record Documents. I 1 2. Zn the event of loss of recorded data, use means necassary to again secure the data 12 to the City's appr.oval. 13 a. In such case, pravide replacements to the standards originally required by the 14 Contzact Documents. 15 1.11 FIELD [SITE] CONDITIONS [1VOT USED] 16 1.1Z WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWN�R-FiTRNISHED [ou] OWNER-SUPPLIED PR�DUCTS [NOT USED] 19 2.2 RECORD DOGUMENTS 20 A. Jol� set 21 1. Promptly following recezpt of the Natice to Proceed, secure from the City, at no 22 charga to the Contractoz, 1 camrzplete set pf all Docurnents ca�prising the Contract. 23 B. Final Record Documents 24 1. At a time nearing the completion of the Work and priar to Final Inspection, provide 25 the City 1 complete set of all Final Record Drar�ings in the Contract. 26 2.3 ACCESSORIES [NOT USED] 27 �.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3,1. INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 MALIVT�NANCE DOCUMENT� 33 A. Maintenance of dob 5et 34 1. Immediately upon receipt of the job set, identify each of the Documents with the 3S title, "RECORD DOC[IMENTS - �OB SET". CTTY OP FQI2T WORTH 2O21 CQMO AREA RESIIRFACiNG PROJECT STANDARD COIVST'itUCI'IO�f SPECIRICA`I'ION DQCL7MENTS Revised 7uly 1, 2011 CPI'Y YRqJECT NO. I03348 017839-3 PRa7ECT RECORD DOCUMBNTS Paga 3 of 4 1 2. Presert�ation 2 a. Considezing the Contx�ct completion time, the probab�e number of occasions 3 upan vvhich the job set must be tak�n out for new entxies and foz examination, 4 and the condiEions untier whieh these activitzes will be performed, de�ise a 5 suitab�e method for piatecting the jnb set, 6 b. Do not use the job set for any purpose except enbry of new data and foz review 7 by the City, until start af transfer of data to final Project Reeard Documants. 8 c. Maintain the job set at the site of work. ' 9 3. Coordination with Constru�tion Survey 10 a. A,t a rnznimum, in accordance with the intervals set forth in Section 01 71 23, J.1 clearly mark any deviatians from Contract Documents associate.d with 12 znstallatioa of the infrastructuze. I3 4. Making entries on Drawings 14 a, Recqrd any deviations from Contract Docurrz�nts. 15 b. Use an erasable coiored pencil (nat ink ar �ndelible pencil), clea�'ly desczibe the I6 change by graphic line and note as required. 17 c. Date aIl entries. 1S d. Call attention to the entry by a"cloud" drawn around the area or areas affected. I9 e. In the e�ent af overlapping changes, use different colors for the overlapping 20 changes. 21 5. Conversion of schemaiic fayouts 22 a. Tn some cas�s on the Drawings, arzangements of conduits, circuits, pipin�, 23 duets, and sirnilar items, aie sh.awn schematically and are not intanded ta 24 portray precise physical layout. 25 1) Fiiial physicaI arrangement is determined by the Contractor, subject to the 26 City's a�pro�al. 27 2) However, design af future modifications of the facility may require 28 accuraCe infarmation as to the finai physical layout of items which are 29 �hown only schematically on the Drawings. 30 b. Shqw nn tlae job set of R�cozd Drawings, by dimension accurate to within 1 31 inch, the centerline of each run of items. 32 1) Final physical arrangement is deternuned by the Contraetor, subject tn the 33 City's approval. 34 2) Shoru, by symbol or note, the verhica] location of the Item ("und�r slab", "in 35 ceiling plenum", "exposed", and the like). 36 3) Make all identification sufficiently �escriptive that it may be related 37 reliably to the Speci�'ications. 38 c. The City m.ay waive the requirements for conversian of schematic layouts 39 where, in the Gity's judgment, conversion sez"ves no use£ul pu�.pose. However, 40 do not rely upon waivers being issued except as specifically issued in wzitzng 41 by the City, 42 B. Final Project Record Documents 43 1. Transfer of data ta Drawings 44 a. Carefully transfer change data shown on the job set of Record Di•awings to the 45 correspanding final documents, coordinating the changes as required. 46 b. Cleazly indicata at each afFected detail and o#her Drawing a full description of 47 changes made durzng constructzon, and the actual Location of items. CiTY OF FORT WORTH 2p21 COMO AR&A RHSURPACINCr PR07E.CT STANI]AR17 CONSTRLICTION SPE�IFICIL`1'ION 170CLJMENTS Revised July 1, 2011 CTI'Y PROJECT 1V0. ]03348 O17839-4 L'ROJECI' I�ECOl7D I7DCUMENTS Page 4 af 4 1 2 3 4 5 6 7 S 9 Ip 11 12 13 1Q is 16 17 1$ 19 20 zl 22 23 24 25 c. Call a[tentson to ea�h entry by drawing a"cInu�d° around the area or areas aifected. d. Make changes neatly, consistently and wiEh the proper media to assure langeviCy and cleax r�productian. 2. Transfer of data to pther poCuments a. If tbe Dacuments, othar than Drawings, hav'e bean kept clean during progress af the Work, and if entries thereon have been orderl� to the approval of the City, the job set of those Documents, other tlian Drawings, will be accepted as final Record Documents. b. If any such Doczunent is not so approved by the City, secure a new copy of that Document from the City a[ the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.S REPA.IR / RESTORATXON [NOT USED] 3.6 RE-1NSTALLATZON [NOT USED] 3.'� FZELD [aR] SXTE QUA�,ZTY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 39 ADJL]STING [NOT USED] 310 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVTTIES [NOT USED] 31� PROTECTIDN [NOT USED� 3.13 MAINTENANCE [NOT USED] 3.14 ATTACI�IlV�NTS [NOT USED] END OF �ECTION Re^�ision Lo.g DA'T� NAM� SLiMMARX OF CHANGE 26 C1TY OF EORT WdRTH 5`FANDARI] COn'S'I'RUCTION SPECIF'ICATIdN D4CCIMENTS Revised Jnly 1, 20ll 2D21 COMO AREA I2ESi]RFACING PI{OJECT C1TY PROIECT NO. 1 U3348 32I123-1 PLEXIBLE BASE Cb7JRSES Page 1 of 7 � 2 3 PARTl- GENERAL 4 l.l SLTMMARY 5 6 7 8 4 10 lI 12 13 14 15 15 17 ] S 1.� 19 ao 21 22 23 24 25 26 27 28 29 30 31 32 33 3A 35 3b 37 38 sECT�oN 3�, �� �� FLE�IBLE BASE COURSES A. Section Includes: 1. Foundation course for surface course or for ather base course composed of flexibla base constructed in one or more courses in eonformity with the tygical section. B. Deviations fram this City of Fort Worth Standard Specificatic�n 1. FOR 'I'HIS PR�JECT FLEX�LE BASE COiTRSES SECTION 32 11 23 �HALL BE ME�,SURED BY THE CUBIC YARD (}F CQMPL�TED QUAN`I'�'Y. 2. UNCLASSIFIED EXCAVATION AND HAULING REQUTRE TO P�.AC� FLEXIBLE BASE COURSE SITALL BE CONSIDERED SUBSIDIARY, N� SEPARATE PAY. C. Related Specification Sections include, but are not necessarily limited to: I. Division Q— Bidding Requirements, C.vntract Forms, and Conditions of the Contract 2. Division 1— General RequiremenCs PRICE AND PAYMENT PROCEDURES A. Measuzeznent and Paymant I. Measurement a. Measure�nent far this Ztem will be by the �e CUBIC yard of Flexible Base Course for various: I} Depths 2} Types 3} Gradations 2. PaymenC a. The work performed ar�d materials fitrnis�ed in. aceordance with this Itenn and measured as provided �nder "Measureme�nt" will be paid for at the unit price bid per �e CUBIC yard of Flexible Base Course, 3. The price bid shalI include: a. Preparation and correclion of subgrade b. Furnishing of material c. HauIing d. Blading e. Spzinkling f. Comp�cting g. UNCLASSIF"IED EXCAVATION AND HAC7LING REQUIRE TQ PLACE FLEXIBLE BASE COURS� �g x.� ��E�rrc�s 40 A. Definitians 41 I. RAP — Recycled Asphalt Pavement. C1TY QF FORT WURTH STANDARb CDNSTRUCTION SPECIFICATION llOCUMEIrfTS Revised December 2p, 2p l2 2U21 CbivlO ARE.A RP.SURFACTNCr PROlECT CI'I'Y PRQJ�CT NO. 103348 321123-2 FL�XII3L� BAS� COLlRSES Page 2 of 7 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 1G 17 18 19 1.4 2Q 1.5 B, Reference Standards I. Referenee standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, �nless a date is specifically cited. 2. ASTM International (ASTM): a. D69S, Standard Test Methods for Laboratary Compaction Charactei-istics of Soil Using Standard Effort {12 400 ft-lbf/ft3 (600 kN-mlm3)) 3. Texas Department of Transportation (TXDOT): a. Tex-104-E, Determinzrig Liquid Limits of Soils b. Tex-1�6-E, Calculating the Plasticity Index of Soils c. Tex-107-�, Determining the Bar Linear Shrinkage of Soils d. Tex-110-E, Particle Size Analysis of 5oils e. Tex-1 l6-E, Ba�l Mill Method for Detern�ini.ng the Disintegration of F'lexible Base 1Vlaterial f. Tex-I 17-E, Tciaxial Compression for Disturbed Soils and Base Materials g. Tex-41 I-A, Soundness of Aggregate Using Sodium Sulfate or Magnesium Sulfate h. Tex-413-A, Determining Deleterious Material in Mineral Aggregate ADMINISTRATIVE REQiJIREMENTS [NOT USED] ACTION SUBMITTALS [NOT iT�ED] 21 1,6 ACTION SUBIVIITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 22 L7 CLQSEOUT SiJBMITTAL� [NOT USED� 23 1.$ MAINTENANCE MATERiAL SUBMITTALS [NOT USEDI 24 1.9 QUALITY ASSURANCE [NOT USED] 25 110 DELIVERY, STORAGE, AND HANDLING [NOT U�ED] 26 111 FIELD [SITE] CONDITIONS [NOT USED] 27 112 WARR�NTY [NOT USED] 28 PART 2- PRODUCTS [N�T USED] 29 2.1. OWNER-FURIVISHED PRODUCTS [NOT USED] 30 31 32 33 34 35 36 37 A. General I, Furnish uncontaminated materials of uniform quality that meet the requirements of the Drawrngs and specifications. 2. Obtain rt�atexials fram approved sources. 3. Notify City of changes ta material sources. 4. The City may sample and test project materials at any time before compaction throughout the duration of the groject to assure specification eompliance. 38 B. Aggregate 39 1. Furnish aggregate of the type and grade shown on the Drawings and conforming to 40 the requirements of Table 1. CTl'Y OF FORT WORTH 2U21 COMO ARL�A RESURFACING PROJBCT ST�1NDt�RD CQNSTRUCTION SPECIFiCATION DOCUMENTS Revised December 20, 2012 C1TY FR4.iECT NO. 103348 2.2 MATERTALS 32i1a3-3 FL,EXIBL.E BASE COU123ES Rage 3 of 7 2. Each source must meet Table 1 requu�ements for liquid limit, plastiCity index, and wet ball mill for the grade specified. 3. Do not use additives such as but not limited to ]ime, cement, or fly ash to madify aggregates �o meet the requirements of �'able 1, unless shawn on the Drawings. Tahie I Material Re uirennents Pra er Test 1VIethod Grade 1 Grade 2 Master �radatian sieve size (°/o retained) 2-1/2 in. b 1-314 iit. U U-10 ��g in Tex-110-E 10-35 — 3/8 in. 3�50 — No.4 4S-6S 45--75 No.40 70-85 Gq-85 Li uid limit, �n max.' 'I'ex-104-E 35 40 Plas[iCit index, max.� Tex-1dfrE 10 12 We[ b�ll mill, % max.� 40 45 Wet 6a11 ini]I, % max. '�'ex-11G-E increase passing the 20 20 l+io. 4Q sieve Classificatinnl 1.0 1.1-2.3 Min. compressive sttength', Asi Tex-117-� Iazeral pressurc 0 psi 45 35 lateral pressute 15 psi l75 175 i. uetermme piastic muex sn sccomance witn rex-tu�-� �ime�r shrinkage) when liquid limit is imattainable as defined in T�x-iaa-�. 2, When a soundness value is required by [he Drawings, test maferiul in accordance with Tex-41 l-A. 3. Meet both the classification 1nd the minimum campressive sCreagth, unless oCherwise shown Un lh� Drawings. 1Q 11 12 13 ta 15 16 17 18 19 20 21 22 23 24 25 26 27 28 4. Material Tolerances a. The City may accept material if no more than 1 of lhe 5 mast recent gradation tests has an individual siave outside the specified limits of the gradation. b. GVhen target grading is required by the Drawings, no sii7gle failing test may exeeed the master grading by more than 5 percentage paints on sieves No. � and largei or 3 percentage points on sieves smaller Chan No. 4. c. Tha City may accept materia.l if no more than I of the 5 most recent plasticity iadex tests is oatsida the spsci�ied limit. No sizagle fazling test rnay exceed tkze allowable lzz�nit by moze than 2 points. 5. Material Types a, Do not use #"illers or binders unless appra�ed. b. Furtush the type specified an the Drawi�gs in accordance with the follawing: 1) Type A a) Crushed stone prod�ced and graded from aversize quarried aggregate that originates from a single, naturally occurring source. b) Do not us� gzaveI az' m.ultiple souzces. 2) Type B a) �nly fqr use as base material foz tempaz-ary pavement ���pairs. b) Do not exceed 20 percent RAP by weight unl�ss shown on Drawings. 3) Type D C1TY OP EQI2T WORTH STAN�ARD COlVSTRUCTION SFECIPICATION DOCUMENTS Revised December 2Q, 2012 2021 CQMQ AREA RESUR�ACING PROdECT CTTY PRd]ECT NO, 103348 321123-4 FLSXIBLE BA3E COURSL�S Pagc 4 of 7 1 2 3 4 5 6 7 8 9 10 11 C. Water a) b) c} d} Type A material or crushed cQncrete. Crushed concrete containing gravel wilI be considere.d Type D material. The City may require separate dedicated stocicpiles in order to verify compliance. Crushed concrete must meet the foIlowing requirements: (1) Table 1 for the grade speeifred. (2) Recycled materia�s musi be free from reinforcing st�el and other ohjectionable mateiial and have at most 1.5 percent deleterious material when te.sted in accordance with TEX-413-A. 12 I. Furnish water �ree of industrial wastes and other objectionable matter. 13 2.3 ACCESSORIES [NOT �TSED] 14 Z.4 SOURCE Q�7ALITY CONTROL [NOT tiSED] 15 PART 3 - EXECUTIQN 1 G 3.1 ZNSTALL�RS [NOT [TSED] 17 3 2 EXAII�INATI�N [NOT US�D] 18 3.3 PREPARATION 19 20 21 A. General Shape the subgrade or existing base to conform to the tqpical sections shawn on the Drawings ar as flirected. 22 2. When new base i5 required to be mi�ed with e�sting base: 23 a. Deliver, place, and spread the new flexi6le base in the requued amaunt. 24 b. Manipulate and thoroughly mix the new base with existing material to grovide 25 a uniform mixCure to the specified de�th before shaping. 26 B. Subgrade Campaction 27 1. Froof roll the roadbed b�iore pulvezizing or scarifying zn accoz-dance with tha 28 foIIowing: _ 29 a. Proof Rolling 30 1) City Project Representative must be on-site during p�:oof rolling aperaTaans. 31 2) Use equipineni that will apply sufiicienC laad to identify soft spots that z-ut 32 ar pump. 33 a} AcceQtable equipment includes fully loaded single-axle water truck 34 with a 1500 gallon capaciry. 35 3) Make at least 2 passes with the proof rollez (down and back = l pass). 3b 4) Oifset eacfi tz�p by at most l. tzre width. 37 5) If an urzstable or non-n�iform area is �aund, carrect the area. 3$ b. Carrect 39 1) Soft spots that rut or pump greater tY�an 3f4 ineh 40 2) Areas ti�at are unstable nr non-unifprm 41 2. Irnstallation af base matezial cannot proceed until compacted subgrade approved by 42 the City. CiTY OF POR7' 1NO1tTH STANDARD CO�15TRiTC►'ION SP�CmICATION DOCl1MENTS Revised �eceinher 2p, 2Q12 2021 COM� AREA RE511RFACI[vG PR07ECT C1TY PROdECT NO. 103348 321123-5 FLEXIBLE BASE COL)RSES Page S of 7 3.4 INSTALLATION 2 3 4 5 6 7 A. G�neraI I, Construct eaeh layer uniformly, free of loose nr segregated areas, and t�vith the req�ired densiYy and moisture enntent. 2. Provide a smooth surface that conforms to the typical sections, iines, and grades shown on the Drawings or as directed. 3. Haul approved flexible base in clean, cavered t�ucks.. 8 B. Equipment 9 1, General 1� a. Provide machinery, tools, and equipment necessary for proper execution ai the 11 wozk. 12 13 14 15 16 17 18 19 20 21 22 23 24 25 2b 27 2$ 29 30 31 32 33 34 35 35 37 38 39 40 41 42 43. 44 45 2. Rollers a. Th� Contractoz� rnay use any type of zo]]er io zneet tt�e production zat�s and quality rec�uirerr�nts of the Contract unless other�vaise slaawn on the Drawings or directed. b. When specific types af eq�ipment are requued, use equipmen[ that meets the specified requirements. c. Alternate Equipment. 