HomeMy WebLinkAboutContract 57190, 2�
_. -,�.�
���� �� ���
COI�TRACT
FOR
TI3E CO1�T�TRUCTIOl�T OF
� • •F7 �- F."'614M8G.�� �
�ons�u��ion ��
����� p.�--� - � r-- .
�i�"�' x��R����:Y -
�'':�`���'�"��C,�[ �li�, '��i`���
FY �a18
�afe Rou�es to �chool Improvements
City Project No.1012fi4
C�J 090�-90-O�Z
Mattie Parker
Mayor
Da�id Cooke
Ciiy Manager
William Johnson
Director, Transportation and Public Warks Department
Prepared for
The City of Fort VVorth
August �021.
� ������
�
Duna�vay Associates, LLC
TBPE Firm 1�0.1114
��0 Bailey Ave, STE 400
Fort Worth, TX i610�
(�li} 335�� 1.�1
Duna�cvay Project No. B00�$64.002
-- --
, _. :�.�, �i��qiRA
. .�. �,�R�'T��Y
_ - -i�� . x '�t'
08/111z021
,�
� ���� ����
r
Ci� �f F�rtUV����
Y
Standard Constru�tian Specification
Do�uments
Adopted September 2Q11
0o ao 00
S'1'ANbARb COAISTRUCTION SPECiFI�ATION DOC:iJMENT5
s�crio�+ o0 00 oa
TABLE OF CONTENTS
Addendum No. 1
Division 00 - General Conditions
Pagc 1 ot8
Last Revised
00 US 10 Ma or and Council Comrnunication 07/01/2011
00 05 15 Addenda 07/01/2011
00 11 13 Invitation to Bidaers Q7109/2021
00 21 13 Tnstructions to Bidders 01/05/2021
nn� n^����a
00 32 l5 Construction Pro'ect Schedule 07/20i2018
00 35 13 Conflict of Interest 5tatement 02/24/2020
00 41 00 Bid Form 03/09/2020
00 42 43 Pro nsal �orzn Unit Price 01/20/2012
00 43 13 Bid Bond 09/11/2017
DO 43 37 Vendqr Com �iance to �tate Law Nonresident Bidder 06127I2011
nn� n ^a In�T
nn� n�rrn�n�
nnvv-�-� OM ITTED n 2'���
00 45 26 Contractor Com liance with Warkers' Com ensatifln Law 07/01/20l ]
00 45 40 Busi�ess E ui Goal 01/01/2021
Ob 52 43 A reement 0710 1 /2 02 1
Ofl 61 13 Perforrnance Bond 07/01C2011
00 61 14 Pa ent Bond 07/01/2011
nn� n� m�T.
00 61 25 Certificate of Tnsurance 07/01/20ll
QO 72 pQ General Ca.ndit�ons 03/0912020
00 73 00 Su lamenta Canditions 03/09/2020
DiVision pl - General Re uirements Last Revised
O 1 11 00 Summa of Work 1212d/2012
Ol 25 00 Substitution Procedures 07/01/2011
O 1 31 19 Precanstruction Meetin 08/17/2012
Q l 31 2p Pro' ect Meetin s 07/0 � 12011
n j� n� �n�T
01 32 33 Precor�struction Video 07/01/2011
0 S 33 00 Submittals 1212d12012
OI 35 l3 S ecial Pro'ect Procedures 12/2Q/2012
01 45 23 Testin and ins ection Services 03/09/2020
OI 50 00 Tem ora Facilities and Controls 07/01/2011
01 �5 2G Street Use Permit and Modiiications to Traffc Con�rol 03/22/2021
01 57 13 Storm Wat�r Pflllutian Prevention Plan 07/01/2011
01 S8 l3 Tem ora Pra'ect 5i na e 07/01/2011
01 60 00 Produet Re uirements D3/09/2020
01 66 00 Product Stora e and Handlin Re uirerr�ents. U7/01/2011
01 7D 00 Mobilizatinn and Remobilrzation Y 1/22/2016
01 71 23 Construction Stakin and Surve 02/14/2018
CI'I"Y OF FbRT WORTH 5r�fe Routes ta Schopl.slmpravem��tt,s
STANDARD CONSTRUCTION SPECIFiCATI�N DDCLTMET�TS City Projeci Numher: 101 Zb4
Revised 7uiy 2, 2021
oa oQ o0
STANi3ARD CONSTRUCTION SPECIFICATIpIV DOCUMEN7'S
Page 2 of 8
Ol 74 23 Cleanin 07/01/2011
01 77 l9 Clos�nut Re uirements 03/22/2021
O1 78 23 O eration and Maintenance Data 12/20/2012
O1 78 39 Pro�ect Record Doeuments 0710 1120 1 1
Technical �peciiicatians which have been nnodified by the Enginecr speci�cally for this
Pro,ject; hard copies are included in the Pro,ject's Contraet Dncurnents
Technical Specificat7ions listed below are incl.uded far this Praject by reference and can be
viewed/downloaded from the City's website at:
htt :llfortworthte�as. ovl wlcontractorsl
or
httns.,;�a�ns.fortwarthtea��,�;oti � Pr�9 ectResonrcP�:
Nane
TxDOT Requirernents
1.
2.
3.
4.
5.
6.
�'.
8.
9.
10.
11.
12.
13.
14.
i5.
lb.
17.
18.
19.
20.
Disadvantaged BUsiness Enkerprises {DBE) Requirements
Buy America
Child Support Statement {Family Code §231.00�)
State oi Texas Child Snpport Business Ownership Form*
OSHA Irnplett�entation
Disclosure of Lobbying Activities�'
Non-Collusion Af�davit and Debarment Certification*
Certificate oilnsuranes
Certificatian af Intarest
Contractor's Assurance
Seals Page
Prevailing Minimum Waga — Davis Bacon
Prison Produced Materials
Differing Site Conditians
General Notes
TxDQT Specifications List
Special Pravisions
Special5pecificatia�s
Federal Requirements for Federal-Aid Construction Contrac�s {FHWA-1273)
"Standard Specifications for Construction and Maintenance of Highways, Sheets,
and Bridges — Adopted by the Texas Department af Transportation June 1, 20Q4"
— Included by Re%rence.
*Requrred to be submitted with bid to be deemed a r�sponsive hid. If'these items are
nat submitted with t�e bid �ackage, the bids v�vill not be read publicly.
Appendix
GG4,01 Availability of Lands
GC-b.06.D Division of Business Equity
C1TY OF FORT WORTH Safe Rautes to 5chools Inaprovements
STANDART] CONSTRUC�"TON SPECIFiCATIQN DOCUMENT3 City PrajeciNum6er: IQIZ64
Revised Iuly 2, 2021
OD 00 00
STANOARD CONSTRUCTTOiV SPFCIFICATION DOCUMENTS
Page 3 af 8
END OF SECTION
CI'CY OP F'DRT WORTfi .Safe Roudes do School.s Improvements
STANDARD CONSTRUCTiON SPECIFICATIDN DOCCTMENTS Cit}+ Praject Number: l01264
Revised Suly 2, 2Q21
��iy of �ort INorkh,
����� ��1�
Texas
��l.l�l�l� ��I'1'��1'1Lf�ll��t���1
DA7�: 1�l7�4l�1 M&C FILE NUNIBER: f++a�� 2"I-0975
�O� NAM�; �Q�`�' 2�'�8 �1��5 �ON�7`Ri��TI�N �O�iI�,A�T
����
(�D ��nd �D �1 � Atilharize Exec���l�n of a�onsl����lon Co�lr�ok v,�ilh l�rb�n In[��t�n�#ruc�ior�. LI.�, In �E�e Amount �i �3.�42.O+�G,S� ft�r
Cpns�fu�tEon af the �018 �afe Ra�#os �o �chaol Impravaments F'ro�ect �2018 Bond F'ragramj
F�� C O!�!J N1 EIVDATI �N:
lt Is �ecamme�ded tl��t It�e City ��unclf autharize exee�aian of a�anlract wak�r Urban lnfra�onst�uoE�an, E.E.�, in �fi�e arrraurrt of $3.8��.Q46.5S. for
constr�ctic�n �f th� 2��8 �afe R�utes #o Schaa� Irr�prnvamenks proJec[ (�Ity I�ro�ecR No. ���iB�),
r r
Tl�a �uf�ose �f thkS {�Sayar and �o�nc�l Comm�ni�ailon {MB.�� is to aw�Shor�ze cx�cuiion crf a cae�kr�ct wiih Urban Ir�fra�onslruClion, L��, in khe
amounl of �3,8�#2,Q+4R3,�ak5. ior �x�R:struckian t�f l�+e 201 p��ie R�utes #u ��hool Irapro�+eFnents proJa�k. Th�e In�pr�vemen�s Inclu�� car�st�ucii�n af
r�ew ar�d ��coRslr�clian of exlatin� sld�watks, c4Mr� ramps, drl+�ewr�y�. c�rb ar�d gulEer, s�,all r�at�iRing w�Ml�, si�ns. crossw,�Mk� arrd p�vern�n�
ma�kings,r�lt��lrx a� approxirr�e�e yuart�r mlla ra�kus of aal t�r�ee �f !he �annie �3�am, VU, .�. Turr�er and �larnand HI�I El�mo�fary �cha�l r.�mpuses,
7he p�o;eci was posteck on �h� ��ly t��rctrasing kue�sll� fo� �Id e�n A�agu�l �9, 20�'M 2�nd €��lvertas�d �r� 4+te �vrf 4+V�r��r .5t�rr'-Te�er�r�rrr or� A�gus! �9,
20�9 �nd Augus� ��, �Q27 _The i�llowirr� bGds were a�en�d an Sepk��ber 16. �02'I _
�idders A�nount Time of �ompl�tian $id Re�ectE�n Re�s�n
Norki��kar �oa7sRru�:t�on, l.k.� �3.487,8�2.75 Bi� wes �4athckra�rm �n 9-
�0-��� �4
I�krbar� Infrec�nskr�ctl�n. t;.0 �_�3,84�,���_5�r� 3�D CelenQar [?ays --
NQ� COnstruCiioll, LL� $d,�76,712,{J�_
717e �arn ��o�p. Ir�. T �4,741,�76,��
Thls pro�ac! wlJk �7�+�� r,� imp�ct �n 1ha iransporEaRspn and P4�bll� Works �nnu�l operetl�n b�dyef �+F�a�7 ��mplste�, �ar:sirucNor� is �x�ecteci Eo
slart In February ����,
TE�e c�ns[ructi�n cant�aCt wHl �� f�n�e� using �01 B Bar�d �rogram �ur�da ava;l�blo In lh[� pro�t��t �Eong wl#h F�derai �rerst ��nds �o ba dlstrib�R�d
by tn� �ex�� Dapenmeni ai 7ransport�tsan ('I'x�]DT} durin� cqr��#rucsion of t�re project on a r�imbursable #x�sis �iC�r work hes �aen �arfo:rne� ar�d
paa� far_
Tt�ks projeciwlll be ��nslruc!od throGi�l7 a pre5�lo�sly�x��ut�d Adva�c� Fu�adirvg Agfe�mer�k {�F�}wit�'�xD��` �oth f�t��ral a�d st�l� iu,�ds ete
alE�c�lad l� ihe prc��e�;.'�xX:l}D�' mus� ��fi�lalGy con�ur wiEh �17e bld award prl�r �o execu�lan of IF�e cor�sRru�ior� �on�ra�l. The offclal oon�urr�nca
pr�cesa is cWrrenily ��nderw�y.
Thls prpje�! Is Gr�cE��ed in �he �01 B Bo�rd �ra�r��1. Aveli�bl� reso�rces w'rkhin tha �envr�f �urrd wl�l be �sed la provlde Inierim flnancJng u17�1� �e��
'ss i��u��i. Onc:� [iebt associated wGkh tf�e proJacl €s salcs� Uvnd �rrnceeds wili reiinb�ars� khe �e��:ral Furld Jn accar�lan�e ti���R#� !he sE���mer�!
expvessGr�� afflolal �nter�t Ro R�irnt�urse I�ra� was a�opt+�� as �ort �f ihe �rdMnance car�vassing kh[� bond elecll�n �Ordlr�se�ce k�lo, 232�9-05-���8�
antk suf�sequa�t acti�ns �aken by kE�� M�y�r �nd �o�ncl.�,
��mpkl�nr,� �iih lI7� Ciiy's �Isadvant�ge B��iness �nterprise �[}B�} Progr�r� I��s been achieved by the #vlf�wang me��od; 11��en
lnCracor�stirucliorr, LL� `s In com�slenc� w��ki� tFse �Gky's I��� Progl�am by �ommil#ing t� 839� ��� p�rtl�ipa#ion o� Ihis pr�J�aCt. TI�e �rsy's �78� gaal
on kh'r� �r�Jecf Is S°lo,
Th[s pm�ecl i� locat�d Gn �OUN�IL. �E�TRI�T 2 ar,d �OU�JCIk. �l�T�il�� 4.
F #� I F C �'
TE�2 DIr�C�or p[ F�nanc$ oefS3f1D� k���� F�n�s are av�1Y�t�le �n tf�e cLirront ca�Hal bu�r�eR, as pr�vlous�y a���oorGated. ��, tr�e �ran�s ��p �'r��ecta
�ede=al Fun� and �I�e �018 �an�i f'ra�F�rr� Ft��d f�r khe 2�4� ��f� R�utes Ro �cha�l pr�Jecl to su���ri �ho ap}�ro+��i �f [a7e sbove rec�mme�+[Epkl�
�nt� e�c��utlpn of the car�li�Cf. I�rlar so any axp�nc�iture being Inct�rr�tl, il7a �'ransporl�tlQn �rrd P�r�l�c �Narks Dap��imer�k 17as tJ�� res�nn�l�iili�y k�
vakld��t� 4�re �v�l��b9liip �f iunds.
Su�mitted for Ci#y Mana�ePs �ff�c� #�v; [�a�a 8ur��rdo� 90��
Qfi�ln�tir�g Bu�lne�� l�nit We�d; 11�iI11�m,JpF��gpR 780'I
+�tls��s�El�nfv�ma#lo� �cr�tact: �torrsy �al� N6s�
UI} QS CS - I
nr��r-.r�nn
Pngrt 1 urS
srlcTz��a o� os ts
r�ur�t�v�n
���1' �F F�RT YV�RTH, ��XA�
ADDENDUf4� NO. �
1'o th� S�ecrficatians and �antra�t �]o�urr�ents
�pr
�Y ��� � Sa�e Ro�tes to �cF�ooE Impr��rerrrent�
�ity Proj�ct Number'I�'1��4
Issued: ��pteml��r 10tf�, 20�1
�€d p�t�: Sept�rr�er 96th, �0�'I �t "1:�� P.M.
�his �Id�endum f�rfns a��rt of �he �id��r�g E]ocumar��s ar�� �vlll be in��r�prale� into G4n�rac�
l�c�r,um�nts, as appli�a�le, Ir�soiar �s t�e �rigir��� �ontra�t aa��m�r�l� �n�i �p�cifi�atlar�s ar�d
�onstru�t��n Plar�s a�e in�onsist�nC. kh�� Ar��en��m governs, A�kr�ckwlec#c�� r�ceip# of thEs
2�ddenci�m hy sEgnir�g and aEtachln� Il to tl�e ��ntract Da���enls {Insi��), h!o#� receap# �f Eh�
Adder�Qum in #he Bid Proposal as�d o� [h� outer envelape af yaur bi�, FA��UFi� �`C} �O S� MAY
SUBJ��7 �II�I��R TO Q�SQUA�IFIC�l�1�N,
P�'os ecti�� bEd�ers are hefeb notif�ed �� the follow�n :
`�'hi� adder�d�ti� ii�ciudc� tC�c ��Ilowii��=
I. 1'roYFii�f �'tc�cntatior�
1la �lectruna� vc:rsion �in f D� Fornla[} ui' tl�e p�'��entatinr� givcn d�Er�n� [h� ttion-
rrtan�atcxry �r�-bid meeiEr�� �acl�I �� �=0i� A_M_ C:ST or� Ak�g��sl 3lsi, ?�21 �� attaci�ed �n
ti�is ad�€en�urn.
�, �'rc-Hid Si�i���� Sk�eeE
�1� �rlc�c�nr�ic 3�crsr���� (�n I'�}� fu�»E} of th� pre-�id rr�ee�iu� at�end�� sign-in sheet is
x�t�c�ed kc311�in ri�l�ic��dk�ttt,
3. l��! I��cstinr�s
C�kii'lCj� L'I5C �7rC—�}3C� LiR]L' �TSfSII:. L�iC f{1� IC11Y117� �U�SL'IOZtS ti1V�1-C �iSC{CCi. O��IC�i3� YiriS�VCTB 8r�
bcin� }�fo� idcd as p�rl uf [hi� ��lc��n�i�ni�
I, �:
Vtifh�� �xac�ly does vegel�#iv� waterir�g and biack so� �ay for7
A:
�or�Erac��r to re�erence 7x��T �/egetativ� Watenn� �pe� i�O$.
1+�IaterGng �a�s f�r Cirnil� of installed sod at ��an��rd 7x��T
w�lefiing r�i�. ��r blo��C so�d�r�g see Yx�]�T �pe� '{B�, ��a�t�iy
h�s be�n �p�ated p�r �hi� ��d��dum, Six s�t��re f��l pe� I�near
faot �or �ff�et sicEewalk �nd � s��ar� fe�# per lin��r �ot�t fpr
�dj�cc�nt si�ewalk was �ssurraed_
(-1Z�Y �l� !�i 11t�1� 4V4}EkTFi S�ie I�.ouirs �a Sr!�i,oG Ipnrtc�vc�tiirt�ils
57'ANbAkIC) C:[]s�dSTRU{7E[i[ti SPi=C'aF]{:J4'CI[1N I��C�l.fMf Nl'S CiGy P�tycr.l N��. i01�1�s
kcwiscd ,lvlp k, �flf 1
uo�s �s-�
nDullhD,;
PRpu J uf S
�..
1+V[�o i� to ��r{�rm lre�lsl�i•ub lr�mming'�
A;
�on��a�tor is io perForrn iimb lrirnmir�g �r�der t�e
su�erv�s�onldirectiar7 �f �n iSA �ertified Arbori�t. It�m ko be
cav��ed ur�der Preparir�g �.�.W �ay �kem, }�ny tr�� r��Es requiring
lr�r��ning sl�all k�e �erf�r�r+ed k�y c�rt��ierl �rb�r�sl �rnder li�e
��p�rvisr�r7 af �he �ity ar��rFs�,
ii. Gl:
Is thsre a consCruc�ia� se�u�i�cie�gl}�M�Easir�g plar�'�
A:
�1�, conlract�r t� slcap uvr�rkllane closur�� .3� man befarelafter
�lem�ntary sc#�ool I�l� �ut (�;�0 P�11} on str�ets �ir��kly ad�ac,��rt
ta schooi �ro���ktes when school �s �n se���on, l�I� othe�
��q�enc�ng arrd s�r��t �a�� �:i�sure� lo be c�of�ir��te� by
cantract�r wifh [he ciRy. �treeE cf�sures sl�all be �ermitte� ihrough
�ily �f Fo�t wortF� Tr�f�fi� €J���rtrner�t.
fii. �:
I� l��re anywhe�e for ec�ulprrterrt�maieriafs to be stor�d�
A:
[+lo, �hes� ��e aEl narrou�r ���rd�rrli�l s�t�eks, t�rere are ��p
ti�s�gnate� areas a�ij�cenl ta thesa str��#� #� �ko�e e��i�r�ren�.
��ntr��l�r sh�ll esta�l�s€� st�ra�e a�eas as r�q�ir�d ir� a�i�acent
iats in �o��er�k«n wi[h la�downers. �ta m�#�riar shala be siored
wiCl�in pu�l�c R.O_1�1_ �x��p� a# �h� approval of lh� �ily.
iv. �:
WiCi I�r�r� n�ed ko b� any d�or h�ng�rs �enl ��# �a re��d�raees
prior #o wot�c ct�mm�nc�n�lfi�ishing?
A:
1'es, c�ni�acCvr to �orrrmu�ica#e via d��r h�nge� wit� af�����d
[��m�o►+�ne�s aE I�as! 72 hour� �ri�r to d�mofi�ion� �id�w��k
�d�rveway p��v�m�n� conskruc����.
Q:
Will there �e �n �Ilvw�nc� fvr trrigat�orr rep�it�'?
A:
1���, an aflowa��� wi�l t�� incorporat�d i�to !h� b�d applicati�n.
Ptic� �o i�� paid �y lu�n� s�m as documen#ed beforehand p�r
I�cation and agr�ed t� k��r �he �ity, �onlr��;tpr �hall lake car� k�
d�curnen� exi�ting ca�ditit�n� �t each �ropert}+. �or��r��:tar �o
refef�n�� �en�r�l �or�diiiorrs 0� 7� OQ ��c#ion ��,02 whi�h
���ers pre��id allow�k7c��,
f'ff Y f?F F'OR�' Wi]H'f [I Sufo R�ulCs i+a Schoal Cmpeove��ieplx
S�l"Ah;�aA�'T] {'i}NST'k�;c=3�IC}N 4PFi'fFi{'A�'iC]Tti i�[]('UM��1'f5 Cily !�s{,�e�s �n. 1 blil,�1
ReVisa[.fuly 1, 7;1a I
000� �s-s
�nnr�nn
Paoc 3 srf i
V, (�:
ao�� €t��, �o w s�� T�
whike thermo mar�ing7
I�4" n��ci #o �e contras� ar�ust p�ain
A:
�lain whit� thermo per �xD�T ��sc 66fi 8 DCu1S-���0
v�, f�;
+Nfi��� �if �r�y�� pf�qs�al�fi�a�ion for this re�u�r�c� f�r �#��� projeci?
A:
Nor��, pr�t�u�lifi��tion rec�uiremer�t fot ca�cre�� �avin�
canstru�tion�recor��Eeuction has b��r� r�mo�eti fr�rn lhFs �roj�c�,
�ee change� �o pro�ec# m�nu�l bekow_ �owest res�oe�sik�le ant�
re�por�siv� i�idd�r �l�ail b� s�l�cked #oe l�is pro�ec�,
���.rr.c�� �n�v��r��
I, ki.�al4���'�'. �e.+:�ions fl{1 [i{}{l[1 ar�d ��E�S'LA�.F wiih 71��iiCE1[:{� ��:C�]�ktl OtJ OO Q{�,
a_ Scclio��s r��;�r4�ing prcc�K�r�l�� ���t�ott re�nt3v�:�, s�e itc3�� � h�:low,
Lx. Scc�iun rc�flC4IItY� 8 Itlflllll�,lifl13C� L}011t� Il0 �011�TCT f�CjUll'l=l�, su� tE�rra 7 L'��:Ic�w,
�., iv11�f�31: ��I�Bng� ��r L713� ir� �p�a�G�c�ix.
�. RL!�iOYr: `��'ecEio�s I}E1 3 I�:� a{n�l f?�� � I a 3 aistf REPl,,�{:L u�iLh atl�tch��� �cti«t� �i1 I l
l 3�r�c� [1lY � a I 3
�_ f'r�qua�itic��it�nF�n�ovc�V
�. 1�3410�l: S�:c�ion {l(� 4l CI�, Ri:Pi,1��F. �vi�l� at#;�ched 5e�tior� UU d1 OU.
��. Rt►��sc� �i i��e �aF' C[�i��plct�nn �0 3llR) days, '�'���� �s5iaiilu� t;c:vCi'i�] ur(xr�C �.�Cw� ���'
�cktinc�E wnrkii�g ct�nct�rrenlly,
�_ i�cmo��c� i'e�c]�i�iE�f fir1[t[�rr I'ara���a�h
4_ liL;N�OYL. �cct1o17 [1{I �2 43, RCPi.AC�, wi��� att�i�:h�c� ��csit��i �0 42 �3.
�, €�r•.v�s�E� ����n�-i-��r�r:s ��� �fir�r{s�;
_ {�: L��OC'I� �l)1] ?,7F+� S�'
+ 1[�: VI:C.i��'I'r�Tf 1��. V�f r�TFR��(i 17,7��i iV9Ci
• s�; �F�r, p�v n�r��c �-v u �v�� ��� �sr_.r�� ��� �.r-
* 53; RFFL �'AV f1�SfZE� 'I'Y li !1-l1 —��[1 t..F
+ 54' E'�t1� Si.1i�.N E'l�.l�,�r 1=�f� iv1�i� {�"}— �,7�7 L�=
• ��- ���tv �ur�E, �xr� a�c�� n����x ������ - �,s i M �.H
�_ 11I�B�€) S�eca�.a llllt�w�nuc fs�r Irrigstiqn �y���na Re�sair
■ �3{l,Ul�O,�l� 1.5
5, I�T'1'E�i'F. SccEic�r�s il[} �5 UU and I�1a1'I..A�T'� �vi�h �stEac:lt�.d S�c#t«n 0{� �i5 00
��. c:���,�� ��w�� ��, a ��r-.
{,. I� N:��i01� k�� �t�ciion� Af14S I 1. 0{1 A> t�, l}l1 �5 l�.
rt, T��e ure nn p�eq��lil��caGian'h csn �l�is prt��ect, Ab[��e s��t�r�ns ret�ove� 1'ror�
����nua�_
'7. F��E�119�V1: ��cl.kiss� OU �� �3. REPLA�L w��h ��ilac��ui �c�li�xn �� 5� 43
:i_ i;��dated C���frtticE �C�ir���: i�, 3�f! ���ys,
�i_ E�C,I��(]�� i�: ��c[ior� 00 � I 1�
i:FTYti� F{]1tT�V{]l#�I'H Si�[ I�L7111tL I{�.�54"�{iS}� I157j1f(�V4111��I�R
57'A�U�i#fl i=�]ti5'i'ItU[:7'�[)Ct SPGGZF�C.ATiON €]UC'�JMf.NTS Cl�y Pru���l Nu st7a tiG4
rtcti��xs,J luly I. �?rr1 �
iHJ C�4 � S - �1
AI�f1FNf3A
p�gc � ��f S
�. �o fl�ain�enai�ce Bond is r��}u�recl un ihts �raje�[
C�}hJSTR[,�� '�'!�!�f Pi�A;�S
l. [�t��:1�1�VE F'1fA�.�' �FiE�',i� #�-�U, I�-�� u��d �•�piacc witn a��ache� �-� u, 1�415 FLA1�1
S��EfTS.
���:�r���:r��ta�a�-�i�r'��� F�i� r�a`�n�{��:
�; ��.c���� sc�r� - �,��� �v
���; �r�c��,�r�r��'��r�: w�-r�,��t�c� - i �,��� ��
S2: C�E.FL f'A� MRK TY i� �W� 4" �SL�) — 3�17 F�F
53: Rf�f I. l�'�11� NiRK -I-Y [[ A—�1 — 2�.0 !.F
54: G}�v �u��t� ����� k�c�f� h�k�E[ �4�F� -- �,��� �r
�d5; p�11� FSU12�' 1'i�L�' FC1R fVSRIC (�-0") 2,51 [ Li�
�_ r�h�nc��rr�� �.r��_ ��rH:�t���:
�_ c����v�r�r�c.�'o� f�o���'�. ��cou�rT
i�. ���=r: ���,-n��_i�:r�c�
;��_ �r�c��Ec�ry c;o�-r�o�, ���r������r�a�€c;F:
{'i'd'Y C]F ]"f]f#'f WC]RTT�I Salf� R�rokei� s�r 5chnul Im�ruvcmcnls
S�iANUnr�i�cxr*���I-Ri.r{"�7(}NSf�F�C.IFEL'A'I'i[�2�b�C'U�Er�TS i;�syP����c�Nu IOt2G�
Reuixc+l luly I. 2011
00 05 15 - 5
ADDENT]A
Page 5 oF5
Acknowledge yoLu receipL of Addendum No. i by completing the requested information at the
follpwing locatip�ls:
(1) ln the space provided in Section 00 41 00, Bid Form
{2) lndicate in uQper case letCers on the outside of your sealed bid en��lop�:
"RECEIVED AND ACKNDWLEDGED ADDENDUM NO. 1"
All other pz•ovisions of the plans, specifications and contract docunlents for the pro}ect which are
not expressly ainended herein sllall remain in full force anc� effect.
Failure to retui-n a signed copy of the acfdendum with the proposal shall be gtounds Far rendering
the bid non-responsive. A signed copy of this addendum shall 6e placed into the proposal at tl�e
time of bid subniittal.
REC�IPT ACKNOWLEDGED:
By: '�
�n�.p uM,��a r
Company: �} V�t �? 1►'� �Ycl Grs n�'hr1! G�"7 �1"� �%" L C'
Williain Joh��son
Director, Transpartation
and Public Works
Digikally signed by
' n '� `- � Chad Allen
� ;'k c}, �'' 7�• �•�-' . pa�(r�- 2021.09_10
By:
13:09:35 -05'UD'
Chad A1�en, PE, C�M
Senior Professional Engrneer
��.°�.r��
. r � ti�
�; �•
¢: ;*
N{�����M������{�a������N�f •
J05HUA WRIGHT
�•�� � n pp a.� u�� � n.� n►.�p
� � 12�733 : �-
�� °�`�'"..� �c��sE°.� �.��'�
�
D9110/2021
END OF SECTION
CITY OF �OR7' WORTFT Safc Routes ia Schoqi impravcmcnts
STAiYDARQ CON5T[2UCTION SPECIFICAT[ON DOCUM�.TfTS City Aroject No. 1012G4
[Zevised.fuly {,2011
�
�
��
�
�
�
�
�
�
�
�
�
�
._
�
1
�
�
�
��
�
�
�
�
�
�
�--�
�
�
�--+
�
�
�
� ��
�
�
�
�
�
�
�
�
�--�
�
�
�
�
�
�
�
�
�
�
�
�
�
0
�
0
�
�
�
.�
�
�
�
C�
C
�
.�
,�
�
�'
�
�
�
❑
�
�
U
I
�
�
�
0
�
�
�
�
�
c
�
c
�
�
�
�
�
�
�
�
�
0
�
�
�
�
�
a�
�
�
�
U
u1
�
c
�
�
�
U
�
�
c
�
�
�
�
.�
�
�
LIYI
�
�
�
.�
�
�
�
�
�
a�
�
�
.�
�
�
�
�
�
�
c
�
�
�
c
�
�
�
�
0
�
�
,�
�
�
0
�
�
�
�
�
�
�
�
Cl3
a..►
C
� �
�
� �
� *�
� ,"� �
� O �
� � � �
� � �
� � �
� � � �
�� � �
� L � V]
� � � � �
� � cn C� �} � �
�
� � o � � � �
� � � � � � � � � � �
� � � �} (� U
Q�.�+ �,�.��EJ.J ��C�� �
���{I�� � �U� �_� � �
� � � � � � +}
�
.� � -� •� .� �i '� .� � � � �
Q� � � �
� � LIY. � CL L1� �LLI � �Y � � C�
� 1 .
- - - � ��C�I
� C�1 C''") � 4� � I� � � �'— �' r
�
�
�
�--+
�
�
�--+
�
�
.�
�
�
..
�
�
CCf
�
�
�
�
�
.�
�
�
U
,�
�
�
�
�
O
Q
�
-�
�
�
�
�
�
O
�
�
�
�
�
�
�
�
�
�
-w.r
�}
�
�
�
�
�
�
O
�
�
�
�
�
�
�
�
�
.�
�
�
.�
�
�
�
�
.�
.�
�
�
�
�
�
�
�
�
U
�
�
�
�
.�
�
�
�
�
U
�
�
�
�
�
�
�
�
�
�
�
�
O
�
�
.�
�
�
�
�
�
�
�
�
�
Q3
�
�
.�
�
�
�
�
�
�
�
�
�
�
� 4� � �} d�
� � C � �} +� � +� �,
'� 43 q) (!� �} � f,l� � �
�
� � � � � � � � � � �
� � Q} � CU � O � ' � � f.�} �l
� � � � � � "� �} Cl�
o � � � � � � o� o �
�� c c� a� c� � c�
� � � � m � a�i u�l t�1 w � �
D U� C� �� OC L� ���� c�
. . . . . . . . . . . .
�
�--+
�
�
�
�--+
�
�
�
�--�
�..�
�
�
�
�'
�
�
c
� �
� �
� � � �
� � � � � � � � � �
� � ,� � � � U� � � �
� U� C� � C� � � � � �
� � � � � � � � � �
� � � � � � � � � �
� � � ! � o o � � �
����������
. . . . . . . . . .
�
�
�
�
� �
� �
� �
� �
�� �
w��� ��
� � � o �, � �
� � � � � � �
� :�= � a�
� � � � � �
L �/-�� '�
•� • � � ti V
C � .� � � � �
�'O � I.L � Lf.I � CL
. . . . . . .
�
�
�
�
��
�
�
�
�
J
�--�
C�
�
......,�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
L
�
L�-y
V
.�
�
�
.-�
�
�
� �
� �
� ��
� �
� �
� �
•� f�, r�
� � Q
� � � � _
C� ` �3 �
� � � � �
�}
7 �
� �
y--.
{� � � �
� � ,� � (�
[3 U ( � � �
�
O O O � � �
� � [� Cf�
U �
� � �' ,c a� v
0 0 0 � � �
� � a�i � o 0
�C C� pC � C� �
� I 1 � 1 I
C!) CI} J CJ} J J
� i17 M C� �7 � }
� � � � � �
�`� �! � � � t•�
• � • • • •
�
� �
C �
O �
� �
u� .�
� �
�
� o
� �
i
� �
C!) �
� �
�* ��
■ t
�
�
�
�
�
�
�
�
�
�
�
U
Q
�
�
■
.-�.
�
�
i�]
C
.�
�
�
�
�
'� l'�
� �
�
� (�,�
�
U] �
�
C4 �
� �
� �
� �
� �
� �
� �
U �
I �
�
L� �
�
� ��
�
� �
a ■
�
O
c�
�
0
a�
a�
�
�
W
�
�
�
s
�
�
�
�
�
�
�
�
*'��
�
�
■�
�
�
�
�
�
��+
* 1
�R
v
�
�
,�
�
�
#��
�+ �
.�
�
�
.�..
�
�
�
�i.+
�
�
.�
�
�
�
�
�
�
�
�
I
�
�
�
�
�
�
�
�
�
�
i4
�
.�
�
.�
�
i�
�
�
�
L �
�+
�
i"�
�
�
�
�
+W�
V�
1
�
�
�
�
�
�F
�
W
�
W
�
�
�
�
•
�
�
O
�
�
�
�
�
�
�
�
�
�
��
� �
O �
� �
Q� t�.?
� �
� �
, �
r �
N �,
G p
CV �
L� -
� .�
� �
4 �
ai �
� �
� �
a '�
��
��
� �
� �
� �
� �
� �
� �
+y�r�.� �
5..► y--+
�� �
� �
�
� �
� �
� �
� �
� }r
� �
�
� �
" � ��
•+� �
Vr
� `�
� �
� �
.� •�
� �
�
L
�
�
�
�
.�
�
0
�
L
�
�
�
.�
�
�
1-r
�
�
�
L
�
�F-�
�
��
�
�
�
��
�
�
�
■
�
�
�
y�
�
�
�
�
�
�
�
�
�
�
�
�
L
#-�
�
�
�
1
�
L
�
i
�
�
a
�
�
�
�
c
�
�
�
�
�
�
L
�
�
�
�
�
�
�--�
L�-y
V
�
�
�
U.�
�
��
�
�
�
�
�
•
.
�
�
�
�
�
�
�
�
�
�
'"�"
�
�
�
�
O
�
�
�
�
�
O
U
�
L
i--�
�
�
�
�
�
�
�
�
�
L
�
�.ir
�
�
�
�
�
�
�
a--+
�
�
�
�
�
�
�
L
a--+
�
�
�
•
�
�
��
��
�
�
��
��
�
�
�
�
1
�
�
�
�
�
.�
{�
�
�,} �
� -
� �
� ^
� �
� �
� �
� �
� �
� �
� �
� �
, � [�
� �
� �
�
�
� �
� �
C �
.� �
� c�
�3 �
� �
+� �
� �
� �
� �--�
O �
� �
U �
� �
- �
l� C
� Q
� U
� �
� �
��
�
� �
�
� j
� �
�
� �
� �
.
�
�
�
�
�
�
�
�
�
�
�
�
�
.�
�
7
�
�
�3
�
�-+
{�
.�
�
�
V�
�
�
O
�
�
O
�
�
�
�
�`
�
�
�
�
�
.�
�
�
�
�
q}
�
�
Q�
�
�
�
�
�
�
�
�
�
�--+
��
�
�
�
�
�
�
�
.�
�
�
,
�
0
I�D
�
�
C3
�}
.�
�
�
�
�
�
�
�
�
�
�
tl�
�
.�
�
�
�
W
�
�3
�
.�
�
�
�
�
�
�
�
�
�
�
�
�
�
❑
�
�
�
�
0
�
�
0
.�
�
�
�
�
�
�
�
a
x
`�
c
�
�
�
�
a�
�
�
�
�
�
�
0
�
�
�
0
�
c
0
�
�
�
�
�
�
�
�
�
�
�
��
�
�
�
�
�
.�
�
�
�
�
�
�--+
�
�
�
�
�
�
�
�
�
.�
�
�
�
�
�..�
��
�
�,.,
�
�}
�
�
�
C�
�
�
�
U
�
�
�
� '-'
Q �
{ � �--'
C
� �
� �
�
D C3
� �
��
� �
4� �
� �
� �
� �
� �
� �
� �
� �
� �
� -
�
U
�
�
�
�
�
�
�
�
�
{!�
�
�
�
�
�
.�
�
�
�
�
.�
�
�
�
�
�
O
�
�
�
�
�
�
�
�
�
�
�
C
�
�
�
C�
�
�
J
s � . • .
�
��
�
�
�
�
�
�
�
�
�
�
�
�
�
� �
r �
�
�
�
�
u� w z� �l �' �� w r�
r� ra� s—, �► � as �' a� �� n�
� �'9 L � � � � =3 . � � � � � � �
f` �`,�'', +� � C`r '�y i0 � L? � n5 C}
�J � � [�_s � � � �y �r �` q''�} �i �' �, ��
� � �� � � � � � p} � � t7 ,g� � � � ai � ..} z
� � � � � y"`�p � L � yl� � �. �
� � .� � � � .� � � � �� � � — '� � �} � � �
c. �{ G U � '� C �1 � { � C.1 � .�. G r_� . ' +i C�' a,}
iiti #-1 ir-� [tY h�l ,r nJ ir�', fiv
.�� ry . -i r�o � 1 !d �v - I ra
i..}��� � � F r`-} — { � -�I r:
fi�l � r- p ..{ i �' i4� 4.� i
��i .i �.i ��/��
�j� �li �l� ill 91
[Xj �SL �u aC Y,u}
� � � � � � L.�
L {�i � � �'� .], f 4�1 � 4J.
i4 �l1 hh ! 7
� � � � �
,jl � i#� C� rk�
} r. � } >
— 'C — - 4-
�J � � I.. LI
: i�
L1i r4
+�j r41
ti tel �L .L
'i i
.� F � � � � � � � {7
+.'i q� Tr �f � [7' C:� I`- €.
nl '�� —i , � -J �ll [._ Ul ri 4�
+'� �il f�f'F �fl '41 � � � rV Q,
�
4 •H
€� �' C� — ![F ' �
�
m � � h,
'.fF ��? � � � � '1} �� � L3
��� � L C} 4J .I} �
�1J
.il+ � v �n � � � ,. __. fti
I � '_� r�, L' [ � � i�� "
�.7 , -T Q iY �.7 � �
ir� 4'� F• r.�
p M{ al{ kl kll
i I i.i.l s� i� i...i
{, 5 ! ! `.5 L. � �1
�' iY ! i'r rY
� � - f- �
� �
� � � � �
�
�
�
�
�
�
�
��
r M..�f
'�1
�
�
�
��
.�
�
�
�
�
� �
� �
U
� �
� �
lJ.! �
O
�
�
� �
n �
U �
,�
�
�
w
[�}
�
�--'
{Q
�
�
O
,�
,�
�
�
�
�
�
�
�
�
� �
, � � �
� � .�
O O �. � � O
� � �' .
i.� � O � � �
� � � � � �
� � � � � �
� � — � �
�
� � � � c�. �
�v
cv
0
�
�s�
�
�
�
0
�
�
, [n � � ti�
� � � �
�] O �
� � � �
A � � �
� � � � �
� � � � �
� � �m � 3
� � � �
� � � � �
� � � � +� C
� � � � �
� � � � �
�} +-�� � � �
C � — � �
� ���� ��
c�l
�
�
�
��
�
�
0
.� � � �
� �
� � �
� � �
� � �
C V �
� C 1 �i,$
� � �
.� �
��.5 �
� � � � �
� � � � �
.� � �
C�}
� � � �
� � � �
� � rt� � �
� � � � �
,� � � � �
� � � O V
� � � ti. {+7
c�jy � � � �
. O
LJ � U � CO
�
�
�
�
� �a w .,..,
-� � if} C!)
�
� �
� � � � ,
� — +,
�. � � � �
� J
� � � � �
:� � � � �
� � � Q �
� � � � �
� � � � �
. O
W � L�1 � {'�f
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
❑
�
m
�
H
�
�
0
�
U
�
�
�17
�
�
.o
�
�
.
�
�
�
�
{�3
�
C
O
�
�}
CI)
�
c�
.�
�
.
�
_�
�
�
❑
�
�
�
�
�
�
�}
C3
C
�
{.�
�
�
�
.
�
� �
� �
q} �
7 �
-� �
❑ m
� �
C C
O O
� �
U7 Ul
� �
.� .�
� �
. .
�
�
m
�
�
�
�
�•
�
�
�
�
�
�
�
�
�
�
.
�
�
�
�
tl'S
C
�
�
�
�
�
.
�-+
�
O
A
�
�
�
�
�
,�
�
�
.
�
�
�
�
�
�
�
+�
�
�
�
�
m
.
�
O
�
'�
�
m
�
�
�
,�
�
�
�
�
.
a
7Q,.
N
J
�
[�?
�
�
�
�
�
�
�
�
0
�
.
�
�
�
�
�
� �
�
� �
� �
O
� �
� �
� �
� �
�
� �
fn �
� .
�-
�
�
�;
*�.�._
�~
�
�
�
�
4) �
. tl3 �
�
O � � �
� . C r �
{4�w� �
� �
� � O � �
� � .._.. {11
� _ � � �
� � � � Q
� � p � �
� ��c4 �
C]�.���
� �
� �
C�
a
��� �w■s��a■���
a � .. �� � �`� �_ __ �_
�� —
-�. �� �,�� r� �:, _. �, e r i. �
o I l: lJ lJ Il �_ .7 __ � I L' [7
u � i� � r �r� ��. �n ��� � i.� �.:�_ ��
::i � L�� �'.�I. � � � J � L'. � I_ � L• � � � L� � F
�
�
�i I . � �
:tiE E� _ .
ti�r i . .
r�5 x ���� � .
.�.��. .�. ��..,,, _ .� _ �
i�� p
y
� Tn
�� � '1
. �� � L ���
;�� � � o,=
�y� LL�� a ��:
���, V,�t � ��
4P OLe
, , ��n. �'� �.. ��
.. .. -- � --��-
�_ � _
I ` �
@
� �� �� ,� ��
i a�
� x
+3
e-
��Y
;a �
�; � �.
�.� �`. *� � �
�{, �� �� �
`� � � a � � �
� : � i 1 �
�
� `�
t
� {�
µ � �
Z �
� r � �
d = 1
� � 4}
O '�r}� n� � � L
� � 4 � � �L � a I� �
��Q
�' t I
� � �� � z
R,�ex�,a ��"i
k� ��',:��~����
= r, �{
�F G . S ii d� hi� '�
�GY!n�J
h
0
�
�
LI
�
�
�acM ��u ta,
s�•a�nn�tn c�n��z�ur..r�n� ��r-,c:ir��c�n��ar, uoc4ar��_r,�: s
S'a�r I aff R
SE�TS��I �� 00 0�
-�-r�����: c��� c:c��rr�:r�'r�
hd�fe„dur� Rlo_ ]
�)ivysio� iF1 - {�cnera� Re �i�•�mceus
U] I l flf] 5E�rri����ary ��f Wc,rk �
0� �� �i{1 �kC#}��1�4kt1{}T1+�'roced�-es
{l� �� I� F'rc�ai�str��c�i�an h�e�ti�
{ll 31 �.0 i'rt��ec� Mcctitr�k
�-I-�-��r r,;,.._4�..,..,�:,... u��rr��4e
{l l ;32 ;#�i �� -.!'rc�:��sLr�iclTon Vides3
� � �� �{} -' . �ll�.]Fl3l�lfl�ti
�I 35 [3 � e�isl P���,�ec�t_Pr4�+�e:elures
l}l���3 'fc�;iTrr��ncllnspec�i€����;�r�'�ces
�}I 50 {]0 � �I'�in o�a FO�l�I[1CS 8[lC� {;��t�'�is
l?I 55 �6 SI�CE�t T15C FCrllili �i[l[� �[J[{I�EL';i�Cl}]]S i4r �'E��tIC C'.017[[�j�
�l �7 13 Slia]'171 VU�i��:i� ��}�ISILIS}n i'revenLir�n Plan
�f 5t3 l3__ '�'cmporary I'rnject SEb��age _`
E1 C�x0 QO ['rud��ct R� Llli'C31iL'ttlti
U I 66 i}€1 �'ro�luc;� St�Mra�;: ��t��_ f�l�nclling ��cyuirement� .
�) l 'iF� (�C} 1A�xbi�i'r,;�sic�r� aik�i l�ernob�liratipn
0 l 7 I�3 ��. C:ons�nicEi�n St�lcnr�,� a�tid Sur��;Y
c'R': �' �)i' ��c�l#�l'vre sr��ta�[
��n�r�nr��� c:�fr���rit4ic-�i��c��r s�i:r: rF�1{-nT�nr� rsocT.a�tr:�Ts
it�w:.s�;{i l:Gly 7., �iM? I
1..��ri ft�vis�r�l
] ?,'2�U.�?{� 12
f}�lill;'�{ll i
I}�; C 7l:t�l I �
�ilCl 1 l�{I � !
f Y7 111�T
�}71�1 i {�U I i
I ��20??�}I 2
I�'?Oi?I}I?
fi;3r(}c}r'2(J?�]
i�7�f�11?UT 1
U3; 2�i�c12� l
{} +?!] !l�.i1 l I
0710 f �]U I 1�
{�.��� �� � � ��}
U7lU l??E� I �
l li2??��)16
{}�l I �4 r'? 018
��{7�1' R{iiffL'.i M� Si1J�RfJ�.V �rNfJ1'r�1�NlJrt'Jf�.7
{ir�' f'Yr��ec't Nu,�iJ,��r: �fJ! }44
(�I} qf} �1f}
sTn�;�ARi1 CONSTEki�C'3'�C�N SP�{'iFE['r�TTt3?� !�][�c'[lv1l=.�'�'S
�8�,`[ � CF� H
(l� 74 23 {:1ea13i�� 07J{ll±�{]l l
01 77 I� �ic}scck�Gt i��� tMiretncr�ts U31;��17.U� I
Oi 7�3 Z� C] erafiun and h�lattitC�i�311C�; Cl�[a I?r`�i}1241�
_ OE 7!i 39 Pr€x�c�tRec{xrdD�c�me»�r� C?7{C1EJ2�11
Tech�tica� tipecifEc�tions w�ei�h have beem m�diiied �►y the k�;ngrneer speeifie�lly f�r this
l'��u�r�t: Iti�M'd �upies �t'e �t�tlkided i�� t.he Pro,j��t's �'n�ktract Dne:�me�ets
"E'ccE�nicsl �;�ccet��:a�io�ss iist�d belu►�' rtre inckuded for t�is �'t'��jeet ��y 3•e��reu�e �nd �an �c
�rie►r�xd��icrw�nlo�dtxd frum �hc Csty'� wel}�i�e gt:
I� Ei �:�Ifurtwo ri I� t exs�s. �uvJt n�+fcuntra c[�4`s�
���•
l� I r�x�:'r's►�s��s, i�r��'I ���sr�'I !�I r�:��,�u.� � k'r{��rr[ f�t�w{M4�x����•ti.,
�f]1lC
i�D�3"f Re��i�•im��t�
l , ]_)iSisCiV��t��c[� E�L181fi�SS rrlfCl'�]ri��,5 �DF3E) Rec�u�r;me:�ts
�. Huy 1�lrrrer�ca
3. ��F�ild Sup}aur[ SI�G�ca„c��� (�f�txMil}+ C��c�c �?.31.�OC�)
�4. �tit�te nl"�'e��� {'1�iEd ��pp���t �iu��t�c�� [}w�ttrsltlp r'ckrn�'�
�. I��l� �1 Im��3en�en�:t��on
b. f1�se�os��re nf I.oblw��n� Activitie�*
7.. Nc►�t�Cotl��sic�r� �11'lid:�vil :����i brbm•mer�i C'crti�catio��*
$. �cr[�ficr�[cuflnsk�r��n�:t
9_ C�r[itica�icrt� of-ir�tares�
1 ff: {�c�n�r{�c�+�r`s Ass��r{�n�c
l I , Se�s�� �'a�e
k�_ I'rcvailii�� N�>>��r���im 1�V�i�� I�tsvis ��u�on
13. pnsun Pru�Qt�c�;� Mztltri,�ls
k�_ �}iF-fe�rE�1g Sii�. (;c��tdilinn�
15, C�eneral N�tes
16_ 'fx!](}'I- �pecif�c����o3�� L�sl
17, �pcci.al Pru��is3rkr�s
1 #i, 5���c;ial SEiec�tic:a�i�ns
19, Fe�lera� �t���uir���nts For �c�er�l-A�d �'-{13]SERICLIOtti C'nr�trac#s (�'� ���A-��73�
2U, "`�Eanr�ar� Speci�c�licros f�sr ��>Fts�rktc���,n ;�nc! iwi�interranc�e c�f ���i�hways, Siteets,
{�nd k�n41};es —�cio�#ed �iy [h�'i'exa� Depa3�tme��� of"t-rar�s��ariai�oi� .i�n� l, 2U[}�„
— incl�Gdcd byReferc�c�_
*'Rey��ireci ��} I�t� �riEIF[�1�CEl'iI 3YITIl FFi� fll El� Li�C111C[I it 1'L'!i[]{k14b�41'. I?!{I. II �IIK'�� �1�IC1'� �1'L'
n�Et �trl�mit�ed vr•�th tF�c k�id pNck�ge. fiM�� t�ids �silE n�i fy� �'e�d ���slrlie�y.
��p�cndfs
(iC-�.f11 1�Iv�ttlahti��y nt' l.anrfs
C'rC,b_D(r_D Divisio� of Busincss EquiLy
['R��'Y i?E' k�c3lt�l' t��3k'CEl Sufe J7w��rs ��� ,4���ir,�i�.s lrri��rr,vcr�reiu.s
S'i'!4�]T]ATtF}{;C.i?�'sSSRU(.'f'i0i�'SP�sC.f�TCATIOIVT]i��-UhAF,N7� Ci�l`�'rujic°!h!���r+brr: �f1f26�f
�#nv�ce�l J��ly �, �D�I
nfi fl 13
�r�vr�en�e�cr� �a-{> Hf��r�r-,�s
N��� � �r3
��c7i�r� ���N � t 1�
��r�-����r�o�-ro �s�r���zs
�F.�r,���r a�� �i��s ����i�:ri���„ ��s, i
��:aled bids fi�r El��; cottistrucli�r� uf s�.�lccl btcts F�e the c�m�tru�:ti�}n �rf f'111�fNC�
1MPROVi:Ni�.lV'I`S far 1�4' 2.018 Saf�; R��uE�� [c� ��h�crl {S�Z'i`Sl Irhprnven�en��, Cit}� Prtoj��i M1Jc�.
3{112(��, ("Pfc�jc'��") will %� r�c�:�vc� by Eh� C'iEy o�-�'nrt Wtu�tfr i�'t�r�h�s�n�; Cil'fi�e ue�t�3 3:3t1 F'.f�_
C;�'l', "f-i���rsclay, 5epi��tiber I fi�Eti, �{12 I, �:� f4G�lhc� �I�scti�ed �xe:nw;
�i[y oi`�o�t ��ortEt
F'u��c��osin� F)ivision
2�11� "E'cxas S�ree�
Fc���t Wnrkl�, ����x�� 7Fsli}2
Fiids ��vil! bc �x��e�a[�d by: l!� Mail, Cv��uric.r, Fccl�x c�� h;wt�d dc1��eTy si lhe 4ddres� �tht�v�:.
F#id� u�ill bu c�pes�e� pt�l�i�cly an�! r�.i41:�1cxt�ti c�t �;�E1 P1rfi C'S'1- ii3 tli� ('i[y �:n�Et�:il {;IZ;��rber�,
�"r1�1VH:l�r1l� UL�'�i:RZFTI�]IV l��' W���
�'��e rtt�j��r �vork wila ��ansas� 01' �he {ap�rnxirttate� fpllowing; Pa+��;m�Fn�. I�c��ac�rr�ent in �Etc nt�i�th
��r�n of 1�0� Vk+�rtE� a�on� se�����r�is ���' �]i3trtc,��d Hikl, 13at���ie l3rae, atid V4'.,I TKMrr�cr �'.Icn,c�l��ry
��:I����l. i�+��j�� work ilems inc�uil� ��p}�rt7xEi�na�e}�
I7,3Z� �Y �#" L-OCICCeCL' �IC�CW�<<{
32 R �r� �3�imee 3{rec ��u�� Rarnps
7,724 SY �i" �'i�i�:k ReiitiFc��'��:d ��r�cecte I'a��er��e�t
�����T��1'IT T�i
. . '��YiSli�ii � . '�7'[7L��$ .
N�kF '�;Of44 . . ^k}E-f�i�k�ii� i�kFi.'Fk-��'F
. 4��e�t�nn .. ..t�.�...r� ;.. �i... c+,...�:.__ �����k-T3 i-P�lcTo � rr�-rrn�oc
''-,��'�+r
U{]�.�11�1L:hl'�' �XAM[�r�'I'r�� �►!�i� �y������en�tr.�iT�
TC�c F3�c{ctin� nnd C'o3�tr��t Dncurtte;�ts mr�� bc cxu�r��a�c�{ c�r obt�ir��d c�ti-lir�e I�y vtsilirt� tC�c Ci�}�
ot' Ft���t V�Is,r�tlti's �'ur�:h��ing L�avisi�n websit�: ai 11����=?1��+3uv�r �;�]:�Yotih�c�cas, FL�pErr�h��i���[ ancl
clickirr�! �€� 13�e lii�k lo [i�C a�kV��'ti�e�l pE'Uj�;c1 F[kldcrs t�i� Lhe ('itV�S e�e�:trssni� C�1��1�rnG1iR
inan�gc�rnc�lk F�n�i �:�ri Ittlac�r�lion syw!e3�� si[�_ Tkie �'s�rt�tx�� Elcsc�l�ner�l� rrra}+ be dowitknadet�,
�iewed, and �rt[ite[I ��+ ir�lC�'�:siec� cc�ntr�etlors artd}�r sur3plie�5,
C�l}�]IC'.5 S7� C�C F�l[�€�ICI� fYEE{� C{J17��a1L'4 L�OCi1lFI�nEs ��3ay bc ��r�.i�$scd Cr�trt: flun:t�+��y llsscsc�a�cs.
l..f',, which as �oll4�v�s: SSC� F3�il�.y llv�.n�1c, S4ti[e 4UU. ?=nn 1�c�r�h, TX 7f�! Ci7, wfric�� �viil be
avfliial�l�; A�gK�sk 191h, �{f21.
Thc wost t�f f3iddang and ��on#ract E1c�cui�7ertt5 fs:
S�:l c�f F�i4�rlin�, :{nd �u�trat;t D�3ct�m�n�5 wi[h k��lf si�c: (1 i x 1'7) colnr cpnstr�c�r��i7 �l�n�: �dI1{�,UO
E7�FR�+,�.�iEON DF C�i'I'H�I#SF��'[-
C: C'CV {] F F'f ]JtT �'fi3R�3�T ,tiW fr. F{uu1�i+' b� ,5'r'��r+[�!
S'kA:;bA3�[1C'(]�]�TR{Ji:l'iQ�15!'�C1TiCA�'I{7N UO�;UhiE:N��� C'rr��f+ro������ �#vo��i��r� f�l175+�
Rev� se�E 3+ I�#+2i1� I
�f� i � i �
INVIT►lT]�N �'C] H!l7�1fl�S
Pr};� 2 c��3
�F� tk?SL1re j�(T4C'�liial E�i�ide�s are kepL up Co ��Mt� crf any nour i��f��`m��k��s� ��rtinent tn this pFo��c�, �I]
ii�teres�ed �arties �r� reqttcs[�d lo �:tn�+l �:x�rre-swi«n� nf It���res� �r, tkris �ror:urerr�unt l�� ll�� �'ity
k'roje�x �#$ria��;r' ancE ll7e I]esig�� Hng�n�e�. 'I`he err3ail shoulcl �nclude 1��� �u�rMpa�ny'� ���ane,
con�ac� per�nn ar�d tiy�t �ndiv4d�aa�'s c��i�il ��Idress t�r��l �ition�: tt�mber. �1E! Adder�da wi�1 be
dis�nb�lccl dr�u:��y �a� kieost wlftr lr;�v� s:xpres�:.d �r� ii�[erest in t�e pruc�ircmc�tk iE17cl �vil3 alsn 1�a
p�r�ccc� in i.kie �'i�y ��t� E��sr� 1�+�rth's puewk�t��i�1� w�;bwisc ;�t k�i 1p;llfc�rt��s�rtl�texas.�nv,'p��e.k�asiai�.+
I'k�;6� �1 �'�fY�'�R�!�{:C — Web C��s�crence
A pr�hid cunfeecnce ��iCl bc hcld [is ci�s�.xMssc�l stt Sctioo�� Ol] � I I;3 - j;ti�STi��:[:-�'�()iV5 -�'{}
f'�If]i}Li1�5 a� the ful�t�win� ci��c, �s3c1 �i��e via �;veb cnnferenrin� a�pllc:�t�u��:
[1'r-1�1'f'�.: }�xl�;llti� 3 � �d, 2i�? �
�r�n�r.: ����c� �n�
Invatation� �va�h kia�C;� lc} the weh cnrrtere�ci��� a�plic��Lian �v� I l 1�c distrib���ed clil�ctly �n tl�o�e
w17�> F�ays: �ul�r��i�t�d a� Ex}�r�ss��n a�' In�cresl.
lf r� ��re1s��� cunf�re»ct' �s I�el�i, [It�: �+resei�Ei1I�111�1 :ililF :1l��f (���{�4i1f�1]ti iiilt� �E3kW�T5 �1fC1ViUGCE ii� II�k
pr�bi�i conf�rcn�c wi�l kre i�s�a��i as an l�d�e�d��rn �o �I�� call ii�r b��€s, ]f a pecl�«i ��3trFc��en�.e is not
being I��;E�J, �7rOS}7«LivC bic�d�rs can �-niail c��te5lio��s Or cominc�ll8 kr1 �CC(��'d�I1Ce �vith 5cctinn 6
�3F []�e instrucli�ns to �3idcicrs r�firctXc�:�� �bnvt� tn tl�e �r�njccL ina����er�s) aL L�e e-m�zl t'��iclr�ssc:s
li�lccl �icle�w. f:m�iE�;ci c�u4suc�ns will su�fice �s "qu�:�lians �r� wrilii�g," I#'ncc�ss�iry, Acl�e��a will
b�: as�►�wd �ur����t�t ti� ��e l��su��.tinns [ck �3�c1.�{eG's.
�1'Cl"� I{1�IIT TQ A�C1�.P'� QR 1�N;,���"y` �3��]S
�ily re��tv�s t��e rE�,lu �a w�ivc irr��uat�rtiti� ;�n�l �� �uc�pt �kr reacct any r�r al1 bids.
AV4'ARf1
City wil] a��rard a cc�i�tra�i t� tfie Bid�e�r pr��cnXing t�e Eo�ves[ �n�e, qn��if�catint�s and
can�pcterac��:s c�sttsic��rc�j,
I�U12�?[�1C;
11tk�� C'cxntr�ct sward�d un�ef t#�3s €NV�"I"�1'1�1�1J TC1 Bi]7UI�R� q� expecz�d �01�e t�n�ed fra�
rev�nues �en��'alerl �r��n gr�ml� :�n�i r�ser���d by the �ity �i�r �i�e f'�n��c�
f h2 [� �1 � � E ���
AlE i����irie� r�]a�ive tt� ���i� gfuc;t�r+�t�cnt �hnul�i E�e addre�sec� �o Ehe t�llnwir�g:
�tt�= C'.f��d fi[]��, ('i�y o�� E[�rl WorCl�
E,n�3i1� chad_�Il�»(��f'c�rl►v�r�h#�x��*.gE}�+
I'F�onc; �lil7} 39�-5(1��
r�.i�l��]Ii�R
�un� losh 1��i�l�4. I�un�way llssocia�es ] .I..['
F.�ail: �w�ig�7t���luna�va}�_��»�
Yl,ts�c� (817} �35- ! I � k
i�l)Y��I�T�S�'�Mi,�T DA'1'1�;5
11u�ust 19�", �O�i
Au��sl 2b''', ��1�1
[=17Y []]� FUf#�I' 4�J(]Ri��T Su}i• Nrr{�+rF Jrt 3'r.�frnr��
S7��lTJI�}�kf#3) C:{:}N5'T�TtUC"Pif7,�' S��(.'Iff[.'A'n�?hf 1}Cit;l]M�N"I` CirwP'r�r.e�rN�oq��r1�_ ���11�1
Rc V isctl 711ni)4� I
n0 I.1 15
ih�VlT�I'!'I[}N 'a'{} AEi]i��.R�
P3�c 3 n r .i
'L,''�� ��'' �H,�.'��'���
(�rry C1F FCaI�T W[)]�7it Saf' �rH1�es frr Se�irao�
��9�A�117AR[�f;O*]STI#L'C�fU1JSP�i'I}fC:�iTOC{T]ti7�'lfN1f•.NT [.'if}�f��r�lrv��Ni�„/l4eF� +t7f2+�.�
I�cv�ud 7! l �k+PO� l
llld 2 ] � 1
r�sr���rc:�f�ur�s •ra i� iT�nrr�.s
Pq�c I uf I l
�C,C"E�EC1N CIO �1 t3
rr�s'rr�vcT'rc�rr� T� r�������
�a����d�»� ��. �
1. Defi�ed Ter�es
I.�.Tcrn�is ��scd rn E1�es� EiV�7"I�i.1C"�"lC]�VS "C'Q �31��[)k�:3��, wltii�.�� are �Icttn�d ktti Se�ttar� �l} 7�
[10 - [��;hf �ItAlv C.�NI�i"['I(�h15.
1,�. C.'�r�r�i�i at�ditit�3�al tei��s uscd ia� [i��sc �iV�'I'1tli�TlO�I� �[) C�[DDF:�25 ��a��c �l�e
o�3�a��rngs i�dicatr�rl b��otu �vl���lti ;��+� �p�r]i��E�le ta �itr�ii tl�� sing�lar and plur�� 11�er�uf;
I_�_ l, Qt�der- llny pe�c�r�, Firrn, �S�t�lner�hip, c:«r���xr�n�+, as;nciatin», ��r ct��xoe�Lic�n ���ir�g
�ir�c�ly 11�r�atia�k� � du1r� a�n hor����k re�resei�t�ttiv�, Stil1}i'ildl�EFl�? a bid for �rcrf'�erittin�
tl��: worEc cn€��e�i�ia�cd ur�der ihe Cuntra�t 1]���ttTrx�r��s.
� .2,�. �t�liresiclwnE Ai��clwr: Aroy� �c3��aai�, tirtzti, pfutr�ershEp, ��aaaip�t7y, �n�;o�i���c3n, ��r
c4�rpc,r���in�ti acti��g direc€]y i��rou�k� a ci���y �tiGc�rorixcd re�r�scn�a�ave, s�abtitii��ing a
b�d tor �crfarrrii,i� ll�c �+�cark ca�ttctr��r]a1e�1 �ncier tfye ("ontrac� C�n�u�c��is v��hca*c
�ritt�Mp�ol pl���: nf busii�ess �s ito� in th�; �ifltt c�i"1`�'x�s.
I_�.3, Sk�ccesw I'�sl F3€tEdtr; `E'1r� l{��4+�k� reR��i�����bl�; an� resp��Et�iv� �idcE�*� [u w�ium {;il�+
�cm 4ii� ha4i� c1f C'ity's evaluaEirsi� ar► F�er�iilaf�er ��avicC�ci) m;�kc� �+n �war�i,
�. �:upic� �f �i�rlt��g i�oeu�en��
2, I. T�etEl��r C'ity n��r f:r��ie�c�t �k�itl k�ssum� xnp' r��:��it�17s;ibility f��r errnrs ��3- misi���cr}�rc���i��r�s
resul�in� ffom Ili� Bi4ldcr� usc of in�crrr3�sl�;te �e�s nt` E3id�ing C}ocum�ni�,
�.2., C:�ty a�td Ei�gine�r in ir�aEcin� �u��e� ��' E�i<fcl3i�� f.)ncur�ienxs availabl� �{ss s� o�Ey tor tE�u
��urpt��u of ol�Eainittg Ric�r: fi��' �kte UVc�rfc ar�d do ncoi a�i�h�an-r.e t�r coG�€'cr �► li�c��s� c��' �rani
for any ��tit�,� us�;,
�.�Q-���.R;�.... ..� �{,�.�..�r f�,M:...�. �...,.,.......,.._ ...,.�.��,��
'Z 7, h 71 C] �.a.�l.., _. ...�.: I el.a:r��tl,.,.#�#4r ���
�� � �,�„�,_ ..a r . .�� .,t...,., .t.i... .
p{}{' . . � 'y'$V E'I't 7'1' ,
�ssii�"rv�L�_ �L�U$m`�ca�i+_1R�F &�'}6}Y$�Y�#F�Fk�'
I3j�'HL'!7 , WS'E�=K-'�{'�'�I�+B-R�:
TN . .. � . . _ '.1�:-�#+��+F.`.-�++ati �i�+#`Fs't'�'�ttirwii�i''C_*.
��^-7'k ,
I�-�}�-�� �� �i,�w��+r*I�{�rt��s�-r4z��-e-.�x�f����€���+�{��c�s�l�ra��� �„?���
ii—i� �.�,.._ _. .. i1. n � � t' ' �"4'[Y3x:fi^lY�L7.�
_ 4�{-1i4�4FNi'#r►}��ryr�{ i�f tlli�i-�-Fczi'r ��� -
i �.. 11 ��zit'�.4y6'� =+Y� { r��"��-�°`�'�' tS1'Ti'i'�f�i`�"4��rz2
Y�i�y"'�"`�7'��'1T: ti. -,.��.....��I.�•_'�'l�!��1'S7`2�#�-{i'R-�l�
i F7Y fl; �'S]R'I"l4{}l�'I"F� SaFe Ru�leSto SCI1UvI iin�,rrswC��tii15
��1-A*!I]AI#!] C'f1�STR�1f:T�S]Iti SPI�,CiFjChTi�7N f�t.l[-1��4i�hl�I- ['ll}' nrnJ�Ct \441nlscr, i(IE2.fi-0
']'crn�on�rily l2evir�edfU�d�i1e�! J�1huKry I}�, d�7.1 d44 �+� ('{}Vfl}i') �imuRre�cy
fl{I 21 E3
i�s�ix�r�'.TI[1N� Tf1l:llr�1]L•,�5
�.�
Fa�;� ? n I- I I
a�t��l�#��t�,��r-#�r�;__�u=::: =����-�twe�a�r����x}..r,�
{.�a.�C �+-?�}1FFL+}kti!#faiF�`��� ��r�c`cv;i=rc�'rw�fFH f41k�1#3FLn ��}�FFc4tG I�-krr �-}����WtF
`���rr�r�'"4'-t'�i��kF}E!#1°„tl='���'{��tl2r'�-'"o�'fi���k�'Pfi4't4#; .n �i7�.._ .._ t"i"f71_�,�„�'1l
���
;'�d�.�� i������`�,+� „-. .-,{F '�"����i�r.�$.
[ri�r�F.fj��!T!�!}�� ■
aa�i�ai`��iYv*�.�iaii� - ..aA
��E� � �t��liti�_'''k1k��N�ltFi�r.�}?kf�0't!'ti��-���x��
�t?#i!r4Ric!�Ixw►�';►?[��-�r�ki+•���±:�fir'#�f���r?#�F�+c� ,_ .�.... �'�i,�?#�4fr•.'�
ur l ii M' FfFd4 F' '�k?L''C�r:.7��.,�
.�.� . - ��. ._ .—.. �S� � �..
��Fk�'n ���#I+li'H 3��i'�#%
i,. ��. �.'."c3r�� . _ . !F�}�i,E�-• . .
, � Hd
. {tta ,I,..,....,.,..F...:..._ :.akFi�-t��,�. ;,,-=��.t...,, arn �ti o r' ��r,t,t��`v
�zf1L[A.S !L'�1'ATIf1hfC'
� . . $ ..
�ii�-�I�k�-�e4-kt. �ii�kY���:
��-I,�.h�nrw���(_'���31���E�; �n rr��r i r3 i n; � r�:.r_�..- "'�
���lii�i . . ,�' .,a,. , _:.ra
�-..r.} - -
, #e:-� , �sF-N�ex�rirr^��
e��er�e�re �K}a�fe�' { .,:���
�4t�{�'Iti�kikli . �l�i.'FF'.k�4�$�}"••""� n a:.a.t._� :-. {�3Ei
5tCli4�t� . -il+i{#-F�...� ..o..,t.� n..a . ,:ii �..� .�L�.�.I..� I..t..;....,,.,
n su,T��
�'iih!"�i3-�}��F9{�2E`�"'�' "•�-�--rri,--rr�"�'"c•��h��}1�i1E-#k-k.'
. �'�'}��}�., �..�....:� � { ..G......rr[II"41��i�"� f
.:r�s;� . , rd�+�9�v��-������°rxe
.J..,..,.......f.. wt..... ���i�i . , Fl��-Wl�1 �... .. w.�.,....a �
�� . h.'��?[ � t1�f�'FCiki��isir�"�"c�i;�
�itfi-'f,ii�i^Vf�?'}k.' , _ '��
4i'k#F , Cy�ti�@��.e r� €,.fi,. . rl_.. �.,�..�:�:�,��,si,,,,:�t.,llr
t
��
_ a ,�ja.� ., .,�„n,....� ...E_.. :, .i�+�-e�h�a�w
� t't�-�t�'SiYi�.,z:� . ..I. ...a.�:��......i :..r�+Fi�Fk � .
t}F3�tC'�l�k€1-�R�1 , �{}Ei��if}'}}g kk�3R}�••��
I. }
..F'.. ��i: .I.�R�J ��� ���'-r...rl „ r�.�, ..r:�.... ..�FfLTi67'C�
a
�{�J'f���t '�:'.... 17�L �.I.:l:i�� ..f ii... ...s. nm..!_l.. . l.:.�irf....! �1 r..
Rb t� ul� �� �� V� 411L
�`�-�-�##fi�1���31i3�4 , ., #3 . FHrE�-i}ii�-4�+i{�9ii�
. �x�.�}}�a� . .. ri... !':+y�+._ . ..-fi�Fi�'$�I�n. 4,tt��u
. � ���'��'$t� .-,d ..P. ..��....� :I.PVC`mu �a�iii@
��.�zT'S'S`�+r4�T[f�'Jil{��{�}��il..-:.�+ r[......I.a:�:.......k :..i�i�f��'}{�yY-7$ t . ���I
�'k1i���B�E � il�E�#�5�1i$f��''r�faiz","""'-�r�-�-�r.4!'�-'c`�i�^2i'1RFFHt't^oi�-""r�zi�io
- �!!� . F�{:'7�
��:.,..�:.._. ..i.�:�:.__..i,�tti#"�EN . ����
�:e3.:.. . ,.r..��tY$d' !l� f '...t+,...:-r f�.....,........,.- ,
CI�Y C1�' FC1R'I' 4�'C}EL'l"�� $afe ��ti�dr.n iu $chUUl �flipio,emeuLs
57A,�13�3�CJ{:s�F+SiRUC"I�[4��til�k,['RFI['A�fi�}Nf]f1{'UMP.NT {'iiy�m�ec�Nun�hcr kfi176•E
'I'er�1�«rui�ly fCwvlSGd�Ll�a�lu9cJ lunuusy U5, �if� I d�� I�r �(}V]pl 4 E,o�cr�encv
isu2k a}
iN��rxU<_71�1C�S'IYa Bi[}L�L[�S
page 's �f I C
�. F�xumi��5�ti��n nFi3id��n� and f:��ntr�sii �?cMcumcntsr {]ihcr [telatcd 1)�i;�, �nd ��te
4_ 1, �efa�c: s�ibrriil�ir��, � i�icf. e�,�l� f3id�c;r 5itimli:
�_ 3_ l. L•',x�n��inc anc� csu`uFi�] l� s�t�tl� t]��: �ur�tr�ic;[ �]��ct�tt�cnks �nd otl�e� re€a�e�E dat�a
icl�:nli�i�d ir� �h� �idclin�! i���uments �including "�ec���i�:�l da4a" re�'�;rr��I �o ir�
Paragra}�3� =�.2�, below)_ ivo �nfarrnatz�n gav�n b}� C'��.}� or an� rrpr���:r��;�tivc: 4ef tlie
C.'it}� oti��r Ili��r� ����t coa�t,�in�d in tE}c �otttrr�cl F7c�cun��nts und nfticial�y
�ru�rrtll�;�l��i �+�d�:nda tltere�o, s��a�l I�e l�in�ting ��po» iCze �:i�y.
�. I,�. �lSiC CIl# �9�G I3} i1C4;#1TT1�; f�,�ttifEi:�� W1[}1 �TlC� R�j15f}' 81���]' �15 CO ���� �"£TlCCEII. io�:2�� �n�#
sk�e c:ondi;iqrr� tktnt ��7ay at'�ec� cost, pr�gress, �et-to»r�a�cc or furna�hing �rf [hu
V�l�rEc.
�_ l_3, C:c�nSider teder�l. �txte �r�d Io�t�J L��v►�s �,nd 1��;��l��lior�s th�l Mtrs�� �fC��:[ ����t,
pro�ress, �erti,rni��tce t,r �urnisltiin�; �f �hc V�lcsrk�,
4_ I.�_ i3�. a�v�se�, C:�l�+, �n accordancc w��ai -i'ill� VI caf t�c Ci�il Ri�;��ts l��t. vf ];�b4, 7�
Ska� �57, 4� LJ.�,C, �f}00�1 [c� ��10{}cl-A an{1 Titfe �9, C�s€�e nf Te�e��al [�egu€at�c�r�s,
l�c���rinsen[ �ef Tr�snS��rtai���n, Sub���l� �l, ()f'fic�: of l�u 5��,�'c��e�+, I'�r[ ��.
IVnn�i�c�irr�ina�ioiy in N�dcr{�lly-�s���k�� pro�;r�ms uf tE�c I-)ep���7kunE of
�f�f�l�IS�IOT[kYCaUik ��SICC{� j�Lif5l1�T1[ [tl SktC�l I'�CL, h���i)y ���tities �EI �i�ders th�t ik �vil�
n�'fr�r�at�vel�� i»sur� ��at rn any con�r�c� cnicrc�i i€�tu pursus��� �u t��is ��€ver�isciner�t,
mir��rily busii�ess e3�t�r�n�es �vtll bc .ai't'c��'��c�l f��ll u��j�{�rtk��ity to ��1�i3�it �3��s i�
r�sp���s�; �cr IEtius �r�vi��ti���s ar�ii w�13 nt31 l�e �i�cri�uina�e� ag�i��sE on �l�e gro����is of
r��e, �:«lor. t�r tr�tin�is�i a�r�g�€� �n conr�ide«�ac�n s�1'a���rd,
�.l ,5. �iKMd� �ll: [i) r�:p�art� t�f ex}�1uraEio��� a��d tests o�'subs���fl�� conditi�n� �it o�
��}nli�;�l;xuk ��x tkte Stle a��r1 all dr�swi3��s ui' pltysic�l coi��lilic�ris �'�1,{��r�� tcr c�is�Ett�
�urtace ue wukrsur!'acc sir4�c:�Lf��s r�� Ih� St4w {�:x�c�?� Un���r�r[}und F�c�iliEie�} ���al
have �ccn icicnki ftu�i ih 1E1� �'s}ntir:��.t �}[rcuinetyts a� Cn��taining rcliable "Eechraic�tl
dat�" and (�i} re��r#s an� draw�r��,s o�' HiIZ�iFLI�7kl5 F=1lViF{)111T1CFk18I �{��"ICIIII{}fIS. if �r�}�.
�� Ehe �ite t�a� htoVe ���lti 1�Ct11.l��Cl t� i1rs; �'on���act T)�cttmei7t,.�� csrii�ainin�
rc�i��bi�,w"tc:c��r�ic�] da�a,��
�4, i_6, Be �dv�s�d Eha� �he C:onlr{tcl �l�aG�«n��ks ���i fll�. 4V�1li ti�e C;i�y �C��II C(ti��ti[uEe �ll af�
�11c ��ri'u�rna���r� �v]��c� �lte �:��y �v11� fll!']715Ii. f� �� il��l�1011�1� ]11fi11�tZ�kLlQit :lTf{� Cl�ii�t
�v�Micl� llte C:iry wil] sup�iy si��r }��'amul���iu�ti uk EI�� ('crrm�►I �'�n�rr��[ T?oeun3ent�
s��al� b� is�uc� �n ikkc f's�rm of �rri�twGt �4lciet�ds an�l cl�,�ll t��c��tne ��aft r��-tl�e �oi�€r�c!
�)ercE�Tn�nl:€ atts� �+� Ehui��ft su�:l� sdd�na�� were a�lual�y wril�v�� in�� �lic t�rE�it�xi
(��mtr��t T?�rc�mer��s, �lis int'orn-r�t�nn g�ven by tF�a C'�iy otE�ee l��tt� [l�;�s �ot����n�.d in
Ltt£ C'l]illt"iiC.i UUGL1f31L'Ei�S ���cl c�ffc��l ly pru�nr�E�at�d IId�Ee;�da [���re#o, s��all be
l�in�iinb �pur� t17�. �i[}�.
[=r'E'�' I}f� 3�i)k'3' �4'{?E��71 SaCe Roulcs lu Schusol Im�nss,�e�4�cn1s
STA�1]rlf�D CO[�SS�RU{'Tl�7hi 5PilC'IFf['}��EI[�N Ix7�:lfMENT ('ily P��yt;:i *lun�li�M; ltY[ �44
�wrrFrura�nly Ik�yls�'�IrU�1cl�Pci� �,7nuP7y [f5, ].[�21 duc 4a f'(]V1E}!9 �mer�cncy
OQ?[ a3
rrv� r[��J[�r�r��� �rn F�TF�E�FrtS
Pngcdofll
+�.1,7. Ycr�'c�r�1i indcpc�dcnt �at;ear�l�, inv�ti�$lic����, I��ls, borii3gs, a��dsu�17 cs�hs:r �t�c;ans
a� ir�ay be ne�.e�sat�r t« �:�ir� s� c:umplc[c know�e�ge of ilte cor�di[���ns w��icC� wif� be
enct}�anler�d dunng tk�e canstructk��ri t�f ti��: �roj��t, (]n Ecqu��t, C�#y i��ay pruvid�
eack� �idd�r a��:�ss lce �3�c sitc to �or��Eu�:� such ex�i�irti��ic�r��. ��+re��igalior�s,
explora�i�a�s, iesis and studEc� �,� e�s:Er l��ddcrt d���is n�c��sary fc�r �i�bt��is�ion ��Fa
Bid, ]�id�fCr mx�s� �I�l #�ll ��olfs dnd cl��n up a�rl r���Ur�: Eh� si�w tu ils fck�rr�er
�tm�lilic���� �ti��n con}ple�uxn nf';�tt�h cx�rlc,r�tions, inv�tigatintts, lesls ancl s[Ud1�s.
�.1.8. �.7ctcrmine thc diF`�cuftie� of t���: W��r�C and all a�tend�n� circ�rrt�t3n�.�w� aiffcc�in� lhe
�ost u�'doTn�; C��. V4'+�rk. t�rne required F[�r il� «�m��c�Eo�, and ul�Eai� �lE ioytixrnra[icrti
E'�4�llJl'�� [C?lCk3IC� d`3T'{1S}41S#1�, �iLI�'�l'.�S SIl�1�I i'E�}��7{C3u�:i���:C� �n�E scr�ca�+ �Gpt�n R��eir
{���n cs6i�n;�lc�. inve-5kigo��on, researck�, s�yts, v�tpE�sra�icans. and a�kxe�� da�a w�rir;li s�r�
[�ece�s�ry tur f4�fl ,{nci ���mpla�e i�t'orma�ion u�i�� whi�;h (Y�e prc�p�s�i �s [n be based_
I S IS �ICk{�L'fSEO{)[� [�3�1 tEIE Stl�}IllISS14311 [�t' f1 ��'11��5�a 1� �P]lTl�-F�CI� tivsde�c� ths1. th�
f.#iddcr I�� rr��i�� t17� inucs��g�ki�un, :;xarr�cttatin�� attci lcsl� hcrein rec��ii�erl. Claims
t`t�r �tddi[i�rr�al cainpe�3��tic�i� sl�ae t�} v�rt���rt�r�� b�tiw���� c�xi�di�is�tk� ��E�k�ll}
Crr�sa�lli�crc[1 4n cc�r�slrucLion and �s ia3dics�ted i�� �he �:csl�lracl !]�r�utnents will nc�t �i�;
aklnwed.