1) Instead of the specified equipment, the Cont��actor may, as appro�ed, operate ather coznpaction �quzpznent that produces equivalent results.. 2) Discontinue the use of the altez�nat� equipment and furnish the speciiied equipment if the desired results are not achievad. d. City may require Contractor ta substitute equipment if production rate and qualiry requ.irements of the Contract are not met. C. Placing 1. Spread and shape flexible base into a uniform layer by approved means the same day as delivered unless otherwise approved. 2. Place material such that it is mixed to minimize segregation. 3. Constzuct layers to the tk�c�ess shown on the Drawings, wE�ile rnaintaining the shape of the caurse. 4. Where sirbbase or base co�trse exceeds 6 inches in thicknes5, construct in 2 pr more courses of equal thickness, S. Mitumum Iift depth: 3 i.nches 6. Cont�ol dust.by sprinkling. 7. Correct or replace segi•e.gated areas as c�irected. 8. P1ace successive base courses and finish courses using the same construetion methods required �ar the first couxse. D. Compaction ].. General a. Coznpact uszng denszty conttol unless otherwise shown on the Drawings. b. Multiple lifts are permitted when shown on the Drawings or approved. c. Bring each layer to the moisture cantent directed. When necessary, sprinkle the material to the extent necessary ta provide not less than the requzred density. d. Compac.t the full depth of the subbase or base to the extent neeessary ta remain firm and stable under construction equipment. C1TY QF FQRT WORTH STANDARD CQINSTRUCTIQN SPSCIFICATIdN DOCUMENTS Ra�ised December 20, 2012 2021 COMO AREA RESURPACING PRpJECT C1TY PROJEG f NO. 103348 321123-6 FLL�XIBLE BASB CQURSES Page 5 of 7 l Z. ROl�il]g 2 a. Be�in rolling iongitud'znally at the sides and proceed towards the cent�r, 3 overiappzng on successive trips by at least 1/2 the width of the roller unit. 4 b. On superelevated curves, begin ralling at the low side and progress toward the 5 high side. 6 c. Offset alternate trips of the rollet. 7 d. Operate zall�z-s at a sp�ed between 2 and 6�ph as directed. 8 e. Rework, reeompaet, and refinish material that fails to meet or that losas 9 required maisture, density, stability, or finish before the next course is placed or 10 the praject is accepted. 1 i f. Continue work until specification requirements are met. 12 g. Prppf roll the campaeted fle�ble base in accordance witi� t�e following: 13 l.) Prpqf Rpllzng 14 a) City Project Representative must be on-site during proof rol�ing 15 operatians. 16 b) Use equipment that will apply sufficient load to identify soft spots that 17 rut ar pump. 18 (1) Acceptable equipment includes fully loaded single-�le water truck 14 with a 15(}0 gallon capacity. 2p c) Make at least 2 passes with the proof roller (down and back = 1 pass). 21 d) Offset each trip by at most 1 tire width. 22 e) If an unstable or non-uniform area is found, correct ihe area. 23 2) Correci 24 a) Soft spots that rut or pump greatez than 3/4 znch. 25 b) Areas that are unstable oz' non-unzforzn, 26 3. Tolerances 27 a. Maintain the shape of the craurse by blading. 28 b. Completed surface shall be smooth and 'zn confor�a�itq with the typical sections 29 shown on the Drawings to the established lines aud grad�s. 3Q c. For subgrade beneath paving suz��ces, carrect any deviation in excess of 1/4 3I inch in cross section in length great�r than 16 feet measured longitudinally by 32 loosenzng, adding ar remo�ing material. Reshape and recompact by sprinkling 33 and rolling. 34 d. Corxect a�l fractures, settlement or segregation imtnediately by scarifying the 35 areas af%cted, adding surtable material as required. Reshape and recqmpact by 36 sprinkling and rolling. 37 e. Should the subbase or base course, due to any reasan, lose the required 38 stability, density and finish before the surfacing is camplete, it shail be 39 recorr�pacted at the sale expense of the Contractor. 40 4, Density Contzal 41 a. Minimur►a Density; 95 percent compaction as determined by ASTM D69S. 42 b. Moistu�'e cantent: minus 2 ko plus 4 of optimum. 43 E. Finishing 44 1. A,�t�z- completing compaction, clip, skin, or tight-blade the surface with a 45 maintainer or subgrade trimmer to a depth of approximately ll4 inch. 46 2. Remo�e loosened makeria] and dispose of it ai an appro�ed location. 47 3. Seal the clipped surface immediately by rolling with an appropriate size pneunnatic �8 tire roller unril a smooth surface is attained, CITX OP FORT WpRTH 2O21 COMO ARSR RESiJRPACING PROJECT STANDA12ll CODIS`I'I2UCTI�N SPECiFICATION DOCUME[JTS Revised Decem6er 20, 2012 C1TY PR07eCP 1V0. 1U3348 32 1 1 23 - 7 PL.EXIBLE BASL COUASES Page 7 of 7 1 2 3 � 5 6 7 8 9 3.5 ia 3.6 3.11 CLOSEOUT ACTIVIT�S [N�T US�D] I1 3.7 QUALITY C�NTROL I2 A, Density Te�t I3 1. City to measure density of flexible base eourse. I� a, Notify City Project Representative when flexible bas.e ready for density festing. f 5 b. Spacing directed by City (1 per block minimum). 16 c. City Project Repiesentative determines localion of density testing. 17 3.8 SYSTFM STARTUP INOT USED] 18 3.9 ADJUSTING [NOT USED] i9 3.10 CLEANTNG [NOT USED] za 21 22 23 24 25 312 PROTECTION �N�T USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHM��NTS [NOT USED] �. Add small increments of wat�r as needed during rolling. 5. Shape and maintain the course and surface in conformity with the typical sections, lines, and grades as shown on the Drawing.s or as directed. 6. In areas where sui�facin.g is to be placed, coirect grade deviatians greater than 1/� inch in 16 feet measured langitudinally or greater Chan 1/4 inch over the entire width of the cross-section. 7. Cozrect by loosez�ing, adding, or reznoving materzal. &. Reshape as�d recompact in accordance witla 3.4.C. REPAII2/R�STORAT�ON [NOT USEI]] RE-INSTALLr�TIQN �NOT US�DJ END OF SECTION Revisiou �.ag DATE N�ME SUMMEIRY QF CHANGE 26 C1TY OF FORT W4iY1'H STANDARD CD[�TSTRUC'I`IOn' SPECTFICATTON DOCUN�ENT3 Revised December 2p, 2012 20Z 1 COMO ARP.A RESURFACIA'G PROdECT CTTY PROJECT NO. 1Q334S 32 l3 20 - 1 COI�CRETE SIDEINALK5, DItIVEWAYS AND BAIZI2�R PRL�� RAA�PS Page l of 6 1 2 SECTION 3� 13 �0 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER �'REE R.AMPS 3 PARTi- GENERAL 4 ].X �UMMARY 5 A. Section Includes: 6 I. Concreie sidewalks 7 2. Driveways S 3. Barrier free ramps 9 B. Deviations from this City of Fort Worth Standard Specificaiion IO 1. FOR THIS PR07ECT MANUFACT[]RER OF DETECTABLE WARN�NG I1 DOME-TILE FOR BARRIER FREE R1�MP HAS BEEN R�VZS�D AS ADA 12 SOLUTIONS INC. OR APPROVED LQUAL �Y THE CXTY. 13 14 i5 16 17 1$ 19 1,2 20 21 22 23 24 25 2b 27 28 29 30 3I 32 33 34 35 36 37 3$ 39 40 41 42 C. Related Specification Sectiflns incIude, but are not necessarily lin�ited to: 1. Division Q- Bidding Requirements, Contract Forms, and Conditions of the Cantract 2. Di�ision 1- General Requirements 3. Sectian 02 41 I3 - Selective 5ite Demolition � 4. Section 32 13 13 - Concrete Paving S. Section 32 I3 73 - Concrete Paving Joint Sealarjts PRICE AND Pt�YMENT PROCEDURF� A. Measurement and Payment i. Cancrete Sidewalk a. Measurement 1} Measurement ior Chis Itenn shaIl be bq the square foot af completed and accepted Concrete Sidewalk in its final pasition for various: a) Thickn.ess�s b) Types b. Payment 1) The wazk perfozzz�ed and materials furnished in accordanee with this Item and measured as pravided under "Measurernent" will be paid for at the unit pz'ice bid per square foot of Concrete Sidewalk. c. The price bid slaall includ�: 1) Excavating and prepai-ing the subgrade 2) Furnishing and placing a11 materials 2. Concxeie Driveway a. Measuzeznent l.) Measurement for this Item shall be by the square foot of completed and accepted Concrete Driveway in its �nal pasition for various: a) Thicknesses b) Types 2) Dimensions will be taken from the back of the projected curb, including Ehe area of the curb radii and wiI1 exiend to the limits specified in the Drawings. Ci1'Sf OF FQRT WORTki STANDI�RD CONS'I'RUCTION SPECIFICATiON DOCUME[�fTS Revised April 30, 2013 2021 CdMO AREA RESURFACINCr PROJBCT C1TY PRb1ECT 1�i0, 103348 32 13 20 - 2 CDNCTt�"1'E 5ll7BWALCCS, DRIVEWAYB AND B/�RIEA FREe RANTPS Paga 2 oi 6 1 2 3 4 5 6 7 8 9 in ii 12 13 I4 1S 16 i7 18 19 20 21 22 23 24 3 3} 5idewalk portion of drive will be included in drivevway measurement, 4} Curb an drive wilI be incIuded in the driveway measurement. b. Payment 1} The �vork perf�rmed and materials furnished in accordanee with this Item and nrzeasured as pro�ided under "Measurement" will be paid for at the unit price bid per square foot af Concrete Driveway. c. The pz-zce bid shall include: 1} Excavating and preparing the subgrade 2} Furnishing and placing aIl materials Barrier Free Ramps a. Measurement 1) Measurement for this Item shal] be per each Barrier Free Ramp completed and accepted for various: a} Tqpes b. Paynnent 1) The work pezforrz�.ed ancE znaterials furnished in accordance with this Item and measured as provided under "Measurezzaerat" will be paid %z at the unit price bid per each "Barrier Fr�e Ramp" iz�stalled. c. The pric� bid shall include: 1) Excavati.ng and preparing the subgtade 2) Furnishing and placing all materials 3) Curb Ramp 4) Landing and detectable warning surface as shown on the Drawings S) Adjacent flares oz side curb 2S 1.3 REFERENCES 26 A. Abbreviations and Acronyms 27 1. TAS — Texas Accessibility Standards 28 29 3D 31 32 33 34 35 36 37 1. Reference standards cited in this Specification refer to the current reference standaxd published at the time of the latest revision date logged at the end of this Specificatior�, unless a date is spccifically cited. 2. Americar� Society for T�stin� and Materials (ASTM} a. D545, Test Mathpds for Preforzzzed �xpansion Jaint Fillers for Concrete Construction (Non-exkruding and Resilient T�pes) b. D698, Test Methods for Laboratory Compactinn Charaeteristies of Sail Using Standard Effart (12,400 ft-lbflft3) 38 1.4 ADMINISTRATIVE R�QUXREM�NTS [NOT USED] 39 1.S SiTI3MITTALS INOT USED] 40 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 41 42 43 Z. TDLR — Texas Department af Licensing and Regulation B. Reference Standards A. Mix Deszgn: submit for agpro�al. Section 32 13 13. B, 1'roduct Data: submit product data and sample far pre-cast detectable warning for barrier frae ramp. 44 l.'� CLOSEDUT SUBMITTALS �1VOT USED] CfI'Y OP FORT WORTH STANDARD CONSTRUCTIOIY SPECIFICATIOn' DOCi1MENTS Re�iscd April 30, 2013 ZfYll COMO AREA RESUR�ACING PRd7ECT CITY I'ROJSCT Nd. ] 03348 32 f320-3 C�NCREi'ESIDEWAL.KS, DRIVEWAYS AND B.AR.ftIER PRE� RAMPS Page 3 of 5 1 1.S MA�NTENANCE MATER�AL SUBMITTALS [NOT USED] 2 L9 QU�IL�TY A�SURANC� �NOT USED] 3 1.].0 DELIVER'Y, STORAGE, AND IIANDLING LN�T i15ED] 4 1.11 FIELD C�NDXTXONS 5 A. Weather Conditions: Placement of concrete shall be as specified in 5ection 3.2 13 13. 6 11� WARRA.NTY [NOT IISED] 7 PART � - PAODUCTS 8 �.1 OWNER-Fi]RNISHED PRODUCTS [NOT USED] 9 �.� EQiTIPMENT A1VD MATERIALS 10 A. F'oz'ms: waod or meial strai.g.ht, free fram warp and of a depth equal to the fhickness of l I the finisi�ed t�ork. T2 B. Cancrete: se� Section 32 13 13. 13 l. UnJ.ess otherwise shown an the Drawings or detailed specif'ications, the standard 1�4 class for cpncrete sidewalks, driveways and barrier free ramps is shown in the 15 following table: 16 Standard Classes of Paveinent Concrete C1ass of Minirnum 2$ Day Min. Maximum Course Con�retel Ceffientitious, Compressiv� Water/ Aggre.gate Lb./CY Strength2 Cemantitiaus Maximum psi Ratzo Saze, inch A 470 300D 0.58 1-112 17 C. Reinfarcement: see Section 32 13 13. 18 1. 5idewalk, driveway and barrier free ramp reinforcing steei shall be #3 deformed 19 bars at I8 inches on-center-hath-ways at the center plane ai all slabs, unless 2D otherwise shown on the Drawings or detailed speci�'icaCions. 2� D. �aint Filler 22 T. Wood Filler: see Section 32 13 13. 23 2. Pre-Malded Asphalt Board Filler 24 a. Use only in areas where not practical for �rood boards. 2S b. Pre-moIde.d asphalt board filler: ASTM D545. 26 c. Install the required size and uniform thicl�ess and as specified 'zn. Drawings. 27 d. Include 2 Liners of 0.016 asphalt impxegnated kraft p.aper filled witla a mastic 28 mixture of asphalt and vegetable fiber and/or mineral filler. 29 E. Expansion Joint Sealant: see Section 32 13 73 where shown on the Drawings. 30 2.3 ACCESSORIES [NOT USED] 31 2.4 SOURCE QUALITY CONTROL [NOT L1SED] 32 PART 3 - EXECUTION 33 3.1 XNSTALLERS [NOT USED] C1TY OP PORT WORTH 2D21 COMO AREA RESURFACING PRbJECT STANDARD CQNSTRUCTIbN SPECIF7CATION DOCUMElVTS Revised Apri130, 2Q13 CiTY P1i07ECT ND. 103348 32132b-4 CDNCAETE SllJEWALKS, dRIVEWAYS ANI3 BARItIER FREE RAMPS Page 4 of �i I 3.2 EXAMINATTON [NOT USEDl 2 3.3 PREPARATZON 3 4 5 6 7 8 9 16 11 12 13 14 A. Surface Preparation 1. Excavatian; Excavation required for the constructian o�sidewal�s, dzi�eways and barrier free ramps shall be to the lines and grades as showr� on the Drawin�s or as estabIished by the City. 2. F'rne Grading a. The Cantraclor s1iall do a11 necessary filling, leveling and fine grading required to bxin.g the subgzade to the exact grades specified and c�mpacted to at least 90 percent of maximum d�nsity as determi�ed by ASTM D698, b, Mozsture contenit shall be wi.Chin minus 2 to plus 4 ot' optimum. c. Any over-excavat�nn shall be r�gaired to the saiisfactaon af the City. B_ Demolitian / Rempval 1. 5idewalk, Dri�eway andl or Barrier Free Ramp Removal: see Section 02 41 I3. iS 3.4 INSTALLATION 16 17 18 ]9 20 21 22 23 24 25 26 2"7 28 29 3a 31 32 33 3� 35 36 37 38 A. General 1. Concrete sidewalks shall have a minimum thickness of 4 inches. 2. 5idewalks consCructed in driveway approach sections shall ha�e a minimum thzclrness �qual to that af driveway approach or as calIed for by Drawings and specifications within th� lizz�i�ts o� the driveway approach. 3. Drzve�,vays shall have a riunizrzuzn thickness of 6 inches. Standard cross-slopes for walks shall be 2 percent m� in accprdance with cuzxent TASI`I'DLR guidelin�s. The constructian of the dri�veway approach shall include the variabX� hezght radius curb in accordance with the Drawings. 4. AI� gedestrian facilities shall comply with provisions of TAS including location, slope, width, shapes, texture and coloring. Pedestrian facilities instal�ed by the Contractor and not m�eting TAS must be removed and replaced to maet TAS (no sepazate pay). B, �'az�ms; Forms shall be secureiy staked to line and grade and maintained in a t��e pasition during the de�pasiting of concrete. C. Reinforcement: see Section 32 13 13. D. Concrete Placement: see 5ection 32 13 13. E. Finishing i. Concrete sidewalks, driveways and barrier free ramps shall be finished to a true, even surface. 2. Trowel and then brush transversely to obtain a smooth uniform brush fir�ish. 3. Pxovzde exposed aggzegate finish ii specified, 4. Edge joints and sides shall with suitable taols. 39 F. rnints 40 1, Expansipnjoints far sidewalks, dziveways and barzier free ramps shall be formed 41 using redwood. Cl`i'Y OP FORT WORTH 2O2S CQI�O AREA RESUItFACING PROJECT STA[�iDAI2D CQI+ISTRUCTION SPECIFICATION DOCiJN�ENTS RevisedApril30,7A13 CITYPR07EGI'NO. ]03348 32132D-5 CONCI2ETE SIIJEWr1LKS, I)RIVSWAYS ANI] BARRIER FREE RAMPS Page 5 of 6 1 2 3 4 5 6 7 8 9 10 11 tz 13 14 15 16 17 18 19 zn 21 22 23 24 25 3.5 26 3.6 2. Expansion joints shall be placed at 40 foot inter�als for 4 fpot wide sidewalk and SO foot inter�als for 5 foot wide and greater sidewaIk, 3. Expansion joints shall also be placed at all intersections, sidewalks with concrete driveways, curbs, formations, other sidewalks and other adjacent old concrete work. SimiIar material shali be placed around all obstructions protruding into or �uough sidewalks or driveways. 