4, I_{i_ f�eo���ptC}r i�r���f}r Cily i�E �11 wun FJic�s, errr��s. arr:bi�.�i�ie� s�r {ti�c��p;�ncies in �f
�����4rccn lEtc Cunlraci Dtxcuit�eti�s ae�d �u�:E� �xt���;�- rcltolec� dt�c�Enen��. �-ly� ('��i�Er��l.ur
sl�a�l ��4s� takc �st4��n�{}�,� �Ff���ny �ro5s error nr a���3issic�n {n ll�� �,�nErac� C}ncum�nt;,
and lh� C:ity s�ak� be ��rrnii�e�l [c� rrt�kc �►�c�i �:��rec�ions or �rrte�pre�atio�ts s�s R,ay
L�e �ee�nec! n�;�es�,�ty firr full i�3rne�t ot' tE�e i��te��t of 4�lXe ��an�F�3ci I)oc���ncnts_
4_�. Re�erence i� �r�,���. t�s �c+:.tion OU 73 �1� - Su�ple3uc��k�ry �o�tidktacans fo� icienlrfic�L�un c�#',
4.2,1, Ihc�wc rc�+orls c�t�ex�lnra[aans ati�� te�t4 c�f"�4G�y��Mrfttcc c�aaditions a�,�r �or�t��uous to
� he si�e w€�icl� I��ve bcc� ���iaTrccl by City in prc��a�at�nt� nf ci�c �����ta�t 3.l�cume�Es_
�I'h� lugs c�f`�o�1 Bc�ei»gs. iFa�ry. nn th� pl��rt� :src tor ger�:;ral i�tF��r�na�i��r� cxnEy,
1�ic�ili�r tltic [:iEy tt��' ti�c f�.a���ne�a` guasa��tce �lia[ tl��; c}�Ca �kttt�vn is ��pres�nE��ive c�f
cc�nd�lic��3s wk��ch aciuxl ly txisa,
4.�.2, 4hose drawing� nf'pl���ic�! c��tlilr�rnr� in crE rclating ta �x��[in� sur�ac:� �ncl
skMbsurF�s�c b�rt�clurc,� (excep� tJndcr�;ru►�i7d I'�c;ili�.icsj w��ici� a�-c a� nr cuniigua�us lo
ti�e srte tk�a� ]�;�vc bcc+� u�ifi�c�i b� {:i�y ie� �ar�.�a�aEi�rn cx��l�� ��a7.lr:icl C]otum�nis,
4_2_�, �is�r��5 oFstia�;fx rcp�,rt� ae�d t�rawinos wilk f�e rtt�d�: :3vaiia�lc by C'��y �a any f3i��er
�n reques�, Tl�nse r��[�rts �r+d dr�win�� m�y no! b� �art nt'tF�e Contrac�
�]o�u�x�cnls, b4�1 tE�c "lcchnical data" ct���E�in�:ci ���erc:in Kip�r� whic�� I3icliicr 3� er��i[��;c!
to rcly a� 4u�t�vided i�� i��t`��,�r��ph �,02, a�`�he {i�neral Corie3��rt�+1;s kx:�� buan itE�n�ified
anc! ���ablished ir� Paragr��l� SC �.0� c�F [E,c S��ppl��rien�afy Cc�iiditicsttis, �iic�cic:� is
rt5�ix��wik�lc fcx� riFt}' inlCrpre��dior� c�e c[�n�lusinn dr�wn fi-��m �ny'�l�clmical d�ta" or
{kn�• oiher �ata, 1nECrpr�;t�ltlDiiB, t��ir�ions �x ini�nna�i��3�_
f_'E'I'Y �]I� Ff]�T �{}RT'I�T Sn!'e lta}ulc, Iq Scli�rryl [inpruvchicnl�
S�A?Ml��IF�_L}t".C�T�itil'RL1CTil.1?V S�FCI�[C�ATf[}F# E){']{'L'h7LN'!` C:ily P:njeel \lumh�:a: 1i11}�i��
�erhpsfiaiH� Eket�lu�rllnrLua! lununey fY$, �O�I 41Lolo C(}�fjC�fil Emeq{on[y
003i 13
1hIS1-Ri�C'1'[0:�5'fs7 BT€if}F.425
P�Gg� � ��f I J
4_3.'I`he subn��s�icsrt c�i'� F�ic� w�1G c:ons�it�E� sn inc��r�tr�v���Eh�c repfcscnl���ot� b� F3xst�iwr {t}
tha� Fiidc��r 11a,w cnmplieci wil1� every requ�rernenR of ti�i� P��ra�r�pti �, {ii) ihat ���ith�rxri
cxccpi�on tho Bid is pr�:�niscd titpur� �r�:tfcrr�ning �nd f�rrti�h�r�g thc 1�Uorl� rcquired by tlic
Cuntr;�;;� i]o������nts anci a��lyi3�� �h� spccific m�ans, mct�od�, t�:chniqKMes, s�:q�Gcnc�s c�r
��t�«cer�ures of c�onsEfucl�or� (i f�i�y) lh��l �{�y b�: sliowia �ar in�€i�.a�ed cxr �x}�re��l�r re€�uired
by ihc �c�nlr�ct I�u�t�kncnk�, {iii) �h�c FSiC�dCr It:�� �,iv�;n ('ity w�iLken no�it�c af ��I
c�}itFlic:ts, e�rc�rs, an�bi�ui�E�s an� dEs�r��ancies in the �c�n1.r�,cl �e�[�u����:nts ar��i t�e
wr�t�en ��esoEut�ons [hcrcoi'by �'aty �rc ��ccc���blc t�� 4�ic�d�;r, and �vi�e�� sai� contlicts,
c:i�„ hs�vc not i�cetr rc5�}l���iE flyrut��1� �l�c i��t�r�rr��ktio�ts by C�ly as d�s�rii,�� ttt
P�r�g��pkt 6., a�yd (iv� tlyat tli�. C:onu-ac[ F]o�.r�mcnls �ll'C �?[:f3l:Y"dll�+ 111�'�CCCElt Cb lti�]C�t�
an�i cuitvey ti�d�rwf�enciing of FiE� R�rmb ;�t�d �`�3nclil€{���� f��r �rfo»ning ar�tE iur��i�l�in� 1134
1�Vurk,
�4_4_ -I'l�c provistons of this 1'�ir:��;rapil �, ir,4 E4�ci��e, �tn nnt ap��ly tn �lsbcs�us, L'�+ly�hl�a`itt�ik�;d
b1�xf��r�yl� �P['l�s), f etr�xfer��n, i Ea�ardou� 1�astc or [�s�3iutoc:�i�c s1�1�l�:ri;�] c:o�cted is�
Pae�tgr�pl� 4.I1(�. c��tlte [iencr��a C[art�jllicm5, su71c�� spc�:if i��,Cly icE�nE3�ied in ik�� �c>irir�yct
L]�c�tmer�ts_
$. Ava�labilktv ui` Ls�nds ror Vi+ork, f;t�.
�, l, Tlrs; I;�trcl� �p{ti�� w1� i�:�� lE�e 1'V{krk Ew lt� be �ic�rl�urn,��, �i�ht�-��� �++�}' ar�d e�s���ies3t� frsr
access tlterc�o snd o�hcr lands �lea��;r��luci fnr u�� l,�r Cc�r7ltac:ts�r in j�e3•��e��lin�, l€�e 1�'u�k
2�1'� i�1G+�i1�1�d i�1 i1tC �'Ott[ract D[��ui�iet�i�_ All adciiti�nal lan�{s �in� ac.�:es� tC�crcto
r�q�ir�� for te�tpc���ry cor�stnic�.i�an fa�kli�i��. COriSI��UCE10n s;�ui�)n�eiil ne �Corage u�
rnate�ials aizd �clk�iE�mu�t ��� b� �ri�:��rpor�tc'd in �hc �'VorEc ar,; lo be obtu�e�e� t�n�i pui�l ft�r
by {1onlr�Ckcsr, �:a�e�t��:1�1� f'c�r }�ermsnent sLru�.Leir�s car peem�incill ��I�����s iri ex�gt�n�;
f$�:�Gitie� �re �n he obisine� a�� gai�l �or �y C:IL� tinlc55 c�tklCrW���. �rnviCle�1 in Cl�e
�on�r�cl L?oc�rr�enRs,
S.�.O�aEs�andin6 fEg��t-s�F=w�y, e�zt;e��Etis, �n{ili}i' pc�illt� ku bC �Cquir��l 1xv ihe (;ity are lisfed
�n j'aragra�sl� S�; 4.0 k�ai' xi�c Su�����;t�tc�titary (�:��r���tioit�, �n il�� eveiY� �Ji� nc:c�ssary rigltt-
o��w�y. c�setner�ts, �it��i?crr �es�i7lEt� afe no� obtained, tl�e C'a�y rosc:n��s �hc t'i�;h� tn c�n�:e1
th�. aw�rd nf-conl�'acl aL anV L1an� �1C�UC� �.ill: F�1l�CIC]` iiC�,�h1 i�li� {:C}�iStt7}C![Oil �VC1]"�C Qfl [�iC
�71'C1]EC�,
5,�. �f'i,�. F3idder �i�all he �r��r��red t�, ca�nrnenc� ��xnstru��i�n witlioul all �xecutec� ri�F�l-of-
�vay, efis�:���unts, an�li�,r F���7�t:, an�� sk�a�l suhr�ti� a sci��dule �o t��e City of ���}}��
�on�la���l�c�i7 wil l�Srpeecd En �l�e c�iher ai-eas of tF�c projec�l thzt� 4i� ttoC rs;�{�i�'� p�,��rnits
a11{���{1!' 4'35�FC3C11�5.
�. Inl�t'pret�f���Es anc� rL�deuds
S'i'1'Y [�i� ]��71��1' 1�Jf1f{Tf� 5�fe R4u1x,1i} S�Il�s�r� �ro4�}a�wwpm<a�t�c
STANT.xARi1 CO`�S�'ItU(,TCC1N S��I�[.�l�'�{;A'FION DOCLfMP_NT [:il}� I'aujetit �lscm,`,cr. I{I I?(i�4
Tr»,r�;,tutily RrtvisetU[Jpdn3cd luuuacy u5. �fYi1 duc �o C;f.]VI€}k9 T-.incr�rtrrcy
f102J 13
GhST3�lJt"�I€�NS '1-{) �#[f1fiFR5
Fnkrt f, uf I k
6.1, �ll qu�ti[iao�s r�l�stiu� [hc: m�ani n�; ��t inicnt �3f � ltc R�rtlilitt� f)�[:um��Rs are [r� i�e ��i rec�ed [o
�i[� i�ti �vnlinb on or he�ikr� 2��,rrr,, thc M��ncl�ty prior lc� [��� Br�f np�:�rin�. �4Gcstior�s
rec�eitF�d ;��-t�r [hRs d;�y may �ox be ee�s�,���ded t��, ��tetprctatio�s �r c3a3-���ca�inn�
C4ki1SE{{CfCL{ 33CCC559F�+ �}�+ {�CC�+ Ch rCS�il1��5� �l} Sfl£�3 t�ilC�LIO[YS �Vi�� �ll: �5�i1ClC I]� i��{��fk�a
�e�ivered to �CE p�xrlTcs �ecardec� i�� City a� Eti�vin� rcc�ivc� tl�e l3idd��ig Duwu�yXc3�ks,
Qa�3y 4ueslio�� ans�v�r�.�l iay Fc��aa� wn�ien f�ldder�tia �vill I�c i�ir�clin�. {]�aE ar�d o���er
inlC�'irt;kE�klun5 uE' cGarif �:aLior��; wi ll l�e xviEl�okG� lc�{tl at'Fsc�,
�ddt�ss �����liar�s �o;
['•lC�+ 11��4}TG �4F��3
����} �'�7iaS �ll'�4�
FC1� �O��T, ��'�1 ��7�{M�
A�#n� Ch�c� Ailer�, I'�, C:F'Ni,'i-rans}snrtatinr� �nd l'ubli� 1�orks
�an��l� cl�ad.allen�r�t�rtwu�'t]7i�:x�ts,�av
Pl�s�nc; (S I �} 3��-8�� l
fi.2_ !lclde€�da may �l�� �f�: tssu�xi �u modify tE�c E3iddsit� C}ouxlmcnts ms dccin�d advEsa�ile hy
�:itY-
6,�. ll�kdehd� or claritica[�on� r�ta�+ I�c pOSt�:�i v�a E��e i'ity'� c1c�:�rExr�i� cieacume��� managertte��t
�nd c��ili�h{tir��iur� s�r�l�m a[ ki1t;��. ����,_l3,��f3,;��ri���*Ic rs�iii �hc�re�'(a !'4)(,���-:'�ii::l�:i..'cl;k-
� � -' � �i���-i��rf�tiJ�f,
�,.A.� #rebtd �:onfer��c� r��y �c I�cld �i[ El�r; iimc a��i p��c� incli��lcd in ik�c �ldveriisame�� c>r
fN Vf`I'l1-1-Ci}N 'I'I� l31 DD�125, Re�r�:scnl�tiv�s uf Ci�y ���1 I��c ��r�.�en[ t�r cl�scuss [��e
Pro�c�i, F3id�1�r� �rc cnct�uraged �n a�t��id arsEt h�rtic�p;�t� in �hc �oi�f�r�nc�. �'ity wil l
tr��n��niE lo aEl prr�specti�e �3idciuts ufi'r�:ct,s�d �ucl� �d�ei��a as {:i�+ c,:��si4lca�s n�ccssar3r
En f�spt�ns�: ko t�uestaons ar�siii� at �hc �:����fcr�:n��, (.J�aC ska[�:men�s »�ay i�c�t }�c rc[i�:�i
tiap�� nnd will i�a! b�. ixitr�lir�� v1` lc���l�}+ eflccii�re_
7. �i1�1 Sceurity
7_ �, Eacl� Bid mus[ bu �ctcrmp�ni�� by ���d k3c��td ��3�d� p�y��b�u Cc� C'E�y in a�� a�r�nun� c3f f1�e
( 5} Potcet�� of Bidc�e��'� irisxiimMrt� Fiici }�ric� on !`orm ��Eacki�.d, �s����.cJ h� a�t�r�;Ly meeiix�g
�fr�; rc;qt�ir�;rrzc��l� uf' I'af��ra�hs �,0� uf E}�C �cn�;r+l C'uns�oticrtts_
7.�_�f'hr �3�41 E3or�t� caf alC �3idders will he rctai�ed 4tn4il lhc cnndtt�at�s nf tC�e No�iee,��J1vc+��d
have beer� ���15f��d. I�' Ih� ��,cccssf'�I �3�cl�c� Fai1s �o cx�cu�c ue�d �felivc� i��e co��r�lc��
AgF`r:��iicn� witF�in I� �iG}�s sfte� tlic Ncati�� oF��va��, C:ity ir�a�+ Cr1r�*iilcr F�1�ltic� l�+ bc in
deta�ai�, res�itte! ti�e iVo[ace oF�lwaecl, a��,� titiu Fii�{ Rc�rrd c�l'tha! BEdder wi!] hc f��rFcis�tf.
5uch tarfe��ure sh;�i� kr�: �'iIy's �xc�li��iv� re��ec€y if Fiid��:r dc;#;'���i�s, `i�he kiid F3o�d of a� l
cati,�r I�id�Jers u�ham C:tty hc�i�vcs [s� kG�+vc: � rckts�nabEc c��ar�c� ��t'�'�4�;ivit��; thc awtu-d
wi1� bc reiain�:d �y �i4�+un�al rE�ta1 conaact exc�cu�iie��_
{'!'3'Y i]]� i�f1i#T WC7R�FI1 �RIC ZZt71J1_'.4 �{i ti�hcx�l Impruti�cinemN
STA�If]rIRE� [�c�r���t�uc�rrr��, �Nr-,c�,r�rc:n�ron� o��-ur��:�•�� c����� �������� r��„�r�4� 3017�•G
��4�r+IN,rulilV Rcvl±ledr[.JpdnReci 1�naary l}S. 2031 aiuC RU COVIDf�1 Fmergoni.y
{lp �! I 3
]N4TRU�T[C]�+� Tf] 3��f11'S�ItS
Pxg� 7 afi l I
i�. �'o��trnct 'l'imc�
-�`!�e ntimher ���' ci,��ls �vithir� wll�c�i, or the dakes iry wliich, ilrlil�[nt�e� ar�e tcx he a��ievecE in
a�co�•dal7c:c wi�h ����- Ci�n�w-aE l�c��ui�c�iicnts and tiye W��rk i� tn be coinplcicd nn�l reac�� lor
1{CfIBI }�CCL'�1E;if1i:C iS 5l,`.0 Fi11-l�i lk1 L�7C f��yC[`,�ltS�37C i1f 131CO3�U1'�1iL'l� LFI�'3'G111 E]}r CC'.fCCC�CC LCI Lik�:
a4t�c�,c�� }�ic! �'rerrtt,
9. l.iquidrtted klarn�gcs
f'��ov�sions fur 1i4uidate� dam��es �rc �c� forl� irt #�e l�grecm��tt_
111. Sub��ilute sMn[I ",C1�._E�.f��raE" �tcros
'Th� C;s�tr�ract. Ef awa��iecl, u�i ll be t31t 13i� br�:�is ��f ��txte�'ials an�i �:�ui}�mee�� descri€a��i in tk�c
Bi�c{ing �?c���lmCnt� Wit��{ll�[ fiOr151d�r�liq� ot� ��vssilrle sub5Lal�3Ee or �F�1r-CCj�i#3j" i tettys.
1�Vk�c�evcr il is ii�dbc���.d «r s�cciiied in tl��: lii�icling 1�o��r��c;nt� t3�at a"$LlL]5tIEll[��� or "nr-
ey�al" itcm ot`rrtalcri�yi c�r c�y�ai}��rser�l trGay �rs; Fur3�isF�ed nr used b� C'cst��.r{e�tiur �F�c��`��KabCc �u
�'i�y. ��pCicti�ion t'4�r stG�l� �4�;c4�tai��;� �vil[ not hc cor�sicit�rc�i by �iEy sGnRil a�tc:r �lie �tfcc�ive
�J;�te ui-[�w A�r���ne3�t. 'I-k�e procecltiu� I��ar submis�i�,�y ��F 3r�y s�icl� ap�licat�on by (:c}htr�c�ur
�nd c��»side�a�ior� Uy L�aty 3s st�t �O�tEi 1n ���I'���'a�h5 6,U�A., {�,05 F3, and 6.�5C, c�f tlie �'i�;ner�i
��€��iiliuns �ttd �s su��pl��ri�;nte� in Sec�ian �i 25 OU crf'thc Ger�er�a Requir�ine��ts.
� 1. Sub«�Lract��i's, �upplie�`s �r��d �tl�ers
1 a,1, In accnrclaa�cc wtth thc C�ly's f#k�sftt�:ss �q�.�ity C�rdi�tance �1�, 24�34-t ]-ZO?�1 lhc
C'i4y ht�s gottls for �kt� ps�-ticipa�inn �t`m�nanty bE�siness �nd!��r wnrrrcn l�usiness
cnt�r�ris�s itti ('r�y ��nlracas. !� copy [sf �hc Drdin���.e can �� obtained i'rt�m ih�
�7#'fic� isf' �l�e ��ly �ecr�l�ary, YE'�� F�i�dC�� 53��11 5t�bm�[ ll3e $<<sRn�Ss F,yl�ily U�,tllxa[aOn
�arn�, F�ill�ti11C8� a^.��L�tt� Frii��� {'o�tt��,�l�sr 1�f3ivef k��,�rn xn411��1• C'rcxcs[k [�gitk� Efft�rl
�or��7 �vitl� �l�cutne��ation a3��r'o� E3�sir��s� Fyuity Jnin# i�er7tu�e �=nnn, as
a�]�}!'€}�ll'IEkL'w. �l']�e r"o�ms rr�cludi�x� dc�c�unenr�tic�n mus� b� racciv��� by �h�; �i�y r�o
lt�l��� 117�Mt 2;i10 P.iVi, C;ST, ��n t�t� s�coi�d b�sii�t�s� �I��y �il�r �E�c I�id n��enii�g da�e_ 'f h�
I�i�ld�:r wlti�rl l cxbtsin a res:eipt frckm th�: ��t}� �i5 cvid�i7c:c �he �i{�cumani�tic��t �v���
re�eived. �i�]�lliC IU CQlfi�7�}� S�3i#II t'�tt[S�i [�1� �l� 85 T1C3R�f�5�]Da1:i9V�,
�iur�Et�e�� �q�iEy {]rdinance �o, 24�34-1 l-�0�0
��[II��: ,i�71�ti_��,krlutGsEls[��.G.,�,irt.�f'r,ri��[f��tit+u�'c'�.}�1�4��;r:�[s:��t' {,i�`�,�_'l+_
s�rti��1��1��'��I-: ti1-�4'��.�;�s�li�«rii�w�"•t�?��L��}�ii�v`;.,*�Ft_}���li�ti.��)r����iai��c'!��r�_`1M'-4��d-i l-
3f1'f.711i�t
1].�_ [V� �onlr�c�crr �l�slC t�e re�uired ta emplay ���� �ubr.ur�1:rsrc1:or, Su�ap�ier, n�lier person
��r �r�a��i��i�o« ag�ir��� wl�c+€� C.untr�t[:t��r I�r�� re��s��s��le obj�ctio3�.
l�. }3id ��orm
12,1 _ -E-3�e f3id I{ �nr� �s incltzcic�� �vrll� t�te I�i�rling Docunieitks; atl�ii�tott�l �:u��t:s rtyay [}c
c�b�ai.nccl F�urtt �li�; C:iEv,
C'fCY i}F Ei}Ei'I' W{1HTI i �i�le R«uic.c Hi ticliaaol <<n�rrroveuaKiu
�'I AhUAkf} [:UTti�TR;seTinN ���_<'.[fac=AT3[kN CrUL'UMEN7' Ci�y 1�:ujcrs �l��T�Ucr� I[IG7GA
Tempera�iRy Rc'+iu�i�ai�E{1,aS�:d JRri�pCy �1i� ?�P1, �ue lo C,O�JTE}I� E74ieC�+CktC}'
{II} �] 13
rN�'fit�;i1'GC)�5 7X) H[�}i}iiELs
Pa�c N �Ff I G
12,2. �ll blanfcs ��rt �17�. Rid �orm rrtus� be cottt�le��:411?y prinkin� in i�ik atrd �hc f�ici f�o�m
�����c:�i in ink. �ra�ures nr alter�tis�n� �k��i I k+e rnitial��I in ink by �Itc persue� s�gnii��
l�l� BI[I I'Qt7ri, I�I I�iL� �1rf�C 5�1i3�C 7}� iIl�IC:iCC[� Fl?f CiIC�! E�I� iL'Eft1, al#ert�ar.�v�. ua��J ��r�it
pri�a <<cm 1�s�ed ahcrein_ Ir� [C�� c:��e �f opl�u�ial aii�r�a�ivc�, 4�ic w�rds "1110 �3id,"
��No {'�aiti�c��, or "Nu[ llpp�icabt�" ir�KGy l�s; �;ni�rccl, F3Ed��er �l�al1 sl�t� [i,c pric�w,
�vn� lan in <<tk ir� bcx�ls wiet��� �nd numeral�, fi'or wl����� thc fiidclu� �rrnposes tn dc� �f,c
w��rk ���n[cmpl�[et{ or iu�nis�� it�a#eria3€� 1`cy�Gir�d, !�!I �ri�es sha[i E�c: �+�rit[cn lag�bly,
In case �f �i�c����ian�� bciwccn ��f�ce ie� writt�;n. wor�s ar�d ���� �nce in wri�te�+
n�ir�er�ls, lhc pr�c�c in wriite3i words sF�t�ll ��vcrn.
l2_3, F3��IS �� Ccarpt�r�loo�3ti �ha� l�,� �x��;�i�c[I in 1��� �:c�rporafe r��tnle h�� thc peesid�n� csr �
v�ce-pre.�i�en[ t�r cxl�t€r c+tirpora�e nf'��icer a�;�c�m�;ini�cl by e�3der�ce ��f a�[k����i Cy t��
si�n. '�`he ca�c�rat� sea� shr�lC bc �f�i�cd. 'I'he cor�y��rate $d�i�cs� unc! siate of-
incnrp��r��ic��y s�all be shcar+m b�kr��� �33e �tg��.�lurc,
I�,4_ f3id� lyy �:�rtG�c��ha�as sha�l J�e �xe��i��El �« 11�� �armta:til��p �amr� x�tici :�ign�d �,y a
pt�rkn�:r, wEt�sse ti1 E�: rriu�[ ap}�e�tr under [��� si�ni�i�Grc: accorngar��cd by evi��rrcc of
au�ht,rity ��r sE�n, �['!�e af�ticial a�dre�s c�f [hc �artnersh��3 sl���l bc sk�own �el�w �he
si�e�afiufe.
I�, �, 13i�s b�r lii�ite�� lit�bil i ty ccsmpani�� �l�aE! f�c: ex��;�t�d �n �1�e name �3f �hc f rrn b� �
m�;�1�Gi�er and a�:cnttip�otii�;�i by rvi�ience o�'auLC�ority to�i�n, 'l'F�e s��le nt-fs3rrrra;i�r� of
�h� tirne ��tC Ih� al`Ft�ia! a�dr�ss of tl�e tirrr7 sh�ll bc shnwn,
l �.6.
l2_7,
12_�.
� 2.�.
T3ids �iy �r��i�'icik�als si�all sl�ow �l�� RictcleG''s ���mc an� {��tkcral �d�lr�ss,
F�i�ls tty �ai13t v�t�tures sE�af l I��; Gx�culed by eae� join[ vent4Mrc m�li� m�i��ne� ind3cat+:�
nn the Bid F�rr��. 1�k�� oi'fic�a� a�dress ,>f the.j��in[ v��[�n-c s�al3 he sitiown.
�ll r�a�nes sh�tli b� �y��d cke pri�ie� iEi ink �i�;!«w ik�c signa��ee_
Tlt�. i�i�! sl��il coni�in ai� as:kncsv�+l�:ci�,t�menk t�Free�i�t ���i� �Ldd�nt�a, Gh� r�um�ets �t'
�vi�icl� s��all I�c: tiElc�i in can �i�� Fitd hnr�n,
a�,10_ F'as�al ancC �-m�il tat3dress�s and tclepEi���e nu��5bc:r fur c�i��re����ica�icrns �'eg�r<littg tF�c:
F3irl �h�tll be sh�wn_
!�, I E, E1vi�i�nce t3t` autktori�y lsx �:�,r�����[ ba�sin�ss a� a i�l�x�r�sid�ni lii�dcr in �lte wtate of
Tex�� sh�ll bc: provicl�.d in acccrr<���ti�e wi�l� Sc����+n �U 43 37 -����o�-�'om�liu�ce
�a 41�te�t_aw �i}n i��w�acicni E3idder.
13. Sul�m�ss��� cx1' 13i��
�iicls �k��11 �ic s�ibm�t�e� cxn 1.Eic: prc;*cribe�! €3i� f�a�, �rnviciertl }�+i1�h �h[� 13�d�in� �]�c�n�e�txs,
at tEie 4irn� �nd pincc intii�:ated �rt tlr� �l�Ever[as�nic3�� or 11V�['I'�lTl�"l�' Z'D 1�i[)[IL.RS,
rtdd�'�ss�ci t€� ['urcl�as�r�� M���:��ur c��`lEie C.���, and sl�a�l f�c encic�s�:rl �� an c�}�aquc �w�lc�l
enveC�}se, ttXar�tcd �vill� [h� (`ily Pr��.R�c� Rlumbcr, 1'r�sjccl ���le. Eite n�iyYc ��,4j �tC�ress ot'
F#id�fer, and acCU�11�#+E1ivd b� sa�e Bid securit� �,n[k �skk�cr C�cjUire�l �Snc�meni�, [i� lii� Fixcl rs senl
tEtT{}1��;11 !hG mai] or r�tliee €€el iver�r �}��;4�m, I he seal�d ei�velor�e �t�all bt cncloscd tn a sep�r3te
e��vek�3pc witl� ilie ncrEsk[ion "�ir� �:���.f)SFC�" c�� ihe 1'acc ot�it_
€; [T'1' C!F f•CJ�{T W{Jlt'rEi Snl'c Ru�fte� 9i, 5r.fiuul Impcu�cnx�H,
��'A2+iDARD{'�}T�SFRUC'J'f{}N �E'E:f.'IF'3C'.�TEtl7T+1 T�{i{;UMEiN'I' {'ity nr�jr.,�! �iin�fr���. :41?(id
�E'tm>>ura��i[y R�waq.u{+1Jpdake�l Jununry US, ±Il±� �[uti s�v �=�}�f�l 4 F.urergency
Sill71 1�
�xsrr�u�ri��� �e� a�«n�=«�
Pu�e'J ud I l
l�. Nio�iiic�tion aud 1�Vilhdraw�l of Rids
l4_1, E3i<k� �ddre�s�� to tC�c !'u�cF�asin� �ixnti�;cr �nt� fil�d �vit� t33e l3u�liasing Q€`iic'�
tannut bu Wii�z�k'�wtY �yr�Or Lt� LI1c, �ime se� fnr b�d o}�cnin�,. �i rc+�pc�� #'nrwi�hdra��al
musE b� m�rCc ii� wr3�itr� �y ar� a���ro��ialv clo���inc:r�t clUly� �;xec�ted >» Lhe nlanneY
El��t a E3id m��i ��e ���.�:ulc�� �n�! ��eEivctx:c� l« 1.he �l�ce wk�e3-e k�i�;s at'�; to 13�; ���M��Yi itteri
�f �n� lim�; p�i��r �p tk��. n�er��r�g nt' k�E�s, !I l��er �t�� Fi1L�:i t+crl rcr�LlcsEe�i fi�r vrithdr��wa1
�r� t�p��ed a��� �ti�b�ic�y read a�o4tcl, ihc }.�icls Fi�r w�i�h a�vithdrawal �ee��i�s� I�,�s lxc;�:r�
��rnpeel}� fi]e�l rroay. �i� �1�� o�tiori ��f tE�e CE��r, be reE�en�c� �ua�rpc�c�i,
E�.2, Ridder51t��� modi�y Ll�eir F3id by u�c��rcartiic: c:��i73nru�tcatian at ��nv lamc �r����� te} �li�
ti�ie s�t for [�e cle�4an� o�' F#id recei��.
lS. ��enin���fBids
F3i�s �uill be <3pw��u�� :�Tie! r�:�cl :����ttii }}+i��lr�.l�r at �k�� ��I�ce �vk����c Ri��� F�rc: #{� i�e s�bmE�terl. !1n
�l�slra�k t�t'tf7e Ft17tat�tus crf tlie h��e €3iris �r+�1 m�,jc�r al��:rrtt�i+;� {it`an}r) will be ir��t�� �v�+lz�bl�:
[4a lii[Iders �f��r the r�pe�tr�� ck� �ix�ks,
l�r, F�ids ln Re�nain Suh,jecl lo �lcccpi�nee
Al l�3i�� wili ren�ai�� st��i��cl ko &cc�c�k�nt;�; fs�r titie [ii�� ��:�i�d spc�i fic�! 1't��' N��icc t�f fiward
anti ex�ct�Lic,r� ���� �IclRvcry ��t-a �am{�!e[e ,�1�ee�menC by S�i�c�:��fi�] E�ida�er, ['�ly ���ay, ak
C;iEy's sole dis�r�tinn, fC1�85C �f1� �14� �[e{� 1-kl]i Ilf� �11G T�E[� ;.�Ck1f�L�+ �.1R0� R�4 [�titt l{����
17. i:vs�Euaiion of �3id� �nd �1w�rd of C'eanli'�ci
l7,1, C�ily r�serves ���e right [o rcjcc� �sn��,�r �I1 F�i��, ittcludittig ���ilitu�l �a��ai�,�t���� Ihc ri��ts
[o re�ec� �ny ar ��l€ r�t��t�u���i�rfnitr�, ix�neesp�ritt;tve, 4uib�,l�n�e�l ��r �.c�����L�onaJ E3ic�s
�knc1 !o rc}ect �17e �#ici nf any i3id�Ec� it` �'iiy b�lie�'45 ��1kli i[ k4�nuld no� t�e in � h� I,c:sl
intere.�t c�F�the 1'rcrjc�t [u makc� {m �xkv�rd ts� �i�at Bid�fer, w�eihtr buc�usc the f�ici i�
r�ot resp�+nsi�e s�r ili� F3�d�er is uitquali� r�d ��- crf`�oKMbtf��� �nr�ii�iai abili�y o� tai�s E�a
me�k �ny ��tl7c:r pe»ix�e��E s�ae�d�rd of c�ikcri� cs4�i�lit3��� i�}r {vi�y. �ity also rc:bc:rvcs
tE�e ri�i�t tn �vaive 4n#orm;�jil��s tr4�� tnv[3E�ii�g �,rice, ��o-nlr��t lim�: ur �I�,�i7�;c� i13 �kie
Wnric witi� �h� Su�u�ssfiMl �#ic�rEer_ Disc�epancies beEw�en thc n�ultipEic�titxn nt�uni�s
u�' W�sr1c flnc9 unii {�rices �vi11 bc rescaEvec! i� !'�voa' s>f the ur�E� pr�ccs. ]�iscr���ncics
13e#w�c�3 t[�� incii�.<<lu�i �Mk�n �f ��tty cc�f����n t�f figure.� a���1 ihc �:�f�'e�t �urt� thcre��-w�ll
I�� ras�rlv�d in �itvsar oi't�7�: cc�r��c� ��ar��_ Di�crepimcies 1��lu��c�;n word� si�iJ f�g�r�:s
will bc ress�l��ed ��� iavor ol' �he �vc,rd�,
� 7_�_ ]_ 11ny �r� all 1���l� wil] l�e re�ecte�i i!'[sity l��s re�sor� Co beiicv� [�at ca!lusinn ex3sts
.tinc,o��; �l�c }3iddees, �3�dcJc� �5:�tt �i�#er�;�tc:�i �a3�#y �n auy lii�ga�ion u�;sainsl City.
{'�ty nr fii€Idef rr��y E��it�� � clFiim ��ain�� th�. �3ik��� nr bc �n�!��,ul iCl ll[i�si�On,
�#iddcr is T11 �,rre��'� ��n �ny e.xisiing ct,n�fa�t or �t;�� �leF�k�Et�d [��� a�r�vio4ts
contr���, T3id�U:- I��s }�ceFc�rrt�c�l a pri�r c.ott�ract itr �n ���satist'�ctary m�in��r, �r
I3idd�r has 4��it�a�l�sletc�! w��rk w��ic[� ii� �i�� jud�mc.e�t of ihc �i[y �vi lk }�rcvent �r
�]ifit��i ��lE; �?i'U1i1�1� C:�?rTi�j���14313 �� �1CLL{k�lill]�II �vt�rlc i!'��+�;�rcled_
�f4' f�1� F(]f#T W{}�{'�'j� �Sf� IZUkILGti LL4 SCfll]iFG ifRTFTLSYILIFf17lh
�'1`ANl)Altu c:[]�ST��U{:T'f0�1 SPrC'!'FI[;A7'f(}N �OCC]�iL•Nl' Ci;y f�ujec� Nuiidacr, IQIPfrtl
Tempnn�rily Revrse�U�Jpdu;ed Jaeti�ary 4i, 71121 due lq C.[}VI�l�] �mcrge�tcY
oa�r i3
I►wST#tEJ�'I'f{kN� I"{} FIIT]T7«45
f'a}�e ii]n�i1
l i.�. C:iry ttt�y �:c�r��,idur �h� t2udlittcatitu�� ��,�i cxpeeie��c� t�f Sub�c�nlr�clurs, SuppCier�, anc�
ulh�r p�r�ons an� ��r�ar�i�#�isat�s prn�n�e� fs�t �h4r�c �rc3rtiot�s ot't��e 1�Vor�c us t�� �wr�3Rcl.i
lkse 34iwn�iC� c,f Siab�c�n[ract��rs, Suppli�:r�n, �nd ntE�cr ��c«t�hs t{�14I C1f�',ilIlTZ3l]{}t!$ Jlliltif
bc sub[n�Eted as ��rC�Y1d�Cl i�a CF�� C'onteact T]��c�me��t� or �pon the r�.quc�t �f lk�e C'il}�.
City ulsu m{�y �or�s�dwr ifte i���e�;�kinb cosls, i17�31iC�Ctdl3l:C rS.:L�lilfl:3ll�33t5, p�rt��r,n�rt�s;
d�la s��d gu��at�ts;i: ���re�ik}or i�ems «� i��ia��:ri;sJs an�i ct���pinen[ ��r4��ios�� for
incnrrrc��'irtic,n i1i th� 1���rk wf�c'n s�«!� c�aEa is requir�;d �ar be su�,r�itt�� nri�r t� tC�e
�lntic� �fi'�w�rcl,
I�_�. C.]L�' 1138�+ COtiL�kEC� 511��Z �i�VE5lk�;2[lilflti ,�� C.j�}' €�C��l'i�. C1VCCkti7if�+ CU �4st;isl i� l��e
�V�]ti],�k3�n uFany F3id ai�iE !cr �;�kikL�IkS�l l�lt', J'G��7il11`�i�TIIIIj�. 4�Ltd�lflC�iLlt]r5.�i, #�CtiS� ��niiT1Cla�
�hility {�F-Ai�kc��rs. p�c�gcrsed �ul��.t����rr�clors, ��appli�.rs anc� 4a�h�r [�er�or�s or�d
aT���nyra�i�ns to �rer�'i�ttn a�d �urni�kl �l�e �Jk���rlc ir� t{ccordan�e wi�h th� �i�n�rac�
D{�ck�Gtt�;n3s ��� C'�ty's salfsF'ac�io�� �viChin �hc prescei��ciC [irn�..
17_�_ C;{�r�[ra�lsxr slia3l perto3�ti wi�l�� ItiRw ����n ufga�t��a[tq��, v�'c�rk oF�i v�lue ���E 3e!�� Eh,in
3�'Y� nf fhc: Vr1�lEc �;�t�braced 4�tt �lie i��r�Rf�C[, t�raless oa lier�vi�� r��,�,G-ov�:�C by �k�e ('ity,
17,5. IF-ll7e Cnn�rti�� is Ec} bc awa3-de�, i# wi�l bu ��w�rttcc� �a lnwe�t rc:spcsi�sEbCe at��l
r��po�s�ve Bid�er wJrcx�t c�+arualior� by CiEy incl+caR� lk�ai ihe awfl3�ci �+�il l h� in �k�c
��s� itt�ercr:t� �ri' tF�� C'E�y,
17_6. A c�}n[ra�k i� e�oi a�varded unkil fc,rm�l C'i�y E'nun�il �t�[hon�t{T�on, [�`�I�e C;on�r�c[ is
ln be ��warded, C'ity }�+ill �ward thc Cc�ntr��t k�itk��n 9{] da�rs att�r �E�� d�y� oi`l€�e Bid
o�xer��n�; kkn�ess extei��fs:cl iri kvr�king, �#o otf�e� ai:� t�f Cil� car ��he�s kvill c{f�t�tiR��kc
a�cepianc� ��� �iicf, Upun the cc�ntracl��' �w�� fC IV�}l1CG {l� AW#��1� 4VI�I �}� ESSl�CCI �}�+
ki��; C:fly.
17.fi, �,'�'�e conirttc#ir�• i� r�q�lil-tCE io �il� o�t aud �i�n [hc ��.riiticate o� �ni�re�[cd
P�rtieti I�'ow•m 1�95 ��3d the fUrr�1 niu�l l�c quhm€iiCd lo !�C I'r��j�ci Mari��CY
�t;fo�•c ihe c�uird�l �+rill bc presc�Ee[E #�r �lle C:it�+ Ca�nci�. "�'��e F��'t� can �r
��Irt�i��c� xi lut[y�:�'�����►�_r�l�it��.tiir��r,t�.us�c�.r�;�:�i'a������� I ?9;,'I,{1�.���I1
3 7,7. F�ilttre or rc�#iisai �r� c�mp4y� witC� 11�c rcqn�r�ment� rtta�y r�su I ��n re�e�:ti�x�� �� f fij�.
lti. Si�nin� af Ag�•eeme��i
I�. I, 1�4'hen ('ity i�st�ew :� �l�ki�e of Awsrct ��� tE,� S�1c�.cssF�� E3idd�r. i; w�i] �i� acco3n�anied
b}� la�� required nui��bcr nf��nsi�*ned s:o��nte�p�irt� of l}7�; h�fccm�n�, V�li�kiin I�1 c��,y�
tl��reaf�er �'o�1��clor sC�aIC sE�;n ar�d {!cliv�r lE�e f�quired r���rytib�r �af countcr�arEs ���'413�.
11ga'�cmen� t� ('i�}� �v�ih lltic rcc��kirec� �3ond�, C-V'rii�iCiSLLS O��RSiif$I1�C`r �ttd ��]E a�hee
requir��i �iocum�nl�lic�fl_
I 8.�_
1 ##_3_
�'�,ilxire tn exec�se x dul�r ����rttcd c,c�ntacE ir�s}� s�rb�ec�t 1��; {.:a»tractnr t� peri�li.�c:s,
CM[y s��l] k��reat�e� cieEivcf' ��n� ful]}� stg���cf c{�u��[�;tpa�t lo Co�llrac�rMr.
{'1`I'Y fll� T�{kl{'[' Wi]RTI�[ S¢fe I�OLLLt% li4 �t�{iltf� ��14�f�fu�771CIlId
�TANnr�[#s� c;[aN5'I'It4:[_�i-I�r�u SYFC�Ffi'AT[[1� €1C�C.'U�ili!�� Ci�y 1�m�er� hli�mhcr: I Dl7fid
-I-in,�wn.,5i II�� TCLr4nedr�i�dulyd 1��sunry [p5, P.03.1 Jt1c lo L:OVlL]I"� Lmee�e�e�y
iM] �1 13
12V5'fFCUC7'�{iN5'fl1 iiIT7T]F�iS
Ih��a ] G �rr � I
�:f�(f1 I)F ��:CTiE�:�!
C'f]-Y �7r FC]RT W�1l�TI�1 �i1fC R{NiI4"�* iy3 Si;Ii�H7� �1�1�FIY5V�jTICf115
5-fANUAI�Ii [:l]3�JS�f]�U{:�CIc7� S�ECR1=[C;AI"fC�3w1 u[,f['1114i1l3V'� (:it}� 3�e{�jec� T����her_ l01264
T�mF►nrarily �eu�se[UE�ndaLsd 1hk41i717y O�, �{l� k clue k�7 C:C)YI�]14 �rn�rgrney
A€�de�ci�lrr� �a, I
��C7CO�1 �� 41 �0
�I17 FORM
TO:
FO�-
7Me Purches�r�g Marrag�r
cfa: "fh� I�u�chssi:��plv�si�n
��4 T�xras Sire�1
�iky oF Fort V1+or�i�, T�xas 7s1 ��
G;ty i�ro�e��f�lo_:
Units�5ectrans;
FY �Q�B ��fe Ftoutes la 5�froo� Impmva�n�nts
�01�&t
Unit 1 - I��+�ir�g I+r7proyements
7. ��,Rer�tlt�Agreel�en#
OO�IUO
BID Ft�RM
�ayo 1 af 7
TI7� un�ors�gne� �idder prap�ses s�d agre�s, �� lksos Bid is acceptad, la �nser ;n#o sr� Agreem�tr�i wlth ���y In iF�e E�rrrF
id�c;l�ded in Ihe �i�dF�g Docure7er��s t❑ �eeFcsrm a�tid furrrish r�ll Wark as s��:irle� or irr�l�c.a�e� i�r �ha �a�irac� Da�urrsents
for Ehe 9rd Pr�Ga an�{ v�ithixf R17� �o�sireel Tam� indict3led irti lhss Bid and ir� as:��r�tan�e wilh t�,e al�pF terR�s �nd cor�dat�ons
of t�e �Q;�krflctpoc�merrls.
�. �t���I�Acknowied�er�c�ntsan��er�ificataun
�_ "corru�t �racksce" rnean� th�s Q!#ering, gl+ritxg, receivir�g, ar so��ciaing oi 2�ny i�ting nf v�lut� likeiy I�
inilu�r�ce �he ac�lon of a p���ic afCclaF r�� �f�e t�ldd�r�g Qrocesa.
b"fr�u�uient pr��li��" ��rearis an �nientinnal misrc�prese+�l�t�oti �i fa�35 ���I[3 {a) to ta7f[�enr� Ihe
biddar�g �rncess Iq �he d�Rrimeni �f �Ity {b� !o es13bS,sYi Bid pri�es ak �rC�fiCi�l +lUrl-Co�1tp�Citive
I��re1s, ar {e.j t:� doprGve �ily of lFre ��rtefi�s qf froe �nd open �ampe�ik��n,
,�collusave �racllce" mt�afls � s�f�errte �r �rra�g[�m�n4 �ek+�eei� lwo o� mor� k3idder5. wati� [�r
wiR+���� �h�� knawledge r�� �i�y� � purpose of tiwh�e3� is #o esta�alish Ba�J p���es at �rti�icieG, norr-
C�rrM�aeCiiive I�vt�ES.
2,�, �n submiliirrg t��i� ��d, Fl��der a�ce�is a11 af k�e terrris end coeadit�or�s �x[ �he 3fVViTATIQfV �� �II����S and
IN�TRUCI-aOl��'rp E31�D�RS, includ;n� wlaho�t Ilr�fii�tinn Cit�Se dealing wiRh the�FSposkll�n of ��d �ond,
�_�, ��d�r�r is �w�re af �ll cosls ia prouide If�e requared Insurance� W�Ir d4 SO pr]Y�si�r�t� co�#raG# 71N&fd� ��ld WIII
�r❑vidr� a valir} I�rsurance c�rtairc;ake rrreelin� all req�,lrem�rrks uvilhin 1 d days of n�t��i�ation of �wsrd,
�,3, ElFdder �eriifaes tr,�t Ih�s ��d �s g�r,u,ne snd r��k rrrade ,n ihe i��t�ees! a[ �f an beha�i oF atfy undl�d�sad
ir1r�IVrdl�af or e�lily a�d 16 +1Q1 SUbYnitt�d in c��F�Fm�Ky 1NIt�1 81��+ COIiLi51Ve agrPBR�}O�1t OF FL11�5 Uf artiy graU��
�sso�lalian. nr�a+�sz�tioft, OrGo�porattan.
2.+�. $i0der fr�s rroi r�irecuy ❑r ir�direckly induced �r so�i��tr�d any akher �idd�r ln s��m;t a faEs� ur sfi�r�e �id.
�,5 �i�der h�s not s�lG�ated or in�«ced eny Indivl�ua� �r �ntity Co rpfrsEr� Fr[irr7 bltSdir��
�.6. �id0er l7�s aibt eFlgag�d l� corrup�, Tr�udulenl, collusav�. arcneraE+�e pr$�t�r:es,r� �ompeai�t� For �h� Con�ra�l.
For #he �aurpos�s af lhi�P�r��r���;
(:ITY{}F FORT Yu,�RfN
$FA3V{JARLi CC]h151 H UC 7 �pN $pFCiFICA�I�F# L]OCL1A5� hlTS Sp�o f#uutoa So Schaa amprouemeotilv
Form �owa�d r�l��.r-;,, 2u2u CiLy F4�nJael Nurr�bxr 1Qi7�4
Ud +S o9
HIl7 F�fiM
Paga � ci 7
�. "co�rr,iva �r:��llce" m�arrs harmiRg ar Ihrea�enirtg i� #�arm, �irer.ily vr Ir�direclly, p�rsor�s or Eh��f
�rnp�,rly lo influ�n�e their �artFci{raRi�n an ihe had�lttg procass �r �F[r�e.t t�e �xec�s�ori oP th�
� onir� Gt
3, Time a��amplQtEosa
3_l. T�e Work wili h� �.ample�e for Final Al�cept�aMc:rtr wiihin 3�0 tl�ys after kMe d��a when 11�e
ihe ���treci 7�rrEe cnmmences la rurr as pr�v��a� In �a�a�rr�ph 2,03 a( Eh» General Cc�ndits❑ns.
3,7. �;dd�fe acr.epts lhe �rovls3ons a� tl�e Agr�emenk as �o liquida4�� da�reag�s in lF�e ever}I a# #aG�e�r� �a campl�Xe
Rhe VVork fan��or ac�ie�+arnent of Milestones} w�lhin lhe �Em�s sp�ciiied In Iha Agfeerr►en#.
4. At#�chetf to this�id
T�e fal�owing da�urnenls are aitarh�d Io an�i enede a�an of k��� Bi�=
�_ �h15 8id �arl�r� ���tian 00 �i 0�
b_ Required �irf �and, 9ecli�n a0 �#3 � 3 Fss4�ed �y a s�,r�ty meaUn� t��r requiremenls �f Para�rap�n
5_01 of Ili� C�enerai �on�itiqr��_
c, Frr�Pasa1 Form. �eciion OU A2d3
d, Ver+r�ar�Qm�i„�n�e �o �ta�e �aw N�n �t�side�til Bid�er. �v��ia�, �043 37
e, iw�W�� Foems �optianel at �Irne ofbid)
f, Prequaf'rfl�ailQn���temeni, �es;k+�n � �S 1�
g, ��nflict nf Inier�st �katemenC, �ection 0�1 :i� 9 3
'IF nec�ssa�y, �i� �ar ��� fe��ms �re to be provicfed dire�lly ta (:iEy �sc��t�ry
h. Any a�d�ll�na� d�currrenis thal may b� re4u�fetk �y �eclion �� of ihe� Inslruct�csns to 9�Rd�efs
5_ Tnta# �idAmounk
�.1, �id��r wlll c��n�lete Ihe tiNark �r� ac�nrdance w��h k�e �n�rtra�! aoc�rrie�is for ihe follnwing bl� amn�r�t, Gn
�F�e sPa�e provi�ied befaw, �rl�asE enier the I�sle1 bid �mour�t far ihis prirjecl, (3nly Rt+i� f�gure will be read
publ�cly by !he �ily �t lhe �i�# o{s�nie�g.
5.�, It is undersir�❑d arfd a�reed by ihe Bkd�er G�� si�nrng lhis pr�p���l iFf$l th� lolel b�d �mo4�i eni��ed bel+sw ss
s�abjeck E❑ �$r�fir.at�nrr at�d�ur ma�ific:atlon ksy muli�pM�ln� kh� ur�l4 brd p�ices �or eac13 p�y i#�fn by �ha respeck�ve
estomated �uantihe6 sh�wn In tl�is flropo�al ar�ti �Ften to�a5srrg �II of the exCended ar+�oun�s_
T�ta! �id
CITV O� FOR1 V1'O�TFI
�'I'h[ui}�4kU �4N6�RUCTf4M SpEC9FICAl10�J ODi'.UMFI,�TS
Farm Rcy`xrtl F.laecls B. 3026
��
Safe Roula� In Sdx�ol li�4pravemanl�
City Pro�op Numbcr : i0126d
0o ai oa
e+n rssft�l
�a�o 3 u� :1
fx. Bid S��milt�i
TFris f�ad �s su�mlt�ed an
Re s�a��i �I I y s ubm���ed.
�Y-
,-_�---
�i#fe;
Compeny,
Ad�frpss_
(Sl�naiut$)
�#�rr�ted i�i�rrr�)
�k�te of ln��rp�r�lipr�;
� rrrarl.
I�h�n�•
�ND OF S�CTION
CiT1' OF F�f�r 4uar{rF�
Sl'AhIL}A�eb i:[:N STRIJCT GUiv 3P�CrF IG� Tr4hi D6C�hi� r� �5
1� ut m Flnwipqa �a L+� 9, 2924
�y tt�� entily named beEaw,
�e�e�pt �s acknow��ag�� 4f r[�� �nat�al
iollow�n� Adde���=
Ad��ndurr� f�1a. 1:
Ad��ndurri fVo, 2_
�.dderidum N4. 3=
Add�n�urr� No.4
�arpora#e 5�e1
Sede RnuLas ia 9ehopi Irr�pr�,r4,n�rne
Clty P+aJac1 hlumbaF - 10 5�5rt
Adde�d�an �!a_ 1
�j�+���a:i,r�����3
UNIT P�I�� BID
W�Ilil
IhIS} I�ii i4�lkx1_
!'�pc � n+ r
Brdde�''s Appli�2�ti�n
F>rol4-9 Ike�l Infprmoqlon �IsdCEw'q P++Sp��.pl
$�rr.111�Hklpr Unp ot 9xf
FSldl�' Ilern Nc. da9crlplion g�(ich No 1�[�rixNt� Ruz�sliiy �"�I Pri�e Bld Valsra
1 RFiEPi,FZ;�`iCi F�{]'!4' :00 6002 �TA +1�7
2 #��h+rC1VIhG COhiC (PAVj 10d Btl07 3Y 7�
3 Rt�14��ING C:[?e�C [�is.?E1h'ALI{Sf 1[14 Gq1� SY 3 331
�t r��n�ovir�c�; r:ar�c ���Hi���u,�n�s) 1+�.� fi€i1� sv ���
g f��Mc7VfNfi GONG ��tE FA[NING WAf.f-S 1U4 fi±12d SY 11�
fr F�Er�1�ViNG C{]NC {CEJRR f}R G4iR�l �. 4UTT�Rj 1�4 fi073 L� 3 fiU3
7 kL�M14UkNG �.{1NG �FLk.}MC} iff4 f}Il�� SY 9
y r���lav�svG 5�1 AL3 �D.fiE ANi] ASQ#i F�nV {3 ) ! 1�5 �COG.— .� , 5Y 2 766
9 �LOCK S[jl7o[N� t6� trf�0? SY 2,7(Fli �
t0 i1�GJIT{ITIV� WA?E�IN[3 i6f� 6�70� �u1� 17,75k
� 4 �� QS �L`n#P iN PLC1�TVA GR1•7i;8' �47 6516� 5� ���
72 i7-�F� ]��MA�SQ} TY-13 P�6�-22 3bCl 60' 1 T�N 7�
i� f�-�Rwn�r�;s�}!�Y-b�Gti�-22 3as]rin+� ufON� �7
14 fJiilL I_ �HJ1FT FRF S9{i Pq�.E) [34 lh1J d16 F��31 E_� 11
..�"
95 f�{�I�;HIhN�R�II.J{TY F�j 4Sff fi'J48 k_� 3�
9& F�i; PIPE (CL IIIj�21 11!} 4�� fia0d Lf 935
17 Ir�t�7 c����r �CO� �1� F�'I'j {F �I �N� ar,:i E.s19 �w �}
18 C115T-IN-P4.AC� 'f REN�I•I 17atAlN 47.: fa[}7j LK I 13
19 A�.![15TIhCy 41{�#UHC1l.FS {SlIfUITf+�Yj ry d7B Fr�1Qd �7l •3 •_
T4 �J��:STIN�; iNA��[OI_E� IYwATrit VAt V� flOX; 479 60�5 E� a
21 A�7.1t�5�F INU ti,1A�la�IUF � V�ATCR AAETERj �73 �f108 EA �86
z2 �r�Fr4^C�v �a�€��uvL� rj a��E� sfooa� --�a �
�3 �ft�.h�OVF �T+� �Dl.l,+��n� 49F G03n �A �0
�4 41C.]i�ILIZx1T�Oh �0� 600i l.S 1
�5 L�AF2h, �IG#�lS, rRAF�IC HAhL7�aiVG 59� �i1111 hd0 6
29 FIIC]C}F.G : F�OSh COhJ'I' L{SCsS (I�1S I L} {9'j �.��� t,o�a ��f �20
27 F110CiEO FROSiu CONT i�GS {RF MOV�) 50fi t;P�7 tf u�32d
28 CUNi; CUf#B {TY u�� 52� fiQ�2 I F 1 7x5
7� C[�N[: �;Uf#E! �, i�UT1�CR fTY Ij 529 �D07 �F �77�
3� GC}NC: G4J�.�, 8 GLJ1 f L-F2 [TY II ���9 60l?El LF 3[��g
�Y E�Ra�+E4�lA'v5 i�Or�C} 530 60�a SY f 724
32 ,S:Ot�C SId�1M1�ALP{S (�`j 53� 60Qt SY 1Y.3��a
33 {:UI#fi f2A�'IF'� {1'Y2 53i fi40� EA �
94 �llh'8 F2AMP5 �1�' 7} �i31 GtliU� EA 297
3$ CCII�� R1�'��PS ti�Y 10�� 5'19 fi{713 EA �0
�9 CU�1C SEdCWAC1C5 �SPFCIAt} (REf�0.[N�#�� WAL�} 531 b957 SF 9811
37 CE��.tN LINic f�EMCL {INSTfi�L�j (�`1� �5� ��1 LF ��
�� G��pNl,ir��FErac�t�Lh�[�V��ti �5�BU43 �F 15
39 REiu1'.�VF, dlhf] 11'$i'Al�l. E}{f�l'ING tiAiL �ifi ii{!1a EA � S
a� ccr���� {�vc: [scH ao- {a��} �� a�a�a �_F z.�
a 1 c; �r, u� {�vc� �sc� =. a� fa• � s�i a sa�a i, F 7� f
�sz c�sr�o7 ��V� (SCr� �[?j {3�1 �9CSFtEy 61 fi 6[3:i1)^ LF 35 �
�73 Fi�:��G47N[]Ft NO� INSU�A f EU F7.� €s[�l7FC LF 7�
aa ���� cor�n� �r�o,s �r���a��T�� s2o so#� �_F fao
4� GRC1U�fD C�D�T�'D (9fi�927.)WfAI�Rt?N �?4 6074 EA 2
4$ _ i�7_UMIhUM SIL;1}S {TY O] 5:ifi 641f13 SF 23
4'T� ItJ S� Rn �Sv S4f13�LAl41 i Y1 GFJt�1{i(1 s511(�� Er�14 50Q�i� �A 63
4t� REIO�C�TE�SMRf�SNS{�P�AMTYIaB'NG ��1•�fQ�;fl �A �7
49 REFL I}AV f�RK T�' I[4h'j8"f5i_I7L�490h?II_] 866 60J5 4.F �.II�
54 Ft�FL I'AV MF2K 7Y I(N�]24"(SI_�)(090hS11 ] $�`i��,�7 �F :.,ili
51 R�F PAV Iy1Rl( fY I(4M1! 18"(Y! i� Tf�l}{0'�4�$IL� {�tiG fi{]fld� �14 39
�iz R�FI. PAV4Ui�►G TY li �Naj a'�;SLL7� ffi� fy�t� �F �a7 _
53 REFL F'AV �1�KFi TY II-A-A 87� fi4rFP �A 2�0
�� pAV SU�tF P�IEP fOR h4R+( �4'�J fi7B fi�}41 I_F 5,3�7
s� �nv su�� �+��+� f�n� r�+r�� t���� ��a ��o�� tF z�a
55 PAV �UI�F �F�E� FO� N6F�ic 2-0"} E��9 �44a LF 3 511
� 7zv =:s rl}ul' SWlo��o
S I'hY17hRjj �1(SwTf]11JRISIR �TI��"If��1:,5T7lAti 17L}L UMk:h� fL f�k Riww� m!�iam li�ipiuv.weuu
f'iirmll�+i�r#74L7i5iJil ikyl'ruJ�L4rm4er �1117A#
Addct�dum Nn. l
S�CiIbTJ OQ b� 4�
1
V�11 1"R��� ��U
PfaJerl Item Infarmoslnn
e�lcluFl 11e�� Na. C]��i.i�k�tl��.�,
ti7 PA�+ SIJFtF QF��P fOR h�1f#kC �15"i(Y�i] Tf3ij
5�1 I�AV 511�F �FiF� �Qk� �1�#I{ �RPMf
69 Ih15TAtL H4WY Ti�f- SIU �25i]LA'f�17�
60 V�H SIG SCC {12")LEL7[Y�L;
fit 41FH 51U SL'-[:;y�����Eo�REP�------
52 P��. SIG S�C�E4�[�C,]L�NT�DVwN�
Ca3 Ci.4[:I[ Pk.A�Ey(ia"}�3 S�C;{VENT�13��1LU�1
64 TRF $IG Cfil__{TYAk]{I� 1kW�);5 [�{]Ni3f�i
ES �C{F 51G C[3L (TY �1J{i�. AL"!�);.5 CONC�R)
fi6 TRFSI�',C;IJL(YYA1�1dA'!�1{�]{�i,C1NCSR}— —
b7 7RFSIGC:f1L(TYA];1.�AVd{'��7�C]nJf}Rj
Fi� INS �RF 51�; PL►lM {�� 1 hRf�+I;F�'} LUA�1
69 #'�!] Y�l � A�SFM�j�,Y `--..
7� I'1=,[1 f;l='I'1�:C.T f'R ISfI F�[l�'I"[]ti :.41'tiM
7�i-.o �rrTFr r�sn c•nn rFt rF� ,i � �x �,�� � r
72 T�RFF REhA�]VA� ra' - 12" UaA�
73 TREE FtEhI,C1Vr1L (1 �" - 1 R' I]PA�—
74 Tl�iE Fithlt)VA�1 �;_- 7.�- f51��
i� �R�L kFM�VAI i��]" - 3E+� 7E��
i� tR�L= RFM[]VAl_ �36"-��`:�IAk
77 TR�F I�ROTFCTFOM
7fl Ih}�TALL.TI�A1'CAC�L�
�$ SOLAR P�1h'FR�� LED WA#�hkING SIGIY
Sp�ciFceL+nn
Secuun Nr,
�'r'9 �[E22
f�s �;n;��
fiRn;r��
86� SJ{13
�92 SdU5
fis� �91k]
$$� {ifl:l�a
f]Ab G039
Fi�94 y5Q30
fi$�4 603i
fi�i4 bIJ33
u86 fi0:59
15�#7 ki0U7
5i'!8 fi00`-
6E18 s�qq3
7s? �iQQ�
752 $006
752 6D07
�,I�al C�
M1fenaLiro
E�
EA
EA
�❑ IBB99 QOOt IRR�GAiION SY�TEh� f�E#�►ll
751 h61a
1bQd 60Cl1
8Q44 Eai�
fw777 GfijS1
�Id SLmrnary
iecfa€ Allnwanee
L�
EA
F#
l, F
I_F
LF
LF
�A
E �l
F.A
FA
EA
�
�
ER
�A
FA
LF
�
1117 �3 t 3
f{Ij41'fS471'I Y.ti+S'
r�+z� a�:
�4CiCf���S �l�y��l���l�f�
�+d
i
Fl
�
�
�
�
�
�
0
HI�1' da�s Propms2d
linrc Price Brxl �ntua
Tolal� $�O�OOO,UU�
'�ar�,� �ic
�r�a o� s�c�or�
tl'i h' «R i���H' vfl i�'i��
tir�r.annna-akv�CTa�ifzi0k 1ipF�'�4f.hT1fF4 CHK.LMf�.nan Slle Ruua� w 9chwl fnif.�.r.r.iPb
I'w n� KeKw�i �o I�n i�II Luy Ihuk�L h'.JiNet � I II I: hJ
uuasau- i
liusiuess rquity [lydinil�cr 5�oe�lfl1�1iu11z
Png� 1 ial-�
,�r,c�rr�r� o� as a��
f3usEne�s i�[�uii�+ 5p��r�i�:ai�ai�s
3 A�'PZ,�C'�t'�!C]I�..[)F'. !'{lL.i�:�'
4 ii`�E�c urtt�l cluliar valks� ��thc ��,r�lrF��:� �s grr;uC�1` ��1�It ��00,000, I���C� � T.��ER[Ck�54 �:L]l1lC� �081 i5 3�]�3�1CiiL�IG.
5 !1 13��ir�ct55 F�quil}� fir�t�� eef��•& �o certeFied 141�nor�ty-, ��d�or V�Vomc�-, oxv�cd �i��i�c�� k+�t�tcr�lrise5
fi (i1'�IWT3F),
7
� ���.�c�v s�r�►�'r.n�r�=.��e
{� It is tl�e ��olicy ol'tkte �'ity ot 3'Ofl V�{}El�l [U L'nSl1eC I.FEI: �kl�� iiTlli l:{1111��3F1�#; f}#�iEll:1�.}�EI3�C1 l]'�F�11R111�SS L'i�kl}l}"
I I1 F�ir���s u�FICi3 �l�l�]IlCS1��C, in �hc lartr�u�cmen� uf.'�IE �c�ucj� atid se�-vices. All req�ire���ents and reg�l��ions
� I st�lcd i�� tk��: �Ety'� cr�rrc.r�t Du�ir�ess �c�uiiy �7e�ina�ce M1xo_�4�534 i E-?l}�(} (as �ucliliccl;
E2 I<<<T��,� ��,�I�lil}i:t��k�,�iiil��,a1.�x5�77.ti�rsls:4ltu��rral�.�.�s4w� �,kst�r�l� .4��1�_�M-�.7.�����M;}�p�i}�[�sLhisixi�l.
13
1A
15 Illila. F'f�{},iF�'�' C:(}ALS
![� 'i'I�e �'it�'s T]�# l: �c�aE on tk�rs �ro�acl is � aF th� l�rt�! bi�1 v�l.ue of thc contr�ct (Rus� hr`d crppl�e,s r�i ParJ4s
� 7 aur� C'on�rr��rr:+�,�� S�.f,-��rc�c°s�.
18
19 ('�:1��'itI�1NCL'C[}Blll�l'L�CF'i�rt't'IC11�1�
�{1 []n �'i4y �ua�lry��L� �10{},{1{�(} �,r morc �vl�e�'c a F3x�si�tess Eqt��ty (ioaE is appli�d, �}��cr�r� are rc:yuiretl �c,
�1 ���r�ply wrfh t12� 3��ter�t �f �l�e C'tty's �3us��3c-ss �,qizil� ()rc�inancc b,y mcclin� ��r rx��:cciit��; �1r� ah�rve st�ted
2i �,c>af �lirou�� un� o�' t1�� �olt�awin� mctC�t�cls: 1. f3u�iues� �'.quii�• suh�a�trs�ctin� �a�•�ici�ate�n, �.
.''.� �omn��M'�ial use�uE ft���Ee�u services p��•forn�e� by� lhc liusinc�s ��}uli�' �'I'11TlC t#1 i.[Stkll[ iU1wi11'�S ��fC
�� ��>:31, 3. �:on�l�in:itic�� o� f3usinc�s C:quily �'�'in�e 5ervices� f144{� Rti��ine+r E?���i;t,y *tkl}co�str��ti���
'�5 ps�ri�ici��te��n. 4. �#I���iic5� �yUily ��rli1� Vr�1�tUr� �7arCiCi��ati4n, 5. Good T'ai[a: �i'F�ri�t docurrtinisii��n,
2b �sr. +,s b. F'tITTI� i7V�iv�r �IOCUme��t$#ion.
��
�� s���v��������.��o�� I�1;0UlItH1l I]OCUl1�F.NTATiI�h
2{) 'fhe Ul.ili��ki�Ta Piai� si�alE lx�. d�wc a� �11�; �i��t�. ��ec�i��r� ir� thc, s�lic�iLftLic�r�, �l'!�� top�lic��b�c cluc��n�cnts mk�st
�{1 �x� rc�ei��ed t�y ��� Purc.l�asE�tg Divisi�n. �vilhin ih�. lime �kl�st��cc�, in s�r���.r tt�r [�1� {;11E3iC kr�c1 lc� he
31 c�nsi�ofcd ec�pur�s�v� it� C�u 5��c:lfiCrltk+�trS, T��C ntt�ror �k�a3l EI�I�Iij L€�e 1���sine-ss Ec}uily
i2 �u�;ume�yl�lio� lt� EI3c �55i�ns;cl �'it� ��f rur� 1�Vt3rth f'roj�cl ?1+1an�gce oe L)c�arLm�nl 1_��si�a��C, I.)�CUTT1CkItS
33 are io he �•c��Ev�d r�o 1����r Lh�n �:{FU p.n�., ul1 �}t� �CC034C� ��t� IiUSllt��s day after the k�id �tpfini�s�
3� date, exclu�evc ��1`tl�c I�id ss��n�n�; d�Kte.
3S
3f} T�c {}f�t�r��r ni�zst subrr3it nnc ot' [hc tnl1�}u�in� cl+�c4�tticrlt�itl��t1;
37 1_ Ut�lfcafio�� I�o�'r�, it�lli� �,cs�t! �� mel ur cx��;�dcd,
1� �, �o�d F;�ith l+'.ff�rt T'[�rm and Ut�li����io� Fo�'�r�, ia�cl�diit� �uppurtk�Y� dtaGu��.r�13[it�ra, i�
;�{) �rr�rki�i�3����ort i� I��� tiiait s��ted �€r�E, uT nc� 13usir�ess �,c{t�ity p�,rli�apr�ii4�t� i� ���uir���lisk��:c�,
40 3_ Prime ['�rntr�rti�r 1Na���x►' I�`��rm, in�.11�Cliit�; �tt�r���rti��g rl�rG�irrtenEattnn �f�t#�e {1f�ter�sr �uili perFarrn a[!
-0I
4�
43
4�
$5
� f,
�E 7
4$
4 �1
subconLf�c�l�n�Js�tppl i�;r ,:��>�,��rtkura�ics,
$_ .�Oini Venture I+orint �f-g�a� ts r��E ur u%�:�Gi��c� �V4tlti u�iUt�i. 1�c:r�tUrc:.
T�csc fnrms can Ftc �Ul��zd uli4��11� �fi:
]3�isEi��ss �cltii�y lJli�i•r��i�ar� �����7��
CTT�Y {Sr ft1RT 1V�3Rl�i
SpT�t��i�Rl� c��rr�4T«lrt=7'ft�n S��:c`Ei�l(:A'3'ltktw C)i]{:U�1i;N�'S
R�vLSL'L� ILI Iy i �F� ±II21
� �
. � {{ �
. �
�„�i� Nrnrfra �n �ir:�+rx��,r fm��ruaY',q�+P�s
C=f+1' F��r,}mcr Nt�rir�ier, f t11 �hd
�o as �n � �
Buxlpt3� Eqoi�y Urdimm��c 4pc¢ificolinni
I�o�,c 2 n f' �
1 711 74; 'J 3 s.f�tkrt��rkxr���ts:sr��_ rix���f'r�, ••� ��;.;uu��.rs'Rrsuuei;�:s�.'��il°�„'�f.
2 "t,�l)��Uk�'CiF��i[�.1�'".,���IE} ]tilll�.��°�e���}�; lll[1'° ��?�����' t1�1• ••r��k�tilllL'titi{�.r�����-[illll�'°'i�?�� �.€k IY. I,����h'n�OFt�a'Tll,
3 ���EI ~
A
� f3�si�ess ��uity Priine �'ontr�ctof Vlft�rvcr �'4rm
{i el��iy;_ ;L����y.I411"I5i�4]I�Li�Ii1�3ti.y"{11;I�1�{��L'tlf�e.��.����i����r4�r�.�*f d,f!'!�{,'I�I.
� "�u�f.lji'i�'[��'�i���'�'U�?�_�E� Ill*tiw"�u�.�1�:41�1�11'n'n��l��l'i�IW:111�t'�� �1J7 sl+F����M�: UIEVn.u�t��}fll'ILtin'n}{1
l11 --.4l41 __ .4i. __�_�:` c� �'�t��Cr:�ct4�r
H ry�[r�l�lS��LLX.�1.. 1' sC!
� �-
I{1 �u5ihess l�,qui�y Ci�od �ai[h �:ffnrE Form
1 I Gtr[��ti= �����r, ?��,r�k�,,,rrllilc'�;�.�.�t!+� Iyrt��tiC'II�CtiL1L�l'C�ti��E�L4S1 ITi,-�`jFy��j{I".�.��0-
�� �'4�rlf�'1�� F�l �rl_GLfi��U�IIC����I�I�44n�ii��,J..ii�all4.ii.ir��M���kJ1II.CIiLL' f}LI��Ii41���{��`Ik�''��i��M{7�1S3it�F'o�t��'t11C�1{�ui�a%'�-
]� I�ssrt°�:�?.(}F�srn��,�l,�- - -
14
�5
Ifi
!7
!$
I !�
� {�
�I
2�
E3tisit��.x� T:q��i�y Jt�in� 1�ertture �'orm
lill��;� ����.li�.�x��+.�iilfE4•.�;t�i�����C'r�Flic[f��.w4s��[�c'�� t���ieut���;l'_��[�°�„Lll•
'_�,'s1111�1 f31� �[-b�"'t,'r.��3uri�iic�w°.,'�ll_��ui���."�,,'t��)o�sl��ti;n��c l��sin•��°{t�'�(1� � ��°} �{l �in�'���''_I}���tyt {���_ clf
f':t31.11liF, 'i'(} C'i�i��l'LY ►VETI� ��r�r, crr�"� k3l'�I�l�;titi �()i,iTl' C1Ri}1Nr�hif'�; 11�ILL li�:S�:i.T [I�
"�'HF �3ff1 Fk['�NC C'[1N�111E:I�E�,�l(li�s-f�E:S(?�1�i4�'[�,'�'(} 4F'f�C'll�'1CA'I'fDI�S.
!�'r1[l.l���E'3'(x fi[�BIIiE7"k"ii�r: lil�;���iis��� e���rn��� r�:(�l]TI1{ IIOC����C1�:�!'�'A-I'f(lfti ��'ii,E. I�F.ti�.l�,'I� li�
2� 'I-I�IL B�D EE:�!'12C: �['�}�1Si111�:1i1�;1� 1'U�_I#k��;]'{}�141�'f?.:t �i�!{'il�i) E�`AIL.[IF�E? WILE� RE4llf.'k� ��''fE�F�,
(IE'I���i(lit Bi:l�1C; f][��[Ir�l,4i��1�:l1 b'U�� A f'EI�ICID (]T[]til? 1�-f,r1f�.'I'I�IiF��? E�r��l.li[tE4 ��l tl CIYf�,
2� Y���t ��[�rc�� �vr[,f. i�F:�U[,`�� �� n r��st��ar��:f�r•.aiT�� �}�:���i��� t�y� •��i��tr�� �'LA��S.
25
� fi
2'7
28
��
3�
.���y [�ucstions. Plessc ���iti�a�i `i'he �3u�inc�s E:yuity D�vi���n o� ��te l]ep�ri mcn� n�' �i�+er��ty �nd
Tr�cl��siorM ��t (�i17} 3'��-�67�.
�[�fll Clf �E�'TIC)I�
(�rTr �yF Fra�CT �vrFF�TiI 5'aft' NoulrF �e+.Srlrool.r frn��rrrs�e»ie�rts
5�['Ati17A#�i5 ['(��5�'RU{�'[l)h7 SPtGIF1C.'A'E'Ii1N 1][)i;[JM�;NTS �'i�y Prr�jrr�r Nrr,�r+�rr; ��J2��
ICeviRedJulk la),2d1�1
Adden�3Ut�ti i�1ie_ 1
�FCTi[]� 04� �2� �43
}i(1 �tE �'�i �:i�-E'
�3Ir sz �R3 - �
*�reem enL
I"ap,r I uF5
TFiI� AC�R�E14iE�2T, �u�l�o�ized or� i� ��iFul�: by �n�i 1�e[�ue�:n �h� C'iLy cr{` �csrE
1�U'nrth, a`�-cxHs hamc niic m�ni�ip:�li[�, �c:[Tn�;�}� a�td t�rv�u�17 RE� duEy aatC��rized �:��y Mr�t�a��r,
("`C��y"), and .. ,
;��GllY�rr�zed �a dq busin�:ss in `I'ax�s, s��[ing b� ,�n41 llirc�K�g�� i�s r�u3�+ �u�hsarized i�.�re�t��a�i�+c,
�" (: [� ntra�: I,[ar' �).
C`ity ar�d {;onl�a�lor, Irl �:49kt5i�,��d[icrn of t��� tnu��a� covet�a��Es h��ein��ler s�t i'4�riEs, a�;rr.e �,s
F�,] Io�vs:
Artic�c i. W(�?rRK
�t�nlra��o� �h�ll �u�M�pl�:t�: �li 1�4fnrk a� �pecified ❑r �i�tiicatcd �n Lhe Canlra�t I)u��1�'nett�s fqr l�h�
Prc��jcct �deiti�{�3ed ]�erein_
Arti�le 2, PR{),IF,('T
'Th�: �rc�Fect ftsr wl�icl� tly� V4forlc �tir��er i,hc Cur�lt'a�:� f.)t�c;��rXenEs. m�y 1��: lh� whol� �rr ��nly a parL is
gc�Z..�'dlly dcscribesJ {�a foklows:
1�'�' ��}�3 tia{e� �{o�te.s do Sc��u+�L �+�1,f�1'��vc}rrte��3x�
[.'� l x� !'�•criec� No. f 0 f.�t5�
F'�rtirle 3. C'E�'�`["f�r1C't- F'��E��'a
City aarcf� tc, pav �'4mtr�c�4sr �'ot ��c�Forrnonce of �he Wnrk in a��ordance w�lF� ihe �.onlr���C
[��s�:u�t��ME� �ri a�no�tti�, in current f��nds, ui` ]7vlEars
(� }-
���c#ci� �. �'��v�rr��['� Tin�r�
�_ I F'inol �lctcp[�i�cc.
'I'he Wnrk w�l! b� �om�r�cic �or Fitr�l Ac:�:ep«nce �rithin 3{1t} d�iys a�ler lh� tl��tc wl��r� ll�c
Contr�ct Ti���e cornrtlences to t�n. as providcrl ir� I'�r'���eaph ?.C13 43f tR�c C'i��err�1 (;nndiEsnns,
�lus a��}r �xtensiott thcrcot' alto}vect t� s���or�i�t�ce wit.�7 r1s-ticE� 1� ot` t�e C�cr��:rai
�onditiur�s.
4.� l ,it�uid��e� Dam�ges
{'�3n�r�c�or re�o�s�es !l�t�i fl��c� i.x e�f�flx�f {�3-,�•errc��} �{3r ccxr�3k�[etinr� �t �+lilestt�n�s, il'any. ����iC
�c� �kclii�vu F�r���l Accept�nc� ot`�he 1�nrk $nd C�l� wi�! �uf�'�� fin�tn�i�l �uss if Ilrc 1�U��rk i�
no! �;te1�1���:[��� wi[i�it� tl�� tim�{�) spe�i�ed in I'ara�r��ph 4,1 ab4�v�:. `i'hc C:U�4r��irsr aE�n
recn�ni�es th� dcla}�s, cx�a���c ��d diTfiu»i;i�� i��v�ived in �rnving 3n a lega� prace�:dii��.,
lhe a�lEtal Ic�Ss 3la�ct'��k �i�+ tl��: ��l�r i!' Lhe Work is �ol c�inptcle� un C1�T1�. lICu�Jr�m�;ly,
it�5��:�cl c�f req�iriis� any �uc3� proot, f:ua��rac�ur u�;r�e� tl7a[ :�s lie�x�ti€ated dan�a�;ws f�r
d�:��y {huE n€�t as f� pen�El�). �'cai�l�aw��r �Ek�IE p�y C'ity t�tte Tlto�s�i14� 1]c�lEars ��il,fJ(1f1,���7j
for each d:��' Eh��r. ��r��� ��� �33� t����� ����it��a ��, r'��ragr;�ph 4. I 1'c}r �art:rE A�:cep�M���:e
�11�C1I 1 h� C.ii�' ]451�t;5 C�£ I''inaC l.�tt��r nf 11cs;c��t��tcc,
C'TT"�' f?F F[1R3� kYi 11#'f'F� Sv{r R��nrex rrr 3'e�,orrt f�up�,rvetne�+r�s
��l"rtNl3�Rl]€'tlhr5'lkUCflO[��PCC'�FlCA�'lOA1T]�]C'lJh4E�N'�S �r�r�f'ru�t�erf�irr�ofia•,� Jf)1�+iq
�l'L 4tiCLi ILL1�' � � �{f� �
0�} 52 �3 - 2
Agrerinenl
f,�gc � stif i
Articic 5. CC3�1T'fi�1�'�' C][]C:LG1r��1VTS
S.I �.C][�TFNT�;
A, �-fn� �c�tutt�c'l �luc:l��rte�[s �v1��ci� cn�t��rise lk�e enlire agreeinett� �etwecn C'iiy and
Csonlraci�� c���c����iing ;��; �rVorlc �n»sisl nf ti�e f�r3l,:wwin�:
1, �'E�i� A�rec:rner�[.
2, Altauh�>>�.nls �u l�is Agreem�ri[:
�s, Bicl Farm
b.
a_
d,
e_
t�
��
h,
I.
i � Pro�cksal ��orm
Zj V�iidCrr �;Oitt���l�n�a [o S[a[c C.aw Rlt)n-RCSi[��i�L �ii�cler
3) Pr�c��,aCifi�a�ion S�atemc;�rt
4j �katc ar�rl Fcc��ral docui��ents �r-r��cx�1 s{�ecrfrcj
�tMrre�l I'revailir�g 1�Ia�c Fl�tc �'�bte
jnsur,���:c AC;C)��] �=or�n�,}
Yr�yn�ent Dr�nd
Pe3�f�r�r�ancc �.ior�d
�aini�c�atrce i�c�nc1
i'u�w�� 4�€'11�lorn�y fi�r tk��: �#c�trc��
V�fa�rker'� C�smpen�{�iit3n ll�fid�tvii
M131v�tndlor5�3F: [JEili�ati«a� I�oem
3, �i�n�r�l C�rndiiions,
�_ ��p�lemenisr�r C�mcli�ic�ns,
Spt�ci�i�ntioii� �pecifi�ally m.x�l� a p�rt ot� �he C:c�iitrn�;� C)caCLl��lcnis �y altacl3mett�
nr, if n�,i t�tl;��1���, zss ���cts��oral�d by refcr�nce aE�d ��es�rik�ccl iit ki��: "C'abl� ��t'
��n�ei�ts at-ti3e Pru,��;�.�'c ��,rytr�ci I]ucun�et�[�,
6, �)r�win��_
7, Ad41cnc1�,
$_ C]�xc�rinca���ti�sn �ti�bani�lu� by C'c��[��cEc3r �)1'i��' [[r 1Veaka�'2 [�f Awafd.
'I_ -l-he f�llo�4�itt� �VIiC{=]i iTIH�' t}4 dc�ivere�i �r 1����e�E �ftvr kl�e �F�'ec�iv�: f�nEe c�F �Ite
�,�rcettt�.r�[ �ond, Gf Essus:c.l, b�:cr�ir�e �n wn�csrpora�ed }a��E ��f� �h�; �.4�tttracs f ]ocun�����c�
a_ IV�+�ics: �43 Pr�c:��d,
b. Fi�ld [)�dcrs_
c. �l�an�;e �7rci�:rs,
�J, L�:ilcr af i=ii�al 11c�.eptari��,
Artirle{i. ENl�I:�'I'���'iCF�'�'�{liV
i.� �e��htraetcMr cov�r�a��s �nd ugrees �v inde�nify. I�n�d I�ar��kess �nd dcfe�id, sfi it� r�►v�o
expe��4e, the e4i�. i�s ot'ficcrs, ser��a��ts ���d ert�p�u}'+:�s, ��•nm snd xguir�5[ 14111' i1�5� �IL
���ims aris�n� nut cw�, ur �Ilc�;€.d �o s�rise cF�l r�f, ihc w��rk a�� �ei�vi�e� lo bt
�erFnr��ed hy ik�e ccMntrac�or, itS nf�ice�'k, ��gcnis; emplo��ee�, *lik}C{Fkli�"i#{�OCS� liccuse�
c�r inviteec u�k:i��' il�is con#r�et. 'This in���rnnifcat�an ]}�'ijVk�i{!3i i� sp4cil�cs�liv
entefs�le�l to c�.pc�•�te. a�d be effec[iv� cvca i�' Ef i� �Ile�d or .prov��� lFiat �II �r�• s�wi��e uf
[hc ��m��_kke�n� SouQh[ wcrc �a»sed, ie� ►vl�ul� or in_part, hy a�r�r u*I_ um�*��v�t tr�•
������cc of il�e c€ty, TItiS �nilL'Rkll'Li�' �i'iIS`l.l'ILM11 is i�tici�dtd #o iaic�ude, wit�4uut
l�mit:siir��t, it4dem�:ity For tos�s, ex��en�es anci Ic�a� fces i���urrr�cl tr}' t�ie ci#y i��
dfifend�n� ��ri�n�t such clR�ms an� ��us�s of a�tions.
(`[�}� {.11' �'���{��� k�[}�'��:� jil�e�i�nietl'.T tl� �S{'i�f�l�� f�J�fl+YJVGlIi['rllfi
�TAt�i7AitF�i:;43�1tiTR4J[�l�t(r� SP�,I'1F7['A�1-fUt� f5C}C�lM�,D175 [,�n�!'�r�jr�•t Nrrn�fAer JAf?�€,r
H[WES[{I1LII� I,�.�}�j
(SD 52 ,�Z - 3
11brt cmCr.t
P¢�.c � i�l"y
C►.� C:�ntract��' eoven�ttts a�td �greeF tn �ndcm��f� s�ttd ItultE l���'���rs, �i a#s c►�vei expensc,
��c cr#y, itg off�ers, serti��tn�s r�nd �mpluyee�, frorn �n� s��aiust �n�' a«d all luss, c�s�m��;�
or �cstruccic�n us- p�uperty of the city, nrisi�s� nut nf, �r allege� i� ari�e �►ut �f, ��ke wcMrk
�and 5er+�3ce� lo l�e ��erli►�•�oed hy t�s4 cu�4rr;�clo�', i�� o#�ce�•�, s�e�et�s, e�t�p���'�cs,
���l���skirs�cti�rs, liccnscis or i�tiviic�� u��der L�ri� eo�#r�rl. 1`his ir�d�r�tnili��tio��
��ovi:�ion f* � e�i�ic��.�lv i�M#��nde� to n e�•at� su�d I�� c1't€cti��� ��ve�� if it ss allc ed c�r
���vcn tli�t ail ssr �om� nf tl�e �am:; �s bcirM ��u� �itt we�'e ca�scd in w�t��fc. ur i�4 r�tr[
ksy snv nctt t�missi�n ��r ��.�I�����e of t#�e eety.
rlrticle 7. �I���".i.f,A,��f�if�
7_1 'l`�rn�s,
�I {STTT15 LlSL:41 1T7 S�i15 A�"f��iTlt;tlt W�11Ci3 3CB i�L'.�31�1� 111 }IT�II:�� � 4�Ft�e ('i�nera! C;a��d��to�s �va11
h�sv�. �kt�: i���an����s ii�c�icat�:4E En, lhe Cier��r�yE �'�s17c1itio�ss,
'�.� I�I�SS}�fllitC]�l [�FC'Or�[raC�,
'1'l�is ll�ree�ty���, incluciin� al] c�fihc �un�r�ct i:?ocumetti#� n�a� llOt E]C assi�,Fn�d by thc
C.C117E1'3Cl[}l' WICElI}l3L C�C� �{iv�r�cccl �xprar;s �wittcn co�3�n� of-Ehc C:i�y,
7,3 �����e,�sors; a�cl Assi�r�s_
Ca�y �n�E C',xn�ra�t��f� each bincYs it�li', sls �ariE�c�;, �;:ccessc�s�s, assigns ;�n+1 Ic};�I
re�r�sen�aLi�+es t� �a�c �ilir�' p�x`t}' ]�erets�, ir� respec� �� ��ll cc��u��r���, ��r�.c��fer��� �r�d
obligt�ti�n� c��il�inecl io� t}r�: {�.����as;� Uot�iir��nls,
7.� Seve3-abi]ttY-
riny provis�on or gar[ 4�f' ll�c: �nntr�ct DocuEner�#s heici l�s h� un�����til��inn�l, v�id c�r
u���.�fu�ce���� by � court nt' coi��p�t�n� 1t�fis�iici�o�a sh�1l �e d�ei�e� s�r��kefl, a�c� �ll
rfot��,iEtiitt�! prnvisia3�s sl�all cuntkr�ue lis be ��alid and �k[1C�l33� upon ��TY �nd
C:[)N-�'IZl�C"�'C}1�.
7,5 Go�e��tting Law and ��nu�,
This �gree�nenl, i»�k�c�aa��; all t�i' lhc Ccx��tra�t Dt�cume�i�s is ��f�`oa7t��ble ir� ��c �rat� �f
'f�xa,_ 1f�r��te tiC�a11 bc `l'�rr.iotit ('t�r�rtxy, �exa�;, ��r lh� Unile�€ �t:�tcw T�i��rict �'c��rt #i�r tF�c
C���rth�:rn T]���ri�[ [s�'Texas, I{�rt Worih Ui�isit�n.
7_(, l�k�l��urit� ta �i�;�,
�antractof s11Ei11 :�ltach ev��ence �f atktlinnty �o si�� Agr�cir��txt iF�a�;n�d I�y �cxmeofle atl�er
�l���r� Il�c rtiul�r null�nri�ed sig��atory o1' lF�+� Curtl.rr�ctor,
7.7 k'rn[tihition Un C:on�r�t�i� Wilh Com�anies Bvycottit�g �srt�el,
C�uni�ac�cxr �ckit��vlccl�cn �h�� irt ac�iMrda€�ce �wiih C:IZ��pi�r �27� of El�� T'�.�as Cinvcn�menL
C:oc�e, t�e C'��y is �roh���lecl frutri �nt+;��in�; in[n a�.o�ytEa�t �ili� � c�}re��;�ny f�k�� �;c�c�ds �r
s��'vi�c� Kmless Ei�e co�i�rac[ �:unE�in� ��vritt�;n verif catinn �r�n� i�c �on�pEkny tl�ul it; {�}
do�s na� bo�c��+t.t �,rae�; and [�� wi31 r�ot b�ycoll I�Ta�I durin� tl�e �e«�� c�f �l�e con�r�cl,
[' fT'Y {7F FOR'� W[]RT l I Sa{• R�„�r��; �rt �5'c�+,f,r�r fr�,f�.r,,�r�r�r�rr,e
SiA�r)A��n [�r��rs'CRL!(= 3`l�N SPF�'�T1Cr�Tli]� t�cSC'SJMF.�'f� (=�g� Pr���rz�t Ner��f�rrr. 1f1126,�
�cv�sed.ruly I, 2ifZl
bu52�s�-a
7lgreimenL
Page � �rCS
The tert�ss "�ioycott Is�ae�" a�d "cnmpany„ s1��11 Itav� �h� rtt�anir��,�; as�n��d �cs �lu��� Eer���s
in 5e�:tiran $�S.{)U1 �F the �f'exas C�ovc�nnn�nt C:nd�. ��+ ,si,�rr�r,�,r ���rs co��lrrrcf, Crr���r�c�or
cc}rti��,s f%�rf L'or�lr�cra+'".s ,3`i���s�1rr�•e proMide,s Mtra���f��r M}er{�c•r��io�i tr� �1r� ['x�y #J�af
('nrr�raer�xr: �1� rfoe,c r,r�� hu��eofaF lsrrrel,� dxrd (�j �u��� ��«� hcr��cut� Ls�•rr�! rfi�r�rr� !he 1er�r af.
ll�s c•r��tr��ercr.
7.$ �rnmigrat�on Nati��nalit}+ �c.t.
����Ir��tor s�aa!! �•erify tf��; icC�ntily an� e�npCn�r����:nt e�a�ibili�y ��r its �ai7�rl�sy���s �+lto
perfo��rt wt�i��C ��r�dcr lhis �lgreei��ctt�, �n�:lu�+i�� �t�m�le�ii�g [I�� T•.ttt�luymce�l Lligibil�[�
iJ�ri�c�liun I{oa�l {I-{]}_ [l�rr�tt rcc�ut�l by [:ity, C'{�33[ra�.k4�r c���ll prc�vi�it {=ity �vi[Iti �cxpkcs c�F
all L-9 �t��'nr; ��ti supp�.�rEir�g eli��bi�il'}+ c�uc�Ganenlatior� far �:a�:h ernpl��yee who E�erfortnk
Vk�'o]�Ic ur�t�er tk�is A�es;s:rr��rik, C:unlrac[c�r sha�l a�lherc; Es� xl� 1�ccl��l �n� S[ate lawi :�s; w�il �s
e�ta�xlish ;�pprc��riale pr�ac�d�ire� �ncf �unGrol�; sn �}�at nn �ei'vice� kviki bc pcfFarn���C E�� at��+
C:o�l�x�ctor e�n�rlt�y�.c ��ho �s n�� E��r�lly �lkgiblc io �erforr�ti 5�1c1i sc�vi�es_
C[�NTl�ri�."I'(l!� SF�r�LL i�2I]G:141NITY �l-L'1` ANI} i�i�[.[) C[`I'�r' Ff��Ft1'�i.F.,S�
I�1�(]M1�f �iNY PF.�IAl�'�'Nr:',�', f,lA��i..iTiR�, �l� I�CIS�L:fi F�[JE'. T�� Vi�la�1'i'l�N:� [)f
TIII,�.� Yl�,ItA[�i�.�l'H �#i' CC1N-�'��A{'7-(]i�, C.'C11YTi�r'1�'�'�.1��'� �'V���_[}Y'1?l;S,
Sili3E'[��TR�IC'�I'i31��, 1�(���'T�1 (}R �.1C'k�;�SE��. Ci4y, 4G�on �vri�t�n n�+tice tv
Conkf�c[or, s�3aE� ��ave �Jrc r��h� �ca imr��et{�a[��y ternrin�[c [h�s 14�,Tc�in�.ni for vi�al�[i{��� ��
�l�is �>ec�vi�i,�n by C���tra�tor.
7,9 T+�[� ihird-I'E�rEy [ie3�e�c;i#ric;t3,
��is �I�rre���cnl ����s no righC,ti sfr l�Crl�:f�ls It� anyc�n���ilti�:r [Ek�Ck EE1� CE�y and �13e ('n�Er��:tt�r
��r�d �her� are �3� �Etitrcl-p��ty b���ticiaries,
7. I fl �!o C;��Msc of llction 1��ainst �ngi�ece.
C:o��tra�t�r, �Is :�t�bc.nn�rac�o�s a��f e�►Mt}��riettt xnci matcr2als sup��li�rs on Xh� !'�.[�J �[:'f n�• tEieir
sur��ies, sEtaE! msirt�aEtr no dir�:ct �r�ti�r� agains� El�� ��.iti�inecr, its o#�ic�rs, e�7pl�sy�cs, artd
suk�cn��trac[or�, iur any �laim ai�i5it�� o�U ui', in cot�i�eciitxn �vilh, or res��l[ing lic�rt7 �17�
ungie�ecrEi�g s�ivi�e� per�'orrrred. (}��[}� tktc Cily w�ll bc thc 1�ei��tic�sry cxf �n� �n�ertakin� L�y
ils} fi��inc�:r. '!`k�e �r�nenc�; s�r �IM�kics of R�ae [:ngi��eer'� per�+,nnel ak a cnn�truc;tic�n �itc,
v��i�e[I��r as ��t�-�it�: rcprescniatives ❑r otk�erkvisc:, t�� flol r�ake [I�� En�in�er car ils gcrs�nnc��
tn sany way respon5sf�lc tor tk�u�c d�[ies �I�at ��e�on�; [0 CfSc �i L�r a�ci�or El3e C'�ty's �;i��str��tion
corrtr�ctor� i�r ��th��- c�����ics, knd t�cx nu! r��ic�+� lhe i;l}33SE1'i.iCtli]tl Gi1ll�YiiCILlfti o� sny o��ter
L'R�l�]/ +3� �j7�lE L3�7�1��7k11}1i3. L�11�[�SF �Ell� Ct'5�7�?k7�f�Jl�lil4�, Inilll€�ill�'F E�Ll4 f��1� �11111�CL� t{}� {���
�:n�7��i•4i�.[io� �nctl�«�is, n�«a�s, ���Emiy�ies. sec�uet���:�, r�s��i prix:edisres i��c�.�saty fcsr
�aurdin�ting ar�[I �c�m��l�ling a1l pnr�ion� o�' tl�� c:{�nsir�c�ioi� �vnrk in acrordur�cu witi� t�l�e
{'«r�tr��:1. C?ocum; �ts �nd any F�c;�3�h ot sa�e��r ��re�au�i�x��s req�ircd b�r s�cl� c�>t�struclio�
�vork_ T�iu �r��;inet�r a�d its ��e���nn�l 3�ilv�; r�c� a4�lh�riiy [o ex�r�itic ��y �o�troE 4ve� �ny
�o���lr����on c�i�[3•ai:[c�r �xr t��hcf �nlity ��r [I�eir �:i7��]14s}���� in �o�nec[it�� v�'tth tl,cir �vark or
any Et��111� u� �ai'cky �fec��[�nns,
�xG�l��'�J�E PAG� T� �'�LL01�J
Cli }' Of FORI' Wf�7f��E'll Jrlfa• �'rruf+���fr,ScJir�ra�l��ip��rrk�rx��r��lr
5'fA�lf]AR47 S'CtT�ST1�4JC"['EC1� 5l��c"fF�fi'ATIifM T70CUMli;N'I'� C"r2�� 7�rU�ee� f4'�trl�fFrr, iti11L�
�itY73tiI �4LI� �, �.I�r �
�� iz a� - 3
* �r�C�nci11
pay�c S afS
IN VI�IT�I�S� V'JI i�{�l��.C}f{, Ci�}r �ncl �t}nEr:�c#nr l�ave e��l� �;xec�tcd tk�Es Agree��ent �c> br
uff�:�li�r�. :�� �tif;3�t d�l� st4l�s�rib�d by ik�e (;i�.y`t; �Ec:sign�t�.s� 11s�isl�nL Ciky M�i��};c:r ("r•.fi'�;c�i��
�]at�"),
C'ontracto�:
i�y:
�i�;n�turc
�Print�� Namc)
Ti�l�.
('it}� �t' �c�r� Worth
��.
D�u�� Br�rg1��luFC
Jls�i�t;�n� CiEy iVSartager
Date
�il�.s�.
A�deec� R�n�,a�i �, t;��nzales
�lctii�g C.j�}� Scc�etar}�
�ilyi�i�,tcl7.�p
ba��
{:Tl'Y [}F F{1R7' Wt]H'1'I I
s�w�,�r��a.��t� c��r�s�ratac-�i��r� s�r•,c3����r�nra nnc��a�rrrrr�
�Eu�S�{� lu1}� � , zira G
(Se���
i�&C�
T)ate=
Fnr�n 1?95 �+]o,;
{;nnlract C'on�plE�nce f4lar�agcr,
T3y sr�n�r��. I�s��Cnu�vl�d�e �ha� I�rr� the perann
res���,���ihEe �nr Eiyc n�s�nii<xriit� a�3d
arlrr�irii�trau�rr� ni`this cor�liac�, inclu�iiiti�;
eitsurin� �li perFcsrnia�t�c �iM�� rep�+rlit�g
�eqx�trctneri�s.
c���t�fr�r�����. �.�_
�r, �ro}ec� A9arra�er
Ap�,rc�vcd �a �o f�or�n ��a�d L,�:�alily;
L?�an�ias W, R��ck
h��is�an� �:it}' �1�#��rn�}�
A�'F'1�C11fJ�1. RFC(}14MF,Ni}Ff}:
1�Villi��m J��i,�x:�c�ri, �fi�ec�c�r
Trx�rrsr�ort�,tion � �'ubl�c Works �]epart�nettt
_4erfe k��rrfr.r f�� .Sc'hrxa! fo��ra 4r�r�cmt.x
C:�r�•f'�-r.�erfNrr�nhr+�_ J�JJI�FI
7 �
�I
. � �
I�
k � � F
e ���
�f�_i
�7
R �
� � 'o
r
�� �
� � 'ry
� b �
F p
1� q
�� + �
�
� W
G �
�% L
� �
� �
�
�
�
� �.
�y
� 7
�N
�
� '
s ...
. � _-
I�
„
��
r
i
�
�
`n
�
y
�
•�ip� -��--
��s rt � ��"s
.,_ �I*:� .I��-
- - -i- -
I -�I
4"�
� ��
h � �i=}
4 � ��
��;;.
p � �
,�,� �
'o'
� � �
�yyy � �
� F � �
i��„
�
� ,F.
p �:
�
�r
}�
��
�
�
� �ay
�tS�.5-
� r � �1
2
7 _ j }.
ti F
�
�.---
� a '= Q a
i ��'' � �
n
� M �'
4 �
-' � � 1 'Y
I I e9r �; �
d
a
�i
:J
i�
�
3
��
o�
d H
��
O
k
��
�
�
g e�
�
�
�u
��
E
�
���
� y�
�
� � � a
z � -,
� � � �
r-i in cs �� i� ir*ns an � rn b� an � ri �a fl o� n �+ q I�v � � ri �.� � rv.� m.� o[w, rv�
� ����ja�����r�� i � ,� � " ��.�.�Iw�,�,� � �, � �
7 2 - H F Y r µ r r � �i�l� �� � u .r a ia �',i� ���I ���'^l� ��w' `^ `i`' uJ "�+ �'Y' � =� '{J � w Vi w .
�+ic�'� �n�,n �,s�n ��,sCJ� �J` `-J��� � W � uw�� w
� �in �� I� f
+Z 7� � ;:Y ac � � � ai
� .rj� a -a ,� �7w � � � � �� �
=7 � �� �
i}k} } f� _ � ��y � ,� ai � � � � I� l? ¢ �q �7 � u
� .I � I: � � � M1� � fh � � � } � � � � - � � y_ � i m �r}} � � r
� v � �" � � ~y� � u ;£ 5 �` 4 "I� � } •x � � �°� ¢�;x'� �:�;..:n,`M ;y � � c,
i 2 'c d. � o�- n 1 �r. C ; � �i�n ,{ �vF ,�'�- � �
�4� d � � � �n �{" � `a a {n - _tl7 w q�� ' pG U w I °c ¢ - _ � rC ' O ��i� m � } �
r.•�. G� V��+i rt-:� C 41 �.G �r y' +� t U �- � s w
� ��x S° �n 4-' e�i� O� O�:� ii ��r -- ��`-�s,�y ti i� �"�-.i��� ��i � S L= ao ic �3 tn �
-. wi4, G.iIU � .Jic� �34: �:� � r, -`�� s-�,` � _'j�G r :�i,J = 5 f'Ix �'-' � `-�I'� 'n fJ C"', a
�I-�7 z4z 2 z�ti U a %K { ���� . m li V' fl -� H����2 z�,n.` � � S�
�:Clit? S]}f3 i]�{ii •_ { �f] � y i, ��.� ' � _ .:. � C J �t u�.� .�- .- w y.r '- }'����; *''.
n_: � � �;J-4' tJ.:Ji�r. �-� ti�, f,.r�ii�.�, I.o� =_ La c..._: �- U_,.; w v+ aL o5 - cn1�,. sn: � . I J�J lJ�r a� 1.
';J l'J .:� Ii7�V l'i14J 4i c��_ c}' �?C ;L I;ai57 �:J f+ � C= ��{] [] Gi��rr-.o t� � ala g'i.4 __. Y�<: �.� r'� C.� 2�f.
�- ril 2 0' S���� "' �' l: � f�• f�r '^-+4 L?!.`e, w c�a s ���"� �'❑ .rl r'¢ � a c_� "L = il'
� � .- _�" . 3�- J.' �� � �i� ... M1 -_ J
o='- _-!= :i} = w" r'i�#. S FliY y�4+ fIH r-�i }'�r1 „�'�k� t�����id U.:: �,,:r�1. r� r#ii„� ' '�� H �'il O_y �.�
�r+�:-1;.} '. {} ;.} �� �'-Si _ :� -. �n �n � x'�` � m �il .. ��_ ' �7
r _ �J'r ��r�ec rftJ �. r'7 � 7 � r�U �1,�.". ii� � ' [7:fS � 3 �
' -I}I}���4�4!anU�-=� .r�., .�s��ir'�U'��z"'��ce+��a��.�:a�}��z„�,•iS"1�
�::IW �.,'4 �.`i�`w u� vl.� � � �L 5K ,� u { �JC� � u w :�I� ��v .v' �3'f7!rc . ��� Si z�i �.,�4 i] J _ ` oc I-
,i� C Of Ct0 _ u� iJid Q� U. {'x sf. "� rL {f. � L:�'S 9:4} .Ji J:J kil v-J=U L+ U�4: v,�4 V U I�� w 4; �� __
� i'. .� . '_':u ".
— - - �� .. ._.� _ � _.._ .._. — ..
j:.. _.i.. _ ._- i . I � . .. . . .._ -
�
� � � �-
� � � � , .. � i �, _ .f . i � � _..;_ y,, �
�, � . I LL +-i [C t.? +-i i� C r"I � C O� iii6 {�+;M1 ri �+111P irl O� +J I.. Li' Li [
# � ��������s��������������'���'�����:����:�;;-�;������t,�����i��i��� r
� � �" � — — — — - —
# -- •-- . _ v,.
�i o } .n q o w rt w ITa o.o r,.. rl.+-yo W iOO14 �
� �� ��������.,a�������u�i��;� � �:��I•c��r�c���z��a��;�;�;������
,� —
� F- — — I —
d
� �
� � LL
i{i � � �+ !f �U , I G � •75i:5 � .-1 h {fl ri M 1�1 � � in 9 � rt5 � ,.-i *O $ +C IL'I {, P!I� �I� �,:0 ri 0 IFy, +Fl}ifl ..-I nl M1 � � r�tl I,]
� � �I �� tiim ��� 1 � � � ;������ � � �
�
�
_ ��,
�
�
�
�
�
r
7 � - r� I'?
�
�,
�
41
tn
O
F
� �
r
�
�
� w� —
� � f� �
� � ��
� -
� ��
W I
� J �'
�I
�p �I
Qry � �I
LJ � �
� r'n
��
Q
WIWI�
�� �I ~7 �L�1cly`�� I �
�I� _ �_ _ � Ti l�"l.I� �t v5
,.+ � i.y Z 4i 4] C]
- � _. � f � �, � «I� r iC �++ � I- ls
� r� . " " " If� H I�C3M .F �fi �` .r. � �J
� � � �� .x_?. I.rc � ��,. -�.� } ` a1•Y ¢ a a �-
w`' � i+ - ��y �-�'�� 7!4^, l'J s7147 sr 2 O� t3 b OGa
5cr��,- =-��c_-��I�`-"�I�c2����1' ^� �tj�aoV;a�'-a �€
��� �;�. ` � : `��} ._ �,��,'%a x a � � ry � .H nl� �
}� *�� U' ull� {3 .r1�R ^. YF� ,h Y {}
=i- 3'- �I� =:`,LLir �„' �I� - - - - "' J
. : � ' f�j v .. _ q � � � l. � �,I Go- �, LY {; C tS
�`��:�x', �W��wul�'T'��I�nyi��'�.v�'r �s�'�= � iJC+:�w
` r. � "I a: -Y,�.�� f=:�. ..� =ka �:a � � �'I
�tt Y� ¢ ¢ r r� ¢ ¢ rs�t � � - - � a o - I - } i
M1 I� L'� `� d dl n a ff �{ ti' L' ,� �U; �'� ��' _ a.s _ �_. � ��:.,Y
�� } � " LL L- L� � �� vl 5+1 .J� �fl-1=� rf5� �� � W � £J=� ;� C. O� �+ H � �
7: r £C � ti 2Y Lt'� ' I'�' U�U V t1 i ."S S! �2 fJ
a r ��� �y u�� ,} � 57 i7!i9 a J� � l7� t71'� J�� ii,� �. � i i_ y� LL ce� ��
in 'h �i,Y v� �M1'✓: *� � � fi fS v1 S� fi' L� I�' rll+� {F
r�� r: .. �; } • � � 1.. x 1.,j �, ;ni4 u} �n � �wl� iH #
�w �":�. CI� {!� u.�� i,. K mc' a: LLI{Clu. � r`1 u��i�ia ��� wlt
W `'��ra�aa�a a�`�z �amrl���_{.�a�n a����:������w �
5 S
����������������
S �? �3 8 i3r ����H �: �;'U .�, � �.
�•��o ����� � �,{G
��r �'. � � a�� �:� w �o�M1� .i'.n'o T. ��-� .J Fti s-1 r�
�'I i`i {'ilf+l L151 _� �ryl'S' i,} �If M
I���� ��' T'I . I Iry'I �
0
��
;� ��I
�
�
;
O
x
F
'o
�
13fF i6� 3i - I
�i3�}f.��}� �4_ �
Po�r I of 3
SE��10[� 00 �5 1 �
A���NbA
�171� QF fOR� W�RTH, TEJ�Cr4�
ADD�NDUEN 1�0. 2
Fo the Spe�ifc�ti��� �nt� ��ntract Dacuments
For
FY �0'I$ Safe Routes to �cho�l Erxtipr�ve�'rrents
�ity Pr�Je�� h�umb�� 10"1�6�4
ls�u�d: 9�ptemlaer ��th, ���1
Bi� Dat�: �e�terr��er 16��, �0�1 at "�:3Q P.�41.
This l�ddendurrt �lo_ 2 iorrns � p��t af ti�e Bid�ing Docum�nts and will he i�corp�r�ted into
�o�#ra�t Q�cume�tls. �s �pplicable. InsoSar as [he origin�f �on�ract D�cur�ertls 2nd
��e�i�i�atEons an� �t�nstrur,#�csn pl�ns are ir�cansistenk. lhis fu�dendurn g�verns_ Acknou4ed��
reLeipt od i�iis addendum by sic�nin� a�d allachRng tl i� [l�e �on#r�cR Dacuments (Insld��. �loxe
r��e's�� �f lh� r�dd�r�dum i� �he �id Prap�sal and an lh� o�t�r en�+eEope o� yaur bid, FAILIFR�
TO I�Q �� MAY �UBJEC� �4Da�i� i� D��QUAt.IFkCATf�N.
pros ect�+�e bl�d�rs are her�b r+otifi�d of t#�e follewin :
T�Fs addefl��m Inclu�e� the f�ll�wi��:
� . 1�F1 QIJ��TI�N�
The ftrElt�wirr� �u�5tio�s wefie a�k�d �fl�r A��E�r�du� Na, 1 was issu�d_ �ffi�ial
�r��w�rs ar� bain� provid�d �� �r�rk a� �his a�d�nd�� iV�, �. �le��e �e�
A�dend�rr3 IVo. i for �dditi�na! pr�-bid q���tior��,:
i. Q:
1�vanted lo c�r��irm l��t bi� ilem �01legetative lN�lerir�g a�?
17,�6� M� is c�rfect? Thak's 17,7��,0�0 gallons,
A: Quan�iky �r�corr��t_ Tt�ai �s �h� Blo�k �od Qu��lily�_ Il�t�el�#ive
w�#er�ng assu�ri�� 1�,0�0 gali�r���acr�, S�� 1���et�tive Watenng
Ilem �fi9 in �ene�al �lo#e�. ��� �id A�p�icatior� P�dder�dum �Jo_ �
�or revised quantk�y,
Q�
�}�o�ld #�re qu�nt��y for #r�ffi� ��r�trol b� re�rised fro� $ monl�5 to
1 o rn�r�ths'�
A:
Y�s, see upd�t� �o Bid Ap�lic�t�on ��r r�vksed q��r�til�+.
iii, C,�:
UVhy d�es �avert��nt s�rfa�e pr�p �675 600� )& 4" Pa�r�m�nt
m�rkin� nOl frtatch?
t'1�T�Y i3f CC1R� �VORT[f Smfc Rtulki*!i kn 5eisool Impfxsvemeot�c
s���nr�r�n� r� c�r�xsT�ur-ric�r� s��c�a��c:���•E��� ��ac:ur�f-ra�r� {{IS�+ �f{S�[4;[ I�4. IIJj ��
£i�cY�SCdduly 1,7flll
0[k {]i 1 S - 2
�1C)C]f:�[)A 1�a, 2
F�3�[e � [sf �
�:
R�FC� h�AV MRK TY I! �Y� 4" �SLD) was m�ssing Ff�m pay
�pplic�kf�n, �e� updete to Bid Appil�a#ian for revise� �uantit�r,
�. PR�JE�T i�AAh1UA�
t. #t�WI�V� �e�ti�r� Q� 4�i �0. F��P�I��E wi�h akla�:i�ed �e�tion 00 � 1�p_
a. �}�uv }�averr��r�� rnarkii7q �r��r itern �� {fi66 6�07} a�ded, ��aFflc coe�tr�l ��[k
vego�afiv� water quantity revised. 1�here �s now a total of �1 bi�i ikem�.
b_ Rem�ved 3��in D�ilde�C �f��f# and added ��3-ir� ���€ �6�rn Dril��d �l��f#s.
Th�re Is r�c�w a lo�a� �f S� bi� item�,
�. REMOi�E ���tion 00 4� ��, REPLA�� with �ltach�d ��clic�r� 0� 4� 4�,
�_ RCVI��� PA�* IT�f�� {�):
r��n���r�n- ��s�o�� �r���.�. s�-i������F�i� ����}��� ��v�— �� ��
AD��� - �'16 �030 DRf�L �H,��'I" {�RF �I� P�LEj {�� ICVj - � �F
�'�6 �f��� �I�l�.� ��I�IFT (TRF �I� P��E} {3fi khl) - 1� ��
b. REVISEE� QU�1iV�ITIE� ��R 17�M���;
* 9; BL���{ ���Di�l� - �7.7�8 �1�
* �0= V���TATk1lE V1�AT�RIN� - 6�� iU�
+�3: #���� pAl� NaF2K TY II �Y} 4" ����) -�,40� LF
3. �O�V�TFtI��TION PLANS
i��I��V� PL�I�J �HEET� 'I "�, '14-7� and r��la�� +n�ith attached '!1, '14-'I�
PLAN �NE��'�_
a. R�VE�Ef] QI�AN�`ITGE� F�R IT��11{��.
R�V4SE�};
9' E3L��FC ��D - 17,75� SY
90: �iE�E'TAY111� WATE�21f�� - fi2� �u1�
R�hAOV��7;
'I�: D�ILL SMA�T {TRF �I� ����} �3� CPV}- 1'� LF
fi�DD�D;
'�4� qF�II.L SFiA,FT �TR� SI� P�I.�} {�4 IN� - fia �F
'�5: DR�LL SHA�T (�R� �I� P�LE) {�� 1N) ��� Lf
I��VI�Ep;
��: ���� ���r r��� T� ii ��� �� ���t�� — �,��o ��
(:,I'I"1' {sl= FC1R'� WD�TI f S�Ic kuulu.y 9u �11sNaa J�npr�,vemculF
S'E'nNi+1�Ft3] c-ilN�T1�L�f'FIl3N SPE:L:lt�![;A�T'!l)N f1Clf'Uhili d�'S C;d�y Prujccl F;u. IUi�?h4
Revl��d Jufy I. �UI I
uoos is-3
ADDEI+3DA No. Z
Page 3 of 3
Acknowledge your reeeipt of Addendum No. 2 by completing the requested infarmation
at the fiollowing lacakians:
(1) In the space provided in Section 00 41 �D, Bid Form
(2) Indicate in upper case letters on fhe outside of your seafed bid envelo�e:
"RECElVED AND ACKNOWLEDG�D ADDENDUM NO. 2"
All other provisions af the plans, speci�cations and cantract documents for the project
which are not expressly amended h�rein shall remain in full force and effect_
Failure to return a 5igned capy of the ac�dendurn with the proposal shal[ be grounds for
rendering the bid n�n-responsive. A signed copy of this adcfendum shall be placed into
the propasal af the time of bid submittal.
RECEIPT ACKNOW�EDGED:
�
�y� k
,s} n u� Ta w!, rr� a N
Company: U r b�r, l n� rr9��/���+�
William Johnson
Director,
Transportatior� and
Pub�ic Works
�Igilally slgned by Chad
' ' , Allen
, _ _ �ate: 2021.09.13
p 17:15:32 -05'00'
p�-
Chaci Allen, PE, CFM
��L Senior Professiar�al Engineer
2021
�FID O� S�CifOR!
C1TY OF FORT WORI'H Safe Routes ta Scliaol itnpro�emeuls
STANDAltD CONSTRUCTION SPLCIFICATIDN �OCUMENTS City Prnject iVo. 101264
Reviseci Jidy I, 20.1 I
11b0315.}
A�7�7�NF1A Nn. �
Pa�e 3 u6� �
Ackr��wledge your re�eipt o� Add�ndum �Vo. 2 by �orr�plet�ng �h� req+�e�ted �r��ormati��
�# #!�e follt�wint� lacatians;
(1) In EI�� space pr�vl[!e� in �ecl��n 00 4� 0�� Bi� Form
(�) In�icale i�� u�per case Cetx�rs on the autside af y�ur se�led �id �r�v��a�e;
'�REGE€V�D A�VL7 �1�I�EVOVtil��q��� ADD�A3DU� �10. �„
�1�1 �l�er pr��+isi�ns �f tt�e �Ian�, s�ecifl�ak��n� �nd contracl docum�nts for t�e proj�cl
which ar� not expressly amend�d h�erein sl��il remain in full f�rce and effe�t_
�2�ilure k� re#urn � s�gr�ed co�y of k�e a�deridurr� wikF� lh� }�r�pos�� st�raJl �e grau��� for
r�nd�ring lhe bid non-re�p�nsive_ � signed ��py �f this add�ndur� sh�ll be �I���d in��
t�re proposal aE th� l�rn� �f bid s�brnit�al,
R�.��IPT A�!{�1�UVLED�E�);
1Nilliam Johnsa�
Dkr�ctvr,
�!'d Fl S �0 ���Ep C1 81'i�
Publ[c W�rks
By:
By:
�C�a� All�n. I'�, ��'N1
�enio� Prof�s�i��al �r�gk��er
��mpar��;
S ��� �F � *��
i�;�.....,'�.F`-�, S` �
. �r*,- . �
�
• �� r
i •
...wt,.i�.aiiai+titirtfti�+r�
,1Q5FitlA 41�lGHT
a � +�►����F��f�yF#F�4�
�s, ��� �57:�� �.�
9!1 �I���1
END O� ,�EC�E��J
CITY �F F(3RT W{}R-I�f� 5tiCq fitlulCs ki Sol1+10� Irnprnv�neenlR
5'�A�nnxE� ����?�S'E'uU(-1'!c)n� SI�FC�fF14.l�T�r�r� rxrr�s:r.�i-N�i:ti C`iky Prit�e,;t N�o. I UI?fia
Itrviycai J�ly l.'!01 a
riLJLI�I■1��11�1 I+IV. �
S�CTIQN 00 42 43
1
�FY� 1 �f���� �I�
Rr�J�q Iko�n d5tormaUan
d�dll*� Ilem Fl�i �i5xtr�pllon
1 P[y�PAF�l�C� Np�V
2 !xEP�OV�fiJ43 C09VC �AV]
3 F�EhE�lrlf�G CO:V� f�loE1�'Al K��
d RLh.aOUI�G CONC ��RIVEYdAYBj
5 f�LhI.L]s1it�G c;QtuG {F�ETAINas�t� 4Y.4LLSj
6 RE r�n�+in,G�Gi-14�C {CU�tB O�t CL11�F� a�u�rF,R)
7 RFM�VafvC, COhiC {F��iA+��} - �.
8 RFM�V![vG STA�! EIASE Af�p AS+�H P�V (3"�
� �i.o�r� sou;�rrr,�
�U VEC'aC�I�A��iV� 1NATFRINCi
f t F� es (cM� ir� �I. G�rr� �1�r•2� �o^�
S7. I]-GR HMA�OJ�TY�B i��6A-22
�3 17-�R HMA{SOj TY�� PUfi�-22
�� {7R11_L SFfAFT;Tf{� Slfi �OLE 2d d�l�
}g �}�ILL SrfAF�? { I f�F 51� P�t.E 36 �hf
t5 #�r11i {f�aN�r�,ai� �ry Q
1� ��� N�NE ir:� �����z� �e�} —
1A I#+]LE'k ��o�1P��1 {�O� (10 F'fj (F1 lNj
19 CAS*-IN-FI..ACE TRE[�#CM ��i�41N
2� J�f1.14J$iihlG NANM[}�fS �SANI�F�RY�
21 A�1J{35TINr, h�Ahal�I���S �WATF, R V�kL.V� ��k�
�2 A�JUSy �NG hfi,4Nliot FS �W+ATER ME�C�k}
z� �{EA".LSV 51 R {It`I.ET�^. .� _
?4 REhrpVFST�(€�DI.LARd�
�5 �.".�.-���; 17�TIDN
�$ RA�R,�SI{;h�, Tf�lSFFiCI`L�lNi]LIN�'�
2f Bi�aLiE� L1�3+�SN CO�d� LO�S �INBT�j �����
�8 BICt;]E� �R�SN Cc]NT I.O�S iRE�40VEj
2� C;�NL' c:IJR�TY Ilj
30 [:�N[: �1JRB d GU�fFR {TY I�
39 G[iN�: �URB � GLJT�f�F� {1 Y Ilj
�2 QRiV�4VAYS {C{�N{;�
;i� CON{. �IsE4ni�l�.f{S �,i"j
34 GtiF{Li I�r1M�S..�T''' ?j'y -
;{�} t;LfR[3 R14i�1PS �:Y 7)
3$ C�rRRR14MF$(Tylpj
3i fiO�1G S;CIEJwAL14S �S�L-[:IAt ) (f��FA�4I�INCr W10.LL]
�a �H/�I� LINs{ I�LRL;E Iry$TA�I����fi'j
��39 �kIAfN LINf� FL-F�C"r �R�i�1L3VC�
�a i�Lr�ov�� nNn rr��rnLl. E7CI�T]taG �Al��
q 1 �4�NaT �IICJ {SCH �OM (2��}
�� c;o�i�iT [�v�) ssc� ao} t:�,�)
-03 � CO�l7T �PVi:1;SCl� �0}(�',1.{RQRF}'--
d� �LEL: {:bt+lC]#� �N�.� INRII�A�rO
d� C�L� COND�t.,�NC�,Bk IN9UL�TEO
ae �F�a�,�r�n+��SxT��(iG2922fw1,��oN
�� A�l.ihhlhJl.�M S[G�S i I Y[�1
�$ rhr Shi f�6 S� SUF��4NE T Y10bW[3{1 �5R�R�
•�� � RELOCAT L�hS k� SN SLl�'&+okh` TY 109WG
�st] RLFE PAV hiRK T_v ���,y�y��{31_dj;{]��iUMILj
�1 r��F� P,av M�►t rr I(W;2���;SLDj(a�ar�ii�
52 R�FPAV��h�1��i;Yl(V'.�]��";rLu��r�i1.Sr.�CM11.��
53 R�'F4 P�0.V Mi#K } Y II �1+4} ��� {s�.o�
54 RfFL PAV Mkhc �CY II Y�.��_�SLC�--
5�S fi� f L F'!i V M�21{R TY 11-A�,{k f
5Ei I'AV SIJ�F P�EP �pR Mfxk{ {�"j
;�rry {ld' f{niT w014e11
��rxwrsMsen t ��r�yrlkL'c I I�SW �[reCElil��nrleih Ix��ti�.u`vrc
F.mm Ils}�.n'..'S1-Ji��1U
�pOtil(���Slc�'�
Srtclluh �Ja.
�GQ b�l}�
404 6001
} LW G01 h
r�a r,ai�
iLY4 €�67�
tna �i179
1Q� 8�4�
1�� £fl�5
182 90U2
19#1 6�]U9
7�7 6s169
aas� r,n� y
3�0 6i06
41$ BO�U
4 t 6 8032
h�0 �s0�9
��A 6ond
+46�� rAi$
474 60�1
479 640d
47� 5�05
-0 i J �o-na
A S�s �{}I}7
d#}6 8{}30
5 0 [1 F4ft1
�J}� 5�101
5�8 8�4t1._
5�d 50+�7
�Ffl 5[102
�r�9 F047
5�9 6S1�J8
530 60U+F �
�'3: 6b[1} -
�i3� 54745
�,3i gpfQ
53' 6Q43
539 8a57
56D 6l}�1
5�i6 fiiTl,ri
Cr1 R �if}�3
�7 e e���
S18 �i��b
$2{] $!]CJA
9?4 6171❑
�x.4 6010
s�fi snoa
G66 sd35
45Gp FrQA7
F�a6 6�39$
6�6 fit76
fi66 fi2U7
672 fibq9
$7B d7Q7
IIII 9] #A
iiili hklWal6ni
� �u� : ��r :
�NC�[��'�'S �4�]��I���I�I'1
Pl14SI�+'# �'roboaal
�� fl� gl{I
?J�eaW,ar� �li�nl�ly
- -S�A �77
SY T?.
�Y s�35
5Y �os5
SY S45
i� 3E4(}3
�Y 1
SY �765 6
5Y 177fiB
A4G �22
5Y 318
TON � 7�f
T4N �7
L.F �
�F �5
I_F :f2
LF 135
L F :�
LF �#3
�A 3
�A 4
�A i96
�A 3
Unll �rice � Bi� Vpl«n
EA iD
LS q
MO 1 ff
LF 4FU
l.F d2�
LF 1775
LF 1��
LF ;i5��
SY 77,�4
SY #7.��9
CA d
L-rk 2±�7
^ �A 7Q
SF [}gt4
�, F 24.
�� 15
EA 3
L� 2�
t� 7�
LF ��
�A �
$F �3
�A 63
�A 5!
I_F �0�
LF 25��
E�4 +¢9
�F 347
1F 6400
F1� 22i1
LF fi747
yxni Itomu xi Si9xwf Inpi�wvniFn�.
Cily r� uecu �lunih... I ryl7f�
ADDENDIl14� NO. �
SE�7lOFi 66 d Z 4 �
1
�JIV1T P#�I�E �I�
ProJeel IL�m Iry��y��Uo�
�i�llM[ �lom Fiu. Dust�lpllaah
57 PAV SUR� PRk� FC]R h��23t (B"i
5g NAV SLRF PRFP FC1R A�1RK 24"
Sfl 'PAV SUF�F F�REP FsjR U1R1( (1$"}IYk�] TRa
50 P�V SlrRl- �[�E� ��f�'w1��K SRP�u1)
�il INST�Ik �. H'NY 1HF S1Ci..�T:is.;LAT�U�
az �+e►� sic sEc;ia ���:Fn�:,,
63 V�� 51U SES:;12"]L�l7i�FC�J
66 � P�O SGG 5L'-C {LC❑j{COUI�TDC1Wh}
65 �rtiCl{P#11��,.�17'){3�LC:)(',+f=N��`J}ALL�l1
ss T�F sR� c�{. ; ry ,�J;ya nyv€���,3 cc��r�r��
67 iF2FSrG��L{T�Aj;�a�Awc}{�aG�r��Rl
66 �FtF 5i[� CflL (TYAJ�iV �4^J�1�5 GCsN7R}
sii TRF $IG CHL �1�Y rlJ {1 aAV�C-] {7 COhldf#]
70 Ih15 3RF Sli; PI ,�M 9� 1 AFiM {ZB'} ��1M
71 F�EQPp��q55FhhF�I,Y
ilil f} f1
hlftrµ{�IY�5�1.
i�u. r wr 7
�I[���C'� �►�]�}�IC��IDII
���41�5 ��n�715.{�I
Ut�.i a1 Eiltl Unu P�reo
N,00sRv Uiiahr�ly
��� �a�
Lf 7591
FJ4 A} -
F�k 22R
FA i
EA
�A
F.A
L�
L�
iF
I.F
9
Sp-=_�;fi{ati on
3ecl?nn hJa
EFfR FC-0d
67R 6GL'R
6.'B $022
678 fib3;�
$$0 C�O(!2
�fla. a;s�n�
£8TfiQ05
Tfi9�fiU1B
ii�2fil}35
rie�s eFa��
Ffld 6i}3C1
56� 603f
68•1 6033
��� �o:��
�a� r,nn�
�d V�ue
72 �k I} I)1� I I�[' f' I'i fS3i �iIIT�S�N (APS} r3AA 5fk}h k# 2
73 �6.:1l171:11:[;[Cllx�'�)N�I'I?i71,I.F.R;INIT $$B$UU3 �f1 �
�a TF�F� f�Fh�lfi�lftl. (,�� - 12� u�f�} �fi2 �,r.45 F� 3#�
75 TF�EL f�EM�VAI {17." - 1 E4- L:A.�. 157 6UC6 EA �
T6 ��i'�� I�Lh4C}Vf4L {'I$' v 24' OIr7�j 7ri7 FiC1L3 EA I
17 l'R�E F�F_N:OVAL �30- • 36" QI{lj I 752 BOQ$ F.A 3 u—
78 'TRFF, R�f+4C,]VA4_ �36" - 4:2" dIAJ —-; 52 fi070 �A i
7y T�EE PROT�CTIi?N 10fld fiUOi ~� CA S i7
flc] INS TAiL TF�Y CAF}LE G4� 5��0 L F ��
A9 SO�#R P�j+N��F.EJ LFC]� v�f�NIN� SkC;N ��a7 �i]I]1 EA 8
�I� Surt�rnary
� p.poiol A11 n�eoce
62 9699.nUr�1 �RF2I�ATION �Y�TE�u1.�E:+AIr� f �S 1, ,� 3!] Clili] [li] $3fi,[}OC+ u0
F��I ��o.odo.00
r��n� ei� -
�Ch14 O� $��7dQN
�Il l' i�I� F'{]P.7 Wt}R7l1
�S�!IiaMRC�L'il�LLl'p11�'7iU*� S�{��i;a,7iiw hHK VMEM1 hj S}�cNuIIIV�14�4rm7IIII�II�INGIII'YY
koim Rar�vd 21FI tIFF'.II C�qrnQny h�r�ei .�u�.r.�
„ �� �A
u
C y
ri� �
x�
F
� � - F
�e � �
.�. �-
I
iu� � +
� � _
L
1�-� � � �•, �
..,� ; .
. � �
-� 5� �
_��-
k”
,.I *
�I zE
� ��, : 3 _
; � ��
I�
� �
� r.
�
a`
y
�i
�
�
�
�
#
�
�
�
�
I
i
Q I� �
6
± � 1.
F �r.
�
i � �, � y
7
tl
r � S
¢F I
�I � �
Y �
i � � -
j t� I
+ � 3 _.
�i
f
E�
� 4 " ti �
. � � I .
i
_� �I� a
�T I
E�
� � � �i9 M
�SY '-
I d4� ,� y
h+
; ��-,�d
��t
�� I
w�
c �s �
'd -
_ `r:l ..
� �f�
C �
4 �
� �
.. � S -- —I
� � � i ;� ,
�' i
�' � ., .� �' a
� x; I
. �
'I'J ■ ? +C � � I [' -
a'
��
' i
C'� �' y3 A � bFi? �
�+
x i
5
S: �
��. �� a�•:- 3
F` I. . .
1
� t � I,�. . . N
i
•-i - - - -. � ..�
� .t a _ , W 1
� i.. _ .
� 1+ t'�� 4 J�9 t t 9 7
� ..
i e•
�T .
r�,• #- y y a I
f . �' .
E `�
E
q 't ., �;s ��� .
f: _ „ _
i'
i i� =e��•- ei
x. -
};
�_ � �
I; � - i. 6
;�5 � � . � �
i I'
�� � � ti ` �
� I• 4'
1 :I � 4 F'
i
� I' } 2 L "F -'"
� f " 4 -
i
�I ' ' l ll
i
.�,.
. ti.
��
������
�
� I
� I C
� �
� �`
� �
�Z �.,
� � ������
r ✓o
� �
_ � - �- � �w �. � .,�, �
'ti � �i "J �
-I -.��
� � �� � ��
� � � � � � H 'Y n' n s �
� J��',�� � '��'��'-
'`� rlf � � r
�1� ��=
� � � - �_� �.� ��a �,� �._��� � �
�.`"'., � � a�s 9!0 �,a r i, 3��' ��f ���w -- �= �-� —;� '� � y`u ��� a
� �,� 4~ �t ��� -�.- -' f J� �ry �' } 47 L7�4�1 �_:'OC 2�1 �I L` C]]'J LS
' a" : _ ��] " L Y 1 Y- .
�.�IF„ ni_ic :i -:_ *s Sr. µ+K a�l_� �.�I� rf �� R � a �'� ��� :{�°.° +'�dm �
� ? s i � �'S'- .1
�� �? � ^ r " _ •l7 e5.C7 G} ,n � � �f � } J1� ' u
�� �.� .. �asias�-�
�t" �- -' == i4 rLL :J-O U'w� l� }� -y._ J m' ny} 'I:. 2e��� Ca
ee���-��� �_s :�I��,�-r'a�7�x,.'� .�u'- r+Sa+P
i ot � F � � a a� a � � r. ,,, i�a I �'¢ ;c �• ;�._ `� � u
`s Y� Y Y. ��r . } ��} W 7�h:
�FI '4{5I�l�I� - I �. b�Y,�I��: �4
� S C k dC -0[ OC OG I LL Ck OC 2�� I " -` � R � a J -. �� I ' 1 }
f in � S'°. �c S. a e a� LL� LL- J 4� � ui �� t" r '. w�
'.+l ' S � I LL . = w' � , �n (� J �}I{? w u� L ti� Ll 'J, �� I� r- rs
- L1� � u� �1 v
���-_ ti y 1 rr.��r G:f4 4 I U N Ul�n �i. �� �I� 2�
- -� :� ._ .,.:� a = ��� �: :i ,3 ta��: 41jI�( ,; W�L��,�:,. , �.� � J
�"� Of R' h CL J G. `n �n "'l� V} '+11 •K i i In �r L` ii} .r. Y` ,rll F� L. V OCI 4 C'18CIdC ��
V+! u � �. iW -' }}� �}��� Y �7 �i I V , C' ��I n u� ��� i ��� �. �� w i'
S �: u, w � Q 7�� � w,u u: 4 "�" - -na iw:ix, w�
�3���r W:z s*s rr4 a u aa� � aa� Y�� I.:u ..,;i_ =¢`rs�r� r
� �r �_. ra:i5 � 4 F-;�Iw H =
� - I ; _ i. ' '- -
� {� t I i
� .
cr o i _ � ` i
C {,J C J�. a5.vi F'-' ��M1 ry
# �� i;i������1���
� _
�I s� �� ��
�
� �-��.
� #
�
� � �
� �y 9p p�
� � La �f5 Cl � •*`4 �
i� � � � � �
...;
� ����fr�
�
���
l..
��.
�=�
�
9
�
. . _.� .:
�
�
��1.�G�WV� �'IXJ, �4
s�cnor� oo a� �a
i.�IVI� �F�l�� �ID
im xa sk
um Lhu u��ns.
4.r� i 8� i
Bidd�r'� A��licatinn
Prp�eGl IRern 9n�armstU[ui 91ddo�s Pto�aea�
gl�{Ilti� Il�m F�o Doy�lpllori �P4C��CFY1I��i �1i�H qt H'd ifiiH PIFco F]Isl Va�liia
So�'ll+an Nn Mounurh i��lu�1�Ty
1 f��EF'ARGNGR�LV 1fl4£'J�2 STA 477
2 €tFhIC:VKf�C', (;C}NC iPAV� 104 fi{}01 SY �2
3 �EMOs}ik�G CDNC �iDESh'�LK�t 14+5 fi{115� SY 3331
4 jREN�Vft*G CONC {CRIV�WAYS] �iJ.1 +7417 SY 4�R5
6 �EntUV��G i:(�rvr: [kLT�Ir�IniG Wa? �s 1t�a &4Z� Sv 1��
fi RF,h�nVa�1G ; x7Ne f�';uH�3 OR GVR9 �, CrUi7F.R 14� fi4�3 LF � 3fia3
7 RF.MOVir�G CO�C (��I UfNE --- --� toa rlilaa SY 1
8 f#�MOVING 5TA9 QAS� A�U� ASPN PAV {3"} �0� 6onG SY 27�fi5.5
� [��[�[:�c �b[�u�ra� y�� r,pqz sr y ����
10 VCLE7�i`sIL�� t�A'I'�RIr�1G 5686001 MCv 522
11 Fl €SS {C�1� I#�] R�C; TYA GF21-� 5" 247 fi0$# SY 3�B
� �. --
1� d GR H�1h{��j TY,B P�6�•22 3.�U �07# � TO#U fi �
13 ❑-Gk H#�1A(SO� TY-Q PGfi�-22 3dd Fi1Q5 1�flN 3! �
14 C}FZI[.LS3�dAFi�1�{�SIGF'E}L� 741N 41fifi430 I.F G
15 [7RI�.L S�AFT �TRF SIG P�LE�361N� 41fi �U32 I.F t�
1fi R�411_(�-11i�+}�7i��1kl_;fTYFij ��aUGU4�! LF 3�
s� RC �I�C (�L IIIf�21 IN) .i�•s s4od `L� 135
iB 1l�LCf {CUh�F'L] {C{3} iii F 3�[F 1 U4} �fi5 fw31S l.F 3
�� CA$T-R�i-YL,q�� 3i{FNCH f}RA�I+I d7� 6G,�1 LF 113
�� T R�JLIS�IN{t i+�Ah1F40�..F.S (SANI?r1FiY} 473 fid[kS �Fi 3
2".• ADJL��F4NG MfINI�OLE� (N�r�FER V�LVE BOiCJ --�79 E�aQ�a.. � LA 4
2�2 ADJL'9T1NC, MANI�I�LES (WAFEF2 M� TCFR} A7(� 6p[1R �A 1�[i
23 RE�.iC]V51�� I�L�C 496604� �!4 ;i
�d RF�+10�F 5TR�80�LARC1) - — -096 603D �h 10
�$ MO�ILitATEO#V � �00 eiibk �S t
26 fiAI�R, SIGNS, TFtAf�CC hiANDLIIV� �Q� nOUi M4 iU
27 aip��G �ii�75� c:Qz�r �vC�s {tMs Tf_1 ��"� Si�F 60a0 I-F 47n
-_,,..,.T--.,--�-------r.,,-.,r-.,,...-
2#1 fill7[]F� �i�05N �C��:T I,{}�S [REM[]V� �_ 5U� Gfl47 LF 420
n�.._.__�...�..._ . ..... . . .. . ... . . �....r..,...�
2g COr�I� CU`�B �TY hlj F�9 BSI�� LF 7T7�a
3{} C:QNL' CUf�� � GU3�� CR (TY I J73 G4']7 LF 927
31 CC71UC� Cl1RS ${i�J 1'FF'_F� [iY II} 5�$ 6{?UA l�F 3��5�
3't �R1V�WAY� {G�]NC� 53� fi4�4 S'Y 77��
33 COhIC SIDE44ALKS (4"} 531 eGf11 SY ii3�8
3d C:U�k�S 1?Af�F'S ��{'V 2) $:i1 fiCk[ES �r�. �4
�[� CL1f2B RAh'I�5 � 1'Y '#) �$31 Fi414 FA � �q7
�G C4JT�A F{l�C�1PS �TY 903 fi3� 8613 EA 7.b
37 CUt�#C S16�yY�4l +c5 (5��C1Ai. j{�ETA1t,IkNG 4"fAL�� 83t fiD57 9F f3fi1 T
38 C;HAIhI LIhdK r�WC= {iNSTALLj;B'� ��1I7 fsL7L�1 � L� ---ZLi -
;i$ �H�sl�1 I.INK �FNCE [Rf��A{]V�� �SS16�1[i3 l.F i5
40 RFMOVF J�Nb IN�TAI l F�CISTINCx GA�E �50 60�5 �A 3
47 �O�iDT {PVCx �SyH 4�j ��2"j [;1a �0�3 LF �5
47 �C]��[?T (F'VC} {SGFI �FU� (3��� F1A E��g iF 15
43 {:�NE7T �PV4}{SCrl d4j �;i"� (9��t'L-a fi18 6934 l.F 3�
dd � FI.EC C�NESR_�N�J,B} Ihi5ill_A_EED G�0 5008 LF 75
45 CI_GC CCo-NOR INO.6) IN�t1k.AT�p fi2� G�10 LF 130
4�a Gk�]lJhJt'] LrJ7C l Y G 161B22�WIAPRON {i24 8410 ^ EA 2
�7 AL.lJ��11f,1ti1h4 SIC,hJS �a Y f]� �4341 8i1i1,3 $f 23
-09 IhJ SCV1 �t� SN Sl1P#.�M I�Y14$WCr(;)6�;F'� 6+1-0 FO{k9 FA fx3
�9 RELQCIokT� 8M RD �P! SUP$,AM �Y 94134�4C:S I'rd� fi0fib EA 57
6D F2CF� PIIV MfiiC iY I(WyjB"($! p�(09QA411�� 6G5 FGa:i5 LI� �ilfi
51 F�EF� vAv �,nRK �r �{�n+�2���(S�1?x(L+tsuh.�4L? 6r�6 fiaa7 �� �511
�� RFF P/4V jUGFt6{ FY f�W�1 R"(Vid f Ra�(490�U11�) {�€�� 6Qg� �A d4
5:i REFI PpV h,fR+{ TY 17;Wi?'�,�,SI.C]� 666 617� LF 3�3
5a REF! g�V h�RiC TY U(Y) a��;5LD1 6fi6 6207 Lf �a�0
fi5 �LtL aAV h�I�+C�� �Y q•R-A $T2 60f]El !�4 226
fifi PAV SJRF F'R�F'r Fi3H !N1�#K �A"1 �,7R 4�47 1.F 57�47
{ �I'Y { i} I�I }Ifl� 4k'I �1L I'1
Ri,�vl ��r il �[lhs'i'x�lL' I p hY 9l�f�i�:lr Ic'*'l iilW 4[1CL7kli:hll �
Fiiirs II c� urd ?II I]QL 21�
SxfrY:tki��i�chuulY�Piu�s� U.
S�ilYpri4wi�rliiiii6n LLL11�1
ADDENDEJM NO. �
SE�FI�N bba�4�
�IYI 1 ���L� �.7��
x,u a.i
nni Pis[u�ifti�+�.
r,� � ��ra
�Id�ier`s �4p�llcation
PrpJptl Ikq� Ir,�rry,�qlx� 91dde�e I�ropasoi
Spedfiz.atian Un�l ul Eiid
BI�lIiBl 11on, {���. C:osc�Rllw+ Sooli nri Nn �ilopu�rt {21i�e11�1y Ui11k I�rlca �d Vdlua
�� �AV SIJI#F #�Ft�� �C]t� h1�il{ {8'� B7$ �flod EF 2�8
S8 F�AV SLJFt� PR�P FL]S� MFdl{`��dij G7R SflpA C,F 25i i
�y pAV 5lJFtF PREP FC7R h�1F2F{ � 1 R:' �y�p FF�I 57{4 �,p�� �p 4y
fi� PAV 54Jft� f R�a �C�R Mf�K 'f�WM} 678 4i033 EA 220
Bi � INgT�1 I Hk�Y Ti�F SIG �;aSCkLATEUj �r3(J fip�� EA i
t�? V�N 53G SL=C {12' )LEQ(Y}-�} 5�2 SOU� E.4 b
�� vz�+ sa� s�[: �1 t' ��o��t�a) s�2 �tio� ��a �
sa N��� h�� s�c {�E� �r.ol�ruTanwrui faz �o1A �e� 7
55 BACFC �1+4TE j97.` � 5'E{:? V�iVT�f� Ak,llhA 597. F,i]'i ; E� 4
�,. ��..
GG rR� 5iG ��Sf, r�j��4 AIn+G;f3 CQhf.s�; �ga fi��9 LF 5�
s� r"r�� src� ca�;�r ���:� akn+c�, a c�r�u�� s�a eo�fl �� so
�8 Tf#F 31G CBL;TY A)i t� A41�GE�6 Ct�NGf#� �5a BO;i 1 LF --- 3c7
6$ Tl�f 5lG CE3� �'iY �} (s�4AV4G} [�T CON[]�x} fli4 �033 k� �40
70 �r�� r�� s�� �� �s� s7 t,��n�� a�' 1_��h� ss� �n�� Er� �
S__�._..-�-�----��— -
7q PE� POI.E ,qSSFh�L�L.Y �iA7 f,ilS71 EA 7
7� F1�;1] Ul-'CE:C"'E Pl="4i3 fii� 1�CihJ I�Li'Sl fiAP �`J'31 FA �
73 �?:f7[]1=.'f�("Tf1RC'isN7J2C111.F.�is�`i!'F 5�B$��3 EA 2
!.S Tf�FE f�E�1C}VAL �-0" • 12" [}IA1 75� fi�U5 EA 39 V
7� T I��C fiCM�VAL (�2" - 1�" GI.47 7�� S��G �A d
76 T I�LL f�Lf�1{}VAL �8" - 2+G" alA 752 5U0"# �A 9
7� r�t_� F�F��r��vA� '��l" - 3��� ni� ��z ��n9 FA 3
....._-�_._
79 rR�E R�M�V+��,�3s���42" C}i�} �5� s010 EA �
73 rR��PR�T�t;FION �Ofla6fl�1 EA �i7
�{} oNgTAI_L TixAY C;A�LE �ull�] G09U kF �Sq
81 SC]il�R A�Y�l�RE`J LEI] WAFtNIh1G 91L;N fi��7 {i0Q1 EA E
Bld Summary
Ar�oVls�e
f4LR�
7�1#1 I� ��
ENd OF SEET30N
L.:IT� 4JI� 5�71a1 N�451'fl{
X9 nNnxi[�] Cf]HiTh ul-TF� IC2 �YF{'�P�(:h�k`� �141C7 n�F.T� 7�rk ��uqn. hr.S.lxsd hnp�uYrmniM
Furw Ilevi..d ]qL7L`I78
[5py I�.nJstil Mmihrt . I{� � 7M
� �
I G-
r ! � �
�
�`
w
F���, i y
L
�':t + �
k
x
��
1..y � —
A�
i
�Q
� I
�_
I �Y
��
�
� -
� ~
. y
�
� a
} �.
�
�6
E
�
3
�
�
0
�
F
f
�
I
�
�
I ryi
i �1
F�($.
' ��
�"
� � ` .
� � 7= # �y :
� {� P � � �
f'�+' p 4 u�n � 5� �
1= . � � « � � ;
s�� � S L
.� 8 � � L - CY �
.� � V � } � � .
� �
i µ � � q � � T ��
m
#� � � � ; '
a-4�r ��������
=�° w _
��S � 4 �
♦ �
� a � �P� -��
� ;=,��_3�
� -i
���=I
�'
.�
i �t t
�
:t
I� �� o
U{ �' - ■ ' - �I I
3�
I . I
� � . . _.. _
i� �� =� G 1 : E
� yl� � � � i' �� I
� I -
�_N� �° = F � r 1, i
s I
� � — — .-
�`�� � _
� �
`n `
�
��s
��€ i C � L 6 S
[Y
£S
� i i - 1
� � I
ri � -_ ��
� -
I_
;�
. , � " 'j
.. 4 , .
3 � ' � IS � _
?;�f�
� r � s�u`
�_' �1
� � � r
arZ
� f. ,; h
�+ �'
� �
� ��
� ~
�
� , _
� j� �1 Jl M �i pp ry �� F� 18 riI Ik LM1 M M1 T'* ^. I r} Oj.t O �fjy � rl rry. Rry�'! M1 o J5 r} Jj V I LA W C}
� !M1 It� 1'� ��i� �� {31 � M1 M i�l f► r'fl � {�� '�I '� 4 µ, �'+ � 1 M* Q�. �� 14 ri Pi rl r+5 2v fM1 ��
R A
y� I+1 'rt f+ti Iw' f. Y � +'+1 i� h LO qqpp
�:II I �
� — _ _"4_" _ � _ _ �
1�-...F� �.a�n,�n��s,i��r,��.ri����!3����w�����°i��]13I1�t,�i�iw��`i�i�y5'��'S����"��5�,+�,� �
� ~� 'r � I �
� � - - - {' - -
�
�
w
I x
6 m ��
,�
r
� i++ � .: �`
: i.', � C�
� � �a � --� �'�� �f ` � �
�� � � ~ � � �� �
� }tK * �al � Z y �"=H �� ll J� � XI � u a �I R
-� �. ..� } �YI +1 rF � 2 ,.r5 } =% �Y sL
L'} }'� } �,7 � 4 Y �w �, �0 4 O
i7 .4 ry � I i,r r�i � � ti F': t¢ �. "L {] _ ,� Q
w i f *i .,Y n ,yl� V� � L"' ,I 3'_ . _ �.J� �_ �!n i- _ �-
� ���"�;b�k� ����,�'°�ao `f �����' ���4 �{� �c��l�w��,.',?�.�,��'�-1
a i � r- . ¢ ..l � 47 4 i A Ci. �- � T,.�5 _ �W � r.y Y .� a u i d� �(� �J
.L' i� ���? � T a s � i� m-� 1 y.;� : ce V F�F, rc>oc ����� ���.- m_ �
sf.,�r���ii[ .c. ur''-�os��;,y�1.1:�{y�„�l'.cr�i � ���� �� T"7 .ry�d'-i"F�;S�r,'n--��
.J T V 3J��� t, H�' � .- � i T =.}'- C G - � F "ri'=�..� Yya.� � i i�a G��
� zl ... J {! .' 'l ' i_. d 1� _ cc u. _ � � { � � I , [p qL k�� u - �S I � s..._ � i' z F ,i.,''f'� � :� r.
!C ���. .-.;��.-' i.�- ��LLklf:��=�.'r�l� �'L^0�..�r ��w �-_i"_�2���'�
Vr�' G :]'!v _ �I: ci�_ �.
.¢ �I�i tr � �� t, + - ' -�. i-' .n�✓� � a7 � ti�'- ¢I'-' "' � - x �:,
k � r�`i': �,� � r. �^. [I_ �.,} ?._. � �5�.; i"l � i ;--f
Ce iv+.n.✓. .+ `^}-' � '" 4J r
��� 57�:h s�'� : t�: � C,�-. � I� � r.s �.�.�'47 V�� I-� �.;2 {3'O m.o-.n V!1 la 4�4 �y��1 2 �
i li �:;y . i �' ec w Ci-i� }�-' O�� �
�} -�2 2 2: �_ r_ F - � r, rr �� �'��� � l. J. t;+ {,�� i g sfoc ,TI� ��:� C;��� 4�0. a a -�
`� n i`�'l_ `L! T Z�I- �' I- � �_�' � � 7�v d.u'� _ � w _�.} t C
�'�. �: x 7:'- s�- ia, 2 � H' - u, ...
l���r.r.� �_ �_ ^L.l7�sJ�I�r:��r_=.. . 7 }�i._���0��'L
�' �' � f: ry=. 'I � J' �� ''fC�,'� 'f.�� �r L-i i� i_r _i l: �'i vi� �I'.'� �7 Oi 3 �� ��_�
:i �. � �I^. . � s�'.� : �.' 1 -f- -i- , _ 'n: r�,l ' # m v.¢ �_'- �� �
���' � Lr� ii ai_ GI �i
��- • -�-f 4 ��'U.sJJ� '�' ir, '45 ¢ �r.�r. '��ai��l. ¢��--i"Lw= tjJ
'���. � w �..� ... ac�oc -0 � Cs:3:. �? G7�C7 ,�-, :L
lyl. _�Ti� � {IU1,� I� 4� +Y �.}{il7n';7}J_lti3' I liL� :=7 �
�. r: n =Yi .r.�[c ��_i� _ ,..:� 0=U � iloc _-l= �I •� ,Y� �r .e .-i.is m'- . ;JFiv ['� v�74 iJ U � �� L� +i' ls is� U w w l� �k
� ' � ' _ ' . " - -
F � I `
� '� j I I }
� u, - � ..� .. � -� �� � � -- C � - � ;W �
O O ��i� �nr� � i Lr. N�..taorweo;fw�ry a �w win ' g-y ul^ir. I� c, �o n
� � v� +� 5L5 �I 8 ��r � �I � �v �a e � i 4' r�: I � r �..lu� ;� n �'
� � � �� ;���i��}�������'��� ���!�����i�.�d�8�;������
W � 8
F
� - -
� Q
x�?������ ���E��a�w���si����'•� � ��c���r��;'�;�, �. �s����
� �..� �...�. _�� ( I c{ �,��,��,�;����;��
� - .�� - -- --
�
$ �
� � LL
Q � � I� {rl � ,.-I .75 ^ �i 94? I �� �F � �T5 �. �� +Il . I��1 � � m 4 � m r� ~ w r1i N � r� � r N # p�. {4 � � .�i � FJ � M 1+ M � �
.-I � � �� I ry rh 2W
� � !n V M �u'{k I�Ik r�
r I' � I
,i {`
� 1
�
ti
�
�
�
�
�
�
�
�
_ .,- �- - - - - - -
� !
- �y! au.c
OO l l l3
IhiV1TATION TO I3IDbERS
Page 1 of 3
SECTION 00 11'13
INVITATION TO �IDD�RS
RECEIPT OF BIDS
Sealed bids for the consteuciion of sealed bids for the canst�•uction of PAVING
IMPROVEMENTS for FY 201 & Safe Rautes to School (SRTS) Improvements, City Froject No.
10 i264, ("Project") wil] be received by tl�e City of Fo�•t Woj�th Purchasing Office until 1:30 P.M.
CST, Thursday, Septertzber 9th, 2021, as further described below:
City af Fort Warth
Put'chasing Division
2Q0 Texas Street
Fart Wa�•th, Texas 76102
Bids will be accepted by: US Mail, Courier, FedEx or hand delive:ry at the adtfress above.
Bids will be opened pubiicly and read alaud at 2:00 PM C�T in the CiY� Council Chambers.
GENERAL DESCRIPTION OF WORK
The majar work will consist oithe (approximate) following: Pavement Replaceinent in the north
area of Fort Warth along segments of Diamond Hill, Bonnie Brae, and W.] Turner Elementaiy
School. Major work items ir�cl�de (appraxirnate):
17,329 SY 4" Cancrete Sidewalk
321 �A �arri�a• Free Curb Rarrips
7,724 SY 6" Thick Reizlf'Qrced Concrete Pavement
PREQUALIFICATION
Ce�ain i.mpravements included in this pra,�ect must be perfa�med by a contractor or designated
subcontractor who is p3•e-qualified 6y t�e City at the time of bid opening. The procedures for
qualification and pre-guali�cation are outlined in the 5ection 3 of 00 21 13 — JNSTRLTCTIONS
TO BIDDERS.
DOCUMENT EXAMINATIOlV AND PROCY]REMENTS
The Bidding and Contract Documents rnay be exatnined or abtained on-line by visiting the City
af Fort Woi�th's Furchasing Division website at l�tt :I/www.fQrtworthtexas. ovl urcY�asin and
clicking on the 3ink to the advertised praject folders on the City's electronic document
management and coIIaboration system site. The Contract Documenis may be downloaded,
�iawed, and printed by intereste� cantractors andlar suppliers.
Copies of ihe Bidding and Cantract Documents may be purchased feom: Dunaway Associates,
L.P., which �s foljows: SS4 Bailey Avenue, Suite 400, Fort Warth, TX 761a7,. which will be
available August 19, 2021.
The cost of Bidding and Contract Documents is:
5et of Bidding and Contract Documents with half size (11x17) color consti�ction plans: $.400.00
EXPRESSION OF INTERSEST
CTIY bF FORT WOftTi1 5'afe 72outes to School
STANDRRD CONSTR[4C7TON SPECIFICATION DOCl1MENT Ci1y Praject Nturfber; Id1�6�J
Itevised 7/19/2021
00 I ] 13
Il�IVI'1'AT[ON TO BTDDERS
Page 2 of 3
Ta ensure potential bidders are kept up to date of any new informatioii pei�tinent to thts praject, all
intei•ested parties are requested to emai] Expressians oi Inierest in this procurement to the City
Froject Manage�• and the Design Engineer. The email should include the c�mpany's na�n�,
contact person and that indivldual's email address and phane number. All Addenda wi11 be
distributed directly to thase who have expressed an interest in the procur�menf and will alsa be
posted in the City of Fort Worth's purchasing website at htt�aJ/fortworthtexas.go�/purchasing/
PREB�D CQNFERENCE — Web Conference
A prebid conference vt+iil be held as discussed in Section 00 2I 13 - INSTRUCTIONS TO
BIDDERS at the fallowing date, and tirne via a web conferencing application:
DATE: Aagust 31�, 2021
TIME: 9:00 AM
Invitations with links to the web conferencing applieatio.n will be distributed diz�ectly to those
who have submit�ed an Expi•ession of Interest.
If a pj•ebid confet•ence is held, the prese��tat3oty a�td any questions and answers provided at the
prebid confe�•ence wi11 be issued as an Addendum to th� ca[[ for bids. Tf a prebid eonfe�•enca is nat
being held, praspective bidders can e-mail questions o�• connrnents in acco��danee with Section G
of the Instructions to Bidders referenced above to the project manager(s} at the e-mail addresses
(asted below. Emailed questions will suffice as "questions in wri.ting_" If necessary, Addenda will
be issued pursuant to the Tnstructions to Bidders.
CITY'S RIGHT TO ACCEPT 4R REJECT SIDS
City t•eser�+es the right to walve ir�•eg.ularities and t� aecept or reject any oi� all bids.
AWARD
City vsriIl award a contraci to the Bidder preseniing the lowest ptice, qualificatiot�s and
campetencies considered.
RUNDING
Any Contract awarded under this INVITATION TO BIDDERS is expected to b� iunded from
rcvenues generated from grants and reser�ed by the City fof• the Project,
nvQuuzn�s
All inquiries relative to this pracurement should be addressed io the fallo�ring:
Attn: Chad A11en, Cify of Fort Worth
E�nail: chad.alleii�a fortwarthtexas.gov
l�hone: {8l7) 392-8021
ANDiOR
Attn: Josh Wright, Dunawa}� Associates L.P.
Email: jwright@dunawayassociates.com
Phone: {8I7) 335-1121
ADVERTISEMENT DATES
August 19t�', 2021
August 26'�, 2021
C1TY OF FORT WOi2T'H 5afe Routes do Sehool
STANDAI2D CONSTRLICTIOI+! SPECIPICATION DOCUMEIYT Crry Prajecl Ntnnber: 101264
[2evised 7/L9/2021
�O l l 13
1NVITATION TO 13ID]]ERS
Page 3 of 3
END OF+ SECTIDN
CITY OF FORT WQRTH Safe Rautes to Schoal
5TA1VDA12T? CONST'ftUCTION SPECIFIGAiTON DOCUMENT Ci1y Project N�nnber: l0I264
Revised 7/14/2021
002i 13
INSTTtUCTIONS Tp BII]DERS
Page 1 of 1 l
sEeTroN oo z� i3
INBTRUCTIONS TO BIDDERS
1. Defined Terms
1.1. Terms used in these INSTRUCTIONS TO BTDDERS, which are defined in Section 00 72
06 - GENERAL CONDITIONS.
1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the
meanings indicated belova whick are applicable to both th.e sing�lar and plural thereof.
1.2.1. Bidder: Any person, firm, partnership, campany, association, or corporation acting
directly through a du�y authorized representative, submitting a bid for perfortning
the work contemplated under the Contract Dacuments.
1.2.2. Nonresident Bidder: Any person, firm, parmership, company, assaciation, or
corporation acting directly through a duly authorized represen#ative, suhmitting a
bid for per%rming the work contemplated nnder the Contract Documents whase
�rincipal place �f business is not in the State of Texas.
1.2.3. Succ�ssful Bidder: The lowest r�sponsible and respansive Bidder t� whom City
{on the basis ai City's evaluation as hereinafter provided) makes an award.
�. Copies of Bidding Dacuments
2.1. Neither City nar Engineer shall assume any responsibility for errars or misinterpretations
rre.sulting frt�rn the Bidders use af incomplete sets of Bidding Documents.
2.2. City and Engineer in making copies of Bidding Documents available do so anly for the
purpase of nbtaining Bids for the Wnrk and do noi authorize or confer a license or grant
for any other use.
, � .�
, ' �
�,. • �1 «i..a ��on 4�ar.�....r�.. 4�.0 �i4�.�n_< r..�.n.4o n4.
�rrcc� -caa-vuFja. ...v ..., �J .. ., ...... �
���-�='rC7:�==-�tv'�_� �td�.-.��.r. rur
,�,1 1 � - p .....,,.....+ `a......�=«f lY'..+...7 .�L
v.,i.. �
Jr '
'� 1 • �■ � i� � Y i.
� { ��• i o•o •��r _! •. 1� -�
� �eP�l�l�_l � � � �
� � ` i•_ � � 1 � ■ � �� � i � i �� • � � _
CTl'Y OF FO.RT WqRTH 5afe Routes to School Improvements
STANDARD CONSTRUCTTQN SPECIFICAT[dN DOCLTMEiV7' Ciry Project Number: 101264
Tempnrarily Revised/[lpdated .ianuary O5, 2021 due to COVIDI9 Emergency
0021 [3
1NSTRUCTI(]N5 TO HIDD�RS
... �
Page 2 of l 1
�= _ ' • � �
„����n.. :;,�y.:. ' � a - '� + � � � � .
+ � �.. � � --.� -�� ' _� . •
` �r��=- — �.-.r.a�..:.c,,....� � • - -
c-, �_..� - ' � " _ � ,' � �+_' �•� -
� _ ��..��. �
��-�-3�4e�-a����t��a�S ���e� D � ' ,- a + ,
e�wiuuv
.'
j: � � �
� � � � � - '� � �. �
� � ! _ � � i i+� - � � � �i�::,�ia..��.....�.: '
• a-... '
' • '
� � i • • `\ •
i ► _ ■ a _ • � � ' '
- ' '
- � ��� � � a � � � • _ ■ 1� _ ■ • • • ■ 0 �
� _
i i
� '
_ •
■
- _ �
_ •
4
'
�
CITY OF FdRT WORTH 5afe itoutes to 5chaol Improvements
5TANDARD CONSTTtUCT[ON SPECIFICATION bOCUMENT Ci4y Project Number; 101264
Tcmporarily Revised/[Jpdated January O5, 2Q21 due to COVII)19 Emergency
00 21 13
WSTRiTC'CLONS TO HIDD�RS
Page 3 of 11
4. Examination af Eidding and Gontract Documents, Other Related Dafa, and Site
4.1_Before submitting a Bid, eaeh Bidder shall:
4.1.1. E�amine and carefully study the Contrac� Documents and other related data
identified in ihe Bidding Documents (including "Cechnical data" referred to in
Paragtaph 4.2. beiow). No infarmation given by City or any representative of the
Gity other than that c.ontained in the Contract Documents and offcially
pramulgated addenda tliereto, shall be binding upot� t�e City.
4.1.2. Visit the sike ta become farniliar with and satisfy Biader as to the general, local and
site conditions that may aff'ect cost, progress, perfQrmance or furnishing of the
Work.
4.1.3. Consider federal, state and lacal Laws and Regulation� that may af%ct cost,
pragress, perfarmance ar furnishing af the Work.
4.1.4. Be advised, City, in accardance with Title V[ of the Civil Rights Act of 1964, 78
Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal Regulatia.ns,
Department of Transpartatian, 5ubtitis A, Office af the Secretaty, Part 21,
Nnndiscrimination in FederaIly-assisted programs of the Departiment of
Transportation issued pursuant to such Act, hereby notifies all bidders that it will
affrmatively insure that in any cantrack entered into pursuant to this advertisement,
minority bnsiness enterlarises will be afforded iu11 apportunity to submit bids in
response to this invitation and will not be discriminated against on the grounds of
race, color, or national arigin in consideration of avward.
4.1.5. Study all: (i) reports of explorations and. tests of substurface conditions at or
contiguous to the Site and all drawings of physical conditions relating to existing
surface or subsurfaee structures at the Site (excepk Underground Faeilities} that
have been idcntsfied in the Contract Docurnents as containing.reliable "technical
data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any,
at tihe Site that have been identified in the Cnntract Documents as containing
reliable "technical data."
4.1.6. Be advised that the Contract Documems an file with the City �hall constitute alI of
tl�e infarmation which the City will furnish. All additionai information and data
which the City wi11 supply after promulgation of the formal Contract Dacurnents
shall be issued in the form c�f written addenda and shall b�come part of the Contract
Docurnents just as though sueh addenda were acCually wri�ten into the original
Contract Documents. No information gieen by the City other than that contained in
the Contract Documents and officially prom.ulgated addenda thereto, shall be
binding upan the City.
CITY QF FOi2T WQRT�i 5afe Rautes to School Impravements
STANDARD CONST'LtUCTION SPECCFiCAT10N DpCUMENT Gity Prqject Number; 101264
Temporarily Revised/Updated ]anuary 05, 2U21 due to COVIDl9 Emergency
oort �3
nvsTxucrYONs To sinti�xs
Page 4 oF l 1
4.1.7. Perforrn independent research, investigations, tests, borings, and such other means
as may be necessary to gain a comple�e knowledge of the cnnditions which will be
encounterad during fihe construction of the project. On request, City may provide
each Bidder access ta the site to conduct such examinations, investigations,
explorations, tests and studi�s as each Bidder deems necessary for submis�ion ofa
Bid. Bidder must fIl a11 holes and clean up and restore the site to its former
conditions upon completion of such explorations, investigations, tests and stiidies.
4.1.8. Dekermine the diificul�ies nf the Wark and all attending circumstances affectin� the
cost of doing the Work, time required for its completinn, and obtain all information
required to make a proposal. Bidders shall rely exclusively and solely upon their
own estimates, investigation, rescarch, tests, explorations, and oth�r data which are
necessary for full and complete infa�-mation upon which the proposal is to be based.
It is understood that the submission of a proposal is prima-facie evidence that the
Bidder has made the inv�stigation, examinations and t�sts herein required. Claims
for additional compensation due ta variations between conditions actually
encountered in constz-uiction and as indieated in the Contract Docunnents will nat be
allovved.
4.19. Promptly notify City of all conflicts, errors, amhiguities or discrepancies in or
between the Contraet Documetzts and such other related documents. The Contractor
sttaIl not take advantage nf any gross error or omission in the Contract Docum�nts,
and the City sha11 be permitted to make such corrections or interpretations as may
be deemed necessary for fulfiI�ment of tne intent of the Contract Documents.
4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of:
4.2.1. those reports of explorations and tests af subsutface conditions at or contiguous to
the site �vhich have been utilized by City in preparation of the Contract Dacuments.
The logs of Soil Borin.gs, if any, on the pians are for general information only.
Neither the City nor the Engineer guarantee that the data shown is representative of
conditions which actually exist.
4.2.2. those drawings of pl�ysieai canditions in or relating to existing surface and
subsurface structures (except Underground Facilities) which are at ar contiguous to
the site that have been utilized �y City in preparation of the Contract Documents,
4.2.3. capies of sucl� reports and drawings vviIl be made available by City to any Bidder
on request. Those reports and drawings nnay not be part of the Cantract
Documents, but the °technical data" contained therein upon which Bidder is entitled
to reIy as provided in Paragraph 4.02. of the Genera! Conditions has been identi�ed
and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is
responsible for any interpretation ar conclusion drawn from any "technical data" or
any other data, interpretations, apinions or informataon.
CITY OF FORT WORTH 3afe Rnutes to Sclzool Improvements
3'FAN]]ARD CbNSTRUCTION SPECIFiCATtOI� DOCiJMEN'P Ciry Project I�umber_ 101264
Temporarily RevisedlLT�dated Ianuary 45, 202 [ due to C01xID t 9 Emergeney
DO 21 13
INSTRUCTIONS TO BIDDERS
Page 5 af I L
4.3. The submission of a Bid will constitu#e an incontrovertible representatian by Bidder (i}
that Bidder has camplied with every requirement of this Paragraph 4, (ii) t�aat withvut
exceptian the Sid is premised upan performing and furnishing the Wark required by the
Contract Docurnents and applying the specific xneans, methocts, techniques, sequences or
procedures of construction (if any} that may be shown or indicated or expxessly required
by the Contract Documents, (iii) tk�at Bidder has given City written notice of all
conflicts, errars, ambiguities and discrepancies in the Contract DQcuments and the
written resolutions thereof by City are acceptable to Bidder, and when said canflicts,
etc., have not been resolved through the inCerpre#ations by CiLy as described in
Paragraph 6., and (iv) that the Cantract Dacuments are generatly sufiicient to indicate
and convey understanding of all tertns and conditians for performing and furnishing the
Work.
4.4. The provisians of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated
biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by
Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract
Documents.
�, Availability of Lands for Work, Etc.
S.l . The lands upon �rhich the Work is to be performed, rights-of-way and easements for
access thereto and other lands designated for use by Contractor in performing the Wark
are identified itt the Cantract Documents. All additional lattds and access thereta
required for temporary construction facilities, construction equipment or 5torage of
materials and equipment to be incorporated in the Work are to be obtained and paxd far
by Cantractar. Easements far permanent structures or permanent changes in existing
faciiities are to be obtained and paid fnr by City. unless othenvise provided in the
Contract Dacum�nts.
5.2. Outstanding right-of-way, easements, ancilar perrnits to be acquired by the City are listed
in Paragraph SC 4.01 af the Supplementary Cnnditions. In the event the necessary right-
of way, easements, and/or permits are not obtained, the City reserves the right ta cancel
the award of contract at any time b�fore the Bidder t�egins any construction worlc on the
proj ect.
5.3. The Bidder shail be prepared to commence construction without all executed right-of
way, easements, and/or permits, and shall submit a scheduls ta the City of how
construction will proceed in the other areas of the project tltat do not r�quire permi�s
andlor casements.
6. Interprekations and Addenda
CITY OF FORT WORTH Safe Routes to School f�npxovements
STANDARD CONSTIiUCT[QN Si'ECIFiCATIOIwi DOC[JivIENT City Ptojeat Number. 101264
Temporarily Revised/[Jpdated ]anuary 05,.2021 due to COVID! 9 Emergency
0o zi t3
iNSTAUCTIQNS TO BIbbERS
PagefioFl[
6.1. All guestions about thc meaning or intent of khe Bidding Documents are �o be dir�cted to
City in writing on or befare 2 p.m., the Monday prior to the Bid opening. Questions
received a�er fi.his day rnay not be responded to. Interpr�tations or cIarifications
cansidered necessary by City in response to such questions will be issued by Addenda
delivered to all parties recorded by City xs having received the Bidding Docuznents.
Only questions answered by formal written Addenda will be binding. Oral and ather
interpretations or clarifications will be witktout legal ef%ct.
Address �uestions to:
City of Fort Wnrth
200 Texas Street
Fort Worth, TX 76102
Attn: Chad Allen, PE, CFM, Transportation and Public Works
Email: chad.allen@fortworthtexas.gov
Phone: (817) 392-$021
b.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by
City.
6.3. Addenda or cEarificatians may �e pasted via the City's e�ectranic docnment managemet�t
and collaboration systsm at l�tcps: 'docs.b36(�.autodesk.comish: ir�,�,�tid756ff5-79fcl--+Zd�-
81":' I205e�bu8de�
G.4. A prebid conference may be held at the time and place indicated in the Advettisement or
INVITATIQN TO BIDDERS. Representatives of City will be present to discuss the
Praject. Bidders are encouraged to attend and participate in the conference. City will
transmit to a1I prospective Bidders of recnrd such Addenda as City considers n�cessary
in response to questinns arising at the ennference. Oral statements may not be relied
upon and will not be binding or legally effective.
�. Bid Security
7.1. Each Bid must be accornpanied by Bid Bond made payable to City in an atnount of five
(S) percent of Bidder's maxiznurn Bid price on form attached, issued by a surety meeting
the require�nents of Paragraphs 5.01 of the General Conditians.
7.2. The Bid Bond af all Bidders wilI be retained until the conditions of the Notice of Award
ha�e been satis�ed. If the Successful Bidder fai�s to execute and deliver the complete
Agreement within 10 days aiter the Notice o�F Award, City may cansidar Bidder to be in
default, rescind the Notice ofAward, and the Sid Bond ofthat Bidder �ill be forf�ited.
Such forfeiture shaIj be City's exclusive r�medy if Sidder defaults. The Bid Bond of a1!
other Bidders wham City believes to have a reasonable chanee af receiving the award
vvill be retained by City until final contract execution.