4. All expansion joints shall be 112 inch in thickness. 5. Edges of ajl construction and expansion joints and outer edges af all sidewalks shall be finished to approximately a 1/2 inch radius with a suitable finishing toal. 6. Sidewalks shall be marked at intervals equal to the width of the walk with a marking toal. 7. When sidewalk is against the curb, expansion joints shail match those in the curb. G. Barrier Free Ramp 1. �'urnish and install brick red eolor �e cast in place detectable warning Dome-Tile, manufactured by ADA SOLLTTION, INC. or apprave�d equal by the City. 2. Detectable warning surface shall be a minimum of 24inch in depth in the direction of pedestrian travel, and extend to a minimum af 48-inch alang the curh ramp or landing whexe the pedestrian access route enters the street. 3. Locate detectahle warning surface so that the edge nearest the curb line is a minimum of 6-inch and maximum of 8-inc� from the extension of the face o� the curb. 4. Detectable warnu�g Dome-Ti1e surface may be curved alang the carner radius. 5. Install deteciable warning surface according to mannfacturer's instructio�s. REPAII�/RESTORATION [NOT USED] RE-INSTALLATION LNOT US�D] 27 3.7 FIELD QUALITY CONTROL [NOT USED] 28 3.8 SYSTEM STARTUP [NOT U5ED] 29 3.9 ADJUSTING [NOT USED] 30 3.1D CLEANING �NQT U�ED] 31 3.11 CLOSEOiTT ACTNITIES [NOT USED� 32 33 34 3S 3.1� PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACIIMENTS �1VOT iTSED] END OF SECTION Revision Log. DATE NAME SL]NIMARY OF CHANGE 12I20/2012 D. 7ohnsoo 1.2.A.3 — Measurement and Payment fiar $arrier �'ree Ramps modif'ied to match updated City Details CI'f'Y OP POlt'1' WOItTH STANDARD CdNSTRUCTI01� SPECIFICAT[ON DOCUMENTS Revised Apri130, 2013 ZU21 CQMO AREA RESUIRPACING PROdECT CTTY PROJECT 1V0. 103348 3z t3za-� C�NCI2F,'�'� SIDEWALKS, T)I2IVEWAYS AI�T� BP.RRIER RREE RAMPS Page 6 of G 4/30/2Q] 3 F. Griffin Corrected Part 1, 1.2, A, 3, b, 1 to read; from ... sq�taz•e foot of Cancrake Sidewalk. to . . .each "Bazrier Pree R�mp" installed. C1TY dP PORT WOi�T�i 2421 COMO .4REA RESURFACING PRQJECT STANDARD CONSTRUCTIdN SPECIFICATION DQCUMENTS Revised April 3Q, 2D13 CPCY PR07ECT NO, 10334$ 32 91 19 - 1 TOPSOIL PLACEME[YT AND PIt�[15H1NG OF PARKW AYS Page 1 af 3 1 2 SECTION 32 91 19 TOFSOII. FLACEMENT f1ND FIlVISHING OF PARKWAYS 3 PART1- GENERAL 4 l.l SiTM1VIARY 5 A. �ection Inciudes: 6 1. Furnish and place topsoil to the depths and on the areas shown on the Drawings. 7 B. Deviations from this City of Foi�t Worth Standard Specification 8 I. FOR THIS PR07ECT F'URNISHING, HAULING, LOADIIVG AND PLACING 9 TOP 50IL BEHIND CURB SHALL BE C.ONSIDERED SUBSIDIARY TO 10 MAJOR PAY ITEIVIS. FURNI5H�IVG AIVD PLACING TOP SOIL TO THE 11 DEPTHS IN THE AREA OTHER THAN BACK QF CURB IS PAYABLE 12 CTNDER THIS ITEM. 13 C. ReIated Specification Sectians include but are not necessarily lirnited to I4 1. Division Q- Bidding Requirements, Contract Forms, and Conditions of the Cantract T5 2. Division 1- General Requirements 16 1.2 PRICE AND PAYNI�NT PROCED�TRES 17 18 19 20 2I 22 23 24 25 26 27 28 29 30 31 32 33 34 1.3 A. Measurement and Payment TOP SOIL BEHLND CURB IS SUBSIDIARY TO MAJOR PAY ITEMS. 1. Measurement a. Measurement for this Item sha]1 be by cubic yard of Topsoil in place. 2. Payment a. The work �erformed and maierials fnrnished in accordance with this Itern and measured as provided under ``Measurement" will be paid for at the unit price bid per cubic yard of Topsoil. b. All excavation zequired by this Item in cut sections shaIl be measured in accordance with provisions �or the various excavation ite�ns invol�ed with the provision that e�ccavation will be rneasured and paid for once, regardless of the rnanipulations involved. 3. The pri�e bid shal l include: a. �'urnishzng Topsoil b. Loading c, Hauling d. Placing REFERENCE� �NOT USED] 35 1.4 ADMLI�TISTRATIVE REQUIREMENTS [NOT USED] 36 1.5 ACTTON SUBMITTALS [NOT USED] 37 1.6 ACTION SiTSMITTALS/INF4RMATTONAL Si7BNIITTALS [NOT USED] 38 1.'� CLOSEOUT SUBMITTALS rNOT USED] 39 1.8 MAINTENANCE MATERI.A.I� S�IBNIITTALS [NOT LTSED] CITY pF FQRT WpRTH STANDARD COIVSTRLICI'ION SPECIFICATIOIV DOCLIMENI'S 1Zevised Decembc�• 20, 2012 2� i ca�o nR�� �svnF�czrrG PRaJECT CTTY PROJECT NO. ] 0334$ 329119-2 TOPSOIL PLACSMENT AND FTNTSHiNG OF PARI{YJAYS Page 2 of 3 1 1.9 QUALITY ASSURANCE [NOT U5ED] 2 1.10 DELIVERY, STORACE, AND HANDLING [NOT i7SED] 3 1.11 FIELD [SITE] CONDTTxONS �NOT USED] 4 1.1� WAI�IZANTY [NOT iTSED] 5 PART � - PRODUCTS 6 �.1 OWNER-FURNISHED [oz�] OWNER-SUPPLIEDPR�DUCTS [NOT US�D] 7 2.2 MATER�ALS 8 A. Topsoil 9 1. Use easily culti�ated, fertile topso�l that: 10 a. Is free from objectionable material including subsoil, 4veeds, c11y lumps, non- 11 soii materials, rooCs, stumps or stones la�rger than 1.5 inches 12 b. Has a kizgh resistaz�ce to erosion 13 c. Is able to suppoz�t plan:t .growth 14 2, Secure topsoil from approved sources. 15 3, Topsoil is subject lo testing by the City. lb 4. pH: 5.5 to 8.5. 17 5. Liquid Limit: 54 or less 18 6. Plasticity Index: 20 or Iess 19 7. Gradation: maxim�m of 1� pezcent �assing No. 200 sieve 20 B. Watei: Clean and free of industzial wastes and other substances harmful to tha grpwth 21 of vegeCation 22 2.3 ACCESSORIES [NOT USED] 23 �.� SOiTRCE Qi7ALITY CONTROL [NOT [7SED] 24 PART 3 - EXECYTTION 2S 31 XNSTALL�RS [N�T USED] 26 3.2 �XAMXN�TZON [NOT USED] 27 3.3 PREPARATION [NOT USED] �8 3.� INSTALLATIDN 29 A. r'inishing of Parkways 30 1. Smoothly shape parkways, shoulders, slopes, and ditches. 31 2. Cut parkways to finish grade prior to the placiz�g of any improvernents in ar 32 adjacent Co the road�nray. 33 3. Ip the even.t that unsuitable material for parkways is encpuntered, extend the cfepth 34 of excavation in the parkways 6 i.nches and backfilI with top soil. 35 4. Make standard parkway grade perpendicular to and draining to the curb line. 36 a. Minimum: 1/4 inch per foot 37 b. Maximum:4:1 38 c. City may approve variations irom these zequirements in special cases. C1TY pF RORT WpRTH 2(#21 COMO AREA RSSLTRFACING PROJECT 5"1"AN17AIi17 CQN3TRUC'CTON SPECIFICATION I?OCiJN4E1V'i'S Revised December 20, ZOl2 CTI'Y PI207ECT NO. 103348 329[ i9-3 TOP50IL PLACEMF.NT AA[i� FINfSHING OF PAI�KWAYS P��;e 3 of 3 1 2 3 4 5 6 7 8 9 1p 11 I2 13 1� 15 r� 17 18 19 20 21 22 23 5, Whenever the ad�acent pi•operty is lower than the design curb grade and runoff drains away fiom the street, the parkway �rade must be set level with the top af the curb. 6. The design gxade from the parkway extends to the back of the walk line. 7. From that point (behind the walk}, the grade may slope up or down at rr�axzmurn slope of 4: l. B. Placing of Topsoil 1. Spread tiie topsoil to a uniform loose cover at tYie thickness specified. 2, Place and shape the topsoil as directed. 3. Hand rake finish a minimum of 5 feet from all flatwork. 4. Tamp the topsoil with a light roller or other suitable equipment. 3S REPAIR/RESTORATION] [NOT USED] 3.6 RE-�NSTALLAT�ON [NOT USED] 3.7 FIELD QUALITY CONTR�L [NUT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADNSTING [NOT USED] 310 CI.EA1VxNG [NOT USED] 311 CLOSEOUT ACTNxTXES [NOT USED] 31� PROTECTZON [N�T USED] 3.13 MAZNTENANCE [N�T USED] 314 ATTACHMENTS [NOT USED] �ND O�' SECTION Revision Log DATE NAME SUIVIMARY OF CTTANG� 24 CTI'Y aF FORT WORTH STANDARD CQNSTRUCTION SPECIFICATION I]OCUMEI�T5 Revised D�cember 20, 2Q l2 2021 COMO AREA RE5URFACING PR07ECT C1T'i' PRQ7ECT I�TO. 103348 330514-1 1�7U5"I'iNG MANI�OL�S, TNLBTS, VALVE BOXES, AN➢ �THER STRUCT[7RES TO GRADE Page 1 of 7 1 2 3 SECT�ON 33 0514 ADJU�TING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTTJRES TO GRADE 4 PART1- GENERAL 5 1.1 SUMMARY 6 A. Section Includ�s: 7 1. Vertical adjustments to manholes, draQ inlets, �alve boxes, cathodic protection test 8 siations azzd okh�z �x�iscelianeous structuzes to a new grade 9 B. Derriations from this City af Fart Worth Standard Specificaiion i0 1. AD7USTMENT/R�APIR QF �XISTING TRRIGATON LINE AND I 1 APPURTENANCES B�' A LICENS�D TEXUS PLUMBER SHALL BE PAID I2 PER ACTUAL COST OF ADJUSTMENT PLUS TEN PERCENT OVEI�HEAD. 13 C. Related Specification Sections include, but are not necessarily limited to: i4 l. Division 4— Bidding Requirements, Contract r'orrr�s, and Conditions of the I 5 Contract 16 2, Division 1— GeneraJ Requizeznents I7 3. Sectian 32 Ol l7 — Pezzz�azi�nt Asphalt paving Repair 1$ 4. Seclion 32 q1 29 -- Concrete Paving Repaiz I9 5. Section �3 OS 10 — Utility Trench Exca�ation, Embedment and Backfill 20 b. 5ection 33 OS 13 — Frame, Covei and Grade Rings 21 7. Section 3.3 39 10 — Cast-in-Place Concrete Manholes 22 8. Section 33 39 20 — Precast Concrete Manholes 23 9. S�ction 3.3 12 2a -- Resilient Seated (Wed.ge) Gate Valve 24 1p. Sectipn 33 12 2I — AWWA Rubber�Seated Butt�xfly Valve 25 1I. Sectian 33 04 1. I— Coz�oszan ContzoI `.I'est Station 26 12. Section 33 Q4 12 — Magnesium Anode Cathodic Pratection System 27 1.2 PRICE AND �'AYMENT �'ROCEDURES 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Measurement and Payment 1. ManhoIe — Minar Adjus#ment: a. Measurement 1) 1V�easurement for this Item shall be per aach adjustment using onIy grade rings or other minor adjustment devices to raise ar Iower a manhole to a gzade as sgecified on the Drawings, b. Payment 1) The work perfnrmed and the m�tarials fuznished i�n accozdance with this Item will be paid for at the unit price bid per each "Manhole Adjustment, Minor" completed. c. The price bid shalI include; 1) Pavement remo�al 2) Excauatia.n crr� o� �orzm wo�mr� STAlVDARD CONSTRUCTIDn' SPECIPICATEON DOCUMENTS Revised Decem6er 2�, 2012 2�21 COMO AREA RESiIRFACING PRDIECT CIT'Y PRO]EC"C NO. 103348 330514-2 AI]7U5'i'ING MANHOLES, Q�TI.ETS, VAI.VE i30XES, AI�TD DTHER $TRL[CTURES TO GRAFIE Page 2 of 7 i 2 3 4 5 6 7 8 9 14 11 12 13 14 15 16 17 is 19 20 21 22 23 24 25 2G 27 28 24 30 31 32 33 34 35 36 37 38 3� 40 41 42 43 44 45 �4b 47 48 49 2. 3. 3) Hauling 4) Disposal of excess material 5) Grade rings or other adjustment device 6) Reuse of the existing manhole frame and cover 7) Furr�ishing, placing and compaction of embedment and backfill 8) Concrete base material 9) Permanent asphalt pateh Qr concrete paving repair, as required 10) CIean-up Manhole - Major AdjusCment a. Measurement 1) Measurement for this Item shall be per eac� adjustment r�quzring structural modifications to raise or lower a manhole to a grade as specified on the Drawings. b. Payment 1) The work perforrned and the materials fuz�r�zslaed in accordance wiYh this Item will be paid fnr at khe unit price bid per each "IVlanhole Adjustment, Maj or" eompl�Ced. c. The price bid shall i�clude: 1) Pavame�t remaval 2) Exc.avation 3) Hauling 4) Dis.posal oi excess material 5} Siructural mndi�catians, grade rings ar other adjustment device C} Reuse of the existing manhole frame and cover 7} Furnishing, placing and compaction of embedment and backfill 8) Concrete base material 9) Permanent asphalt patch ar concrete paving repair, as required 16) Clean-up Manhole - Majoi• Adjustmant with Frame and Cover a. Measurement i) Measurement for this Item shall be per each adjustine�t requiring stn�ctuzal modifications to caise or lower a manhole to a grade specified on tlae Drawings or structural modificatio.ns far a rr�anhole zequzring a ne�c+ frame and cover, often �ar changes to c�ver diameter. b. Payment 1) The work performed and the znat��ials furnished in accardance with ttus Item will be paid �oz at the unit prica bid per each "Manhole AdjusEment, Major w/ Cover" completed. c. The price bid shall include: 1) Pavement remnval 2) Excavation 3) HauLing 4) Disposal of excess material 5} Struciur�l tziadificatiqns, grade rings or other adjustment device 5) �'razne and caver 7} Furnishing, placing and compaction af embedment and backfill 8} Concrate base materia] 9) Permanent asphalt patch or concrete paving repair, as requued 1Q) Clean-up CTI'Y OF FORT WORTH STANUARD CONST[tI1CTION SPECIFICATIO7�' DOCUMEIVTS Revised Decemher 2D, 2012 2D2 i COMO AREA RESURFAC6�lG PR07EC'I' CI'PY PROTECP [d0. 10334$ 330514-3 AD7iISTING MAI�fHOLES, iNLETS, VAT,'VL BOXFS, AIVT] QTHET� STRUC"t'[]itE5 TO GRADE Pdge 3 of 7 1 2 3 4 5 5 7 8 9 �a 11 12 l3 l4 15 16 l7 18 19 2f} 21 22 23 24 25 26 27 28 29 3D 31 32 33 3� 35 36 37 38 39 40 41 42 43 �4 45 46 47 48 49 5 � �k. Ir�let a. Measurement 1) Measurement for this Item shall be per each adjustment requir'rng s�•uctural modificatiQns t� inlet to a grade specified on the Drawings. b. Payment 1) The work pe�rforin�d an.d the materials furnished in accordance with this Itenn will be pazd for at the unit price bid per each "InIeE Adjustment" campleted. c. The price bid shali include: 1) Pavement removal 2) Excavatinn 3) Hauling 4) Disposal of excess material 5) Structural fnqdifications 6) Furnishing, placzng and conripact'zon o� embedment and bacl�'all 7) Coneret� base materittI, as required 8) Surface restorati.an, permanent asphalt patch or concrete pat�i�g repair, as required 9) Clean-up Valve Box: a. Measurement i.) Msasur�ment �or tkiis ICem shall be per each adjustment to a grade specified on the Drawin.gs. b. Payment lj The wQrk performed and the materials furnished in accordance wikh. this Item will be paid for at the unit price bid per each "Valva Box Adjustment" completed. c. The price bid shall include: I} Pa�ement removal 2} Excavation 3} Ha�ling Q} Disposal af excess material 5) Adjustment device 6) Furnishing, placing and compaction of embedment and backfill 7) Concrete base materiai, as required 8} Surface restoration, permanent asphalt patch or concrete paving repair, as zequired 9} Clean-up Cathodic Protection Test Statian a. Measurement I} IVleasurement far this Item shall be per eaeh ad�ustment to a grade specified on the Drawings. b. Fayment I) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Cathodic Protection Test Station Adjustment" completed. c. The price bid shall include: T} Pavement removal 2} Excavation CTI'Y OF FOitT WOI2TH STP.NDARD CONS'['I2UCTION SPECTPICATION DOCUM�n'TS Revised �ecember 2D, 2D12 2�1 COMO AREA RESLTRFACING PROSECT C1TY PRQ7EC'P NO. 103348 330514-4 AD.FLISTING MANH�LES, INLETS, �ALVE BpJCES, AI�FD OTHER S'fRUCTi1RES TO GRADE Page 4 of 7 1 2 3 4 5 6 7 8 3) Hauling 4} Disposal of excess material 5) Adjustment device 6) Furnishing, placing and compactian .af embedment and bacl�ill 7) Concrete base maierial, as required 8) Surface restoraCion, p.ermanent asphalt paCch or concrete paving repai�, as reqnired 9) Clean-up 9 7. Fire Hydrant �0 a. Measuremeni 11 1) Measurernent for this Xtem shall be per oach adjustnnent requiring skem 1.2 extensions to zzzeet a grade specified by tlae Dravvzngs. 13 14 15 16 17 1S 19 2Q 21 22 23 24 25 25 27 2& 29 30 3I 32 33 3� 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 b, Payment I) The work pe�rformed and the rr�aterials furnished in accordance with this Itezn 'uvill ba gazd far at the unit price bid per each "Fire Hydrant Stem Extension" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material S) Adjustrnent materials 6) Furnishiug, placing and compaction of embedmant and backfill 7) Concrete base maEerial, as required 8) Surf�ce restoration, permanent asphalt patch c�r concrete paving r�pair, as required 9) Glean-up $. Miscellaneaus ��� U'TILTTY AD7USTNLENT a. Measurement �} Measurement for this Iiem sha11 be per each adjustrizent r�quizin� st�-uctural modiiicaiions to UTII.TI`YIiRRIG1�TON LIN� AND .A.��URTENANCES VirHERE SUCH UTILITY/IRRIGA.T�ON L1NE ARE THE PROPERTY OWNER'S RE.SPONSrBIL�TY TO MAINTAIN ' b. Payment 1) T�e work per�orzned and the materials furnished in accordance with this Ztem will be paid 1'ER ACTUAL COST QF THE ADJUSTMENTS PLUS TEN PERCENT TO C�VER THE COST OF BOND AND OVERiIEAD INCIJRRFD BY THE CONTRACTOR IlV IIANDLING THE i3�I'IL�I`Y AD7USTMNETS " ' „ c. The price bid shall include: 1\ D.,...,w,...,r« ..,I 2} Excavation 3} Hauling �) Disposal of exeess material 5) � UTILITY modiFications 6) Furnishing, placing and comgaction of embedment and backfill 7) Concrete base material CITY OP FO12T WdRTH STANDARD CONSI'RUCTTON SPECiFICATION DOCUMBIVT5 Revised Deaemher 20, 2012 2021 COMO AREA RESURFACIHIG PROlECT CITY PROJECT NO. 103348 330514-5 AD]UST]NG MANHOLES, INLETS, VALVE. BOXES, AND OTHER STRUCTURES TO GRADE Pa�e 5 af 7 1 8) Permanent asphalt patch or concz�ete �-�zepaiz, as required 2 9) Clean-up 3 1..3 RE�'EREN�E� 4 5 b 7 8 9 10 11 12 13 14 15 i6 l7 is 19 20 zi 22 23 A. Definitions 1. Minor Adjustment a. Refers to a small elevation change performed on an existing manhole where the existing frame and cover are reused. 2. MajorAdjustment �. Refars to a signzficant elevatzon chan�e perfaz�med on an existin.g manhale which requzres stzuctural madification or when a 24-ineh ring is claanged to a 30-inch ring. B. Reference Standards 1. Reference standards cited in this Speci�cation refer to the current reference standard published at the time of the latest revision data logged at the end of this Specification, unIess a date is specifically cited. 2. Texas Commission on Environmental Quality (TCEQ): a. Tit1e 30, Part I, Chapter 217, 5ubchapter C, Rule 217.55 — Manholes and Related Structures. i.a ann�vzs�R.�,.Tzv� �Qu.a[z.Emn�rrT,s �rroT usEnl 1.S SUBMITTALS [NOT USED] X.6 ACTZON SUBNIITTALS/INTQRMATIQNAL SUBMITTALS [NOT USED� 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.S MAINTENANC� MATERIAL SiJI3MITTALS jNOT USED] 24 1.9 QUALITi� AS5i1RANCE [NOT USED] 25 1.10 DELNERY, STORAGE, AND HANDLING [NOT USED] 26 1.11 FIELD [SI'1'E] COND1rION5 [NOT USED3 27 1.12 WARRANTY [NOT USED] 2$ 29 3� 3i 32 33 34 35 PART � - PRODUCTS �.1 OWNER-FURNISHED [oa] �WNER-SiTPPLIED PRODUCTS [NOT US�D] �.� MATERIALS A. Cast-in-Place Concrete 1. See Section �3 3a 00. B. Modi�ica�ions to Existing Concrete Str�ctures 1. See 5ection 03 $0 00. C. Grade Rings CITY OF PdRT WQRTH 2O21 COMO ARSA RBSURFACIIVC� PRO]ECT STAIVI�ARD CdIVSTRUCTION SP�,CiFICATION DpCUMENTS iLevised TJecemher 20, 2�12 CiTY FR07EC'I' N0. 103348 330514-6 ADJLFSTI3�G MANI-IDLES, INLETS, VALVE BOXES, AND OT1iER ST'12CJCTURES TQ GRP.DE Yage 6 of 7 1 2 � 4 5 6 7 8 9 IO 11 12 I3 14 2.3 1. See Section 33 05 13. D. �rame and Cov�r i. s� s��cxo� 3� as i3. E. Bac�'ill maCerial 1. See Section 33 D5 l Q. F. Water valve box extension i. See Sect�on 33 12 20. G. Corrosian Prot�ction Test Statian 1. See Section 33 04 11. H. Cast-in-Place Concrete Manhales 1. See Section 33 39 10. I. Frecast Conerete Maril�oles 1. See Section 33 39 20. ACCES�ORIES [NOT USED� 15 2.4 SOURCE QUALITY CONTROL [NOT USED] 16 PART 3 - EXECUTION 17 �1 INSTALLERS [NOT �7SED] 18 3.2 EXAMINATION 19 A. Verification of Conditions 20 1. Examine existing structure to be adjusted, for damage or defeeis that may a�Fect 21 grade adjustment. 22 a. Report issue to City for consideration before be�inuing adjustzn,ent. 23 3.3 PREPARATION 24 25 26 27 28 3.�4 24 30 31 32 33 34 35 36 37 A. Grade Verification 1. On major adjustments coniixm any grade change noted on Drawings is consistant with field measuremen.ts. a. If not, coordinate with City to verify final grade before beginning adjustment. ADJUSTMENT A. Manholes, Inlets, and Miscellaneous ��UTILITY AD3USTMENT 1, On any sanitary sewer adjustment replace 24-inch frame and cover assembly with 3fl-inch frame and cover assem6ly per TCEQ requirement. 2. On manhole major adjustments, i_nlets and rniscellaneous struciures protect the bottom using wood forms shaped to Fit so that no debris blocks th.e in�ert oz the inlet or outlet piping in during adjustments. a. Do not use any more ti�an a 2-pzece bottom. 3. Do not extend chimney portion of the manhol� beyond 24 inches. 4. LTse the least number of grade nings z►ecessary to zz�.eet required grade. CiTY OF FpRT VJORTH STANDARD CON5TRi7CTION SPECTFICATIQ]V DpGUN1ENTS Aevised Decemher 20, 2012 2Q21 COMO AREA RESURFACING PROJECT CTI`Y PR07ECT NO, 1d33�}8 1 2 3 � 5 6 7 8 9 ta II l2 l3 L4 15 16 17 18 19 2U 21 22 23 24 25 330514-7 AD7U5TING MANEiOL�S, INLETS, VALVE BO��S, A�TB OTkIER STRUCTtIRES Tp GRAD� Page 7 of 7 a. For example, if a 1-foat adjustment is required, use 2 6-ineh rings, not 6 2-inch rings, 5. A LICENSED TEXi]S PLUMBER SHALL BE RE�P�NSIBLE FOR REPAIRIADJUSTMENT OF UTILITY/IRRIGATION LINE AND APPURTENANCES B. Valve Boxes 1. Utilize typical3 piece adjusiable valve b�x fpz adjusting to final grade as shown qn the Drawings. C. Backf�ll and Grading 1. BackfilI area af excavaEion surrounding each adjustment in accordanee to 5ection 33 OS IQ. ll. Pavement Repair 1. T�' required paven�en.t regaix is to be performed in accordance with Sec�ion 32 O 1 17 or Seciion 32 D1 29. 3.5 REPAIR / RE5TORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED� 3.'� FTELD [oR] SITE QjTALITY CONTROL [NOT USED] 3.8 SYSTEM ,STARTUP [N�T USED] �.9 An,n7sTrNG INOT Us�cn] 3.10 CLEANING [NOT USEDI 3..11 CLOSEOUT ACTIVITIES [NOT USEDj 3.1� PROTE�TION [NOT USED] 3.13 MAINTENANC� [NOT USED] 3.14 ATT�CHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A — Pay item added for a major manho4e adjustment whieh reuses the existing frame and cover and a inajor adjustm�nt requiring A naw frame and cover; Added 1 2/2 012 0 1 2 D. ]ohnsan items to Ue included in price bids; Blue text added for clarifcaEion %r miscellaneous structure adjustments 3.4 — Pq�ement repa'tr requirements were added 26 CTTY OP F{?RT WOI2TH STAiV�ARD CdNSTRTICTION SPBCIFICATION DOCiJMENT9 Revised December 2D, 2012 2021 CO.Md AREA RE3URFACINC� PROJSCT CITY PRO]ECT NO. i 03348 34 71 13 - ]. TRAFFIC CDN7`ROL Page 1 of 6 2 3 PART1- GENERAL 4 1.1 SLTMMARY 5 A. Section Includes: 3 7 8 9 1p 11 i2 f3 14 15 16 17 18 SECTION 34 7113 TRAFFiC CONTROL L InstaIlation of Traffic Control Devices and preparation of Traff c Control Plans B. Deviations from tlus City Qf Fort Warth Standard Specification 1. FOR THIS PROJECT TRAFFIC CONTROL SECTION 3�1- 71 13 SHAI.L BE CONSIDERED SUBSIDIARY WORK, NO SEPARATE PAY. 2. TRAFFIC CONTR�L IMPLEMENTATION, INSTALLATION, MAINTENANCE, ADJUSTMENTS, REPLACEMENTS AND REMOVAL OF TRAFFIC CONTROL DEVICES SHALL BE CONSIDERED SUBSIDIARY WORK, NO SEPARATE PAY, 3. PREPARATION OF TR�FIC CONTROL PLAN DETAILS, ADHERENCE TO CITY �1VD TEXAS MANUAL �N UNIFORM TR�FIC CONTROL DEVICES (TMUTCD), OBTAINIIVG SIGNATURE AND SEAL DF �. LICENSED TEXAS FROFESSIDNAL ENGINEER SHALL BE CONSIDERED SUBSIDIARY WORK, NO SEPARATE PAY. T9 C. Related Specification Sectzon.s include, but are not necessarzly limiited to: 20 I. Divisian 0— Bidding Requirements, Cantract Foz'zz�s and CondiEions of rhe Cantraet 21 2. Division 1— General Requirements 22 1.� PItICE AND PAYlV�NT PROCEDURES 23 2A �5 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Measurement and �ayrnent 1. Ins.tallation o� Tra�ic Contral Devices: SUBSIDIARY NO SE�AR_A'I'E PAY l�if., „r a, „�; �� .,� n .., �.+h :., .�„fls,,.,,a ,,., �n ,,.,i„�.a..,. ,�.,.,., �. -.�-- z� =�m, F << �, .« „ iT��.,��.,+,.>,�g:t�e�t�Ei�� '2l Tif..,,,,+.,.,.,.,..� �}�S#�e�s C\ A a,.l ., o., t.. -, - -r—"=--------- �l Da..�..,...,1 � �� 2. Portable Message Signs CI'PY QF RpRT WQRTH STANDARD CONSTItUCl'TON SP�CIFIC�TION DOCUMENTS Revired November 22, 2013 2D21 COMO AREA RESURPAGING PR03ECT C1T'Y PR07ECT NO. 103348 3471 13-2 'FRAFFIC CCINTROL Pag� 2 oi 6 I 2 3 4 5 6 7 8 9 10 11 12 1� 14 15 16 17 18 19 20 21 22 23 24 25 3 a. Measurement 1) Measurement for this Item shall be per week for the duraEion of use. b. �ayment 1) The work p�rformed and materials furnished i.n accordance to this Item and measu�•ed as provided under "Measurement" shall be paid for at the unit price bid per week for "Fartable Message Sign" rental. c. The price bid shall include; 1) D�livcry of Portable Message Sign to Site 2) Message upd�ting 3) Sign movement throughoul canst��ction 4) Return of the Portable Message Sign post-construction Preparation of Traffic Control Plan Details: SUBSIDIARY NO SEPARATE PAY rao „+ • 1\ Tifa�..,,,,.o.�.a.,+ f',.,. s4.: � i+o.�, �l�.e .�. �h T....�FF:�. ('....f,...1 Tlok.,:l .. ,-ed � � „ �� i� n,.,,...,..:�,..►,,, rr..,,�;,, r�,,,,+..,.i ni.,r r�,,a,,;t., f>.,...t,..,,,,..,r „f�n i,.,,,,.� .. ��' rmn,rT trrr�r�� 26 1.3 REFEItENCES 27 A. Reference Standards 28 29 30 31 32 33 34 1. Reference standards citad in this Specification refer to the current reference standard published at the time of the latest ret+ision date Iogged at the end af this ,Specification, unless a date is specit"ically cited, 2. Texas Manual on Unit'ozm Traffzc Control D�vic�s {TMUTCD). 3. Item 502, Barricades, Signs, and Traffac Handling of the Texas Departn�ent of 'Transportatian, Standard Specificati�ns fox Canstruction and Mainten�nee of Highways, Streets, and Bridges. 35 1.4 ADMZNISTRATZVE REQUXREM�NTS 36 37 38 39 �� �4I A. Coordination 1. Contact Traffic Services Di�ision {817-392-7738j a minimur�� o� 48 t�ours prior to implementing Traffic Control within 500 feet of a traffic signal. B. Sequencing 1. Any deviations to the Traf�'ic Control Plan in.cluded in the Dzawings must b� first approved by the City and design Engineer befoze izr.zplezineniataon. �42 1.5 SUSMITTALS 43 A. Provide the Ciry with a current list of qualified flaggers before beginning flagging 44 activities. Use only flaggers on khe qualified list, C1TY OF FORT WORTH 2O2I CdMb AAEA RESilRFACFNG PROdECT STP.NDkLRD CONSTRUCTION SPBCIFICATiON DOCllMENTS Revised PTnvem6ar 22, 20.13 C1TY PRDJECT [dQ, 1033�1$ 34 71 l3 - 3 T12APFIC COIrITR�I. Page 3 of 6 l. 2 3 4 5 6 7 8 9 10 B. Obtain a Street Use Permit from the Street Managetnent Sectian of the Traffic Engineering Division, 311 W. 10'� Street. The Traffic Control Plan (TCP) for the Project shall be as detailed on the Trafiic Control Plan Detail sheets of the Drawing set. A copy of this Traff'ic Control Plan shall be submitted with the Street Use Permit. C. Traffic Control Plans shaIl be sigried and sealed by a licensed Texas Professional Engineer. � E. Cpntractor shall prepare Traffic Cpn�rol Plans if required by the Drawings or Specifications. The Contractor wilI be responsible for having a licansed Texas Professional Engineer sign and seal the Traffic Control Plan sheets. Lane closures 24 hours or longer shall require a site-specific traffie control plan. 11 F. Contractor responsible for having a licensed Texas Professional Enginee�r sign and seal 12 changes to the Traffic Contrnl Plan(s) developed by the Design En.gineer. 13 G. Design Engineer will furnish standard detaiIs for Traffic Control. 14 l.b ACTIQN SUBNIITTALSlINFQRMATIONAL SUBMITTALS [NOT U�ED] 15 1.7 CLOSEOUT SUBMITTALS [NOT USED] I6 �.S M�NTENANCE MATERIAL SUBMITTALS [NOT USED] I7 1.9 QLTALITY ASSURANCE [NOT USED] I8 L10 DELIVERY, STQRAGE, AND HANDLING �NOT USED] I9 L11 FIELD [SITE] CONDITIQNS [NOT iTSED] 24 Ll� WARRANTY [NOT USED] 21 PART 2 - PRODiTCTS 22 2.1 QWN�R-I+'LTRIVIS�IIID [oR] OWNER-SUPPLIED PRDDIICTS [NOT USED] 23 24 25 26 27 28 29 30 31 32 33 2.2 ASSEMBLxES AND MATERIALS A. Description 1. Regu�atory Requirements a. Provide Traffic Control Deviees that conform to details shawn an the Drawings, the TMUTCD, and TxDOT's Compliant Work Zone Traf�c Control De�ice List (CVVZTCDL), 2. Materials a. Traffic Control Devices must maet all re�lectivity requiz'ements included in the TMUTCD and TxDOT Speci#�ications — Item S02 at all times during eonstruction. b. Electronic message boards shall be provided in accordance with the TMLTTCD. crr� o� �ox�r wo�� STANDARD CON5TRUCTI01+1 SPECI�iCATiO1V DOCUMENTS Revised November 22, 2U l3 2021 COMO AREA AESCJRFACTNG PRO]BCT C1TY PR03ECT iVO. L0334$ 34 71 13 - 4 TRAFF'IC CONTR4L Page 4 of 6 1 �.3 AGCE�SORI�S [NOT U��D] 2 �.4 50LTRCE QUALITY CONTRQL [NOT USED] 3 PART 3 - EXECi7TION 4 3.1 EXAMINATION [NOT USED] 5 3.� PREPARATTON h A. Protection of In-Place Conditions 7 1. Protect existing traffic signal equipment. 8 3.3 INSTALLATION 9 A. Follow the Traftic Contral Plan {`L'CY) and instaII Traffic Control Devices as shovswn an 10 the Dravaings and as directe.�i. 1 i B. Install Traffic Control Devices straight and plumb. 12 C. 13 I4 1S D. lb 17 18 19 2D E. 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 Do nat make chan�es to the location of az�y device oz i�rngleznent any oth�r changes to th.e Tra�'ic Control Plan r�ithput the appra�al of the Engineer. l. Minoz adjnstrrients ta meet field constructability and visibility are allowed. Maintain Traific Control Devices by taking corrective action as soon as possible. l. Correcti�te action includes but is not li�nited to cleaning, replacing, straightening, cavering, or removing Devices. 2. Main.tain the De�ices such that they are properly positioned, spaced, and legibl�, and that retroreflective characterist�cs mee.t requirements during darkness a�rzd rain. If the Inspector disco�ers that the Cont�ractor has failed to comply wiTh applicable fedexal and state [aws {by fai�Zng to furnish the necassary fla�men, waming devices, barricades, lights, signs, ar other precautionary measeues for the protec�ion of persons or property), the Inspector may order such additional preca.utionary measures be taken to protect persons and property. 5ubject fo the approval of the Inspector, portions af this Project, which are noC affected by or in conflict with tha proposed method of nandiing t�affic or utility adjustments, can be constructed during any p�ase. Barricades and signs shaTl be plsced in such a manner as to not interFere with Che si�ht distance af drivers entering the highway frarn driveways or side �t�eets. F. G. H. To facilitate shifting, barricade�s and signs used in lane closures or traffic staging may be erected and mounted on. portable supports. 1. The suppnz't d�sign is s�bject ta the appraval af the Engineer. I. Lane clnsures shall be in accordarlce with Che approved Trafiic ControI Plans. J. Tf at any tirne the existing traffic signals become inoperable as a result of construction operations, the Contractar sha]1 provide portable stop signs with 2 orange flags, as approved b� the Engineer, to be used for Traffic Control. CTI'Y OF FQAT WORTH 5"I'ANlJARD CdN5Tf2UCTI0I�I SFBCIFICAT[ON D�CiJIv[FNTS Revised November 22, 2U l3 202I C�IJ�O AREA RE.SLIRFACING PAO7ECT C1TX PROTECT NO. 1�33�}8 34 71 13 - 5 TRAFFIC CQNTftOL Page 5 of G 1 2 3 4 5 5 7 8 4 10 11 12 13 14 15 I6 I7 I8 I9 24 2] 22 23 24 K. Contractor shall make arrangements for police assistance to direct traffic if traffic signal turn-ons, street Iight pole installation, or other construction will be dc�ne during peak traffic times {AM: 7 am — 9 am, PM: 4 pm - 6 pm). L. Flaggers 1. Provide a Contractor representative vvho has been certified as a flagging inst�uctor through courses offered by the Texas Engineering Extension Service, the American Traf�fic Sa%ty Services Association, the National Safety Cauncil, or other approved organizations. a. Provide the certificate indicating eourse completi.on when requesCed. b. Th.is zepr�sentaiive is responsihle far training and assuring that all flaggers are qualified to perfnrm flagging duties. 