CITY pF FORT WDRTH 3aFe Routes to Schoo] Improvements
STAN�ARD CONSTR[7CTION S.FECIF'TCATIQN DOCUMENT City Project Number: 101264
Temporarily Revised/LTpdafed January OS, 2021 due to COVIDI9 Emergency
UU 21 13
INSTRUCTIONS TO $IDIIERS
Page 7 of ll
�. Coniract Tinnes
The numiaer of days within which, or the dates by which, Mil�stones are to be achieved in
accordance with the General Requirements and the Woek is to be compleied and ready for
Final Acceptance is set fnrtl� in the Agreement or incorporated therein by reference to the
attached Bid Form.
9. Liquidated Dama�es
Provisions far liquidated. damages are set forth in the Agreement.
10. Snbstitute and '"Or-Equal" Items
The Con�ract, if awarded, will ba on the basis of matetials and equipm�nt de�cribed in the
Bidding Documents withaut consideration oipossible substitut� nr "or-equal" itams.
Whanever it is indicated ar specified itt the Bidding Documents that a"substitute" or "or-
ec�ual" item of nnateriaj or equiptx►ent may be furnished or used by Cantractvr if acceptable to
City, application for such acceptance will not be considered by City until after the Effective
Date of the Agreement. The proeedure for submission of any such application by Contractor
and consideration by City is set forth in Paragraphs 6.OSA., 6.OSB. and 6.OSC. af the General
Condiiions and is supplemented in Sectian U1 25 OQ of the General Requirernents.
11. Subcontractars, S�pp[iers and Others
11.1. In accorrlance with the City's Business Equity Ordinance No. 24534-1 I-2020 the
City has goals for the participatian of minority business andlor women business
enterprises zn City contracts. A copy of the Ordinance can be obtained from the
Office o�'the City �ecratary. The Bidder shal! submit the Business Equity Utilization
Form, Business Equity Prime Contractor Waiver Form and/or Good Faith Effort
F�rm with documentation andlor Business Equity 7oint Venture Form, as
apprapriate. The Forrns including documentation must be rece�ved by the Ci .ty no
later than 2:OQ P.M. CST, on th� second business day a�ter the bid op�ning dats. The
Bidder shall obtain a receipt from the C.ity as evidence the dacumentation was
received. Failure to cornply shall render the bid as non-responsive.
Business Equity Ordinance No. 24534-11-2020
k�ti :��,��.9•�iLwu. h�cxw�. �.IPt��.,:,tRL VLLl4 1►��.�uur�r ;�160°/a20-
%20MWBElNEW%�OBusines�%20� ui /o200rdman.ce/Ordinance°/2024534-1 i-
_?p7_OTs�df
11.2. No Cantractor shall be required ta employ any Subcantractor, Supplier, other person
or organization against whonn Contractor has reasonable objectinn..
1�. Bid Fornn
12.1. The Bid Form is included with the Bidding Dveuments; additional co�ies may be
obtained from the City.
CT�'Y OF FORT WORTH Safe Rnutes to School Impror+ements
STAND�IRD CQNSTRUCTION SPECIF[CATION DOCUMENT City Project Num6er: 10126�
Temporarily Revised/LTpdated 3anuary O5, 2021 due to COVIDI9 Emergency
UO 21 l3
INSTRUCTTONS TO HIDDERS
Page S Qf 1 [
I2.2_ A[1 blanks on the Bid Forrn must 6e completed by printing in ink and the Bid Form
signed in ink. Erasures or alterations shall be initialed in ink by the person signing
the Bid Form. A Bid price shall be indicated for each Bid item, alternaiive, and unit
price item listed therein, In the case o� optional alternatives, Lhe words "No Bid,"
"No Change," or "Not Applicable" may be entered. Bidder shall state the prices,
written in ink in both words and numerals, for whieh the Bidder proposes to do the
work contemplated or f�u-nish rr�aterials required. All prices shall be written Iegibly.
In case of discrepancy i�etween price in written words and the price in written
numerals, the price in writken wQrds shali govern.
12.3. Bids by corporations sha11 be �xecuted in the corporate name by the president or a
vice-president or other corporate officer aec�mpan.ied by evidence nf authority to
sign. The corporate seal shall be af�ixed. The corporate address and state of
incarporatian shall be shown below the signature,
12.4. Bids bq partnerships shall be executed in the partnership name and signed by a
partt�er, whose title must appear under the signatnre accompanied by evidence af
authority to sign. The official address of the partnership shall be shown below the
signaiure.
12.5. Bids by limited liabitity companies shall be executed in the name oFthe firm by a
member and accorr�panied by evidence of authority to sign. The state of formation of
khe �rm and the of�'icial address of the finn shalj be shown.
12.6. Bids by individuals shall show the �idder's name and official addtess.
12.7. Bids by joint ventures shail be executed by each joint venti,�re in the manner indicated
on the Bid Form. The official address of the joint veniure shall be shovvn.
12.8_ All names shall be typed or printed in ink below the signature.
129. The Bid shail contain an acknowl�dgement of rec�ipt of al� Addenda, the nusxabers of
wh.ich shall be flled in on the Bid Form.
12.10. Postal and e-mail addresses and telephone number for comrnunications regarding the
Bid shall be shown.
12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state vf
Texas shall be provided in accordance with Sectian 00 43 37 — Vendor Compliance
to State Law Nan Resident Bidder.
I3. Submission of Sids
Bids shalj be submitted on the prescrib�d Bid Forrn, provided with the Bidding Documents,
at the time and place indzcated in the Advertisement or INVITATION TO BTDDERS,
addressed to Purchasing Manager of the City, and shall be enclosed in an apaque seated
envelope, marked with the Ci .ry Froject Number, Project title, the nama and address o�
Bidder, and accompanied by the Bid security and other rec�uir�d documents. It"the Bid is s.ent
through the mail or other delivery system, the sealed envelope shall be enclosed in a separate
envelape with the notation "BID ENCLOSED" on the face of it.
CTTY OF FOR'C WpRTH 5afe Routes to 5chool improvements
5TANDARD CONSTI2CJCT[qN 5PECIF'ICATIQN DOCUMENT City Ptoject Number; 1012b4
Temporarily RevisedlUpdated Januxt�+ 45, 2021 due to COVID 19 Emergency
00 21 13
II�fSTRUCT103V5 TO SIDDEI2S
Page 9 of 1 l
14. Modification and Withdrawal of Bids
14.1. Bids addressed to the Purc�asing Manager and fled witli the Purchasing Offic�
cannot be withdrawn prior to the time set for bsd opening. A request for withdrawal
must be made in writing by an appropriate document duly ex�cuted in the manner
that a Bid musi be executed and deli�axed to the place wh�re Bids are to be submitted
at any tizne prior to the opening of Bids. After all Bids not requ�sted for withdrawal
are opened and publicly read aioud, the Bids for which a withdrawal request has been
properly f lefl may, at the option of t�e City, be ret�rned unopened.
14.2. Bidders may modify their Bid hy electranic cammunieation at any time prior to the
time set for the closing of Bid receipt.
1�. Ogening atBids
Bids will be opened and read aloud publicly at the plaee vvhere Bids are ia be submitted. An
ahstract nf t�e amounts of tlie l�ase Bids and major alternates {if any} will be made available
to Bidders after the opening of Bids.
16. Bids to Rexnain Snbject to Aceeptance
All Bids will remain subject to accepiance for the time perind specified for Notice of Award
and execution and delivery of a complete Agreement by Successful Bidder. City may, ai
Csty's sole discretion, rel�ase any Bid and nuilify the Bid security prior to that date.
1'�. Evalrtation of Bids and Award of Cantract
17.1. City reserves the right to reject any nr all Bids, including withaut limitatian the rights
to rejeet any or all nonconforming, nonresponsive, unbalanced or conditianal Bids
and to reject the Bid af any Bidder if City helieves that it would not be in the besi
interest of the Project to make an a�ward to that Bidder, wl�ether because tlie Bid is
not respoasive ar the Bidder is unqualified or of doubtfu! financial ability nr fails to
rneet any flther pertinent standard vr criteria established by City. City also reserves
the right to wai�e infarmalities not involving pr�ce, contract time or changes in the
Work wiih the Suecessful Bidder. Discrepancies between the multiplicatian of units
of Worl� and unit prices will be resolv�ed in favor af the unit prices. Discrepancies
between the indicated sum of any column of figures and the carrect sum thereof will
he resolved in favor of the carrect sum. Discrepancies between words and figures
will be resol�ed in fa�or of the words.
17.1.1. Any or a�l bids will be rejecked if City has reason to believe t�at callusion exists
arnong the Biddets, Bidder is an interested party to a�ay litigation against City,
City ar Bidder may have a c�aim against the other or be engaged in litigatian,
Bidder is in arrears an any existing eoniract ar has defaulted on a previous
contract, Bidder has performed a prior contract in an unsatisfactory manner, or
Bidder has uncompleted �ork which in the judgtnent af the City wiSl prevent or
hinder the prampt completion of additional work if awarded.
CITY OF FdRT WORTH 5afe Roates ka Schovl Improvements
5TA3VDARD CONSTRUCTION SPECIFICAT[ON DOCIJMENT City Project Num6er: 1D1264
Tempprarily RevisedlU�dated 3anuary O5, 2021 due to COVIDl9 Emergency
UO 21 13
iNSTRUCTTONS TO BIDDERS
Page l0 nf 11
17.2. City may consider the qualifications and experience of Subcantractors, Suppliers, and
other persons and organizations proposed for those portions vf the Wvrk as to which
the identity of Subcontractars, Suppliers, and other persons and arganizations must
be submitted as �rovided in the Contract Documerns or upon the request of the City.
City also may consider the operating costs, mainienance requiraments, performance
data and guarantees of major items of materials and equiprnent proposed far
incorpora.tion in the Work when such data is required to be submitted prio.r to th�
Notice of Award.
173. City may conduct such investigatians as City deerns necessary to assist in the
evaluation of any Bid and to establish the respansibility, qualif�cations, and finan�ial
ability of Bidders, proposed Subcor�tractors, Suppliers and other persons and
organizations to perforrn and furnish the lhiork in accordance with the Contrac�
Documents to City's satisfaction r�vithin the prescribed time.
17.4, Contractor shall perform with his own organization, work of a �alue not less than
3S% of the value embraced on the Cant1-act, unless otherrvise approved by the City,
17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and
respansive Bidder whose e�aluation by City indicates t1�at th� award will be in the
best interests of tha City.
I7.6. A contract is not awarded until fnrmal City Council xuthorization. If the Contract is
to be awarded, City wi�l award the Contract within 90 days after the day of the Bid
opening unless extended in writing. No other act vf City ar others will canstitute
acceptance of a Bid. Upon the cantractor award a Notic� of Award will be issued by
the City.
17.6,1. The contractor is required ia �l! aut and sign the CertiFicate af Interested
Parties Form 1�9� and the form must be submitted to �he Project Manager
before the contract will be presenfed to the City CounciL The form can be
obtained at htt �:r�www.ethics.state.tx.us�data/torms/129511�95.adf
17.7. Failure or refiisal to comply with the requirements rnay result in rejection of Bid.
l8. Signing of AgreemenY
18.1. When City issues a Notice of Award to the Successful Sidder, it will be accompanied
by the requirad number ofunsign�d counter�aarts nf the Agreement. Within 14 days
thereafter Cantractor shaIl sign and deliver the required number af counterparts of the
Agreement to City tvith the required Bonds, Certificates of Insurance, and all other
required documentat�on.
18.2.
18.3.
Failure to exeeute a duly awarded contact may sub;ject the Contxactor to pena]ties.
City shal! thereafter deliver one fully signed countetpart ta Contractor.
CITY OF FORT WORTI3 Safe Eiautes to Schaol imptovements
STAiYpARD CflNSTRLFCTION SPECIFTCAT[ON DOCUMENT City Project Number; f 01264
Temporarily Re�isedlUpdated January O5, 2021 due to COVIDI4 Emergency
0Il 2! 13
INS"f'RUCTI03VS TO BID�ERS
Page 11 af I l
END OF SECTION
EITY OF FORT WORTIi &afe Routes to School jmpro�errients
STAN�ARD CONSTRUGTION SPECIFiCATIQN bOCUMENT City Project Numher. 1 p1264
Temporarily Revised![Jpdated January U5, 2021 due to CflVfD19 Emergency
oo�zis-o
corrsT�ucTTarr pxo��ss scHEnuLE
Page l of ] 0
SECTION 00 32 1�
CONSTRUCTION PROJECT SCHEDULE
PART 1- GENERAI.
1.1 SUMMARY
A. Sectinn Tncludes:
1. General requirements for the preparation, submittal, updating, status reporring and
manage�anent of the Construction Project Schedule
B. Deviatians frozn this City af Fnrt Worth Standard Specification
1. None.
C. Relatad Specification Sections include, but are not necessarily limited to;
1. Division U— Bidding Requirements, Contract Forrns and Conditions of the Cantract
2. Division 1— General Requirernents
D. Purpose
The City of Fort Worth (City} is committed to delivering quality, cost-effective
infrastructzu-e to its citizens in a timely manner. A key toal tn achieve t]�is purpose is a
properly structured schedule with accurate updates. This supports effective monitoring
of progress and is input to critical decisiQn making by the project manager throughnut
the Iife of the praject. Data from the updated projeci schedule is utilized in status
reporting ta various levels of the City organ.ization and the citizenry.
This Document complements the Ciiy's Standard Agreement to guide the constz-�zction
contr�ctor (Contractor) in preparing and subzziitting acceptable schedules for use by the
City in project delivery. Th� expectation is the perfortnance of the work fallows the
accepted schedule and adhere to tha contractual timeline.
Tha Contractor will designate a qualified representative (Project Sch�duler) responsible
for develnping and updating the schedule and preparing status xeporting as required by
the City.
1.� PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work assaciated with this Itern is cansidered subsidiary to the various items bid.
No separate payment will be allowed far this Itern.
2, Non�compliance with this specifcation is grounds for City to withhold payment of
the Contractor's invoices until Contraator achieves said campliance.
1.3 REFERENCES
A. Project Schedules
Each project is represented by City's mastar project scheduIe that encampasses the
entire scope of acfiviti�s envisioned by the City to properly deliver the vvork. When the
City contracts with a Contraetor ta perfoz�m constr�zction of the Work, the Contractor
CITY QF FORT WOR'T'H Safe Routes to Schoal Improvements
STANdP.RD SPECIFICATTQN City Froject Nmnber: E01264
Revised 7iJL.Y 2Q 2U 18
Q032l5-0
CONSTRUCTION F[tOG12E8S SCHEDULE
Page 2 of ] 0
wili develop and maintain a schedule far their scope of work in ali�nrnent with the
City's standard schedule reyuirements as defined herein. The data and information of
each such schedule will be leveraged and become integral in the master project
schedule as deemed appropriate by t�e City's Project Control Specialist and approved
by tlae City's Prolect Manager.
Master Project Schedule
The master project schedule is a holistic representation of the scheduled activities
and tnilestones for the total project and be Crifical Path M�thod (CPM) based. The
City's Proj ect Manager is aceountable for oversight af the development and
maintaining a xnaster project schedule far each project. When the City contracts for
t7ie desagr� andlor canstruction of the }�roject, the master project scbedule w�l�
incorporate elezx�ents of tke Desigt� and Constructian schedules as deemed
appropriate by tk�e City's Project Control Special.ist. The assi�ned City Praject
Control Specialist creates and maintains tk�e master praject schedule in P6 (City's
scheduling so�ware).
2. Construction Schedule
The Contractor is respansible for developing attd �naintaining a sckedule far the
scope of the Contractor's cor�tractual requirements_ The Contractor will issue an
initial schedule for review and acceptance by the City's Project Cantrol Specialist
and the City's Proj ect Manager as a baseline schedule for Contractor's scope oi
work. Contracto� will issue current,. accurate updates of tl�eir schedule (Progress
5chedule) to the City at the end of each month thraugl�out the Iife of their work.
B. Schedule Tiers
Tk�e City has a portfalio of projects that vary wid�ly in size, complexity �tnd content
requiring different scheduling to effectiv�ly deliver each project. The City uses a
"tiered" approach to align the proper schedule w�th the criteria for each project. The
City's Pro�ect M�na�;er determines the appropriate schedule tier for each praject, and
includes t�iat designatian and the associaCed requirements in the Contractar's scope of
work. The follawing is a summary of the "tiers".
1. Tier 1: Sma�l 5ize and Short Dura�inn Proj ect (design nat requ�red)
The City develops and maintains a Master Project Schedule iar the project. Na
schedule subrnittal is required from Contractor. City's Project Control Specialist
acquires any nece�sary schedule status data ar information through discussions with
the respective party on an as-needed basis.
2. Tier 2: 5ma11 Size and Short to Medium Duration Project
The City develops and maintains a Master Project Schedule for the project. The
Contractor identifies "start" and "imish" milestone dates on key elements of theit
work as agreed with the City's Proj ect Manager a� the kickofF of thesr wnrk effort.
'I'�e Con�ractor issues to the City, updates to the "start" and "finish" dates for such
milestones at the end vf eac� manth throughout the life oi their work on the project.
3. Tier 3: Medium and Large Size and/or Cornplex Prajects Regardless ofDuration
The City develops and rzaaintains a Master Project Schedule for the project. The
Contractor dc�relops a Baseline Schedule and maintains the scheduie of their
respective scvpe of wark on t35e project at a level af detail (getterally Leve13} and in
CTTY OF FORT WORTH 5afe Routes to Schuol Improvements
STANDARd] SPECIFICATC�N City Aroject Num6er: 101264
Revised NLY 20, 20 f 8
003215-0
CONSTRifCTION PROGRESS SCHEDi1LE
Page 3 of 1 U
alignment with th.e WBS structure in Section 1.4.H as agreed by the Praject Manager.
The Contractor issues to the City, updates of their respective schedule (Prog�ress
Schedule) at tY�e end of each month throughout the life of their war�C on the project,
C. Sehedule Types
Projeet delivery for th.e City utilizes two types of schedules as n.oted below. The City
de�el.ops and zxiaintains a Master Project Schedule as a"baseline"' schedule and issue
monthly updates to the City Proj ect Manager (end af each rr�onth) as a°`pro.gress"
schedule. Tk�e Contractor prepares and submits each schedule type to fulfill their
co.ntractual requirements.
1. Baseline Schedule
The Contractor develops and subznits to the City, an initial schedule for their scope
of work in alignment vvith this speciiication. Once reviewed and accepted by the
Czty, it becomes the "Baseline" schedule and is tfte basis against which all progt'ess
is measut'ed. The baselzne schedule will be updated v�rhen there is a change or
addition to the scope of work impacting the duration of the work, �nd anly after
receipt af a duly authorized change order issued by tha Ciiy. In the ev�nt progress is
si�,mif�cantly behind schedule, the City's Project Manager may authorize an update
to the baseline schedule to facilitatc a more practical �valuation ofprogress. Ara
example of a Baseline Schedule is provided in Specification 00 32 15.1
Constrcrction Project Schedule Baseline Example.
Progress Schedula
The Contractor updates their schedula at the end af each month to represent the
progress achie�ed in �he work which includes any impact from authorized changes
in the work. The updated schedule must accurately reflect the current status af the
nvork at that point in time and is r�ferred to as the "Progress Schedule". The City's
Project Manager and Project Control Specialist reviews and accepts each progress
schedule. In the event a progress schedule is deemed not acceptable, the
unacceptable is�ues are identified by the Gity within 5 working days and the
Contractor rnust pro�id� an acceptable progress schedule within S working days
after receipt ofnon-acceptance notification. An exarnple �f a Progress Schedule is
provided in Speciiicatinn 00 32 15.2 Construction Pr�j�ct Schedule Progress
Example.
1.4 CITY STANDARD SCHEDULE REQUIREMENTS
The follor�ing is an o�+erview of tIie methodology for developing and mainiaining a
schedule for deli�ery af a projeck.
A. Schedule Framework
The seh�dule wi11 be based on the defined scope of work and fo.11ow the (Cr�tical Path
Methadolo�,ry) CPM metYtod. The Cantractor's sch�dule �viIl align with the requirarnents
of khis speciiication at�d wiI� be cost loaded to reflect their plan for execution. Overall
schedule duration will align with the contractua] requixements far the respective scope of
work and be reflccted in City's Master Project Schedule. The Project Number and Narne
of the Projeci is required on each schedule and must match the City's project data.
B. Schedute �`iIs Nazne
CITY OF FORT WORTH 5xfe Routex ta 5chool Tmprovements
STANpARD SPECIFICATION City Project Num6er: ]01264
Revised NGY 26, 201 S
003215-0
CO�l5TRrJCT10N PROGRE55 SCHEDUL�
Page 4 of 1Q
All se�iedules submitted to the City fot a project will have a file nama that begins with the
City's project number followed by the name of the project followed by baseline {if a
baseline schedule) or the year and month {if a progress schedule), as shown helow.
• Baseline Schedule File Name
Format: City Project Number Project Name Baseline
Example: 1�1376 North M�ntgomery Street HMAC�Baseline
� Prog�ress Schedule Fi1e Name
Format: City Project Number Praject Name YYYY-MM
Example: 101376 North Montgomery Street HMAC 2418_O1
o Project Schednle Prvgress Narrative File Name
Format: City Project Number Project Name_PN YYYY-MM
E�ple: I01376 North Montgom�ry Street HIVIAC PN 2018_O1
C. Schedule Ternplates
The Contractor will utilize the relevant sections frnm tha City's templafies provided in th�
Ciiy's document management system as the basis for creating their respective project
schedule. 5pecifically, the Cantractor's sehedule will aligtt vc�ith the layout of the
Canstruction section. The iemplates are identi�ed by type of project as nQted below.
• Arterials
� Aviatian
� Neighbarhood Streets
� Sidewalks (later)
� Quiet Zones (later}
� S�reet Lights (later)
� Intersection Improvements (later)
o Parks
• S torm water
• Street Maintenance
� Traffic
� Water
D. Schedule Calendar
The City's standard calendar for schedule development purposes is based on a 5-day
workweek and accounts far the City's eight standard holidays (New Years, Markin Luther
King, Memorial, Independence, Labor, Thanksgiving, day after Thanksgiving,
Chri�tmas). The Contractor will establish a schedule calendar as part of the schedule
development process and provide. to the Project Cantrol Specialist as pat�t of the hasis for
their schedule. Variations between the City's calendar and the Contractor's calendar
must be resolved prior to the City's accepkance of their Baseline project schedule.
E. WBS & Milestane Standards for Schedul� Development
The scope of work ta be accomplsshed by the Contractor is represented in the schedule in
the form af a Work Breakdowri Stn�cture (VVBS). The VVBS is the basis for the
development afthe schedule activities and shal3 be imbedded and depicted in the
schedule.
CIi'Y OF FORT WORTli Safe Routes to School improvements
STANBARb SYECIFICATION City Project Num6er: 1O1264
F2evised NLY 20, 201 B
003215-0
CQ7�ISTRUCTI�I+I PR�GRESS SCHEDUI,E
Page 5 of 1 p
The following is a summary of the standards to be followed in preparing and maintaining
a schedule for projeci delivery.
1. Contractor is required ta utilize the City's 'INBS structure a�ad resp�c�ive project type
template for "Canstxuction" as shown in Section 1.4.H below. Additional ac�ivities
may be added tn Levels 1- 4 to accommodate the needs of th.e organization executang
the work. Specifically ihe Contractor will add activities under WB5 �S;XXXX��.80.83
"Construction Executian" that delineates the activities associated with the �ariaus
components of the worlc.
2. Contractor is required to adhere to the City's S.tandard Milestones as shot�vn in
Sectian 1.4.I below. Contractor �rill include additional milestones representzng
intermediate deliverables as required to accurately reflect their scape of wvrk.
F. Schedule Activities
Activiti�s are the discrete elemenis of work that nnalce up the schedule. They will be
organized under the umbreIla of the WBS. Activity descriptions should adequately
describe the activity, and in sarne cases the extent of the activity. All activities are
logicaily tied with a predecessox and a successor. The only exeeption to this rule is for
"project start" and "project finish" milestones.
The activity duration is based on the physical amount of work to be performed fflr the
stated acti�ity, with a maacimuno. dura�ion of 20 working days. If the work for any one
activity exceeds 20 days, break tha.t acti�ity dnwn incrementally to achieve this duration
constraint. Any exception to this requires review and acceptance by the City's Project
Control Specialist.
G. Change Qrders
When a Change Orc�er is issued by the City, the impact is incorporated into the previously
accepted baseline schedule as an update, �o clearly show ixnpact to the project tizneline.
The Contractor subznits this updated baseline schedule to the City for review and
acceptance as described in Sectian 1.5 below. Llpdated baseIine schedules adhere to the
fol2owing:
1. Time extension� associated with approved contract modi�eations are limited to the
actual amount of tinne the project activities are anticipated to be delayed, unless
otherwise approved by the Program Manager.
2. The re-baselined schedule is submitted by the Contractor within ten workdays a�ter
the date of receipt of the approved Change Order.
The changes in Iogic or duratians approved by the City are used to analyze the unpact
oi the change and is included in the Change Order. The coding for a new activity{s)
�dded to th�; schedule far tlae Change Order includes the Chang� Order number in the
Activity ID. Use as many activities as needed to accurately show th.� work of the
Change Order. Revisions to the baseline schedule are not effective until accepted b�
the City.
H. City's Work Breakdown Structure
CITY OF FOA7" WORTH 5afe Routea to Schoal Impravements
STANDARB 5PECIFTCATION Cily Project Number; 1p12fi4
Revised 7iILY 20, 2018
00 32 15 - �
CONSTRUCTiON PROGRESS SCHEi7ULE
Page 6 of 10
WBS Code WB,S Name
��XXXXX Projec� Name
XXXXXX.30 Design
XX��.30.10 Design Contractor Agreemer�t
XXXXXX.30.20 Conceptual Design (3p%)
�XXX.30.30 PreIinnixzary Design (60%)
XXXX��X.30.40 Final Design
XX��X.30.50 En�vironmental
�XX.30.60 Permits
XX�X.30.60.10 Permits - Ideniification
XXXX��X.30.60.20 Permits - ReviewlApprove
XXXXXX.40 ROW & Easemen�s
XX�XXX.40.10 ROW Negotiations
XXX��XX.40.20 Condemnation
�XX.70 Utility Relocation
XXXXXX.70.10 Utility Relocatian Co-ardxnation
XXI�XX.�O Canstructio�
�X�'Y.S0.81 Bid and Award
XX7�XXX_80.83 Constructio�n Executian
XXX��XX.80.8� Inspection
XXXXXX.$0.86 Landscaping
XXXXXX.40 C.laseout
XXX��XX,9Q.1Q Construction Contract Close-out
XX�XXX.90.�0 Design Contract Closure
I. City's Standard Milestones
The following milestone activities (i.e., important a�ents �n a proj ect that mark cri�ical
points in time) are af particular interest to the City ax�d must be reflected in the project
schedule for all phases of wark.
Activit�
Design
3020
3040
3100
3120
3150
316p
3170
3220
325p
3260
CITY OF FORT W ORTH
STANDART] 5PECIFICAT[ON
Revised ]LJI.�' 20, 2Q1 S
Activity Name
Award Design Agreement
Issue Notice To Proceed - Design Engineer
Design KickToff Meeting
5ubmit Conceptual Plans to Utilities, ROW, Traffic, Parlcs, Storrn Water,
Water && Sewer
Peer Re�iew Meeting/Design Review m�eting (technical)
Conduct Design Public Meeting #I (required}
Conceptual Design Complete
Submit Preliminary Plans and Specifications to Utilities, ROW, Traffic,
Parks, Storm Water, Water & Sewer
Conduct Deszgn Publie Meeting #2 {required)
Pre3inninary Design Complete
Safe Routes [o Scliool Impravenients
City Project NurrEber: 101264
nfl3z�s-a
CpNSTRUCTIDN PROGRESS SCHEDULE
Page 7 af 10
3314
3330
33�0
Submit Final Design to Utilities, l�OW, Trafiic, Parks, Storm VkTat�r,
Water & 5ewer
Conduct Design Public Meeting #3 (if required}
Final Dasign Complete
ROW & Ease�nents
40p0 Right of Way 5tart
4230 Right of Way Complete
Utilit�r Relocation
700U Utilities Start
7120 Utilities Cleared/Cou�plete
Construct�on
Bid and Aw�rd
8110 Start Advertisement
8150 Conduct Bid Opening
8240 Award Construction eontract
Constructian Execution
8�30 Conduct Canstruction Public Meeting #4 Pre-Construction
8350 Construction Start
8370 Substantial Completion
8540 Canstruction Completinn
9130 Notice of Campletion/Green Sheet
9150 Construction Contract Closed
9420 Design Contract Closed
1.5 SUBMITTALS
A. 5ehedule Subzruttal & Review
The City's Proj ect Manager is responsible for reviews and acceptance of the Contractor's
schedule. T�ae City's Projeet Contral Specialist is responsible for ensuring aIignment of
the Contractor's baseline and progress schedules vvith the Master Praject Schedule as
support to the City's Froject Manager. The City reviews and aceepts or rejects the
schedule within ten warkdays of Contractor's su6mittaI.
1. 5chedule Foarmat
The Cflntractor will sub:txr.it each schedule in twa electronic forms, one in native file
format ( xer, .xml, .fnpx) and the secdnd in a pdf format, in the City's document
management system in the location dedicated for this purpose and identi�ed by the
Project Manager. Tn the event tl�e Cantractor does not use Primavera P6 nr M5
Project for scheduling purposes, the schedule information must be submitted in .xls or
.xlsx format in compliance with ihe sample layout (See Speci�cation 00 32 115.1
Constructia�a Praject Schedule Baseline Exarnple), including activity predecessors,
successors and total float.
2. Initial & Baseline Schedule
The Contractor will develop their scheduie for their scope nf work and submit their
initial schedule in electronic form (in the file fortnats noted above), in the City's
docurnent management system in the location dedicated for this purpose within ten
workdays of the Nofice of Award,
CI'I`Y OF FORT WORT%� Spte Rautes to 5chonl impro�ements
5TANDARI] SPECIF[CATIpN City Project Number: 101264
Revised 7ULY 20, 20] 8
00 32 15 - 0
CON5TRUCTIDN PROGRESS SCH�DULE
Page 8 of 10
The City's Project Manager and Project Control Specialist review this initial schedule
to determine ali�ent with the City's Master Prajeet. Schedule, including fo�at &
WBS structure. Following the City's review, feedback is provided to the Contracta.r
for their use in finalizing their initial. schedule and issuing (within fave workdays) their
Baseline Sch�dule for �aal review and acceptance by the City.
3. Progress Schedule
The Contractor will update and issue their project schedule (Progress �chedule} by fhe
last rlay of each month througl�out the life of their wark on the pra�ect. The Progress
Schedule is submitted in e�ectronic form as noted above, in the Ci�y's document
management system in the location dedicated for this putpose.
The City's Project Cantrol team reviews eaeh Progress Schec�ule for data and
information that support the assessment of the update to the schedule. Tn the event
data or information is miissing or incomplete, the Proj�ct Controls Specialist
cammunicates directly with th� Cnntractor's scheduler for pro�iding same. The
Contractor re-submits the cnrrected Progress Schedule within S workdays, fnllowing
the submittal ptocess noted above. The City's Project Manager and Projeet Control
Specialist review the Contractor's pragress schedule far acceptance and to monitor
perr�'ormance and pro�ress.
The fvllowing list of items are required to ensure proper status information is
contained in the Progress Schedule.
• Baseline Start date
+ Baseline Finish Date
� %, Camplete
o Float
� Activity Logic (dependencies)
� Critical Path
• Activaties added or deieted
� Expected Baseline Finish date
� Variance to tb.e Baseline Finish Date
B. Manthly Canstr�tction Status Report
The Contractar subnnits a written status report (referred to as a progress narrative) at the
end of eac�a �nonth to accompatzy the Progress 5chedule submittal, using the standard
format provided in Specification 00 32 15.3 Construction Project Schedule Progress
Narrative. The content o� khe Constructian Project Schedule Pragz'ess Narrative should
be concise and complete to:
� Reflect tt�e current status of the work for the reparting period (including actual
ae#ivities started and/or completed during the reporting period)
� Explain variances from the baseline on critical path activities
� Explain any potential schedule conflicts or delays
� Describe recovery plar�s where appropriate
o Provide a summary forecast of tha work ta be achiev�d in the next reporting perind.
C. Submittal Process
C1TY OF FORT WQRTH 3afe Roules to School Improvemertts
5TAN17ARb SPECIFICATION Ciry Praject Number: 101264
Revised 3CJiY 20, 20i 8
D0321S-0
CONSTRUCTIpIV PRDGRES3 SCFIEDULE
Page 9 of 10
� ScheduIes and Monthly Constrttction Status Reports are submitted in Buzzsaw
following the steps nutlined in Specification p0 32 15.4 Construction Praject
Schedule Submittal Proce�s.
� Onc.e the project has been cortzpleted ar�d Fina1 Acceptance k�as been issued by the
Ciiy, no further progress schedules or canstructiot� status reparts are raquired from
the Cantractor.
1.6 ACTION SUBMITTALSI[NFORMATIONAL SUBMITTALS �NOT U�ED]
1,7 CLOSEOUT SUBMITTALS [NOT USEDj
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT U�ED]
1.9 QIIALITY ASSUR�iNCE
A. The person preparing and revisin� Che Contractor's Project Sc�edule shall be
experienced in the pxeparation of scheduIes of similar complex�ty.
B. Schedule and supporting documenta addressed in this Specif�cation shall be prepared,
updated and revised to accurately retlect the perforrnanae of the Cantractor's seope af
wnrk.
C. The Contractor is responsihle for the quality of alZ submittals in this section meeting the
standard af care for the constructian industry for similar projects.
I.10 DELIVERY, STORAGE, AND HANDLING [NOT CTSEDj
1.11 �IELD [SITEj CONDITIONS [NOT USED]
1.1� WARRANTY [NOT USED]
1.13 ATTACHMENTS
Spee QO 32 15.1 Canstruction Praject Schedule Baseline Example
Spec 00 32 15.2 Canstructian Project �chedule Progress Exarnple
Sp�c 00 32 15.3 Construction Project Schedule Progress Narrative
Spec 00 32 15.4 Conskruction Project Schedute �ubmittal Frncess
PART 2 � PRODUCTS �11TOT IISED]
PART 3 � EXECUTION [NOT USED]
END QF SECTION
CITY pF FpRT WORTH Safe Routes to 5chool Tmprovements
STAI�1bARD 5PECIFICATE(]N City Projact iVumber: 1D12b4
Rcvised 7[1i.Y 2q 2018
oo3z�s-a
CONSTRUCTipN PROGRE55 SCHEDCJLE
Page 10 oi 10
CTTY OF FaRT WORTH 5afe Rvutes to Schaoi Improvements
STAIVDARD 5PECIFICATION Ciry Proyect 1Vum6er: 141264
Revised 7LTLY 20, 20i8
ao 3z �s.z - o
CONSTRUCTION PROGRES5 SCHEDULE — PROGRE55 BXAMPLE
Page l of 4
SECTION 00 32 1�.�
CONSTRUCTION PROJECT SCHEDULE — PROGRES5 EXAMPLE
PART1- GENERAL
The follnwing is an example of a Contractor's projeet schedule that illustrates the data and
�xpectation for sch�dule co�tent dep.icting the progress for the project. This version of t�e
schedule is referred ta as a"progress" scheduIe. This exatnple is intended to provide
guidance for the Contractor when deveIoping and submitting a prngress schedule. See
CFW $pecification OQ 32 IS Construction Project Schedule for detaals and requirernents
regarding the Contractor's prnject schedule.
CITY OF FpRT WORTH Safe i2outeS [0 5chool [mprovements
STANDAI2D CQNSTRCICTION SPECIFiCATIqN DOCUM�NTS City Projact Number_ I �] 264
Revised 7ULY 20, 2018
00 32 15.2 - 0
CONSTI2UCTIDN PROGRE5S 5CHLDULE - PROGRESS �XAMPLE
Fage 2 of 4
t�*� •'�
� �
� w
CV �-1'
� �,
u
t
n
�,
�
�
��
1c}
�
�
�
�1
��
�
�'
4� �
� �
� h�
�3 �
� a
� �
r— �
� =���i��+ 1�Wi�ID��[$��@�s��� �
--�; �- --- ----��, � Q`:�t� � � 1:� `- �t � =� ;� � _��� W�_�.� S. -ti..� f i : �i I;; ., � �
W � —�^ -t-
� -- ..� �'"a � .v �ia ; W I.J t iy w I l�i � _ � _ _ ' r..
^ � �W '.J '�,'�i � c� � H f1 � � .:3�i� ;��r�IC,�I:�l"I�� �� � ti i��l•�,��i:�l.��^t� �i'�,3 n � :�.F�'� Fj ��' I
I ,.r 7 i {` . , t � ��
� �, q. �.� n �� � I.� � � k �i � � � 4 I � � �i I� ,.rF � ti � � I�i i�i �i � �
�r � ��^�I�� ���tit� I_',I,I,n � +` ���i���+:Xi r�l��NiY'�N'iY��l�'�.e���, 1:S F,�,
'_ = j _ , i � �n
�.. — ^ l'- ,. ..-
r � _ .��i�.. .' �_ •..I,. � ni w, _� i �i� � .� , � �. .. : -� _�.Ic 1.... �. _ �µ . , •. .. m n� a, � .�,
, .. ._ '" _ � . : � .]..� i i � � r ��' � � � . �i i. � y �+ :, � � �T i '. :. i �
`1 �� .'�A ��,vl� �A ti7 %�1,�.� _ � �-r �.I`� ����4 r� ti t� �� �a �; : ."; � 7��'�.i� 1�.� �� � .�' ?F �'
x �. �. �.�.��,. � � � ,'�, � �r s� ;�'��Id fi �� � � : � ��� � ��� � � � � � � �{ �
., J �� � � `� ,. ,. , � � � � , ;�i s; . ' � N � � ��� "ti ' �. �.�1 :� r,
.� .. ,
_.
- _ �_.� I - :
-� A_ w _ ��� r im� . �. I I , - -,Im .- ' . �� .I.�.,.._ .... , w _ ... ...I... .: . �-
�q6+ � � M1. �g. �i �g7 ri `� y1, =j }; �S y; ' � r. `S :: � �, ;'F I � it r� ��� �^i s� �i ��i i '] � � � i r:
4 � 4 9 � �� `L �� � '1 � � ! � �� �F� i�' � � , w 1 � i 3 }' � � 1� flyyy��� ?� �, y� + �?
� 1 � �t � �1 , � ` i�`� �� F p� i y —I�%i ! � �' f�J
— � .' I ��, � �^r r �f �— -
__ __ V _ "'N` t.`r� I��INN`��i���� :V:ii•Iti i. ''u� �Fjt�l�I�._ y���..Id:Fqx�i'
i ' r.:�a'. q G: w• I .� I� .� n - I�' r' ra �.
�a {� � • ` . �i , y
n �.a
[�p q r� ' t i i i rj i` r i �
f; l { V �; 7 ��� • M i'� I + f� ' F 9 i�f 1 i �� I i� i � i�'� ' I �.� '+�� '�� � i t� N�i : i. ii 't
� � `S.� t � fi � '+S K ':r � � � '� � ; '� ��! � '� � t �' r � :� �C
"�_"Y ���ld A�' ��;'; ��'�t�� ,�:'b�.i�� ' � ----� -�-�,� ��� ;� ��_'
_ _ — : -x �. �_� s; , . � �aI��y ::;
� a¢ z. s� '�� ti a . � iy i i t ��. [. o�FirT. .. r.� la.� F` � � �:� e i%4�1�' H_
O�Q Q � ¢ �1.�1 r� I
i �� � ��
i
� L7 C7 J�.1 C�� �� �� .1 G1 V i�'L! � a� �ii �,� � :Ilp �_ �/ .� 4. 1. IG 4i �y �: �f, 4. � N 6�V FY � r..
i I. . � � ��„-
i � � y ' � `t I j .1� i� � }' � � 1[l y ,i l _ .'� 'JI� } � " - �f1 � � 47 47 � � b' C1 � � �i Rl
_ — — — — — �
I
- � I i E `' I �
i 'I �� ' I
e ri
�
;, � i ��� i � �il �
_ � I
�
= E.1 �; ,������ � ;
�
=; ��, - ��
r..
�
�
�
� �a
�
i�
�
`,�
�
� yi�l
� �
��
�i �
� �
1e�4 f�q
� �
� �!a
� �
;� �
�'i �
I �
�
tl
�
�
�
��
� �
�
�� �
I� �� r �
�-
�� � �.; �
����
_� ��� I � � i ' �; � I I � � �
�� 3�g i � � I � � ��'• � �; ,. � s � -.
. � al ��,� � ri . � .,
-� ,��,�;,arn�� �. - Iz � i � �':" ���' "' �� ' �
� u, ; #� n f ti . w -' � u
� �f���' ��, 'p ;i�'��� hl` s 4� 4�� ���`'F'' .Go I� ��, �.
yR _i$ � � � � � �'; <i n Fl Iri� + '' I+ ' ."� �'�"' '' �� i�}9 � �� -+ � � �� .��
• { f� 4 G r C�5 �, �� 4 �:i • n� u 9 i} i� �r� ill Fi ��, '� 7 ��' '� �1r� { f l! nl N n� W� �� � i' � — �: u
'�` - +d { „ '� m u ' r��,a � �.i . I � {� � �P
- ` k �� � ., �� � •. .{ h � ;� ' r � ;ci � � �I 0�
' - II - 16 i�� �.� iF� � "' _ �. .��:i 1� � �.. .� ! '� �._ �.. ., i., Nili+S x �,t%i i� : r
=P o �:� "�- � �:lR � . ,� +I• i I �G I� I p `
�_�,�� i� ' � ' � � �I
��. _M W. �11�
CITY OF FORT WORTH Sxfe Routes to Schoal Improvements
STANDARD CONSTR[7CTION SPECIF[CATfON DOCUMENTS � City Project Nurnbcr: l O1264
Re�ised .TUC.Y 20, 201 S
0� 32 15.2 - 0
CONSTRUCT7pN PRQGRESS SCHEDUL� —PROGRE5S EXAMPL�
Page 3 of 4
�
� �
� �
� C
�
1 �e
w`�j a
e'fi
t.J
1
Q
rrr
�-
�
�
�
�
�
•{` ,
a
�
�a�... .--"'�-A_...
N�+; ;.•1 .+:J INECi N M[*lIh t�'(. N l'V Y Q
I
' i � I
�
�' fd � I.. I3 �, r6 ta r. � n n�.a �, e... .. ., ,. c-. ....
��A � � � � W � � � .n p � a y � r. _ .� .n ,a
s,���� � '�� N���� a�'��' ,�y
4�� � ������."F:i7v��r���� .I� .��'.
•��j.iq .o q m m ar .� .� �a n ��� .� �h p' o� �y;�I n 4�
' � I �'5 '� � �� g � � � 'i� '� 'V ^nI ' �� ',• 5� � .;',l� �V i �1�j
y 7 � � � •' � � y � � � 5 ' � � I l
F y' I f{ {� '- i i y ; �} S �{ I� ] _ w i�
� � . .' i! �� N iv n.'.` a�,� i�
� °1 ;,' .,x �� ? w M e �`� .,� o .a m e-� „� ,� „ .. �� rn n ��
u
� � � � � � T � � � '� I� � � �� � � � '� { i �, h r�. �Y Tj
, r � �f
� w3 �� ,w � : .. :� � , IL ,� p .v �, .� -* s �
.�
ey ty N .+�'n'N
,� �n r, i „ I � .
�� �:� -_
:,�.i�
� y '4
� � i i�
� " �� u �.
�i�i i�J{{{
� � � �li �
o c� � ain
� � 4 ,Il v
!S ; (. � ., i ,.
�a' �j �: M� #p, � � i�J� ,�I� I� i ir 1 I' i:l .,, �J R f'� .1�1 � N N � �: �i�
l �I �a r � j �
� , i t 3? x :9 "4 i �{ � �'� �,: i� � '� �� j 12 ',�i. � s�i
„,.� ���`� .h 1, ��W-s:l,��: f€,pi�� �t� ��.
�f L' ,� h.� .. ..1 f.� i .� � �. C!a 4'] iS G � ••! L• i]
�i I W! .n tQ �i :: o +� y i � .�i �.7 �' �'? � .. � r � �'/ �i � '`:
�? : -i i�i �j $ a �a � � � 4 :�1 ^' � "' '� f� � . - .
�p
� • � • b
�- . � %A
�'
� �
� �N k
.� � �
{ , �1
��
� �
� � l�
� �
I
�� � i I
fa ��� "
" ..� i =
j .: ;i , I
�r -•' ' ��
. I . � •. � I
� , $ + N o � � ` I` d=
I y3� � �.� � � � �`'� r � I `5
���j�j �H � �LI � �� u �f i� i' � � ,' �iN
.. i�iln �fC f�� �jC' � - � .�°.�� ii_ �n' ,i'--i.
�.� �;����`�����m���;���:4:`:' � -
�, , '�� I # ', '.
'�,
I ,
i
�� �
i�i�
� -f�
...� i�i�
� � -1_'�
1.:.
� � � �:���
u�w
1Y>,f i• Ny1 :1 • •�•�I•���+I
I� I :
I �
' �1 YI .. I .i ,i..,' ��
n I, � I
� �; ��, ; E -. , �' 1E '
� i �� C� i`r fl �� �� < I I". � 1
�; �a� � ;, - . ,_ .`�- i Si
;a; ,t S :` � �� '�`
. _ � i .'�
�u�g.�.� I I'� �F�I
�J � �y �f� ,- ,' ItV' iC�i
�i � � ?i �} c,l t ,i �
e a� � . ., •?S:
* a,:S '� I ..�� ;-.i
� �I�
� ,,, n ,., ,,i�, .� ,
� � � 5' ' �j�f i'�,'M,
�� �� � � — -� �;
� �4 .�,�. .__ r _ _ .
' .` _ 1 . ; ,
a h C ��' �. �� I
i,S � � �� � . �, i I�i� Ir.
w _� i .ji!
,��� �; ., ,� �,�
F � I � �
,ti �'. � ���ilb��.l
I I �
fA`1.4i lii N �� ._ ra '' �
� ul �
'� X� L. aT * v" i']' I
I
� I
i � i i
� � �
� ' � '
� I I
� f 'i i I
y � 'I ' ,
� h_IJ' � �
w, ; ,
�� ;_� �
. ,
— .� 4 i . �'� • ;
� '. �� � 'i �
�' '�� I i�' I
� , �; �-iS',''
_. � � I
�` ` � ��� � M� `;a�
.� �+� = � - ;.� ��;
y� � ' � -� —�i i���l �
VI Sf � I lY . . .
�
��
��y
"�in
a�
�
�
�
�
� �
� �
� �
� �
� �
� �
� yn
v
G� L'
�j� �
F �
1 �
� �
�
�
�
n� L�
� � �
� �
a
� 4T V
� +D ♦
����
�
� _
�, . �
.s � �
�
'��
iy ra y
:�
:�
� � ��
I � �
C1T'Y QF FORT WORT�T Safe Rou[es to 5chaol inrprovements
STANbARD CONSTRIICTIdN SPECIFiCATI�Id bOCCIM�.NT3 City PtojeetNumher: 1q1264
Revised 7ULY 2U, 2018
OD 32 152 - 0
CONSTRUCTION PRQGRE55 5CHEDULE — PROGRE55 �XAMPLE
Page 4 of 4
END OF S�CTION
Re�ision Log.
DATE NAME SUMMARY OF` C73ANGE
7uly 2D, 2Q18 M. 7arre1l In.ikial Lssue
CITY OF FORT WOiZTH Safe Routes tv 5chaol Improvaments
STAiVDARD COiVSTRUC7'ION SPECICTCAT[ON DOC[TMEiVTS City Project Number: 101264
Revised 1LILY 20, 2018
an 3z is.s - o
— PROGRES S NARRATIVE
Page 10# 1
SECTION UO 3� 1�.3
CONSTRUCTIQN PROJECT SCHEDULE PROGRESS NA,RRATNE
Reparting Period:
Pro�ect f�ame:
City Project Rlo:
City Project fwanager;
A. �is� og acfiivi�ies a
1. (insert text herej
2. (insert text here)
3. (insert text herej
4. (insert text her�j
5. (insert text herej
6. �ir�sert text here)
Date Issued:
Campany Rlame:
�ngineer's project No:
Engineer's Project N9anager:
lish�d in �he �e
�, List of ac4ivifiies tn be accomplished in fihe nex4 r�porti
1. (insert text here)
2. (insert text herej
3. (insert text here)
4. �insert text here)
5. (insert text herej
6. (i�nsert #ext here7
C. �is� any poten�ial def
1. (insert text herej
2. (insert text l�ereJ
3. (insert text here)
on acfiiorts
and
�. List any ac4ual delays and pro�+ide
1. (insert text here]
�. (in.sert text here)
3. (insert text herel
aCti�ns
City of Fort Workh, Texas
Constructivn ProjeGt 5chedule fdarrati�e Report for CFw ProJects
TPW Official Release �ate: 7.2D.2D18
Page 1 of 1
..
Safe Routex to 3chool Improvemenis
Ciry Prajeet Numbcr: 1�1264
00 �z ts.a - n
CONSTRL7CTION PROGRE55 SCHEDULE — SUBMITTAL PROCESS
Page 1 of 7
SECTION 00 3� 1�.4
CONSTRUCTION PROJECT SCHEDULE — SUBMITTAL PROCESS
PART 1- GENERAI.
The following info�-mation provides the process steps far the Contractor to foIlow far
submitting a project baseline or progress schedule for a capital project ta the City of Fort
Worth. S�e CFW Specification 00 32 15 Cvnstxuction Pxaject Schedule for details and
requirements regarding the Contra�tor's project schedule.
If you are not a registered CFW Buzzsaw user, please ezx�ail or contact:
Fred Griffin, Buzzsaw Administratar
City of Fort Warth
Fred.Griffin@foriworthgov.org
817-392-$ $68
Using yaur registered username and password log into the City's Buzzsaw 5ite
hsin, �rnic..."onm�.b�� -=�w.��rr����licnt fortwortligo�•
� � „
I� 1 ., 2 —
I._`
. . • + — — .�. ++ _
�� � �'
Navigate to your Project Folder. Verify that your Projeet YD and Project Naz�ae are
consistent with Project Folder N�m.e.
Navigate to the Schedule Directory under your Project Folder. The 40701-Fla�seed
Drainage Improvements project is used for iliustrat�on.
GTTY OF FORT W(IRTH 5afe Rvutes to School ImprovemenYs
5TA[YDARD CQNSTRUCTION SA�CIFICATION bOGUMEN'1'S City Project Number: 101254
Revised l[ILY 20, 20i8
00 32 15.4 - Q
CONSTRUCTION PROGRESS SCfi�DULE — 5iJBMITTAL FROCESS
Puge 2 of 7
E�e �dit v_ie5. Iaoh Ce�p
� lk° �i ��I � il/ddi r..� �� `i� I, �B �w tiJ f� I�':.i t-f� ��_ _� I LS+KJY ��Sl' �.°e� �l�l I.� f- � i�l ��9 j_ _._
��II'�-'.I �� 71f..J1"td0. ' I
-.I:: : _ � � I .y �. "" "" il. ,'I
�
I " —�
��I
�;
t
L:�
._1 Oa7���1 - -iaxseed Dra7nage -��":.ve � r,
.,1'� Bid�Fac rs
It, W '.�1Rrsponses
1+ -� �e iJruetic^
E+I �Ca�sl-'a s
� �r itraciar
_c respanqence
�_ 3n:�e-al'_ar.:act0ovaae�trc�d5�
,tl -� " :-itDram'.�Bs
� -' �k :'7ceY�gs
:+1 u, F�ezd � v^eity
1+7 i ��.
�; JI` zs
� '� W7l]5-���h V:�agesCmUa�Chnrer5
4� v]Fss.- .�6e^, a9es =er •aleiuster?
�'( JT76 � u� � V a9es SE ".'�sler Be�� y
� uo: z� - t� a�»a�� set u��r -ier
� ]9T3= - sa i nr, SeN�er r.eha i_nr re.
� -9755-':_n,l e .d200^CN ta[ '
� C]768- _;.aad-Aryar':• ��'� „e
' f E778 �� N �haf �ei
� f h73d -S�rvoor Cret., tSyc.v v te Sdi
� . IP7- ;rr .�r. ^oar!-f a-tesa t. P
. ,i�a._ a�c�F..r.o6n_n'. ..
---. �. � . � fnlAna ,8, 3�]il� �
.. ��.���.��� �
�
IwM +�Hs� ,�I.y'rrc
rl�id�edc�es"Me ds FredG�•�rt 16,33# MkrosaftEacc_.Y .
�` r �i
1fH'�4�_` �..�� 7l;SFR[I. ; SRYpw�� �aY.rx. LtCLS10�. t�mflt. � W_o1105I�1Y�'111oAdeti ��•
�f /,
Two files will be uploaded fnr each submittal. A native schedule file format either
Primavera .xer or MS Project .mpp an,d a PDF �ersion af tlae schedule will be uploaded
Verify that the file name contains the 5-digit Froject ID, Project Name, aaad Submittal Date
and follows the standard naming conventian. Initial schedule submittal will be labeled as
Baseli.ne' far example:
OD7� 1-Fl axseedDrain.agelmprovements-B aseline
Schedule suhmittal updates will be labeled with Schedu�e Submittal Date `YYYY MM' for
example;
00701-FlaxseedDrainageImprovezxients-2009 O1
Expand or select the Schedules folder and add bot� the native file and PDF file to the
directary.
From the Toolbar Select L�Add Document
CTTY OF FQRT WOiZTH 5a% Routes to School improvements
STAIVbARD CONSTRUCTION SPECIFICATI�N DOCUM�NTS City Praject Numher, 1O1264
Revised 7ULY 20, 201$
OR 32 15.4 - U
GONSTBUCTION PROGRESS SCHEDULE — SUBMiTTAL PROCESS
Page 3 af 7
F9e E�. t 41ew Toals tielp
I I �, � .:vJ .:_l i'd SF`I �
-�� �raHtlny { i
I flrrM+ �:•rt kl
I?i�:�o iw �.w��..
I�— �.F� i� ",k --- nn701-`�axseedbreoxi8�lmWoven,�lt r I
I� J Falaer �� cA Forms
- _- +� Bid�les�lY��ses �
fJ+ iJ ConshvcUort
�1 � Consultanls
J [mtraccor
� :�, Carespa�dence
a� Ganera! Cc�tract 7ocumerts r�d Sped
' ��I PraiectDra�n�ir�gs
+ � pubuc h7eetiregs
��J� -�� � �Reray! �W�of�nY
.. . - �lb.�;a::�'
�' } �r�+��S Index xIS
�
.�
[�
�{ ... . �
4esF1Y
� : �4�➢25
i+ 'i!,'1 40705 - Urhan Yllaqe5 CenUak CW5tfs' 5nc F
�.��,'� ��0745-Ut6a74AlagesCmtralGhisterSaul
'�� °� U0706 -lJrhan Valages SE Cluster BerryiiH
ix� f'� U0706 • l![lsdn Y�la9es SE �usieP Ne� Eas
o-�- � 9�730 • S�ar�+.ary Sev.er Rehab Gon4aet LX
�' Y"y �t7755 � Mesquit� Rd 2004L1P "rar 1(Des
��3 oo75s -Duks Raad -6ryantLvin to GranM
m t� ^0778 • Lehow Charnel
� i�^.'1?86 - Summer Creek � Sycatnore SchooS �
t k
FoliMl� .,� ,I
fir'- � ... . .''I �ull�. ' �-c ...i}'x.
�',_Sched�rslnGra.�s Predc`lFfin 16,�+74 Miaasafl
I
I
�S }
„ -.�.-�— -- — C7151 �... _
Select Browse and go to tlie loeation of the iiles on your desktap.
Select Open
;�
� .I - ief�:l{�Y.i���hbr�Ih7rRoJtirr.l�ro'r Yu�:r1�15ur?7�Oik�k7+M1[•�i4W5iM �ppcc++;J:
Selecl 2roxse I .
pqL�114F�113
.11t ' ��k..._kl�"llrY �I}ii .I'f�
�1lb.l�k: �
Sa+a �r+�+ I
�Jo��tc.ata�i
0
�
� I
F�
;.�' fa��; t�� iC � I� 1:�1 �.1" ir�' �_�i h+.� f� ;I ��_ �'i � i�* '��"i1 �[3J • �
�'� 75 I ..1 =Y]t'-t� ! I LJ ��
} I:Ay SJ{7'L'.i �'s• �'� '�+�'I' �]x':�` .it'Midyr' � f9 '•�
�J
i =', �„�tteF �I"' :riateaHaYer
I.FF P,y{A \ �:., i . .fLMx_, 'AC� •�nDrn'urSc
[Ucui�a � ,.Sr.....ea��-P,�•1a�ar• `jB0•'-.^1,ca:.xJ!
� r r7�unE[3�&6VC.= y��tlearTypeAal:ng
� r.o»so;ilppg ;N�'GaolRecGrdfditPro
��_;�•� .� .�„r��-:,�.�� ;�,�crcnv:mdanm�,simi.►
�`- -.n,t ' c�rstai a�ca�a �a
� �Gap¢eEutfi �jP�t2uldtRefererxeGulde.pdf
' �� "vPhota�tFapress �'Disic�ekap�tu
ra,��. �•r. , . _
'.w•�^. .':�v^�rtPrena �,.FC¢SwndAacwd..�r
+,�:�= "� - r c-r-r ��yFreeSixn�dtecardEr.exe
'] ,jJ�:..s�.-,,.,.n '�LeP�Sa[uilY
, =rnacti?.� 4�.��•'�. i�}�.]PG
� FZ60�01: !Is'o Vers?on 7�AI21n�de Oul e8ovk �"f¢e�*�atlnq
� �� .
._.�
�±r�id'�ti�• -Ji.v. I �I f �.l'�I� I
;'Y{' �{��}� I�.I..�r ..��.� -. . � � �_. -I " .
The file will appear in ti�e Buzzsaw Add to Proj�ct — Select Documents window
Select Next
CTI'Y OF F�RT WORTH Sdfe itoutes ta 5ehopl Tmprovemenls
STANDARI3 CONSTRLTCTION SPEClFICATIQN DOCIjbIENTS City Project Num6er: 101264
Revised 7lJLY 2Q, 2018
ao 3z � s.a - a
CONSTRUCTTON FRpC:RE55 SCHEbULE — SUBMITTAL PROC�S5
Page 4 of 7
�
Do nat select Finish at this time.
5e3ect
Cus�Ements
,i!!�,,,� f'^]MIYILnt
Fs�d B+sl
rwun��w�
�
,S� � seb:l t�krKnv la�SN? bs U5e bGt.l ,.rh+Jr� Ya�,an 715no'.rtS Ina I;.x+iPrnl OIr9X7' fU4`�?951}-
�_..��.'S�'°': �. .� I�� Irtrlutl�AUt�a.M�r,<Xkerrr.+lrefr_fain.e.
I F.t.4+Nmm���•"� �`_ �— _•v� � �i_I?�:TGOfI I�'i0dlf�i� .�jID� _
���1,-:T;S�{rymxetC:.snaq�+w,�•,.-�v-��i 2".'S_Js^�.r . , ,�s�+e�dssw... 3f7J2�.. i#�250
� � — — - - ---- _ .� �. — — - —
r Ad� tn [�atiirnerir �eeyi<.er: � G.. � ? . ::�� �� _ . • `I
�d
G' p�id �tl�rrEGutP, Ca tl�: �ipfn7i1r.r11 'es iri Cf��r�upk0a�.i ��zard
� _ .. . �I:3��JIl1Qo{'i.rltn�,��,s
--•:���,k L�r.�t> �Fr^�� _ C�t[el Hd_o �
You will be placed into the Attach Coznrnent vwindow to enter a record into the Projeci
Sch�dule Subm.ittai Log.
Enter the Project ID-Project Name-Suhmittal in the Subject Line.
Type Submittal and Campany Name into the Comrnent win,dovv along with Contact Name
and Cor�tact Phone Number.
Select Next.
i� QCreateacommentthatbecomestheqercr.drxrci•x,y,b��1dk.�vs.la„�r.inlo�Nr.e1���qyj¢�.J
TiY7 S62p 13 dp[10f1d�
�e;ect bocu nents r add [amment to new discuss�an
-.�tiach [ommenh � � � B � �� I L� L�� I �'� I.� 1 � � �� _'����1� �
Sen C-�,,.� Stl6je[t: =�1'7},=faxseedDra�agetmpravemer`_-8ast ne � J
fiGld�Gln.7 — _ _ . � ___ � �..�� — -- -- --
Base:�,te Sciiedure sub � '�tal `�om'tr nprny �Vame'
.r�tact Nane
-or^a[SFhone
Or
Update Scl�edule 5u6 �ItYal �ar�; 'omp¢My Name- fpr ..ork pei.nr.,zed up ta ]snuar�, 31, Z�69
Confact Ivz ne
I CorfactF �onej
�
�
":3=G: Jr,+ ` � t'rsl� I [aicel � Help 1
CITY flF FORT WORTFT Safa RoiEtes to School Impra�em�nts
STANDARD CONSTRUC7'ION SPECIFiCA'1'ION DOCUMLN'I'S City PrajectNum6er: 1q1264
Re�vised ]ULY 20, 2Q18
00 32 1 S.4 - 0
CDNSTRUCTTON PROGR�S5 SCHEDLILE — SUBMITTAL PROCSSS
Page 5 of 7
You �wvill be placed into the Send Email Notification w�indaw.
Select To and the Select Recipients window will appear with a list of Project Contacts.
Select the Project Manager as the T'o Recipient and the Project Contcols Group as the Copy
Recipient.
�"�;"� (e.�"oda_�IlaeSlr-WW:�nr_rbr+.•ni�lVrAsi=-,�clul�.p-�:,er.yx�if�.ii�.i�lic�.:;:isita r;7
I` S�.acl Oocuncnta
1 r..._ . i -� ��� � I ' � I r
�
� u.,.li.�I�.F I' I - _. _ _ __ _ _- ._ _ _ �..- — _ -_ _ -" :
i���irRr�w� I _ __ '. _ _ __' - __ _.,- - _. � _._� _—
i-
h�i� � IMtlY_r ' '_ _ "- '—" .
� I i .- � ' J W.' ._.._�1 . i .� � '_ __' _
� � � � � : �,a- �, � �. . _ :,s... : ,. . � . � � .
r.a..
. � Tr� , r.., F, w...
' nev}v�,. r... W . f?l .
V.B. M... ll... H... B d IE.�... VrO...
Vn- r7d.�. V... T... CT... :(7...
' Nvfoi..� VIC 'f... FN.-. 11ti.., r+0...
':d] H,C... V... M... CM... �1i.. �
viw-ke.._ Y... K... CN... Y13...
wc-_.e ..
. W..� P..� HO... 1�... P.l.
\Y�ndY... W.�. <--. cn... �l2... I.lv...
��Mined \YWPr_r�.. W] 11... 0�... hW... ISa�.. __ ' —____�
lYt'd*.rh� . W..� u� Nn... Na��. Tcr�.. . I�.rLt. •Cunl�dn �..n
�•�-�] 1.�. W... I... [P.., 11/... Le... �
_ + -. Y... P..� Y.l llf�.�
�.... . .. 14�. C1tl..� i
� . . . No... _ _ - . _ _ _"
� : , I —
�u�ll� Slw { 1 _'� • ' " . 1 7 "' �" 3T�.. �
_4ia[e� Soul I .��. a�,._._� . -
d'Bd�v�W. � IL •a , s... 9... [ai... 4i. tnl... �
u hhai [aa [
cnmroat�k ��_,�i.. �..� _. .�.v ' . � - . � .. I
ray.r � V�:a '
Select the Paste Gomment buiton to copy the Comment into the body nf the email
Selec� Finish.
CITY OF FORT WORTH 5afe Routes m School Tmprovements
SSANDARD CONST`RUC7'CON SPECIFICA'l`ION DOCUMENTS Cily Projecf [*fumber. 1012b4
Revised J[ILY 20, 201 S
00 32 15.4 - 0
CONSTRi1CTIpN PROCrRE55 BCH�DUL,E — SUBMITTAL PRQCE�S
Page b pf 7
$� _: _-�.__. .. -_ ; � �,t cYL! r*vI la dr�rr prnJF..I .W^ikJG'1%'7illt"1lI�I �:{f.5`]f thr �lr�� 4} �iUJs'ed M1r. �1��= a?r�i.•...[J�Crai
i
' S�lect �e[L^+.er.5
� '�t{T Ca!!m1CRt
.3en� Email
r+otlrf.�tion
�
"" �`rcir{�}�rrrf�l _ J
� � � � �� '- �+� ��
1° I�f•en C "fin
�4 I���a+eetCry-•�c!�iean, _"'�---�•--- --
�- I I_i._ � �.. _. _—�
SuL��c:l: �.,�7qlflaxseedC•e'�agetn�pro�.�men�c�asN!ne �. � � f
IBase` ie S�hed�.�e Suomltt�. `n' :,�mpan, Name" �- -� - --- — --�
Car�tact Name
'cn� a[t phP'1e
Or
I���a[aSthet�'; 5u�-"rfal frr 1'Cc-.�any,JamE _3r workperforme� up ta ]a3tuary 3., 4]04
ICo� tact hlarne
+'ai �[tF�mne
1-
____ i— � w;l. :' � F..F�n I <:;��.:�i � v'���
Th� schedule file is upioaded to the directory. An email is sent to the City's Pxoject
Manager and Project Control Specialist.
�:� �::, ,�:� zq�
C .J , .i�G
Ra.:d r [i,.u�h
� `T_ 4
i
�'�� I
� I
�w
��a'.a
�•i
F��� I
L'
UpIoad the PDF fiie using the same guideline.
END OF SECTTON
. t?�o -
•F� � �i'_'1 t �S ?� i7 � t; li�s�.c .�`�' ,.. J �' _ � � • I
I I
�GV l it �
-! i
-',.���Yj� --.�.E —��— iil�v �.. 1 .�. ..
'''�' iAA�ia
- � tUTOt-fv SeedCrE'n;�e ImMa.�art�,� � It-- - - '-� � . ..... r� �� � . �:. r i - �
�.i � PSPIXim 4Jc1'.:]i� ��k,m rl'CtlUi(fin . .. � faie�.urnES'1..� llfLJlit0.l'� .
•� I6t3Re�ao�nes ��^_, r•
1— '�, A beflut�.. 7i.iS0 7$lft:: 3�9)TQi1� 4:1G
. coniwctm
� i Gu�:ulltnts
' CMIfN,S4
CIXfCP�AC"xe
» . GenetL:CpvtrMlDo[ur�bYr74m
�• r WokKtlkawngs
n � Wu:tt-'�ccMlst
ii � A4�IRi�+ikY
'• Sflr�hf.�
4�OO Tl Iff+xseedRF'eqzimarovem
Sd�cdf� trN.x.ais
i uaitn
+ i W%s-ixben�'Isq=sCen7tltf�sL=.�nF
�� OOh�S-lihcnY9;,y.5C�uzlrol_'estrr3pu�
'i � i70W6-5k6an41egesSElip[w9p..y4in
.. iOON6�cY6anY�agersSk[YsccrMe:rEas
+ 4-�70-Snrti�;rYSCwlrRel+aULOntrettLX
r � �'1755 • t+�'awrte Rd 7049 CW Ye� 1{Bzs
�♦ � 4-768�DrYs4Md�&YcnlhvntoQw�bt
t rM-�2hOwCiuvK1
V� .
CTTY OF FORT WORTH 5afe Roules to School Impravements
5TANBARD C4NSTRUCTION SPECIFiCATi�N T]OCLTMFNTS City Project Number: l O1264
Revised JtTLY 20, 201 B
00 32 15.4 - 0
CON5TRCIC'CION PROGR�SS SCHEDULE — SUBMPI'TAL PROCESS
Page 7 af 7
Revision Lo�
DATE NAME SUMMARY OF CHANGE
7uly 20, 2018 M. lantell Initial Issue
G1TY pF FORT WbRTH 5afe T2ou[es to School Improvements
STANDARb CONSTRUCTION SPECIFICATION DOC[JMENTS City Praject Nam6er: 1012G4
Revised 3C]LY 20, ZU18
oa3si�-�
CONFLICT OF 1NTERE5T AFFlDAV1T
Page l of l
SECTION 0� 35 13
CONFLICT OF INTEREST AFFIDAVIT
Each bidder, offeror or respondent {hereinafter referred to as "Y�u") ta a City of Fort W orth
procurement may he required to complete a Confliet of Interest Questionnaire (the attached CIQ
Form) audlor a Lncal Government Officer Conflicts Discloslue 5tatement (the attached CIS
�orm) pursuant to state la�v. You are tiirged to consult with cpunsel regarding the applicability of
these forms to your cofnpaisy.
The referenced fonns may be downloaded firaz� the links provided belovv.
ht :,Iwww.ethic�.state.tx.uilitotm�„L1-. �r
http' l� tvwv4 ,cthi��. �tdte.tx. u5lformy� C15. pdt
� CIQ Form does not apply
� CIQ Form is on file with City Secretary
0 CIQ Fortn is being provided to the City Secretary
0 CIQ Forrn does not apply
� CIS Form is on File witb City Secretary
� CIS Form 'ts being provided to the City Secretary
SIDDER:
Urban lnfraconst�uction By: /�nu Tamrakar
Company (Plea Print)
2512 Gravel Drive Signature:
Address
Fort Worth TX 76918
C.ityfState/Zip
Title:
END OF SECTION
G��
�Please Print)
Cil'Y QF F�RT VJORTH Safe Routes to 5cltnul Improvcments
ST�NDARD CONSTItUCTIOIV SPEC[FlCAT[ON QOC[IMENTS Ciiy Project [Vumber: 1(112C4
Revised August 21, 2U l8
ao ai o0
BIQ FORM
Page 1 of 3
sEcriot� oa a� aa
BID FORM
T�: The Purchasing Manager
clo: The Purchasing pi�ision
200 Texas Street
City of Fort Worth, �'exas 76102
FOR:
City Project No.
UnitslSections:
Bonnie Brae, WJ 7umer, and Diamond Hill Elernentary 5chaol SRTS Impro�emenfs
City Project Na. 'f 01264
Unit 1 - Paving Impro�ements
1. �nter lnto Agreement
The undersigned Bidder proposes and agrees, if this Bid is accepied, to enter into an Agreement with Gity in the form
included in the Bidding Documents to perForm and furnish all Work as specified or indicated in the Contract Documents
for the Bid Price and within the Gontract iime indicated in this Bid and in accordance with the other terms and conditions
of the Contract Documents.
�. 61DUER Acknowledgements a�d Gertification
2.1. In submitting this Bid, Bidder accepts all af the terms and condlfions of the INVl7ATION TO SI[]DERS and
INS�RUC�lONS TO BIDDERS, including withaut limitation those dealing wikh the disposition af Bid 8ond.
2.2. Sidder is aware of all costs to provide the required insurance, will do so pending contract award, and wiN
provide a valid insurance certificate meeting all requirements within 14 days af notification of award.
2.3. B9dder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed
indi�idual or entity and is not submitted in conformlty with any collusi�e agreement or rules of any group,
associatian, arganization, or corporation.
2.4. Bidder has not directly or incfirectly induced or so{iciied any other Bidder to submit a false or sharn Bid.
2.5. Bidder has not solicited or induced any indi�idua! or entity ta refrain from bidding.
2.6. Sidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in compefing for khe Contract.
For the purposes of this Paragraph:
a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely io
influence the action of a public official in the b9dding process.
b. "fraudulent practice" means an intentional misrepr�se�tation of facts made (a) ta influence the
bidd9ng process to the detriment af City (b) to establish Bid prices at artiflcial non-competitive
leveks, or {c} ko deprive City ot the benefits of free and open comp�tition.
c. "collusi�e practice" means a scheme or arrangement between two ar more Bidders, with or
withou# the knowledge nf City, a purpose of which is to establish Bid prices at artificial, non-
campetifive levels.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SpE.C1FiCATION I]OCl1MENT5 Safe Routes ta School Improvements
Form Revised lularch 9, 2020 City Prajed Number : 1Q1264
fl0 4S Ob
B1D FORM
Page 2 of 3
d. "casreive practice" means harming or threstening to harm, directky or indirectly, persons or their
property to influence kheir participation in the bidcfing process ar afFect the execution of the
Cantract.
3. Prequalificatian
The Bidder ack�owledges �ha# the following work types must be performed only by prequafified contractors and
subcontrackors:
a. Concrete Paving ConstructionlReeonstrucfion (15,000 square yards ar�d GREATER)
4. Time of Campletion
4.1. The Work wifl be camplete for Final Acceptance within 300 days after the daie when the
fhe Contract Time commences to run as pro�ided in Parsgraph 2.03 of the General Canditions.
4.2. Bidder accepts the provisions af the Agreement as io liquidated damages in the event of failure ta camplete
the Work {andlor achievement of Milestones} wikhin the tirnes specified in the Agreement.
5. Attached to this Sid
The following documents are attached to and made a part af this Bid:
a. Th9s Bid Form, 5ection 00 41 0�
b. Required Bid Boncf, Section 00 �3 13 issued by a surety me.eting the requirements of Paragraph
5.D1 of the Ger�eral Cvnditions.
c. Proposal Form, Section OD 42 43
d. Vendor Compliance to 5tate Law Non Resident Bidd�r, Section 00 43 37
e. MWBE Forms (o{�tional at time of bid)
f. Prequalification Statement, 5ection 00 45 12
g. Confliet o# Interesk 5tatement, Section QD 35 13
*If necessary, CIQ or CIS forrr�s are to ba pro�ided directly to City Secretary
h. Any additional documents that may be required by Sect9on 12 ofi tF�e lnstructions to Bidders
6. Total Bid Amoun#
6,1. Sidder will complete the Work in accordance with the Confract Llocuments for the follawing bid amount. In
the space provided below, please enter the total bid amount for this pro}ect. Only this figure wiEl be read
publicly by the City at the l�id apening.
6.2. 1t is understood and agreed by the 8i�der in signing this proposal that #he total bid amount entered below is
subject to �erificatio� andlor madifiaatio� by multiplying the unit i�id prices for each pay item by the respecti�e
estimated quantities shown in this proposal and then totaling all of fhe extended amou.nts.
Total Bid $3,842,046.56
CITY OF FORT WORTH
STANDARD GONSTRUCTION SPECIFICATiO� DOCUMENTS Safe Rnutes ta Schoal lmprovements
Form Revised Mareh 9, 2620 Clty Project Number: 9092fi4
00 41 00
BID FORM
Page 3 of 3
7. Bid Submi#tal
This Bid is submitted on September 96, 2Q21
Respectfully submitted,
�y:
(8ignatu e
Anu�Tamrakar
(Printed Narne)
by the enkity named below.
Receipt is acknowledged of the Initial
following Addenda:
AddencEum No. 1: Rr
Addendum No. 2:
Addendum No. 3: -
Addendum No. 4: - �
iitle: CED
Corrzpany: Urban lnfraconstruciion
Address: 2512 Gravel Drive
Fork Worth 7X, 76118
State of Incorporaiion: Texas
Ef1'181I: 4r..viu,u.._lnicon9tr uu�.wr i1
Phone: $17-816-5544
�lVp OF SECTIDFI
CITY OF FORT WORTH
STAN�AR� CONSTRUCT1aN SPECIFICATION �OCUMEMFS
Form Revised March 8, 2020
Corporate Seal:
Safe Routes.to School Improverr�enls
G€ly ProJecl Number : 101284
nn �z a;
Ltll) PItOYOSa\L
Paw� I uf2
5ECTION 00 42 43
1
�Ii�l� �RI�E �I� �idder'� �►ppli�afii�n
project Item Information 61dde�s Pcoposal
Bidlist Item No. �escription SpeciFication UniF of Bid ��it Price 9id Value
Seclion No_ I'J�easure Quanlily
7 PREPARING ROW tOQ fi002 5TA 477 $70.00 $33,39a.60
2 REMOVING CONC {PAV} iQ4 60a1 SY 72 $90.00 $6,484.00
3 REMOVING CDNC (51D.EWALKS) 1D4 6015 SY 3331 $15.50 $51,830.50
4 REMOVING CONC (DRIVEWAYS) 1Q4 60i7 SY 4U85 $15.50 $63,317.50
5 REJNOVING CDNC (RETAINING WALLS) 1D4 6024 SY 1l5 $74.0�. $8,510.00
6 REMOVWG CONC (CL1RB QR CURB & GUTTER) 104 6D29 LF 3603 $90.5� $37,631.5Q
7' REMOVING CONC {FLUME) 104 60A�} SY 1 $550.09 $55U.U0
8 REMOVIEVG STAB BA9E AND ASPH PfaV {3") 105 Bt105 5Y 2765.5 $15_5U $42,565.25
g BLOCK SODDING 162 6462 SY 17758 $9.44 $159,822.a0
10 VEGETA7'IVE WATERING 168 fi061 NkG 622 $�11.00 $25,502.D0
i 1 FL BS (CMP IN PLC)(TYA GR1-2} (6") 247 6461 SY 318 $48.00 $15,264.00
'12 �-GRHMA(SQ)iY-BPGfi4-22 3406U11 TON 74 $23U,00 $17,020.00
13 p-GR HMA(SQ) TY-� PG64-22 340 6506 TON 37 S34p.60 $t2,580.00
14 DRILL SHAF7 (TRF SIG POLE) (24 IN) 416 6030 LF 6 $285.D0 $1.71Q.U0
15 DRILL SHAFT (TRF SIG f'OLE) (38 IN) 416 6032 LF 15 $415.00 $6.225.OD
16 RAIL {HANDRAIL) TY B) 45D 6048 LF 32 $260.OD $8,32R.00
17 RC PIPE (CL lllj(21 IN) 464 60DA� LF 135 $115.00 $16.525.D0
1g INLET (COMPLj (CO) (10 FT) �TW) 465 6418 LF 3 $5,400.00 $16,20�.D0
19 CAST-IN-PLAC� TRENCH DRAIN 47a 6D21 LF 1 i3 $790.00 $89,2T0.00
2q AdJUSTING MANHdLES {SANI7ARY) A79 6004 EA 3 $1,U00.00 $3,ODO.Ofl
2i ADJlJSTING MANHOLES (WAl'ER VALV� BOX� 479 6005 EA 4 $900.00 $3,600.00
22 ADJUSTING MANHOLES (WATER METER) 479 6008 EA 18S $540.00 $100,44U.OQ
23 REMOV 5TR (WLET) 496 6002 EA 3 $;,500.Oa $4,500.U0
24 REMO�'E STR (BOLLARD} 496 603a �A 10 $400A0 $4,OOp_00
25 MOBILIZATION 500 6U01 LS 1 $150,000.00 $150,000,00
26 BARR, SIGNS, TRAFFIC NANDLING 502 6d01 Md 10 $4,204.D0 $42,OU0.00
27 SIOQEG ER05N CONTLOGS {INSTL (8") 50S fiD40 LF 420 $4.50 $7,890.00
Z8 BidDEG �F205N CDNT LOGS (REiVIOWE) S�6 6047 LF 42D $2A0 $840.OD
29 CONC CURB (TY II) 529 60D2 LF 1775 $6.50 $11,537.5D
30 CONC CUFiB & GUTTER (TY l) 529 6Q07 LF 927 $60:00 $10,160.00
31 CqNC GURB & GUTTER (TY Ilj 529 6QD8 LF 3529. $43.00 $151,747.OD
32 ❑RIVEWAYS (CONC) 530 6D04 SY 77'24 $77.40 $594,748.00
33 CONC SIDEWALKS (4") 531 8001 SY t7329 $62.00 $1,074,39$.DO
34 GURB RAMPS (TY 2) 531 &005 EA 4 $2,pOD.00 $8,000.00
35 ClJR8 RAMPS (TY 7) 531 6010 EA 297 $1,6QQ.00 $475,2D0.00
3S CURB RAMPS (TY 7tl) 531 6013 EA 20 $1,64D.0� $32,0OO.OU
37 CONC SIDEWALKS {SPECIALy (RETAINING UVAIL} 537 6057 SF 881 i $25.0� $220,275.�0
38 CHAIN LINK FElVCE (INSTALL) (6') 550 60�1 LF 20 $100.00 $2,000.00
39 ChiAIN LIIVK FENCE [REMOVE) 550 6003 LF 15 $40.00 $800.00
40 REMOVE ANI] INSTALL EXISTING GA"fE 550 6015 EA 3 $500.fl0 Y1,500.00
41 CON�T (PVC) (SCH 4Dj (2") 618 fiD23 LF 25 $20.tl0 $506.00
42 CONDT (PVC} (SCH 40) (3") 618 6029 LF 15 $21.D0 $315.D0
43 CON�T (PVC) (SCH 40) 3") (BORE 61$ 6030 LF 35 $50:00 $1,75.0.00
44 ELEG CONDR (NO.Bj INSULATE❑ 620 6008 LF 75 $2.10 $157.54
45 ELEC CONOR (Nb.6� 1NSULATED 620 6�i0 LF 130 $2.70 $273.0�
46 GROUND BOX TY 4(i62922}WIAPRON 62A 6010 EA 2 $1,sao.aa $2,600.OD
47 ALUMIAfUM SIGNS (TY D) 636 fiD03 SF 23 $550A0 $12,650.00
48 IN SM RD S�i SUP$AM TYIOBWG 1j58(P) fi44 6009 FA 63 $75�,OD $47,25U.00
49 RELOCATE SM RD SN SUP&AM TY 10BWG 644 6p68 EA 57 $500.OD $28,SOO.OD
50 REFL PAV MRK TY I(W)8"(SLd)[D9DM1L} 686 E035 LF 208 $2.50 $52Q.00
51 REFL PAV MRK 7Y I(W}24"(SL�}(090MIL B66 6047 LF 2511 $8.50 $21,343.50
52 REF PAV MRK TY I(W)18"(YLD TRI)(09DMILj 666 6098 EA 49 $45.Op $2,205.00
53 REFL PAV MRK TY II (W) 4" (SL�) 666 6170 LF 347 $1.20 $416.40
54 REFL FAV MRK TY A(Yj 4" (SLD) 66fi fi207 LF 54a0 $1.20 $6,ASO.OU
55 REFL PAV 141RKR TY II-A-A 672 6009 EA 220 $4.50 $990.OD
5S PAV SURF PREP FOR MRK (4") 678 62a7 LF 5747 $Qf)fi $344.82
57 PAV SURF PREP FOR MRK (8") 678 6004 LF 20& $0.06 $12.48
5$ PAV SURF PREP FOR MRK (24"J 678 6008 LF 2511 $0.06 $1S9_B6
ClSY (]P FOAT W(71tTH
5T:tNO�5R0 Cf]NSTRI'{:TIClN SPFCIFI���Ti�1N �OC:l7MFNT5 Suf¢ Rumcn tn 5ahunl hngruvnnenls
f•om� Rrviscd Z01 �p V.'.0 Cily Pral�t A'um6er : l0J?G4
nu �? a?
IS1U PROPOSAL
P�izw _' �1"
SECTION 00 42 43
�P�I� �RIC� �l�
�idder`s �pplica�i�n
Allawance
Total Bid $3,842,U4fi.56
EI3D OF 5ECTlQN
CITY UF H)RT WUR7N
tiTANllAR� CUNStRL�[TIUh tiPECIFI(:i\TIuN �U.C�MENTti Sale Run[ra lu Suhunl Impnv�mla
Fnms kcriacd 2VIIU I'_0 Ci�y I'rojeri NumUer �, IUlt6a
ao aa �a
B[C] BONIJ
Page'I of 2
SECTION 06 43 13
Blq gO�Vp
FCNQW ALI. BY'CH�S� PFiE5ENT5:
Tnat we, Urban lnfraconstruction, LLC , known as
"Bidder" herein and �:Noi#h�American:5peclaliy insurance Company .. -. � a corporate sureky
duly aufhorized to do business in the State df Texas, knawn as "Surety" herein, are held and firmly baund �nto the Ciiy
of Fort Warth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal surn
of five percent (5°foj of Bldder's maximum bld pr9ce, in lawful maney of the l�niked 5tates, to be paid in Fort Worth,
Tarrant Couniy, iexas for the payment of which sum well and truly io t�e made, we binci oursel�es, our heirs, execulors,
administrators, successors and assigns, Joinkly and severally, firmly by thase presents.