2. A qualifzed flagger must be independentiy cexti�ied by 1 of the organizations listed above or tzained by the Contractox's cexti�ed flagging ins.tructor. 3. Flaggers must be courteaus and able to effe�tiv�Iy communicate with the gub�ic. 4. When darecting traf�'ic, flaggers must use standard attue, flags, signs, and signals and foltovv t�.e flagging praceduzes sei forth in the TMUTCD. S. Provide and z�r�aintain flaggeis at such points and for such periods of time as may be zequired to provide for the safeiy and convenience of public travel and Contractor's personnel, and as shown on tiie Drawings or as di�e�cted by the Engineer. a. These flaggers shall be locate.d at each end of the lane clvsure. M. Remor�al 1. Upan comple�ipn of Work, remo�e fieom the Sita all barrzcades, signs, eon�s, lighCs and othez' Tzaf�c Cantrol Devices used for wark-zone tzaffic handling in a timely mann�r, unless vtherwzse shown on the Dzawings. 25 3.4 RE�'A�R / RESTORAT�ON [NOT USED] 26 3.5 RE-INSTALLATION [NOT YTSED] 27 3.6 FIELD [ox] SI'TE Qi7ALITY CONTROL [NOT USED] 28 3.'� SYSTEM STARTUP [N4T USED] 29 3.$ ADJLT5TING [NOT USED] 30 31 3.9 CLEANING �NOT USED] 3.I0 CLOSEOUT ACTIVITIES LNOT USl;ll] 32 3.11 PROTECTiON [NOT USED] 33 3.12 MAINTENANCE [NOT i]SED] 34 3.13 ATTACHMENTS [NOT USED] 35 END OF 5ECTION � Revisian Log CITY OF FORT WORTH STANDARD CQNSTRUCTIQN SPECIFTCATIOIV 170CUN1BNTS Revised November 22, 20i3 2021 COlblO ARER R�SLFKFACING PR�7�CT CTl'Y PROdE,CT I�O. f 03348 34 71 l3 - 5 TRAFFIC CONTl2bL Page 6 of 6 DATE NANIE 11122I13 ,�. Arnold SUMMARY 0�' CHANG� Added police assistance, requirement for when a site specific 'I'Cl' is reqUired CTI'i' OP FOI2T WDRTH STAN�ARD C()NSTFtUCTLON SP�CT1xTCA'iIDN DdCUNfENTS Revised Novemher 22, 2n i 3 2021 COMO AREA RESURFACING PAOTECT CTCX PRQ7�CT N�, 1033A$ �C�6.�6.I] 1l�ll�no�it� an� W�nzen �v�ne� ]�����e�s �E��e�p�i�e �ompl��.�ce ��H[�S ��GE ]C!]EFT I1�7C`]ENfT"�O��I1I�Y ��LANY� 2021 COMD AREA RESURFACII�G PROJECT City Project No. 103348 Q � � � rn =a Q ¢ � � � {� 0 � � � m � � � � � � 0 '� O � � � � � � �} � �� � � � � � � � � � B �1 c .� �. Q G � .� a � � m Q O '�7 :o � 41 � C q�j •� � �� � U .�` -�o U N G �� � .r�+ � CCJ a U � � Q � ¢ 0 �U �a �� +� U m � i� .a o v � U C >{ ❑ W ,� � 7 � 'p ,n �� � m c� U � � �a � � o � 7 ? .O '� °� m i C N � v d �� '� -� � � « $ � � � � �� �� � � �� � C n.+� �'i � �_ d � � � EJ n � .'�..� .�_.. _ � � m -a � � �� � ca � o= � � � � �� m � a � Q c .� O � � m �� d � � C u7 �,� "o � G � O � � N � O p �p U N �:� � � a � -z' � � C � a � � �� � � � � � � 11J � m � � � �. �� .� w m � � � � � � � � � *'' `o � � N � b� � �o .o lCi � �� �� Q .%. � � o � o � O V N � N � �7 y �°�� O � n Q) C +�- � o � p� � n 4� � �� a LL N N � � � �� o , C � o � LL. � � o� �� c � ci S N � � w N IL � � m c .� m . _ � or � N � � �� � O � U C � � �l p r'� � `o � p .4 � o � C6 a� p m � � � � o [0 ,D f�. .Y m N y E� � �' `m U � � a, • C G .� Q � � �� � o c � � � � O E c a � CS1 �r �� �O � 4.y � �, w � OI V- �"- a m �U '� � � O y � � 'a � m � � �� '� � �� •a � W v v�a' m c� Vl � N •m � N UI H- m C U rJ � m � � �� L s � m � m .�. � � � � �U N � N QS C C � � .�Q II'1 W � C � m 3 � � `o � �. C G � cQ E� � � � � � � . � C� N � � � 0 oU -� _ v m � � u. 0 :: � m � 'b n C � N � .m � p. � � ca � � � YN p w � ��y�� .�+ 3 Y SO � �� m � w � N 3W d� � U �� � � � � �o� a� "� O = � � � � m � EU � O U� Q� �.L� O�'7, � �� u� b ��� � � � � a •�, �, �m o a� � o�•� N ��s� �v�i a? a $� m w � N W .T� � N � m� � o a O W � 'a � tlI � � 61 � � N d},� � Q�j N 'j �AS W til � �� � w � �' � a u� �� � � d O � � •� 61 y � m c 3 �� v c -r� � N � � � - � � O � a � � b.E � � Q N !3 �' � 3 � LL[ � O y �v�c'�� c � � a '7��� m � � +� �[� m N O r� � � p tt�i O 4= O � � � � N a � �' is �� �� .r M � � � � � � ao n 7 � 'c LL O i7} � C ,�,�,, "A c� O � ���� D � U �py a`1 `'-' .� N � ,�' � Ln Q'��� a' � w N � Li. u�i � a7 a���� « 'm �^ Z3 CQ � C � � � _ � � a� W a � U � � �� �� .� g m .� Q ���w C b � � � 'q � � L � � � � .�7 U �CO T �, 4 � a o fn � � N l� IC d7 p � .w a � � `�, V C L Q � F � . � �v�,v1a m� ^ � � � W � � � ��o� � N N �► 'Q ���� 'O � � C � � � � 0 6 ` O) N N O l0 qy N y 'd « .n. c � ,�' �a��� y t�tl N N O � � '� � � � O � � N .C] Sd _ � � GI � � Q rn � W q a`�i o� a�, f�A � �- ❑ � � O ���-'cm wv��� � �q O W^ G Qy C y .� 'E c� � N0.' n. a a '� O Vi '� ui O C m � �w �c� 8��� � � c �t m oy � E'�'w �r �� O � O p d � � � � O „_, m � � � ca�� � Q o� � � � � V 0 N m as � •°� c o. � a �111 O Q1 j S� y � � � O N � � g�,�, � w� V% L m � � � 1� [d � N a N � � y � i � � m u�� w v� �Y � Q m � xt �., �� � � � fl ��a� � � � m G � � � o ° n � �.� � o ���a>Q � '� � U b] !u O.G C� n � � o❑ ��ro�� � � � O ,t''_' ca��E a d r" G E U���S ¢� � N d Pf �a k �c � � � � 7 � � � � � � m o m d7 � N Q � O a _ y U 3 �. $ cn � ��v4 � � a� a � � � � L' us p [6 �'Y U C �^' �� ,� g � .. . � N 7 � � � � 0. � � G. � N � ��p� Q � [] � O�x" C � ld � � o�� a .-. � a� ,�, N�o @ !6 � O �' ] a1 �- N F' �. N 'Q m � :� 'S ro�� g. o,�'w� m � � � O��w �o:Ncp�.�. � ,��, U C1- p Q � •� � � a '�`nma> mm�' o E ��v� .a0 �O � Es�l � � `m 'ii ma w E� N �d � � � � W U m� ��� m �' � �+ o� il.0 mw�•C a� �, E�+� � a�i o- 'n, r�n ��m�� a��� � � ��?a�o �o��L ��m� -0 "a � � � � c � ats •� w �.c m � y a. m'� � o� �,��m� � ,.�', �+ � "4 w 7�� �s�+ a lsPl�°?m� � w o � � C N � � � m 7 � � � m� �ara � � ;� i • � � � Qya'�IL�E � .�'� ai �,���m � ... a w � ° `.,� a� y � � `�� a�m ����� oy�m� C m � � � a7 'p E +U � m u � "' � [L � v�i N � �� �� 3�M a R $ � �� �° o r. a � C() � �� �� �� o � « II' C � '��" N � � m tl ��U � � � y � � E � �� ? °c� � w- n � U � G� C « � a� � �m � aa o ��� � � '-�• � �p 7 �� � n. � w �y �� �� �� c� U �� $ � M � �� � �' b fl � U o ,'�3 a 4S c O � *� �00 �, a � � 'R ;a .� � � � .n � ��z o. "" � � a � � v �W�' CQ a �� � �a � �. U [°�i r'�n i�p U � [�6 U C�p �9 V C � � � � � � � U m � � '� O y N� Q � [�4 � �U f� ' 6 tl1 �' Z � �� � � Z¢ � T �� z LJ � ❑ ❑ � L�.J � Ld ❑ , u m m m � � � � � � c c� ta N ti N •� � •� � Ll. �� 1L 7U LL � � � � � � a � � � � � � C) � j Q3 �g1f � C3 � C�p C U Itl � IQ � � U [4 � � ¢ ¢ t� � C ¢�' U g ¢ �'4" [� � � ❑ ❑ � ❑�❑ ❑ ❑L.�❑ n (�j U � � c� ❑ u � � Q 4 � Q Q ❑ O � � � U t- , p�j � � C� �'- . 1� �, � C3 !- � O v. m� F.. �� � m� � � s ll7 ��i � d� 4L] � � LJ� LJ � � Q�❑❑ � °� d z � O � � ❑��� b � m @ F= w � � � � � � S!! � � � � � Q' Q � � p� a��i � a�s N r,�p m'� '� � cC? U U � 3 �Qa] � � � � � •7 � � � �z `�'� �� m ='�s�, � � �' � � � Wp v,� NN � � C� � v �� � r �� V! d% �` O � faA �� o � f] Q o � � � y� v O ��� V a a�- C� � �o 0�3 �� �C7 v ���� U g �� V 4 �ULl a +A �'`�� z � � � z +�+ G � Q Q i � U '� � T ° � Cp c°} V C� ❑ � � p� � � I� � � � �' � Cp � � b.+ � ;,Y � w �� � N� �� �N � � � � � �� �� v l� � a � ... N y a � � p � m � � � � � f� O � (��j �� y�[y � 7, N Ui i G � LU � w. � � N 0� �i Q:� ,� � �� �t�u ��a � � N �aa°�a � � �'o �r"+�3 � a� mN o��� n� ���aa � g �U���� � p N._ U�r� m � p�l� '�y,m }'r �Nt� �� � �� V� �o� � � � �L7 O� � � O,Q����, � 4 � U 't3 � � � � � � C'�] !� � y -� U �3 en ❑ �' c� �� 5 � � ° � ° �� � � � � � � � � � � o � � � � �� � � d � � � �fA '� A �� G �pD '� � � � NJ `�l � •� � � � � � O � '� .6 � � � 'd � � � a a w c� aa a a w c� ��t a, �u o� L� N � W G � a } y �� �� Q `d' Y O � �, � � C=] � � � x 6 � F � w � � � � � � � .� �a. � � � � 8 � � O v � � '� � � m � c w .� aa � � �. k0 � m � .� � � � � � a ea � d w � m � � Z z � � � � � � C C � � � � LY] �� Q} ,� m .� a '� � �p � • i6 a '� O � � � � � O N �6 � � N R7 � i° z � z� z z �¢ z z �¢ �� � � ❑� � � � � � � � � � � m m � Q1 lTF ip IO � C� (�d k •� � ��„ � 'C Q1 '.—U.. � � � � � � � � � � � � � � � ��c�q7� V � .� .0 � � V C ,� m � � � � �L � � � N � � �i iA � � ,� �iA lV � a � U � ¢ c� � d ¢ c3 � ¢ ¢ c� ❑ �❑❑ ❑ �❑ ❑ ��❑ ❑ ❑�� a• C�j U U U � m eq a� � � � � U� � CI �❑ �, C� � � o � m � c¢i � „ � m � c�s � � � � � a � - � � a o � ��� n a� �� �o= �,� �❑t �� �-r�� '6 � U � � u. U u.. U e� U X �� c�� o � z� a �n z�o mn zr-o U ❑ ❑� V � �3 � �i= �, ,�` w .- i� m rn z � �r �v � � '� �. U a � f�j� � w� aoNi a� m� W(j kt'� N Q �, � N Q. = 1� � i S� � t�[i_ c1? a f J [� � �1 Q O �+ „� � e- v � � '� � v 4..� I� 11i t] , � � cr � r . � ch }Q � V7 � o � til �7 p � N ¢ a � U1 � o � � � O c 4? � � o� v � Q;Q c� � o� v a � tt es ? � � a� � U � n� � � � °1 � U � � � a � � w (/3 � es � � � .��r � Q z � � a � U � V $ i� � N � C C� a � � o � (/i L�LE r � c�., J Y tr�0 � ~ ; � � � y �' CJ t�9 X � � � � +.. X �' ta T� � � � N � ti 'L� �6 � � c � � M � a, p -�a � � U � `� � c, E � '� �' u, r � `o � N Cy � � O � � � � � .�. �g .a�'i Q � ,n a (A � � e'�i � Ud � � ck �� a c� � u7 m Q c*� ao —� ��� er U° � c m�' tn � ax � � �a N � `�' �. `n � � c4 '� '�C � ia d `� g' a � �, u `7 � cu a � a N �� �� °� c� � ° � � � � '�n N � � � �o � E � �� � � � ° � ° � � �� � � � � � � � � o� �, � �, Gfj N�p fH = Q�3 a:.; i�d C � �.� ,�, E � 6,� � � � L•� +w 'ur � � �� � 'h � a � � 'w � o � � a � e '� � 0�0 Q �� � � 4 �u�a t] m a a� t� � d r'�iu�i � �� r � o � 00 a a � Q. W � aa �o � W d � � 4 a � � .� � � � � � �a �. '� � � ti � ,� � � � � � N � � � �' '�' � N � � � � � IC O � O � � � � � L �� C �� LQ7 � o � '� I-6 � A � v � � � � O� � r!9 +� •�. +�'. � �� � � � � � � � � � � � � � ._. � � � W �%, � � � � � � � � � � � � 0 � � � � 0 o a � � � c � Q 4 Q � � � � m A � 0 O � m is m � � H � � � O� � � '� � p � w :� � c� '3 ❑ .C� x r .��� m .� •� � � � � '�q � �y �'� � fi? iSf d^' � -0 = C a � � N � N � r�l1 O � � � � r-;a�� SC � `, X � � � � ���'.;a i 0 .,-, D � � � �Q. U � � � � � �. � � � E-- � � � U � 3 � �� �'i's � •� � � a O � � � 'C ,� ' . C ��.�in ���m ��=-o ���a� �. ;� � � � � N � O � � � r � '�O � w � Qi Qi � � ° `�, � � �� � � � � � � � � � O � 3 � i � � Q �gvm vi�� N c � -a o p � � � `�' .a+ O ��G °?o� ����c � � ia .�. o ,;.° � � m � � � � � � � � ����u aE�a�� ���'�� € O � '�s �- � ��c�c�c°� -�� i�i� Cl- � .� "� ,� t � o o � N- � � .c � � � C � � � �3 Q C ,1�G � � � Q � E6 [� � � 3 � � ' � �'' a � � � � � � 3 N � � U � � .M � � C6 ��'' �,, .G G � � � � � O � 3 �3 (iI C � � �S � O � � � l9 '(/J ,� d � o � � w U � pD � .e; � � '�= 4 i� ��� �a � N � w., w• � .�' � c� � cU� a � t6 � � � Q. N "� N �-�.'�� � �� .�C vj �l Q �j�., L'� o e»�a� �����3� � L rt-i �' fIS [.�.] .�—.�,' O� �- � N m 7 � U � p ►�- �'� -- O v W O � � � � N� G� a �j O a � � N� a� 'a���o� om� ��� �. - G � O m C 7+ � •_-' O N � � � � �.. tl] (q d �i � � � � � � � L a p e., a +° s � � o.�-a ,_ . .� � U � O O � ��fJ +'os .E�'� � �` C N � � ,.� 'G v � ��a��N� � �_.�� � aN��°n � � � � C � U � � ��`c�a E�-Q ��',m �° � c°� � am .0 � � � � � oQQ�a��ir��n � � � "in � ��� � a a�m � � c �, rn�� �� � ��n�o� �n c���°.Q� � �y :f.. ui � �, � "� '� �" � 'S ����`�v m���..ax L � � O � � � � � � � � � � � � � � � � � � � x � t8 � '� � T 6 � � N a� 0 � O � O u� h a � � � � � . C� � qxj � � p 1--� � -� � 4 6 � � [� � U � � � � � � � w m aj � � X � N �,� W F �� �� � N N a � N �� oy o� �� � n w� C fl .� � � d � m a� � �; � X a � �� U 0 � m� �� '-°� co o ZI � EA`�' ti � �� �wn O 4 �r:,c.�.H, �i�.��.�,. IU�inority �usiness �r��erprise (i���} �.C. Zamor� Gonstruction, ��C 9�A �amora Ca�s��uciion �oC� ��.��r� ���s��������, LL� 1]��. ��.m���. �o�str������, has filed with ihe Agency an Aifidavit as deflned by 1�GTRCA Mlnarity Business �ntetprise (MBE) Pnlicies & Praceduras and is hereby certified to pro�ide senrice(s) in #he foliawing areas: �EAICS 238190: �QU�D CONCF��7'E �QIIPIDATIDAI �►[dD STR�JCiUR� GQN'�RAG70RS PIAIC$ 23�990: A�PFlA�.T CO.00TING AND SEALINC�, R�5I�7{�NiIALAND C�Nf119A�RClAI� �AI�FtIIlIG I�OT AN�I 1)RIV�iVi4Y i'his Certificatian commences Augusf 42, 2024 ar�d supersedes any regis#ratian or 1€sitng prevtously iss�ed. 7his certjficatian mus# be upda#ed every twa years hy 5ukamission of an Annual Upriate Aifida�it, At any time i�ere is a change in qwneCship, contral of tFtie frrTn or operaiion, notifcation €r�ust be rrEade irnmediateiy ta the Narth Cenfral Taxas Regianal Cer#ifrcation Agency far eligibility evaluation, Certification Expiration: August 31, z023 fssued Da'te: August 92, 2021 CERTIFICATION N0. HMMB8804� N0823 �.�,�,.. `-�J'�',t-�-� Cer#ification Administrator '� ► . ,n • .- � � �Cl�_��l�1 !�1 �!i'rr�c�ri�y ���i���� �n��rpri�� (i�l��} J nJl�no� Tru��i��, LLC � l�`�rl�� '�(°�i�l�ll�l�� �l�C has tiled wit� ihe Agency �n A!#'ida�it as d�fined by NCTRCA Minarity Susiness �,nter�srise (hfiBEj Policies & Procedures �nd is hereby certified to pra�ide senrice(s) in the to[lowing areas; Pl�,ICS �38�'��: �l[i� RGI�VII�� F�R �AR1�T��I�YC(�R! P�AICS 33��9�: F�I.1�'iB�9 �'R�JL�R�� CgtVIII��RCI1�L,1�14�11dFJ�CTU��l� II�AI�S 4�d2,2�: ��F�P i��C}413�1Cs [�.�., C�RAd��, �Pai��, i8P�01L) NElIC� A8�4�2i�: l�R�I�L MAULi�dC, LOGd� �11CS 4��0: �A�l� F�.ULIF+SC, LD��►L �iICS 562�q9: DURfl� iRU6�IR�C OF� �U��LI� OR B�d[�Sb 1�41�H �0�l��Cil�i� �� �l����/A!� �'his Certif�catidn cammenr�s June 9, 2421 and svpersedes any registratio� or listing prevfousty Issued. This cer�fiiication musk be upda#ed evary buo years by submission af an Anrtual l�pdate Aiiidavit. ►�t any tirne there is � change in owrtership, car�'QI of the firrr� ar operatioR, notification must � m�de imrrfadiately to the NQrth Centtal 7exas Region�l Certi�catin� P�ency far elig}�ility evaluatian. Certif�cation �xpira#ian. ,lun� 3Q, 2�25 lssued Date: June 9, �029 C�RTIF�CATIDN N!?. HMM�1a��'�N0623 �, ` . r ! � Csrtification Administrat�r � , � � � . � � _ : : t . , A1I � r. -- � ��'.�� _ .,� . . . � . � . . . . . . . � � � il�i��r��y �u�it���� �ni�er�ri�� (�Vl��) � .�'�. �o�+b�y Ar�d �or�s, ��� ��A �o�nrb�y i�ucl�[ng ���l�oy �.�� S��n�, ��L� ��.A. ���b�y ����n� Ftas i51ed with the Agency an Aifidavit as defined by NCTRCA Minority €3usinesa �nterprise (MBE) Poficies & Proced�ares and is hereby certifiad to pro�ide sen►ice(s} ir� t�e fo[fowing are�s: P�A[CS 48�190: G�Id�RR�►L FRc1GFDT T'RUCF�IR�C, L.�CAL ihis Certification commer►ces June 29, 2Q21 and supersedes any registra�on or listing previously 9ssued. This cer�ifrcafion must he updated e�ery fin+o years by submissidn of an Annual tJpdate Af�da�ii_ At any tirrte there is a change in awnership, contral af the firm or operation, nofification rnust b� made irnmed9ate{y #o the Plorih Central "Cexas R�gional Cettification Agenpy for eligibility e�al�ation. Gertificatior� Expiration, Jut�� 30, 2023 lssued Date:.June 29, 2021 CERTI�ICATl�N NO. HMMB37697NOB23 ���~` ��''�i�-��-� Certiftcation Administratoe � 0 c � m 0 � � � � � � � � � � � � � � I.f� � � � � � � 11 _ � � � � � � U /�� bd � � � � � � � � � � � � � � � � � � � � � � � � � � � � � b � � � � � � � � �'^' � � � � � LLI � � � � � � � � � � � � � � c� � .� � � a� � � � � � b � � � � � � N �7 m 0 � O � � � � N a EV � � � � � � � � e� � � � C� � ti � M N � � � � � � � � � � � 0 z � O a � .O � � .� � � fA � � � O Q U � C11 � � .� � � � O � � � � � .� � � � � � � � � � .� � U � � � � .� � � � � V � � � � � � � � N � � .� � � � � � � .� � � e � a � C' � .�' .� � � N N � � .� � n \ Q N O � �o � � '� N N O j Ca � � �O � � CJ c� � � � � � � � � � � � � N � � � � .N � .N � � � m � �'' � (� � � � � � � � N � � Q � � � C3 � c o .� o �� � a �� � a �C�6.�'� W��� ��.�es ��IS �P�GE �LIE��C II�t7C����Ol�TA]L]L� ]�]LAT�T� 2421 COMD AREA RESURFACING Pf�OJECT City Project I�o. �03348 2013 PR�VAILIIVG WACE RATES (Heavy and Highway Canstru�tion ArojectsJ CLA551FICATION QESCFtIPTION As.phalt Distrihutor Operator Asphalt Pa�ing Machine Operator AspMalt Raker Broom or Sweeper �perator Goncrete Finisher, Paving and Structures Concrete Pavement Finishir�g Machine Operator Conerete Saw Operator � Crane Operator, Hydraulic $0 tons or less Cran� Operator, Lattice Boom $0 Tans or Less Cran� Dperator, Lattice 800m Qver 80 Tans Crawler Tractor Operator Electrician Excavator Dperatar, 50,000 pounds or less Excavator Operatar, O�er 50,D00 pounds Flagger Form Builder/5etter, Structures Form Setter, Pa�ing & Cur� Foundation ❑rill Operator, Crawler Mo�nted Foundation Drill Operator, Truck Mounted Front End Laader Operator, 3 CY or Less Front End Loader aperator, Over 3 CY Laborer, Corrmman Laborer, Utiliry Loader/Backhoe Operatnr Mechanic Milling Machine Operator Motor Grader Operator, Fine Grade Motor Grad�r Operator, Rough off Road Hauler Paverrient Marlting Machine Operator Pipelayer Reclaimer/Pufverizer Operator Reinforcing 5teel Worker Roller Operator, Asphalt Roller Operator, Other 5craper Operator 5e.r�icer 5rr�all 5lipfo.rm Machine Qperator 5preader Box Qperator Truck priver Lowboy-Float Truck C7river Transit-Mix Truck Driver, 5ingle Axle Truck Driver, 5ingle or Tandern Axle Dump Truck Truck Dri�er, Tandem Axle Trattor with Semi T'railer Welder Work Zone Barricade Servicer Wage fiate $ � � $ $ $ � $ $ $ � � $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 15.3� 13.99 12.69 11.74 14.12 16.05 14.48 1$.1Z 17.27 20.52 ia.a� 19.80 17.19 16.99 10.06 13.84 13.16 17.99 21.07 13.69 14.72 10.72 12.32 15.18 17.68 34.32 17.19 16.02 IZ.2S 13.63 13.24 11.01 16.18 13.fl8 11.51 12,96 14.58 15,96 �.4,73 16,24 14.14 12,31 12,62 12,Sfi 14,84 11,68 The Davis-Bacan Act prevailing �nrage rates shown far Hea�y and Hig�way canstruction projects were determined by the United States Department of Labnr and current as of September 2Q13. The titles and descriptions for#he classifications listed ara detailed in t�e AGC ofTexas` 5tandard Job Classifications and Descriptions for Highway, Heavy, Utilities, and Industrial Construction in Texas. Page 1 of 1 �I�T� 10� Gener�.l I�ote� '�'I-�[IS ]���]E ]L�F7� I�7��E1l��I01�1A�L�L� �I1ANI� 2021 COMO AREA RE5URFACING PROJECT City Project No. 103348 General Notes Division 01— General I�equirements General: 1. The Contractor shall be responsible for locating all utilities, 't�vhett�er public vr p�-ivate, prio� to excavation. The infarmation and data shown with respect to existing underground facilities at or contiguous ta the site is approximate and based on information furrushed by the nwnexs of sucla underground �acilities or on physical appurtenances o�served in tha field. The City and E�gineer shall not l�e respon.�ible for the accuzacy or completeness of any such informataon or data. The Contzactor shall ha�e full a�esponsibility far reviewing and checking all such information or data, fnr 1pcating all nnderground faciIities, foz coozd'znation of ihe work with the owners of such underground facilitzes dwrin�; constz-uctao.n and fax th.e safety and protec�ion thereof and repairing any damage thereto resulting from t}�e Wnzk. This Wark shall be consid�xed as a�ubszdiazy itezz� of Warl�, the cost of which shall be included in tha price bid in the Propos.aI for variaus bid items. The Contractar shall notify any affected owners (utiliry companies.} or agencies in writing at least 48 hours prior to construction, a. Not�fy TEXAS 8I1 (1-800-DIC-TESS sr ww�v.texas811.org} to locate existing utilities prior to construction. h. Caution! Suried el�ctric lin�s may exist along this pr�ject. Contaet elec�iical providers 48 houzs pzior to excavation : � ONCOR Will Riegl�r 817-�IS-6707 � Tri County Kevon Mooney $17-752-816a c. Caution? Buried gas lines ma.y exist alnng this prajact. Con.tact Atrr�os Energy 48 hours prior to excavation, and within two {�) hnurs af encpunCerzng a gas line (John Crczne: 817-207-2845) d. Caution! Buried communication cables may exist along this project. ContacE communication companies 48 hours prior to excavation: � S�ecirum�Charter Comrrtunication Sherri Trc�hc�n 81 %271-8I08 � AT&T Gary Tilory 817-335-6202 � O�e Source Communications .Ierer�y Hegwood 817-745-z243 e. Caution� When doing vcrqrk �+itEvn 20D feet af any signal.ized int�rs�ction, the Contractor shall notify Traffic Management Di�ision af City of �'ort Worth TIPW, 72 houzs prior to excavatian (Kr�ssem Elkhadil: 817-392-8742), The Contractor shall prntect e�cisting szgnal hardware, ground baxes, detection loops, and underground conduit �t si�nalzzed interseetions. Any damages at signalized intersections shall be replaced at the expense of the Contractor. The ContracCor shali contact the City at S 17-392-$100 to perform conduit line locate5 aC signalized intersections 72 hours prior to commencing work at the intersection. f. The Contractor shall notify the City of Fort Worth Froject Manager 48 hours prior to the start af ariy excavataon {�'c�r�iqul Islam: 8I7-392-248c5) 2. Contraetor's personnel shall have identifyin� clathing, hats oz badges at all times which identify the Contractnr's name, logo or cqmp�ny, 3. Frotect concrete curb and gutter, driveways, and sidewalks that are not designated for remo�al. Removal and replacement of these items shall be as designated in the drawings, C1TY OP FpRT WORTH STANDAftD CONSTI2UC'T'ION G�NEAAT. i�iOT�S Version Aelease Dcceniber I S, 2017 Division 32 — Exterior Improvements General: 1. At laeations �vhere the curb and g�tter are to be replaced, the Contractor shall assume all responsibility for the re-establishinent of existing street and gutter grades. Es:tablishme�t of grades shall be consid�red as a subsidiary item of Work, the cost oi which shaII lae ineluded in the price bid in the PraposaI for varzous bid items. 2. All driveways, which a�re open cut, shall have at least a temporary dziving surface at The end of each day. The temporary surface shall be considered as a subsidiary itezz� a� Work. Tl�e cast of wkuch shaIl be ineladed in the priee bid in the Prpposal for vazious 6id items. Bike Lanes and Shared �avement Markings: 1. Proposed bike lanes shquld maintain a minzrnum effective vc+zdth of 4 feet {rneasured from edge of gutter to center pf stripe). 2. Bicycle gavement nnarkings should be located 2Q feet frozn ths curb return, stop bar, or cross walk (whichever is applical�Ie) unless denoted otherwise in the drawings. 3. Cambined vvidtia of bike lane and an-street parking should not be less khan 13 feet. 4. Tf travel lane is greater than I4 feet wide, shared pavement markings shall be placed �4 feet from face of curb or edge of on-street parking (whichever is applicable}. S. 7� travel lane is less than or equal to 14 feet wide, shared pavement marlaings shall be placed in the middle o.f the travel lane, 3. Bike lane symbol, arraw, and shared pavement markings should be repeated at the beginning of each intersect�on. � 4. On uninterrupted sections af roadway, bike lane symbol and arrow should not be spaced more than 330 feet apart and shared pavement markings should not be spaced more than 250 feet apart. S. Bike lane symbol, an•ow, and shared pa�ement markings should not be p.laced at private driveways or public interseetions. 6. Bike lane striping should be 4 inches solid w�ite, hot-applied thermoplastic unless speci�'ied otherwise in the drawings. All other bike lane pavement markings shall aiso be white, hot applied thermoplas�ic unless otherwise specified in the drawings. 7. All dimensions are from face of curb and are to eenter of the pavement marking. 8. Shared pavement marlQn.gs should not be used on facilities with a posted speed gireatez' than 35 mph. 5idewalks and Curb Ramps: 1. The curb ramp standard deiails az-e in.tended to show typical. layouts for the constructian of the curb ramps. The information shown on the standard details meet the requirerncn.ts shown in tlie "2012 Texas Accessibility Standards" (TAS} and the "2QIQ ADA Standards fos Accessible Design" by the Department of Just�c�. 2. Ciiy oi Fo�t Worth Standazd D�tails are only iz�tended ko indicata pay ]izn'tts for each type of ramp, the Engineer zs respan.sible far the dev.elapment and design of the sidewalk and curb raynp layout, i.ncluding actual dimensions and slnpe percentages. 3. Tha Contractor may not zz�ake changes io the sidewalk and curb ramp layout wit�aut appraval of the City. The Contractnr may pz�opose chaz�ges to the sidewalk and curb ratnp layout due to field conditions., but any proposed chax�ges must be approved by the City. 4. Cuarb raznp running slppes shall not be steeper than 8.3% (12: �). l�djusi curb ramp lengih or grade qf approach sidewalks as directed by tne City. 5. Curb ramp flare slopes shall nat be steeper than 10°l0 (10:1) as measured along back af curb. 6. Ma�cimum allowable cross slope on sidewalk and curb ramp surfaces is 2%. 7. The mini�num width of sidewalks and curb ramps shall be 4 fieet. CFTY OF FORT WORTH 5TA1�]ARD CQNSTRUCiION GENERAL NOTLS Version Release December l8, 2017 $. Landings shall be prov�ided at the top of curb iainps. The landing clear lengtlz shall be 5 feet rninim�m fi•am the end nf ramp. T�e landing cleaz- width shall be at least as wide as the curb ramp, excluding flares. The landing shall har+e a maximurn slope of 2% in any direction. 9. In alterations vvhere there is no landing at the top of the curb rarz�p, cuz�b za�np flai�es s�all be provided and shall not be steeper than 8.3% (12:1). 10. Where turniilg is required, maneuvering space at the top and bottom of cuz•b ramps sk�all be 5 feet by 5 feet minimum. The spaee at ihe bottom shall be wholly contained within the erosswalk markings and shall not praject into �ehicular traffic �anes. 1 I. Cuz�b ramps with reL�rned curbs may be used only where pedesh•ians wauld normally walk across tha z�arzzp, ezt�aer because the adjacent suz�ace is planting or otl�er non-walking surface or because the side approach is substantially obstrucCed. 12. Where curb ramps are provided, crosswalk markings shalI be z�equiz'ed and ramps shall be aligned with the crossvaailc. 13. Counter slopes of adjoining gutters and road surfaces immediateiy adjacent to the eurb ram.p �1�a11 not be steeper than S�/o {20:1) in any directiqn. Cl'i'Y OC� FORT WORTH STAPiDARD CONSTRUCTION GENERAL NQTES Versian Aaleasa Aecember 1$, 2017 Division 33 - LTtilities General: 1. For utiIity work within utility easentzents, once pipe or appurtanances have been installed or rehabilitated, immediately commence temporazy surface restoration. Coznplete surface restoration to the owner's satisfaction witlun ��ven (7) days of work finishing on-site. Failure ta rnaintain surface restoration, as n.oted above, rnay result in suspension of �vork until restora�son is complete. 2. Existing vertical deflections and pipe slqp�s s�aown nn tkxe drawings are approximate and hava not be�n field verified, unless othez-vvise noted. R�m elevatians, flow lines, and horizontal lacations of e�cisiing manhal�s were detarmined from field sur�ey. If field conditions vary from those shown on. dravaings Contractor shall notify City. 3. Mainiain all e�stzng t�atar and sewer connections to customers in working order �t aIl times, exc�pt for brief interruptians in service far water and sewer services to 6e reinstated. In no case shall sez-vices be allowed to remain aut of ser�vice ovemight. 4. Estab�ish ar�d maintain a trench safety system in accordance �ith the excavation safety plan and �'ed�ral, State or laca� safety requirements. 5. Prnvide and fallavc+ approved Confined 5pace Entry �rogram in accordance with OSHA requirements. Confined Spaees shall include manhales and all other canfine:d spaces in accord�ce tv'zth OSHA's Permit required for Confined Spaces. 6. Only City preq.ualified Contractors, by appropriate Water Department work category, shall be allowed ta adjust valve hoxes, manholes, ring & covers, etc. Water; 1. Provide thrust restraint by means of restraining joints at fittings and concrate blocking. Wb.en specifically indicated on the Drawings, provide thrust restraint at design.ated joints beyvnd the fittings. Eaeh method shall be capable of tlu�ust restraint independent of the other syster�a. The Contractor shall refer to City 5tandard Details for area requued ta install conczeCe blocking. 2. All ductile iron mechanical joinC fittings shall be resirained to pipe using z'etainer gIands, 3. Proposed water mains shall have a aunimum co�er of 48-inches cover above the top n�pipe, unless shown otherv�ise on the drawings or deCails. �. AIl water sen+ices shall be installed above sto�m s�wers, except wlaera shown otherwise in the drawings. 5. Elevation adjustment at conneciinns z�ay be made with bends, offsets, or joint deflections. Joint defle.ctions shall not exceed iifty p.ercent (50°!a} of manufacturer's rec�mt�nendations. 5. Temporary pressure plugs r�quiz�d faz sequencing. nf construction and testing of proposed water lines shall be considered subsidiary to the wazk and shall be included in th� przce bid in the Proposal for various bid items. Sanitary Sewer: 1. Verify that aII connec�aons to the sanitary sewer system are for sanitary sewer only. Notify City of any diseovered illicit connections. 2. The Contractor shail b� liable for all damages to properties, hames, and basements from bacicup, which may result during t�e installation of new pipe andlor abandonment of e�sting pipe. The Contractor will b� allow ed to open clean outs where available. The Contractor will be responsible for all clean up assaciated with opening clean outs. 3. For all sanitary sewer service connections at nianholes, provsde a hydrauiic slide in accordanee with the details. C1TY OF FORT WORTH STANDARD CONSTRUCTION GENERALIYpTES Version Release Decerrtber 18, 2017 Storm Drain: 1, Maintain ti�e existing storm drainage system untiI the proposed system is in ser�ice. In n.o case should the Cantractor leave the existing storm drain out of ser�ice whereby runoff would cause damage to adj acent property. 2. Construct all drainage improvements from the downstream end to �he upstream end to allow cpntinued stozm drain s�rvice. If the Contractor pz-aposes to canstruct the system otherwise, the Cantraetor shall sabmit a sequencing plan Co t�e City �nr appxaval. 3. Take appropriate measures to preserve v�rildlife in accordance with applicable federal, state and local guidelines. C1TY pP FpRT WORTH STANDARD CONS'I'12UCTTON GENEI7AL NOTES Veision Reiease Daoem6er LS, 2017 Divisian 3�4 - Transportation General: 1, Prior to ac�ivating traf�c szgnals with new or revised s�gnaI timing, the contractor should e-mail Aziz Rahman, Sr. Professianal Engineer, at Aziz.Rahman@fortworthtexas. a�v (and copy Kassem Elkhalil, Professional Engineer, at Kassem.ElKhalil@for#warthte�as.gov) at least three (3) weeks in advance to schedule that. 2. If new cabinets and controllers are being installed and the controllers need to k�e programmed and tested by City Forces; the cantractor should deliver them to the City af Fort Worth, Signal Shop at Sdfll James Ave., at least three (3) weeks in advance to schedule that. 3. Unless there is a campelling reason, a naw traf�'ic signal will be put on flash on Thtusda�rs and working colors the foIlowing Tuesday. 