WH�R�AS, the Principal has submftted a bid or proposal to per�orm Work for the follow(ng project
designated as FY 2q18 Safe Routes to School Improvements
NOW, THERE�dR�, the conditian of this abligatlan is such that if the Ciiy shall award tl�e
Contractfor the foregoing proJect to ihe Principal, and the Prineipal shall satisfy all re�uirements and conditions req�[ired
for the execution o# the Contract and shall enter into the Conlract in writing with tfi�e City in accordance with the terms of
such sam�, then this o[sligatian shall be and become null and vaid. Ef, however, the Principal fails to execute such
Carrtraci in accnrdance wlth the terms of sarne �r fails to satisfy all requirements and conditinns requtred far the execution
of the Contract, this bond shall become khe prope�[y of the City, wlthout recvurse nf the Principal andlar Surety, not to
e�xceed the penalty hereof, and shaEl be used to comp�nsate City For the dlfFerenc� between Principal's total bid amaunt
and the next selected bldder's tota! bid amount.
PRQVIaED FURTHER, that if ar�y legal actian be fl{ed on this Band, venue shall lie in Tarrant Coun#y,
Texas ar the United States District Courifar fhe Narthern olstrict of Texas, Fort Worth bivislon.
IN WIiN�S5 WHERE�F, the Principal and the Surety have SIGI�ED and SEALED ihis instrument Y�y
duty autharized agents and officees on this the 'k 6th day of Se temiaer , 2021.
PRINCIPAL:
Urban lnfraconstru tl n, LLC
BY: �
Signa
ATT�S . `
��.v� `fia m rakd.r
Witness as to Pri ipal � Name and 'iitle
ciry a� FORr waRrH
STANI]AItD CONSTRLICTIDN SpECIFICATIOM1F �OCIJMEPI'CS Safe Ftoules lo Schaul Impravements
Farm ReVised ZU171109 City ProJecp Numbar : 10128k
' , �
DO 43 13
BID BONb
Papo 2 of 7
Address: 2512 Gravel Drive
Far# War�h, TX 76118
SURETY:
NortF� American Specialiv lnsurance Cvmpanv
• ,1 . . .
BY: � � ,
SignaWre ���
5andra Lee Roney, Attorney in Far€ �� T�
Name and T'itle
Address: 1200 Main Street, Suite 800 _� __ _
Kansas City, MO �
�� - ,- - - � - _..��
A�_s� �„F� —
Witness a�s ta Suraky Dar�a Moore Telephone Num�er: 8�D-338-0753
Atkach Power af Attorney (Su€ety) for Attarney-in-Fact
`Note: lt slgned by an officer af fE�e Surety Company, there must be an ffe a certified extract from the by Isws
showing that this person has authorily to sign such obligation,� lf Surety's physical address is ciififerent from
i#s mailing address, both must be provided. The dale of the bond shall not be prlar ta the date the Contraci is
aWard�d.
�
�ND OF SECTI01*i
CITY OF FORT W4RTH
STANOARO CONSTRL1C710N SPECIFIGATION �OCUMENTS Safa Roulas ta 5chaol EmpravemenYs
Form Ftevised 20� T11U9 Cily Project Ntrmber : 101264
fi �
� �
SWiSS R� C�RPORATE SOI.,UTION�
NORTL-I AMCRICAN �P�CIALTY INSURANC� C4MPANY
WASHING'i'QN 1NT�RNATIONAL, INSi1RANCE COM�'ANY
'VV�STPORT INS�I]�TtANC� CORPORATI�i*1
C�NERA� l'4V1'ER OF' ATTORNEY
KNOW ALL MEN �Y TLiESE PRESEN I'S, "i�HAT North Ai3iericai� 5pecialty insu.ranca C�nlpaily, a corpor�tian duly orga�iized �nd ex.isting
under laws of the 5tate of New l�ampsllire, �nd h�tving its principal wftice ii� the City af Kans�s City, Missauri and W�shi�agton lnternatio�ia�
Cnsucanec Cornpany a corjsnraCiou arganized arici existing �ander ths iaws of the 5tate afNew Hainpshire and h�vin$ i.ts principal office in the City
oEKansas Ciry, Mis�ouri . and Westpol't Itlsurance Corporaiit�n, or aniaed under the iaws of the 5tate of Missotrri, and having its principal affice ��a
tha City nf ICans�s [:�ty,1�lissour�, eacli doas heref�y m�ke c�nstitufe and a��po�nt:
�QHN WILLIAM N�WBY, TR�Y RUSSELL KEY, DEBRA LE� MOON, ANDREA ROSE CR,AWFORD, SANDRA LEE RONEY,
SUZANNE GLIZ.AA�TH NI7:D'/..WfiiDZ, CH.L�Iil LYNN IRBY, ANll dUSH[iA 13, TRl"�T, JOINTLY Oli S�VE�3Ai.,I.Y
its true and lawFiil Attc}ruey{s�-in Fact, to mt�fc�, execute, settl ar►d deliver, far and on its bel7t�l� and as its act and deed, bonds ar �ther writings
obligatory ua fihe nat�ire of � bond oi� be:hall'of ettclt of said Companies, as su.rety, on co»tracis of surelyship as are or may be required nr permitted �y
law, regulation, contract or c�ther+�ise, pravided that no bond ar undertakin� nr• eautract or suretvsiup �xecutec! und�r this authority sl�all exceed tile
amaunt of: TWO T-ICJi�fDRED MILLTON (�2DO,OOO;OOO.DO) DOLL.ARS
This Pawer of AtEorney ts gr�nt�d and is sign�ci by facsUnile under anci by the antharity o�'tbe fullowii�� Resnlutions acinpted by the Bnards of
pirectors ofNarth Ainerican Specialty Insi�rance Con�pairy at�d Wasfaingtvn lnternation�l Insurance.Compa�ty at ineefings duly call�d and beld
on Marcl� 24, 2Q00 aiid WesFpoz•l' Tnsurance Corporation by written c�nse�ic o1' its �xecutive Cnmmitrae dated 1uly 18, 241 i.
"ftESDi.VE�, tl�ak:lny lwo of lhe President, �ny Senior Vice President, �ny Vice P3'esident, Any Assistaut Vice Presideut,
the Secretary �r aiiy Assistant Secretary Ue, ancl each or :tny of them here�y is authorized tp exe�ute a Power ol' Attorney c�ut�lif.ying the attUrney natned
in the given Po�er af Attorney to exe�ute an. bel�alf oF the Compnny bonds, undertaLcings And all cor►tracYs af s�.�rety, and th�tt each or any nf them
hercby is autborized to �ttest ta t�e execution at xny such Pawcr ofAitorney and t� attach therein the seal of the Cannpany; aud it is
F[IRTH�R RESOGVED, fhat the signature nfsuoh officers a�id th� sea� ot'the Conipany may be affixed to any suc1� Power of Attarney nr Co any
eerti�cate relating tGereka by iacsimil�, and. any such ]?ower of Attoruey ar cerfi�caCe bea�7ng suali iacsimile signfltures or facsimil� seal shaf! be
bindin� upon the Company w11e�i s4 affixe8 and in the fi�ti�re with regard to any band, ui�de.rCaking or contract o.f surety to wl�ich it is �ttached."
�y �����
Stcrcu . trRnn� cn or cc res ent o �s �ug un nternat nnH nsw�unee Cnmpan}'
fi Sc��inr Vlce Pre�it[wtt nf I�arfh Amcr�a�an S�crial4y (naurau�c Cnn�panp
.hSe�doe Viee FrealAe�il of Wes�port [nsurnnce Carporu�lon
M11�haei , to..'en nr �ce res��h�ngtnn Lnlci+w onal nsurnnce
Om�IHn S'
& SnnEur Vicc President of orth Anlericna 5pceia3ty inaurance Compnny
& Seniar VicePreafden! ol'�Veslpar! IusurnnceCorpnralion
iN W[TNESS WH.ERE�F, NarEi� A�nerican Specialry Insurance Company, Wasliingtnn international lnsur��iee Cumparzy ���d Westport
Fnsu�ance Corporation l�aue oaused theit vf.�ciai seals to 6� hereunto a#'fixed, and tl�4se prese�tts to 6e sig�ted by their aathoriz�d nffi,cers this
tlus 9fl1 dRy o£ FEBRUARY , 20 21
Nartt� American Speciatty Insurance Co�npaa�y
Vlrash'sngton Intersyational Insur�i�ce Campan.y
State of Illinois Westpor# Znsurance Corparation
County of Caok S�•
On. tizis 9th day af ����U�� , 20� before me, a Notary Yu61ic person�lfy appeured Steven P. And�rson , 5enior Vice �resident of
Washington LaCernatianal Lnsaranc:e Company and Se�lior Vi.ce President of NartU A�i�erican Specialty [nstt.rance Cotnpany and Seiiior Vice Presidenc of
Westport fnsuran�e Corporalion and Michael A, lto Se�lior Viae Presid.cnt of W�shington Internatiqnal insurance CompAny aud Senior Viee P�•esident
of Nartlt American Speciaity Insuranc� Company and Senio�•'Vice President of 'SJVestport fnsu�•noce Corparation, person�lly lmown to mc, who
being by m� duly swo�n, acEcnowledged that tk�ey signecl the above Powex of Attorney �s officErs of anci aclenowled�ed said instrumcnt to 6e ti�e
�+oluntary act and deeci of their respectave campanies.
b�F1CtAt sEu
R7. KENNY
NataryPu4�Pc. statcnru�l:,nis
�y�iraaisas� "n"�g
4�s�' k a t
�
M. Ken�y, Notary Public `
T, JeFfrey GoldUerg _, the duiy ��ect�:�' V'iae P"re�,i�e�t a«dAssist�a�t Seci•etary oFIVorth Atllericau Specialty Tnsurancc Company, Washingtan
Tnteniational [nsurance �ompariy :►nd 4V�$i�Df[ jllStl."$�CC COC�]�1F1t1011 C{U IleCBhY CSTLIfiy ti}]AI'•f�le abOVC �111� FRCP,gOlfl� t5 & Cii18 8nd COCfBCt COpy DFfl
Power of Attorney gi�+en by ;,�id• i�or�h Anie�ica�; 5p��ialty [i�suxance Company, W�shin�ton [nter�z�tional [ns.urance Con�pany And Westpart IaysltrAnce
Coi�poration which is sdil in full %rce �n:! �t�,ct.
1N WITNE5S WHEREOF, I,�i�.ve s�t mx hattiti �tn,c�' �!`��,e'�i the se�tls af tlie Coi�npnnies this �Gtb dny af 5eptember , 20 21
� ������-���� �.
]eFfrcy Goldt�ar€;. Vice Presiden[ 8e Aasis�am Sec�inry nf Wesltin$�on lurmetional qisurance Company �
' [�forth Ansaricnn Specialry I�fsurnncu Gampany & Yice Pi�,s!Aent & Aaysiant5cem�ary af Wentpori tnsumnac Ca�aruliu
—�
fVori�h ,Pemerican �pecia[�y Insurance �ompan�
!�'ashington Inferna�ionaf Insurance Company
li�!lesfp��fi lnsur�ance �orporafiion
��XAS Ci.J�I�!!IS II��O�IVYA�'ION
iMPdRT�N� Nd71�E ApVI O I�IfPORTANT�
In arr#er to obtain info�mation or make a complaint:
You may contact Jeffrey Go�dberg, Vice President
— Ctaims at 1-$UO-338-0753
Para abtener infiormacion o para svmeter un queja:
Puede camunicarse con Je'Ffrey Goldberg, Vice
I'resident — Claims, al 1-8q0-338-0753
You may call W�sh�ngtan lnternatianal Insurance
Campany and/ar i�or#h American Speeialty lnsur�nce
Company's and/or Westport Insurance Corporatian
tol!-free number for information or t� make a
eomplaint at:
9 -8Q0-338-07 53
Yau may alsa write to Wash'rngton In#ernational
Insur�nce Campany and/or North American Speci�lty
tnsurance Comp�ny antf/or Westport lns.urance
Corporation at the following address:
9 200 M�in Street
Strits 8(i0
��fY$AS G'It�lr �Q �1�i OJ�
You may contact the Texas Department a� insurance
to ob#ain infarmation on companies, co�erages,
rights or compkaints at:
7 -8Qp-252-3459
Yau may write the Texas Department nf Insurance:
PA. Bax 9 49104
Austin, TX 7'87 S 4-9104
�a�c: {512j 475-1771
Web: h'tto:Ilv�nnrw.tdi.stste.tx.u�
�mail: ConsumerProtea#ion@tdi.state.t�c.us
�R�MIUM dR CfAtM DtSPU7ES:
Should you fi�ave a dispute cancerning your premiu.m
or at�out a ckaim you shouid first contact the
Washingtan Internatianal Insurance Company and/or
North American Spec[a#�t�► lnsurance Company and/or
Wes#port lnsurenc� Car�oration. If the dispute is no#
reso�ved, you rnay contact the Texas Department of
�nsuras�ce.
AITACH THIS NOTECE TD YOUR POLICY:
7his notice is far information flnly and daes not
became a part or condition of the attached
documen#.
Usted puecEe Ilamr al numero de telefono gratis de
Washingtnn International lnsuranc� Gompany and/or
North Ameriean Specialty Insurar�ce Company's and/or
WestparC Insur�nce Carparat�on para informaciort a
para someter una queja al:
7-8Q0-33�-0753
Us#ed tambien puede escribir a Washington
Internat[onal Insurance Company and/nr North
Ameriean 5pecialty Insurance Campany and/or
Wes#port Insurance Corporation a!:
1 ZOU Main Street
Suite 800
Kansas City, MO 64� 05
puede escribir al Dep�rtmento de 5eguras de Texas
para obtener informacion acerca de companias,
cob�r�uras, derechos o quejas al:
1-800-252-3439
Puede escribir al Departmento de Seg�sros de T'exas:
p,Q. Box 'l 49 t D4
Austin, TX 7871 A-91 D4
Fax: {512j 475-1771
Web: httn://r,�ww.tc�i.st�tc�.��s
Emafl: CortsumerProtection@tdi.state.�.us
[]ISPUYAS S�BFi� PRIMAS 0 RECLAMOS:
5i tisne una disputa concerniente a su prima o a un
reclamo, debe comunicarse con el Washington
international Insurance Company and/qr NorEh
American Speciafty Insurance Gompany and/or
Westport Irssurance Gorporation prlmero. Si no se
resuelve la clisputa, puede entonces comunicarse
con el Departmento de Seguros de Texas.
Uf�A ESTE AVISO A a"U POLIZA
Este aviso es solo pera proposita d� inframacian y no
se converte en parte o condician �lel daeumento
adjunto.
00 43 37
VENDOR CDMPLIANCE TO STAYE LAW
Page 1 of 1
SECTIOH 00 43 37
V�NDOR COMPLIANCE �O BTATE LAW NON RESIDElVT BIDDER
Texas Government Code Chapter 2252 was adapted for the award of contracts to nonresident bidders. This law
pravides thak, in ordar to be awarded a contract as low hidder, nonresident bidders (out-of-stata cantractors
whose corporate offices or principal place of business are outsid� the State of Texas) bid projects for constructian,
impro�emenks, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the
same amount that a iexas resident bidder would be required to underbid a nonresident bidder in order to obtain a
comparable contract in the Stafe which the nanresident's principal place of business is located.
The appropriate blanlcs in Section A musk be filled out by alE nonresident bidders in order �or your bid ta meet
specifications. 7he failure of nonresident bidders to da so will aukomatically dis.qualify that bidder. Resident bidders
must check the box in Section B.
A. Nonresident bidders in the 5tate of , our principal place of business,
are required to be percent lower than resident bidders by Stake Law. A copy of the
statute is attached.
Nonresident bidders in th� 5tate of
are not required to underbid resident bidders.
, our principa! place af business,
B. The principal place vf business of our company or our parent company or majority owner is
in the State af Texas. �
BID�ER:
Cvmpany Name Here
Address Here
Address Here or S�ace
City, State Zip Code Here
By: Prin �lame Here
(Signature}
Title: CEO
END OF SECTiON
Date: g�1612021
GITY OF FORT 1�fORTH
STANpARD CONSTRUCTION SPECIFICAiION DOCUMENTS Safe Routes to Schaal Impravements
Farm Revised 201 t 0627 Ciry Projest Number ; 101264
QO 45 12
Blp FORM
Page 1 of S
S�CTIOFd 00 4512
P'REQUALIFICATION STATEMENT
Each Bidder for a City procurement is required ta complete the information be{ow by identifying the prequalified
contractors andlor subcontractors whom they intend to utilize for the major work type(s) listed.
Major Work 7ype ContractorlSubcontractor Compa�y Name Prec�uafification
Expiratian pate
Electrical Durabie SpecEalties 10/19/2022
#REF!
#REF!
#REF!
The undersigned hereby certifi�s that the contractors andlor subcontractors described in the table above are
currently prequalified for the work types listed.
�IDDEI7:
Urban Infraconstruetion
2512 Gravel Drive
Fort Worth TX 76118
gy: Pri E! Name ere ��'h U� TR hr� I�+o� ��Y'
r �-
Title: CE
Date: �11612�21
CI7Y OF FORT WORTH
STANDAR� CONSTRUCTION SPECIF1CA710N DQCUMENTS
Form Ftevised 2012012a
ElVD OF SECT[ON
$afe Routes to School imp.rovements
City Praject Number : 101264
00 45 26 - 1
CD3VTRACTOR COMPLIANCE WITH WORK�R'S COMPENSA'l ION LAW
Page 1 of 1
1 SECTION 00 45 �6
2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
4 Pursuant to Texas Labor Code Section 406.096(a}, as amended, Coniractar certifies that ii
5 prvvides worket's compensatian insurancs coverage for ali of its employees employed on Gity
6 Project No. 101264. Contractor further certiiies that, pursuanC to Texas Labor Code, Section
7 406.096(h), as amended, it will provide to City its suhcontractar's certificates of compliance with
8 worker's compensation cav�xage.
9
10 CONTRACTOR:
11 x
12, Urhan Infraconsiruction By: �i ►1� ��d' �'�`'� J
13 Company ( lea � 'nt)
1� �� p ` '-
! S 2512 Gravel Drive Signature: � �;
16 Address ``
17 � ��
18 FOrt �Orthy TX 7b118 Title: �' ��
I9 City/State/Zip (P3ease Pr�nt)
Z0
21
22 THE STATE OF TEXAS
23
24 COUNTY OF TARRANT
25
26 BEFORE ME, tl�undersigned authority, on this day personally appeared.
27 i , known to rme to be the person whose name is
28 subderi ed t the foregoing instrument, and acknowledged to �ne that he{she executed the same as
z9 the act and deed of �_; ��.�,� for the purpnses and
30 consideration therein exprassed and m the capacity therein stated.
3 i �-'
32 GIVEN UNDER MY HAND AND SEAL OF OF ' -•� '
33 ;�,o.c.t�;��, 20�;� :;�tR���;. NItIMAPOUD�L .1�,
�r
34 �� =*: �:*= My Not�ry iQ # 1325861A7
'�;';•• �+T' Expires July 24, 202h
35 •,:a;o��c,. .
r'
36
37
38
39
40
Notary Public is� and %r the State af Taxas
END OF SECTION
CI'I`Y OF F�RT WflRTH
STANDARD CONSTRUCTIqN 5F�CIFICATTb1V DOCUMEiVT
Revised 7uly f, 2011
5afe Routes to SchoQl Improvements
Ciry Prnjeet Number: 101264
00 45 40 - 1
Husiness Equity brdinance Specificalions
Page I of 2
1 SECTION 00 4� 44
2 Business Equity Specifications
3 APPLICATION OF POLICY
4 If'the total dollar value of the contrac# is greater than $ l OQ,000, then a Business Equity goal is applicable.
5 A Business Equity Firms refers to certified Minority-, and/or Women-, owned B�,siness Enterprises
6 (M/WSE).
10
11
12
I�
14
15
16
17
18
19
zo
21
22
23
24
25
26
27
POLICY STATEMENT
It is the policy of the City of Fort Worth to ensure the full and equitable participation oi Busix�ess Equity
Firtns when applicable, in the procurement of all goods and services. AlI requirements and regulations
stated in the City's current Business Equity Ordinance No.24.534-11-2Q2.0 (as eodified:
ht .� ,• �=dclib� z��.aml- ,�al.com �ude..�r�.-�:;sth�i�:r�;,'+iworCl�—t .��t-i)-U ?4-� apply to this bid.
MBE PROJECT GOALS
The City's MlWBE goal on this project is 8% of the iotal bid value nf the contract (Base brd applies to
Park� and Carrtmunaty Servaces).
COMPLIANCE TO BID SPECIFICATIONS
On City contracts $100,000 or more where a Buainess Equity Gval is applied, ofFerors are required to
comply with the intent of the City's Business Equity Ordinance by meeting or exceeding the above stated
goal through one of the following methads: 1. Business Equity subcon#racting partiCipation, 2.
Commerci�l usefnl function services perfnrmed hy the Business Equiiy Pr'trne to caunt towards the
goal, 3. Combination of Business Equity Pr�ime servrces and Business Equity subcantracting
participation, 4. Busin�ss Equity Joint Venture participat�on, 5. Goori Faith Ei%rt documentarior►,
or, or 6. Prime Waiver doc�mentation.
28 SUBMITTAL OF REOUIRED DOCUMENTATION
29 The Utilization Plan shall be due at the time specified in the solicitation. The applicable documents must
30 be received by the Purchasing Divisinn, within the time allocated, in arder for the entire bid to be
3l considered respaz�si�e tn the specifications, The afferor shall EMAIL the Business Equity
32 documentation to the assigned City of Fart Worth Project Manager nr Department Designee. Documents
33 are to be recei�ed no later thari 2:DU p.m.,,,on. the second City 6usiness day after the hid opening
34 date, exclusive of the bid apening date.
35
36
37
38
39
�0
4]
42
43
44
45
46
47
48
49
The Offeror must submit one oi the following. documentation:
1. Utilization Form, ifthe goal is rnet or exceeded,
2. Goad Faith Effart Form and LTti[ization Farm, including supporting documentation, if
participation is ]ess than stated goal, or no Business Equity participation is accomplished,
3. Prime Contractor Wai�er Farm, including supporting documentation, if the Offeror will perform
all subcontractinglsupplier opportunities, �
4. Joint Ventt�re Form, if goal is met o.r exceeded with a Joint Venture.
These for�s can be found on-line at:
Business Equiry LTtilization Form
CI'CY OF FORi' WORTH Safe Rnutes la 3chaals Impraveme7xls
STANbAEtb CDNSTRUCTiON SPECiFICATTON bOCUivISNTS City Project Nttnt6er: 1.01264
Revrsed 7uly ] 4, 2021
00454fl-2
Husiness Equily Ordinance Speci6cations
Page 2 of 2
1 https.�,a�ps.i�rtworth�4�.a�.g.iviYra��ctRc�our..Wi�esoui.,.;st�I6U';�L6•
2 °�o24MW8ElNEW%20Business°/n20�quiry%200rdinancelBusiness%o20Equitw%2ULTtilizatian%20�'orm.
3 pdF
4
5 Business Equity Prir�e Contractor Waiver Forrn
6 it� , _ n�..._,,,,.gov/Pro�t, ' �s_ � �r ;oui•�,zsPiCU%20-
7 ` _'`�� ., 3i _ i�� ,20 3us�ne�,�°/ 2p1 �,..4 " �")rd nanc�/Business%fl20Eauitv%20Prime%20Contracto.
8 _<uVtid�: �.��
9
10 Business Equity Good Faith Effoz-t Form
11 fl�r � i_, lI'�,��<«�L,,..a�.gov_/Pro'ect�e�out�esll�esaurczsP/6U'%�l�-
12 °.o20MWBL/hEV,r � 20Bk�n��,�a°��24L u� iri'%?.00rdinancelBusinesa° _2!' �u��y . 'r}��.���f %•�?Or'� i�i> >_�}
13 fort`%20.Form.ua�
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
Business Equity Joint V�nture Fozm
ht�t ,�; �� forn or�h�„xa.,. uV,P»'Get�asourees/ResourcesP160�%20•,
�„20MWB�., vE�V' oZQBU��n.,�.,°•�l � uitv%200rctinanceBusin�s�',.,2l�E�uitY' 'rlluint,,,lOVcntur� p �f
FAILURE TO COMPLY WITH TAE CITY'S BUSINESS EQUiTY ORDINANCE WIT.�L RESi7LT IN
THE SID BEiNG CONSIDERED NON-RESONSNE TO SPECIF1CATiON5.
FAILURE TO SUBMIT THE REQUTRED BUSINESS EQIITIY DOCUMENTATION WILL RESULT IN
THE BID BEING CONSLDERED NON-RES1'ONSiVE. A SECOND FAILi1RE WTLL RESIILT iN THE
OFFEROR BEiNG DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE FATLURES IN A FIVE
YEAR PERIOD WILL RESULT IN A DISQUALI�ICAITON PERIOD OF THREE Y�ARS.
Any Questions, Please Contact The Business Equity Division of the Depxrtment of Diversity and
Inclusion at (81�) 392-�Gi4.
END OF SECTION
CITY OF FORT W012TH
STANDAfLD CONSTRUCTION SPECZPiCATION DOC[TM�NTS
Revised 7uly 19, 2021
3afe Rotties [o Sehools Improweme�iis
Ci .ty Project Num6er: 101264
oa sz a3 - �
Agreement
Page I of G
sECTrvN oo �Z aa
AGREEMENT
THIS AGREEMENT, authorized on December 14�'', 2021, is made 'by and between the City o�
Fort Wort�, a Texas harr�� rule Fnunicipality, actin� by and through its duly autharized City
Manager, ("City"), and Urban Infraconstructiat�uthorized to do business in Texas, acting hy
and through its dulp authorized representative, ("Cantractor"). City and Cantractor may jointly be
referred to as Parties,
City and Contraetnr, in consider�tion of the mutual covenants hereinafter set forth, agree as
fallows:
Article l. WORK
ContraeCor shall complete all Wnrk as specified or indicated in the Cantract Doaumants for the
Project identified herein.
Artielc x. PRO,TECT
T�e project For which the Wark under the Contract Documents may be the whole or anly a part is
generally described as follnvt�s:
FY 2018 Sa}e Routes dn School Improvements
Catv ProJect No. 10126�4
Ariicle 3, CONTRACT PRICE
City agrees to pay Contractor fnr p�rformance of the Wark in accardance wsth t�e Contract
Documents an arr►ount, in cttrrent funds, of Three Million Ei�ht, Hundred F`orty-Two Thousand
Farty-Ssx and 56/100 Dollars ($ 3,842,046..5G}. CoMtract price may be adjusted by change orders
duly autl7orized by the Parties.
Article 4. CONTRACT TIME
4.I F'inal Aca�ptance,
The Work shalf be compleCe for Final Acceptance within 300 days at�er the date when the
Contract Time cammences ta rttn, as provided in Para�raph 2,02 oithe General Canditians,
plus any extensinn thereof aliowed in accordance with Article I2 af the General
Conditians,
4.2 Liquidated Damages
Contractor recognize� that time ds of the esserrce for completian of Milestones, if any, and
ta achieve F'inal Aeceptance af the Work and City and the public wi11 suffer frorn loss af
use if the Work �s not campleted within the time(s) specified in Paragraph �,1 abave, The
Cantractor also recngnizes the delays, expense and difficulties invvl�eti in proving in a
legal proceeding, tl�e actual loss suffered by the City if the �Varlc is noi completed an
time. Acoordingly, instead o�' reyuiring any such proaf, Contractor agrees kh�t as
liquidated damages for delay (but not as a penalty), Con�ractar shall pay City One
Thousand Dallars {$1.00O.QO) far each day that axpires after t4�e Eime specified iri
Paragrap.� 4, I far Final Accepkanca until the City issues the Final Letter oi Accaptance,
CITY OF FORT WQRTfi 3afe Roules !q Schno! I�r�prnver�re+tL4
STANAARD CON5TRUGTrOi�f SPECIFICATION DOCUMENT5 Cit�� Pr•nject Nimrhe��: !�l2b4
Ravised 111231202i
OOS243-2
Agreement
Page 2 of 6
Ar#icle 5. CONTRACT DOCiTMENTS
5.1 CONTENTS:
A. The Conf�act Documents �vhich comprise the entire agreement between City a�d
Cffntractar concerning the Wor�C consist of the following:
1. This Agreement.
2. Aitachments to this Agreement:
a. Bid Form
1) Proposal Form
2) Vendor Cozxipliance to State Law Non-Resident Bidder
3) Prequalification �tatement
4) State and Federal docunr�ents (project speci.fac)
b. Current PrevaiIin.g Wage Rate Table
c. Insuranee ACORI] Form(s}
d. Payment Bond
e. Perfo:nmance Bond
f. Maintezaance Bond
g, Power ofAttorn.ey for the Bonds .
h, Worker's Compensation Affidavit
i. MBE and/or SB� Utilization Form
3. General Conditians.
4. Supplementary Candii�ons.
5. Speczficatians specifically made a part ai ihe Contract Docuaa�ents by attachment
or, if nat attackzed, as incorporated by re�erence and desc�ibe�i in tkze Table of
Contents of the Project'� Contract Docwnents.
6. Drawings.
7. Addenda.
8. Documentatian subnnit�ed by Con�ractor przoz to No�ice of Award.
9. The foll.owing whic�. may be de�ivered or issued after the EfFective Date of the
Agreem.en� and, if issued, become an incorporated part of the Contract Documents:
a. Notice to Proceed.
b. F'ield Orders.
c. Chan.ge Orders.
d. Letter of �znal Acceptance.
Axticle 6. TNDEMNIF�CA.TION
1.2 CantXactor cavenant� and agrees ta indemnify, hold harmless and defend, at its own
expense, t�e city, it� offiicers, servants and employees, �rom and again�t any and all
claims arising out of, or alleged to arise ont of, the work and services to be
perfarmed by the contractor, its officers, agent�, employees, subcanbractors, licenses
or invi#ees under this contract. This indemnificatipn �rovisfon is sneci�callv
intended to o erate and be effective even if it is alle ed or roven that all or some of
the dama es b�in son k�t were caused i� whole or in art 1� an act omuis�ion or
ne�li�e�ce of the citv. This indernnity provision is intended to includc, wifi�out
limiiation, indemrt�iiy for costs, expenses and legal fees incurred by the city in
defending ag�inat such cl�ims and causes of actions.
�i1`Y OF FORT R70RTFi Sufe Routes tn S'chaollmpravernei�ts
STANbAliD CQ3V5TRUCTION SPECTFTCATIp�T DDC[JMENTS City Prajecl NumBer; 701264
Revised 11123/2Q27
OOS243-3
Agreement
Page 3 af b
6.2 Cantractor cavenants and agrees to indemn'rfy and hold harttxless, at its own expense,
the city, its officers, s�rvants and employees, from and against any and all inss, dama�e
or destruction of property of the ci�, arising ant of, or alleged to arise out of, the work
and ser�ices to be performed by the contrac#or, its officers, agenks, employc�s,
subcon#raetors, licensees or invitees under this cnntract. This indemt�ifcation
Aravisian is specificallv intended to aperate and be effecNve even if it is alleged or
roven that ail or sorae of the dama es bein sou t were caused yn whole or in art
bv any act, omission or negliQence af the city.
Arficle 9. MISCELLANEOUS
7.1 Terms.
Terms used in this Agreement which are defined in A�ticle 1 af the General Conditions will
have the meanings indicated in the General Candi.tions.
7.2 Assignment of Cflntract.
This Agreement, including all of the Contract Documents may not be assigned by the
Contractor without the advancad express written consent of the City.
'1.3 Successnrs and Assigns.
City and Cvntractor each binds itself, its partners, successors, as�igns and legal
representatives ta the ather party hereto, in respect to al� cov�nants, agreements and
obligations contain�d in the Cantract Documents.
7.4 Severability/Non-Waiver of Claims.
Any provision or part of the Contract Documents held tn be u�nconstitutional, void or
unenforceable by a court of competent jurisdiction shall be deemed stricken, and all
remaining provisions sha11 eontinue to be vaHd and binding upon City and Contractor.
The failure o F City or Contractor to insist upon the performance of any term or pravision of
this Agreement ar ka exercise any right granted hereix� shall not canstitute a waiver of City's
or Contractor's respectiv� right tn insisk upon appropriate performance or to assert any such
right on any futur� occasion.
7.5 Governing Law and V�nua.
This Agreement, including al! of the Contract Documents is performable in the State of
Texas. Venue shall be Tarrant County, Texas, ar the United States ❑istrict Cnuri for the
Northern District of Texas, �ort Worth Division.
7.6 Authority to Sign.
Cnntractor shall atta.ch evidence of authority to sign Agreement if signed by someone ather
than the duly authorized sigriatcsry of the Cflntractor.
7.7 Nott-appropriation of Fund�.
In the event no funds or insufficient funds are appropriated by City in any fiscal period for
any payments due hereunder, City will noCify Vendor of such occuz-renca and this
Agreement shall terminate on tha last day of the fiscal period for which appropriatians were
received r�ithaut penalty or expense to City of any leind whatsoever, except as to the
portions of the paym�nts herein agreed upon for which funds hav� been apprnpriated.
CiTY OF FORT WORTH 5afe Rautes to Sclioollmproveme�Tts
STANBARi] CONSTR[3CTION �PECIFICATCOIV DOCUMENTS Cit}� Prajeci Number: 101�64
Revised 1112312U21
00 52 43 - 4
Agreement
Page 4 af 6
"1.8 Prohibition On Contracts With Cornpanies Boycotting Israsl,
Contractor, unless a sole proprietor, acknowledges that in accnrdance with Chapter 2�.71 of
t�e Texas Gavernment Code, if Contractor has 10 or more full time-employees and the
contract value is $100,004 or more, the City is prohibited from ent�ring into a contract with
a company for goods or service� unless the contract contains a written verification irorn the
company that it: (1) does not boycott Israel; and {2) will not boycort Israel during the term
of the contract. The tez7ms "boycott Israel" and "company" shall have the meanings
ascribed tn thnse tertns in Section 808.OQ1 of the Texas Government Code. By signing this
contract, Contractar certi�es �hat Contractor's signature pravides written
veri�cafion io the City that if Chapter 2271, Texas Government Code applie�,
Contract.or: (1) .does not boycott IsraeI; and (2) r�vill not boycott Israel durin� the term
nf the contract.
7.9 Prohibition on Boycatking Energy Campanies.
Contractor acknowledges that in accordance with Chapter 2274 of the Texas Government
Cade-(as. added by Acts 2021, 87th Le�., R,S., S.B. 13, § 2), the City is prohihited frorn
entering into a contract for goods or services �hat has a value of $100,000 or more, which
will be paid wholly or partly from public funds of the City, with a company (with 10 ar
more full-time employees) unless the contract contains a written veriftcation from the
company that it: {I) does not baycott energy companies; and (2} will not hoycott energy
companies during tI�e tertn of the contract. The terms "boycott energy company" and
"company" have the meaning ascribed to those terms by Chapter 2274 of tha Texas
Government Code (as added by Acts 2021, 87th Leg., R.S., S.B. 13, � 2)_ To the extent
that Chapter 3�2�4 af thc Go�ernnn�ent Code is applicable to this Agreement, by
signing thas Agreement, Contractor cer#ifies that Contr�ctor's signa�ure provides
written verif�c.aiion ta the City that Contractor: (1) does not baycoft energy
campanies; and (3.} wvill not boycoit ener�y companies during the ierm of this
Agrcement.
7,10 Prohibitio� on Discri�nination Against Firearm and Aznmunition Industries.
Contractor acknowjedges that except as otherwise provided by Chapter 2274 of the Texas
Governtnent Code (ae added by Acts 202,1, 87th Leg., R.S., S.B. 19, § 1), the City is
prohibited frorn entering into a contract for gaads or services that has a value of $l Op,000
or more which wi1l be paid wholly or partly from pub.lic funds of tha City, �ith a campany
(wit� 10 nr more full-time emplayees) unless the contract contains a written verification
from the company that it: (1} does not have a practice, poIicy, guidanee, or directive that
discriminates against a firearm entity or firearm trade association; and (2} will not
discrirr�inate during the term of the contract a�ais�st a firearrn entity or firearm trade
association. The i0T'IT1S "discrxminate," "�IY�aIiTl entity" ST1C� "f1Pe�TCTI trade a55oCiation"
have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code
(as added by Acks 2021, 87th Leg., R.S., S.B. I9, § 1). To the extent that Chapter ��i4
of the Governrnent Code is applicable ta this Agreement, by signing this A�reement,
Contraetar cer[ifies that Cflntractor's signature provides written verification to the
Ciiy t�at Contrxctow (1) does not have a�ractice, policy, guidance, or directi�e that
discriminates against a fi.wearm entit� or firearm trade association; and {2} will not
d'escriminate against a firearnn entity or firearm trade association during the term of
this Agree�nent.
GITY pF FORT WORTH Safe Route.s to School lnrproveme�tfs
STANbARb CONSTRUCTiON SPECIFICATION DOCUMEA''I'5 City P�•ajert Number: I p12b4
Revised l 1/23/2021
005243-5
Agreement
Page S oi6
7.11 Inri.migration Nationality Act.
Contractor shall verify the identity and employtnent eligibility o£ its e�nployees wha
perform vc�ork unde� this Agreezaient, including completing the Employment Eligibiliiy
Veri�`icatzon Far� (I-9). iTpon ret�uest by Ciiy, Contractor shall provide City with copies of
all I-9 forms and supporting eligibility documentation far eack� ex�nployee who performs
work under this Agreement. Contractor shall adhere to�all �ederal,and State laws as we11 as
establish appropriate praaedures and cantrols sa that no services will be per%rmed by any
Contractor employee who is r�ot l�gally 0ligible to perform such services.
CUNTRACTQR SHALL INDEMNIFY CITY AND HQLD CITY HARMLESS
FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF
THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEE�,
5IIBCDNTRACTORS, AGENTS, OR L�CEN�EES. City, upon written natiee to
Corztractox, shall laave the right to immediately terminate this Agteetnent for viola�ions of
this provisian by Contractvr.
7.12 No Third-Pariy Ben��tciaries.
This Agreement gives no rights or benef�ts to an.yone othez than the City and the Cont�actor
attd �here are nn �hird-pariy bena�ciaries.
. , , -
h� , , . . . F., �
7.13 Na Cause oiAc�ion Against Engineer.
Contractor, its subcontractors and equipment and rnatarials suppliers on the PRQJECT or their
suteties, sha11 rnaintain no direct action against the Engineer, its officers, employees, and
subcontractors, for any claim arising out of, in connection �nvith, or resulting �rom the
engineering services perFormed. Only the City wi11 be the beneficiaty of any undertaldng by
the Ertgineer. The pr�sence ar duries of the Engineer's personnel at a constructian site,
whether as on-site representatives or otherwise, do not make the Enginear or its personnel
in any way responsible far thQse dntses �hat belong to the City and/or tb.e Czty's construction
contractors or other enti�ies, and dn not r�lseve the const�zctioza contractors �r any other
entit�r of their abligations, duties, and responsibilities, including, but nat lunited to, all
construction methods, means, techniques, sequences, and proceduras necessary for
coordinating and compieting all portions of the construetion work in accardance with the
Contract Documents and any health or safety precautions required by such cox�struction
work. The Engineer and its personnel have no authority to exercise any control over any
constructian contractor or other entity or their employees in connecti�n with. thezr work or
any health or safery precautians.
CIT'Y OF F(3RT WORTI-I Safe Routes to Schoof Impravernents
STANDARD CON5T12LTCTION SPECIFICATIdN 170CUM�NTS City Project Num6er: 101269
Revised 11/23CL��1
005243-G
Agrcamenl
P�ge G afG
TN WITNESS WHERL�OF, City and Coi�tractor have each �executed this Agreament to be
�ffective as of the d�tte sttbscribed by tlte City's designated Assistant City Manager ("Effeoti�e
DaCe").
Contracto�•• I�YbOl1i � �'1,�COn�`YUC.� �1 �
��
By: � ,
� .
� I$iiatilt'C
Anu Tamralcar
(F'rinted Name)
CEQ
Title
2512 Gravel Dr
Address
Fart Worth Tx 76118
Ciky/StatelZip
City of Fort �arth
By� � �
` R
Dana �irghdo ,
Assistant City anag�r , ;��.:,a��
�!� 6�, f`� !,fA�:i �.,.f'�;~•'' Y��'��, �`F��'� y�� i,1�s
,:�
Date :`����� �°�k,� ,..� ��;� �:�i
thr� �;� . ��� `,� '
Aktest; t� c ,�� , �� _� �, ��� �
, k'.�,_s ,,�"_� .��
��y �
� :�. �;" .,���;�.',���'.
J nnette Gaodall, City Secretary �,� ���-��:w•�' .
��,�,,�;,.. .
(Seal)
i '� • �.t M&C• vC I - � �.���I •'-�
Date Data; 12/14/21
F�orm 1295 Na,: O� `�� `-1 �
Contract Campliance Managex•;
By signing,l aclrnowledge th�t I am the persan
responsible for the manitoring and
administration nf this contraot, including
snsuring all performance and reputting
requirernents.
� � �� ��tl'�� ,
cr��r�►�rre�,, P,�.
Sr. Project Manager
Ap roved as to Foi•in and Legality;
Dnugias W, Blacic
Sr. Assistant Ciry Attorney
APPILOVAt RECOMMEHD�D;
�1,T,.��, �:,��_ : _
Wiiliam .Iohnson, Director
Transportation & Fublic Worlcs Departm�nt T
CITY dP TORT WbRTFi
STAi�lbAnT3 CON5TftUGTION SPGCirICA'1'i0i�! DOCUM6N�'S
Rcvisod 1 II231�U21
Sufe Tiultictv !a Scl�no! In�ninvetrlcrvl,s
«' r'ti�,,.�,:'..,��_,�:. _sl
--- - �d- �
0061 13-1
P�:RFOR,btANCB BONCt
Page 1 oT2
1
2
3
4
5
6
7
S
9
1D
ll
12
l3
1�4
l5
iG
17
18
14
20
21
22
23
TT-X� STATE Or T�XAS
CO�JNTX O�' TARRANT
SECTIQN 00 6] X3 i3oncl No. 2329151
P�RFORNIANCE BOND
�
§ K1�I0'V'V AL,�. BY THES� YRL+'SENTS:
§
That we, Urban Infraconstruction �.�� , .,,, __ , lrnowr� as "principal" herein
and Nor[li Americ�n SpeciAlty I��surane� Comp�ny , a corporate surety(sureties, if more
t�an one) duly authorized to da business in the Stxte of Texas, knovc�t �s "Sucety" h�rein {whether
ans or more), are held and f rmiy bound unto Che City of �vrt Worth, a municipal co�aaratEan
created pursaant to the Eaws of Texas, known as "Ciry" ��erein, s� the penal sum of, Three Million
� t Hundred Fori}� ;Two Thausand.Forty, _Six,and 56/10a Doliars {$3,$42,0�46.S6j, lawfiui
money of tlze Y]'nit�d States, to [�e paid in Fort WorCh, Tarrani County, Texas fc�r the payinex►t of
whrch sum well and truly to be made, we bind ourselves, aur heirs, ex�autors, adnninistrators,
suoaessors and assigns, jointly and severally, firmly by these presents. �
WHEREAS, tlae �rincipal has entered inta a certain written oantract r�vith the City
awarded the ��day of �r-r.�n,�e•� , 24 ��., whicl� Contract is hereby referred t�p and
inad� a p�rE l�ereof for all purposes as if fully set forth herein, to furn'tsh a!l nlaterials, equi�snent
labor and other accessories defined by law, in the prosect�tivn of the Work, includsng any Cl��nge
Orders, as provtded �or in said Contract designated as FY 2a 18 Safe Routes tn Schooi
Improvements, City �'roject Numher: l0I 2d�.
NOW, TI�IE��0Y2L�, the condition af this abli.gatiq�a is s�tch that if tl�e said Principal
24 shal! faithftilly perForm t� abligations under the C:oniract and shall in a!I respects duly and
2S faithfully perform ihe Work, incltiding Change Orders, under Chc Contract, acoarding to the plans,
26 speci�catinns, and cantract documsnts tlaercin referrsci to, a.nd as weli during any period of
27 extension o�' khe Contract th�t may h� p,rantcd on ti�e part of tlxc City, tl�en this flbligafion shall be
2� and become null and �oid, otherwise Eo remain in iull force and effect,
29
30
PROVTD�D I+URTi��R, that if any legei actipn be filed on tl�is Band, venue s�all lie i�
Tarrant Catmry, Taxas or the United States District Cou�rt for the Northein District nf Taxas, Fort
31 Worth Division,
C[TY DF FQiZT WORTFI 5afe Ruutes ta 8ehoo� lmprovcmenls
SrAN1�ARU CU3VSTnUCTidN SAU�GiP1CAT10N DOCUMCNT C;ity Frojec� i�umbcr; 10i2B4
Revixedluly E, 201 l
oo�� i3-a
PERFORMAiVCE BONT}
Page 2. oP2
2
3
4
5
G
7
8
9
10
ll
12
13
T4
1S
16
17
18
19
24
21
22
23
24
2S
26
27
2$
29
�o
3I
32
33
3A
35
36
3?
3$
39
4Q
4l
42
43
44
4S
This �ond is :made and execntcd in compliance r�vith the provisions af Chapter 2253 of the
Texas Gavernment Code, as anaended, and a!L liabilities on Chis bond shall be determined irz
accordance v�rith the �ravisions of said stat�ue.
IN WiTNESS WHEREUF, the Principal and the Surety have STGNEI7 and SEAL�D
this instn�ment by duly authorizeci agents and o�fficers on this the l 1 tli day af
Jznuar , 2022 .
A'i"I'EST:
,. �
�i
(Principal) S creiary
- +s
Witness as to Principal
•� �..�i�`
Wimess as to Surety
PRINCiPAL: Urban Tnfraconsttuctias��,,.C.
BY:
Sig
An�o Tamrakar, CEO
Name and Titie
,F1.ddress: 25 ] 2 Gravei Drive
Fort Worth, TX 7b118
SL7RE'�Y:
oi�th �1� �ea•ica i�ecial Insu�•anc� Campany
SX: _ -- - — �- . -
Szg�ature
S�nclr�t Lee Rone 11.ttt�rne in Ffict .
Name an.d Title
Address: 1200 Main St. Sitite S00 ,
40
"ielephone Nwmber: $ -0
*Note: If signed by an afficer af tlie Surety Company, there must ba an file a certifed extract
from the by-la�vs sl;owi.ng that this p�xson hss autharity ta sign snc� obli�ation. Yf
Surety's physical address is differer�t frnnx its mailing address, both must be pro�ided.
'�'l�e date af the bond shall not be priar to the date the C�ntt�act �s awardad.
CCI'l' OF fORT WORTIi
5TANDARD GQI�&7`RUCTION SPECi�i�ATiO3V bOC'L7MEt�[T
Rcvised ruly 1, 20l l
SaCe Routes to Se�400l lmprovements
City Frojcct�Iumber: 1Ql2dd
006t 14-1
PAYMEATT BOND
Page I of2
1
2
3
4
5
b
7
8
9
t0
1]
12
13
14
15
THE 5TATE OF T�XAS
COUNTY OF TARRANT
SEGTION 00 Gl l4
PAYMENT BOND Bond No, 2329151
§
§ KNOW AL� BY T�iESE PRESENTS:
$
'['hat we, Urbaz� Infraconstructian,u.e knovcm as "Principal" herein, and
_North A�nerican Specialty Tnsurance Cai7�pany ^ _,, a corporate surety
{sureties), fluly authorized to do business in the State of Texas, known as "Surery" lrerein
(wheti�er one pr rnare), are Exelc� and �irmly bound unto the City of Fa� Worth, a municipal
corporation created pursuant to the laws of ihe State of Texas, known as "City" herein, in the
�enal sum of Thre Millian Ei ht Hur�dr�d For -'�wo Thousand Fort -Six an 5 100 DoUars
($3,842,046.56), 1a�v�+ful mo�ey ot'the United States, to be paid in F�rt Wvrth, Tarrant Caunry,
Texas, for the payment of which surr� well anci tnsjy be made, we bind ourselves, nur lieirs,
executors, admin�strators, successors and assigns, joint�y and severalIy, finnly �y these presents:
i6 i+�iklE��AS, Pr�n,cipa� hxs entered inCo a certain writCen Contract with Gity, awarded the
17 �� ��day nf ��: C�: m�� � , 20,�,, which Contract is hereby referred to and
18 made a part hereof for all purposes as if fi�l� s�t forth h�rein, to fiarziish all rn.aterials, equipm.ent,
19 Iabor and othec aecessories as defined by la�, in th� prosecution af the V11ar1c as provided for in
20 said Contract and design.ated as F"Y 2018 Safe Rn�utes to Schaol Irr�provernents, City Project
21 Number:101264.
22 NOW, T�ER.EF4RE, T�IE CONl.71T.[ON OF THIS OBLIGATION is suCh that sf
23 PrinaipAi shall pay a[1 monies owing to any (and all) pa}nnent bpnd l�eneficiary (as defined in
24 Chapter 2253 of the Texas Ga�ernment Code, as amended} in the prosecutinn o�'the Wazk ►u�der
25 the Cont�ract, then this obligation sha�l b� and 6ecome null az�d void; othet-wise ta remain in full
26 �orce and effect,
27
28
29
30
'Chis band is naade and executed in carnpliance witl� the provisions of Chapter 2253 of tbe
Texas Gove�nment Cvde, as am,ended, and all liabilities on tivs bnnd sha11 be deterrnined in
aecordanc� with �k�e prnvisio�s of said statute.
CI'F'Y UF FQRT 1VORTT-i 5nfe Rautes to 5chooi hnpro�eme►�ts
STAI�'TlAl2D COTfSTl2L;C9'IO3V SPECiFiCATIQN DQGI3[v1Eiv"i` City Project Numbar: l0i 264
Revised 7vly 1, 2Q1 l
OD61 la-2
PAYMENT BOV�
Page 2 oC2
1 1N 'VV�TNE�S WHEREUF, th.e �rincipa! and Surery have �ach SIGNED ax�d S�ALED
2 this ix�strurnent by duly authoxized agents and officers on this the L] tl� day of
3 anua��_ , �022 '
4
ATTEST:
--,
(Prittcipal ecretar'y
r
�: �, .
��
�itness as to �'rinCipal
ATTEST;
(Sikp�ty} SeGretary
�
Wirn ss a ta Surety
5
6
7
8
9
l0
�
12
PRINCT�AT.: Urba�n �nfxaconstruction b�c
BY: I
Signature
Anup Tamrakar, CEO
Name and Title
�1,ddress: 2512 Gravel Dri�e
Fort Worth, TX 7Gl 18
SURETY:
North Anieric�n SLecialiv I�isurni�cc Coz��pany
. �
BY: _ .� �--�— —
Signature
Saisdra Lee Rone l,ttor�ie in Fact
Name and Title
Address: 1QQM�in St..�i,l�..�10.........�
K�nsas Citv, MO 64105
Telephone Nt�rnber: 500-33�3-4753 �
Note: If si$ned by an officer of the Surety, t��ere must he on £'�le a ce�tified extracC from the
bylaws shovving that this person has autharitiy ta sign such obligation. If Surery's physical
address is different from its mail.ing address, both must be provid�d.
The date of the bar�d shall nnt be prior to tl�e c�ate the Contract is awarded.
END �F SECTION
CI1'Y Di� FORT WORTia Safc Rautes to SeEiool Improvcm�nts
STAIVhARD CDI�TSTRUC'1'IOAi SP�CIF'ICATTON pQCiIM�NI' City Project Number; 101264
Revisedlu�y I,2011
sw.�ss Rc cvraPo�tAr� soLUTioNs
NUR'1'Fl AM�RICAN SPECIAL'fY INSiJItANCC COM�P.+1�[Y
WASHIi�G`fON IN'I'�RNA'CI�NAL. INSUItANC� COMk'ANY
WES'P1'QR'C INSURANC1a CQItAQItA'I'ION
GCNERAL I'()W�[Z OF ATTORIYC'!'
KNQW A(.L MGN i3Y THESC ['1tC�Ll�'i'S,'1'I1A'C Nortkt A3�i�ri<<tn Spceialty fiisurancc Campany, h corporltion duly orgauiized �ind ixisli�ig
under ltitvs �l' lhe Stale of New Hampshiru, and i��ving ils princi�fuf office in lhe City af Kitn4tis City, Misso�iri and Wasi�ington Inlernalional
Insw•t�ncn Comp�ay n caf•por�tion org�anized and cxistu�g iuider lhe 1�4vs of the Stzile nf I�S�w 1-lampshire �ncl htiving its princi��al oTtice iei [lic Cily
of Kansr►s C;ity, Miss�iuri and Westport [�isureuee C:orpor�lio�i, gr��mized uildcr Ehe. la�vs oFnc� St�re oiMissnuri, niicl liF►vii�g ils pri���:ipnl c�fCce i�t
Cl�c City of Katrsns C�ty� �IISSOl1Pl� cacl� dc��,� iaerehy mak� conslit►�e and t���point:
J�T�TN WItL[AM[ h#CWI3Y,'f'EtOY ]ZIiSSL'f,L lCLY, �E}31tA LL'G 141C)QN, AIVUILIsA ILOSI: C'EtA1'VI�OI�ll, SANl71tA LL'1's 1tU�f1;Y, SUZAAINL fiLllARli'fH NIEI�Z�Wl1:l]7.,
CF[Eftl LYNN II�LiY, JOS]!UA U. TRPI"1' AND CQLIN [i. CDNLY JO[�'TLY UR SL:VL• RALLY
i�s tru� and Inwli�l Altorney(s)-in-Fael, lo make, execule, seal s�td cieliver, I'or ai�d o�i its �iehalf and as its act und deeci, bonds or other �vritings
o6ligatc�ry ii� the nalure at'�t bnnd on behttlf ak'eFicli ol's�id Companies, as su��:ly, on eonlrucls of'sur�;tyship �s tirc: or may be required or pernii[Eecl Uy
law, a'cgul�tipn, cantract ar othurwis�, E�ravided tl�at no bond or undcrtaking o�• co��.trwcl or ss�rerysliip cxecuted u��der this autl�ority shalt exceed Ilte
<<mpi�nt oF: 'L'WU 1-IUNT3E7EIl MILLIUN ($2p�,Q00;Of3f3.00) I}OI.LARS
3"his Pawer nf Attorney is grantecl and is si�ned hy fflcsimfle under a��d by lhe a�d�ority oFlhe I'ollowing Resolulions adopt�d hy lhc 13oards ol'
�irectnrs a['Norih Elnterican S�eciaity InsFirance Cc�mpa��y and W�shiugton Internatinnal Insurance C�►npany �tt n�ertings duly efllled ancE lielcl
on March 24, 20D(l �nd W�st}sarl Insurflnce Corporatcion �y +vrittezi consent nf ils �Sxecuiive CnimnitCee daled J�r1y 18, 2Qf I.
"RE50LVED, �h�t any t�va oFtl�c Presidenl, aitiy 5enior Vice President, nny Vi.ce President, any Assista��� Vice Presidenl,
Ilie Secretury or any Assistant �ecrctary lre, �snd eacEi or Any of theiu I�ereby is tiutl�orixcd lo exectite a Powcr oi'Atlnrn�y qtiali£yin$ the at(orney numcd
in th� giveit E'c�wer of Altorney to execute on i}eh�Elf t�f t1�e Campany bc�nds, tuadertakin�s �ncl all cUnEracls of stirety, ancl th�t[ elch t�r any of lhe�.n
here�y is aul��orired to tttlesi ka i�e executinn pi'any such 1'rnvcr �f Attorney t�nd ta att�cl� thercin tloe seal o]'t134 Cump�ny; an.d it is
1'Ult"l'HEit R�SOI.V�:1), tltat the si�iawre u['sach al�i.cers aiicl the seal of'Ihc; C:u�tipa�ty ns�ty be �fiExed to any such Power nl'Altonlcy t�r to nny
certitic�te a-cl�Eting tlierelo by facsimile, n��d any such I�o�v�er of Attarney or certific�tc bearing suclti fticsimilc sigii�tures or facsimile setal shall be
binding up�n lhe E:om}�any wl�en sa aflixed and in [he Eiitt�r•e witE7 regard ta any bond, u3idei�t�king or contracl nf �urefy la whioh it is n�tnched."
� 1� w yy� YInp71111Wlkl/h/ . .
+�`""�CULL7Y OM �+r
ryP �N�'kr _a A'�f..,,:u� liy ._.
t ����' i �� �� P��4T� Sluven P. AnACYsnn, Spn[vr 1'ice presldenl af\i`ashinglun InEcrnxllmre! Insurnnrc C'aroNflny � � r�n f
S Senlor Vlee {'resident nf Aorfli Amedcun 5pcclalq• lnsnkanre Camnxny ����
� •����,•,�� �� �� � . &5eulnr�'it��P�^nsiUcnluFlYcslpurl lusurancr(ur�wrullun �
� � �
�t,�19i3��,��� ��. r� �%:��a�,x,,.,. �� ��
,�,�:'�",� �,*���f''
�y �����~ *+''� � �' �5�
h.y��* ��r�' ,� � f:vik.lanssw�y, Srnlur Vice 1'reaidcnl nf 1Yoahioglan Inlernntiaml lnauimnre Cnmpnny �
& Seniar Yicc NresiJcol nC�urlh Amciic:�n Speriwlty hisurnnee ("nmpem}' �
,� Scninr Vicu l'resid.m uF tiNcatpurllnsuruncc Corryurullun
IN WITN�SS WHGitI;Of+, NUrih .r�.merican S�seuiaVtq �nsUance Cuinpttny, l�'t�si�i��gton �nter��ational Insuraiice Coinpstny aii�i 1�4rrstpart
Insurance Car�7�ration t�ave ca���d their ofrci�l seals to �e l�e�•eunta af�xed, and tiiese pres��ils to be signee! by lheir authacized oftieers this
tihis 7th day af �ECEn+IBF�R , 2p 21
3V�rtl� Ameriran SpeGi�tlty lusiu'ancc Cflm�any
Washin�;tc►n )nterna�tionsil luhursit�cc Cnmps�r�y
Stute uf Illinpis �Ves�t�urt insur�nce Corporatian
County of Cook 5��
On this 711� day of n���%M��=�t , 2U 2I, bet"are �ne, a Nat�ry I'ublic persamally appcxred 5tev�n P. Anderson , Sc�tio�• Vice Pr�sident of
Wtisltington InternaEiaiia! lnsiaraiace Catu��tny atui �enipr Vice Presiel���t of Narfh AEnericni� �peci�lry lnsuranc@ Co�npnny nEid Sauiar Vice President of
Westpon lnsura��ce Carporntio3i aE�d Erik Janssens Senior Vioe President of Washi�igto.n lnternntinn�d Insurtince Compairy and Se.nior Vice Rresideuc
of' Nnrtlt Americnn SpecialLy I.nsur�nce Com��uy and Senia.r Viee Presidcul of' Westpo��t Insurance Car��nratio��, personally known to �ne, who
6eing �y rne duly sworn, ac[cnawledged th�sl. th�y sig�ii;d ll�e 7buv4 Nc�wer oFAllurney as ol'lic�rs al' a�id acknnwledgcd saicl ins�nmlent to be tl►ti
�roluniA�y act �ud decd al'their respcctivc companies. _ -�
� �ri,'Mi�n ::���� i,� � �,,'��.r,��� .��d���
afri[�+��:F+�4 �.
i��i.�tewaryr 41�laaJlh�ry4�F
ti �,invt�n�..�aa�ari�r�i.�
""" i°'� Yasmin A. Pfltel, Nntery
I, JCffrey Caic�Uer�, �he duly ciccted Senior Viee Preside�tit nud AssistantSecrCtRt•y ol'T�lorth Aniericun 5pecialty I��sucai�ce Compsity, WAshinglon
[ntern€�tionail Ensttrnrice C�nnpany and Wesc�ort Insurance CorpnrutiU�t dc� hereby certiFy tliat the above �nd foregnin� is :t true Eind con•ect cupy of a
T'n�vcr of Attorncy givcn by s€�id Norch America�t �picin!!y Tnsu�•ancc Ccrin��ny, W��sl�ingtUn lrtitc37�xtional tnsi�rance Company nncl W�stpnrt
lnsurancc; Cnr��ora�ic��t wni.ct� is scill in f'ull i-orce anil e17�cct.
IN WI']'NCiSS 4YHl:AEQF,1 Itave sc:t my Ut�n�l and aftixed tliL sti�ls nf the Cc��n�sa�iies this >> t�� day c�f Jan�iAry Z� 22
,� �.�� �� -
..�" -
lefFrey�Cioldl�cr�, S¢nior Vice I�resi�lenl dt Assistnnl 5ecre���ry o-FlVnshing�wi INenu�tionnl Insurnnce Campai�y C
� Eoqh American SpeciuNy liscarance Con�pnuy E V ice Preside�aL3c Aacisl�nl �Secrctary uf 1Yesipori I�tvur.ui�w C'as'Roratiuu
�Vo�th Am�ri�an �pecialty Insuranc� Company
1�1lashing�on In�erna�ienal Insupance �ornpany
lf�estpori lnsu�ance Corporation
7�X�oS GL.AIfV[S II�lFORfVipoilOfl�
1MPQRTAIItT N�T1G� A9V15� 1MP�RTANT�
In order to obtain information or make a complaint:
Yau may cqntact Jeffrey Goldherg, �ce President
- Claims at 1-80U-338-0753
I'ara obtener informacion o para someter �tn queja:
Puede camunicarse con Jeffrey Goldberg, Vice
President - Claims, �1 1-80U-33$-0753
Yau may call Washington Intern�tional Insurance
Company and/or Narth American 5pecialty Insurance
Company's and/or Westpart lnsurance Car�aration
toll-iree number for information or to make a
complaint at:
1-8b0-338-07�3
You may also write to Washington Internatiflnal
insurance Campany and/or North Ameriasn �pecialty
Insurance. Company as�d/or Westpart Insurance
Corporation at the folEowing address:
120(} Main Street
Suite �40
Kansas City, MO 647 Q5
You may cantact the 7exas pepartmen� of Insurance
to obtain lnforrnation on companies, co�erages.
rights or complaints at:
1-800-252-3439
You may write the Texas Department ofi Insurance
P,O. Box 1 �9104
Austin, TX 78714-91 Q4
Fax: {612j 475-1771
Web: hi±n://www.idi.s s . x. �
�mail: ConsumerPratectian cQ#�El�state.tx.us
PREMIUM OR CLAIM C]iaPUTI�S:
Should you have a dispute concerning ynur premium
or about a claim you should first eontacC the
Washington International Insurance Company and/or
North American Specialty Ins�rance Gampany and/ar
Westport Insurance Corporatian. Ef ihe dispute is not
resoived, you may contact the iexas Depariment of
lnsurance.
ATYACH 7'HIS NOT'IC� i'0 YOUR POLICY:
This notice is for informatian only and does not
become a part ar condition of the attached
elocument.
Usted puede Ilamr al numero de telefono gratis de
Washington International lnsurance Com�a.ny and/ar
Narth American 5pecielty Insurance Company's and/or
Westport Insurance Carporation para informacion a
para sameter una aueja al.
1-800-33 8-07 53
l)sted tambien puede escri�ir a Washingtan
Internatianal Insurance Company and/or North
American Specialty Insurance Campany and/or
Westport Insurance Carporation a{:
1 ZQO Main Street
Suiie SE?0
Kansas City. MO 64105
Puede esc�ibir al Departmenta de Seguros de Texas
para ab#ener infarmacion acerca de eompanias,
coberturas, derechas o quejas al:
1-800-252-3439
Puede escribir al �epartmenta d� Segurc�s de Texas:
P,O. Box 1 A�9 7 04
Austin,'f)C 78714-9104
Fax: {512} 476-1771
Web: httn://www.#c�i.s#�,.#x.us
Email: Co�sumerProtection@tdi.state.tx.us
Di5PUTAS SD6R� PRiMAS 0 RECLAM05:
Si tiene una disputa concerniente a su prima o a un
recfamo, debe comunicarse con el Wsshington
International tnsurance Company and/or hlorth
American Specialty Insurance Company and/or
Westport Insurance Corporatian primero. Si no se
resueive la disputa, puede entonces comunicarse
con el Departrnenta de Seguros de 7�:xas.
UNA ESTE AVISO R SU POLIZA
Este aviso es sofo para proposito de inframacion y no
se converte en parte o cnndiclon del documento
adjunto.
ST�D�3I� �EI�R� �O1�I'T�i 01�1�
OF T� C0�1�TRU�'�I�l� CO1�T�CT
CTI' Sf OF FORT WDRTH
STA�+i�ARDCONSTRUCT[ON SPECIFICATION DOCLTMENTS
Revisinn: 8113/?A21
STANDARD GEI�ERAL CONDITIOI�IS OF THE
CONSTRUC+I'ION CONTRACT
TABLE OF C011TTEl�TS
Page
Article 1— Definitions and Terminalogy ..........................................................................................................1
1.01 Defned Ternns ............................................................................................................................... l
1.02 Terminology ..................................................................................................................................6
Article2— Prelixninary Matters ......................................................................................................................... 7
2.01 Copies of Docurrients .................................................................................................................... 7
2.02 Commencement of Cant�act Time; Notiee to Proceed ................................................................ 7
2.03 5tarting the Work .......................................................................................................................... 8
2.04 Before Starting Cons#ruction ........................................................................................................ 8
2.�5 Preconsttuction Conference .......................................................................................................... $
2.06 Public Meering .............................................................................................................................. S
2.07 Initial Acceptance of Schedules .................................................................................................... S
Article 3— Contract Dacuments: Intent, Amending, Reuse ............................................................................ 8
3 .O 1 Inte�.t .. . . ... .......................... .. ..................... . . . . ........................... .. . ........................ .. . . .. . ................ ..... 8
3.02 Reference Standards ...................................................................................................................... 9
3.03 R�porting and Reso�ving Discrepancies ....................................................................................... 9
3.04 Atnending and Supplementing Cantract Documenis .................................................................10
3.05 Reuse ofDocuments ...................................................................................................................10
3.Q6 Electronic Data ............................................................................................................................11
Article 4— Availability of Lands; 5ubsurface and Pbysical Conclitians; Hazardous Environ�ncntal
Conditions; Reference Points ........................................................................................................... l l
4.01 Availabiliry of Lands ..................................................................................................................11
4.02 Subsurface and Phy�ical Canditions ..........................................................................................12
4.03 Differing SubsurFace or Physical Conditions .............................................................................12
4.04 Underground Facilities . ..............................................................................................................13
4.05 Reference Points .........................................................................................................................14
4.06 Hazardous Environmer�tal Condition at Si�e ..............................................................................14
Article5— Bonds and Insurance .....................................................................................................................16
5.01 Licensed Sureties and Insurers ...................................................................................................16
5.02 PerFormance, Payment, and Maintenance Bonds .......................................................................16
5.03 Certificates of I�.surance .............................................................................................................16
5.04 Contractor's Insurance ................................................................................................................1$
5,05 Acc�ptance of Bonds and Insuxance; Option to Reptace ...........................................................19
Article 6 — Contractor's Responsibiliiies .......................................................
6.01 Supervision and Superintendence ..............................................
�
�
............19
..,.........19
CIN OF FbRT WORT�i Safe Routes to Schonl Imp.rovemenYs
STAN�ARD CONSTRUCTIDN SPECIFICATION QOCUMENT City ProJeet Num6er: 101264
Revised March 9, 2020
b.02 Labar; WorkingHours ...............................................�,......,..,.....---.............................................20
bA3 Sezvices, Materials, and Equipment ...........................................................................................2Q
6.04 Proj�ct Schedule ............................................................................................................. ........21
6.05 Substiiutes and "Or-Equals" ............................................................................................... .21
.........
6.06 Concerning Subcontractoxs, Suppliers, and Others .................................<..................................24
b.07 Wage Rates ...................................................................�...,.......................,,,........................... .25
6.08 Patent Fees and Royalties ...........................................................................................................26
6.09 Pertnits and Utilitxes ........................................................................................................ . .... 27
6.10 Laws and Regulations .............................................................................................................. .27
6.11 Taxes .......................................................................................................................... .. ...28
6.12 Use of Site and Other Areas ................................................................................................... ...28
b.13 Recnrd Documents ................................................................................................................ .29
6.14 Safety and Protection .......................................................................................................... ......29
6.15 Safety Representati�e ............................................................................................................... .30
„
6.16 Hazard Cornmunication Pragrams ............................................................................................. 30
6.17 Emergencies and/or Rectzfication .................................................................................. .. 30
6.1$ Submittals ................................................................................................................................ .31
6.19 Continuing the Work ........................................................................................................... ....32
6.20 Contractor's General Warranty and Guarantee .......................................................................... 32
6.21 Indemtaif cation .............................................................................................................. . . 33
. ........
G.22 DeIegaiion afProfessianal Design Services ..............................................................................34
6.23 Right to Audit ..............................................................................................................................34
6.24 Nondiscrirnination .......................................................................................................................35
Article7- Other Wark at the Site ................................................................................................................... 35
7.01 Related Work at Site ...................................................................................................................35
7.02 Coordination ........................................................................................................................�.......36
Article 8 - City's Responsibilities .............................
S.O1 Comrnunications to Contxactor ................................................................................................... 36
8.02 Furnish Data ..... . .................................................................................................................. . 36
8.03 Pay When Due ......................................................................................................................... .36
8.04 Lands and Easem�nts; Reports and T�sts ...................................................................................36
8.05 Change Orders .............................................................................................................................36
8.06 Inspections, Tests, and Approvals .............................................................................................. 36
8.07 Limitations an City's Responsibilities .......................................................................................37
8.08 Undisclos�d Hazardous Environrnenta.l Cnndition ....................................................................37
8.09 Compliance with Safety Prograrn ...............................................................................................37
Article 9- City's Observation Status During Construction ........................................................................... 37
9.01 Ciry's Praject Manager ............................................................................................................3'1
9.02 Visits to Si�e ........................................................................................................................... .37
9.03 Authorized Variations in Wark ......................................................................................... ...... 3$
9,04 Rejecting Defective Work ........................................................................................................ .38
9.OS Determina�ions far Woxk Performed ..........................................................................................38
9.06 Decisions on Requirements of Contract Documents and Acceptability of Work .....................38
CITY OF FORT WQRTH Safe Routes to Schaol Improvements
STANpARb CONSTRUCTIflN SPECIFICATItlN �OCUMENT City ProJect Numher: 101264
Revised March 9, 202p
Article 10 - Changes in the Work; Claims; Extra Work ..............................................
10.01 Autharized Changes in the Work ..........�_.................,..... ..................................,.........................38
1Q.02 Unauthorized Changes in the Wor� ........................................................................................... 39
10.03 Execution of Change Orders .......................................................................................................39
14.04 Extra Work .................................................................................................................................. 39
1.0.05 Natification to Sur�ty ..................................................................................................................39
10.06 Contract Claims Process .............................................................................................................40
Articie 11 - Cost of the Work; Allowances; Unit Price Work; Plans Quantity MeasurEment ...................... 41
11.01 Cast of the Wark ......................................................................................................................... � 1
11.02 Allowances .................................................................................................................................. 43
11.03 Unit Price Work .......................................................................................................................... 44
11.04 Plans Quaniity Measurement ......................................................................................................45
Article 12 - Change of Contract Price; Change of Con�ract Ti�e ................
...........................
12.01 Change af Con�ract Price ................................................. ...................................... 46
12.02 Change flf Contract Tirne ............................................................................................................ 47
12.03 Delays .......................................................................................................................................... 47
Article 13 - Tests and Tnspectians; Correciian, Remavaj or Acceptance of Defective Work ...................... 48
13.Q1 Notice ofDefects ........................................................................................................................�48
13.02 Acc�ss to Work ...........................................................................................................................48
13.03 Tests and Inspeciions ..................................................................................................................48
13.04 Uncovering Wark ........................................................................................................................49
13.U5 City May Stop the Work .............................................................................................................49
13.06 Correction ar Remo�al of Defective Work ................................................................................ 50
13.07 Correction Period ........................................................................................................................ 50
13.48 Acceptance af Defective V�ork ................................................................................................... 51
] 3.09 City May Carrect Defective Work ............................................................................................. � 1
Article 14 - Payments to Contractor and Completion .................................................................................... 52
14.01 Schedule of Values.......... ............................................................................................................ 52
14.02 Progress Payments ...................................................................................................................... 52
14.03 Contractar's Warranty of Tit1e .....� .............................................................................................54
14.04 Partial Utilization ........................................................................................................................ 55
14.05 Final Inspection ...........................................................................................................................55
14.06 �inal Acceptance..... .................................................................................................................... SS
14.07 Final Payrnent ..............................................................................................................................56
14.08 Final Completion Delayed and Partial Retainage Release ........................................................ 56
14.09 Waiver of Claims ........................................................................................................................ 57
Article 15 - Suspension of Wark and Terrnination ........................................................................................ 57
15.01 City May Suspend VVotk ............................................................................................................. 57
15.02 City May Terminate for Cause ................................................................................................... 58
1S.Q3 City May Terminate For Convenience .......................................................................................60
Article 16 - Dispute Resolution .......................................
16.01 Methnds and Procedures ..............................
........ .. . ................
............................... & 1
............................... 61
CITY dF FORT VkIORTH
STAN�ARd CONSTRUGTION SPECiFICATION DOCUNfENT
Revised hAarch 9, 2Q2o
Safe Routes tn School Improvements
Lity PraJect Num6er: 1�1264
Arti.cle 17 -- Miscellaneous .......................................
17.01 Giving Notice .......................................
17.02 Computation of Times .........................
17.03 Cumulative Remedics .. . . ......................
17.04 Survival of Obligations ........................
i7.05 Headings ...............................................
CIT'Y OF FORT WOR7N
STANbARD CQN5TRl1CTfON SPECIFICATION DOCUMENT
Revised March 9, 2020
..................................................................................... 62
..................................................................................... 62
..................................................................................... 62
..................................................................................... 62
..................................................................................... 63
..................................................................................... 63
Safe Routes to 5chool lmprovements
City Praject Num6er. I01264
aa �z no - i
GENERAL CONDIi'iONS
Page 1 of 63
ARTICLE 1— DEFINITIONS A1�I] TERNiII�TOLOGY
1.O1 De�ned Terms
A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below
have the meanings indicated which are applicable to both the singular and plural thereof, and
words denoting gender shall include the masculine, ferninine and neuter. Said terms ar� generally
capitalized or writien in italics, but n.ot always. When used in a co:n�ext consistent with the
definition of a listed-defined ierm, the term shall have a m.eaning as defined helow whether
capitaliaed or ita�icized or otherwise. In additi�on to terms specifical3y defined, kerms with initial
capital letkers in the Contract Documents include references to identified articles and paragraphs,
and the titles of other documents or forms.
1. Addenda—Written or graphic instruments issued prior to the openi�g af Bids which clarify,
correct, ar change the Bidding Requirements or �he proposed Contract Documents.
2. Ag�eement—Th� written instrument which is evidence of the agreement between City and
Contractar covering the Work.
Applicatian for Payrnent The form acceptabl� to City which 'ss to be used by Contractor
during the course of the Work in requesting prog�ess or final payrnents and which is to be
accompanied by such supporiing documentatian as is required by the Contract Documents.
4, Asbest�os—.Any material that contains mflre than one percent asbestos and is friable or is
releasing asbestQs fibers into the air above current action levels established by the United States
Occupational Safety and Health Administra�ion.
S. Award -- Au�horization by the Ciry Council for the Ciry to enter into an Agreement.
6. Bid—T�e offer or p:roposal of a Bidder submitted on the prescribed form setting forth the
pric�s for the Work to be perfortned.
7. Bidder The individua.l or entity wk�o subrnits a Bid directly to City.
Bidding Dacurrtents The Bidding Requirements and the proposed Contract Docurnents
(ineluding all Addenda).
9. Bidding Requirements The advertisement or Invitation to Bid, InshuCtions to Bidders, Bid
security of acceptable form, i� any, ar�d the Bid Farm with any supplements.
10. Business Day — A business day is defined as a day that the City conducts norrnal business,
generally Monday through Friday, except for federal or state holic�ays observed by the City.
11. Calendar Day — A day consxsking of 24 hours measured from midtught to the next rnidnight.
CITY OF FORT WORTH Safe Routes to School Improvements
STANbARD CONSTRUCTION 5PECIFICATIOfV DOCUMENT City Praject Nurri6er.101264
Revised March 9, 2020
nn 7z au - �
�Er��RA� CONoiT�oNs
Page 2 af 63
12. Change Ordet=A document, which i� prepared and approved by the City, which is signed
by Contractor and City and autl�orizes an addition, deletian, or revisio�n in the Waxk or an
adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date
of ihe Agreement.
13. Cit�y— The City of Fort Worth, Texas, a home-z-ule municipal carporation, authorized and
chartered under the Texas State Statutes, acting by it� governing body through its City
Mana.ger, his designee, or agents authorized under his behalf, each of which is required by
Charter to perfor-m speciftc duiies with respansibility for final enforcement af the contract�
involving the City of Fort Worth is hy Charter vested in the City Manager and is the entity
with whom Cot�trac�or has entered into the Agreement and fox whom the Work is to be
performed,
14. City Attorney — The officially appointed City Attorney of the City of Fort Worth, Texas, ar
his duly authoz•ized representative.
1S. City Council - The duly elected anci qualified govez�ning body of the City of Fart Warth,
Texas.
16. City Manager� — The off cially appointed and authorized City Manager of the City of Fort
Worth, Texas, ar his duly authorized representative.
17. Contract Claim—A demand or assertion by Ciiy or Contractor seeking an adjustment of
Contract Price or Contxact Time, or both, or otk►er relief with respect to the terms of the
Canixact. A demand for money or services by a third party is not a Coz�#rac� Claim.
1$. ContYact—The entire and in�egrated written document between �e City and Contractor
concerning th.e Work_ The Contract contains the Agteement and all Gontract Docurnents and
supersedes prior negotiations, re�resentatinns, or agreernents, whether w�itten or oral,
19. Contrr�ct Docurraents—Those itezns so desi�nated in the Agreemeni. All iierns listed in the
Agreement are Cantract Documents. Approved SubznittaLs, other Contractor su�mittals, a.nd
the reports and drawings of subsurface and physical conditions ar� not Contract Docurr�ents.
20. Contract Price—The moneys payable by City to Cantractor for �ornpletion of the Work in
accordance with the Contract Dacuments as stated in the Agreernent (subject tfl the provisions
of Paragraph 11.03 in the case of Unit Pr�ce Work).
21. Contract Time—The number of days or ihe dates stated i� fhe Agreement to: (i) achieve
Mi�estones, iF any and {ii) cornplete the Work so that it is ready for Fznal Acceptance.
22. Cantractor The individual or entity rvith whom City has entered into the Agreement.
23. Cost of the YYork�ee Paragraph 11.01 of these Gen.eral Conditions for definition.
CITY OF FbRT WORTH Safe Routes tb Schoql Improvements
STANDARp CdNSTRUCTfON SPECIFICATfON DOCIJMENT City PrflJect Number: 101264
Revised MarcF� 9, 202D
00�2oo-i
GEIVERAL GONDITIONS
Page 3 of 63
24. Damage Claims — A demand for money ar services arising from the Project or Site from a
third pariy, City or Contractor exclusi�e of a Contract Claim.
25. Day ar day — A day, unless otherwise defsned, shall mean a Calendar Day.
26. Di�ecto� of Aviation -- The off cially appointed Directar of the Aviation Department of the
Gity of Fort Worth, Texas, ar his duly appoit�ted representa�i�ve, assistant, ar agents.
27. Director of Pa�-ks and Community Ser�vices — The off'icially appninted Directar of the Parks
and Community Services Department of the Ciry of Fort Warth, Texas, or his duly appointed
repres�ntative, assistant, or agents_
28. Director of Pianning c�nd Developrnent — The officia�ly appointed Director of the Planning
and Development Departm�nt of the City of �ort Worth, Texas, or his duly appointed
representative, 2�ssistant, or agents.
29. Director of Trdnspo�tdiion Public Warks — The officially appaint�d Director of the
Transportation Public Warks Department af the City of Ftirt Worth, Texas, ar his duly
appainted representativ�, assistant, or agents.
30. Directar of Wafer Departmerxt — The officially appoinfied Director of the Water Departtnent
of the City of Fart Worth, Texas, or his duly appainted representative, assista:nt, or agents.
3l. Drawings—That part of the Con�ract Documents prepared or appraved by Engineer which
graphically shows the scope, extent, and character of the Wnrk to be performed by Contractor.
Submittals are not Drawings as so defined.
32. Ef�"ective �ate of the Agreement—The date indicated in the Agreement on which it becomes
effective, but if no such date is indicated, it means the date on which the Agreement is signed
and delivered by the iast nf the twa parties to sign and deliver.
33. Engineer—The licensed professionai engineer or engineering firm registexed in the State oi
Texas perfarming prafessional services for the City.
34. Extra Wark — Additional work made necessary by changes ar alterations of the Coniract
Dacuments or of quantities or �or other reasons fflr vvhich no price� are provided ir� the Con�ract
Docunrkents. Extra work shall be part of the Work.
35. Field Or�der -- A �vritten order issued by City rnrhich requires changes in the Wark but wnich
does not involve a change in the Contract Price, Contra.et Time, or the intent of the Engineer.
Field Orders are paid frorn Field Order Allowances incorporated into the Contract by funded
�vork type at the time of award.
36. Final Acceptance —'The written notiee given by tkxe City to the Contractor that the Work
speci�ied in the Contract Docurnents has been completed to the satisfaction of the City.
C1TY OF FOaT WORTH Safe Routes tn Scfioal Improvement5
STANDAR� CDN51'RUCTION SPECIFICATION �OCUMENT City Project Num6er: 1012fi4
Revised March 9, 2020
Qo �z ao - i
G�NERAL CONDITIOlVS
Page 4 af 53
37. Final Inspection — Inspection carried out by the City to verify that ihe Contractor has
compleied the Work, and each and every p�t or appurtenance thereof, fully, entirely, and in
conformance with the Con�rac� Documents.
38. General Requirements�-Sections of Division 1 of the Contract Docutnents.
39. Hazurdous Envaroramental Conditaon—The presence at the Site of Asbestas, PCBs,
Petroleum, Hazardous Waste, Radioaetive Material, or ot}zer materials in such quantities ar
circutnstances that rnay present a substantial danger to persons ar property exposed thereto.
�40. Hazat-dous Waste—Hazardous waste is defined as az�y solid waste listed as hazardous or
passesses one or more hazardous characteristics as de�ned in the federal wa5te tegulations,
as amended from time to time.
41, Laws and Regulation,�Any and all applicable laws, rules, regulations, orditiances, codes,
and orders of any and aIl governmental bodies, agencies, auihorities, and caurts having
juzisdiction,
42. Liens=Charge�, security interests, or encumbrances upon Project funds, real property, or
personal propert}r.
43. Major Item — An Iterri of wark included in the Contract Documents that has a total cast equal
to ox greater than 5% of the original Contraci Frice or $25,000 whichever is less.
44. Milestone--A principal event specified in the Contrac� Dacuznents relating to an intermediate
Contract Time prior to Final Acceptance of the Work.
45. Notice of Award—The written natice by City to the Successful Bidder siating tbat upan
timely compliance by the Successfi�I Bidder with the conditions pr�cedent listed therein, City
will sign and deliver t1�e Agreement.
�6. Natice to Proceed A written notice given by City to Gon�ractor fixing the date an which the
Contract Tirne will commence to run and on which Contractor shali start to perform the Work
specified in Gontract Documents.
47, PCBs—Polychlorinated biphenyls,
48, Petraleum—Petrol�um, inclucling crude oil or any fraction thereof which is 1iQuid at standard
conditions of temperature and pressure (60 degrees Fahrenheit and 14,7 pounds per square
inch absolute}, such as oil, petroleum, fuel oil, oil sludge, oil ref-use, gasoline, kerosen�, and
ail mixed with ather non-Hazardous Waste and crude oils.
49. Plans — See defi�ition of Drawings.
CITY OF FOfiT WORTH Safe Routes tn 5chool lmprovements
STANdARD CONSTRUCTION SPECIFiCATION oOCUMENT City Project Number. 101264
Revised March 9, 2p20
oo�zoo-i
GEiVERAL COND1710NS
Page 5 of G3
50. Project Schedule—A schedule, prepared and maintained by Contractnr, in accordance with
the Gerieral Requirements, describing the sequence and duration of the activities comprising
the Contractor's plan to accomplish the Work withir� the Contract Tirne.
51. Praject—The Wor�C to �e performed under ihe Contract Docurnents.
52. Project Manager=The authorized representative of the Cifiy who will be assigned to the
Site.
53. Public Meeting — An announced meeting conducted by the Ciry to fa�ilitate public
participation and ta assist the public in gaining an informed view of the Project.
54. Radioactive Material—Source, special nudear, or byproduct material as defined by the
Atomic Energy Act of 1954 (42 U�C Section 2011 et seq.) as amended from time to tirne.
55. Regular YVorking 1Your� — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Mon.d�y
thru Friday (excluding legal holidays).
S6. Sam�ales—Physscal exam�les of materials, equipment, or vvorkmanship t4�at are
representative of some p�ortion of the Wor�C and which estahlish the standards by which such
portian of the Work will be judgecl.
S7. Schedude af Subr�tittals—A schedule, prepared and maintained lay Contractor, of required
submittals and the time requirements to support scheduled perfor�nance of related canstructian
activities.
S8, Schedule of Yaiues—A schadu�e, prepared and maintained by Coniractar, allocating portions
of fi�e Contract Pxice ta various partions of the Work and used as the basis for reviewing
Contractor's Applications for Payment.
59. Site Lands ox areas indicated in the Contract Documents as being fizrnished by City upan
which the Work is to be performed, including rights-of-way, permits, and easern�nts for access
thereto, and such other lands furnished by City which ara designated for the use of Cantractor.
60. Speci�catians—That part of the Contract Documents consssting o#' written requirements for
materials, equipment, systeYns, standards and workmanship as applied to the Work, and certain
administrative requirements and procedural ma�ters applicable thereto. SpEcifications may be
speciiically made a part of the Contract Documents by attachment or, if not attached, may be
incarpdrat�d by reference as indicated in the Table of Contents {Division 00 00 00) of each
Proj ect.
61. S�cbcontractor—An individual ar entity having a direct contract with Contractor ar with any
other Subcontractor for tbe performa�ace of a part of the V4'nrk at the Site.
CITY flF FflRT WORTN SaFe RoutestnSchuol Improvements
STANDARq CONSFRUCTION SPECIFICATION �OCUMENT City Praject Number: 101264
Revised March 9, 2020
00 �z nn - �
GENERAI, CONQITIONS
Page b of 63
62, Sub�raittals—All drawings, diagrams, illustrations, schedules, and other data or informa�tian
which a�re specifically prepared or a�sembled by or for Contractor and submitted by Con�-actar
to illustrate some portion of the Work.
63. Successfxcl Badder—The Biddex submitting the lowest a�.d most responsive Bid to whom City
makes an A�vard.
64. Superantendent — The representative of the Contractor who is available at all times and able
to receive instructions from the City and to act :for the Cantractor.
65. Supplementary Conditions—That part of the Con�ract Docume��s which amends or
supplements these General Cnnditions.
66. Supplie� A manufacturer, fabricator, supplier, dis�ributor, materialman, or vendor having a
direct contract with Contractor ar with any Subcontractor to fi�rnish materials or equipxrrent
to be incorparated in the Work by Contractox or 5ubcor�tractor.
67. Uraderground Facilities—A�1 underground pipelines, conduits, ducts, cables, wires,
manholes, vaults, tanks, tunnels, or other such facilities or atta.chments, and any encasements
cantaining such facilities, including but not limited to, those that epn�ey eIectricity, gases,
steam, liquid petrolewn products, telephone or other comanunications, cable televisiog,
water, wastewater, storxn water, ather liquids or chemicals, or traffic or other contral systems.
6$ Unit Price �ork See Paragraph 11,03 af theae General Conditions %r definition.
64. Weekend Yl�arkang Hout-s -- Hdurs beginning a,t 9;00 a.m. and ending at 5:00 p.m., Saturday,
Sunday or 1ega1 holiday, as approved in advance by the City.
70. Worlc—The entire constnxction or the various separately identifiable parts thereof required to
be provided under the Contract Documents. Work includes and is the result af pert'orming or
providing alI labor, ser�vices, and dacumentaiion necessary to produce such constructian
including any Change Order or Fie1d Order, and furnishing, installing, and incorporaking all
rnaterials and equipmant inin such constr�xction, a11 as required by the Contract Dncuments.
71. Working Day — A working day is de�ned as a day, not including Saturdays, Sunda.ys, or legal
holidays authorized by the City for con�ract purposes, in which vueather or Qther conditions
not under the controi of the Contractor will permit the performance of the principal unit of
work underway for a continuous peripd of not less than 7 haurs between 7 a.m. and 6 p.m.
I.02 Terminology
A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in
the Bidding Requirernents or Coniract Documents, have the indicated meaning.
B. Intent of Certain Terms or�Adjectives:
CITY QF FOftT WORTH Safe Routes to Schaol Impravements
STANOARD CONSTRUCTION SPECIFICATION �OCUMENT City ProJect Number: 101264
Revised MaTch 9, 2U20
oo�zao-i
GENERAL CON�ITIOAkS
Paga 7 of 63
1. The Contract Documen�ts include the terms "as a�lowed," "as appraved," "as ordered," "as
directed" or terms of like effect or import to authorize an e�erc�se of judgment by City. In
additian, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or
adjectives of like effect or import are u�ed to describe an ackion ar determination of City as to
the Work. Tt is intended that such exercise of professional judgment, ackion, or determination
will he salely to evaluate, in general, the Work for cornpliance with the informatian in th�
ConLract Documents and with the design concept a� the Project as a functioning whole as
sk�own or indica�ed in the Contract Documents (unless tkere is a specific statement indicating
oiherwise).
C. Defective:
1. The wQrd "defec�ive," when modifying the word "Work," reters to Woxk that is
unsati�factory, faulty, or deficient in that it�
a. does not conform to the Contract Documents; or
b. does not meet the requirem�nts of any applicable inspection, reference standard, test, or
approval referred to in the Cont�ract Docurnents; or
c. has been damaged prior to City's written acceptance.
D. Fu�hish, Install, Perforrre, PNovide:
1. The word "Fumish" or the word "Install" or the word "Perform" or the word "Provide" or
the word "Supply," or a�ay combination or simiiar directive or usage tk�.ereaf, shall mean
furnishing and ir�corparating in the Work including all necessary labar, materials, equipment,
ax�d everything necessary to perform the Work ind�cated, unless specifically limit�d in the
context used.
E. U�less stated otherwise in the Contract Documents, words or phrases triat hav� a well-known
technieal or construction industry or trade meaning are used in the Contract Documents in
accordance wiih such recognized meaning.
ARTICLE � — PRELIM�NARY N�ATTERS
2.01 Copies of Documents
City shall fizrnish to Contractor one {1} origir�al executed copy and one {1) electranic copy of the
Contract Docurnents, and fout (4) additional copies of the Drawings. Additional copies will be
fumished upon request at the cost of reproductioz�.
2.OZ Commencement af Cantr-act Time; Notice to Proceed
The Contract Tirne will cornn�ence to run on the day indicated in the Notice to Praceed, A Notice to
Proceed may be given no earliex than 3�4 days after the Effective Date of the Agreement,
unless agreed to by both parties in writing.
CITY �F FORT WOR7H 5afe Routes to School Impravements
SiAfVDARo CaN5TallcTloN SPECIFICATION oocuMENT City Project Num6er: 1Ui264
Revised MaCch 9, 20Z0
oo�zao-t
GENEI�AL CQNbI710NS
Page 8 af fi3
z.a3
2.04
2.05
2.06
2.07
Starting the YYark
Contractor shall start to perform the Work on the date when the Contract Time cammences to run,
No Work shall be dane at the Site prior ta tihe date on which tbe Contract Time co�nmences ta run.
Before Sta�ting Construction
Baseline Schedules: Submit in accvrdance vvith the Contract Dacuments, and prior to starting the
Work.
Precon�truction Coraference
Before any Work at the Site is started, the Contractar shail att�nd a Preconstruction Canference as
specified in the Contiract Docurnenks.
Public Meetir�g
Contractor may not rnobiliz� any equipment, materials or resources to the Sit� prior to Contractar
attending the Public Meeiing as scheduled by the City.
Inftial Acceptance of Schedules
No progress payment sha11 be rnade to Contractor until acceptable schedules are submitted to City in
aceordance with the Schedule Specrfication as provided in the Contraci Dacuments.
ARTICLE 3— COl�TTRACT DOCiTMENTS: Il�TTENT, AMEIiTDI1�G, REUSE
3 . Q 1 Inte�tt
A. The Contract Documents are complementary; what is required by nne is as binding as if required
by all.
B. It is the intent of the Contract Documents to describe a functionally camplete project (or part
thereofl to be ca�structed in aecordance with the Contract Documents. Any labor, documentation,
services, materials, or equipment that reasonably may be inferred from the Contract Dacuments
or from prevailing custom or trade usage as b�ing req�aired to produce the indicated resul� wi11 be
pro�ided whether or noi specifically caIled far, at no additianal cost to City.
G. Clarifications and interpretations of the Contract Documents shall be issued by City.
D. The Specifications may �ary in form, farma� and style. Sarne Specification sections may be wz itten
in varying d�grees of streamlita�d or declarative style and same sections maq be relaiively
narrative by comparison. Ornission of such words and phrases as "ihe Contractor shall," "in
�onformity with," "as shown," or "as specified" are intentipnal in streamlined sections.
Omitted wotds and phra�es shall be supplied by inference. Simila�- types ofpro�isions may appear
in various parts of a section or articles within a part depending on the format of th�
CITY OF FORT WQRTH 5a#e Routes to School Improvements
STANdARD CONSTRUCTIDN SPECIFICATION DpCUMEN7 Cfry Project M1Eumher: 101264
Revised March 9, 202�
00 �zoo- �
GENERAL CONdITIONS
Page 9 af 63
section. The Cantractor shall not take advantage of any variation of form, farmat or style in
rnaking Contract Claims.
E. The cross referencing of specification sections under the subparagraph heading "Related
Sections include but are not necessarily Iimited to:" and elsew�iere within each Specification
section is provided as az� aid and convenience ta the Contractor. The Contractor shall not rely on
the cross re�erencing provided and shall be responsible to coordinate the entire Work under the
Cnntraet Documents and provide a complete Praject whether or nat the cross referencing is
provided in each section or wl�ether or not the cross referencing is complete.
3.02 Refe�ence Standards
A, Standards, Specifications, Codes, Laws, az�d Regulations
Reference to standards, specif cations, manuals, ar codes of any technical society, arganization,
or associaiion, or to Laws or Regulatinns, whether such re%renc� be specific or by implication,
shall mean the standard, specification, manual, cod�, or Laws or Regulations in effect at the
time o� apening of Bids (or on the Effecrive Date of the Agreement if there were no Bids),
except as may be o�herwise specifically siated in the Contract Documents.
2. No provision of any such standard, specification, manual, or eode, or any instruction of a
Supplier, s�all b� effective to chan.ge ihe duties vr responsibilities of City, Contractor, ar any
of their subco�tractors, cansultants, agents, or employees, from thase set forth in the Gontract
Doeuments. Na such provision or instruction shall be effective to assign to City, or any af its
off cers, directors, mernbers, partners, employees, agents, consultants, or subcontractors, any
duty or authority to supervise or da�rect the performance of the Work or any duty or authority
to underta�e responsibiliiy ineonsistent with the pravisions of the Contaract Dacuments.
3 A3 Reporting and Resalving Discrepancies
A. Reporting Dtscrepancies:
1. Coniractor's Review of Contrc�ct Documents Before Starting Work: Before undertaking each
part of the Work, Contractor shall carefully study and compare the Cantract Documents and
check and verify pertinent figures therein against all applicable field measuremen�s and
conditions. Contractor shall promptjy report in writing to City any conflict, errar, ambiguity,
or discrepancy vvhich Contractar discovers, or has actual kr�owledge of, aud shall obtai� a
writken interpreta�ion ar clarification from City before proceeding with any Wark affect�d
thereby.
2. Coniractor's Review of Coniract Documents During Perfarmance af Work. If, during the
performance of the Work, Cor�tractor discovers any conflict, error, ambiguity, or discrepancy
within the Contract Documents, or between the Contract Docuxnents and (a) any appIicable
Law or Regulation ,{b} atay s�andard, specification, rr►a.nual, or code, or (c) any instruction of
any Supplier, then Contractor shall prom,ptly report it to City in writing. Contractor shall not
proceed with th� Wark af�ecfied thereby (except in an ernerg�ncy as required by Paragraph
CITY OF FORT WDRTH Safe Routes to School Impro�ements
STAN4ARD CONSTRUCTION SPECIFICATION QOCUIVIENT City Proje[t Num6er:101264
Revised March 9, 2020
00 �z oo - i
GE�IERAL CON�ITIONS
Page l4 of G3
6.17.A) unti� an am�ndment or supplement to the Contract Documents has been issued by
one of the met�ods indicated in Paragraph 3.04.
3. Contractor shall not be liable to City for failure to report any con�lict, error, ambiguity, or
discrepax�cy in the Cnntract Documents unless Contractor had actua� knowledge thereof.
B. Resolving Discrepancies:
1. Except as may be otherwise specifcally sta�ed in the Contract Docurn�nts, tk�e provisions of
the Contract Dacurnents shall talce precedence in resolving any conflict, error, ambiguity, or
discrepancy between the provisions of th� Cantract Docurnents and the provisions of any
standard, specificatian, manual, ar the ir�struction of any Supptier (whether or not specifically
incorporated by reference in the Contraci Documents).
2. In case of discrepancies, figured dinnensions shall govern ov�r scaZed dirnensions, Plans sha11
govern over Specifications, Supplementary Conditions shall govern o��r General Conditions
and Specificatinns, and quantiti�s shown on the Plans shall gov�rn over those shnwn iz� the
proposa�.
3.04 Amending and Supplementing Contract Documents
A. The Contract Documents may be arnended to provide for additions, deletions, and re�isions in
the Work or to modify the terms and conditions thereof by a Change Order.
B. Th� requirements of the Contract Documents may be supplemented, and minor �ariations and
deviations in the �]Vork nat involving a change in Contract Price or Contract Tr�ne, may be
authorized, by one or more oitkae folZowing ways:
1. A Field Order;
2. City's rev�ew of a Submittal (subject to the provisions of Paragraph 6.1$.C); or
3. City's writ�en interpretation or clarification,
3.05 Reuse of Documents
A. Contractor and any Subcontractor ar Supplier sha11 not:
have or acquire any �i�le to ar ownership rights in any of the Drawings, 5pecificatians, or
ather documents (or eopies of any thereo fl prepared by or bearing the seal of Engineer,
including electronic media editions; or
2, reu�e any such Drawin�s, 5pecifications, other dacuments, or copies thereof on extensions of
the Proj ect or any other proj ec# without writtez� consent of City and specific wrztten verificaiion
ar adaptation by Er�gineer.
CfTY OF FORT WORTH Safe Routes ta 5chool lmprnvements
STANDARD CO�f5TRUGTION SPECiFICATIOh dOCUIVIENT City Project Num6er: 101�64
Revlsed Marrh 9, 2020
00720D-L
C�NERAL CON�ITIQNS
Page 1 l of G3
B. The prohibitions of this Paragraph 3.05 will survive �nal payment, ar terminatian of the
Contract. Noihing herein shall preclude Contractor from retaining copies of th� Contract
Documents �ar recard purposes.
3.06 Electronic Data
A. Unless otherwise stated in the Supplementary Condjtsons, the data furnished by City or Engit�eer
to Contractor, ar by Contractor to City Qr Engineer, that may be ralied upon ara limited to the
printed copies included in the Contract Documents (also known as hard copies} and other
Specifcations referenced and located on the City's on-line electronic document manag�ment and
collaboration system site. Files in electronic rnedia farmat of text, data, graphics, or ofhet lypes
are furnished anly for ihe convenience of the receiving party. Any conclusion ar information
flbtained or derived from such electronic files will be ai the user's sole risk. If there is a discxepancy
between the electronic files and the hard oopies, the hard copies govern.
B. 'WY�en transferring documen�s in electronic media format, the tY'ansferring party �akes no
representations as ta long term compatibility, usability, ar readability of docutnents resul�ing from
the use af soflware application packages, operating systems, or computer hardware di�fering from
those used by the data's creator.
ARTICLE 4— AVAILABYLITY OF LAI�TDS, �UBSURFACE AND PHYSICAL CONDITIQNS;
HAZARIIOUS Eli1VIRO�El�T'I`AL COI�TDITIONS; REFERE1�iCE POni1TS
4.O1 Availability of Lands
A. City shall fixrnish the Site. City shall notify Cnntractor of any encumbrances ar restrictions not of
g�neral application but specifically related to use of the Site with which Contractor mus# comply
in pe�rforming the Work. City will obtain in a timely manner and pay far easements for perrnanent
structures or permanent changes in existing facilities.
The City has obtained or antic�pates acquisition of anci/or access to right-of-way, and/ar
easements. Any outstanding right-of-way aa�dlar easements are antici�aated to be acquired in
accorda:nce with the schedule set forth in the 5upplementary Canditions. The Project Schedule
submitted by the Contractar in accordance with the Contract Documents must consider any
outstanding right-of way, and/or easements.
2. The City has ar anncip�.tes removing and/or relacating utilities, and obstructions to the Site.
Any ouistanding removal or relncation of utilities or obstructions is anticipated in accordance
with the schedule set forth in the Supplernentary Conditions. The Project Schedule submitted
by the Contractor in accordance with the Contract Dncumen�s must consider any outstanding
u#ilities or vbstructions to be removed, adjusted, and/or relocated by others.
B. Ugon reasonable written request, City shall fut�ish Contractor with a current statement of'r�card
legal title and legal description of the Iands upon which the Work is to be perfnrmed.
CITY DF FORT WORTEi 5afe Routes to Schao� Improvements
STANDARD CON5TRUCTION SPECIFICATfoN DOCUMENT City Project Num6er: 1012fi4
Revised Mkarch 9, 2p20
DO 72 UO - l
GEN�RAL CON�ITIONS
Page 12 of 63
C. Contractor sha11 provide for alI addi#ional lands and access thereto thai rnay be required for
constructidn facilities or starage af rnaterials and equipment.
4�.02 Subsur�face and Physical Conditions�
A. Reports and Drativings: The �upplementary Conditions identify:
1. ihase reports knoum to City of explorations and tests of ,subsurface conditions at or
contiguous to the Site; and
2. those drawings �nown to City of pkysical conditions relating ta existing surface or
subsurface stzuctures at tlae Site (except Undergraund Facilities).
B. Limited Rediance by Cantracior on Technical Data Authorized: Contractor may rely upon thc
accuracy of the "technical data" contained in sueh reports and drawings, but such reports and
drawings axe nat Contract Documents. Such "technical data" is identified in the �upplementary
Conditinns. Contractor may not rnake any Contract Claim against City, or an� of their ofticers,
dixectors, rnembers, pariners, employees, agents, consultants, or subcontractors with respect to:
I. the c�mpleteness of such r�ports and drawuags for Contractor's putposes, including, but not
Iimited to, any aspects of the means, rnethods, techniques, sequences, and proeedures of
ennstruction to be employed by Contractar, and safety precautions and prog�rams incident
thereio; or
2. other data, interpretations, opinions, and informatian cantained in such reports or shown or
indicated in such drawi.ngs; ar
3. any Contractor interpretation of or conclusion drawn ftom any "technical data" or any such
other data, interpretations, Qpinians, or in�'o�rnation.
4.03 D�ering Subsur�face or Physical Canditions
A. Natice: Tf Cantt-actor believes that any subsurface or physical conditian that is uncovez-ed or
revealed either:
1. is of such a nature as to esiablish that any "techn�ical data"' on w�ieh Contractox is entitl�d ta
rely as provided in Paragraph 4.02 is materially inaccuxate; or
2. is of such a naiure as io require a change in the Contr�ct Dacuments; ar
3, differs materially ftom thai shown or indicated in the Contract Documents; or
4. is of �n unusual nature, and differs zm.aterially from conditions ardinarily cncountered and
generally recognized as inherent in work of the character provided for in the Contract
Docurnents;
CITY OF FDRT WDRTH Safe ftoutes to School improvements
STANQARD CONSTRUCTION SPECIFICATION DOCUMENT City ProJect Number: 101264
Revfsed March 9, 2020
oo az no - t
GENERAL CONQITIONS
Page l3 df 63
then Contractor shall, promptly afte!r becam�ng aware thereof and beft�re fixrther disturbing the
subsurface or physical conditions or performing any Work in connection therewith (except in an
emergency as requir�d by Paragraph 6.17.A), notify City in writing about such condition.
B. Possible Price and Time Adjustments
Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if:
l. Contractor knew of the existence of such conditions at the time Cantractar made a final
coz�amitmen� to Csty with respect to Cnntract Price and Contract Time by the submission o� a
Bid or becoming bound under a negotiated contract; or
2. the existence of such condition could reasonahly have been discovered or re�ealed as a result
of the exarnination of the Contract Dacurnents or the Site; or
3. Contractor failed tn give the written notice as required by Paragraph 4.03.A.
4,04 Undergraund F�cilities
A. S�iown or Ir�dicated: The information and data shown or indicated in the Cont�act Documenis
with respect to existing Underground Facilities at or contiguous to the Site is based on information
and data furnished to City or Engsneer by the owtiers of such Underground Facilities,
including City, or by others. Unless it is otherwise expressly provided in the Supplemen.tary
Canditions:
1. Gity and Engineer shall not be responsible for the accuracy or completeness of any such
inforrnation oz- daka provided by others; and
2. t�e cost of alI of the following will be included it� the Contraet Price, and Contractor shall
have full responsibility for:
a, reviewing and checking all such information and data;
b. lncaiing all Undergrout�d Facilities shown or indicated in the Contract Documents;
c. coordination and adjnstment of the Work with the owners of sueh Underground
Facilities, including City, during construction; and
d. the safety and protectio� af all such Undergrour�d Facilities and repairing any damage
thereto resulting from the Work.
B. Noi Shown ar Indicated:
1. If an Underground Facility which conflicts with the Work is uncover�d or revealed at or
cantiguous to the Site which was �ot shown or indicated, or nnt shown or indicated with
reasonable accuracy in the Contract Documents, Con�ractor sha11, promptly after becoming
aware thereo� and before further disturbing conditions affected thereby or }�erforming any
C1TY OF FORT WORTH 5afe Routes to Schoul Improvements
STANbARD CONSTRUCTIoN SPECIFICATIDN DOCUME�iT City Project Num6er: 101264
Revised March 9, 2020
aonoo-i
cE���� coNo�rio�vs
Page l4 of 63
Wark in connectiion therewith {except in an etnergency a� requir�d by Paragraph 6.17.A),
identify the owner of such Underground Facility and give notice tv that owner and to City.
City wi11 review the discovered Underground Facility and dete�nine fhe extent, if any, ta
which a change may be required in the Contract Documents to reflect and document the
consequences af the exister�ce or location of the Underground Facility. Contractar shall be
responsible far the safety and protection of such discovered Underground Facility.
2. Tf City eoncludes that a change in the Contract Documents is required, a Change Order may
be issued to reflect and document such consequences.
3. Verification of existing utilities, structures, and service lines 5ha11 include notrfica�ion of all
utility companies a minimum of 48 haurs in advancc of canstruction inciuding exploratory
excavaiion if necessary.
4.05 Reference Points
A. City shali provide engirzeering surveys to establish reference points for cor�struction, which in
City's judgment are nec�ssa.ry to enable Contractor to proceed with the Work. City will provide
construciion stakes or other custamary method of marking ia establish line and grades for roadway
and utility construction, centerlines and benchrr�arks for bridgework. Contractor shall protect and
preserve the estab�ished r�ferezzce points and property monurnents, and shall make no changes or
relacations. Contractor s}�all report to City whenevar any reference point or property monument is
lost or destroyed or requires relocation because of necessary changes in grad�� or locations. The
City shall be respon�ible for the replacernent or relocatian of reference points or properiy
rnonuments not careIessly or willfully destroyed by the Contractor, The Contractor shall notify
City in advance and with sufficient tirne io avaid delays.
B. WY�enever, in the opinion of the City, any refetence point or monurnent has been carelessly ar
willfully destroyed, disturbed, or remaved by the Contractor or any ofhis employees, the full eost
for replacing such points plus 25% wi11 be charged against the Cantractor, and the fu11 a�nount will
be deducted from payrnent due the Contractar.
4.06 Hazardous L4'ravironmental Coraditivn at Site
A. Reports and Drawings: The Supplementaty Conditions identify those repnrts and drawings knowr�
to City relating to Haza.rdous Enviro�xnental Conditions that have been identifi�d at the Site,
B. Lirszited Reliance by Coratractor on Technrcal Data Authorized: Contractor m�y rely upon the
accuracy nf the "technical data" contained in such reports and drawings, but such reports and
drawings are nat Contract Docurnents. Such "technica� data" is identif�ed in the �upplementary
C�nciitions. Con�ractor may not malee any Contract Claim against City, or any of their o�fficers,
directors, members, partners, emplayees, agents, consultants, or subcont�actors with respect to:
the completeness of such reports and drawings for Contractor's purposes, including, but not
lirnited to, any aspects of the means, methods, techniques, sequences and procedures of
CITY OF FORT WORTH 5afe Routes ta School Improvernents
STANDARp CONSTRiICTION SPECIFICATION bOCUMEfV7 City Rraject Number: 10126A
Revised March 9, 2020
oa�zau- �
GENERAL CONDITIOIVS
Page 15 of 63
cons�ruction to be employed by Contractor and safety precautions and pragrams incident
thereto; or
2. other data, interpretatians, opinions and information contained in such repor�s or shown ar
indicated in such drawings; ax
3. any Contractor interpretation of ar canclusion drawn from any "technical data" or any such
other data, interpretations, opinions or infornn�ation.
C. Contractar shall not be responsible for any Hazardous Environmental Condition uncovered ar
revealed at the Site which was not sk�own flr indicated in Drawings or Specifieations or identified
in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for
a Hazardous Environm�ntal Conditian created with any materials brought to the Site by
Contr�ctor, 5ubcantractors, Suppiiers, ar a�yone else far r�rhom Contractor is xesponsible.
D. If Contractar encounters a Hazardaus Environmental CQndition ar if Contractor or anyone for
whom Contractor is respnnsible creates a Hazardous En�ironmen�al Condition, Contractox sha11
iriunetliately: (i) secure or otherwise isolate sueh cor�ditian; (ii) stop all Work in connection with
such cnndition and in any area affected f.hereby {exc�pt in an emergency as required by Paragaph
6.17.A); and {iii) notify City (and promptly thereafker canfirm such no�ice in writing). City may
consider the necessity to retain a qua�ified expert to evaluate such conditian or take corrective
action, if .�ny.
E. Contractor shall nat be required to resume Work in connection with such conditian or in any
af%cted area until after City has obtained any required p�rmits related thereto and delivered written
notice to Contractor: (i) specifying that such condition and any affected area is flr has been
xendered suitable for the resumptian of Work; or (ii) specifying any special candition� under which
such Work �ay be resurned.
F. I� after receipt of such written notice Contractar does not agree to resume su�h Work 6ased on a
reasonabTe beli�f it is unsafe, or does not agree to resurne such Work under such special conditions,
then City rnay order the portion of the Wark that is in the area affected by such condition Co be
deleted from the Work. City may have such deleted portion of the Work performed by City's own
�c�rces or others.
G. To the fullesi erient permitted by Laws and Regulations, Contractor shall andemnify and hold
harmless City, f'ram and against adl claims, costs, losses, and damr�ges (incla�ding but rcot lamited
to all fees and charges af engineers, architects, attorneys, and other professianals and alZ cou�t
o�- ar�bitratfon or other dispute resolution costs) drising out of or reiating to a Hazardous
Environmental Condition created by Cantractor� or by anyone for whom Contructar is respansible.
Nathing in this Paragraph 4.Ob.G shald obligate Contracto� to indemn� any indivadual or entity
fr�om and agaanst the cansequences o.f that individual's or entity's owra negligen�ce.
H. The provisions o� Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Endtranrnental
Conditian unco�ered or zevealed at the Site.
CITY OF FORT W�RTH Safe Routes to Sthonl lmprovements
STANIJARD CRIVSTRUCTIDN SPECIFICATION oOCUNiENT City ProJect Num6er. ip1264
Revlsed March 9, 2020
ao �z ao - �
GENERAL CQfVpITIONS
Page i b of 53
�T�cLE � - Bo�s �vn uvsv�.�rcE
S.Q1 Licensed Sureties anc�Insurers
All bonds and insurance required by the Contract Documents to be purchased and maintained by
Contractor shall be obtained frorn surety or insurance companies that are duly licensed ar authprized
in the State of Texas to issue bonds or insurance policies for the lirnits a.nd coverages so required.
Such surety and insurance companias shail also rneet such additional requirements and qualificatinns
as may be provided in the Supplementary Condi�rans.
5.02 Perforrnance, Payment, and Maintencance Bonds
A. Coniractor shall furnish perforrnarace and payment bonds, in accordance with Texas Government
Code Chapter 2253 or successor statute, each in an amount equal to the Contract Priee as
security for the faithful performance and pa}�ment of aIl of Contractor's abligat�ons under the
Contract Documents.
B. Contractor shall furnish rnaintenance bands in an arnount equal to the Contract Price as security
to protect the City agarnst any defects in any partion of th� Wark described in the Contract
Documenis. Maintenance bands shall reanain in effect for two (2) y�ars after the date af Final
Acc�ptance by the City.
C. All bonds shall be in the fozrn prescribed by the Contract Documents except as provided otherwise
by Laws or Regulati�ns, and shal] be executed by such sureties a� are nanned in the list af
"Companies Holding Certificates of Authority as Acceptable 5ureties on Federal Bonds and as
Acceptable Reinsuring Companies" as published isz Circular 570 {amended) hy the Financial
Management Service, Surety Bond Branch, LT.S. Department of the Treasury. All bonds signed by
an agent or attorney-in-iact must be accozx�panied by a sealed and dated power of at�orney which
shall show that it is effective on the date ihe agenfi or attorneyan-fact signed each i�ond.
D. If the surety on any bond furnished by Contractor is declared bankru�t or be�omes insolvent or its
right to do business is terminaied in the State of Texas or it ceases to meet the requirements of
Paragraph 5.02.C, Contractor shall promptiy noti�y City and s�all, within 30 days after tfie even�
giving rise to such noti�cation, provide anot�aer bond and surety, both of which shall comply with
the rec�uirements ofParagraphs S.QI and 5,02.C.
5.03 Certificates aflnsurarace
Contractor shall deliver to Gity, with copies to eac�i additional insured and loss payee identified in the
�Supplementary Canditiflns, certificates of insurance (other evidence of insurance requested by City or
any other additiona2 insured) in at Ieast the rninimum amount as specified in tlze Supplernentary
Conditions which Contractor is r�quired to purchase and maintain.
l. The certificate of insurance shall document the City, and all identified entities named in the
Supplerr►entary Condrtions as "Additional Insured" on all liability policies.
C1TY OF FORT WORTH Safe Routes to School ImprovemenCs
STANDAR� CONSTRUCTION SPECIFICATION bOCUMENT City Praject N�mher: 101264
Iievised March 9, 202p
ao �a oo - i
GENERAL C01V❑1710N5
Page 17 oi 63
2. The Contractor's general iiability insurance shall inciude a, "per project" or "per lacation",
endorsement, which shall be identified in the certificate of insurance provided to the City.
3. The certificate shall be signed by an agent authorized to bind coverage on beha.If of the insured,
be complete in its entirety, and show corr�plete insurance carrier n.ames as Iisted in the current
A.M. Best Property & Casualty Guide
4. The insurers for all policies must be licensed and/or appraved to do business in the State of
Tsxas. Except for workers' compensation, all insurers must have a minirnum rating of A-:
VII in the current A. M. Best Key Rating Guide or have r�asonahly equivalent financial
str�ngth and solvency to the satisfaction af Risk Management. If the rating is below that
required, written approval of Ci�y is required.
5. AlI applicable policies shall include a Waiver of Subrogatian {Rights of Recovery) in favar
of the City. In addition, the Contractor agrees to waiv� all rights of suhrogation against the
Engineer {if applicable}, and eacl� additional insured identified in the Supplementary
CQnditians
6. Failure of the City to demand such certificates or other evidence of fiill compliance with the
insurance requixements or fai�ure of the City to identify a deficienc� from evidence that is
provided shall not be consfirued as a waiver of Gontractor's obligation to rnaintain sueh lines
of insurance coverage.
7. If insurance policies are not written for specified coverage lirnits, an Umbrella or Excess
Liability insurance for any differences is required. Excess Liability shall follaw form of �he
primary coverage.
8. Unless o�erwise stated, a�l required insurance shall be written on the "accurrence basis". If
coverage is �nderw�'itten on a claims-made basis, the retroactive date shall be coincident with
or prior to th� date of the ef%ctive date of the agreement and the certificate af insurance siaall
state that the coverage is claims-made and the retroacti�e date. The insuranee coverag� shall
be maintained for the duratian of the Contract and for three (3) years following Final
Acceptance provided under the Cantract Documents ar for the warranty period, whichever is
longer. An annual certificate of insurance submitt�d to ihe City shall evid�nce suc�
insurance co�erage.
9. Policies shall have no exclusions by endoxsements, which, neither nullify or amend, the
required lines of coverage, nor decrease the limits of said coverage unless such endorsements
are approved in writing by the City. In the event a Contract has been bid or executed arzd the
exclusions are determined to be unaccepYable or the City desires additional insurance coverage,
and khe City desires the contractarlengineer to obtain such coverage, th� contract price shall
be adjusted �y the cost of the premiurn for such additaonal coverage plus 10%.
10. An� self-insured retention (SIR), in excess of $25,000.00, affecting required insurance
coverage shall be approved by the City in regards ta assei value and stockholders' equity. In
CITY OF FORT WORTH Safe Routes ta School Impro�ements
STANDAR� CONSTRLiC71ON 5PECIFICATION DOCUMENT City Prnject Num6er:101264
Revised March 9, 2420
ao �z on - �
GENERAL CONDITIONS
Fage 1$ of 63
lieu of traditional insurance, altemative cnverage rnaintained through insurance pools or risk
retention groups, must also be approved by City.
11. Any deductible in excess of $S,OOd.00, for any policy thai does not provide coverage on a
first-dollar basis, must be acceptable to and approved by the City.
12. City, at its sole discretion, rese�ves the right to r�view the insurance requirernents and to
make reasonable adjustments to insurance coverage'� a.z�d their limits when deemed necessazy
and prudent by tha City based upan chang�s in statutory law, court decision or the claims
history of the industry as �vell as of the contracting pariy to tk�e City, The City shall be required
to provide prior x�otice af 90 days, and the insurance adjustmettts shall be incazporated into the
Work by Change Order,
13. City shall be entitled, upon written request and without expense, ta receive copies of policies
and endorsements thereto and may make any reasonable requests �ot deletian or revision or
modifications of particular policy tezms, condi�ions, limitations, or exclusions n�cessary to
conforrn the policy and endorsements to the requireinents of the Contract. Deletions, revisions,
or modifications shall not �e required where poIicy provisions are establis�ed by law or
regulations binding upon either party or the underwriter on a.ny such po�icies.
14, City sha11 not be responsible far the direct paym�nt of insurance premium costs for
Contractor's insurat�ce.
5.04 Contrnctor's Insurance
A. Workers Compe�as�tion and Employers' Liability. Con�c-actor shall purchase and maintain such
insurance coverage with limits consisten,t with statufiozy ben�fits outlinad in the Texas Workers'
Compensation Act (Texas Labor Code, Ch. 405, as amended), and rninimuim Iimits far Etnployers'
Liability as is appropriate for tf�e Work being performed and as wi11 provide pratection fr�rn claims
set forth below wI�ich may arise out of or result from Contractor's performanee of the Work and
Contractor's ot�er ob2igations under thc Contract Documents, whether it is to be performed by
Contractor, any Subcontractor or 5upplier, ar by anyone directly or indirectly employcd by any of
them to perform any of the Wark, or by anynne fnr whose acts any of tl�em may he Iiable:
1. cla.ims under wor�ers' compensation, disability benefits, and other similar er�ployee benefit
acts;
2. clairns for darnag�s because of badily injury, occupatinnal sickness or disease, or death of
Contc-actor's employees.
B. Comrrrercial General Lia�iility. Co�erage shall include but not be limited to covering liability
(bodily injury or property damage) arising from: premises/operations, independent contt-actors,
productslcomp�eted aperations, personal injury, and iiability under an insured cantract. Insurance
shalI be provid�ed on an occurrence basis, and as camprehensive as th�e current Insurance Services
Office (ISO) policy. This insurance shall apply as prirnary insurance with respect to any other
CITY OF FORT WORTH Safe Routes to School Improvements
STAfVDARo coNSTal1CTIaN SPECIFICATION bocuMENT City ProJett Number: 101264
Revised March 4, 2�26
ao 72 00 - i
GENERAL CONDITIONS
Page 19 of 63
insurance or self-insurance programs afforded to the City. The Commercial Generai Liability
policy, shall have no exelusions by endorsernents that w�uld alter of nullify premises/operations,
productslcompleted operations, contractual, p�rsonal injury, or advertising injury, which are
normally contained with the policy, unless the City approves such exclusions in writing.
For canstruction projects that present a substantial completed operation exposure, the City ma�
require the contractnr to maintain completed aperations coverage for a �ninimum of no less than
three (3} years following the completion of the project (if identified in the �upplernentary
Canditions).
C. Automobile Liability. A commercial business auto policy shall provide coverage an "any auto",
defined as autos owt�ed, hired and non-flwned and provide indemnity for cl�ims for damages
because bodily i�jury or death af any person and or property damage arising out of the work,
maintenance ar use of any motor vehicle by the Cantractor, any Subcontractor nr Supplier, or by
anyone dir�ctly or indirectly employed by any of them to perform any of the Work, ar by anynne
for whose acts any of them may be liable.
D. Rail�-oad Pratective Liabality. If any of the work or any warranty work is within the limsts of
railroad right-of-way, the Contractox shall comply with the requirements identified in the
Supplementary Conditions.
E. Notif catian af Palicy Cancellation: Contractor shall ixinmediately notify City upan cancellation
or other loss of insurance co�erage. Con�ractar shall stop work until replacen��nt insurance has
been pracured. There sha11 be no time cr�dit for days not worked pursuant to this section.
S.OS Acceptance af Bonds and Irasurance; O,r�tion ta Replace
Tf City has any objectian ta the coverage afforded by or other provisions of �he bonds or insurance
required ta be purchased and maintained by the Contractor in accordance with Article S an the basis
af nan-confarmance with tbe Contract Documents, the City shall so notify the Contractor in writing
within 10 Business Days after receipt o�the certificates (or other evidence requested). Contractor shall
pro�vide to the City such additiona.l information in respect of insurance provided as the City may
reasonably request. I� Contractor does not purchase or maintai� a11 of the bonds anci insu�rance required
by the Contraet Docurn,ents, the City shall notify the Contractor in writing of such failure prior to the
start of the Work, or of such failure to maintain prior ta any change in the required coverage.
ARTICLE 6 -- CONTRACTOR'S RESPONSIBILITIES
6.01 Supervision and Superiniendence
A. Contractor shall supervise, inspect, and direct the Work competently and ef�iciently, de�oting
such attention ihereto and applying such skills and expertise as may be necessary to perform the
Work in accardance with #he Contract Docume�.ts. Coniractor shall be solely responsible for tke
rneans, methods, techniques, sequences, and procedures of construction.
CITY OF FORT WORTH Safe Routes to Schaol lmprovements
STANDARD CONSTRUCTIOfd SPECIFICATIDN DDCUMENT City Praject Num6er; 101z64
Revised March 9, 2020
00 �2 00 - �
GENERAL CONbI710NS
Page z0 of b3
B_ At all times during t�e progress of the Work, Contractor shall assign a cozxipetent, English-
speaking, Superintendent who shall not be replaced without written notice tn City. The
Superintendent wiIl be Contractor's representati�e at the Site and shalI have authority to act on
behalf' of Contxactor. All cornmunicat�on given to or received from the Superintendent shall be
binding fln Contractor.
C, Contractor shall notiiy the City 24 houts prior ta zz�oving areas during tlie sequence af construction.
6.Q2 Labar�; Working Hou�s
A. Contraetor shall provide campetent, suitably qualified persnnnel to perform construction as
required by the Contract Documents. Contractor sl�all a� all tiznes maintain good discipline and
order at the Srte.
B. Except as otherwise required for the safety or protection of p�rsans or tne Work or property at
the Site or adjaeent thereto, and except as ntherwise stated in the Contract Documents, all Work
at the Site shall be performad dtu-ing Regular Working Hours. Contra.ctor will not p�rtnit �e
performance of Wark beyand Regular Working Hours or for Weekend Working Hours withoui
City's written consent (which will not be unreasonably withheld). Writt�n request {by letter or
electronic cc�rnmunication) to perform Work:
for beyond Regular Working Hours request must be made by noon at least two (2) Business
Days prior
2. for Weekend Working Hours request must be made by naon ofthe preceding Thursday
3, far legal holidays request must be rnade by noon two Business Days pxior to the legal
holiday,
6.U3 S`ervices, Materials, and Equipment
A. Unless otherwise specified in the Contract Docurnents, Contractor shal� provide and assuzz�e fizll
responsibility for aIl services, materials, equipment, tabor, transportation, construction equipment
and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities,
temparary facilities, and a11 other facilities and incidentals necessary far the performance,
Gon�ractor rcquired testing, start-up, and comp�etion nf the Work.
B. All materials and equipment incarpotated into the Work shall be as specified or, if not specified,
shall be of good quality �nd new, except as otherwise provided in the Contract Docurr�ents. AIl
special warranties and guarantees required by the Specificafians shall expressly run to the b�nef�t
of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of
required tests) as to the source, kind, and quality of maierials and equipment.
C1TY flF FORT WORTH Safe Routes to School ImprdvemeMts
STAiVDARb CONSTRUCTION SPfCIFICATION DOCUh/IENT City Projett Number: 1�1�64
Revised March 9, �020
oo�zoo-�
GEN�.RAL CQNDITIONS
Page 21 of 63
6.Q4
.1'
C. AlI rnaterials and equipment to be incorporated snto the Work shall be �tored, applied, installed,
connected, erect�d, protected, used, cleaned, a�d conditinned in accordance with instructions of
the applicabie Supplier, except as otherwise rnay �he provided in the Contract Documents.
D. All itejns af standard equiprrxent tn be incorporated into the Work shall be the latest model at the
time of bid, unless ntherwi5e specif ed.
Project Schedule
A. Contractor shall adhere to �he Pro�ect 5chedule estabiished in accardance vvith Paragrapla 2.07
and the General Requirements as i� may be adjusted from time to time a� provided below.
1. Contractor shall submit to Gity for acceptance (to the extent indicated in Paragraph 2,Q7 and
the General Requirement�) prapascd adjustments in the Project Schedul� that will not result
in changing the Contract Time. Such adjustments will com�ly with any provisions af the
G�neral R�quirerr�ents applicable thereto.
2. Cantractor shall submit to City a manthly Project Schedule with a monthly progress payment
for the duration nf the Contract in accordance wikh the schedule specification O1 32 16.
3. Proposed adjustments in the Project Schedule that will change ihe Contract Time shall be
submitked in accordance with the requirements af Article 12. Adjustmen�s in Cantract Time
may oniy be made by a Change Order.
Substitutes and "O�-Equal�"
A. Whez�ever an item of material or eyuipment is sp�cified o� described in the Contract Documents
by usin� the name of a proprietary item or the name of a particular Supplier, the specification or
descri�tion is intended to establish the type, function, appearanee, and quality required. Unless the
specification or description contains or is followed by words reading that no like, equivalent, ar
"or-equal" itern or no substitution is pernutted, other items of material ox equipment of other
Suppliers may be 5ubmikied to City for review under t�e circumstances described bejow.
"Or-Equal " Items: If in City's sole discretion an item af material or equipment proposed by
Contractor is functionally equal ta that named and sufficiently similar so that no change in
related Work will be required, it may be considered by City as an "or-equal" item, in which
case review and approval of the proposed itenn may, in City's sole discretion, be accorx�plished
without compliance with some or all of the requirements for approval of praposed substitute
items. For the purposes of tYiis Paragraph 6.OS.A.1, a proposed item af materiai or equipment
will be considered functionally equal to an it�m so named if
a. the City determines that:
1) it is at least �qual in materials of canstnYctifln, quality, durability, appearance,
strength, and design charaeteristics;
CITY OF FORT WORTH 5afe Routes tn School Improvements
STANDARD GONSTRUG710N SPECIFICATION DOCUMENT C{ty P�oject IVumher: i012fiA
Revised Marth 9, 2020
00 �z oo- i
GENERAL CONDITEONS
Page 22 oi 63
2) it will reliably perforrn at least equatly well the fanction and achieve the results
imposed by ihe desigzx concept ofihe campleted Proj�ci as a fitnctioning who�e; and
3) it has a praven record of performance and availability of responsive service; and
b. Contractor certifies ihat, iaFapproved and incorparated into the Work:
1} there will be no increase in cost to the City or increase in Contract Time; and
2) it will conform substantially to the detailed requarements of tne item nanned in the
Contract Documents.
2. 5ubstitute Items:
a. If in City's sole discretion an item of material or equipment proposed by Contractor does
not qualify as an "or-equal" item under Paragrap� 6.OS.A.1, it may be submitted as a
proposed substitute item.
b, Contractor shall submit sufficient information as provided below to allow City to determine
if the item of material or equipment proposed is essentially equ�va2ent to that named and
an acceptable substitut� therefor. Requests for revi�ew of proposed substitute items of
material or equipment will not be accepted by City ftorn anyone other than Contractor.
c. Contractor shall make written application tn City for revi�w aia proposed substitute item
of material or equipment that Contractor seeks to f�nish or use. The applicat�on shall
comply with 5ection O l 25 00 and:
1) shall certify that the pxoposed �ubstitute itern will:
a) perfflrm adequ�tely the functions anc� achieve the results called for by th� general
design;
b) be similar in substance to that specified;
c) he suited to tk�e sarne use as that s�ecified; and
2) will state:
a) the exfent, if any, to which the use of the proposed substitute ikem will prejudice
Cantractoz-'s achievement af �'inal com�letion on t�me;
b) wl�ether use of the proposed substitute itern in the Work will require a change in
any of the Contract Documents (or i�a the provisions of any other direct cc�niract
with City for other work on tne Project) to adapt the design to the proposed
substitute it�m;
CITY OF FORT WOR7H 5afe Routes to School Improvements
STANOAR� CQNSTRUCTIOlV SPECIFICATIOM1E �OCUMENT City Project Numher: ip1264
Revised March 9., z020
oo�zoa-�
GENERAL CONDITIONS
Fage 23 nf63
c) vwhether incorporation or u�e of the proposed substitut� item in connection with
the Work is suhject to payment af any license fee or royalty; and
3) will identify:
a} all variations af the proposed subsiitute item from that specified;
b) available engineering, sales, tnaintenance, repair, and replacement services; and
4) shall contain an itemized estirnate of all costs or credits that will result directly or
indirectly from use of such substitute itez�a, including costs af redesign and Damage
Claims of other contrackors affected by any resulting change.
B. Substitute Go�astr-uctian Method� or Procedures: If a specific means, method, technique, sequence,
or procedure of canstrucnon rs expressly required by the Contract Dociunents, Contractor may
furnish or utilize a substitute means, rnetl�od, technsque, sequence, ar pracedure of construction
approved by City. Contiractor shall submit sufficient inforrnatifln to a11ow City, i� City's sole
discretian, to determine that the su�stitute proposed is equivalent to that expressly called for by
the Contract Documer�ts. Cantractor shall make writte� application to City for review in the same
manner as those provided in Paragraph 6.OS.A.2.
C. City's Evraduation: City will be allowed a reasanable time within which to evalua,te each
praposal or submittal made pursuant to Paragraphs 6.OS.A a�d fi.OS.B. City may require Contractor
to furnish additional data about the proposed substikute. City will be the sole�udge ofacceptability.
No "or-equal" or substitute will be nrdereci, installed or uf�li�zed until City's review is complete,
which will he evidenced by a Change Order in the case of a substiiute and an accepted Submittal
for an "or-equal." City will advise Contractar in writing of its determination.
D. Special C�arantee: City may requ�re Cantraciar to fumish at Contractar's expense a special
performance guarantee, war�'anty, or other surety with respEct to any substitute. ContractoN shall
andemn� and hold harmless City and anyane di�ectly or indirectly employed by therrt frorra and
against any and ali claims, damages, losses a�ad erpenses (including cctt�orneys fees) arisirzg out of
the use of substiiuted materiuls or equipment.
E. City's Cost Reimbursement: City wsll record City's costs in e�aluating a substitute proposed or
submitted by Contractor pursuant to Paragraphs 6.05.A.2 and C.OS.B. Whether ar not City
approves a substitute sa propased or submitted by Gontractor, Contractor may be required to
reimburse City far �valuating each such propased substitute. Cont�actor may also be required to
reimburse City for the charges for making changes in the Contract Documents {or in the provisions
of any other direct contract with City) resulting from the acceptance of each proposed substitute.
F. C`ontracior's Exper�se: Contractor sha31 provide all data in suppart of at�y proposed substitute or
"ar-equal" at Contractor's expens�.
CITY OF FORT WORTH Safe Routes to Scf�ool ImprovemenYs
STANDARD CONSTRLIC7lON SPECIFICATION �OCUMENT City Project Num6er: 101264
Revised Miarch 9, 2020
ao�2oa-i
GENERAL CON�ITIONS
Page 24 of 63
G. City Substitute Reirribursement: Casts (savings or charges) attributable t4 acceptanee of a substitate
shall be incorporated to the Contract by Change O:rder.
H. Time Extensions: No additional time will be granted for substitutians.
6.06 Concerning Subcontractors, Suppliers, and Others
A. Conlractor shall perfarm with his own organizatian, work o� a value not less �han 35% of the
vaiue embraced on the Coniract, unless othe�-wise approved by the City.
B. Contractor shall not employ any Subcontractor, Supplier, oar other individual or entity, whetiher
initially ar as a replacement, against whom City rnay have reasonable objection. Contractor shall
not be requir�d to employ any Subcontractor, Supplier, or other individual or entity to furnish or
perform any o£ the Work against whom Coniractor has reasonable ohjection {excluding those
acceptable to City as ir�dicated in Paragraph 6.06.C).
C. The City may from tirr�e to time requir� the use of certain Subcontractors, Suppliers, ar other
individuals or entities on the praject, and will provide such requirements in the Supp]ementary
Conditions.
D. Minority Business Enterprise Compliance: It i� City policy to ensure the full and equitable
pat�icipation by Minority Business Enterprises (MBE} in the procurement o�' goods and services
on a contractual ba�is. If thc Contract Documents pravide for a MBE goal, Contractor is required
to comply with the intent of the City's MBE Ordinance (as amended) by the following:
I. Contractor sha11, upon request by City, pxovide complete and accurat� information regarding
actual vctork performed by a MBE on the Contract and payment therefar.
2. Contraetor will not rnake additions, deletions, or substitutians of accepted MBE without
written cons�nt of the City. Any un3ustified change or del�tion shall be a rnaterial breach of
Contraci and may result in debarment in accordance with the procedures outlined in the
Ordinance.
Contractnr shall, upon request by City, allow an audit and/or examination of any baoks, records,
or files in the possession of the Can�ractor ihat will substantiate the actual work performed by
an MBE, Ma#erial misrepresentatian af any nature will be grpunds for termination of the
Coniract in accardance �vith Paragraph 15.02,A. Any such misrepresentation may be grounds
for disqualification of Cnnttactor to bid on futuxe contracis with fhe City far a periad of
not less than three years.
E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors,
Suppliers, and other individuals or entities performing or furnishing any of the Work just as
Contractor is responsible for Contractnr's awrx acts and omissions. Nothing in the Cantract
Documents:
CITY OF FORT tihlORTH Safe Houtes to School Improvements
SYANDARD CONSTRUCTION SPECIFICATIQN �OCUMfN7 City Project Num6err 1012fi4
Revised March 9, 2020
pQ7200-1
GENERAL CONDITIONS
Page 25 of 63
1. shall crea�e for the benefit of any such Subcontractor, Supplier, or other indi�vidual or entity
any coz�tractual relationship between City and any such Subcantraetor, Supplier ar other
individual or entity; nor
2. shall create any obligation on the part of City to pay or to s�e to the payrnent of any moneys
due any such Subcontractor, 5upplier, or other individual or entity except as may othet-v�ise be
required by Laws and Regulations.
F. Contractor shall be solely responsible for scheduling and cootdinating the Work o�Subcontractors,
Suppliers, and other individuals or entities perfnrming or furnishing any ofthe Workunder a direct
or i�direct contract with Contz�actor.
G. All Subcontractors, 5up�Iiers, and such other individuals or er�tities performing or furnishing any
af the Wark shall communicate with City through Contractor.
H. A�l Work perforrned for Contractor by a�ubcontractor or 5upplier wi11 be pursuant to an
appropriate aglreeme�t between Contractor and �he 5ubcontractar ar Supplier which specifically
hznds the 5ubcontractar ar Supplier to the applicable terms and COIlL�lflpri5 of the Contract
Documents for the benefit of City.
6.07 Wage Rates
A. Duty to pay Prevailing Wcage Rates. The Contractor shall comply with all requirements of
Chapter 2258, Texas Go�ernment Code (as amended), including the payment of not less than the
rates determined by the City Council of the City of Fort Worth to be the prevailin� wage xates in
accordance with Chapter 2258. Such prevailing wage xates are included in these Contraci
Dacuments.
B. Pena�'ty for Violation. A Contractor or any Subcontractar who does not pay the prevailing wage
shall, upon demand rnade by the City, pay ta the City $b0 for each worker employed for each
calendar day ar part of the day that the warker is paid less than the prevailing wage rates stipulated
in these contract documents. This penalty shall be retained by the City ta ofiset its administrative
costs, pursuant to Te�€as Governrnent Code 2258.023.
C. Corr�plaants of Viaratians arzd Ciry Determinatio�z o� Good Cause. On receipt of information,
including a complaint by a worker, conceming an alleged �iolation of 2258.023, Texas
Government Cade, by a Contractor or Subcontractor, the City s�all make an initial
deternvnation, before the 31 st day after the date the City receives the in�ormatian, as to whether
good cause e�sts to helie�e that the violation occurred. The City shall natify in writing the
Contractor or 5ubcontractor and any affected worker of its initial determinatian. Upon the City's
determination that th�re is good cause ta believe the Co�tractor or Subcontractar has violated
Chapter 2258, the City shall retain the full atz�ounts claimed by the claimant or elaimants as th�
difference l�etween wages paid and wages due under the prevailing wage rates, such amounts bein�
subtract�d from successive progress payments pending a final deternunation af the violation.
CITY C)F FORT WORTH Safe Routes to Schoal Impravements
STAN�AR� CONSTRUC7ION SPECIFICATION flOCUMENT Clry ProJect Num6er: 101264
Revised Ma�ch 9, 2020
00 72 00 - [
GEN�RAL CONDITIONS
Page 26 of 63
D. Arbit�ation Reqa�i�ed � Violation Not Resolved. An issue relating to an alleged violation of Section
2258.023, Texas Government Code, including a pez�alty owed to the City or an affected worker,
shall be submitted to binding arbitration in accordance witb the Texas General Arbit�ation Act
(Article 224 et seq., Revised Statutes) if the Contractar or Subcon�ractor and any affected worker
does not resolve the issue by agreement befbre the 15th day after the date the City makes its initial
determination pursuant to Paragraph C above. If the persons required to arbitrate under �}zis
section do nat agree on an axbitrator before the I lth day afier the date that arUitration is required,
a district court shall appni�t an arbitrator on the petition of any of the persons. The City is not a
pat-ty in the arbitra�ion. The decisian and award of the arbitraiar is f naI a.nd binding on all parties
and may be enforced in any court of competent jurisdic�ion.
E. Records to be Maintained. The Cont�actor and each Subcon�ractor shali, far a periad of three (3)
years follawing the date of acceptance af the work, rnaintain records that show (i) the name and
occupation of each worker employed by the Contracttir in the construction af the Work provided
for in this Contract; and {u) the actual per diern wages paid to each worker. The recards shall he
open at all reasonable hours for inspection by the City. The provisions af Paragraph 6.23, Right
to Audit, sha� pertain to this inspection.
F. Progress Payments. With each progress payment ar payroll period, whichever is Iess, the
Contractor shali submit a� affidavit stating that the Contractor has coYnplied with the requirements
of Chapter 2258, Texas Government Code.
G. Posting of Wage Rates. The Cnntractor shall post pre�ailing wage rates in a conspicuous place ai
all times.
H. Subcontractor Compliance. The Contractor shail inctude in its subconiracts antl/or shall
otherwise require all of its Subcontractors to comply with Paragraphs A through G above,
6.08 Patent Fees and Royalties
A. Contractor shall pay ail license fees and royalties and assume all costs incident to the use in the
performance of the Work or the incorporation in the Work af any invention, desxgn, process,
product, or device which is the subject of patent rights ar copyrights held by others. If a particular
invention, design, process, product, or device is specified in the Contract Documents %r use in the
perForznance of th� Wark and if, to th� actual knowledge of City, iis use is subject to patent rights
ox copyrights caIling for the payment of any license fee ar royalty to others, the existence af such
rights shall be disclosed by City in the Contract Documents. Failure of th� City to disclose such
information does not relieve the Contrackor from its oblxgations to pay for the use of said %es or
royalties to others.
B. Ta the fullest extent permitted by Laws and Regulations, ContYactor siaall andernn� and hold
harmless City, fr�m and against all clairras, costs, losses, and darnages (including bt�t nat limited
to all fees and charges of engi�eers, architects, attorneys, and other professionals ctnd all court
or arbitration ar ather �ispute �esolutian eosts) arising out of or relating to arry infringerraent of
patenL rights or capy�ights incident to the use in the perfor�rnance af the Work or resulting from
CITY OF FORT 1N4RTFi Safe Routes to 5chool Impravements
STAN�ARq CONSTRUCTION SPECIFICATION bOCLIMENi City Project Num6er: 1012fiG
Revised March 9, 202fl
nn �a oa - i
GENERAL CONDITIONS
Page 27 nf 63
t�he incorporation fn the Work of any invention, desigrt, process, praduct, or device not specifaed
in the ContractDocuments.
6.09 Permits and Utilities
A. Coniractor obtained perr�aits ar�d dicenses. Contractor shall abtain and pay for all construction
permits and licenses except those pravided far in the Supplemeniary Conditions ar Contract
Documents. City shall assist Contrac�or, wt�en necessary, in obtain.ing such permits and licenses.
Contractor sl�all pay all gove�enta� charges and inspection fees necessary for the prosecution of
the Work which are applicable at the time of opening of Bids, or, if there are na Bids, on the
EfFective Date of ihe Agreernent, except for pe7-mits provided by the City as specified in 6.09.B.
City shall pay all charges of utility owners %r connec�ions for providing perrr►anent service to the
Wark,
B. City obtained permits ana licenses. City will obtain and pay for alI parmits and licenses as pravided
for in the Supplernentary Conditions or Contract Documents. It wi11 be the Contractor's
responsibility to carry out the pravisions of the permit. If the Contractor initiates changes to the
Contract and tY�e City approves the changes, the Cnntractor is respot�sible far obtaining cleararaces
and coordinating with the appropriat� regulatory agency. The City �will not reitnburse the
Contractor for any cost associated with these requirements of any City acquired permit. The
following are permits the City will obtain if re�uired:
1. Texas Department of Transpartation Permits
2. U.S. Army Corps of Engineers Permits
3. Texas Camnlission on Environmental Quality Pe�nits
4. Railroad Company Peimits
C. Outstrxnding permats ar�d licenses. The City arfticipates acquisition af andlor access to permits
and lice�ses. Any ouistandi�.g permits and Licenses are anticipated ta be acquired in accordance
with the schedule set forth in the 5upp�ementary Conditions. The Project Schedule submitted by
the Cont�actor in accordance with �he Contract Documents must consider any autstanding permits
and Licenses.
6.10 Laws and Regulatfons
A. Contractor shall give all notices required by and shall camply with al� Laws and Regulations
applicable to the per%rmance of the Work. Except where oiherwise expressly required by
applicable Laws and Regulatians, the City shall not be responsible for moni�oring Contractor's
compliance with any Laws or Regalations.
B. If Contractor perfom�s any Wark lcnowing or having reason to lrnaw that it is contrary to Laws or
Regulations, Contractor shall bear ail claims, costs, losses, and damages (including but not limited
to all fees and cl�arges af enginaers, arcYzitects, attorneys, and other professionals and ail
CITY OF FOR"f WDRTH 5afe Routes to 5chool Improvements
STANbARb COfVSTRUCTIQN SPECIFICATION DOCUMENT City Prnject Number: 1012fi4
Revised March 9, z�2�
oo�zoo-i
GEN�RAL CQNDITIONS
Pagc 2B of 63
C�LII'E �r ai�71fT$i10t1 ar Ot�'1�t' C11S�)Li�e i�5{JY�.IiIQXI COStS� �1S111g 011t O� OI' I'�Iatlri� ti0 SLiC�] '�1rOI'k.
However, it shall not be Contractor's responsibility to make certair� that the Specifications and
Drawings are in accorda.nce with Laws and Regulations, but this shall not re]ieve Contractor of
Contractor°s abligations urider Paragraph 3.02.
C. Changes in Laws or Regulations not known ai the titne of opening of Bids having an effect on
the cast or time ofper£ormance of the Work rnay be the subject of an adjustrnent in Contract Price
ar Con�ract Time.
6.11 T�xes
A. On a contract awarded by the City, an organization which qualifies far exemption pursuant to
Texas T�c Code, Subchapter H, Secti�ns 151,301-335 (as amended), the Contractor �ay purchase,
rent or lease all materials, supplies and equiprnent used or consumed in �he perfarmance of this
contract by issuing to his supplier an exemption certificate in lieu of t,�e tax, said exemption
certificate to camply with �tate Compt�oiler's Ruling .007. Any such exemptian certificate issued
to the Contraetor in lieu of the tax shall be subject to and shall comply with the provision of State
Comptroller's Ruling .011, and any other applicable rulings pertaining to the Te�as Tax Code,
Subchapter H.
B. T�xas Tax permits and information may i�e obtained from:
I. Comptroller af Public Accounts
Sales Ta.x Division
C�pitol Station
A�stin, TX 78711; or
2. ht�'G);,." `V[.Vi tluuh._r`li�.`ut.Lcar�a.�c►►iiur�dxiuT�Ei1�'93-tU��s.f��i17�
b.12 Use af Site and Other Areas
A. Limitation on �se afSite and OtherAr.eas:
Contractar shall confine construction equiprnent, the storage of materials and equipment, and
the operations of workers to the Site and other areas permitted by Laws and R�gulations, and
shail not unreasonably encumber the Site and o�her areas with construction equipment or other
rnaterials or equipment. Conh-actor shall assume full responsibility for any darnage to any sucY�
land c�r area, ar to the owner or accupan� thereof, or af any adjacent land ar areas resulting
fi'oz�-i the performance of the Work,
2. At any time �,vhen, in the judgznent of the City, the Cont�actor has obsiructed or clased or is
carrying on operatians in a portion of a street, right-of-way, or easement greater than is
necessary far propex execution of the Work, the City may require the Contractar to finish the
section on which operatio�s are ita progress before work is cornmenced on any additional
area of the Site.
CITY tlF �ORT WOHTH Safe Routes to 5chaol Imprqvemen#s
STANQARD CDNSTRUCTlpiV SPECIFICATION �pCUMENT City ProJect Num6er; iD1264
Revised March 9, �020
oo�zoo-�
GENERAL CON[31TkONS
Page 29 of G3
3. 5hould any Datnage Claim be made by any such owner or occupant because of the performance
of the Wark, Contractor shall promptly attetnpt to resolve fhe Damage Claim.
4. Pursuant ta Pa�agraph d.21, Contractor shall indemnify and �iold harmless City, from and
against adl claims, costs, losses, and dctmages arising out of or relating to any claim nr action,
legad or equitr�ble, braught by any sa�ch owner or occa�par�t against City.
B. Removal of Debris Durang Perfarmance of the YYork: During the progress of the Work
Contractar shall keep the Site and other areas free frorn accumulations of vaaste materials, rubbisk�,
and other debris. Removal and disposal af such waste materials, rubbish, and other debris shall
conform to applicable Laws and Regulations.
C. Site Maintenarace Cdeanfng: 24 houz-s after vvri�tten natice is given to the Contractor that the
clean-up on the jab site is praceeding in a manner unsatisfactory to the City, if the Contractar fails
to co�rrect khe unsatisfactory procednre, the City may take such direct action as the City deems
appropriate to correct the clean-up deficiencies cited to the Con�ractor in the written notice
(by �etter or eiectronic cornmunication), and the costs of such direct actian, plus 25 % of such
costs, �hall be deducted fram the monies due or ko become due to the Contractflr.
D. Final Site Cleaning.• Prior to Final Acceptance of the Work Contractor shall clean the Site and
ihe Work and make it ready for utilization by City or adjacent property owner. At the compietion
of the Work Contractor shall remove from the Site all tools, appliances, construction equipment
and maclainety, arid surplus materials and sha11 restare to original condition or better all praperty
disturbed by the Work.
E. Loading Structu�es: Contractor shall nnt load nor permit any part of any structure to be joaded
in any manner that will endanger the struclure, nor shall Contractor subject any part afthe Work
or adjacent property to stresses ar pressuxes tliat will endanger� it.
6,13 Record Docurnents
A. Contractor sha11 maintain in a safe place at the Site or in a place designated by the Contractor and
approved by the City, one (i) record capy of all Dravvings, Specifications, Addenda, Chat�ge
Orders, Field Orders, and writYen interpretations and clarificatsons in good order and annotat�d to
show changes made during constructian. These rccord documents together w�th all appraved
Sarnples and a countezpart of all accepted Submittals will be available to City far reference. Upon
completion of the VVork, these record docutn�nts, any opexatson and rnaint�nance rnanuals, and
Submittals will be delivered to City prior to Final Inspection. Contractor shall inciude acc►.�ate
locations %r buried and imbedded i�erns.
6.14 Safety and Protection
A. Contractor shall be so�ely responsibie for initiating, maintaining and supervising a11 safety
pxecautzans and �rograms in connection with the Wor�C. Such responsibility does noi relieve
Subcontractors of their responsibility fox the safeiy of persons or property in the performance of
their work, nor far complia�ace with applicable safety Laws and Regulations. Con�ractor shall
CITY OF FDRT WORTH Safe Routes to School lmprovements
STANDARb CONSTRUCTION 5?ECIFICATION oOCI�MENT City PrajecC Numher: 10126A
Revised March 9, 2020
ou�aoq-i
GENERAL CON�ITI�NS
Page 30 of 63
take all nece5sary precautions for the safety of, and shall provide th� necessazy protectian to
prevent damage, injury or loss to:
1. aIl persons on the Site or who may be affected by t�e Work;
2. all the Work and materials and equipment to be incnrporated therein, wheth�r in storage on
or ofF the Site; and
othex property at the Site or adjacent thereto, including trees, shrubs, lawns, walks,
pavements, roadways, stnictures, utilities, and Underground Facilitie� not designated for
removal, reloca�ion, ar replacement in the caurse af construciion.
6.15
6,Ib
6.17
B. Contractor shall campIy with all applicable Laws and Regulatians relating to the safety of
persons or propert.y, ar to ihe protection of persons or property from damage, injury, or loss; and
shall erect and maintain alI n�cessary safeguards for such safety and protect'ron. Contractor shall
notify awnets of adjacent property and of Underground Facilities and other uiility owners when
prosecution of the Work may affect them, and shall cooperate with thern in the pratection,
removat, relocation, anc� replacement of �heir pr�perty.
C. Contra.ctor shxll comply with the applicabie requirements of City's safeiy programs, if any.
D. Contractor shall inform City of the specific requirements of Contractor's sa�ety program, if any,
with which City's employees a,nd represez�tatives must comply while at the Site.
E, A11 damage, injury, or loss ta any property referred to in Paragraph 6,14.A.2 or 6.14.A.� caused,
directly or indarectly, in whole oar in part, by Contractor, any 5ubcontracior, Supplier, or any other
individual or entity directly or indirectly employed by any of them to perfnrm any of the Work, or
anyone for vcrhose acts any ofthem may be liabl�, shal� be remedied by Con�ractor.
F. Contractar's duties and responsibilities for safety and for protection of the Work shall continue
until sucH ti�ne as all the Work is completed and City has accepted the Worlc.
Safety Representative
Contractor shall inform City in writing af Contractox's designated safety representative at the Site.
Haza�d Communicatiarx Prograxns
Contrac�or shall be responsible for coordinating any exchange of material safety data sheets or ather
hazard communication information required to be made availabTe ta or exchanged between o;r amon�
employers in ac�ordanc� wi� Laws ar Regulations,
Emergencies and/or Rect f cation
A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or
adjacent thereto, Coniractor is abligated to act ta prevent threatened damage, injury, or loss.
Cflntr�ctor shall give City prompt written no�ice if Contractor believes that any significant
CiTY OF FORT WOR7H 5afe Routes ta 5chool Imprnvements
STANDARD CON5TRUCTION SPECIFICATION bOCUMENT Clty ProJect Number:101264
Revised March 9, 202�
00 �2 00 - i
GENERAL GON�ITfONS
Page 31 nf 63
changes in the Work or variatinns from the Contract Documents have been caused thereby or are
required as a result thereof. If City determines that a change in t�e Contract Docunaents is required
because of the actiQn taken by Contractar in response ta such an emergency, a Change Order may
b� issued.
B. Shou�d the Contractor fail to respond to a request from the City to rectify any discrepancies,
omissions, or correction necessary to canform with the requirements of the Contract Documents,
the City shall give thc Contractor written notice that such work nr changes are ta be p�rformed.
The written notice shall direct a�tention to the discrepant condition and request the Contractor to
take remedial actian ta correct the conditinn. In the event the Contractor does not take positive
steps to fulfill this written request, or does not show just cause for not kaking the proper acfion,
within 24 hours, the City may take such remedial action witb City fQrces or by coritract. The City
shali deduct an amounk equal ta the entire costs far such remedial acnon, plus 25a/o, from any
funds due or become due the Contractor on the Project.
6.18 Submittals
A. Contractor shall submit reQuired Submi�tals to City for review and acceptance in accordat�ce
with ihe accepted Schedule of Subrnittals (as required by Paragraph 2.07). Each submittal v�+i11 be
identified as City may require.
1. Submit number of copies speciiied in the General Requirements.
2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specif ed
perfarmance and design criteria, materials, and similar data to show City the services,
materials, and equipment Cont�actor proposes to pro�ride and to enahle Ciiy to review the
information for the limited purposes required by Paragraph 6.18_C.
3. Subrnittals submitted as herein provided by Contractor and reviewed by City far
conformance wiih the design concept shall be executed in conforrnity wi�th the Contract
Documents unless otherwise required by City.
4, When Submi�tals are su�mitted for the purpose of showing the installation in greater detail,
their review shall not excuse Contractor fram requirements shown on the Drawings and
Specifications.
5. Far-Informatifln-Only submittals upan which the City is not �xpected to conduct review or
iake responsive action may be so identified in the Contract Docume�ts.
6. Submit required numher of Samples specified in the Specifications.
7. Ciearly identify each Sample as to material, �u�pliet, pertinent data such as catalag numbers,
the use for which in�ended and other data as City may require to enabl� City to review the
submittal for the limited purposes required by 1'aragraph 6.18.C.
CITY DF FDRT WORTH Safe Routes to 5chool Improvements
STANdARD COfdSTRUCTION SPECIFICATION DflCl1MENT City Pro)ect Numher. 141Z64
Revised March 9, 2020
oa�zoo-�
GENERAL CONDITIONS
Page 32 oi63
B. Where a Submittal is required by the Con�ract Documents ar tbe Schedule of Submittals, any
related Work per�ormed prinr to City's r��ie�r and acceptance of the pertinent submittal will be
at the snle expense and responsibility of Cantractar.
C. City's Review:
City wil� provid� timely review af required Subrnittals in accordance with the Sckzedule of
Submittals acceptable to City. City's revi�w and acceptance will be only to determine if the
items covered by the submittals wilI, af�er instalIatian or incor�poration in the Work, conform
tn the information given in the Contxact Documents and be compatible with the design concept
of the cflmpleted Project as a functianing whole as indicaked by the Can�ract Documents.
2. City's review and acceptance will not e�ctend to means, nnethods, techniquss, sequences, or
procedures of construction {except where a particulat means, rnethod, technique, sequence,
�r procedure oi construcdon is 5pecifically and expressly called for by the Cont�act
Documents) or io safaty precautions or pragrams incident thereto. The revie� and acceptance
of a separate itern as such will �ot indicate apptoval of the assernbly in which the itejn
f�nctions.
City's review and accepta�ce shall npt relieve Contractor from responsibility for any
variation from the requirements of the Contract Documents unless Contractor has complied
with the requirements of Section 01 33 00 and City has given written acceptance af each
such variation by sp�cific written notation th�rcof incotporated in or accompanying the
5ubmittal. City's review and acceptance sl�all not relieve Cont�actor from responsibility for
complying with the requirernents of the Cantract Documents.
6.19
6.20
Continuing the Wark
Except as otherwise pxavided, Cont�actor shall cazry on the Wark and adhere to tk�e ProJect Schedule
during a11 disputes or disagreemet�ts with City. No Work shall be delayed or pos�aoned pending
resolution of any disputes or disagreements, except as City and Con�actor may otherwise agree in
writing.
Contractor's Generad Wa�ranty and Guarantee
A. Contractor warrants and guarantees to City that alI Work will be in accordance with the Contract
Documen�s and will not be defeetive. City and its afficers, directors, members, partners,
employees, agents, consultants, and subcontractors shall be entitled to rely on representa�ion of
Coniraetor's warranty and guarantee,
B. Contractor's warranty and guarantee hereunder excludes defeets or damage caused by:
1, abuse, modification, or improper maintenance or operation by persons other than Contractor,
Subcontractors, Suppliers, or any other individual or entity for whorn Contractor is
responsible; or
CETY OF FORT WDRTH 5afe Rnutes to ScE�ool Improvements
STANDAR� CONS7RUCTION SPECIFfCA710N DDCUMENT Ciry PraJect Number: J.U4264
Revised Nkarch 9, 2a20
ao �z oa - i
GENERAL CONDITIONS
Pagc 33 of 63
2. normal wear and tear under norrnal usage.
C. Cantractor's obligation ta perfarm and complete the �Vork in accardance with the Contract
Dacuments shall be absolute. Nane of the following will constitute an acceptance of Work that is
not in accozdance with the Coniract Doeuments or a release of Contractor's obligation to �aerfoxm
the Work in accordance wit}� the Cor�tt'act Documents:
1. abservations by City;
2. recammendation or payment by City of any progres5 ar final payment;
the issuance of a certifiCate af Fsnal Acceptance by City flr any payment related thereto by
City;
4. use or nccupancy of the Work or any part there�f by City;
5. any review and acceptance af a Submittal by City;
6. any inspection, test, or approval by others; or
7, any correction of defec�i�e Work by City.
D. The Cont�actar shall remedy any defects or dar�rxages in the Work and pay for any damage to
other work or property resulting therefrorn which shall appear w'iihin a period of two (2j years
from the daie o�'Final Acceptance of the Work unless a longer period is specified and shall furnish
a good and sufficient maintenance bond, complying with the requirements of Article
5.02.B. The City wi11 give notice of observed defects with reasonable prornptness.
6.21 In[�emnif cation
A. Contiractor covenants and agrees tn indemnify, hold harmless and defend, at its own
expense, the City, its offieers, ser'vants and employees, fram and against any and ail claims
arising out of, or alleged ta arise out of, the wnrk and services to be performed by the
Contractnr, its officers, agen�s, emplayees, svbcontractors, licenses or invitees under this
Cantract. �'�IIS INDE _M_N[FICATION PROV_ISION I SPECIFICALLY TNTElYDED TO
QPERATE A_N9 BE EFFECTNE EVEN IF IT IS ALLEGED QR PROVEN TFIA�_ALL
OR SOlV�E OF T E DAMAGE BEI1�G SOUGIiT WERE CAU ED. IliT WHOLE OR_Ii�T
PART Y ANY ACT. ONII ION AR NEGLI EIiTCE OF T�IE CITY. This indemnity
provxsion is intended #o rnclude, without lirnitation, indemniiy for costs, expenses and le�al
fees incurred by �he City in defending against such claims and causes of actions.
B. Contractor co�enants and agrees to indemnify and hoid �armless, at its own expense, the City,
its off cers, servants and employees, from and against any and all loss, damage ar destructian
of property o� the City, arising out of, ar alle�ed to arise out of, the work and services to be
performed by the Contractar, its officers, agents, emplayees, subcontractors, licensecs or
in+v7itees under this Cantract. TAi� iNDEIi�INIFICATInN PROVISI011T IS
CI7Y DF FDRT WORTH Safe Routes to School Improvements
5TANDARD CONSTRUCTION SPECIFICATIflN DOCUNIENT Clty ProJeet Number: 10126A
Revised March 9, 2U20
00 72.00 - I
GENERAL CDfVDITI0N5
Page 34 of b3
' I' \ 1 1 / 1 ' ` • '_� 1 i ._. �/ _�
� __ � r��,� . ._ ��--��� � __�;�_ �
� . . � � �_.
.� � � i� . . � � � ��, � ; ; :
y_ • v _ . � � _�.. � � ;
� �_ � �
6.22 Delegation of Professianal Design Services
A. Contractoz- will not be required io provide professiona] design services unless �uch services are
specifically required by the Contract Docunaents for a portion of the Work ar unl�ss suc}z services
are reqnired to carry out Contractar's respon�ibilities for construction means, methods, teehniques,
sequences and procedures.
B. If professional design services or certificatians by a design prnfessional related t� systems,
materials or equiprnent are specifrcally required of Contractor by the Contrac� Documents, City
wi11 speci:fy all performance and design criteria that such services must satisfy. Contractor shall
cause such senrices or certifications to be provided by a properly �icensed professianal, whose
signature and seal shall appear an all drawings, calculations, specifications, certif cations, and
Submittals �repared by such professionaI. Subrnittals reiated to the Work designed or certified by
such professianal, if prepared by others, shall bear such professional's written appxova� when
subrnitted to City.
C. City shall be entitled to rely upon the adequacy, accuracy and compl�teness af the 5�1'�ICES,
certif cations or approvals performed by such design professionals, provided Gity has specified
to Contractor performance and design criteria that such services musi satisfy.
D. Pursuant to this Paragraph 6.22, City's re�iew and acceptance of design calculations and design
drawings will be on�y fot t�e limited purpase of checking for conformance with performance and
design criteria gi�en and the design concept expressed in the Contract Dflcumenis. City's review
and acceptance of Submitta.ls (except design calculations and desi�n drawings) will be only for
the purpose stated in Paragraph b.l 8.C.
6.23 Right to Audit
A. The Contractar agrees that the City shall, until the expirat�on of three (3) qears af�er final
payment under this Contract, have access to and the right to examine and photocopy any directly
pertinent books, documents, papers, and records of the Contractor involving transactians xelating
to this Cont�act. Contractor agrees that the City shall have access auring Regula�r Working Hours
to all necessary Contractar facilities and shall be provided adequate and appropriate work space
in order to canc�uct audits in campliance with the pra�risions of this Paragraph. The City shall
give Contractor reasonable advance notic� of intended audits.
B. Contractor further agrees to include in a11 its subcontracts hereunder a provision to the e�ect that
the subcontractor agrees that ihe City shall, until the expiration of three {3) years a�ier final
payrnent under this Contract, have access to and the right to examine and photocopy any directly
pertinent books, documents, papers, �d records of such 5ubcontractor, involving transactions to
tl�e subcontract, and fi�rther, that City shall have access during Regular Working Hours to all
C[TY OF FORT WORTH Safe Routes ta5chanl Impravements
STANDAR� CONSTRUCTIOH SPECI�ICATION DOCUMENT City Project Numher: 101264
Revised March 9, 2b20
DO 72 00 - l
GENERAL CONDI710NS
Page 35 af 63
Subcontractor facilities, and shall be provided adequate and appropriate wark space i� order to
conduct audits in compliance witkx the provisions of this Paragraph. The City shall give
5ubcontractor reasonable advance notice af intended audiks.
C. Contractor and Subcontraetor agree to photacopy such documents as tnay be requested by the City.
The City agrees ta reimburse Contractor for the cost of the copies as follows at the rate published
in the Texas Admiriistrative Code in effect as of the tin�e copying is perforined.
6.24 Nondiscrirfzination
A. The City is responsible for operating Pubiic Transportation Programs and irnplementing transit-
related projects, which are fundec� in part with Federal fnancial assistance awarded by the U.S.
Department of Transportation and the Federal Transit Administration {FTA), witlzout
discriminating against any person in the United States fln the basis of race, color, or national origin.
B. Title VI, Civil Rights Act af 1964 as arrzended: Cantractor shall comply with the requsrements of
the Act and the Regulations as fiirther defined in the Supplementary Conditions far any project
receiving Federal assistance.
ARTICLE 7— OTHER WORK AT TAE SITE
7.01 � Related TWork at Site
A. City may perforsn other work related to the Praject at tise �ite with City's employees, or other
City contractors, or through other direct con�racts therefor, or have ather work performed by utility
owners. If such nther work is not noted in the Contract Documents, then vv�-itten notice thereof
will be given to Contractor prior to startin� any such other wark; and
B. Contractar si�all afford each other contractor who is a party to such a direct con�ract, each utility
owner, and City, if City' is perform�ng other work with City's employees or other City contractors,
proper and safe access to the Site, provide a reasonable opportunity for the intraduetion and storage
of materials and equipment and the execution of such o�her work, and properly coordinate the
Work with theirs. eontractor shall do all cutting, fitting, and patching of the Work that may be
xequired to properly connect or otherwise xnake its several parts come together and praperly
integ�rate with such other work. Co��ractor shall not endanger any wark of others by cutting,
exca�ating, or otherwise altering such work; provided, however, that Contractor may cut or alter
others' work with the written con.sent af City and the otliers whose worl� will be affected.
C. If the proper execution or results o€ any part of Contractar's Work depends upon work performed
by otllers under this Article 7, Contractor shall inspect such other work and promp�ly report ta
City in writ�ng any deiays, defects, or deficiencies in such other work that render it unavailable
or unsuitable for the proper execution and result� of Contractor's Work. Contractor's failure to so
report wili canstitute an acceptance of such ot4ier work as fit and proper for integration with
Cantractor's Work except far latent defects in the wnrk provided by others.
CITY OF FOR7 WOR7H 5afe Routes to Schoo� Improvements
STAN�ARb CONSTRUCTION SPECIFiCATION DOCUMENT CiEy Proje�t Num6er: 101264
Rev9sed March 9, 20Z0
00 72 00 - 1
GENERAL CONDITIONS
Page 36 of 63
7.02 Coo�dination
A. Tf City intends to contract with others for the performance ot� other work on the Project at the
Site, the following wi11 be set forth in Supplementary Conditions:
l. the individual or entity who rnrill have authority and responsibility for coordination of the
activities among the various conixactors will be identified;
2. the speci�c matters to be covered by such authaxiiy and reapnnsibility will be itemized; and
3. the extent of such autharity and responsibilities will be provided.
B. UnIess othe:rwise provided in the Supplemen�ary Gonditions, City shall have authoriry for sucl�
coordination.
ARTICLE � — C�TY'S RESPONSIBILITIES
8.0 ] Communfcatians to Contractor
Except as oth�rwise provided in the Supplernentary Conditions, City shall issue alI cornmunications
#a Contractor.
8.02 Furnish Data
City shall timely furnish the data. required under the Contract Dociunents.
8.03 Pay When Due
• s,
.
�� � ,
:1�
City shall make payments to Contractor in accordance with Article 14.
La�ds anci Easements; Reports and Tests
City's duties with respect to pro�iding Iands and easernents and providing e�ngineering stu-veys ta
establish reference points axe set farkh in Paragraphs 4A 1 and 4.05. Paragraph 4.02 refers to City's
identifying and making available to Contracior capies of reports of explorations and tests of su�surface
conditioans and drawings of physical conditions relating io existing surface or subsurfaee structures at
or contiguous to the Site that have been utilized by City in preparing the Cantract Docurnents.
Change Orders
Gi�r shaI1 exeeute Change Orders in accordance with Paragraph 10.03.
Inspections, Tests, and Approvals
City's respansibility with respect to certain inspections, tests, and approvals is set forth in Paragraph
13.03.