4. 5witching from old traffic signal to a new one, this should be done an Tuesdays only. 5. Notify Traffic Managemen� Division (S 17-392-7738} Project RepresenCaiive at least 24-hours in advance of all concrete pours. Inspector must be present when concrete is placed on tiie proj ect sit�, 6. If annlicable, equiQment supplied by the City will be avazlable for pick up from the Transportation/Public Warks (T/PW) Warehouse at 5001 7ames Avenue and/or the Village Creak Pole Yard {SQ00 MLK Freeway). The Project Representatave must authozize all e�uipment pickups. '�. Design consultant shall subrzut aleetranic file in CAD format as well as PDF (11" X 17"j of final signed and sealed plans to the City. 8.. Contractoz' shall pravide a 5-year manufacturer warranty on APS systems. The warranty docuznenta�aan shall include the start date (when material is delivared to job site) and the end date of ihe vc+anranry and the serial nurnber of the equipment. Trai�ic Signals: 1. The City will not provid� traffic signal cabinet or traffic signaI controller to the Contractor. The eosC for these items must be included in the City praject budget, or for all privately funded projeets, the cost rnust be included in the bid package for purchase from the vendor. 2. The Contraetor shall p�ovide a11 materials needed to construct a fully operational traffic signal as called out for in the plans and specifications. 3. All existing signal equipment shall remain in place and aperating until new equipment is in place artd ready to operate_ 4. The Coatractor is responsible for hauling and properly disposing of salvaged material from the job site to a disposal site of their choosing. The Contractor will not be allawed t� drop off salvaged materials at the City yards. Foundations: C1TY OP F'O�T 1�q12mH STANDARD C4NSTRUCTTON GENERAL [�TOTE5 Versian Aelease December 18, 2017 1. Dimensions shown on plans for locations of signal foundations, eonduit, and other items may vary in order to meet Iocal ca�diti�ns. All Iocations of foundations, conduit, and gro.und boxes shaII be approved by the Traf�'ic Signal Inspectox or the Ciiy Engineer. 2. Contra�tor shall con.tact the CiCy txa�ic signal inspectoz� prior ta pouring cabinet foundatian tp be sure ihat template and bolt patterns are correct for type of cabinet being supplied. Faundation shall be installed per City Specificatian and City Detail. 3. Pier Foundations shall be poured tagether in one piece. 4. No signaI poles shaIl be placed on founda�ions prior to five (5) ealendar d�ys foIIowing pouring o�' concreCe. 5. Co�tractor shall ciean up and reznove a111oose material resulting frnm construction nperations each day pzior to the work is being suspended. Contraller cabinet concrete apron shall be subsidiary #o the bid item far the controller cabinet foundation. Cabinet foundation and apron shal] be poured tggether in one piece. Contraller and Cabinet: I. Contractor shall install controller cabinet and connect all associated field wiring. 2, City will install signal timing and progxazr► cont�roller. Conduit: 1. A conkinuous grounded system shall be provided in PVC canduit by runrung 1-#8 bare copper wire in conduit between foundations and grounding at each foundation ground rod. 2. AIl canduits shall be Schedule 80 PVC. 3. �lectiical s�rvice shall b� insta.11ed per City Speczfzcations and City Detail in separate 2° cnnduit frpm the meter to the signal eabinet. Signal Heads: 1. All signal heads shall be MrCainTh', EconoliteTM, or approved equivalent style and dimensions. 2. Al] signal heads shall be covered with burlap or other approved material from the time of installation until the signal is placed in ope�ation. 3. All signal h�ad attachznents shall be designed such that the �wiring t.a each szgnal head shall pass from the mast arm through a rain tight connector to the signal head bracing or attachment hardware tv the signal head. A small amount of exposed signal cable shall form a drip loop. 4. All LED signai indications shall be General Elect�ic {GE) GelcoreThr or equivalent and shall meet the latest ITE standards. 5. �i�nal heads (alI disglays) and pedestrian Walk and Don't WaIk heads witI1 cauntdown. dasplays shall F�ave LED inserts. 6. Clam-Shell mounting assemblies shall b� used for ped�strian in.dications. C1TY pF FQI2T WORTH � 5'�'ANUARI7 CONS'I'12i1CTION GENSRAL NO'�ES �ersion ReleasE December 18, 20l'7 7. All L�D signals shall be of the incandescent appearance. $. All signal heads shall ha�+e black aluminum, louvered, single piace back plates compatible with McCainTM, EconaIiteTM, or apprpved equivalent signal lsead housings. Traffic Signs and Pavement Markings: 1, All traffic signs and mounting hardavaz-e shown on the plans will he �'urnished and installed by fhe cont�•aetor including the metry street naine signs, The co�tractor slaall provide a detail sl�eet far the metro street name signs witY� b.Iock n€um6ers io the City for approval priar to fabrication and installation. 2. Existing stop signs and posts wiIl be removed by the cantractor upon, or bef4re, the signaI tuz'n-on. Detec�ion System: 1. The Contractar shalI furnish and install the IterisT�' Vantage Vector Hybrid Detection System and cable. 2. The Contractor shall install, aim and program aIl detectors as per City Standard 5peeifieations and City Details.. 3. The Contractor shail refex to and City Sta.ndard Details and project plan5 far detectian zanes placement. Emergenc� Vehiele PreempLion Equipment (EVP}: 1, The Can.tracioz shall fi�znish and install the Optico.mTM EVP (detectors, ca61e, and discriminator units). 2. The Contractor shall install the EVP detectors on the �ast arm as shown on the plans and appropi7ate City Detail, and run one continuous EVP cabl� frozn the detector ta ihe cahinet. Instaliation af the �V� systam will be paid for p�r bid item. Accessible Pedest�ria� SignaI (APS): 1. APS uruts with audible rr�essage shall be instaIled nn a�I T�DOT locations or at the directio� of the City Engineer, 2, APS units shall comply with the l�test version af the Texas Manual on Unzfarm Traffic Control Devices (TMUTCD). 3. APS units shall be installed per City 5tandard Specifieation and City Detail. Battery Backup: 1. If called out for in the plans, battary backup �nits supplied shall comply wikh the Ciry Standard Speci�cafions. Installation shall be completed per City Standard Specifications and City Detail. Traf�ic Control: 1. The Contractor shall submit a Work Schedule, Traffic Control Plan, and acquire a DeveLapment Permit from Development Department, at 200 Texas Street. Contact Chuck McLure (817-392- 7219), C£I'Y OF F�RT WORTH STANDARD CONSTRi3CT1DN GENERAL NOTES Vcrsion Rclease iaecember 18, 2�17 2. The Contractor sha11 be responsible for the safery of pedestz-ians and motqrists in the area of the traffic signal construction si.te. 3. Roads and st��ets shall ba kept open to traf�ic at aIl times. Contractor shall arrange construction sa as to cIose onIy aae [ane af a roadway at a�ime. 4. AII construction operations shall be conducted to provide miniinal interference to t�•afi'ie, All traffic signal eq�ipment installa�ions shall be arranged so as to permit continuous mavement of traffic in aIl directions at all times. 5, Contractax shall be responsible foz any signage necessat�y during construct�on. 6, Unless athez-vwise noted, it is the conCractor's responsibility to ensure that signal indieations and Ciming ar� adjust�d and maznEained ta ensure safety in work zone at aII times. 7. Any traffic signal modifications during construction are subsidiary to t�affic control plan (TCP) pay item. 8. Any t�affic signal modifications should be in compliance with ilae latast versian of the Texas Manual on ilnifonn Traffic Con�iol Devices ('I'I�UTCD) and the City nf �"ort Worth Standards. 9. The contractor shall sub�xut any proposed traffic signal modifications to the Traffic 5ignal Section foz Cheir appzoval ten (I0.) d�ys prior to any �hanges. Electric Ser�ice: 1. Install the required electric services and obtain an elect��ical service permat in each instance, cost o� which will be paid by the Contractor, 2. The elect�ical service shall be 100 axnps wzth 12D1240 vnitage branch circuit and shall comply with City .SCandaxd Specificatzons and City Details as applicable per plans. Luminaires: 1. The City will nat furnish Iuminaire material to the contractor. The Conta-actor shall furraish and install LED luminaires for traffic signals in accordance with the latest City Standard Spacifications, City Details, and plans. 2. All new streetlight pale types shall match �hase o�' tl�e suzzounding area of Fort Worth far whicb ti�ey are being installed in. Contact the City Traffic Managernent, Street Light Section at (817j 392- 773$ for direction on light pale types allawed areas. The same poles shall be eonsistently used throughaut snbdivi�ions. CiTit OF PORT WQRTH STANaARD CONS'TRUCTION G�NERA[. NOTES Version Release Decembei 18, 2017 5��1��� Sta�d��cd ��ns��u��ion I�eta�ls TI�IIS IPAG]E 1L]EF7[' ][N�E�'�'I��A]L�L� ��L�I�� 2021 COMO AR�A RESllRFACING pROJECT City Project No. 1D3348 . 4� 44� 4' fi1" 2 'ti: �I � 3 ��on��� T � $1�� 2 11 �� 2 22,� j i�� 2 � ��� 12" Ri " TYP. ��� � � � � 11 1 � ��r�do� � �ontrac�or: __��ntr�c�or�s f�a��- Questions on this Project CaIC:_ - (817) 392 - XXXX = After Hours Call: �8� 7) 392 � XXXX FQNTS: FORT WORTH LbCO IN CH�LTIN.GHAM BdLD ALL OTMER LETTERING IN ARIAL BOLD CQLORS: FORT WORTH - PM5 288 - BLUE LQNGHORN LOGO - PMS 725 - BFt�WN LETTERfIVG - PMS 288 - BLU� BAGICGF�DUND - WHITE BORDER - 8WE _ � ��� ���� 1„ '�----_—� � _ - � , �' � 4 1 " TYP. 3" t„ 2 12�� 1" , �, 21 �� 2 NQTES: IF APPLIGABLE TO THE PROJECI', C4NTRACTflR SMALL OBTAW VINYL STIGKER "C�TY GA5 LEASE REV�NUE 1N ACTfaN" 1 LOGO AT C�R SICy1J A�[D ENGi�VING, fi311 EAST LAI�CASTER AVE (817-451-4684), P�EL AND PLAC� I� FUNDING S�GTION. I�ROJ�CT D�SIGNA7[QN SIGN s �� a� �� �x ao �o �i � � m a a# �.d � � �f � �l�� �"d.s �m.� � �pz ��� � � � �I � 3 � 4 � � m p. �. � Cl z � a Z � F Q � � w � � � � 0 � � � � ' � 3 � � � � f! � � E. � � � ��ao�a �J ��� � ��i�$a z����� ��� 0 �� r�� � � �n ew� � a�}�t' V.N N O� �p M° �� �� 1 .9 z O � z O m � � w � � a � m o a � �� o I'�_r`� � �� 1 �� � � ��� o ��� a� a � �a � � otl � � o� � � U � Z P ZW � . z a� e� x � ¢m w � W � �~ � � ��" ❑ a �m� ��� \ ��� � a zaM .ii � ��r �� � a � �og � � � �0 0. ��� ���� �� �oxa ��i �� ir o ��� M 9 � �Wy}� s �tz � ��s� Ljm tij � �� �$ � No zz i � Z3 g� a ��i �� , N h FqI 311� zn A' �� r U� � ��� �o� LL� B ��� ��� � � � � ��� �"� a�� ��� � � � a �� � � Q � ���:,� �� � � u � � Ps sz ��a � �� � a� ���i ��� �1 � ��� � � �� m� Btlfl� ., ed� � 30 XIY9 ;�` "q'- O 9 � z `..�j..- �m �, � �+�';��� � Y� �� ��I� .• , � � 9 3r � I 1: N � jM O� I j �A m H ¢ � g �3ti I � �!r Z �' , a �WM Q o . � $z F 3 � I �� W � 4 �a� � o yy `r p 4 I _ Z �} � � '� � W y1j Y � o .NI `,'' I _� ' .�� 2 .�� � •�� n m �-- �'OYf p�U� `� �F MV�'= z �FF y� ��{�� �� � a y�U _�s (i�� W '"Wa `2 �d a� � F Fl � ��� s1�Q���� gaR" O�LL ��xy �� � �� �� � a� m�� g o ��� ���� g .- 3 �y � _� �m �-� ��o �4'�� Q�� 4oKttH LL��� R' ' ��R m�� �~��y��� 0.�'2� �y2 . �1=�� �� i �K L� tf iS.� d H �3 �-� ��U�� z r�z a�>�3 ���� �'3 a� � K =a �`�B R�a����� ��� ���g �~��q� �� � �� ur`.G� g� `���� -�io� P�°��� =A�i��� ���. � ����i � � ��o�� �< ���� ���e �#� � � t � o ���� ���m�s� ��� ���m ��a�� ��� �� ��� � !� 'ri � H N !+ � No7�5 7o pEs]GNEft: 1. �ETAIL �EFfNES PAY UMETS OF HMAC 7RAtJ5171DN SUBSIDIARY TO THE CONGRETE VALLEY GUTTER CQI�STRUCTION. — EXF'ANS10N �ai�Ts A � PER 32 93 13—D513 / _ � � i� A� � 9" HMAC / TRANSIIIDN PER SECiIdN 32 1Z 1fi / / / �24' HMAC TRAN 51'fION /PER SECTION 321216 -� � — — ! °4 � / i-- S�� NOTE 4 VALLEY PLAN VIEW �,� 9.� SEE �4 BARS � S�E NOTE 4 ig" O.C.B.W, 1" MAX OR AS DIREGTED SY NOlE 4 THE ENGIN6ER _ `�' ' 4'. - - .! _ 7 . - _ ` - � ' 1�, _ - ' ..4.. '__ . • .... .. ._'._".__1 _ e. _. .. �. . _ .... _ — — I GOMPACTEa --' 'r- � B'—O" MEN. SLIBGRA�E (RESIDENTIAL STREETS) (SE� NOTE 2) SECTION A-A N Q1E5: 3, THE 7" R�INFORCEd CONCRETE VALLEY SHALL REPLACE l}IE TOP 7" 6F THE PAVEMEN7 WITH TH� R�MAINING PORTION OF PAVEMENT TO BE C�tJSTRU£TED INCLU�ING Sl36Gf2Ati� iRfATMEPI7, IN ACCDRDANCE WITH THE TYPICAL ?AVING SEC110N, 2. 6' REX BASE, TYPE A, GR-1 OR MATCH THE PR�pAREn 5UBGRAaE REQUIREMENTS F❑R TI1E PAVE�IENT SECTIDN. TYPE 6 OR TYPE B ASPHALT OR PREPARE� SU6GRADE MAY BE USEp. 3. PAY LIMITS FROM EXPANSION J01WT Td EXPANSION JOiNT. k. 9" AtJ� 24° HMAC TftANSITION SU651�IARY TO CONCRETE VAI.LEY GUTTER. CITY MAY APPROVE ADDITIONAL FiMAC TRANSI170N BEYOND THESE LIAATS 11N�ER SEPARAIE I'AY ITEM FOR HMAC TRANSITiON PER SECTEON 32 12 1fi. 5. GllTTER T� BE SHAPED TQ CONFOR� 1h�TH CONCRETE VALL�Y (�R PAVEMENT}. � EXPANSION - JO]NTS �� P ER � \ 32 'f3 13--�513 � — — \ � j�"��� ���rla� CITY OF FORT WORTH, TEXAS REVISED: 08-31-2012 14' �o�c����, �����v �u�r�� �� �s �����30 � � ,•7 i iY 3 N € �4� 3� �� � Z� w i ¢ � � c� a 7 [] � � � 'd � � � rc i� '� �� 4� � �z e � a U � o � �� � V �� �� �� �� � � N � a � � z � � ����� ����$ z.: N ,�i o �� ~U� ��A SK 4Q-��1 � � � 0 � � Z � B�' �g� �� �� ��� o� >� �a� ���y� ��8 sa'u . I----! I I ti�` �`�' '�' I I I � I �`tlti�\.� � :� !�I f I�•��,,•� R' I I: �Il— .� .� .� . . ' � ' �'��_ �I I � �—� t������ . FI'��'���— `�' - - `�j' `��� •,�,p�r' k I� '-� } � �I 3 BtlS1� `�r � - . �f''. a -1 - , a�, �T 4 � Y,�•[r . _— ;� � .a:`°� ..'. � p . I= � I � '_ — -I� � Nz3 . D:ti, ��:a �, li � I. � � m Qyyy����o ��i 5,� � 4 Y.�.� Q.�� �mn ��� d ��e �a� �a� �a� ao� � � -� ` u -� � �— `t �� `� 4�, �_-��f ��`.` �'p - '���= ,: � i— i``����` - r I,"': � �� ti 4 6�.', I � l _� I. � 4h q I I �`` �`�~ :i� ?.f,. _ . ,* . I I � �,-.�. �,I— •���'' 0 6 .�.�� � `: � 3Nn9 �' I � � != D q, •��''••� p =� �� '•�' ,F _ 4 � IIl �- � o, � o . �— . `� I rT � : �°. II � Q° II' o �<� H�� F � � c� z F � X w ow�� �m Bm�a� � �'�&ul •s � � z `:g _ um ��` `' �� �� 8�� -�:a .:�= ��i 40�� '���.v d6� � „fi � �a -�� , E= 6�� sx�� ��q - - ���� �� � � _ &&g�', 'x` .,. . o � ( � � b n � ��� � � S O U � � � d U W Z � �� Y Vp �i� �� 'l dY � N4 H z a � z ¢ a � w N � � � � Q z a _,: . ��; m �i U ;:' ` Fr ��i�ao�t , •. I � o�.��.� -t � � ��o� .. .�. �. -- � U � K � N U z � � l Z 0 z � � � � X NlVM3OIS N � � � I- U Z � O p � z W � U U1 Lai. Z .� � Q a w.. W � � �� U � W w � � � \ � � X 'NIYV l �OZ �ua 'XVW l�Zl � d�--_-ea -� � � 0 O N � � � � ��^ J �- m� `Y U �� w� d� N � 0 a � /+'.++ �\ +�.���a�s*��� �\ \ / Re�*+*�+�{a `� � + + • � ♦ � i +�++�,+4+* � +�+��4{*}� 1 ` .,,.., „ + ♦ + f P ♦ • + ,r r ♦ F � + �\ + R F ♦ \\ I�+�}�ia'� . ���*,�'��, �\`�. ��'� i fS� � np W � � �w U � Q i0 v z�� u~y�x u��a� �UO zp� � ��� �p;pcd ❑ ��jf j(nC�SM U �z � Q d' F- Z }--� oZpw � ���� ��d�Z Q � ¢��� �� o =Wza a �aa �z WdU SJ�p o¢ ;� z �¢O� � f 1 I I �' U � I � aZ � d v' � I p a Z lfl � Nd' 2X i F- � ' �a �� � r z 0 � z 0 � ¢� ❑. w .r � aa� �� Q � .