C1TY OF FORT WORTH Safe Routes to School Improvements
STAfVDARD CONSTRUCTION SPECIFICATItlN DOCUMENT City Project Number. 1�1264
Revised March 9, 2020
00 72 00 - i
GENERAL CON�Il"IONS
Page 37 of 63
8.07 Limitations on City s Responsibilities
A. The City shall not supervise, direct, or have con�rol or author�ty over, nor be responsible for,
Contractoz�'s means, m�thods, techniques, sequences, or procedures of consi�.ictiQn, or the s�f�ty
precautions and pragrams incident thereto, or for any failure of Contractor ta comply with Laws
and Regulations appiicable to the performance of the Work. City will not be respon5ible for
Contracior's failure to perform the Work in accordance with the Cantract Documents.
B. City will notify the Contractor of app�icable safety plans pursuant to Paragraph 6.14.
8.0$ Undisclosed Hazardaus Environmental Conditio�
City's responsibility with re5pect to an undisclosed Hazardous Environmental Conditior� is set fbrth
in Paragraph 4.06.
5.09 Compliance with Sdfety Program
VVhile at the Site, City's employees a�nd representatives shall camply with the speei�c applicable
requirements af Cont�actor's safety programs of which City has been informed pursuaa�t tn
Paragraph 6.14,
ARTICLE 9— CITY'S OBSERVATIOI�T STATU� DURING CONSTRUCTTOIiT
9.01 City's ProjectManager
City will provide one or more Project Managerts) during the construction period. The duties ar�d
res�onsibilities and the Iimitations of auihority of City's Project Manager during constructi�n are set
forth in the Contract Dacuments. The City's Project Manager fox thXs ConCract is identifed in ihe
Supplementalry Conditinns.
9.02 Visi�s ta Site
A. City's Projeet Manager will make visits to the Site at intervals appropriate to the various stages
of construction a� City deems necessary in order to observe the progress that has been made and
the quality of the various aspects of Contractor's executed Work. Based on information
obtained during such visits and abservations, City's Project Manager will deternvne, in general, if
�he Work is proceeding in accordance with the Coniract Documen�s. City's Project Manager will
not be required to make exhaustive or contixzuous inspections on the Siie to check the quality or
quaniity of tl�e Work. City's Project Manager's efforts will be directed toward providing City a
greater degree of conf'idence that the connpleted Work will conform generally to the Contract
Documents.
B. City's Prnject Manager's visits and abserv�a�ions are subject to all the limitatians on au#hority and
responsibility in the Cantract Docurnents including those set forth in Paragraph
8.07.
CITY OF FORT 1lVORTH Safe Routes to School Impravements
STAN�ARD CO�[STRUC71oN SPECIFICATION DOCUMENT C[ty Project Numher: 1p12F4
Revised March 9, 2020
oo�zao-i
G�NERAL CONDIiIONS
Page 38 af 63
9.03
9.04
r•I
�1L�
Authorized Yc�riations in Work
City's Project Manager xnay authorize minor varia�ions in the Work from the req�ire�r►ents of the
Contract Documents which do not involve an adjustment in ihe Contract Price or the Contraci Time
and are compatible with the design cancept of the cornpleted Project as a functioni�g whole as
indicated by the Confract Dacuments. These may be accnmpiished hy a Field Order and will be
binding an City and also on Contractar, who shall perforrn the Work involved prarnptly.
Rejectang Defective Wark
City �ri1l have auihority to reject Work which City's Project Manager believes to be defective, or will
not produee a cornpleted Project that confornls to the Contract Documents or tk�at wili prejudice the
integrity of the design concept of the compt�ted Projec� as a funetioning whole as indicated by the
Contract Docurnents. City will have authority to concluct special i�zspection or testing of the Work as
provided in Article 13, whether flr not the Work is fabricated, installed, or completed.
Determfnations for Work P�r�formed
Contractor will determine the actual quanti�ies and classifcations of Work performed. City's Project
Manager will review with Cantractor ihe preliminary determinatians on such rnatters before rendering
a written recammenda�on. City's wriiten decision will be fnal (except as madified to reflect changed
factual canditions or more aecuraie data).
Decisions on Requirements of Contract Documents and Accepiability of Work
A. City vvill be the initial interpreter of the requirernents of the Contra.ct Documents and judge of the
acceptability of the Wark thereunder.
B. City will render a written decision on any issue referred.
G. City's written decision on the i5sue refez�red will be final and binding on the Contractor, snbject
to th� provisions of Paragraph 1 Q.06,
ARTICL� 10 — CHANGES IN THE WORK; CLAIMS; EXTRA WORI{
10.01 Authorized Changes ira the Work
A. Withaut in�alidating the Con�ract and wi�hout notice to any surety, City may, ai any time or from
time to time, ordex Extra Work. Upon notice of such Extra Work, Contractor sY�all promptly
proceed with the Work involved which will be performed under the applicable condi�ions of the
Contract Documents (except as atherwise specifically pro�rided). Extra Work shall be
memorialized by a Chang� Order which may or ma.y not �reeede an arder of Extra wnrk.
B. For minox changes of Work not requiring changes to Contract Tirne ar Contraet Price, a Field
Order may be issued by the City.
C�TY OF FORT WORTH Safe Rautes to 5ehonl Improvements
S7ANDARD CpNSTRUCTION SPECIFICAFION DOCUM�NT' City ProJect Num6er: 1b1254
Re�ised March 9, 202p
OU72DU-1
GENERAL CONDITIONS
Page 39 of 63
10.02 Unauthorized Changes fn the Work
Cantractor shall not be entitled to an increase in the Contract Price or an extension of the Contract
Tixne with respeci to any work performed that is not rec}uired by the Contract Documents as amended,
modified, or supplemented as pravided in Paragraph 3.04, except in th� case of an emergency a�
prnvided in Paragraph G.17.
10.03 �xecution of Change Drders
A. City and Contractor shall execute appropriate Change Orders covaring:
changes in the Work whicH axe: (i) ordcred by City puxsua,nt to Paragraph 10.01.A, (ii) required
because of accepta�ce of defective Work under Paragraph 13.Q8 or City's carrec#ion o�
defective Work under Paragraph 13.Q9, or (iii) agreed to by the parties;
2. changes in the Contract Price ot Contract Time which are agreed to by the parties, including
any undisputed suzn or amount of time for Work actually perforrned.
10.04 �xtra Work
A. Should a diffsrence arise as to what does or does not constitute Extra Work, ox as ta the payment
thereof, and the City in�ists upon its perfornn.ance, the Contractor shall praceed with the work a£ter
making �vritten request for written orders and �hall keep accurate account of the actual reasonable
cost thereof. Coniract Claims regarding Ex�ra Work shall be made pursuant to Paragraph 10A6.
B. The Cantractor shall furnish the City such installatian recards of all deviations from the original
ConCract Documents as may be necessary to enable the City to prepare for permanent recard a
corrected set of plans shawing the actual installation.
C. The compensation agreed upon for Extra Work whether or �ot snitiated by a Chat�ge Order shall
be a full, cornplete and �inal payment for alI costs Contractor incurs as a result or relating to the
change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that
time, including without limitation, any costs fbr delay, extended overhead, ripple or impact cost,
ar any other effect on changed or unchanged work as a resuif of the change or Extra Work.
10.05 Noti�catian to Surety
If the pravisions of any bond require notice to be given ta a surety of any change affects`ng the general
scope af the Work c�r the provisinns af th� Contract Documerits (includin�, but not limited to,
Contraet Price or Contract Time), the �iving of any such notice r�+ill be Contractor's responsil�ility.
The amount of each applicahle bond will be adjusted by the Contractor to reflect the e�fect of any
such change.
CITY OF FORT IA�ORTH 5afe Routes to School Impravements
STANOARD CONSTRUCTIQN SPECIFICATION QOCIJMENT City Project Numher: 1n1264
Revised March 9, 202U
00 �z oo - i
GENERAL CON❑ITIONS
Paga /D nf63
10.06 Cnntract Claims Prncess
A. City's Decasaan Required: All Contract Claims, except those waived pursuant to Paragraph
14.09, shall be referred to the City far decision. A decision by Ciry shall be required as a condition
precedeni to any exercise by Cantxactor of any rights or rernedies he may otherwise have under
the Contract Documents or by Laws and Regulations in respec# of su�h Contract Clairns.
B. 1�otice:
1. Writte� notice stating tk�e general natnte of each Cantract Claim shall be delivered by fihe
Contrac#or to City no Iater than 1 S d�ys after the start of the event givi_ng ris� thereto. The
responsibility to �ubstan�iate a Contract Claim shaIl rest wrth the party rnaking the Contract
Clairn.
2. Notice of the amount or extent of the Contract Clairn, with supporting data shall be delivered
to the City an or before 45 days from the star� of the event giving rise ther�to (unless the City
allows additional time for Contractor to submit additional or more accurate data in �upport of
such Contract Claixn).
3. A Contract Claim :For an adjustment in Cnntract Price shall be prepared in accordance with
the provisions of Paragraph 12.01.
4. A Contract Claim for an adjustment in Contxact Time shall be prepar�d in accordance with
the provisions of Paragraph 12.02.
5. Each Contract Claim shall be accornpanied by Contractor's wrlttten statement tha� the
adjustment claimed is the entire adjusttnent to which the Contractnr �aelieves it is entitled as a
result of sa.id ev�nt.
b. The City shall 5ubmit any response to the Con�racto�r within 30 days after rec�ipt of the
clairnant's last submit�al (unless Contract allows additional time).
C. City's Action: City wi]I re�iew each Contract Glaim and, witliin 3U days after receipt of the last
submittal of the Contractor, if any, take one of the following actions in writang:
1. deny the Contract Claim in whole or in part;
2. approve the Contract Claim; or
3, notify the Contractor that the City is unable to reso�ve the Contrac� Ciaim if, in the City's
so�e discxetion, it would be inappropriate for the City to do so. For purposes of further
resalution af the Contraci Clairn, such notice sha11 be deemed a denial.
CITY OF FORT WORTH 5afe Rnutes to School Improvements
STAN�ARD CaNSTRUCTION SPECIFICATION DDCl1i�/IENT City Project f�umber: 10126A
Re�ised March 9, 2p20
007200-1
G�NERAL CONp�T10NS
Page 41 of 63
D. City's Evritten action under Paragraph 10.06.0 �vill be final and binding, unless City or
Contractor invoke the dispute �resolution prvicedure set fnrth zn Article 16 within 30 days of such
action or denial.
E. No Contract Claim for an adjustment in Contract Price ar Contract Time will be �alid if nat
submitted in accordance with this Paragraph 10.0�.
ARTICLE 11— COST OF THE WORK; ALLOWA�TCES, UNIT PRICE WORK; PLAl�TS
QiTAI�TTITY 1VIEASURENIEI�T
11.01 Cost of the Wark
A. Costs Included: T'he terrn Cast of the Wark means the sum of alI costs, except those excluded in
Paragraph 11.01.B, necessarily incurred and paid by Contractor in the proper perfarmance of the
Work. When the value of any Work covered by a Change Order, the costs to be reirrfbursed to
Contractor will be only thase additional or incren�ental costs required because af the change in the
Work. Such casts shall not include any of the costs itemi2ed in Paragraph 11.01.B, and shall
include but not he linr�ited ta the following items:
1. Payroll costs for employees in the direct employ oi Cant�actar in the performance of the
Work uxa.der schedules of job classifications agreed upon by City and Contractor. Such
employees shall include, 'w°ithout limitation, superintendents, foremen, and other personnel
employed fu11 time on the Wark. Payroll costs for amployees not employed full time on khe
Work shall be apportion,ed an tl�e basis of their tiux�e spent on the Work. Pay�oll casts shall
include;
a. salaries with a 55% markup, or
b. salaries and wages plus the cost of fringe benefits, which shall include sacial security
contributiotts, unemplayFnent, excise, and payroll taxes, workers' comp�nsation, health
and retirement beneft�, bonuses, sick leave, vacation and hoiiday pay applicahle thereto.
The expenses of performing VVor�C outsid� of Regular Woxking Hours, Weekend
Warking Hours, or legal holidays, shall be included in the above to the extent authorized
by City.
2. Cost of all materials and equipment furnished at�d incorporated in the VVork, i�,cluding costs
of transporkation and storage thereof, and Suppliers' field seivices required in connection
therewith.
3. Rer�tals of all construction equipment and machinery, and the parts thereof whether rented
from Contractor or others in accordance with rental agreements approved by City, and the
costs nf transportation, laading, un�oading, assembly, dismantling, and removal thereof. All
such cvsts shall be in accordance with the terrns of said rental agreez�aents. 'The rental of any
such equipment, mach�nery, or parts shall cease whe�a �he use thereof is no longer necessary
for the Work.
CITY QF FORT WORTH Safe Routes to 5chaol I.mprovements
STANDAR� CONSTRIJCTIQN SPECiFICATIflN DOCUMENT City Praject Number: k01264
Revised March 9, Z020
U07200-1
GEiVERAL CpND1TION5
Page 42 of b3
4. Payrnents made by Cantractor io Subcontractors for Work performed by Subcontractors. If
required by City, Contractor shall obtain eompetitive bids from subcaniractors aeceptable to
City and Contractor and shall deliver such bids to City, who wi11 then det�rmine, W�11C�1 bl{i5,
if a.t�y, �vill be acceptable. Tf any subcontract provides that t�e 5ubcontracfor is to be paid on
the basis of Cost of the Work plus a fee, the Subcontractor's Cost oi the Work and fee shail
be determined in th� same manner as Cant�aetor's Cost of the Wark and fee as provided in
this Paragraph 11.U1.
5. Costs of special con�sultants {incIuding but not limited to engineers, architects, testing
laboratories, surveyors, attnrneys, and accountants) employed for services specifically related
to t11e Work.
6. Supplemental eosts including the follawing:
a. The proportian of necessary transporta.tion, �ravel, and subsisten�e expenses of
Contractor's employees incurred in discharge vf duties connected with the �7Vork.
b. Cost, including transportatian and rnainten�,nce, of aIl materials, supplies, equipment,
machinery, ap�aliances, office, and te�nporary facilities at ihe Site, and hand iools nnt
awned by the workers, which are consumed in the perforrnance of the Work, and cost, less
rnarket value, 4f 5L1Ci1 items used but not consumed vcrhich remain the property of
Contractor.
c. Sales, consumer, use, and other similar taxes related to the War%, and for which
Contractor is liable not covered under Paragraph 6.11, as innposed by Laws and
Regulations.
d. Deposits lost for causes other than negligence af Contractor, any ,Subcontractor, or
anyone directly or indirectly employed by any of them or for whose acts any of them may
be liable, and royalty payments and fees for permits and �icenses.
e. Losses and dama.ges (and related expense�) caus�d by damage to t�ie Work, not
cornpensa�ed by insurance or otherwise, sustained hy Contractar in connection with the
perfozmance of the Wor�, provided such losses and damages ha�e resulted from causes
other than the negligence of Contractor, any �ubcontractor, ar anyone directly or indirectly
emplayed by any of them ar for whose acks any of them may be liable. 5uch I�sses shall
include settlements made with the written consent and approval of City. Na such losses,
damages, and expenses shall be includad in the Cos� of the Work far the purpose of
determining Contractox's fee.
f. Tl�e cost of utilities, fuel, and 5anitary facilities at the Site.
g. Minor expenses such as telegrams, long distance telephone calls, telephone and
communication services at ihe Site, express and courier serviees, and similar petty cash
items in connectian with the Work.
CITY pF FORT WORTH 5afe RnuYes to School Impro.vements
STANQAR� C�NSTRUCTION SPECIFICATION DOCU�VIENT City Project N�mher, fQ1264
Revised March 9, 2020
ao7zoa-i
GENERAL CON�ITIONS
Page 43 of 63
h. The costs af premiums for all bands and insurance Contractor is required by the Contract
Documents to purchase and maintain.
B. Costs Excluded: The term Cost of the Work shall not include any of the following items:
1. Payroll COSt5 and other compensation of Contractor's officers, executives, principals (af
partnerships and sole proprietorships), gene�'al managers, safety managers, engineers,
architects, estimators, attorneys, auditors, accountants, purchasxng and contracting agents,
expediters, tirr►ekeepers, clerks, and othet personnel employed by Contractor, w�ether at the
Site or in Contractor's principal or branch office for general administration of the Work and
not specifically included in the agreed upon 5cheduie ot� job classifications referred to in
Paragraph 1 l.O 1.A.1 or specifically covered by Paragraph 11 A I.A.4, all of which are to be
considered administrative co�ts covered by the Contractor's fee.
2. Expenses of Con�ractor's principal and branch offices other than Contrac#or's offic� at the
Site.
3. Any part oi Contractor's capital expenses, including interest on Contractor's capital
employed for the Work and eharges against Con�ractor for delinquent paymenis.
4. Costs due ia the negligence af Cantractor, any Subcontractor, or anyane dzrectly or indirectly
employed by ar�y a� the� or for whose acts any of them may be liable, including but not
lirnited to, the correction of defective Wark, disposal of materials or equipment wrongly
supplied, and rnaking good any damage ko property.
S. Other averhead or general expense costs of any kind.
C. Contractor's Fee: V�hen all the Work is performed on the basis of cast-p1us, Contractor's fee
shall be deternvned as set farth in the Agreement. When the value of any Work cov�red by a
Change Order for an adjustment ira Can�ract Price is determined an the basis of Cost af the
Work, Contractor's fee sb.all be deterrnined as set forth in Paragaph 12.Q1.C.
D. Documentatior�: Whenever the Cost af the V�ork for any pwpose is to be determined pursuant to
Paragraphs 11.01.A and i 1.O1.B, Contractor will establish and maintain records thereof in
accordance with generally accepted accounting practices and submit in a fnr�n acceptable to City
an itemized cost breakdown together with supporting data.
11.02 Allowances
A. Specifaed Allowance: rt is understood that Contractor has included in the Contract Pric� all
allowances so named in the Contract Documents and shall cause the Work so covered to be
pez�£ormed for such sums and by such persons or entities as may be acceptable to City.
B. Pre-bid Allowances:
1. Contractor agr�es that:
CI7Y OF FORT WORTH Safe Routes to School Improvements
S7AMbARD CONSTRUCTION SPECIFICATION bOCUMENT City Project Number: ip1264
Revised March 9, 202a
00 72 00 - 1
GENERAL GONQITIONS
Page 44 of 63
a. the pre-bid allowances include the cost to Contractor of materials and equiptnent required
by the allowa:nces ta be delivered at the Site, and all applicable taaces; and
b. Contractor's costs for unloading and handling on the 5ite, labor, installation, vverhead,
prof t, and o�her expenses contemplated for the pre-bid allowances have been iuicluded in
the allowances, and no demand for additional payment on account of any of the
foregoing will be valid.
C. Contingeracy Allowance: Cantract�r agrees that a contingency allowance, if any, is for the sale use
of City.
D. �riar to final payment, an appropriate Change Order �vill b� issued to reflect actual amounts due
Cantractor on account of Wark covered by allowances, and the Gontraci Price shall be
correspandingly adjusted.
11.03 Unit Price Wo�k
A. Vdhere the Contract Docutnents provide that all ox part af the Work is to be Unit Price Work,
i�itially the Contract Price will be deemed ta include fo� all Unit Price Work an arnount equal to
the surn of the uxait price for each separately identified item of Unit Price Work times the estimated
quantiry of each item as inc�cated in ihe Agreement.
B. The estimated quantities of items of Unit Pnice Work are nat gezaranteed and az-e solely for the
purpose of camparison af Bids and deternuning an initial Contract Price. Determinations af the
actual quantities and classifications of Unit Price Work performed by Contractor will be rr�ade by
City su.bject to the pravisions of Paragraph 9.05,
C. Each unit price will be deemed to ir�clude an am�unt cansidered by Cantractor to be adequate to
cover Contractor's overnead and profit for each separately identi�ed item. Work described in the
Cnntract Docurnents, or reasonably inferred as required for a functionallq complete instaIlation,
but not id�ntified in the listing df ur�it price items sha11 be consider�d incidenta.l to unit price work
listed and the cost of incidental work included as part of the unit price.
D. City may make an a�justment in the Contxact Ptice in accordance with Paragraph 1z.01 if:
1, the quantity o� any item of Unit Price Work perfor•med by Contractor differs materially and
significantly from the estimated quantity of such item indicated in tkze Agreernent; and
2, there is no carresponding adjustment with respect to any other itern of Work.
E. Increased OY Dect�eased Quantities: The City reserves the right to order Extra Work in
accordance with Paragraph 10.01.
If the c�anges in quantities or the alterations do not significantly change the character of
work under the Contract Documents, thc altezed wark w'rli be paid for at the Contract unit
ptice.
CiTY OF FORT WORTH 5afe Routes to School Improvements
STANDARD CONSTRUCTION SPECIFICATIDN bOCUMENT City Project Numher: 101264
Revised March 9, 2b20
ao �z oo - i
GENERAL CONDITIONS
Page �S of 63
2. If the ehanges in quantities or alterations signi�cantly change the character oi wark, the
CQntract will be amended by a Change Order. -
3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended
by a Change Order in accardance with Article 12.
4. A significant change in the character of work occurs when:
a. the charac�er of wark for any Item as altered differs materially in kind or nature from that
in the Contract or
b. a Majar Ite� of work varies by more than 25% from the origi�nal Contract quantity.
5. When the quantity of work to be done under any Major Ite�n of the Cantract i� more than
12S% of the original quantity stated in the Contrac#, ther� either party to the Cantract may
request an ad3ustment to the unit price on the pflrtia$ nf the work that is above 125%.
b. When the quantity of work to be done under any Major Item af the Contract is less than 75%
of Yhe original quantity stated in the Contract, then either party tn the Contract may r�quest
an adjus'tment to the unit price.
11.44 Plans Quantity Measurement
A. Plans quantities may or may not represent khe eacact quantity of work performed or material moved,
handled, or placed during the execution of the Con�ract. The estimated bid quantities are
designated as f nal payment quantities, unless revised by the governing Sec�ion or this Article.
B. Tf the quan�iiy measured as outlined under "Price and Payment Procedures" varies by more than
25% (or as stipulated under "Price and Payment Procedures'° for specific Items) from the total
estimated quantity for an individual Item originally shown in the Contract Doeurnents, an
adlustment may be mad� to the quantity o� authorized work dan� %r payment purposes. The party
to the Contract requesting the adjustment will provide field measurements and calculations
shawing the final quantity for which payment will be made. Payment far revised quantity will be
rnade at the unit price bid for that Item, except as provided far in Article 1 Q.
C. When quantities at�e revised by a cha�ge in design approved by the City, by Change Order, or to
correct an error, or to correct an error on the plans, the plans quantity will be increased ar decreased
by the amount involved in the change, and the 25% variance will apply to the new plans quantity.
D. If the total Coniract quantity multiplied by the unit price bid �or an individual Item is less ihan
$250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans
quantity Itern if the City and Contractor agree in writing to fix the final quantity as a plans quantity.
CITY OF FORT WORTH 5afe Routes to School Impravements
S7ANbARD CONSTRUGTEON SPECIFICATION �oCUMENT Clty Project Num6er: 101264
Revised March 9, 202U
oa �z ao - i
GENERAL CONDITIONS
Pagc 46 of 63
E, For callaut work or non-site speci�c Contracts, the plans quantity measurernent requirements are
not applicable.
ARTICLE 12 — CHANGE OF CONTR.ACT PRICE; CHANGE QF CONTRACT TIlVIE
12.01 Change af Contract Price
A. The Contract Price may only be changed by a Change Order.
B. The value of any Work covered by a Change Order will be determined as follows:
where the Work involved is covered by unit prices contained in the Contract Document�, by
application of such ur�it priees to the quantities of the items involved {subject to the provisiaz�s
of Paragraph t l.03); ar
2, where the Woxk involved is not cvvered by unit prices contained in tkze Contract Documents,
by a mufually agreed lu�mp sum or unit price (which may include an allowance for overhead
and profit not necessarity in accordance v�rith Paragraph 12.O1.C.2}, and shall include the cost
of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work;
or
3, where the Work invalved is not covered by unit price� cantain.ed in th� Contract Documents
and agreement to a lump sum or uni� price is nat reached under Paragraph 12.O1.B.2, on the
basis of the Cost of �he Wark (determined as provided in Paragraph I 1.01) plus a Contractor's
fee for o�erhead and profit (rietezmined as provided in Paragraph 12.O1.C).
C. Contractor's Fee; The Gontractar's additinnal fee for overhead and profit shall be deterrnined as
follows:
1. a rn�tually acceptable fixed fee; or
2. if a fixed fee is nat agreed upon, then a fee based on the following percentages of the various
portions of the Cost of the Work:
a. far costs incurred under Paragraphs 1I.01.A.1, 11.01.A.2, and I1.p1.A.3, t�e
Contractor's additional fee shall be 15 percent exeept for:
1) rental fees for Conttactor's own eq�ipmez�t using standard renial rat�s;
2) bonds and insurance;
b. for cfl�ts ir�cuzred under Pat-agraph 11 A 1.A.4 and 11 A 1.A.5, the Contrac�or's fee shall be
five percent (5%};
1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a
fee and no fxed fee is agreed upon, the intent of Paragraphs 12.O1,C.2.a and
12,O1,C.2.b is that the Subcontractor who actually perforrns the Work, at whatev�er
CIiY DF FORT WORTH Saf� Routes to School Improvements
STANDARD CONSTRUCTION SPECIFICATION bOCUMENT City Project Num6et: 1�1254
Revised March 9, 2020
0072oo-i
GENERAL CONDITIONS
Page 47 oF fi3
tier, will be paid a fee of 15 percent of the costs incurred by such Sul�contractar under
Para�raphs 11.01.A.1 and ll.O1.A.2 and that any higher tier Su6cantractflr and
Contractor wi11 each be paid a fee of five percent (5%) of the arnount paid to the next
lower tier Subcantractar, however in no case s�all the curnulative total of fe�s paid be
in excess of 25%;
c. no fee shall be payable on the basis of costs itemized under Para,graphs I 1.O1.A.6, and
11.O1.B;
d. the amount of credit ta be allowed by Contractor to City %r any change which resu3ts in
a net decrease in cost will be the arnount of tk�e actual net decrease in cast plus a deduction
in Contaraciox's f�e by an amount equal to five percent (5%) af such net decrease.
12.02 Change of Contract �ime
A. 'The Contract Time may only be changed by a Change Order.
B. No ex�ensian of the Cantract Time will be allovved for Ex�ra Work or for claimed delay unless the
Ex�ra Wark contemplated or claimed delay is shown to be on the critical path of the Project
5chedule or Contractor can show by Critical Path Methad analysis how the Extra Work or claimed
delay adversely ai%cts the critical path.
12.03 Delays
A. Where Contractor is reasonably delayed in the performance or completion of any part of the
Work within the Contract Time due to delay b�yond the control of Contractor, the Contract Time
may b� extended in an amount equal to the time lost due to such delay if a Cantract Clairn is made
therefor. Delays beyond the control of Contractor shall iz�clude, but not be limutted to, acts or
neglect by City, acts or neglect of utility owners or ather contraetors perForming other work as
conternplated l�y Article 7, fire5, floods, epidemics, abnorn�al weather conditions, or acts of God.
Such an adjustment shall be Cantractor's sole and exclusi�e remedy for the delays described in
this Paragraph.
B. If Con#ractnr is delayed, City shall not be liable to Contractor for any claims, costs, losses, or
damages (including but not limited to a11 fees and charges of engineers, architects, attorneys, and
other profes5ionals and all court or arbitration ar oiher dispute resolution costs) sustained by
Contracior on or in connection with any other project or anticipated pro�ect.
C. Contractar shall not be entitled ta an adjustment in Contract Price or Con�ract Time far delays
within the cantro] af Contrractor. Delays attributab�e ta and within the cantrol af a Subcontractar
ar Supplier shail be deemed to be delays within the control of Cantractor.
D. The Contractor shall receive no compensation for delays or hindrances ta the Work, except when
direct and uz�avoidable extra cos� to the Contractor is caused by the failure of the City to provide
information or material, if any, which is to be furnished by the City,
UTY OF FaRT WflRTH Safe Routes to 5chool Improuements
STANDARD CONSTRUCTION SPECIFICATION �OCUMENT City Project Num6er: 101264
Revlsed March 9, 20�0
Oq720D-1
GEN�RAL COfVDITfONS
Fage 4$ of 53
ARTICLE 13 — TESTS AND Il�SPECTI01lTS; CORRECTION, REMOVAL QR ACCEPTANCE OF
DEFECTIVE WORK
13.01 Natice of Defects
Natic$ of all defective Wor� of which Ciry has actual knawledge will be gi�en to Contractar.
Defective Work znay be rejected, corrected, or accepted as pravided in this Artzcle 13.
13.02 Access to YYork
City, independent testing laboratories, and governmental agenci�s with jurisdictional interests wil]
ha�e access to �he Site and the Work at reasonable times for their obser�ation, inspection, and testing.
Conttactar shall provide them proper and safe candition.s fnr such access and advise them of
Con�-actor's safety procedures and progr�.ms so that they rnay comply therewith as applicab�e.
13.Q3 Te�ts arad I�spectaans
A. Contract�r shall give City timely notice of readiness of the Wark %r ali requir�d inspecti�ns,
tests, or appro�als and shall caoperate with inspection and testing personnel to faciliiate required
inspections or tests.
B. If Contra�ct Documents, Laws or Regulations of any public body ha�ing jurisdiction require any
of the Work {or part thereo#} to be inspected, te5ted, ar approved, Contractor s�a11 assume full
responsibility for arranging a�d obtaining such independeni inspections, tests, te#ests or approvals,
pay all costs in connection therewith, and furnish City the required certificates of inspection or
approval; excepting, however, those fees specifica�ly identified in the Supplementary Conditions
or any Texas Department of Licensure and Regulation {TDLR) insp�ctians, which shall be paid as
described in thc Suppleznentary Canditions.
C. Contract,ar shall be responsible For azranging and abtaining and sball pay all costs in cannection
with any inspectians, tests, re-tests, or approvals required %r City's acceptance of materials or
equipment ta be incorporated in the Work; or accept�ce of rnaterials, xnix designs, or equipment
subrnitted fox approval prior to Contractor's purchase thereof for incorporation in the Work.
S'uch rnspections, tests, re-tests, or appro�als shall be perfarmed by organizations acceptable to
City.
D. City may arrange for the services of an independent testing laboratory ("Testing Lab"} to
perform any inspections or tests ("Testing"} for any p�rt of the Work, as detertnined solely by
City,
City will coordinate such Testing ta the extent possible, with Contractor;
2. Should any Testing under t�is Section 13.03 D result in a"fail", "did not pass" or ather
similar negati�e result, the Contractor shall be r�spansible far paying for any and all retest�.
Gontractor's cancellation r�ithout cause of City initiated Testing shaIl be deemed a negative
result and require a retest.
CITY DF FflRT WORTH Safe Routes to Sthool Improvemertts
STA#VDAR� CONSTRUC710N SPECIFICATION �OCUlVIENT City Project Num6er: 1012fi4
ReVised Ma�th 9, 2U20
p072DO-1
GENERAL CONDITlO�1S
Page 49 of 63
3. Any amounts owed for any retest under #his Sectian 13.03 D shall be paid directly to the
Testing Lab by Cantractor. City will forward all invoices far retests to Contractor.
4. If Contractor fails io pay ihe Testing Lab, City will not issue Final Payrnent until the Testing
Lab is paid.
E. If any Wark (or the work of others) ihat is to be inspected, tested, or approved is cavered by
Contractor witho�t written concurrence of City, Contractor shall, if requested by City, uncover
such Work for observation.
F. Uncavering Work as provided in Paragraph 13.03.E shall be at Contractor's expense.
G. Contractor shall ha�e the right to make a Contract Claim regarding any retest or invoice issued
under Section 13.U3 D.
13.04 Uncovering Work
A. If any Worl� is covered cantrary ta the Contract Documents or specific instructions by the City, it
must, if requested by City, be uncovered for City's observation and replaced at Contractor's
expense.
B. If City considers it n�cessary or advisable that covered Work be observed by City or inspected or
testad by oihers, Cor�tractor, at City"s request, shall uncover, expose, or othen�vise make availab�e
far abservation, inspection, or testing as City may require, that partion of the Work in question,
furnishing all necessary �abor, mat�rial, and equipmen�.
1. If it is found that the uncov'ered VL�ork is defeetive, Contracior shall pay all claims, costs,
losses, and damages {including but not limited to all fee� and charges of engineers, architects,
attoxneys, and other professionals and all court or other dispute resolution costs) arising out oi
or relating to such uncoverin�, exposure, observation, inspection, and testing, and of
satisfactory replacement or reconstruction {including but not limited to all costs of repair or
replacement of wnrk of athers); or City shall be entitled io accept defecfive Work in accordance
wi�h Paragraph 13.08 in which case Contraciar shall still be responsible for all costs associated
wit11 exposing, observing, and testing the defective Wark.
2. Ii the uncover�d Work is not found to be defecti�e, Contractor shall be allovved an increase
in the Contract Price or an extension of tkxe Contract Time, or both, direc�Iy attributable to such
uncovering, �xposure, observatian, inspeetion, testing, replacement, and recanstt-uction.
13.05 City May Stop the Wark
If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials
or equipment, or fails to perform the Wark in such a way that the cflmpleted Wo:rk will confortn to
ihe Contract Documents, City may order Cantractor to stop the Wotk, ar any portion thereof, until the
cause far such order has been elirninated; however, this rigl�t of City to stop ihe Work shall not give
rise to any duty an the part of City to exercise this right for the beneft of Contractor, atay
CITY OF FORT WDRTH Safe Routes to 5chnol Impro�ements
STAN�ARD CONSTRUCTION 5PECIFIGATION �OCUMENT City Frnject Number 1012C4
Revised Marth 9, 2020
ao �z oa - �
GENERAI. GONaITIO�fS
Page Sq of 63
Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of
any of them.
13.Ob Co�rection or Rerraoval of Defective Wark
A. Promptly a�ter r�ceipt of written notice, Contractor shall cox�rect all defective Work pursuant to
an acceptable �chedule, whether or not fabricated, installed, or cornplefied, or, if the Work k�as been
rejected by City, remove it frona the Project and replace it with Work that is not defective,
Contractor shall pay alI claims, costs, additional testing, losses, and damages {including but not
Iimited to all fees az�d charges of engineers, architects, attorneys, ar�d other professionais and alI
caurt or arhztration or other dispute reso�ution costs) ari�ing out of or relating to such correction
ar rernoval (incIuding but not limited to all costs of repair or replacement of work of others).
Failure to require the removal of any defective Work shall not constitu�e acceptance af such Work,
B, When correcting defective Wark under the terms of this Paragraph 13.06 or Paragraph i 3.07,
Cont�actar �hall take no action that would void ar otherwise impair City's special warranty and
guarantee, if any, or� said Work.
13.07 Correctian Pe�iod
A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be
prescribed by tne terms of any applicable specia� guarantee xequired by the Contract Documents),
any Work is found to be defective, ar if the repair of any damages �o the land or areas made
available for Coz�tractor's use by City or permitted by Laws and Re�tlations as contemplated in
Paragraph 6.10.A is found to be defective, Contractflr shall pramptly, without cost to City and in
accardance with City's written insttuctions:
1, repair such defective land ar areas; ar
2. correct such defective Wnrk; or
3, if the defective '�Vork has been rejacted by City, r�move it from the Praject and replace it
with Work that is not defective, and
4, satisfactorily carrect ar repair ar remove and replace any darnage to other Work, to the work
of otkers or other land or areas resulting tl�erefrom.
B, If Contractor does not promptly comply with the terms of C�ty's writt�n instructions, or in an
ernergency where d�lay would cause serious risk of loss or damage, City rnay have the defec�ive
Wark corrected or repair�d or may t�ave the rejected Work removed and replaced. All clairns,
costs, �osses, and damages (including but not limited to all fees and charges of etzgineers,
architects, attorneys, and other pra%ssionals and all court or other dispute resolution costs) arising
out of or relatin� ta such correction or repair or snch removal and replacement (including but not
limited to all casts of repair or replacement of work �f others) will be paid by Contractor.
CIT'Y OF FORi WORTH Safe Routes to Schoal Improvements
STAfVbAR� CONSTRUCTION SPECIFICATION �OCUMENI' Ciry?roJect Number: 101264
Revised March 9, 2020
ao�zno-i
G�NERAL CONDITiQlVS
Page S 1 of �3
C. In special circumsiances where a pariicular item of equiprnent is placed in continunus service
befQre Final Acceptance of a11 the Work, the correetion period for that item may start to ruti fiom
an earlier date if so provided in �e Contract Documents.
D. Where de�ecti�ve Work (and dam.age to other Wark resulting therefrom) has been cnrrected or
rernoved and replaced under thi5 Paragraph 13.07, the correction periad hereunder with respect
to such Work may be required to be extended for an additianal period of one year after the end of
the initial correction period. City shall �rovide �0 days written notice io Coniractar should such
additional warranty coverage be required. Contracior may dispute this require�nent by filing a
Caniract Claim, pursuant to Paragraph 10.06.
E. Contractor's obligations under this Paragraph 13.07 are in addition to any otl�er abligation vr
warranty. The provisians of this Paragraph 13.U7 shall not be construed as a substitute for, or a
waiver of, the provisions of any applicable statu�e of limitation or repose.
13.0$ Acceptance af Defective Work
If, instead of requiring carrection ar removal and replacement of defective Work, City prefers to
accept it, City may do sa. Contractor sha1l pay all claims, costs, losses, and damages (including but
not Iimitad to all fees and charges of engineers, architects, aktarneys, and other prafessionals and all
court or otl3er dispute resolution casts) attributable �o City's evaluation of and determination to accept
such defectiv�e Work and for the dsminish�d �alue of the Wark to the extent n�t oiherwise paid by
Contractor. If any such acceptance occurs priar to Final Acceptance, a Change Order �vill be issued
incorporating the necessary revisions in the Contract Daculnents wit�t respect ta the Work, and City
shall be eniitled to an apprapriate decrease in the Contract Price, reflecting the diminished value of
VVork so accepted.
13.09 City Mr.�y CorYect Defective Work
A. If Conttactor faiis within a reasonable time after written notice fram City to conrect defective
Work, ar to remove and replace rejeeted Work as required by City in accordance with Paragrapla
13.06.A, or if Contractor fails to perforrn the Work in accordance with the Contract Dacuments,
or if Contractor fa.ils to cornply with any other provision of the Contract Docurnents, City may,
after seven (7) days written notice to Contractor, correct, or xemedy any such deficiency.
B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed
�xpeditiously. In conn�ciion with such corrective or re�xiedial action, City may exclude Contraetor
from a11 or part of the Site, take possession of ail nr part of the Work anc� suspend Contractar's
services related thereto, and incorporate in the Work all materials and equipmenk incorporated in
tl�e Wnrk, stared at the Site ar far which City has paid Contractor but �rhich are stored elsewhere,
Contraetor shall a�low City, City's r�pres�ntatives, agents, cflnsultants, ern�layees, and City's
other contractars, access to th� Site to e�al�le City to exercise the rights and remedies under this
Paragraph.
C. All claims, costs, lasses, and damages {including but not limited to all fees and charges of
engineers, architects, attozneys, and other professianals and all court or atl�er dispute resolution
CITY OF FORT WORTH Safe Routes to Schoo! Improvementa
STAfV�ARb C{�NSTRUCTION SPECfFICATIDiV p�CUMENT City Project IVum6er:101264
Revised March 9, 2020
Uo72p0-1
GEN�RAL CONDITIONS
Pttge 52 af 63
costs) incuixed or sustained by City in exercising the righ�s and remedies under this Paragraph
13.09 will be charged against Contractor, and a Change �rder will be issued incarporating the
n.eeessaty revisions in the Contract Documents with respect to the Work; and City shall be entitled
to an appropriate decrease in the Contract Price.
D. Contrac�or shall nat be a�lowed an extension of the Contract Time because of any delay in the
performance of tbe Work attributable io ihe exercise of City's rights and remedies under this
Paragraph 13.U9.
AR.TICLE 14 — PAYNiENTS TO COI�TTRACTOR r�]D COlbIPLETION
14A1 Sehedule of Values
The 5chedule of Values for lump sum contracts established as provided in Paragraph 2.D7 wi11 sefve
as the basis fnr progress payments and will be incorparated into a forrn of Application for Payment
accaptable to City. Progress payments on account o�LTnii Price Wark will be based an the numbe� of
units completed.
1�.02 P�ogress Payrreents
A. Applicatio�s far Payments:
l. Cankractar is responsible for providing all information as required ta become a v�ndar of the
City.
2. At least 20 days before the date esta�alished in the General Requirements far each progress
payment, Contractor s�aIl submit tn Cit}z for review an Application far Payment filled out and
signed by Contractor covering the Wark campleted as of the date of th� Applica�ion and
accarr�pat�ied by such supporting documentation as is required by the Contract Documents.
3. If payment is requested on the basis of materials and equiprnent not incorporated in the Work
but delivered and suitably stared at the 5iie or at another location agreed to in writing, the
A�plication for Paymen� ShaZl also he accompanied by a bill of sale, invoice, or other
documentation vc�arranting that City has received the materia�s and equipment fre� and clear of
all Liens and evidence that the materials and equipment are eovered by appropriate insurance
or o�her arrangements ta protect City's interest therein, all of which rriust be satisfactory to
City.
�. Beginning with the second Application for Payment, each Applicat�on shall inClude an affidavit
of Contractor stating that previous pragress payments received on accaunt of the Work have
been applied on account to discha�rge Contractnr's legitimate obligations associated with prior
Applicatio�s for Payrnent.
5. The amount of retainage with re5pect to progress payments will be as stipulated in the
Contract Documents.
CITY DF FORT WOR7H Safe Routes to School Improvements
STAfV�ARD CONSFRUCTION SPECIFICATION �OCUMENT City Prvject Num6er: Sd1264
Revised March 9, 2020
aa7zaa-i
GEN�RAL CONDITIONS
Page 53 of 63
B. Revtew Qf Applications:
1, City will, after receipt of each Application for Paynnent, either indicate in writing a
recommenda�ion of payment or return ihe Application to Contractor indicating reasons for
refusing payment. In the latter case, Cantractor may make the necessary carrections and
resubmit the Application.
2, City's processing of any pay�ent requested in an Application for Payment will be based on
City's observatio�s af the executed Work, and on City's review of the Application for Payment
and the accompanying data and sc�edules, that to the best of City's knavvledge:
a. the �1Vork has pragr�ssed to the paint indicated;
b. the quality of the Work is generally in accordance with the Contract Docurnents (subjec�
to an evaluation of the Work as a functianing whole prior to or upon Final Accept�nce, the
results af any subsequent tests called for in the Cnntract Documents, a final determination
of quantities and classifications for Work performed under Paragraph 9.05, and any other
qualifications stated in the recomrnendation).
3. Processing any such payment will not therehy be deemed to have represented tlxat:
a. inspecti�ans made to check the quality or the quaxitity of the Work as it has been
performed have been exhaustive, extended ta e�ery aspect of the Work in progress, or
invol�ed detailed inspections of the Work beyond the responsibiliti�s specificaily assigned
to City in the C�niract Documents; or
b. kliere may nat be other matters or issues between the parties that might entitle Caniractor
io be paid additionally by City' or entitle City to withhold payrnent to Contractor, or
Con�ractor has carnplied with Lavvs and Regulations applicable to Cont�actor's performance
of the Work.
4. City rnay refuse to process the whale ar any part oi any paytnent because of subsequently
discov�ered evidence or the results of subsequent inspections ar tests, and revise ar revoke
any such payment previously tnade, to such extent as may be neeessary to protect City fram
loss because:
a. the War� is defective, or the comple�ed Work has been damaged by the Contractor ar his
subcontractors, requiring correction or replacement;
b. disc:repancies in quantities contained in previous applications for payment;
c. the Co�tract Price has been reduced by Change Orders;
d. City has been requ�red to correct defective Work or complete Wark in accordance wit}�
Paragraph 13.09; or
CITY OF FORT WDRTH Safe Rautes to Schnol improvemenks
STANDARD CCJNSTRUCTION 5PECIFICATION DOCUMENT City ProJect Number: 1o125a
Revised March 9, 2020
oo�zoo-t
GENERAL GONDITIONS
Paga 54 of 63
e. City has actual lrnowledge of the occurrence of any of the events enurnerated in
Paragraph 15.02.A.
C, Retainage:
1, For contracts less than $400,000 at the time of execution, retainage shall be ten �ercent
(10%).
2. For contracts greater than $400,OOQ at the time of execution, retainag� sha1Z be five percent
{S%),
D. Liquadated Damages. For each calendar day that any work shall remain uncompleted after the
tixne specified in the Con1x-act Documents, the sum per day specified in the Agreement, will be
deducted from the rnanies due the Cat�tractor, not as a penatty, b�t as liquidated damages sufFered
by the City.
E. Payr�ent: Cantractor will be paid pursuant to the requirements of this Articie 14 and payment
�vill b�come due in accordance with the Contraci Docuznents.
F. Reductior� in Paynxent:
1. City may refuse to make payment of �he amount requested bec�.use:
a. Liens hav� been filed in connection with the Work, except where Contraetor has
delivered a speci�c bond satisfactoty to City to seaure the satisfaction and discharge of
such Liens;
b. there are other items entitling Gity to a set-off againsi the amount recommez�ded, or
c. City has actual knowledge oi the occurrence of any of the events enumerated in
Paragraphs 14.02.B.4.a iht�ough 14.02.B,4.e or Paragraph 15.02.A.
2. If City refuses to make payment of the amount requested, City wil� give Contractor written
notice stating the reasons for such action and pa� Contractar any amoun� a�emaining after
deduction of the amount so withheld. City shall pay Contractor the amount so withheld, ox any
adjusttnent ihereto agreed to by City and Contractor, when Contractor remedies the reasoris
far such action.
14.�3 Contractor's Warranty of Title
Contrac�or warrants and guarantees that titt� io all Work, materials, and equiprnent cov�red by any
Applicatian for Payment, whether incorporated in the Project or not, wi�l pass to City no later than the
tirne of payrnent ftee and clear of all Liens.
CITY OF FORT WORTH Safe Routes to School Impro�ements
STANDAii� CONSTRUCTIDN 5PECIFICATION DOCUMENT City Prnject Numher, 1U2264
Revised March 9, 2D20
oa�zoo-i
GENERAL CON�ITIONS
Page 55 of 63
14.04 Partial Utilization
A. Prior ta Final Accepiance of all the Wnrk, City may use or occupy any substantially completed
part of the Work r�rhich has specifically been identif ed in the Contract Documents, or which City,
determines constitutes a separately fiznctioning and usab�e part of the Work that can be used
by City for its intended purpose without si�,mificant interfere�.ce with Contractor'S performa�ce of
the r�rnainder of the Wark, City at any time may notify Contractor in writing ko p�rmit Gity to use
or oecupy any such part of the Work which City determines to be ready for its intended use, subj ect
to the following candi�ions:
1. Con�ractor at any time may notify City in writing that Contractor considers any such part of
the Wor1c ready for its intended use.
2. Within a reasonable time atier notification as enumerated in Paragraph 14.OS.A.1, City and
Contractor shall malce an inspection of that part of tl�e Work to deterimine its status of
cornpletion. If City does noi consider that part of the Work io be substantially complete, City
will natify Contractor in writing gi�ving the reasons therefar.
3. Partial Utilization will not canstitute Final Accegtance by City.
14.05 Finullnspectian
A. Upon wriiten notice frorn Contractor that the entire Work is complete in accordance with the
Con�ract Doc�m�nt�:
1, within 10 days, City will sehedule a Final Inspection wi�h Contractor.
2. Ci�y will notify Contractor in writing of al! particulars in which this inspection reveals ti�at
the Work is incompiete or defective. Cantract�r shall irinmediately take such measures as are
necessary to complete such Work or remedy such deficiencies.
B. No time charge will be made aga.inst the Contractor between said date of noiification of the City
and the daie of Final Inspection. �hould the City deternune that the Wark is not ready for Fina1
Inspection, City will notify the Cantractor in writing of tb.e reasons and Contract Time wi11 resume.
14.06 Final Acceptance
Upon completion by Contractor to City's satisfaction, af any additional Work identified in the Final
Tnspection, Ci�y will issue to Con�ractor a l�tter of Final Acceptance.
Ci'I'Y tlF FORT WORTH Safe Routes to 5thool Improvements
STANOARo CONSTRUCTIQN SPECIFICATION DOCUl�AENT City Praject Number:1o12fi4
Revlsed March 9, 2U20
00 �z ao - �
GENERAL CQNd1710N5
Page 56 of fi3
14.07 Final Payment
A. Application for Payment:
1. Upon Final Acceptance, and in the opinion of City, Contractor may �nake an app�ication for
final payment following the procedure for progress payments in accordance with the
Contract Document�.
2. The firral Application for Payrnent shali be accornpanied (except as previously delivered) by:
a. all documentation called fnr in the Cantract Documents, including but not limited to the
evidence oiinsurance required by Paragraph S_Q3;
b. consent of ihe sureiy, ii any, to final payment;
c. a Iist of a11 pending or released Darnage Claims against City �hat Contr�.ctor beIie�res are
unsett�ed; and
d. affidavits of payments and camplete and legally effective releases or wai�ers
(satisfactory to City) o�' a11 Lien rights arising nut of or Liens fzled in connection with the
Work.
B. Payment Becomes Due:
l. After City's acceptance of the Applrcation %r Fayment and accampanying documentation,
requested by Cnnt�actor, less previous payments maae and any sum City is entiiled,
including but not limited to liquidated daznages, vvi11 become due and payable.
2. After a1i Damage Claims have been resolved:
a. directly by the Contractor or;
b. Contractor pravides evidence that the Damage Claim �as been reported to Cantractor's
insurance provider for resolution.
3. The �naking of the fina� payment by �the Gity shail not relieve the Cantxac�or of atry
guarantiees ar other requirements of the Contract Documents whicl� specificall}r continue
thereafter.
14,08 Final Completion Delayed and Partial Retaanage Release
A. If final campletion of the Work is signi�cantly delayed, azad if City so confrms, Caty may, upan
receipt of Contractor's �na1 Applicatio� for Payment, and withaut terminating the Contract, rnake
payrnent of the baIance due for that portion of the Work fully completed and accepted. If the
remaining balance to be held by City for Work not fully completed or corrected is less than the
re�a.inage stipulated in Paragraph 14,D2.C, and if bonds have been fizrnished as required in
Paragraph 5.02, the written consent of the s�rety to the payment of the balance due for that
CITY OF FORT WO{i7H Safe Routes to Schoal fmprovements
STANDARD CON5TRUGTION SPECIFICATION DOCUMENT City Prnject Number: 101��4
Revised March 9, Z020
00 72 00 - 1
GENERAL CONDITIONS
Page 57 of 63
portion of the Work fully cornpleted and accepted shall be submitted by Contractor to City with
the Application for �uch payment. 5uch payment shall be made under the terens and conditions
governing final payment, except �iat it shall not constitute a waiver of Contract C�aims.
B. Partial Retainage Release. For a Cantract that pro�ides far a separate vegetati�e establishment
and maintenance, and test and perfortnance periads following the completion of all other
const�uction in the Contract Documents for all Work loca�ions, the City may release a portion of
the axnount retained provided that all other work is completed as determined by the City. Before
the release, all submittal� and final quantities must be completed and accepted for all other work.
An amount suf_�icient to ensure Contract compliance will be retained.
14.09 Waiver of Clafms
The accepiance of final payment will constitute a release of the City from all claitns or liabilities
under the Cantract for anything dane ar fi�rnished ar relating to the work under the Cantract
Documents or any act or neglect of City related ta or connected with the Cantr�ct.
ARTICLE 15 — SUSPENSION OF WORK A1�TD TERMI_NATION
1 S.OI City May Suspenc� Work
A. Ai any time and without cause, City may suspend the Work or any portion thereof by written
notice tn Gontractor and which may f x tile date on which VVork will be resunned. Cantractor shali
resume the Work an the date so fixed. Dursng temporaty suspension af ihe V41ork covered by these
Con�ract Documents, for any reason, the City will make no extra payment for stand by tirne oi
construction equipment andlor construction crews.
B. Should the Contractor no� be able to complete a portion of the Project due to causes beyond the
control of and without the fault ar negligence of the Con�ractor, and should it be determined by
mutual consent of the Coniractor and Ciiy that a soluiion to allow construction to proceed is not
a�ailable within a reasonable period af time, Contractor may request an extension in Contract
Time, directly attributable to any such suspension.
C. If it should hecome necessary to suspend the Work for an indefinite period, the Contractor shall
store alI materials in such a manner that they vvill not obstruct or impede the public unnecessarily
nor become damaged in any way, and he shall take every precaution to prevent damage or
deterioration of the work performed; he shail provide suitable drainage about the work, and erect
temparary structures where neces�ary.
D. Contractor nnay be reimbursed for tkae cast of tnoving his equipment off the jot� and retuming the
necessary equipment to the job when it is determined by the City that construction may be
resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the
equipment and no profit will be allowed. Reinn�bursement rnay not be a�l��cred if the equipment is
moved to another construction project for the City.
GI7Y OF FORT WORTN Safe Routes to School Impro�ements
STANDARD CONSTRUCTION SP�CiFICATIOfV DOCUMEfVT City Froject Numher:101264
Revlsed March 9, 2020
00 72 QO - f
GENERAI. CONbITIONS
Page 58 nf 63
15.02 City May Te�inrxte for Cause
A. The accurrence of any ane ar more of tha foll�wing events by way of example, but not of Iimitatian,
rnay justify termination for cause:
Contractor's persistent failure to perfonm the Work in accordance with the Cont�ract Docurzients
(including, but not limited to, failure tfl suppty sufficient skilled workers or suifable materials
or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as
adjusted from time to time pursuant io Paragraph 6.04, ar failure to adhere to the City's
Business Diversity Enterprise Ordinance #20020-12-2p11established uxader Paragraph
6.06.D);
2. Coniractor's disregaxd of Laws or Regnlations of any public body having jurisdiction;
3. Contractor's xepeated disregard oi the authority of Gity; or
4. Coniractor's �iolation in any substantial way of a�y provisions of the Coniract Documents;
or
5. Contractor's failure to promptly make good any def�ct iz� materials or workmanship, or
defects of any nature, the correction of which has been direeted in writing by th� City; or
6. Su�stantial indieation that the Contractor has rnade an unauthorized assignment of the
Contract or any funds due therefrom for the benefit of any creditor or for any other purpose;
or
7. Substantial evidence tnat ihe Contractor has become insolvent or baz�tkrupt, or otherwise
financiall� una�le to carry on tl�e Wark satisfactorily; or
8. Con�ractor commences 1ega1 aciion in a courk of competent jur�sdiction against th.e City.
B. If ane or rnnre of the events identi�ed in Paragrapk� 15.02A, occw-, City will provide written notice
to Contractor and S�rety to arrange a conference with Contractor axxd Surety to address
Cont�actor's failuxe io perform the Work. Conference shall be held not Iater than l5 days, aft�r
receipt of notice.
If the City, the Cantractor, and the Sutety do not ag�ree to allow the Cot�t�actar to proceed to
perforrn the constniction Cozz�ract, the City may, to the extent permit�ed by Laws and
Regulations, dectare a Contractflr default and formally terminate the Con�ractor's right to
complete the Contract. Contractor default sha11 not be declared earlier than 20 da.ys a�Fter the
Contractoz- and Surety have received notice of conference to address Contractor's failure to
perform the Work.
2. If Cantractor's services are t�rminated, S�ur�ty shali be obligated to take over and perform the
Work. If Surety does not commence perFormance thereof wikhin 15 conseeutive calendar days
after date af an additional written notice dematldizzg Surety's perfozmance of its
CITY OF FORT WORTH Safe Rautes to 5chool Improvements
STAN�AR� CONSTRUCTIOK SPECIFICATION DOCUMENT City Pro]ect Number: 10126a
Revlsed Mar�h 9, 2020
oanoo-i
GENERAL CONnITION5
Page 59 of 63
obligatians, then City, without pxace�s or actian at law, may take over any portion of the
Work and complete it as described below.
a. Tf City completes the Work, City rnay exclude Contractor and Surety from the site and
take possession of the Work, and atl rz�aterials and equigment incorporated into tbe Work
stored at the Site or for which City has paid Contractor or Surety but which are stared
elsewhere, and fmish �e Vi�ark as City may deem expedient.
3. Whether City or Surety completes ihe Work, Contractor shaIl not be entitled to receiv'e any
further payment ur�til the VVork is finished. If the unpaid balance of the Contract Price exceed�
all cla.ir�s, costs, losses and damages sustained by City arising out of or resulting fram
completing the Wark, such excess will be paid to Contractor. If such claims, costs, losses and
damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims,
costs, losses and damages incurred by City will be incorporated in a Chang� Order, provided
tlzat when exercising any rights or remedies under this Paragraph, Ciiy s�a1j nat be required to
obtain ihe lowes�. price far the Work performed.
4. Neither City, nor any of its respective consultants, agents, officers, directors or employees
shall be in any way liable or accountable to Cont�actar or Surety for the method by which the
completion of the said Work, or any portion thereof, may be accornplished or for the price paid
therefor.
5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right
to reeover daxnages from Conttactar or Surety for Gontractor's failure ta timely camplete the
entire Contract. Contractor shall not be e�titled io ar�y claim on account of the method used
by City in completin� the Contract.
6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as
provided for in the bond requiremants af the Contract Documents or any special guarantees
provided for under the Contraci Documents or any other obligations otherwise prescribed by
Iaw.
C. Notwithstanding Paragraphs 15.02.B, Contiractor's services will not iae terminated ti Cont�actor
begins within seven days of receipt of notice of intent ta terrninate to correct its failure to perform
and proceeds diligently ta cr�re such failure within na mare than 30 days of receipt of said notice.
D. Where Contractor's se�vices have heen so terminated by City, th� termination will not affect any
rights or rernedies of City against Contractor then �xisting or which jnay thereafter accnae. Any
retention or payment of moneys due Contractor by City vvill not release Contractor from liability.
E. If and to the extent that Contractor has providecl a performance band under the pro�isions of
Paragraph 5.02, the termination proceduxes o�tl�at bond shall not supersede the provisians of this
Article.
CITY OF FnRT WDRTH Safe Rautes to School Improvements
STANDARD CONSTRUCTION SPECIFICATION ODCUMENT City Project Num6er; 101264
�ievlsed March 9, 20��
tl0720U-1
G�NERAL COND1TfONS
Pagc 60 of 63
15.03 City May Terminate For Convenaence
A. City may, without cause and without prejudice to any other right or remedy of City, terminate the
Contract. Any termination shall be effected by mailing a notice of the ternunation to the Contractar
specifying the extent to which pez-formanc� of Wark under the contract is terminated, and th� date
upan which such termination becomes effective. Receipt of the notice shail be deemed
conclusively presumed and established when the lett�r is placed in the United States Postal Servic�
Mail by the City. Further, it shall be deemed car�clusively presumed and established that such
termination is made with just caus� as therein stated; and no proof in any claim, demand ox suit
shall be required of th� City regarding such discretionary actian.
B. After receipt of a notice �� tez�mination, and except as otherwise directed by the City, the
Contractor shall:
1. Stap work under tk�e Contract on the da.te and to the ext�nt specified in the notice of termination;
2. plaee no further o;rders or subcontracts for materials, s�rv�ices oar facilities except as may be
necessary for completion of sucb portion of the V�ark under the Contr�ct as is not terminated;
3. tertninate all orders and subcantracts to the ex�ent that they relate to the performance of the
Work terminated by notice of termination;
4. transfer title ta the City and deliver in the manner, at the times, and to the extent, if ar�.y,
directed by the City:
�. tl�.e fabricated ar unfahricated part�, Work in progress, compleied Wark, supplies and
other tnaterial praduced as a part of, nr acc�uired in connection with the performance ai,
the Work terminated by the notice of the termination; and
b. tI�e coxnpleted, or partially completed plans, drawings, information and other property
which, if the Contract had been completed, would hav� been required to be furnished to
th� City.
5. complete performance of such Work as shall not have been terminat�d hy the notice �f
terrrunation; and
6. take such action as lnay be necessary, or as the City may direet, for the protection and
pr�servatian of tk�e property related to i�s contract which is in the possessian of the
Coantractor and in which the owner has or may acquixe the rest.
C. At a time not later than 30 days af�er the termination date specified in the notice of t�rrnination,
the Contractar may submit to the Ciry a list, certified as ta quantity and quality, of any or aIl items
of termination inventory not pre�iously disposed of, exclusive of items the di�position of which
has been directed ar authorized by City,
LITY OF FORT WORTH Safe Rautes to 5chnol Improvements
STANDARD CONSi'RUCTlON SPECIFICATION �OCUMENT City Project Numher: 101264
Revised March 9, 2020
007200-1
GENERAL CON�Ii'l01VS
Page 61 af C3
D. Not later ihan 15 days thereafter, the City shall aceept title to such items pro�ided, that the list
submitted shall be subject to verification by the City upnn removal of the items or, if the items are
stored, witk►in �45 days from ihe date of submission of the list, and any necessary adjustments �o
conrect the list as sut�mitted, shall be made prior to final settlement.
E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination
claim to the City in the form and with the certification prescribed by the City. Unless a� exten�ion
is made in writing within such fi0 day period by the Coniractar, and granted by the City, any and
all such claims sh�ll be conclusively deerned waived.
F. In such case, Contractor shall be paid for (with�ut duplication o£ any items}:
l, completed and acceptable Wark executed in accordanee with the Contract Documents pri�r
to the effective date of terminatior�, including iair and reasanable sums for overhead and profit on
such Work;
2. e�penses sustained prior to the efFective date af terminat�on in performing services and
furnishzng labor, materials, or equipment as required by the Contraet Documents in cannection
with uncampleted Work, plus fair and reasonable sums for overhead and prafit on such expenses;
and
3. reasonable expenses directly attributable to termination.
G. In the event of tha failure of the Contractar and City to agree upon the whale amaunt to be paid
fa the Con�ractor by reason of the terfnination of the Work, t�e City shall determine, an the basis
of in�ortnation awailable to it, the arnount, if any, due to the Contractor by re�son of the termination
and shall pay to th� Contractar the amounts deter�nined. Cflntractor shalj not be paid on account
of loss oF anticipated profits or re�enue or other ecanomic loss arising out of or resuiting from
such ternsination.
ARTICLE 16 — DISPUTE RESOLUT`ION
16.01 Methads and Procedures
A. Either City or Can�ractor may request mediation of any Contract Claim subrz�itted for a decision
under Paragraph 10.06 before such decision becomes final and binding. The request for mediation
shall be submitted to the other pariy ko tha Contract. Timely submission of tke request shall stay
the effect of Paragraph 10.06.E.
B. City and Cantractor shall participate in the mediation proc�ss in good faith. The process shall be
commenced with�n 6Q days of filing of the request.
C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a
denial pursuarat to Paragraphs 10.06.C.3 or 10.06.D shall hecorne final and binding 3U days afte�
termination of the mediat�an unless, within that tirne period, City or Contractar:
CITY DF FORT WORTH 5afe Routes to Sthool Imprnvements
STAN�AR� CON57RUCTIQN SPECIFICATION �OCUMENT City Project Number: 10J.264
Revised Marth 9, 2020
00 �z a.o - �
GENERAL CONDITIONS
p$g� 6z of6a
1. elects in writin� to invoke any other dispute resolution process provided for in the
Supplementary C�nditions; or
2. agrees with the other party to submit the Con�ract Claim to another dispute resolution
process; ar
3. gi�es written nntice to the other party oi the intent to submit the Contract Claim ta a court of
cornpetent jurisdic�on.
ARTICLE 17 — MISCELLANEOU5
17.01 Giving 11�otice
A. Whenever any provision of the Contract Docutnents xequires the giving of written nntice, it will
be deemed to hat+e been validly given if:
1, delivered in person to the indi�+idual or to a m�mher �f the firm nr to an officer of the
corporation for whom it is intended; ox
2. delivered at or sent by registered or certi�ed mail, postage prepaid, to the last business
address icnown ta the giver ot'the notice.
B. Business address changes must be promptly made in writing to the other party,
C. Whenever the Contract Documents sp�cifies giving notice by electronic means suc�t electronic
notic� shall be deemed sufficient upon confirmation of receipt by the receiving party.
17.02 Computation af Times
When any period of time is referred ta in the Contract Documents by days, it will be computed ta
exclude the first and include the Iast day of such period. Tf the last day of any such period falls an a
Saturday or Sunday or on a day made a legal hoZiday the next Working Day shall becorne the last day
af the period.
17.03 C�mulatave Remedies
The duties and obligatior�s irnposed by tk�ese General Conditians and the rights and remedies availabje
hereunder to the parties heretp are in additinn to, and ara not fio be construed in any way as a iimitatia�n
of, any rights and remedses available to any or aI] of them which are otherwise imposed or available
by Laws ar Regulat�Qns, by special warra.nty or guarantee, ar by other provisions of tihe Contract
Docurnents. The provisi4ns of this Para.graph will be as effective as if repeated specifically in the
Contrac# Docurn�nts in connection with each particular duty, obligation, right, and remedy to which
they apply.
CITY OF FORT WORTH Safe Rvutes to Schnol Improvements
STANbARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Num6er; ifl1264
Revfsed March 9, 2020
ao �z oa - i
cEN��a� coNoiTioNs
Page 63 of 63
17.04 Suf-vival of Obligations
AI] representations, i�demnifications, warranties, and guarantees made in, required by, or given in
accordance with the Contract Documents, as we�l as all continuing obligations indicated in the
Con�ract Documents, will survive final payment, completion, and acceptance of the Work or
terminatian or completion of #he Contract or terminati�n pf the services oi Contractor.
17.05 Headings
Article and paragraph headings are inserted for convenience only and do not constitute parts of t�ese
General Conditions.
CITY OF FORT WOii7M Safe RoUtes to Schnol Improvements
STANDAR� CON57'RUCTION SPECIFICATIDN bOCUME�{T Gity Project Num6er, 141264
Revised March 9, 2020
Op 73 OD
SUPPL�MEIVTARY COi�TDTTIQNS
Page ] of 5
SECTION 40 73 00
SUPPLEMENTARY CONDITIONS
TO
GENERAL CONDITIONS
Supplementary Conditians
These Supplemerttary Conditions tnodify and suppiement Section 00 72 OQ - Genera] Conditions, and other
provisions of the Contract Documents as indicated below. AIl provisions ofthe General Conditions that are
modified or supplemanted remain in fu11 force and effect as so modified or supplemented. All pro�isions
of the General Conditions which are not so modified or sup.plemented remain in full force and effect.
De�ned Terms
The terms used in these Suppiementary Conditions which are defined in the General Conditions ba�e the
meaning assigned to them in the General Canditians, unless speci�caily noted herein.
Modificatians and Supplements
The fol2owing are instructions thak modify or supplement specific paragraphs in the General Conditions and
ather Contract Documents.
SC-3.03B.2, °�Resolving Discrepancies"
Plans go�erri aver Specifica�ions.
SC-4,O�A
Easement limits shown on the Drawing are approxunate and were provided to establish a basis for bidding.
Upan receiving the final easements descriptians, Cnnttactor shall campare tkaem to the lines shown on the
Contract Drawings.
SC-4.q1A.].,'�Av�ilability of Lands"
"I'he folIowing is a]ist of known outstanding right-af-way, and/or easements Ea be acquired, if any as of
August 12th, 2021:
Outstandin� RightTOf-Way, and/ar Easements to Be Acquixed
PARC�,L p���
NUMBER
T.R.O.E. No. 1-18
Various
TARGET DATE
OF POSSESSION
1115/22
The Contractor understands and agrees that the dates Iisted above are estimates only, ara nnt guaranteed,
and da not bind the City.
If Contractor considers the final easernents provided to differ materially from tk�e representations on the
Cantraat Drawtngs, Contractor shail within fve (5} Business Days and bet'�re proceeding with the Work,
notify Ciry in writing associated with the differing easement Iine locations.
5C-4.01A.Z, f`Availab3lity of Lands"
CITY OF FpRT WORTH 5afe Routes Ea 5chuol Improvements
STAiVDARD CONSTRUCTLON 5P�CIFICATION DOCCJMENT City Project Number: 101264
Revised Marcl� 9, 2D20
00 �a o0
SUPPLEMENTARY COM]IT[ONS
Page 2 af 5
Utilities or obstructians to be remaved, adjusted, andlor relocatsd
The following is list of uti�ities andlor obstructians that have not been removed, adjusked, andlor relocated
as of August 12��, 2021:
EXPECTED
pWNER
UTIL.ITY AND LOCA'TION
TARGET DATE OF
ADJ[JSTMENT
AT&T
Utility Pole -- NE Loraina 5t at Hutchion
Utility Pole — NE Laraine St at Oscar Ave.
1115/22
The Contrackor understands and agrees that the dates. listed above are estimates only, are not guaranteed,
anci do not bind the City.
SG4.O�A., "Subsurface and Yhysical Conditinns"
Tt�e followin� are reports of explarations and tests of subsurface conditians at the site of the Work:
Nane.
The following are drawings of physical conditions �n ot relating to existing surface and subsur#'ace
structures (except Underground Facilities) which are at or contiguaus to khe site nf the �arlc:
Nane.
SC-4.06A., "Hazaxdous Environmenta{ Conditions at Siie"
The fallowing are reports and drawings of existing hazardous environmental conditions known to the City:
None.
SC-5.Q3A., "Certi�cates of Insurance"
Ti�e entities iisted below are "additional insureds as tlneir ix�terest may appear" including thesr respective
officers, direetors, agents and employees.
(1} City
{2j Cot�sultant Dunaway Associates, L.P.
(3) Other: None.
SC-5.04A., "Contracfor's Insurance"
The iimits of Iiability for the insurance required by Paragraph GC-5.�4 shall provide the following
coverages for not less than the following amaunts ot greater vs�here required by laws and regulatio�s:
�.04A. Workers' Compensation, under Paragraph GC-SA4A.
St�tutory limiits
Employer's liability
$1QO,ODO each a¢cidentloccurrence
$ZOO,OD4 Disease - each employee
�SU0,000 Dis.ease - policy liru�t
5C-5,04B., "Contractor's Insurance"
C1TY OF' FORT WORTH 5afe Routes to 5el�ool Improvements
STANDARD CONSTRUC'1'[ON SPECIFIC.ATiON DOClIMENT City Projectl�iumber: 101254
Revised Match 9, 2Q20
OD 73 00
SUPPLEMENTARY CONDITIONS
Page 3 o f 5
5.095. Gomznercial General Liability, under Paragraph GC-5.04B, Contractor's Liability Insurance
under Paragraph GC-SA4B„ wlaich shaIl be on a per project hasis coverin� the Contractor with
minimum Zimits of:
$1,0OO,ODQ each occurrence
$Z,OOO,Ofi� aggregade ilmit
The poIicy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the
General Aggregate Limits apply separately to eseh job site.
The Commercial Genera] Liability Insurance pnlicies shall provide "X", "C", and "U" coverage's.
Verificatinn of such coverage rnust be shown in the Remarks Article of'the Certzficate of Insurance.
�C S.p4C., "Contractor's Insurxnce"
�.04C. Automohi2e LiabiIity, under Paragraph GG5.04C. Contraetor's Liability Insurance under
Paragraph GG-5.04C., whieh shall be in an amount not less than the folInwing amounts:
(l) Automobile Liability - a commercial business poficy shall provide coverage on "Any Auta",
de�ned as autos awned, hired and non-owned.
$I,OOO,p00 each accident on a combined single limit basis. Sp1it limits are acceptable if limits are at
least:
$250,000 Sodily Injury per person /
$500,000 Sodily 1'njury per accident/
$100,000 Property Damage
SC-S.Q4D., "Cantractor's Insurance"
The Contractor's construction activities will require its ernployees, agents, subcontractors, equipment, and
material deliWeries to cross raikoad properties and tracks None.
SG6.U4., "Projeti Schedule"
Project scheduie shall be tier 3 for the project.
5C-6,U7., "Wage Rates"
The folIowing is the prevailing wage rate table(s) applicable to this project and is pro�ided in the
Appendixes:
Davia Bacon WD No. TX202Q0026.pdf
A copy of the table is also available by accessing the City's website at:
httns://apps.farYwort�texas.gov/Proi ectResoUrces/
You can access khe file by fol�owing the directory path:
02-Constz�uet�on Documents/Specifications/Div00 — General Cat�ditions
SC-6.09., "Yermits and iltilities"
5C-6.09A., 06Cantractor a�►tained permiis and licenses"
The following are known permits and/or licenses requited by the C.ontract to be acquired h�r the Contraator:
None.
CITY �F FO1�T W(3RTH Safe Routes to Schaol Imptovements
STANpARD COPfS'I'E2UCTION SPECIFICATTON DOCUME�TT CiYy Project Number: 101264
Revised March 9, 2Q2Q
0� 73 00
SUPPLEMET�fTARY C�NDIT[QNS
Page 4 af 5
SC-6.09B. "City obfained permits and licenses"
T'he following ar� known permits andlor licenses required by the Contract to be acqu�red by Ehe City:
None:
SC-6.09C. "Outstanding permits and licenses"
'Fhe fQilowing is a list of known outstan�ing permits andlor licenses to be acquircd, if any as August 12th,
2021:
Outstanding Permits andlar Lrcenses to Be Acquired
OWNER PERMIT OR LICENSE AND LOCATION
None
SC-6.24B., "Title Vi, Civil Rights Act af 1964 as amended"
TARG�T' DATE
OF POSSE55IOI*i
During the performance of this Contract, the Contractor, for itself, its assignees and successors in interest
(hereinafter re%rred to as the "Cantractar") agrees as follaws:
l. Compliance with Regulations: The Contractor shall comply with the Regulation celative to
nondiscrimination in Federally-assisted programs af the Department of Transporkation (hereinafter,
"DOT") Title 49, Code of Fecieral Regu3ations, Park 21, as they may be amended from time ta time,
(hereinafter referred to as the Regulations), which are h�rein incorporated by reference and made a part
of this contract.
Nondiscrimination: The Contxactor, with regard to the wark perfotmed by it during the contract, shall
not discriminate on the grounds nf ra�e, eolor, or national origin, in the selection and retention of
snbconkractors, including procurements oFinaterials and leases of equiprnent. "I'he Contractor shall not
participate either directly flr indirectiy in the discriminatian prohibited by 49 CFR, section 21.5 of the
Regulations, includittg employment practices �vhen the contract covers a program set forth in
Appendix B of the Aeg�lations.
3. Solicitations for Su�contractors, Including Proenrements a�' Materials and Equipment: In alI
solicitations either by competitive bi.dding or negotiatinn made by the contractor for work to be
performed uader a subcontract, including procurements nf materials or leases oi equiptnent, each
potential subcontactor or supplier shall be notified by the Contractor of the Cantractor's obLigations
under this contract and the Regulations relative to no�discrimination on the gtounds of race, color, or
national origin.
4. Information and Reports: The Contractor shall provide all infarmation and reports required by tl�e
Regulations or directi�es issued pursuant thereto, and shall permit access to its books, records,
accounts, other sources of information and its facilities as may l�e determined by City or the Texas
Department of Transpartation to be pertinent to ascertain compliance with such Regulations, orders
and instructions, Wher� any information required of a cantractor is in the exclusi�e possession af
anokher who fails or refuses to furnish this infor;nation the cantractor shall so ceMify to the City, or the
Texas Department of Transportatian, �s appropriaie, and shall set forth what efforts it has macie to
obtain the information.
5. Sanctians for Noncampliance: In the event of the Contractar's noncampliance with the
nondiscrimination provisions of this Contract, City shall i�►pase such contract sanctions as it or the
T�xa� Depattment of Transportation may datermine to be appropriate, including, 6uk not limited ta:
CI'{'Y QF FQ1tT WORTfi 5afe Routas ta School lmgrovements
STANbARU CONSTRUCTION SPECI�[CATiON DOCi1MENT City Project Number: 10i.264
Revised ivlarch 9, 242U
90 73 00
SUPPLEMENTARY COND.ITIONS
Pa�e 5 of 3
a. withhplding of payments to the Contractor under the Con#ract until the Contraefar
complies, and/or
b. cancella�ian, termination nr suspension of the Contract, in whale or in part.
6. Incorporation oi Prnvisians: 'The Contractor shall include the pravisions ofparagraphs (1) through
(6j in every subcontract, including procurements oi materials and leases nf equipment, unless exempt
by tl�e Regulatians, or directi�res issued pursuant thereta. The Contract�or shall take such ac�ion with
r�speet to any subcontract or pracurement as City ar the Texas Department of Transportation may
direct as a mesns of enforcing such provisions including sanctions for non-compliance: Provided,
however, that, in the event a contractar becomes invoI�ed in, or is threatened rvith, litigation with a
subcont�actor nr supplier as a resutt of such direction, the contractor may request City to enter into
such Iiti�ation to protect tl�e interests of Ctty, and, in addition, the cantractor may request the United
States to enter intu such litigatian to protect th� interests of the UniEed States.
Addittonal Title VI requirements ean be faund in the Appendix,
SC-7.02., °°Coordination"
�C-8A1, "Communicatians tfl Contractor"
None.
SC-9.01., "City's Project Manager"
The Ciry's Project Manager for th.is Cantract is Chad Allen, or his/lser successor pursuant ta written
noti�cation fronn tne Director of Transporfation and Fubli� Worlrs.
SC-13.03C., "Tests and Inspections"
None.
SC-16.O1C.1, "Methods and Prncedures"
None.
END OF' SECTION
CITY OF FORT WpRTH Safe Rnutes to 5chool Improvements
STANDARD CONSTRUCTION SPECIFiCATIaN DOCUMENT City Project Number: 1p1264
Reviscd March 9, 2020
The individuals or entities listed below have contracts with tr,e City for the performance of other work at
the 8ite:
Ol 11 QO - 1
SUMMARY OF WORT{
Page 1 of 3
SECTION 011100
SUMMARY OF WORK
PART1- GENERAL
]..1, SUMMARY
A. Section Includes:
1. Summary oi Wark to he performed in accordance with the Cantract Documents
B. Deviations frorn this City af Fort Worth Standard Specification
1. Nane.
C. Related Specification Sections include, but are not aecessarily limited to:
1. Division 0- Bidding Requirernents, Contract Forms, and Conditions of the Contract
2. Division 1- General Requarements
1.2 PRICE AND PAYIVI�NT PROCEDLTRES
A. Measureinent and Payment
1. Wark associated with this Item is considered subsidiaty to the varzous items bid.
No separate pay�nnent will be allowed far this Ttem.
1.3 REFERENCES [NOT USED�
1.4 ADNIINYSTRATIVE REQUIREMLNTS
A. Work Cnvered by Cantract Documents
1. VVark is to include fur�aishing all labor, rzxaterials, and equipment, anci per%rming
all Wark nccessary £or this constnxct�on projeet as detailed in the Drawings and
Specifications.
B. Subsidiary Work
1, Any and all Work sp�cifically governed by documentary requirements for the
project, such as conditians imposed by the Drawings or Cnntract Documents in
which no spacific item for bid has been provided for i.n t43e Proposal and the item is
not a typical unit bid item �ncluded on the statzdard bid item list, then the item shall
be considered as a subsidiaty it�m nf Work, the cost of which shall be included in
the price $id in the Froposal for various bid items.
C. Use af Fremises
1. Coordinate uses of premises under direction of the City.
2. Assume full responsibility for protection and safekeeping of materials and
equipment stored on the 5ite.
3. Use and occupy only portions of the publie streets and alleys, or other publie places
or oYher rights-of-way as provided for in the ordinances of the City, as shown in the
Contraat Documents, or as may be specifically authorized in writing by the City.
a. A reasonal�le amount of tools, rnaterials, and equipment for construction
purpases may he stored in such space, but no more than is necessary to avoid
deiay in the construction operations.
CITY OF FORT W�R'I'H Safe Routes to Schaal Improvements
STANDARI] CQNSTRUCTION 5PECIF�ICATION DOCi]MEi�IT5 City Project N'umber: ]01264
Revised Decemher 2D, 2012
ai i� oo-z
SUMMAl2Y DF WORK
Page 2 of 3
b. Excavated anc� waste materials sha�l be stored in such a way as not to interfere
with the use of spaces that may be designated to be left free and unobstr�zcied
and so as not to inconvenience occupa.nts of adjacent property.
c. If the street is occnpied by railroad trac�Cs, the Work shall be carriec! on in such
manner as not to interfere wifih the operation of the railroad.
1} All Work shal] be in accardance with railroad requirements set forth in
Division 0 as well as the railroad permit.
D. Work within Ease�anents
1. Do not ent�r upon private property for any purpase without having previously
obtained permission from the o�ner of such property,
2. Do not store equipm�nt or material on private property unless and until the
specified approval of ttte property awner has been secured in writing by the
Canttactor and a copy furnished to the City.
3. iJnless specifically pro�ided ot,�eirvvise, clear a11 rights-of-way or easements of
obstructions which mu�t be remaved to make possible proper prosecution of the
Wark as a part af the project constr�zction operations.
4. Pres�zve and use every precaution to prevent damage to, all trees, shrubbery, plants,
Iawns, fences, cnlverts, curbing, and all other types of structures or improvements,
to all waier, sewer, and gas lines, ta al1 conduits, overhead pole lines, or
appurtenances thereof, including ihe constructi�n af tenzpnrary fences and to all
other public or private property adjacent to the Wark.
5. Notify the proper representatives of the o�+ners or occupants of the public or private
lands of intexest in lands which might be affected by the Wark.
a. Such notice shall be maae at least 48 hours in advance af the beginning of the
Work.
b. Notices shall be applicab�e ta both public and private utility campanies and any
corporation, company, individua�, or other, either as or�vners or occupants,
whose land ar interest in larad might be affected by the Work,
c. Be responsible for all damage or injury ta property of any character resulting
from any act, omission, negleet, or misconduct in �he manner or method or
execution of the Wark, ar at any tinc�e due to defective work, material, or
equipmen.t.
Fence
a. Restore all fences encounter�d and renr►oved during construction af the Project
to the origin,al or a better than originat car�dition.
b. Erect temporary fencing in place of th� fencing re�tnov�d whenever the Work ia
nat in progress and when the sita is vacated overriight, and/or at ail times ta
provide site security.
c. The cost for aIl fence woz'k within easeznents, includin� reinoval, temporary
closures and replac�ment, shall be subsidiary tn fhe various items bid in the
project proposal, unless a bid item zs specifically pravided in the proposal.
CITY QF CORT WORTH Safe Routes tn 5chopl Improvements
5TANDARD CON5TRi7GT[OIV 3PECIFICATIOtV DOCUMENT5 City Projact Number: Z01264
Revised bee�mber 2U, 2012
011100-3
SUMiVfAAY OF WORK
Page 3 af 3
1.� SUBMiTTALS jNOT USED]
L6 ACTION SUBMITTALS/INFORMATION.AL SIIBMITTALS [NOT USED]
l.i CLOSEOUT SUBMITTALS �NOT iTSED]
1.8 MAINTENANCE MATER.IAL SUBMITTALS [NOT USED]
1.9 QUALITY A5SURANCE [NOT USED]
1.10 DEL�VERY, STORAGE, AND IiANDLING [NOT USED]
1.11 FYELD [SITE] CONDITIONS [NOT USED]
l.l� WARRANTY [NOT USED]
PART � - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Lc�g
DATE NAME SUMMARY OF CHANGE
CITY QF FpRT WORTH Sa% Rautes to School improven�ents
STANDARD CONSTRLTCTION 3P�CCI'1CATFON DOCUMENTS City Project Number: 101264
Revised December 20, 2�12
U12S00-1
SUBSTITUTIDN PROCEI?URES
Page 1 af A
sECT�oN ai �s o0
SUBSTITUTION PROCEDURES
�ART 1 - GENERAI,
l.i SUMMARY
A. Sectian Includes:
The procedure far requesting the ap�roval of substituiion of a product that is nat
equivalent to a product wYtieh is specifzed by descriptive or performanee criteria or
defined by referenc� to 1 or more nf the following:
a. Na�me of rnanufacturer
b. Name af vendar
c. Trade name
d. Catalog number
2, 5ubstitutions are not "or-equals",
B. De�iations fram this City of Fort Worth 5tandard Specifiaation
1. Nona,
C. Related Specification Sections include, but are nnt necessarily limited to:
1. Division 0— Bidding Requirezaaenis, Gontract Fnrms and Conditions �f the Contract
2. Di�ision 1-- General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurerrient and Payment
1. Wnrk associaied with this Item is considered suhsidiary to the various itenns bid.
No segarate paym.ent will he aliowed %r this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Request far Suhstitution � General
1. Within 30 days after award of Contraci (unless noted otherwise), t11e City will
eonsider formal requests from Contractor for substitution of prnducts in p.lace of
those specified.