- �N� r N _ �xvs� _ �' �a 'Xdri _ �Z � a � � � � I � � � � � � � � � '� � � � � �Q Q � w � m � � W � � U � l0 v � z � Ja� �¢ o� z cn a � U � O U ti f.'� Z Y J � � � I W Oj z� [f. Q � m � � �..1 � z d z Q z � � m � � U L� 4 W U � Q Np �S � S�n�N� �Nfh') bd� .s �� ►�� •� . f ��� �. :•'`�r'' �� �,a . "r• ;.. � . y. �*.�*f�; �* , �� r ,. * R*� � . f , .'• *4.'+ � � 2 *' � �4 g � L.pl r ry �v _ � �� � � � � � � � i � � � � Nlb'M30kS N � w U �� �o �� c� � ?� � V p X oa � ¢� o I � ` � \� w d � 0.� Q x � � �� U N � � N a � ! Z � Z � � Z �n , � X F-- j` w Z O �_ � � � � O �\. � � Q' / `�� a `� � R � � � a v ♦ x� � + w.1 � �� � in v . �� ¢ � Q � �� Q �m �� � U z d0 0 � � � H U W � �a (� Z o D a U a � � 0.. D Q Z Q 0. 'w � � F � c � ` O ; 6 � � i [ � � ¢ ( � L Ws F � F � r � ' � i J F a � � � z � u, U VF O w � � o � o � � �� : � wQ � 0 o`v � z r- . z z� o� �x � i-- — W yI � r ¢ a u. °� d¢ H �� Q � �� F � J L� Z Z a � � � ¢" Y a °- J ?' Q W v � � Z 7 � O n¢F- z�� � = Z � Z 3FU ?UQ L � � _��� L Z � N ❑ � O � � i��ia _ ¢ '�a �- =m�w L�(�ll7 i�—� �U�LL! � � � � 2 O F- -}Z °¢�� � ���� �u�z� ���Q D�`d '\� r \ � +t � r� \ • y�* # + �� a r t� r �+ � � � � Y h � ` � � e � ik + ��• RP �`�: •. �p • � ��.�h �7:� �,11N• + . ; , ,�p:� , � �� � O � �_ � ������ � � `� � � � � � � 'xvw � �z � � � � � � � � � � � � � c� � z �� ¢W U U � � � W � O In J � w 0 � H Z Z F p � z a r Z � Y � a „ yidw � �� �� �a Wd I n \ � � � C c a C i S [ � � c i i [ e c F [ t [ � F F i i w c � s � � o ; i � � D z � � J z W i 2�a � U a � � � � '_ zz� � ��� �i a. a � S Q�o : �aZ � a-U� i Q �j ~ � � h ¢ i ��_ � U � � � �UjO F � m � Z � � '_ �zQm z�� _ ¢�_ i � � � � ¢�'� ' iao� � �r�cv - w � `_' ; a�¢M w � � ao 3 p.W �F , Q � W - N n. 2 [n � I I � I z � Z� � � in � � J x � v � L� - vooFa= �xww Z �Z a 0 a " �� � $ n � � � us � N � � z � N 4 � � � �� m� U � � � H � � r ¢ a �a � � d H� �� a� ♦' I � , � U �/ a � � / I � + �Y f + i !+i*Y+i; •Niw � �az �.'.`«'. I 'Xb'V'7 i�Z4 ,*��++, � '� dWtlil � +�.*.�, � +if�+i1 ' i h + i I + 4 } f ♦ r • I .. � + i f Y • I � I 9� �- X I �� �. � � m �`\ � i U �U za �� a a 3� m � � U O w U ¢ � � � ~ � Z Z D ¢ � � p J 2 r-� �^ a� �� W� � �. � �- � Z I � I Q � 0. I a o¢ I N � � �O � J� I I �I I � I I Q W =zp- apz Q�Q Z7L�Lf � � 0. � WO� w �ap � w��= � �m� � ��¢ � � U ~ = OU �- aA �, Q � �}_ �- U Q o� E O�z U_ � O � LL1 x �z00 � ��w � z�� � ��� � ��a w W U� � �� , �r =QO� t` " � F W �.� �2EqN R Z� ��zM F�- wa �W�Z vi wa t��~O w aa a.wv� Z •-� nl d 2 fW i\ 0 I a � ma I �W i U � � � + iD � , I I �__ r z a z 0 z� ¢� a � ,� � � W � � �xvw �z S ?C f3'�$ Qr,r �njO '- CV � � � � � 3 � � � � � � ��� � � I � � � 7 � t� � I � � �� � � � � �.,. i ,.*. � t+.�,}+ � � ? +�a�+}+ � � z `n �Z '+**++} � � � x i*;�+++ I +iT+!*? I v � 4 + } I ? �F ♦ i#T;4«+ I X a � � � a�� � Q [V N 'X� d� �- �Z � 0 � 1I � I � ,� H � � � � � � I � � � � � � � � � � � � � � �w 3 �' i� z u� m � U a w U � 0 �L7 Q' m � 7 R U � eD v � �, z � � � � � m � a�r �a� ��� av�ia Z J O a F r Vy Z W a � � � � z 0 Y in 'X'dW � �� Zi. y a � � � � � w� VI ti. , � ti r Q / � I � z o � a i 'n Z aX � z a s� w wzc�z � �=o¢O � ��=cn d � � Z � � � m~�F- � U W � � � � F Q'=~= £ d � Z ' w Z � � � � = a� n�, r � � a, z .-- � �a��M Z � ¢ m � J � � � � U � � Q 2 7 � N w c�.� �aU�� � p � � � � � � � W Z z Q z 0�>'�O� � � ����� y ��i nsna r Q aOmz❑ .Z .-i ftij � (7f) � L¢L m � � U L� ~ O l,�j SlJ � ¢ a ,y a J `� a o� K � �� �O I o mW��� I� � � � Z � � I ¢ �j i ��� I Z � c�Yl � ��� � m F w r7 � rc�v j � z wT ¢ U �¢M � � � � � � � � o u�] a � �N�V4 �5 � 1 �{a++�+ i }4T*i+i *+a+�+ I z .XtlW � .i+h.+. � `n `� �Z *++r+++ � ��+�+;+ � *++T4++ I ♦.i.t.• � 1 I I Xz I I ��� I I ar.- I I ��N I I � w � I � m a I� � �� 000v� �� U � i� � z x_�r-�d� � �Z o� J � � � ¢ a i, i 0 w � �i"i [� z x Q � 3¢ z� Z V! � r � � � � � � � �IlVM3ElIS N � � z �� ��� wa ��� � W � U Z d �O�O � � � � � � Q Z Z � m � Q � � U � U � � Q N � f� _ ¢ O f ��d�� x O W U L1 c� � N]��r H � d � � M Z 3� � m O rN ��mnH � a ¢ � � � w d � � � U � � � � �Q m���a �Z UJ R Z¢ �H-�Z� 4 � �z ��¢�� �na Ox—p—w w q� �w�rna �. Qm�❑ a .� �?r7n�--a m � � U 'N,'� I \ � � � � � � o�� -- � .�. Z � � z � ;o a x � .00000� � z 0 -� z 0 w ¢� 4� � �. M z w � L� a d a � P l.a.0 �� �� qc �o 3 � � � �� __ _ , :•:•;•: .. , . . ti. 'Niw � �oa • ` " . a. ... 'XVYV l�Zl ' i•'•� •�.�ti dYV'd?� ',',�; '.'.' ++++ .. . . , + � � - +�..�+' w w a � � � � � �� � c� z � a0 ..�.v z �l �o N m� � M o�a Z O F a U U`OO z �� Q Z ��� �o� o ¢¢� z a U L� w � ��w � o�� L �ION ��S z � �,�Www W W � W V� 2 m w� �zw4mz�o �r��¢mw���w p��Q�¢��o�oa ��v�mv=i�za¢ �v`'7zZ �J la_�aW u.fYSJC7 A UWD I--UO2��,iJ�qF F�UWU�VZUFw�� N�¢���� �zdg� � dOfA[9[]V7��OWONo w �:i � O z� i a� � � C] � �� m � U O W U Q � z � ?IlVM3�{S ni � � F W Y 4 p- a O � � � �� �O •Nin[ �oiLisNeai ,5 e�n� .,..a__—�_ ______�._.� _ �` i*•'+;i __� � i�4 Y i � � i i i Z � y�i;iij __ 'MIW 6�OZ , • , , _ ,.. z"} 'Xb'W l�Zl '+'+'•' J x + + i t �� drrva " ' ' � 4 f Y i � i t ♦ � y r • i'•�*iw + t * r--�--r— —'--Tr- ��-e--rr r z 0 � z O � Z � ¢ a ,�i � F" � Q � a�=� �z Q � � O � � � ~ U � � a � O � 2 Li.�Z_ o�oo� �jaZN � Q Q Q�- m � mZ O cy���U �u � �T � � � � � Q � � � � Z � � � O � �i(�¢��' F- au�Qz0. roc�n�a 0 w � � m c� �' W U � N [b a [�� Z Z � ad 3� J � m � UM f1.' W W ad 2 O F ¢ U � O � J � ¢ ¢ Z �F.. W d T � V D V � Z w a� �N� z a� � �o � � � �.�...�...s�� .. �.�00000000 � 310N 335 �i �- wpc''1UO��N WX��JU�1.�.1 �U�KWIa.Z[0 �m���Y���Z Owy(��U W O ��H-Z�OQOQ_�'.a'U V��¢UI.l�O� a� W� J� W� O �a��+�-ar-�ZJ �n�c9�wQ za �wNF°0`��az ����azo�wX ',�ili-oc=.>oc=n�a�� D z� m � � c� � 0 w U Q l� ca �, z d, z �n � a � �o N m�� ¢ U � U � r`1 ��'� 0�0. N'1+/MSSO�f� � ` � � � �\ I `� � • • • I • a ♦ ♦ • • f � �;•;•;� 'NIMv ��az e�r�e*♦ ')C'9'W 1�7.1 � +`+�+«« � I 4 i ♦ + • � \ I+ i • � }+}''«� ♦ ♦ r ♦ ♦ r i � � � � � � � �', � % I i H z w � a d �a o� a �� � � � O .. z �� Z n ;� J X � r�iw �� � •- �< ��f � � / / •+•ti�a 4F4�i+i 'NIN 4�OZ t*i+i�t 'XVW G�il '.t+iit .... �+,. • • + i �*#{4ii � ♦ a 3 b i i l+4i+i! + � �` ,� � X \ o¢ � �� m � � ts w 0 w U Q lt D m F � � U a � �Iz g a F � z ¢ � � � � e� C'i �` Z ,;, o 2 In � U Q ^� � 3 do N � m `-'M F V N U � �'7 ��� WaW O V! �- ?IItlMSS02i� wzc�z ��QCi 0.�'=� Z � � O h U U � � Q ��h-�2 � Z���'� � � U � N ~ � � d N ����� m� 0 ���w� Q� w ���'�� �Q��d C7 � o�}ZO ���d� o�a—w ao�Zo r?cn�a � U �� � 4 � W N � a �� � m � Q 1�7i a Q U � � U �z a o Z v p ¢ V N � � � � � �O 3 a � a a � � � � � � 7 � � � � � � a � � a -� a � � -� > � �_� _� �_> --�__ � _ Io 000 0 0 0 ' � • r n r• n� e � � �++•�•+ t+�+�+� � � .','.', 'r�in� ��oa z 'NfW ��oz �4`4'#h I ��,•;�, �xvw ��z� z� .xrw 4�zG ,•:*:•+• � Z i ''* , ' " dWV2i 2 � dYVVi! *+}���� � � � .,T�, .�.� gx ,..+ � ! _`�'.'� '+'*`•'• R�4+#+{, � Fi+if4+F I � ♦ { 4 M*}+1+• i L _ ��o 00 00 0 �� ����� � � � � � � � ,l � 'NIW � � "� � � '� � � � � � � � � � � � � z a � J V�a m � � � UQ� c00.0 m � m � K U � v 'NIW Q z 'f' z vi � �9 c�i � a w a ¢ ^ I c� � 3 d �a ¢ W � N li J `�-'M � w r 'NIW U � � �'�� �Z n u=i a P o0 00� o I x�v�ssoa� � �«'�+i� Y i � I i O ♦ 4 � ! 4 i t �«!*T � .t.• R # } } I } T ♦ I **+r4'+ ' 4 f f* 4 f f T � �f�*i�4 �,. �' �'.'� ♦ ♦ 4 ; •{T4 *f i �4 i t f 1+ i ♦ R M ♦ + ♦ f Y t*+if f f t� i � R + f i + i b � W Z U Z 4��� �U1=u1 ¢. z z ��o� � ¢ U U Q � �� LL � Z _ Z�Oa�� o� ❑N r.�az,-- �daQM �O�O F'Hm❑1= U¢�uaW � � U � � �¢��0. � Z w O ����� F- o�p....w aom�a r���� � a � a a� �a �� m� � U U in 3 � I r � Z I '� � Ir 1 I � Z W � ¢ a �a o� a �� �� �o J Ei J � W O (Ti a � a � Z � � z � 'aaaa � � voaa aflPa 000a 0009 ooaa 73AtJii.L ooaa �d�ii�$�d�d a000 0 N011�3'JI o000 a � ¢ � 'NIiN a#Z J Q � W 0 � U Q � � �� ¢z U Z � �$ m � � U O W 6 � W U � � �� h� U Z Q-' O �i � m h � r m e J Fa-- w w O V 4 a J U a r [Ll � 7 U L� O w U 4 � J � F [� � w 000ao �7 4COP0 �y 00000 a - DOdoo btlOUO ��nd�- a0000 `� Z Neials3o3d dwva ��aa� a �o Nou�3aia aoaao aoaoo � Qooao d 'NIYV � n�z � W � � W � V} �. � zr w � Q rnd �a w zF00�i� z v � o � ����� o �wa � cno� z z � c� wu� Z��f~!IQ Q C7 Zw(R�J 6v1 a��� � � Z��N oUNQZWZQ W���'`�U'Q Za Op.,'�Q W� F' m O� �waila�i-- � �i��wt~r �o c��c�ia m � z Z a� x�Sa�0.o o �Dihw�` wZ �a � � a 3 x Qaa �ti����,,Z r ? �o �� rn �� � O f/) (II UI Y�7 R �� uj �� Ul C7 W � � Y V} �� W �Q Fz ° �zr �C' z?�'�� �i � � �-�' ,�iW ¢p���Za j N�Wa���4 OZ�� ❑ �il K �+ Z � r Z� Z r U �� F��� J a V a� q W Z m � � �z� a�a � � �c�t,.�a� ��o� a �s � oi,.r ���w��ri � �w���z�3 �--�azz a � r � �n4 zw���'�"ww w�=v��U�� [A�� z m w � a� s��tt���= °-~�~Waa�w� �~ww Z a �v�i 3�cWi�cH.�wd W��zvoma�¢ ���� u� � y�- a ca � 4i4. V3�w� p� W�a� ��}�-m O.O� P U p m J � Z m�'��oc�_im �=m`''¢°°�oz~ }�->~ '�- � `n " za H}�Za�..� VSF-J�� Oa�a mU�� �U10 �W � $ U�W�WUaI� gOQ¢����1 �9 p a N�U 7�� ��?UY[!1� OQI/7JW�N7QF- �ZW�Q��� d v �CCY� p��Z�wv� ��vfjdV3���r ��a-7FBU� ¢ � �F¢-a z�~Wp�Q Q�Q'��QWW�O O�J�a��d V Q QF-� �"c�a [,� Uati � mz �a�¢� a rw ¢o rn¢��,t� zg �Z��w �� �-- F���a Q e w�r� Q��7 �1lFF--��U1�-d,l�ilVf�Q3Q �����4�� � Z WwQ c± dcn�c.�c�¢ Wc���c�H-�W��i O a�z�-r� � o�a razc��zz.i� zw zain�-zF-r-awwaa=�z`n a ��na �zr�Y������wi�an��?-Z�Z�p�tnr�J�j 3 �¢F- ��(I7xJ�O�C]�,���Q�w�c�g�w���ac���1Q ��rF'n�t,.lW a�r30�w¢��W Og ��i.�ilr�jmu}dOqp�¢F�� ¢QW�� ��7���moW�mz mm�r.�rn I d �C7in�¢� U�7w� mz�oa���¢.o�¢��� �p�NQ .J�¢D-F "tlnpm- �QVNIU�ZV� YU�r VU�(�V}-,l�iF �Qa"'0.'��Q[�iil4-aJ ��cW��Q��`'��w�w��w����'r¢�>zW'�a��-znxWa� Gi��c�oaowa��w�aw a rn�aW tn¢a a yxr �ilUOQ44H-O34Q]�Od'����Q�JJ�d��� � (V M FU1VI O � � � Z.- N C'1 V' �fi [9 f� a0 t7i 0 V W 4 p� m �O a �z c� o a � � 4 U t� � Qi Q~'� �l,~j ¢ �W In ~ � - � O W� ¢�0 ..._ oo� a�¢ pJpO W� "' Q ��U r¢ �a � �n��"o� UU �� �VJC7 U �z �j'j'j ��? �Qa � ""'"III �JxZ MN �r I� Zw ¢ UM� �.r� ��O ¢� a�j U J U � � Z N E y N Q w a U H Q d � W j , �— — — Y w � � a �� aw 0. � 0 �� � 0W U K r — OS!� �U � �!- J � F � Q� L�.! �W 4 � U� 06 O a O �q a � �� Q C� W� � a �j �4 i U N �� Y.Y -� �° �Y �. �� s �� o€ �L � �� o� �L Q< � xY�1 ,a � ��iy� ,G �� � N� Z � �{� ��a� Q � � F W z � U ao c� W U f K t�p�5 Z �F [a7 �� � EOpf r�� �Vw �� � (FQ t�� �s� � t�= �� i � i � � m ,s � � � � o a � �o � N � a g " o a lv �x � .9 � d� °� f�' �j? •Y �q M ,� � tt#S io P�� a � a�o 10 � o� � �� ��� � �o U� "� � h � T � �m '�"u �a �� W 7 � F V W � N F Z W U � O ¢ � � 1fJ O � a � � w R� �i � ga �� � II I ° Il I � �_I l� I � � yl_ f 0 � I -" � � ��� ��y}� F � Z v�O � � ; � � m ' � 3 �� I 2 i Q �O � � mm � � �� � �� � � �� �� �O k a�'i5 � I ��� � z U �� � � � a �� � � � 'g¢ o � � �45�i �m oi�I � � Y �o F � �� �i W N vI � � f11 3 � � � n � ; � j � Wa Sa O a F ? L�i W F 4 � � fI - A1 I � .4 � � U m 'kl .s �� �� s�ann �� �, �a s � � A�. �� ������ix �: LOC�iiOfV �15i �#N� fUTA� � C.) L�J � O � � C, Z U ai� � � � � � Q � � Q O � O U � O � a� Q � � � � � � � � � � � � L1 b N �i" M M � � 2 � Lal � i.� � Q � � � z � Q � � a � W � a � � a 0 0 � � N O N a m m m m m �a � v� v� �n vi z � �n �.n �n u� ,� � h n n n n � � � J J J J � a a o 0 0 �n-���� � a. 7 CZ Q � `n U � c° � Z �= a o}C � � Q � � � � � � m U � 7 � � x � � _ � � � � � � � J ' � � � � � � � � � W w d 0 � � � � U 7 G�0 7 q � � a 3 U �1 61 Q1 a1 6� Q1 al 01 �1 O7 � SD lD 04 N I� c.� �n �n m d� d� O 1 I I I I � 0 0 � � � � Q � Q Q � Ci' C�' C'I � O� �n �n m �r cv � � (X V~i c�l'f F- � p � w w � Z � ~ � � �i �. �'-` � a a O u.�u � ¢ � J w � V V � � d (n J J � 0 n�i N°oS '� � v o�o r'' �� o o�.j `t �n �� m or m lOW qA�$ hHd)[alA � o n o 0 0�� o 0 "M - d0 O1N0� 3J1V7 O 'r' "� f"' o s' � a o N� a o o M � w J.S 150A�!!d lOW �A'd � o 0 1l13@Wf�W"HAtl A38911 q N N � o�� o o v o o c o� a N��� o � � 15 3:141d�1111'1 � �� lQW 3Atl �31NiHd71)I � n a o 0 0 o c a o - OA'I� �IM08 dNfV3 CJ o o e� �n u� o 0 0�n a o o� o ao o�� o en � r.s ��ffa�7un � � � � lOW 15 3Na0ii � ���� o c o a o�� o a o�n � � N o � - QA'la Att��131A'M a °^ � � li0101!lVH� � ~ t'� � �" ��d �� m M o a o 0 0�r � o 0 o in o 0 0 o g � �� .LS 3NNOH -1S �IAH3H 6 � � " D7 "� � � � r�*1 k!Q ki�Alitl� � � W � � � Z � h � � � � � � � � � � � 17'� ��� � U � � o N N �" g ° z � � � � � N [-s W � �u �� � � � � r r w r � ❑ d a¢. � � � � o W a[ � � a � � c� � p � - � w v5 k d a.n�. d� z W F � eS Ci Q LL i� � � � � � W � v' � � q'S p � ry,' LFL1 J F- y�[C �� W W Y J F- � d a d F W � Ll! � � Q � �! J '� U ..J � d C� � �L � � �L J 2' U a� Q Q Q Oa0 �� Q��� OaC G� w J� w� D Z� Z W W IL ¢ Z J ¢ W LI.1 W LL[ � fL C� Z� F- p d � z � U � Q � O 09 Q ¢ d PC PC LL CC a �[L a itl U c� v� � t� U a u- k� u. � V� a g [0 7 z? z� z V� U j w W W W Q�� Y J 7 Z O. � Q g� p�� g� z� O� a¢¢ a�c °- ¢ r�i� ¢ n- a ac �( o�c �n ff:r QU o"�C i� � a¢a ran m m a iv zv U¢ � O O O O o 0 0 4 Q O- O O O d o 0 o O 4 Q N (T] '� � C7 M �F [`7 Fh ln l(] l[] lf] (O M N'01 1+ 4 O O O L? � O O- O Q Q 9 Q O O d O �i7 ��D M D9 PJ T co M M C] C] N N'd' N N V O O M O cN+7 �[N*J m o� N N iV N M o M C] C7 D�'] M M O � m O F+ a a W J .-LLJ U] tA Cn u1 J U7 (n Ui VJ (n Cn UJ z Lq Lq [J L7 VJ a�npaao�d �iwi� �aaa;5 o N M v� w n� m N� � a m a u� m r- m rn ewBN;aealS � � ����� o o� o m o 0 0 o a o 0 o m m o � �c �n F- iQW UA'Itl Ail3�1�iA � o m o 0 0 0 0.- �� o 0 0 o a o M m o 'M-!EU OWO� ��Itl'1 S! .LS 1SOA�ad 'lOW 3A'd 1�139Wf1H - 3At/ A�aB!'1 p����� p Q� o o p� o 0 0 0 0 o a o 0 � 1S 3Jtld31111i � "1�W �A7 ��IlilVd'li� �� o m n a o 0 o p M�� o 0 0 0 0 0 o p o � • �A�B �IMDB dWV� rJ � .LS �D4'd31111� �� '1QW 1S 3NaOH � o e��n o 0 0 0 o c� � � o 0 0 0 0 0 0 o a � -QAlB AH3�I�IA'Nk d � � �JO1QIlidH� �'9 � � � lbd a� o u> o 0 0 0 o n�� o o a o 0 0 o a o � � 1S 3NHOid -1S �IAk13H � 1° � � � da �t�navo � � � � � A � '`� a ��� o � � � � z 6 �" � x `u � � [� � a � o� a �O �+ W� �� �� � F C!i � � J � I-t� Z z�� �`uz �dF- � � ° z � �', " � w � Q � v�i � W a � Y ur W� x m� � � v Z z a � � � � � m ��.0 W � � N f� A �, � g �.wi �n v 5 c� ��� I� u F o 0 �] � -.iZ � Ui C] Q W F- � � � � Y 2 � J � � w � � F�- � ~ � � 4 �-I N Q Z Q U U Q � h F V���� � Z Q � � � � � Z � � � � � � � a z Z z � �¢ U�� a� q� z � q c~n a¢ a O� g�ij w a� g u, o a� w a a x x ra ❑ r- � �� a��� F n- ``� � a m m°G r� cn m cn raw¢¢� a C] u2 ¢ d u� w W=� � O O w w � o p o O � � � ❑ � � � � � w z z � � ¢ a a ¢ � ����¢ d A� n Q. � s� n � � 7� c~a ci ��._¢i m J J Q � p Q J J 0 fl� ¢� c�i � p� Q a� m a x<' �' "' ", � o T x � � i-. z z i-s U 7� c�n 'v �i- Q N p p LL�� g������� CV d o �n N UJ Y.- p N CD ta N M� M h N� C�'3 ta p 4 c�97 O o i���4 (V C7 4 � o 0 0 O O O. O O O 4 U O 11� O O O �O p q N N 6 O O N r M N 1� 1� f� Z 1� h r �[7 LL7 v] �!7 N N Ui u3 u3 N N N N c\t N N N N N N N m� e�'] c+�j M C7 C�7 [��'9 c+�7 [�J c7 M m M M 4+7 r M m i7 M M P') M M c+7- c� c7 c7 m �:I7 H U CA J J J J.J I.IJ U CJ J CA W W W!1J L11 W U.I ajnpa�ad }Stui� �aea�S N {� r�p l� e� p� a � N N N N N iV N aQi CYi M 1"7 i�i � � � M M tt R � a auiep� aaa�iS �' a � o a o�o 0 0 H 7aw an�a �aa�an � o 0 0 0 0 0 •nn - aa owoo a�aZ Q 1S iS�A�kld lOW 3AV � 1l339W�IH -�Atl k39911 ti a o 0 0� o � 1S 3��/d3lllll � �ZOW �AV H�Ikll7dll� � � • UA'lfl 31MQ9 dW'd3 O� o 0 0 0 0 � 1S 39tld�lA.Lll � 7DW 15 �N!!OH � o 0 o a o a u� - OAl9 Ad3JlaEh "M � � � HOlOIk[tlH� U �� �'9 � � �' 'lOd p o 0 0 0 0 � � � Ys aNaoN • ls ��nbaH Q � M aa H3nav� ��E� � z A a z '�y OO F - z � � � � � � e z � � � � � � W � �y � � � U � � � � U � � U � � � � � � � Z t� �' � a � � N W � m V U] � U N � � � a W a � � W � a O a U � � a n � ❑ Q O �= W U � � � � � a � U � � o a z � � Z � a �, " a ° u W � � c�i� a � � ¢ � M � in u� ¢ x a � co r n o .- to a a o o a a 0 0 o p o p O V�' Q�i O�'1 N tl�j C*7 ('1 .Ql O] N O) M CM O3 O7 C7 � H 7 11J .�-1 !1i L!1 � W aanp��oad aiva�7 �aa��5 � � � � � � � aweN �aa�y5 �'