2. Certain types of equipment and kinds oi material are described in 5peci�cations by
means of references to names of n�anuiacturers and vendors, trade names, or
catalag numbers.
a. When this zzaethod of specifying is used, it is not intended to exclude frorn
consideration oiher ptoducts 6earin� other m�nufact�rer's ar vendor's names,
trade nannes, or catalog numbers, provided said products are "or-equals," as
det�rtnined hy City.
3. Other types of cquipmer�t and kinds of material may be acceptable substitutions
under the following conditians:
a. Or-equals are unavailable due to strike, discontinued production of produc�s
meeting specified requirements, or other factors beyond control of Cont�actnr;
or,
CPCX OF FQRT WqATH SaYe Routes ro 5choo3 Improvemente
S"CANDARI] CONSTRUCTION SP�CIFICATTON DDCUMEN'C5 City Project I�umber: 101264
Revised Iuly (, 2011
ai�soo-z
5i3BSTZTUTipN PROCEI]LTii�S
Page 2 of 4
b. Contractor proposes a cost andlor time reduction incenti�e to the City.
1.5 SUBMITTALS
A. See Request far Substitutian Form (attached)
B. Procedure for Requesting Substitution
1. Substittxtion shall be considered only:
a. Af'ter award of Cnntract
b. Under the conditians stated herein
2. Submit 3 copies of each written request for substitution, including:
a. Documentativn
1) CoYnpiete data subs#antiating complianee of proposed subststutian with
Cotatract Documents
Z) Data relating to c�anges in construction schedule, when a red►�ction is
proposed
3) Data relating to changes in cost
b_ For products
1} Product identification
a) Manufacturer`s narna.e
b} Telephone number and represenk�tive contact name
c) Specification Seciion or Drawing reference of origit�aily speczfied
product, including discrete t�ame ar tag number assigned to original
product in the Contract Documents
2) Manufacturer's literature clearly �rsarked to show compliance o�proposed
product with Contaract Documents
3) Iterni�ed comparison of original and propased product addressing praduct
characteristics including, but not necessarily litnited to:
a) Size
10) Composiiion or materials nf canskruction
c) Weight
d) Electrical or mechanical requirements
4) Product experience
a) Lacation of past projects utilizing product
b) Name and telephone number of persons associated with referenced
projects knowledgeahie concerrning proposed product
c) Avaijable field data an.d reports associated with prn.posed product
5) 5amples
a) Pravide at requ�st of City.
b) Samples becorne the praperty of the City.
c. For consttuction makhods:
1) Detailed description ofpropased method
2) Illustrarivn drawings
C. Approval orRejection
1. Written approval or rejectivn of substitution given by the City
2, City teserves the righk to require proposed product to comply with color and pattern
of specified product �f necessary to secure design intent.
3. In the event the substitution is approved, the resulting cost anc�/or time reduction
will be documented by Change Ord�r in accordance with the General Cnnditions.
CITY OF FORT WORTH SaFe Routes to ScEiool lmprovements
STANDARD CD3�'STRUCTiDN SPECTFICATI�N DdCi3MENT5 City Pmject Number: ] 01264
Revised 7u1y l, 20 i 1
O125D0-3
SUBST['1'UTCON PROCEDURES
Page 3 uf 4
4. No additional contract time will be given for substitution.
5. Substitu�ion will be rejected if:
a. Subinittal is not through tt�e Contractor with his stamp of appro�al
b. Request is not naade in accordance with this Specification Sectio�
c. In the City's opinion, acceptanee wil! require substantial revisian of �he origi�zal
d�sign
d. In the City's opinion, substitution wiIl not p�rform ac�equately the function
consistent with the design intent
1.G ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.� CLOSEOUT SUBMITTALS [NQT iTSED)
1.8 MAINTENANCE MATERIAL SIIBMITTALS [NOT USED]
1.9 QLTALITY ASSURANCE
A. In making request for substitution or in using an approved product, the Contractor
represents that the Contractar:
1. Has investigated propds�d product, and has determin.ed that it is adequate or
superior in all respects to thak specifted, and that it will perform function for which
it is intended
2. Will provide same guarantee %r substitute item as for product specified
3. Will coordinate insiallation of accepted substitution into Work, to inelude building
tnodifications if necessary, making such changes as may be required for Work to be
complete in a11 respects
4. Waives alI claims fnr additional costs related to substitution which subsaquently
arise
L10 DELIVERY, STORAGE, AND HANDLING jNOT IISED]
l.11 FYELD [�I'I'E] CONDITIONS [NOT USED]
11� WARRANTY [NOT USED]
PART � - PRODUCTS [NOT USED]
PAR,T 3 � EXECUTION [NOT USED]
END OF ,SECTION
C1TY OF FOItT WDRTH 5afe 12outes to School Improvements
5TAN17ARD CON5TI�UCTION SPECIFICATIDN DOCUMENTS Ciry Project Number. �Q12fi4
Re�ised July 1, 2011
O125D0-4
SUBSTITUTION PRbCET]URES
Page 4 of4
EXHiBIT A
REQUEST FOR SUBSTITUTION FORM:
TO:
PROJECT: DATE:
We hereby submit for you7r consideration the following product instead of the specified ikerr� for
the above project:
SECTION PARAGRAPH SPECIFIED ITEM
Propo�ad Substitution:
Reasan for Substitution:
Include complete inforrnatinn on changes to Drawings and/or Specifications which praposed
substitution will require far its proper installation.
Fill in Blanks Belaw:
A. Will th� undersigned contractor pay for changes to the building design, including engineering
ar�d detailing casts caused by the requested substitution?
B. What effect does substitution have an other ttades?
C. Differences between proposed substitution and specified item`?
D. Differences in prnduct cast or product delivery time?
E. Manufacturer's g►zarantees of the proposed and specified items ate:
Equal Better (explain an attachment)
The undersigned states thai the function, appearance and q�aality are ey,ui�alent ar superior to the
specified item,
Submitted By: For Use by City
5ignature
as noted
� Recommended
_ Recommended
Firm
Address
Date
Telephone
� Not recommended
By
Date
R�rnarks
For Use by City:
Approved
City
Rejected
Date
C1TY flF F�RT WOitTH
STANDARD CONSTRUCTTON SAECIFICATION i70CUMENT5
Revised 7uly 1, 201 l
Received late
5afe Routes ta 5choal Improvements
Citp Praject Nnm6er: 101264
Q�31l9-1
FRECONSTCtUCTION MEET[NG
Page 1 af 3
SECTION 0131 19
PRECONSTRUCTIQN MEETING
PART1- GENERAL
11 Si�'MMARY
A. Section Includes:
l. Provisions for the precanstruction meeting t� be held priar to the start of Work to
clarify constructian contract administration procedures
B. Deviations from t,�is City of Fart Wnrth Stan.dard Specification
1. None.
C. Relaied Specificatian Sections ir�clude, but are not necessarily 1imi�ed to;
1. Division 0— Bidding Requirements, Contract Foxms and Cotzditions of the Contract
2. Divisian 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1, Work associated with this Item is considered sub�idiary to the �ario�zs items bid,
No separate payment will be allowed far this Ttem.
1.3 REFERENCES [N�T USED]
1.4 ADMINISTRATIVE REQLTIREMENTS
A. Coordination
I. Attend precanstruction meeting,
2. Representatives of Contractor, subcontractors. and suppliers attending pneetings
shall be qualified and authorized to act on behalf of the entity each represents.
3. Meeting administered by City znay be tape recorded.
a. If recorded, tapes wilI b� used to prepare minutes and retained by City for
future reference,
B. Preconstruction Meeting
2.
3
A preconstniction meeting wi11 be heId within 14 days af�er t�e executinn of the
Agz'eement and before Work is started.
a. The meeting will be scheduled and adtninistered by the City.
The Project Representative will preside at the meeting, prepare the notes of the
meeting and distribute copies of same to all participants who so reyuest by fully
completing the attendance farm ta be circulated at the beginning of the meeting.
Attendance sha11 include:
a. Project Representative
b. Cantraetor's project manager
c. Contractor's superintendent
d, Any subcontractor or supplier representatives whona the Contractor may desire
to invite or the Ciiy rnay request
GITY OF FORT WpRTH 5afe ltoutes to Schoo[ In�provements
STANDAFtD CON3TRUCTIdN 3PCCIFICATION DQCLIMENTS City F'roject Ntitnber: 1012b4
Revised kugust l7, 2p 12
01 31 19 - 2
PRECdNS"CRUCTiON MEETING
Page 2 of 3
e. Other City representati�es
f. Others as appropriate
4. Construc�ion 5chedule
a. Prepare baseline construction schedule in accordance rvitll Section Ol 32 16 a.nd
provide at Preconstruction Meeting.
b. City will notify Contractor o� any schedule cha�ges upon Notice of
Preeonstruction Meeting.
S. Preliminary Agenda may include:
a. Introduction of Prnject PersQnnel
b. General Description oiProject
c. Status of right-of-way, utility clearances, easements or other pertinet�t �enrr�its
d. Contractor's vvork plan and schedule
e. Contract Time
f. Notice to Proceed
g. Construction Staking
h. Progress Payments
i. Extra Work and Change Order Procedures
j. Field Orders
k. Disposal Site Letter for Wa.ste IWlaterial
1. Insuirance Renewals
m. Payrall Certification
n. Materiai Certifications and Quality Canirol Testing
o. Public Safety and Canvenience
p, Documentation of Pre-C.vnstnxct�nn Canditions
q. Weekend Wark Notification
r. Legal Holidays
s. Trench Safety Plana
t. Canf'ined Space EnS�y Standards
u. Coardination with the City's representative for c�perations of existi�ag water
systems
v. Storm Water Pollut�on Prevention Plan
w. Coardination with other Cantractors
x. Early Warning 5ystem
y. Contractor Evaluatio�
z. Special Conditions appli.cable to the projeet
aa. Damages Claizns
bb. Subrnittal Pracedures
cc. Substitutian Procedures
dd. Correspondence Rouiing
ee. Record Drawings
ff. Temporary constrtretion facilities
gg. MIWBE or MBE/SBE procedures
hh. Final Acceptance
ii. Final Payment
jj. Questions or Comments
C1TY OF FpRT WO17TH Safe Routes to 5cf�otil Imprvvements
STANI]ARD CON5iRL7CTION SP�CI['TCATIOIV DOCLIMI�3VT8 City Yroject Numher: 1U1264
x��;s�a �►u�sc i�, aaia
Q7 31 19 - 3
PRECONSTRiJCTION MEETING
Page 3 of 3
1.5 SUBMITTALS [NOT IISED]
i.b ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT U,SED]
�.7 CLOSEOUT SUBMTTTALS [NOT USED]
1.� MAINTEN.ANCE MATERIAL SUBMITTALS [NOT IISED]
1.9 QUALITY ASSURANCE [NOT USED�
1.10 DELIVERY, STORAGE, AND HANDLING [NOT CTSED]
1.11 �IELD jSITE] CONDIT�ONS [NOT USED]
1..12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USEDj
PART 3 - ExECUTION [NOT USED]
END OF SECTION
CITY OF FORT WORTH Safe Routes ta School �mpravernents
STANDARD CONSTRIICTION SPECIFICATION DOCUMENi'S City Pro�ect Number: ]p1264
Revised August 17, 2012
013120-1
PR07ECT MEETINGS
Page 1 of 3
SECTION Ol 31 20
PROdECT MEETINGB
PARTI- GENERAL
11 SUMMARY
A. �ection Includes:
1. Provisions for project rneetings throughout the constructian period to enable ordezly
review of the progress of the Wark and to pravide for systcmatic discussion af
potentia! problems
B. Deviations this City of Fort Worth. Standard Specification
I. None.
C. Related Specification Sections include, but are nat r�ecessari�y limited to:
1. Division 0— Sidding Require�nents, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.Z PRICE AND PAYMENT �ROCEDURES
A_ Measurement and Paymeni
1. Work assaciated with tk►is Item is considered subsidiary to the various items bid.
No separate payment w�ill be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Coordination
1. Schedule, attend and administer as speeified, periodic progress meetings, and
specially called meetings throug�out progress of the Work.
2. Representatives af Contractar, subcontractors at�d suppliers attending meetings
shall be qualified and authoriz�d to act nn behalf of the entity each represents.
3. Meetings adminastered hy City may b.e tape recarded.
a. Ifrecorded, tapes will be used ta prepare minutes and retained hy City for
future reference.
4. Meetings, sn additian to those speeified in this Seation, may be held when rec}uested
by the City, Engineer or Contractor.
B. Pre�Construction Neighborhond Meeting
1. After the �xeaution of the Agreement, but he%re construction is allowed to be�in,
attend 1 Public Meeting with affeeted residents to:
a. Present projec�ed schedule, it�cluding constrnction start date
h. Answer any const�uction related questions
2. Meeting Locatian
a. Locatior� of ineeting to be dete�nined by the City.
3. At�endees
CITY OP FORT WOR7'H 5afe Routes to Schaal Improvements
STANDARD CQN&11�UCT[ON SPEC�'ICATIQN DOCIIMENTS City Project Numher: 1.01264
Rer+ised ]uly 1, 20l E
ni3�za,z
PROJECT MEETINGS
Page 2 of 3
a. Contractor
b. Project Rapresentative
c. Othcr City representati�ves
4. Meeting Schedule
a. In general, the neighborhood �eeting will occur within the 2 weeks follovving
the pre-eonstruetion conference.
b. In no case will construction be allowed to begin until this meeting is held.
C. Progress Meetings
1. Forrin.al project coordination mee�ings will be held periodicatly. Meetings will be
scheduled and administered by Projeat Representative.
2. AdditionaI progress meetings to discuss specific topics will b� conducted on an as-
naeded basis. Such additianaZ me�tings sha11 include, but not be limited to:
a. Coordinating shutdowns
b. Itzstallation of piping and equipment
c. Coordination between other construction projects
d. Resolution of construciion issues
e. Equipmezat approval
3. The Project Representativ� �vill preside at progress meetings, prepare the notes af
the meeting and distribute cn.pias of the satne to all participants who so request by
fully completirng the attendance form to be cireulated at the beginning of each
meeting.
4. Attendance shall include:
a. Contractor's project manager
b. Contractor's superintendent
c. Any subcontractor or supplier representatives whonn tlie Contractor zxzay desire
to invite or the City rnay reques�
d. En�ineer's representatives
e. City's representatives
f. Others, as requested by the Project Representative
5. Preliminary Agenda may include:
a_ Re�riew of Work pragress sin�e previous meeting
b. Field observatiQns, problems, conflicts
c. Items vvhich impede canstruction schedule
d. Review of off site fabricakian, delivery schedules
e. Reviery of construction interfacing and sequencing requirements with other
construction contracts
f Corrective measures and proceduires to regain proj ected schedule
g. Revisions to canstrucfion schedute
h. Progress, schedule, during succeeding Workperind
i. Coordination of schedules
j. Revie�x+ submittal schedu�es
k. Maintenance of quality standards
1. Pending changes and substitutions
m. Review propnsed changes for:
2) Effect on cvnstruction schedule and on completion date
2) Effect on other contracts af the Praject
n, Review Record Documents
o. Review monthly pay request
C1TY OF CORT WORTH Safe Rqutes tu School Impra�ementR
STANDARD CONSTRUCTIOI�! SPECICiCATION DdCI.I119ENT5 Ciry Projeet Nutnber: t0I2b4
Revised ruly 1, 20l l
Ol3i 20-3
P1203ECT MEE7�NG5
Page 3 ai3
p. Reviaw staius of Requests %r Information
6. Meeting Schedule
a. Progress meetings wil� be held periodically as detern�ined by the Project
Representative.
1) Additional meetings may be held at t.�.e request of the:
a) City
b) Engineer
c) Contractar
7, Meeting Location
a. The City will establish a meeting location.
1) To ttie extent practicable, rneetings will be held at the Site.
1.5 SUBMITTALS [NOT USEDI
1.6 ACTION SUBIVIITTALSIINFORMATIONAL SUBNIITTALS [NOT USED]
1.`7 CI.OSEO[TT SUBMITZ'ALS [NOT USED]
1.S MAIN'PENANCE MATERIAL SUBMITTALS jNOT USED]
l.9 QUALITY ASSi7RANCE [NOT USED]
1.1U DELYVERY, STORAGE, AND HANDLING [NOT U�ED]
i11 FIELD [SITE] CONDITIONS [NOT USED]
L1� WARRANTY [NOT USED}
PART � - PRODUCTS [NOT USED]
PART 3 - EXECIITION [NOT USED]
END OF SECTION
CITY OF FORT WOATH 5afe Routes co Schoul Zmprovenien[s
STANT]ARD CONSTRUCTION SPECIFICATIp3V 1]OCUMENTS City Projec� iVum6er. Il11264
Revised 7uly 1, 2D11
O13233-1
PRECONSTAUC'FION VIDE�
Page 1 of 2
�ECTION 013� �3
PRECONSTRUCTION VIDEO
PART 1 - GENEItAI,
1.1 SUNIlVIARY
A. Section Includes:
1. Ad.ministrati�� and procedtzral requiremenks for:
a. Preconstruction Videos
B. Deviatians irom this Ciiy of Fort Worth Standard Specificat�an
1. None,
C, Related Speeification Sactions include, but are nat necessarily limited to:
1. Di�ision p— Bidding Requirements, C�ntract Forms a�zd Conditions nf the Contract
2. Divisian 1— General Requirements
1.2 PRICE 11ND PAYMENT PROCEDURES
A. Measureznent and Pay�nnent
1. Work associated with this Item is Gonsidered subsidiary to the �arious items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [N�T IISED]
1.�4 ADMINISTRATIVE REQUIREMENTS
A. Preconsiruction Videa
1. Produce a preconstruc�ion vid�o of the sitelalignm�nt, including alI areas in the
vicinity of and to be affected hy construction.
a. Provide digital copy af video upon r�quest by f.he City,
2. Retain a copy of the preconstruction video unti� the end of t�e maintenance sutety
period.
1.� SUBMITTALS [NO'I' USED]
1.6 ACTION SL7BMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.� CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALTTY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.a� WARRANTY [NOT USED]�
PART 2 - PRQDUCT5 [NOT USED]
CITY OF FORT WORTH Sa% Routes to 5chool Improvements
5TANDARb CONSTRUCTION SP�CIP'ICATION DpCUMENTS City Projecli Number: 101264
Revised 7uly ], 2011
oi3a33-x
PRECOt�TSTItUCTIDN VIAEO
Page 2 of 2
PART 3 - EXEGUTION [NOT USED]
END OF SECT�ON
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WOR1`Fi Safe Roukes to 5chool Imprnvemants
STANDARD CONSTRUCTION 5PECiF'ICATTON DOCUM�NTS Ciry Project Number. IO1264
Revised 7uly 1, 20! 1
fl 1 33 00 - l
SUSMITTALS
Page 1 of $
SECTION 0133 00
SUBMITTALS
PART1- GENERAL
1.] SUMIVIARY
A, Section Includes:
General methods and requirem�nts of submissions applicable to the follawing
Work-rclated submittals:
a. Shop Drawings
b. Product Data (including ,�tan.dard Product List submittals)
c. Samples
d. Mock Ups
B. Deviations from this City of Fort Worth Standard 5peciiication
1. None.
C. Related Specification Sectians include, but are not necessarily limited to:
1. Division D— Bidding Requirements, Contract Forms and Cottditions of tha Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Paymant
1, Work assoczated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowcd for this Item.
1.3 REFERENCE5 [NOT USED]
l.4 ADMINISTRATIVE REQUIREMENTS
A. Coordination
1. Notify the City in writing, at the time vf submiktal, vf any deviations in the
submittals fram the requirements of the Contract Documents.
2. Coordination of Subrnittal Times
a. Prepare, prioritize and transmit each submittal suf'ficiently in advance of
performing the related Work or other applicable activities, or within the time
specified in the individual Work Sections, of the �pecifications.
b. Contractor is respansible such that tl�e installation wiIl not be delayed by
processing times including, but not limited to:
a) Disapproval and resubmittal (it'required)
b) Coardination �vith ather submittals
c) Testing
d) Purchasing
e) Fabricatian
� Delivery
g) Similar sequenced activities
c. No extension of time will be autiaorized because nf the Contractor's failure to
transmit submit�als. sufficiently in advance of the Work.
CPTY OF FORT WORTH 5afe Routes to 5cirool Improvements
STANDARD CONSTRtTCTiON SPECiFICATiON DOCUMENTS City Project Nu�nhar: 101264
i2evised becember 20, 2012
O13300-2
SUBMTTTALS
Page 2 vf 8
d. Make submittals promptly in accardance with approved schedule, and in such
sequence as to cause no delay in the VVork or in the work of any other
contractar.
B. �ubmitial Numtaering
1. When submitting shop drawings ar samples, utilize a 9-c�aracter submittal cross-
reference identi�ication numbering system in the fallowing manner:
a. Use t�e first 6 digits of th� applicable Specification Section Numi�er.
b. For the next 2 digits nurnber use numbers U1-99 ta sequentially number each
initial separate item or drawing submitted under each speci�c Sectian number.
c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e.
A=2nd submission, B=3rd submission, C=4th submissian, e�c.). A typical
submittaS number would be as foilows:
03 30 00-08-B
1) 03 30 00 is the Specificatian Section far Concrete
2) 0$ is th� �ighth initial st�bmittal under this Speciiication Section
3) B is tlae third submission (second resubmissinn) of that particular shop
drawing
C. Contractnr Certification
1. Review shop drawsngs, product data and samples, including those hy
subcontractors, priar to submission to determine and verify the fallowing:
a. Field msasurements
b. Field construction criteria
c. Catalog numbers and similar data
�. Conformance wit�i the Contract Documents
Provide each shop drawing, sample and product data submitted by the Contractor
with a Certificatinn Statement affu�ed including:
a. The Contractor's Company nasne
b. Signature of submittal reviewer
c. Certification Statement
I) "By this submittal, I hereby represent that I have determined and verified
field measurements, field construction eriteria, materials, dirnensions,
catalog nunabers and similar data and I have checked and coardinated each
itern with ather applicable approved shop drawings."
D. Submit�al Fortnat
1. Fold shap drawings larger thari. S'/z inches x 11 inches to 8'/z inches x 11 ine�es.
2. Bind shop drawings and prnduct data sheets togethear.
3. Order
a. Cover Sheet
1) Description oiPacket
2) Contractor Certification
b. List of iterias 1 Table of Contents
c. Product Data IShop Drawi�ngslSamples /Calculations
E. $uhmittal C�ntent
1. The data of submission and the dates of any previous submissians
CPCY OF FORT WOR7'I3 Safa Ttoutes to 5ehool Improvements
STANDAAD CQNSTRLTCTIOIV SPBCIFICATI0IV �OCLTMEATTS CiEy Prnject Number: 101264
Revised �ecember 20, 20i2
d 1 33 DO - 3
SUSMITTALS
Rage 3 of 8
2. The Prajeet title and number
3. Contractar identificatian
4. The names af:
a. Contractor
b. Supplier
c. Manufacturer
5. Identification of the product, with the Specificatinn Section number, page and
paragraph(s)
6, Rie1d dimen5io.ns, clearly identified as such
7. Relation to adjacent ar critical features of the Work or materials
8. Applicabl� standards, such as ASTM or Federal Specification numbers
9. Identification by highlighting of deviations �rom Contract Documents
10. IdentificaCion by highlighting of re�risions on resubmittals
11. An 8-znch x 3-inch btank space for Gnnt�actor and City stamps
F. Shop Dravvings
1. As specified in individual Wark Sections includes, but is not necessarily limited ta:
a. Custom-prepared data such as fabrication and erection/installation (working}
drawings
b. Scheduled informaCion
c. �etting diagrams
d. Actual shapvcrar% rnanufacturing instructians
e. Custotn templates
f. Special wiring diagrams
g. Coordination drawings
h. Individua] system or equipment inspection ar�d test reports including:
1} Perfarmanc� curves and c�rtificaiions
i. As applicable to the Work
2. Details
a. Relatian of the various parts to the main mem,bers and lines of the strueture
b, Where correct iabrication of ihe Work depends upon field measurements
1) Provide such measurements and note on tl�e dravvings prior to subxnitting
for approval.
G, Product Data
For submittals of product data for products included on the City's Standard Product
List, clearly identify each item selected far use an the Project.
For submittals of praduct data for products not included on the City's Standard
Product List, �rabmittal data rnay include, but is not neeessarily limited to:
a. 5tandard prepared data for manufaetured products {sometimes referred to as
catalog data)
1) Such as the manufacturer's product specification and installation
instructions
2) Availabilit}r of colars and patterns
3) Manufacturer's printed statements of compliances and applicability
4) Roughing-in diagrams and templates
5) Catalog cuts
6} Product photographs
CI'T'Y pF' FORT WORTH 5afe itoutes to School Improvements
STANbARD CdNSTRUCT[ON SFECIFICATTON OOCUMENTS City Prajact Nuinber, 101264
Revised December 20, 2012
Oi 3300-4
SUBMTCCAL5
Page 4 0£8
7) Siandard wiring diagrams
8) Printed performance curves and op�rational-range diagirams
9) Production or quality control inspection and test reparts and certifications
10j Mill reports
ll) Product operating and maintenance instructions and recommended
spare-pairts listing and printed product warranfies
12) As applicable t� the Work
H. Samples
1. As specified in indiv'idual Sections, include, but are not n�cessarily limited to:
a. Physical exaznples of the Work such as:
1) Sections afmanufactured or fabricated Worl�
2) Small cuts or containers oi rnaterials
3) Corr�plete units of r�petitively used products color/texture/pattern swatches
and range sets
4) Specirnens for coordination of visual effect
5) Graphic symbols and units af V�ork to be used i�y the City %r independent
inspection and kesting, as applicable ta khe Work
I. Do not skart Work requiring a shop drawing, sattiple ar product data nor any material ta
be fabricated or installed prior to the approval or qualified approval of such item.
1. Fabrieation performed, materials purchased or on-site construction accomplished
which does not conform to appraved shop drawings and data is at the Contractor's
risk.
2. The City will not be liable for any expense or delay due to carrections or remedies
required to accamplish conformity.
3. Complete project Work, xnaterials, fabrication, and installations in conforn�ance
�vith approved shop drawings, applicable samples, and product data.
r. Submittal Distribution
1. Electronic Distribution
a. Confirna development of Projeat directory for electronic subrriittals to be
uploaded to City's Buzzsaw site, or another external FTP site approved by the
City.
b. 5hop Drawings
1) Upload sublr�ittal to designated proj ect directory and natify appropriate
City representatives via email af submittal posting.
2) Hard Copies
a) 3 copies fox alI submit�als
b) I� Cont�actor requires more than 1 hard copy of 5hop Drawings
returned, Cv�tractor shall submit more t�an the number of copies listed
abave.
c. Product Data
1) Upload submittal to designated project directflry and notify apprapriate
City representatives �+ia email of submittal posting.
2) Hard Copies
a) 3 copies for all submittals
d. Samples
1) Distributed to the Project I�epresentative
2. Hard Copy Distribution (if reyuired in lieu of electronic distribution}
CITY OF FORT WORTH Safe Routes tn Scftiool improvements
STANDARb CONSTRUCTION SPEC�'lCAT10N DOCiJME31Ti'9 City Project Number: 1b1264
Revised Deeember 20, 2012
Ol 33 00 - 5
SUBMITTALS
Page 5 af 8
a. Shop Drawings
1) Distributed to the City
2) Copies
a) S copies far mechanical subrnittals
b) 7 copies for alI other submittals
c) If Contractor requires more than 3 copies of Shop Drawings returned,
Contractor shall submit more than the number o� copies listea above.
b. Product Data
1) Distributed to the City
2) Cnpies
a) 4 copies
c. Sannples
1) Distributed to the Projeet Representative
2) Copies
a) Submit the nUzxai�er stated in the respective Specificatian Sections.
Distribute reproductians of approved shop drawings and copies of approved
product data and samples, �here required, to the job site iile and elsewhere as
directed by the City.
a_ Provide number af copies as c�irected by the City but not e�ceeding the nuxnber
greviously specified.
K. Submittal Review
1. The review of shop drawings, data and samples vvil] be for general confornr�ancc
with the design coneept an,d Contract Documents. This is noC ta be consirued as;
a- Perrnitting any departure from the Contract requirement,s
b. Relieving the Contraetor ofresponsibility for any errors, including details,
dimensions, and materials
c. Approving depart�ares from details futnished by the City, except as otherwise
provided herein
2. The review and approval of sf�op drawings, samples or product data by #he City
does nat relieve t�e Contractor from his�er respansibility with r�gard �o the
ful�Iiment of the tertns of the Cantract.
a. All risks of error and omission are assurned by the Contractor, and the City will
have no responsibility therefnre.
3. The Contractor remains responsible for details and accuracy, for coordinating the
Work with all other associated work and trades, for selecting fabricatian processes,
for techniques of assernbly and for performing Work in a safe manner.
4. If the shnp drawings, data or samples as submitted descrihe variafiions and shaw a
deparhire from the Contract requirements r�vhich City finds to be in t1�e interest af
the City and to be so minor as not to involve a ehange in Contract Price or time for
perforrnance, the City may return the reviewed drawings without noting an
exc�ption.
5. Submittals will be returned to tE�e Contractor under 1 af #he follawing cades:
a. Cade 1
1) "'NO EXCEPTIONS TAKEN" is assigned when there are no notations or
comrnents on the submittal,
a) When r�turned ut�der this code the Contractor may release the
equipment and/or mate�ial for manufaciure.
b. Code 2
C1TY OF FORT WORTH Sdfe Rautes ro 5choo] Improvements
STANDARD CbNSTRUCTION 5PEC1FiCAT[ON DOCUMENTS City Project Nun�ber: 1012fi4
I�evised TJecember 2(1, 2Q12
O133DO-6
SiIBIvI1TTALS
Page 6 of 8
i) "EXCEPTIONS NOTED". This code is assigned when a cnnfirmation of
the notatians and camments IS NOT required by the Contractor.
a) The Cantractor may release the equiprnent or material far manufacture;
however, all notations and comments must be incorporated into the
final product.
c. Code 3
1} "EXCEPTIONS NOT�D/RESUBMIT". This combination of codes is
assigned when notations and comments are extensive enough to require a
resubmitta� of the package.
a) The Contractor may release the equipment or material for manufacture;
however, all notations attd comments must be incorparated into the
final product.
b) This eesubrnittal is to address all comments, otnissions and
non-confotming items that were noted.
c) Resubmitta� is to be received by the City within 15 Calendar Days of
the date of the City's �ransmittal requiring the resubmitial.
d. Code 4
1) "NOT APPROVED" is assigried when the submittal does nok meet tha
intent of th� Contract Documants.
a) The Contractor must resubmit the entire package revised to bring tiie
submittal into conformance.
b} It may be necessary to resubmit using a different manufacturerlvendor
to meet the Contract Documents.
6. Resuhmitta�s
a. Hat�dled in the samie manner as first submittals
1) Correctinns other than reyuested by the City
2) Marked with re�isian triangle or other similar method
a) At ContracCor's risk if not marked
b. Submittals for each item wi11 be reviewed no zmare than twice at the City's
expense.
1} .A11 subsequent reviews will be performed at tirnes cor�venient to the City
and at the Contractor's expense, based on the City's or City
Represeni�ative's then �revailing rates.
2) Provide Contractar reimbursement to the City within 30 Calendar Days for
all such fees invoiced hy the City.
e. The need for more than 1 resubmission or any otlzer delay in obtaining City's
review af submittals, will not entitle the Gontractor ta an extension of Contract
Time.
7. Partial Submittals
a. City reserves the right to nat reviev4r submittals deemed partial, at ehe City's
discretian.
b. Submittajs deemed by the City to be not complete will be x-eturned to the
Coniractor, and will be considered "Not A�proved" until resubmitted.
c. The City may at its optian provide a list or mark the suhmi�tal directing the
Contractnr to the areas that are incompLeYe.
8. If the Contractor considers ax�y carrection indicated on the shop drawings to
constituie a change to the Contract Documents, t�ien written nvtice must be
provided thereof to the City at ieast 7 Calendar Days pripr tv release for
manufacture.
CITI' OF FORT WORTii 5afe Routes to School Improvemenis
STAIZDARD �bi�STRUCTiON SPECIFICATION DOCUMEN'fS City Froject Number. 101264
Revised I]ecember 20, 2d12
O1 33 00 - 7
SUBMIT'I'ALS
Pa�e 7 of 8
9. When the st�op drawings have been completed to the saCisfaction of the City, the
Contractor may carry ont the cnnstruction in aecordance therewith and no further
changes therein except upon written irtstructions fram the City,
1�. Each submittal, appropriately code�, will he return�ed r�ithin 30 Calendar Days
following receipt of submittal by the City.
L, Mocic ups
1. Mock Up uniks as specified in individual Sections, include, but are not necessarily
limited tn, com�leke units ofthe standard of acceptance for that type of Wark to be
us�d on the Praject. Rert�ave at the completion of the Work or when directed.
M. Qualifications
1. Yf speczfically reyuired in other Sections af these Specifications, submit a P.E.
Certification for each item required.
N. Request for Infornnation {RFI)
]. Cantractor Request far additional inforn�ation
a. Clarification vr interpretation of the contract documents
b. When the Contractor believes there is a conflict between Cqntract Documents
c. When the Contractor believes there is a conflict between the Drawings and
Speci�icat�ans
1) Identify the cnnfli.ct and request clarification
2. Use the Request far Information (RFI) form provided by the City.
3. Numbering of RFI
a. Prefix �vith "RFI" �ollowed by series number, "-xxx", beginning with "01" and
increasing sequentially with each additional transmittaI.
4. �ufficient information shall be attached ta pertnit a written response �ithout further
information.
5. The City will lag each request and will review the request.
a. If re�iew of the project information request indicates that a change to the
Contract Documents is required, the City will issue a Field Order ar Change
Order, as appropriate.
L5 SUBMITTALS [NOT iTSED]
1.6 ACTION �UBMITTALS/INFORMATIONAL SUBMITTALS [NOT ITSED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT U�ED]
1.9 QUALITY ASSUR.ANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] COND�TIQNS [NOT USED]
1.1� WARRANTY [NOT USED]
CI1'Y OF FQRT WORTH Sdfe Routes to Schao[ Improvements
STANDARD CONSTRUCTdON SP�CIFICATION D�CiIMENTS City Project Nucnber: 101264
Revised I?ecerrEbar 20, 2a12
013300-5
SiIBMITTALS
Page 8 of S
PART � - PRODUCTS [NOT USED]
PART 3 � EXECUTION [NOT USED]
END OF SECTION
C1TY OF F�RT WORTH 5afe Routes ta 5chval Improvements
STANDARb CO1V5'CRLIC'�C(}N SPECIFLE:ATiQN bOCL1MENTS City Froject Numbec l01264
Revised I7ecember 20, 2012
at3st�-i
5PBCIAI, PK.OJECT PROCEDiIRES
Page 1 of $
1
2
3
SECTTON Ol 3� 13
5PEC7AL PROJECT PROCEDURES
4 PART1- GENERAL
5 1.1 SUMMARY
6
7
8
9
10
11
12
I3
14
15
16
i�
18
19
20
21
22
23
24
25
26
A. Section Includes:
1. The procedures for special project circumstances that includes, but is not limited tQ:
a. Coordination with the Texas Department ofi Transpartation
b. Work near High Voltage Lines
c. Corifined Spaca Entry Program
d. Air Pallutinn Watch Days
e. Use of Explosives, Drop Weight, Etc.
f. Water Departrnent Notification
g. P�zblic Notification Prior to Beginning Construction
h. Coordination with United �tat�s Army Carps of Engineers
i, Coordination wiihin Railrnad permits areas
j. Dust Control
k, Employee Parking
B. Deviations from this City of Fo:rt Worth Sta�adard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
l. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Divisian 1— Ger�eral Requirements
27 1.� PRICE AND PAYMENT PROCEllURES
28
29
3n
31
32
33
34
35
36
37
38
39
40
A. Measurement and Paynrzent
1. Coordinatidn within Railroad permit areas
a. Measurernent
1) Measurement fnr this Item wili be by lump sum.
b. Payment
1} The work performed and materials furnished in accordance v�rith this Item
wilI be paid for at the lump sum price bid far Railroad Coordination.
c. The price bid shall include:
1) Mobilization
2) Inspeetian
3) Safety training
4} AdaitionalInsurance
5) Insura�zce Certiii�ates
GPCY OP FORT WORTH
5TANDARD CONSTRUCTION SPECIFICATfON DOC;UMENT
Reviscd Decemher 2Q, 2012
Safc Routes to 5chool Improvcments
City PrajectNumber: 1012fi4
01 35 13 - 2
SPECIAL PR07ECT PROCEDi1RC5
Page 2 of 8
l
2
3
4
5
6
7
8
9
10
11
l2
13
14
15
t6
17
18
2
3
G) Other requirements associated with general coordinat�on with Railroad,
including additiona! employees required to protect the right-of way and
property of the Railroad from damag� arising out of and/or firom the
construction of the Project.
Railroad Flagmen
a. Measurernent
1) Measurement foz this Item will be per working d�y.
b. Fayment
1) 1'he work petformed and materials furnished in accordance with this Item
will h� paid for eac�i working day that Raijroad Flagrrien are present at the
Site.
c. The price bid shall include:
I) Coordination for scheduling flagmen
2) Flagmen
3) Other requirem�ents associate� with Railroad
All other items
a. Work associated with these Items is considered subsidiary to the various Items
bid. No separate payment will be allnwed for this Iiem.
19 1.3 REFERENCES
20 A. Reference Standards
21 I. Referer�ce standards cited in this Specification refer to the eunreat re�erence
22 standard published at khe time af the iatest revision date logged at the end of this
23 Specification, unless a date is specifically cited.
24 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752.
25 High Voltage Overhead Lines.
26 3. North Central Texas Council of Governmen�s {NCTCOG) — Clean Constrtte.tian
27 Specification
28 1.4 ADMINISTRATIVE REQIIIREMENTS
29 A. Coardination with the Texas Departm�nt of Transportation
30
31
32
33
34
35
36
37
1. W hen wnrk in the right-df-vsray whic� is under tt�e jurisdietion of the Texas
Department of Transportation (TxDOT):
a. Notify tlta Texas Department of Transportation prior to cocnmencing any work
therein in accordance with the provisions of the permit
b. All work perfarmed in the TxDOT right-af-way shall be performed in
compliance with and subject to approval feom the Texas Department of
Transportation
B. Work near High Voltage Littes
38 1. Regu�atory Requirem�nts
39 a. All Work near High Voltage Lsnes {more than 600 volts measured between
40 canduckars or between a canductor and the ground) shall be in accordance with
41 Health and Safety Cade, Title 9, Subtitle A, Chapter 752.
42 2. Warning sign
43 a. Provide sign of sufficient size meeting a11 OSH1� requirem�nts.
C1TY OF FORT WOItTH Sa% Routes ko Schovl Improvcments
STANi3ARD C�lVSTRUCTION SPHCIFiCATIDi� UOCUMENT City Prnject Numbet: 1O1264
Revised Decemher 20, 2012
0135 [3-3
SPECTAL PR07ECT PROCEDURB5
Page 3 of 8
1
2
3
�
S
6
7
8
9
10
11
12
13
14
15
16
17
18
19
2�
21
22
23
24
25
26
27
28
z9
3a
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
3. Equipment operating within 10 feet of high voltage lines will requira the f�llowing
safety features
a. Insulating cage-type of gaard abaut the �aoom or arm
b. Insulator links on. the 1ift hook connections for back hoes or dippe�s
c. Equipment rtzust meet the safety requirements as set forth by OSHA and the
safety requirements of the o�crvner of the high voltage lines
4. Work within 6 feet af high voltage electric lines
a. Notification shall be given to:
1) The power company (example: ONCOR)
a} Maintain an accurate log of all such cal�s to power company and record
action taken in each cas�.
b. Coordination with power company
I) After notification coorc�inate with #he power company to:
a) Erect temparary rnechanical barriers, de-energize the lines, or raise or
lotiver the lines
c. No peraonnel may wark within 6 feet of a high voltage �ine before the above
requiresnents have been met.
C. C4n#ined �pace Entry Program
1. Pzovide and follow approved Confinec� Space Entry Program in accardance with
OSHA rec�uirements.
2. Contined Spaces include:
a. Manholes
b. Al! other confined spaces in accordance with O�HA's Permit Required for
Confined Spaces
D. Air Pollution Watch Days
1. GeneraI
a. Obsen+e the follawin,g guidelines relating to working on City construction sites
on days designated as "AIR POLLUTION WA'FCH DAYS".
b. Typical Ozone Seasan
1) May 1 through October 31.
c. Critical Emission Time
l) 6:00 a.m, to 10:00 a.m.
2. Watch Days
a. The Texas Cornmissian on Environmental Quality (TCEQ), in coordination
with the National Weather Service, will issue t1�e Air Pollution Wateh by 3:00
p.m. on the afternoon prior to the WATCH day.
b. Requiremen,ts
l) Begin work after 10:Q0 a.m. whenever construction phasing requires ihe
use of rr�otorized equipment for periods in cxcess of 1 hour,
2) Hawever, the Contractor may begin work prinr to 10:00 a.m. if:
a) Use of motorized equiprnent is less than 1 hour, or
b) Tf equiprnent is net� and certi�ed by EPA as "Law Emitiing", or
equiprnent burns UItra Low 5ulfur Diesel (ULSD), diesel emulsions, or
alfernative fuels such as CNG.
E. TCEQ Air Permit
1. Obtain TCEQ Air Permit for constructian aciivities per requiremenis of TCEQ.
CI'�Y Or FORT WORTF3
3TANDARD CONSTRUCTION SPBCiFICATION DOCUMENT
Revised Decem6er 20, 2U12
Safe Routcs tv Schno] Improvements
Ciry Proj ect Number: I O I264
013513-4
SPECTAL, PR07ECT PROCLflLiRES
Page 4 of 8
6
7
F. Use of Expl.osives, Drop Weight, Etc.
1. When Co.ntract Dacuments permit on the praject the follawing will apply:
a. Public Notification
1} Submit notice to City and proof of adequate insurance coverage, 24 hours
prior to cornmencing,
2) Minimum 24 hour public notification in accordance with Section O1 31 13
G. Water Department Coordination
8 1. During the construction of this project, it r7vill be necessary to deactivate, for a
9 period of time, e�ci�ting lines. The Contractor shall be required to eoardinate with
10 the Water Deparhnent to determine khe best times for deactivating and a�iivating
11 those lines.
12
13
14
IS
16
17
18
19
2Q
21
22
23
24
25
26
2. Conrdinate any event that will require cannecting to nr the Qperation af an existing
City water line system with the City's representative.
a. Coordination shall be in accordance with 5ection 33 12 25.
b, If needed, obtaim a hydrant v�'ater meter frorn the Water Department far use
during the life af named project.
c. In khe event that a�nvater valve nn an existing Iive system be turn�d off and on
to accnmmadate the const�ucrion af tha project is� required, coordinate this
aetivity through the appxopriate City representative.
1) Do not operate water line valves af existing water system.
a) Failure to comply will render the Contractor in violati.on of Texas Paa.al
Code Title 7, Chapter 28.03 (Criminal Mischie� and the Contractor
will be prosecuted to the full extent af the law.
b) In addition, the Coratractor �vrll assume all liabilities and
responsibilities as a result af these actions.
H. Public Notificatian Priar to Beginning �Constructian
27 1. Prior to beginning cnnstruction on any block in the prnject, an a block by blocic
Zg basis, prepate and deliver a notice or flyer of the pending construction to the front
29 door of each residence nr business that will be impacied by construction. The notice
30 shall be prepared as foJlaws:
31 a. Post notice or flyer 7 days priar t4 beginning any constructinn activity fln each
32 block in the project area.
33 I) Prepare flyer on the Contractor's letteri�ead and inelude �he following
34 informatian:
35 a} Name of Project
36 b) City Project No {CPN)
37 c) Scope of Project (i.e. type of construction activity)
3g d) Actual cnnstruciian duration within the block
39 e} Name afthe contractox's foreman and phone number
40 � Name of the City's inspectar and phone number
41 g) City's af�er-hours phone number
.42 2) A sample ofthe `pre-construction noti�cation' flyer is attached as Exhibit
43 A.
44 3} Submit scheduSe showing the construction start and finis�i time for each
45 bloek of the project to the inspector.
46 4) Deliver flyer to the City Tnspector for review prior ta distribution.
CiTY O�' FORT WORTH Safe Rnutes to Schoo] Improverncnts
STATT[IARD CONSTRi7CT10N 5PECIFIGATIOi� DOCUMENT City Praject Num6er: ] 01264
Kevised Dcecmber 20, 2012
Ql 35 i3 -5
SPECIAL PROJECT PItbCEDUR�S
Page S of 8
1
2
3
4
5
b
7
8
4
10
11
12
l3
14
15
16
17
18
19
20
z�
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
34
40
41
42
b. No construction wil! be allovved to begin on any block until the fiyer is
delivered ta alI residents of the bloak.
I. Public Notification of Temporary Water Servicc Interruption during Construction
1. In tha event ii becames necessaty to temporarily shut dawn water service to
residents or businesses during construction, prepare and daliver a notice or flyer of
the pending interruptinn to the front door of each affected resident.
2. Prepared notice as follows:
a. The no�ification or flyer shaIl be posted 24 haurs prior to the temporary
interruption.
b. Prepare flyer on the cantractor's letterhead and include the foIlowing
information:
1) Name �f the project
2) City Ftoject Number
3) Date of the interruption of service
4) Period the interr�ptian will tal�e p�ace
5) Name of the contractor's foreman and phone numb�r
6) Name ofthe City's inspeetor and phone number
e. A sample of the temporary watear service intetruptio�z notification is attached as
Exhibit B.
d. Deliver a eopy of the temporary interruption notification to the Gity inspector
fox review prior to being disttibuted.
e. No interruption of water service can occur until the flyer has been delivered to
all affected residents and businesses.
f. Electranic versians of the sample flyers can be abtain�d fror� the Projeet
Construction InspectoX.
J. Coordination vvith [Tnited States Army Corps of Engineers (CTSACE)
l. AC locations in ihe Project where construction activities occur in areas where
USACE permits are required, meet all requirements set fortlz in each designated
permit,
K. Coordinatian within Rai,lroad Pernait Areas
Ak locations in the project where construction �cti�ities occue in areas where
railroati permits are required, meet a[l requirements set forth in each designated
railroad pe;rtrut. This includes, but is not limited to, provisions for:
a. Flagmen
b. �nspectars
c. 5afety training
d. Additional insurance
e. Insurance certificates
£ Other employees required to protect the right-of-way and property o�the
Railroad Campany from damage axising out of and/or from the construction of
the project. Proper u.tility clearance procedures shall be used in accvrdance
with tl�e permit guidelines.
43 2. Obtain any supplemental information needed ta comply with the railroad's
44 requirernents.
45 3. Railroad Flagmen
CITY OI' FORT WORTH Safe Routcs to Schoo[ I�nprovements
STANDARI] CONSTR[7CTIOTY SPECIFTCATION DOCiIMENT City Project Num6er: 101264
Revis�d Decemhcr 2D, 20�2
p135i3-6
SPECiAC. PitOJECT PI�OG�bURES
Pagc 6 of 8
i
2
3
4
5
6
7
8
4
10
11
I2
13
a. Subrnit receipts to City for veri�catian o�warking days that railroad flagmen
r�vere present on Site.
L. Dust Control
1. Use acceptable tzxeasures to control dust at the Site.
a. �f water is used to contxol dust, capture and properiy dispose of waste water.
b. If wet saw cutting is performed, capture and properly dispose of slurry.
M. Employee Parking
1. Pro�ide parking for employees at locations appraved by the City.
1.� SUBM�TTALS CNOT USED]
1.6 ACTION SUBMTI'TAL5lIN�ORMATIONAL SUBMITTALS [NOT USED]
14 1.9 CLOSEOIIT SUBIVIITTALS [NOT USEDj
15 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
16 1.9 QUALITY ASSURANCE [NOT USED]
17 1.10 DELIVERY, STORAGE, AND HANDLING [NOT IISED]
18 111 FIELD [SITE] CONDITIONS [NOT USED]
19 1.1� V�ARRANTY [NOT USED]
2p PART 2- PRODUCTS [NOT USED]
21
22
23
24
PART 3 - EXECVTION [NOT USED]
END �F SECTION
CITY OI' FORT WORTH
STANDARD GQNBTRUCTION SPBCIFICATiON DOCUiVIENT
Revised December 20, 2012
Safc Routes to Schoal Improvements
City PrajectNumber: 10126A
oi 3s �3 - �
SPECTAL PR07�CT PROCEDURES
Page 7 nf 8
z
3
4
5
6
7
8
�
lo
11
12
13
14
15
16
19
18
19
2D
21
22
23
24
zs
26
27
28
29
30
31
32
33
34
35
36
37
Date:
CPN Na.:
Projec# Nam�:
Mapsco l.ocation:
Limits of Construction:
EXHIBIT A
(To be printed on Con�rackor's Letterhead)
_ � - - -�
— II
� �
� i i
i
TF�1� IS T� IR����fV9 YOU iHAT UNC��� A COWiR/�GT 1�11'F� �FP� �ITY �� �'ORT
11VD�ib, OUR COf+���1iVY 1�+f�� �iV�C�i� �R! U�ILITY �iR.��S �iV O�t pe��UN� Y�U�
�R�P�RiY.
�OWSiRUC�'ION lf�l�� �C�,CIN A��ROXIfVdodT'��Y SEV�R� ��iYS �'a0�+�1 �F;E Dd7'�
OF iFll� PEOT'IC�.
I�' Y�U WAV� QU�STIOR�S A�QUi AC��;SS, S��II�ITY, SA��7Y OR .QeR�Y QTb�R
ISSIJ�, ����5� ��1��;
[P�r. �CONTIZACTOR°5 SUPERINTEbpEPdT� �T <TELEPHONE NO.�
O�i
IINr. �CITY INSPEC7DR� �i < T�LEPHORfE ND,�
A���� �:3Q Pfl� OR C)f� W��FZ�PdDS, l����S� CA�� (�'97) 39� 8306
PLEASE KEEP THlS FLYER HANDY WHEN YOU CALL
CI'fY OF PORT WORTH
STANAAI�D CONSTAUCTTON SP�CIFICATIOII DOCUivIENT
Rcvised Dcccmber 20, 2012
5afe Routes to Schoal Impeovemcnts
City Project Number: 10] 2b4
fll 35 i3-$
SPECIAI, PROdECT PROCEDURES
Page 8 of 8
1
7
EXHIBIT B
�o�T�V���'�
�:
��g r�a. �x
�,re� r��:
������ �� ��������� ����� ������
�����������
DU� 'i'O ii'l'�I.i7'Y IMFROVEMEI�iTS 17V YDUR NEIGHBOTtHOOD, YOUR
WA,TER SERVICE WILIa BE lIYTERRUP'CEl] ON
B�TWEEN THE HUURS OF AND
�F YOU HAVE Ql7ES'I'Ip1VS ABOUT 'I'H15 SHtJT-O[lT, PLEA3E CAL1.:
�� AT
(CUiYTRACTORS SUP%}ZiNTEPiDENTj (T�LEPHONE IYUMB�R)
DR
7VIR. AT
(CiTlf 11tiiSPECTQR) (TEi.EPHOM�: NLtiVI$CI�)
THIS INCQNVENi'ENCE WILL BF A5 SHOkiT AS POSSIBLE.
THANK 1C0[!,
i:�NTRACTOR
3 - - ---- _ _ --
�4
CITY OF FORT WORTH Safe Routes to 5chool imQro�ements
STANDARD CQNBTR[fCTION SPECTFICATIOI�I DOC[JMEI�TT City ProjectlVumbet: 1O1264
Rcvised Decem6cr 20, 2012
U 1 45 23
TESTiNG AND INSPECTION SERVICES
Page l of 2
SECTION Ol 45 23
TE5TING AND INSPECTIQN SERVICES
PART1- GENERAL
1.1 �UMMARY
A. Section Includes:
I. Testing and inspection services procedures and coordination
B. Deviatinns from this City of Fort WorCh Standard Specification
1. Nane.
C. Related Specification Sections include, but are not necessarily limited tn:
1. Division p— Bidding Requirements, Contrac� Fotms a.n,d Conditions of the Contract
2. Di�vision 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
Work associated with this Item is considered subsidiary to the �arious Items bid.
No separate payment will be allowcd for thzs Item.
a. Contractor is responsible for pexfarming, caordinating, and payment of all
Quaiity Control testing.
b. City is responsible for performing and payment for iirst set of Quality
Assurance testing.
1) Tf the first Quality Assurance test performed by the City fails, the
Cnntractor is respvnsible far payment of suhsequent Quality Assurance
testing until a passing test occuts.
a) Pinal acceptance will not be issued hy City until all required payments
far t�sting by Contracior have been paid in fu11.
1.3 REFERENCES [NOT USED]
1.4 ADMINTSTRATIVE REQUIREMENTS
A. Testing
1. Com�plete testing in accoreiance with the Contract Do.cuments.
2. Goozdination
a. �hen testing is required tn be perforn�ed by the City, notify City� BlI�FICIE�ltl}�
in advance, when testing is needed.
b. When testing is required to be campleted by the Contractor, natify City,
sufficiently in advance, that testing will be p�rForme�.
3. Distribution of Testing Reports
a. Electronic Distribution
1) Confirm development of Project directory for electronic submittals to be
uploaded to the City's document managernent system, or anotiaer external
FTP site approved by the City.
CITY OF F�RT WORTH Safe Routes to Schoa] Improvements
STANDARD C�N5TRiJCTIO�i �FECIFICATION DOCUM�NTS City Prnject Number: 101264
Revised March 9, 2020
O1 �}5 23
TESTING.AND INSPECTION 5ERVICES
Page 2 of 2
2) UpIoad tesk reports to designated proj ect directory and notify appropriate
City representati�es via ennail of submittal posting.
3) Hard Copies
a) 1 copy for all submit�als submitted ko the Praject Representative
b. Hard Copy Distribution: (if reguired in lieu of electronic distributian)
1) Tests pezformed by City
a) Distribute 1 hard copy to the Contractar
2) Tests performed by the Contractor
a) Distribufe 3 hard copies to City's Project Representative
4. Provide City's Project Representative wikh trip tiekets for each delivered load of
Concrete or Lime material inc�uding the following in%rmation:
a. Name of pit
b. Date of delivery
c. Maie�ial delivered
B. Inspection
1. Inspection �r lack of inspection does not relieve the Contractor from obligatinn to
perform wark in accordance with khe Contract Documents.
1.5 SUBMiTTALS [NOT USED]
1.6 ACTION SUBMITTALSIINFORMATIONAL SUBNIITTALS [NOT USED]
1.7 CL05EOUT �USMITTALS [NOT IISED]
1.8 MAINTENANCE MATERIAL SUBMITTAL5 [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.1Q DELNERY, STORAGE, AND FIANDLING jNOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.1� WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END �F SECT`YON
itevision Lag
DATE NAIV[E SUMMARY OF CHANGE
3/9/2020 D.V. Magana Remo�ed rsfererzce to Buzzsaw and noted that electronic submitkals be uploaded
tlixough the City's document management system.
C17"Y OF FORT WORTH Safe Routes to School Improvements
STANDARI] CONSTRUCTION 5PECIFICATIOIr4 DOCUiv[ENTS City Project Num6er: 1012fi4
Re�ised 3VEarch 9, 2p2o
o i so oa - c
TEMPORAIiY FACiLITIE3 AND COiYTROLS
Page 1 of 4
sECT�oN oi �o oa
TEMPORARY FACILITIES AND CONTRQLS
PART1- GENERAL
�1 SUMMARY
A. Section Includes:
Pravide temporaay facilities and controls needed for the Work including, b.ut not
necessarily lin:�ited to:
a. Temporary utilities
6. Sanitary facilities
c. Storage Sheds and Bui�dings
d. Dust control
e. Temporary fencing of the cons�ruction site
B. Deviatians from this City of Fort Worth Standard Specification
I. None.
C. Related �peci�icatinn Sections include, but are not necessarily lirnited to:
1. Division 0— Bidding Requirements, Conkract Forms and Conditions of the Contract
2. Division i-- General Requirernents
1.� PRICE ANU PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is cansidered subsidiary to the �arious Ite�nns bid.
Na separate payment will be allowed for th:is Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINTSTRATIVE REQiTIREMENTS
A_ Tezx�parary UtiIities
1. Obtaining Temporary Service
a. Make ariran�ements with utility serviee companies far temgorary services.
b. Abide by rules and regulations of utility servicc companies or authorities
ha�ing jurisdiction.
c. Be responsible for utility service costs until Work is apprnved for �'inal
Acceptance.
I) Tncluded are fuel, power, li�ht, heat and other utility services necessary for
execution, cornpletinn, testing and initial operation of Work.
2. Water
a. Contractor to provida water required for and in connectio� with Work to be
perfnrmed and for specified tests of piping, equipment, devices or ather use as
required for the campletion af the VL�ork.
b. Provide and maintain adequate supply vf potabie water for domestic
consumptinn by Contractox personnel and City's Project Representatives.
c. Coordination
1) Contact City 1 week before water for constructinn is desired
CITY pF FORT WORTH 5afe Routes ta 5chool Improvements
STAirIDARD CO7V5TRUCTION 5PECIFiCATION DOC1iMENT5 City Praject Number. l O126A
Revssed luly 1, 2p [ 1
OISDDO-2
TEIVIP4RARY FACILITIES AND CO3VTRQLS
Page 2 of a
d. Cnntractor Payment far Construction Water
1) Obtain construckzon water meter frann City for payment as billed by City's
estab�ished ra�es.
3. Electricity and Lighting
a. Provide and pay for electric powered service as required for Work, inclucling
Cesting of Work.
1} Provide power for light.�ng, operation of equipment, or other use_
b. Electric power serviee includcs temporary power service or generatnr t�
maintain operations during scheduled shutdown.
�4. Telephone
a. Provide emergeacy kelephone setvice at Site for use by Contractor personnel
and athers perform�ng work or furnishing services at Site.
5. Temparary Heat and Ventilation
a. Provide temporary heat as necessary for protection or coz�apletion of Work.
b. Provida temporary heat and ventilatian to assure safe working condztions.
B. Sanitary Facilities
1. Provide and maintain sanitary faeilities for persons an Site.
a. Comply with regulations of Sta.te and Ioeal departmettts of health.
2, Enforce use of sanitary facilities by construction persnranel at job site.
a. Enclnse and anchor sanitazy facilities.
b. No discharge �vill be allowed frnm these faci�ities.
c. Collect and store sewage and waste so as not tn cause nuisance ar health
problem.
ci. Haui sewage attd vvaste off-site at nn less than weekly in.tervals and properly
dispose in accordance with applicable regulation.
3. Locate facilities near Work Site and keep clean and maintained throughaut Project.
4_ Rernove facilities at cornpletion of Froject
C. Storage Sheds and Buildings
1. Provide adec�uately ventilated, wateriighfi, weatherproof storage faci�ities with flonr
abo�e ground level for materials and equipment susceptible to weather damage.
2. Storage of materials not susce�tihle to weather damage may be on blocks off
graund.
3. Store materials in a neat and orderly manner.
a. Place materials and equipment to permii easy access far identification,
inspection and inventory.
4. Equip building with lockable doors and Iighting, anc� provide electt�cal service for
equipment space heat�rs and heating ar ven�ilation as necessary to provide skorage
enviroxunents acceptable to specified TnanufacLuters.
S. Fill and grade site for temporary structures to provide drainage away from
temporary and existing buildings.
�. Remove building from site prior to Fina1 Acceptance.
D. Temporary Fencing
1. Provide and maintain for the duration or construction when required in contract
documents
E, Dust Controt
CiTY OF FORT WORTH 5afe Routes to School Improvements
STANDARD CON57'RLIC"f10N SPECIFICATION bQCUMLNTS City Project Num6er: k 01264
Revised 7uly l, 2011
Q15000-3
TEMPpRARY FACILITIE.S AND CONTRDLS
Page 3 of 4
1. Cantract�r is responsible far maintaining dust cantrol through the duration of the
proj ect.
a. Contractor remains on-calI at alI times
b. Must respond in a timely manner
F. Temporary Protection of Cons�uction
1. Contractor or subcontractors are responsible for protecting Work from darnage due
to weather.
1.5 SUBMITTALS [NOT USED]
1.G AC1�ON SUBMITTAL�IINFORMATIONAL SUBMITTALS [NOT USED]
l.i CL.O�EOUT SUBMITT,ALS [NOT USED]
1.� MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QLJALITY ASSURANCE [NOT USED]
1.10 DELNERY, STORAGE, AND HANDLrNG [NOT IISED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.1� WARRANTY [NOT i7SED]
�ART � - PRODIICTS [NOT USED]
PART 3- EXECUTION jNOT USED]
3.1 INSTALLERS [NOT USED]
3.� EXAMYNATION [NOT USED]
3.3 PREPARATIDN [NOT USED]
3.4 INSTALLATION
A. Temporaty Faciiities
1, Maintain aIl temporary facilities for duration of eonstruction activities as needed.
3•5 [REPAIR] / [RESTDRATION]
3.6 RE�INSTALLATION
3.i FIELD [na] S�TE QUAI,iTY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.1 ] CLOSEOLIT ACTIVITIES
A. Temporary Facilities
CiTY OF .FORT W4RTH 5afe Rautes Cn 5chool Improvements
STANDARD CONSTRUCTIbI�I SPECIFICATION T)QC[TM�NTg Citq Project Number: I Q 126A
Revised 7u[y 1, 2011
015000-4
TEi1iPORARY FACII,ITIES A�D CONTROLS
Pag� 4 af 4
l. Remove aIl t�mporary facilities and restore area after cflxnpletion of ihe Work, ta a
condition equal to or better than prior to sta�t of Work.
3.12 PROTECTION [NOT USED�
3.13 MAINTENANCE [NOT USEDj
314 ATTACHMENTS [NQT iTSED]
END OF SECTION
Revisian Log
DATE NAME SUMMARY OF CHANGE
CITY QI' CORT WQRTH 3afe Rvutez to School Improvemants
STANBARb CONSTRUCTiON SPECIFICATION DOCUMENT5 Ciry Project Number: I O1264
Revised 7uly 1, 201 l
O15S25-1
STRLET U5E PERMIT AND MOpIFICATIO'NS TO TRAFFIC CONTA4L
Page 1 of3
1
2
SECTION O1 �5 26
STREET U5E PERMIT AND MODIFICATIONS TO TRAFF'IC CONTROL
3 PART 1 - GENERAT,
4 1.1 SU11+Il1�ARY
5 A. Section Ineludes:
6 1. Adtninistrative procedures for:
7 a. Street Use Pernait
8 b. Modification of approved traffic control
9 c. Reznaval of Street Signs
10 B. Deviatit�ns fr•om this City of Fort Wor� Standard Specification
11 1, None.
12 C. Related Specification �ections include, but are not necessarily limited to:
13 l. Division 0— Bidding Requirernents, Contract Forms and Conditions of the Coniract
1� 2. Division 1— General Requiremen�s
15 3. Section 34 71 13 -- Traff�c Control
16 1.2 PRICE AND PAYIVICNT PROCEDURES
17 A. Measurement and Payrnent
1 S 1. Work associat�d with this Item is considered subsidiary to the variaus Items bid.
� 4 No separate payment r�ill be alIowed for this Item;.
20 1.3 REFERENCES
2l A. Reference 5tandards
22 1. Referen.c� standards cited in this specification refer to the curren:t r�ference standard
23 publ'tshed at the time of the Ea#est revision date Iogged at the end of this
�� specitication, unless a date is speciftcally cited.
25 2. Texa� Manual on Uniforna Traffic ControI Devices (TMi3TCD).
26 1.4 ADMi1VISTRATIVE REQUIIZEMENTS
27
28
29
30
31
32
33
34
3S
36
A. Traffic Control
1. General
a. Cnntractor sha11 minimize lane closures and impact to vehicu2ar/pedestrian
traffic.
b. When tra#'fic control plans are included in the Drawings, provide Traffic
Control ir� accordance with Drawings and S�ction 34 7I I3.
c. When traffc control plans are not included in ihe Drawings, prepare traf�ic
contral plans in accnrdance with Section 34 71 l3 and submit to City far
rer�iew.
1) Allaw miraimurn 1 d working days for review of proposed Traffic Cantrol.
CiTY OF FORT V�IQRTH Safe Routes to 5elwol Impiovements
STANDARD COIQSTRUCTIpN SPECIFiCATTON DOCUMENTS City ProjectNum6er: ]01264
Revised March 22, 2Q21
015526-2
STREET [TSE PERMiT ANT3 MOUIFICATIflNS Td TRAFFIC CONTROL
Faga 2 of3
1
2
3
4
5
6
7
S
9
10
!1
12
13
14
15
16
l7
18
19
20
2) A traffic control "Typical" published by City of Fort Warth, the Texas
Manual Unified Traffic Control De�ices (TMUTCD) or Texas Department
of Transportatian (TxDOT) can be used as an alternative to preparing
prfljecfiJsite speciftc traffic contrvl p1an if th� typical is appl.icable to the
speciiic projec�Jsite.
B. Streat Use Permit
1. Prior tfl installatinn of Traffic Contral, a City Straet Use Permit is required.
a. Ta obtain Street Use Permit, subrnit Traffic Contral Plans to City
Transportation and Public Works Department.
1) Allow a minunum of 5 working days for pertnit review.
2) It is the Contractor's responsibi�ity to coordinate review of Traffic Control
plans for Street Use Permit, such that construction is not delayed.
C. Modificatson to Approved Traffic �ontrol
1. Prior ta installation traffic contral:
a. Subrnit revised traffic contral plans to City Depar�ment Transportation and
Public Works Department.
1) Revise Traffic Contrnl plans in accordance with Section 34 71 13.
2) Allogt minimum 5 r�orIci�g days for revi��v of revised Traffic Control.
3) It is the Contractor's respansibility to coordinate review of Trafftc Control
plans for Street Use Permit, such that construction is not delayed.
21 D. Removal of Stit'eet Sign
22 1. If it is determined that a street sign must be remov�d for constructian, then contact
23 City Transpo�tation and Public Works Department, Sign� and Markings Division to
24 remove the sign.
25
26
27
28
29
30
31
32
33
34
E. Tetnporary Signage
1. In the case of regulatory signs, replace permaneni sign witl� temporary sign meeting
requirement� afthe latest edi�ion of the Texas Manual on Uniform Traffic Control
Devices (MUTCD).
2. Install temporary sign before the removal ofpermanentsign.
3. When construction is complete, �o the extent that the permanent sign can be
reinstalled, contact the City Transportation and Public Works Departm�nt, Signs
and Markin:gs Division, to reinstall the permanent si�.
F. Traffic Control �tandards
I. Traffic Contral Standards can be found on the City's website.
35 1.� SUBNII'l'"rALS [NOT USED]
36 A. Submit all required dacumentation to City's Project Representative.
CITY OF FORT WOR7'H Bafe Routes to 5chnol Improvements
STA3VDARD CONSTRUCTIqiV SPECIFICATZQ3V DOCUMENTS Cily Praject Number: 10 i264
Revised fvlarCh 22, 202 ]
01 55 2b - 3
STREET US� PERMTT AND MpDIFICATIONS TO TRAFFTC CONTROL
i'age 3 of 3
1 l.b ACTION SL]BMITTALS/INFORMATIONAL SUSMITTAI,� [NOT USED]
2 1.� CLOSEOUT SUBMITTALS [NUT USED1
3 1.$ MAINT�1vANCE MATERIAL SL]BMITTALS [NOT U�ED]
4 1.9 QUALTTY A,SSURANCE [NOT USED]
5 I.1d DELIVERY, �TORAGE, AND fIANDLING [NOT USEDj
b L1I FIELD [SITE] CONDITION5 [NOT USED]
7 1.12 WARRANTY [NOT iTSED�
8
9
IO
11
PART Z - PRODIICTS [NOT USED]
PART 3 - EXECLITIQN [NOT USED]
END OF SECTION
DATE
I2
3/22I2fl 2 l
Revision Log
NAME SUMMARY OF C.HANGE
1.4 A. Added lan�;uage to amphasizc minimizing of lane clasures and impact to
traffic,
1.4 A. I, o. Added language tn allow for use of publisC�ed traff c control "Typicals" if
�iI Qwen applicab]e Tn specific project/site.
l.4 F. 1) Ramnved reference to Buzzsaw
I.5 Added language re: submittal of permit
CITY OF FqRT VJORT H 5afe EZnutes tn School Tmprovements
STANDARD CONST'itUCTION 5P�CIFiCATION DOCi1tvIENT5 City Praject Num6er: 10126�4
Revised March 22, 2021
�I 57 L3 - 1
STORII� WA'I'ER POLLi]'I'iON PREV�NT[QN
Aage 1 of 3
SECTION Ol �713
STORM WATER POLLUT14N PREVENTION
PART1- GENERAL
I.1 SUMMARY
A. Section Includes:
1. Procedures for Storm Water Pollutian Prevention Qlans
B. Deviations from this City of Fort Worth Standard Specificatian
1. None.
C. Related Specification 5ectians include, but are not necessarily limited to:
I. Division 0-- Bidding Requirements, Contrack Foz�ms and Conditions oithe
Contraet
2. Division 1— General Requirerr�ents
3. 5ection 31 ZS DO -- Erasion and 5ediment Contrnl
1,2 PTi�CE AND PAYMENT PROCEDURES
A. Mea�urement and Paym�nt
1. Construction Ac�ivities resul�ing in less than 1 acre of disturbance
a. Work associated with this Ttem is considered subsidiary to the various Items
bid. No separate pay�►ent wi11 be allowed for this Item.
2. Construction Activities resulting in greater than 1 acre of disturbance
a. Measurement and Paytnent shall be in aGcordance with Section 31 25 00.
1.3 REFERENCE,S
A. Abbreviatians and Acronyms
1. Notice af Tntent: NOI
2. Notice af Termination: NOT
3. Storm Water Pollution Prevention Plan: SWPPP
4. Texas Commission on Environrnental Quality: TCEQ
5. Notice of Change: NOC
A. Reference Standards
1. Refexence standards cited in tYzis Specif'ication re%r to the current reference
standard published at the time of the latest revision date logged at the end of this
Specification, unless a date is specifca��y cited.
2. Integrated Storm Management {iSWM) Technical Manual for Construction
Controls
1.4 ADMINiSTRATIVE REQIIIREMENTS
A. Genexal
l. Contractor is responsibie for resolution and payment of any fines issucd associat�ed
with edmpliance to 5torrriwater Pollution Prevention P�an.
C1TY OF FORT WORTH Safe Routes tn School Improvements
STANDARD CONSTRL3[TTCIN SFECIFICATiON DOGLTMENTS Cily Project Number: 141264
Revisedluly l, 201 !
0] 5713-2
STORM WATER PflLLUTiON PREVENTIQN
Page 2 af 3
B. Construction Activities r�sulting in:
1. Less than 1 acre of disttarbance
a. Provide erosion and sedirment cantral in accordance with Section 31 25 00 and
Drawings.
2. I ko less than 5 acres of disturbance
a. Texas Pollutant Discharge Elimination 5ystem (TPDES) General Construction
Perrnit is required
b. Cnmplete SWPPP in accordance with TCEQ requirements
1) TGEQ Small Construction Stte I�Totice Reyuired under general permit
TXRl 50000
a) Sign and past ai job site
b) Prior to Precon�truction Meeting, send 1 copy tn City Departrnent of
Transportation and Public Works, Environmental Divisian, {817) 392-
6088.
2) Provide erosinn and sed�nent control ua accordance with:
a) Section 31 25 QO
b) The Dravc�ings
c} TXR15000Q General Permit
d) SWPPP
c) TCEQ requirements
3. S acres or more af Disturha.ra..ce
a. Texas Pollutant Discharge Elimination 5ystem (TPDES) General Cons.tz-uction
Pertnit is required
b. Complete SWPPP in accordan.ce with TCEQ r�quirements
1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee
a) 5ign and post at job site
b) Send copy to City Departrrient of Transpartation and Public Works,
Environmental Di�isinn, (817) 392-60$S.
2) TCEQ Natice of Change r�quired if making changes ar updates to NOI
3) Provide erosion and sediment control in accordance with:
a) 5ection 3I 25 00
b) The Drawings
c) TXR150�00 General Pernut
d) SWYPP
e) TCEQ requirements
4) Once the project has been cornplet�d and a11 the closeout requirernents af
TCEQ have been met a TCEQ Notice of Terminatian can be subrnitked.
a) Send copy to City Department of Tcansportation and Public Works,
Enr�ironmental Division, ($17) 392-6088.
1.� SUBMITTALS
A. SWPPP
Subrnit in accordance wtth Sectinn O1 33 OQ, except as �tated herein.
a. Frior to the Preconstruction Meeting, submit a draft copy of SWPPP to ihe City
as follows:
1) 1 copy to the City Project Manager
a} City Project Manager will forward to the City Department of
Transportation and Public Works, Environmental Division for review
CI'I'Y d�' P'QRT WORTH Safe Routes to Scttool Irnprovements
STANDARb CONSTAUCTTON SPECFP'ICATTON DOCIJMENTS City Praject Number: 101264
Revised 7u]y I, 20l ]
p15713-3
STORM WATCR POLLUTION PREVEIVTION
Page 3 af 3
B. Modiiied SWPPP
1. If'the SWPPP is revised during constraction, resubmit modified SWPPP to the City
in accordance with Section O1 33 00.
1.6 ACTION SUBIVIITTALS/INFORMATIONAL SUBMTTTALS (NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USEDI
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
110 DELIVERY, STORAGE, AND HANDLING [NOT USED]
l.11 FIELD (SITE] CONDITiONS [NOT USED�
1.12 WARRANTY [NOT USED}
YART � - PRODIICTS [NOT iTSED]
PART 3 - EXECUTION [NOT USED]
END �F SECTYON
CPi'Y OF FORT WORTH Safe Routes to Sehool Improvements
5TAN17ARD CONSTRLTCTION SPECIFICATiON DOCUM�NTS City Praject Nu��ber: 101264
Revised 7uly l, 2013
015813-1
TEMPORAI2Y PROIECT SIGNAGE
Page 1 of3
SECT�ON Ol. 5813
TEMPORARY PRO.TECT SIGNAGE
PART 1- GENF.RAL
l..l SUMMARY
A. S�ction Includes:
1. Temporary Proj ect Signage Requirements
B. Deviations from this City of Fort Worth Standard S.pecification
1. None.
C. Related Specification Sectinns include, but are not neeessarily limited to:
1. Divisioz� 0— Bidding Reqtt�rements, Contraet Forms and Conditions of th� Cflntract
2. Division 1— General Requirements
1.� PRICE AND PAYMENT PROCEDURES
A. Measurement and Payxnern
1. Work associated wikh this Item is considered subsidiary to the vario�s Items bid.
No separate pa:yrnent will be allowed fox this IteFn.
1.3 REFERENCES [NOT USED]
2.4 ADMIIVI�TRATIVE REQUIREMENTS [NOT USEDJ
1.� SUBMITTALS [NOT IISED]
1.6 ACTIQN Si7BMITTALS/INFOItMATIONAL SUBMITTALS [NOT USED]
L� CLOSEOUT SUBMITTALS [NOT USED]
f.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY AS�URANCE jNaT U�ED�
X.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT iTSED]
PART � - PRODUCTS
2.1 OWNER-FURNISHED [aR] OWNER-SUPPLIEDPRODUCTS [NOT USED]
�.� EQUIPMENT, PRODUCT TYPES, AND MATERIALS
t�. Design Criteria
1. Pro�ide ftee standing Project Designativn Sign in accordance with Cily's Standard
Details for project signs.
CITY OF FORT WORTH Safe Routes to School Improvements
STANDARD CONSTRUCTION SPECTFiCATTON DOCiJMEI�TS City Project IVumber: 101264
Revised Ju[y 1, 2Q11
015813-2
7'EMPORAI2Y PRO]ECT SICxNAGE
Page 2 of 3
B. Materials
1. Sign
a. Conskructed of'/a-inch fir plywood, grade A-C (exterior) or better
2.3 ACCESSORIES [NOT USED�
�.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
31 INSTALLERS [NOT USED]
3.� EXAMINATION jNOT USED]
3.3 PREPARATION [NQT USED]
3.4 INSTALLATION
A. General
1. Prnvicle vertical installation at extez�ts of project.
2. Relocate sign as needed, upon request of the City.
B. Mounting aptions
a. Skids
b. Posts
c. Barricade
3.� REPAIR 1 RESTORATION [NOT USED]
3.6 RE-INSTALLATiON [NOT USED]
3.i FIELD IoR] SITE QUALITY CONTROL [NOT USED]
3.� SYSTEM STARTUP [NOT USED�
3.9 ADJUSTING [NOT USED�
310 CLEANING [NOT USED]
3.11 CL09EOUT ACTPVITIES [NOT USED]
3.1� PROTECTION [NOT USED]
3.13 MAINTENANCE
A. General
1. Maintenance will include painting and repairs as neaded ar directed by the City.
3.14 ATTACHIVIENTS [N�T USED�
END OF SECTION
CITY OF FORT WORTH Safe Rontes to 5chnvl Improvements
STANDARD COidBTRUCTtON SPECIFICATION DDCLIMENTS City Project Num6cr: 1U12G4
Revised.�nly 1, 2D11
O1 SS l3 - 3
TEMPORARY PROTEC'I' SIGNAG�.
Psge 3 of 3
CI7'Y OF FpRT WORTH Safe Rnutes to Schoo] Improvements
STANDARD CONSTRUCTIO]V 5PECiFiCATION DOCUNfENTS Ciky Project Num6er: 101264
Revised July l, 2011
oi 6o aa
P120DUCT REQ[�IItEMENT5
Page f of z
SECTION 01 60 00
PRODUCT REQUIREMENTS
PART 1- GENE�tAY,
1.1 SUMMA�tY
A. Sectian Includes;
1. References for Product Requirernents and City Standard Froducts List
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related 5p�cification Sections it�clude, but are not necessarily limited to:
1. Divisian 0— Bidding Requirements, Cvntract Forms and Conditaans of ihe Cnntract
2. Division 1— Gen�al Requirements
1.� PRICE AND PAYMENT PROCEDiTRES [NOT USED]
1.3 REFERENCES [NOT USED}
1.4 ADNIINISTRATIVE RE�UIREMENTS
A. A list af City appraved products for use is available through the City's website at:
https:llapps.foetwarthtexas.govlProjectResourcesl and fo.11owang the directnry path;
02 - Cnsastructinn Dacutx�antslStandard Products List
B. Only products specifically sncluded nn City's Standard Product List in t�ese Contrac�
Documents shall be allawed for use an the Project.
1. Any subsequently approved products will only be allowed fQr use upon specific
approval by the City.
C. Any specific product requirernenis in the Cantract Documents supersede similar
products included on klae City's Standa�rd Product List.
1. The Ciry reserves the right to not allow products to be used for certain prajects even
though the product is listed an the City's Standard Product List,
D. Although a speeific product is included on City's Standard Product List, not all
�raducts from that manufacturer are approved for use, including but not lit�zai.ted to, that
manufacturer's standard �roduet.
E. See Section O1 33 00 far submittal requirements of Praduct Daka included on Ciry's
Standard Product List.
1.� SUSM�TTALS [NOT USED]
1.6 ACTION SUBMrTTALSf�NFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [1�TOT USED]
].9 QUALITY A�SURANCE [NOT USED]
CITY �F PORT WQRTH Safe Routes to S.chovl improvements
STANDARD CONSTRUCTIQN SPECIFTCATION DOCIIM�NTS City Project Number; 101264
Revised March 9, 2020
O1 60 00
PRODUC'[' REQUIREMEAiTS
Page 2 of 2
1.10 DEL�VERY, STQRAGE, AND AANDLING [NOT USED]
1.11 FIELD (SITE] CONDITIONS [NOT U5ED]
1.12 WARRANTY [NOT USED]
PART � - PRODiICTS jNOT USED]
PART 3 - EXECUTYON [NOT USED]
END OF SECTION
CITY OF FORT WORTH Safe Routes to Scho.ol Improvements
STAI�DAIZD CDNSTRUCTE03V SPECIFICATION DOCLIMENT5 City Prajecc Nunt6er; I 01264
Revised Mazch 9, 2020
0166U0-1
PkQDUCT STORAG� ANiI HANDLT[�!G REQCfIREIvIENTS
Page I ot'4
SECTION 0166 00
PRODUCT STORAGE AND HANDLTNG REQUIREMENTS
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Scheduling nf product delivery
2. Packaging of products %r delivery
3. Protection of products against daz�aage from:
a. Handling
b. Exposure to elements or harsh envi.ronments
B. Der�iations from this City of Fort Warth Standard Specification
1. None.
C. Related Specification Seciions include, but are not necessarily liznited to:
I. Division 0— Bidding Requirements, Contract Forms and Canditions af the Cantract
2. Division 1— General Requirements
1.2 PRICE �ND PAYMENT PROCEDURES
A. Measurement and Payrnent
I. Work associated with tkus Item is considered subszdiary to the various Iterns �ici.
No separate payment will be a3lowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBNIITTALS [NOT USED]
1.6 AC'ITON SiTBMITTALS/INFO1�NiATIONAL SUBMITTALS [NOT USED]
1.'i CLOSEOUT SiIBMITTALS [NOT USED]
1.� MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT IISED]
1.10 DELiVERY AND HANDLING
A. Delivery Requirements
1. Schedule deIivery of products or equipment as required to a11ow timely installation
and to avoid prolon.ged storage.
2. Provide appropriate persannel and equipment tv receive deliveries.
3. Delivery trucks vvill not be parmitted to wait extended periods of tirne on the Site
for personnel or equipment to xeceive the delivery.
CITY OF PDRT WORTH Safe Routes to Schqol Improvements
STANbARi] CONSTRUCTION SPECiFiCAT[ON bOCUMENTS City Project Number: lD i264
Revised duly 1, 2011
016600-2
PRODUCT STORACrE A1VD HANDLf3VG REQUiREMET�ITS
Paga 2 of 4
4. Deliver products or equipment in manufacturer's original unbroken cartons or other
containers designed and constructed to protec� the contents from p�ysical or
environmental damage.
S, Cleariy and fully rnark and identify as to manufacturer, item and installation
location.
6. Provide m�anufacturer's instructions fnr storage and handling.
B. Handling Requirements
1. Han.dle products or equipment in accordar��e with these Contract Documents and
manufacturer's recommendations and instructio.ns.
C. Storage Requiurements
1. Store materials in accordance with manufacturer's recommendations and
requirements of these Specifications.
2, Malce necessary provisions for safe storage of materials anfl equiprnent.
a. Place loose soil materials and materials to be incotporated in#o Work to prevent
damage to any part of Work or existing facilities and to maintain free access at
ail times ta alI parts of Work and to utility ser�ice company installations in
viciniiy of Work.
3, Keep materials and equipment neatly and compactly stored in locations that will
cause minimum incnnvenience to other contractors, public trave�, adjoining owners,
tenants and occupants.
a. Arrange staragc: to provide easy access for inspection.
4. Restrict storage to areas available on constructio� site for starage of mat�rial and
equipment as shown on Drawings, or approved by City's Project Repre,sentative.
5. Pro�ide off-site storage and protection when on-site storage is no# adequate,
a. Provide addresses nf and access to off-site storage locations for inspection by
City's Project Representative.
6. Do not use lawns, grass plots orr other private praperty for storage purposes wztl�oui
written permissian o#'or�vner or other person in passession nr control ofpremises.
7. Stare in manufacturers' uanpened containers.
S. Neatly, safely and compactly stack materials delivered and stored along line of
Work tn avoid inconvenience and damage to praperty owners and general public
and maintain at �east 3 feet �'ram fire 1�ydrant.
9. Keep public and private driveways and street crossings open.
10. Repair or z'eplace dat�aaged lawns, sidewalks, streets or other improvernents to
sakisfaction of City's Project Representative.
a. Total length which materials may be dzstributed aiong route of construction at
one time is 1,000 linear feet, unless otherwise approved in writing by City's
Project Representative.
CTTY OF FORT VJORTH Safe Routes to Schoal improvements
STANDARD CONS1`ItUCTION SPECII'iCATION DCICUMENTS Ciry Project Number: 1O1264
Revised 7uly l, 2011
O166DO-3
PROI)UCT STORAGE AND HANI)LI3+ICr REQUIREMCN'I'S
Page 3 oi4
1.11 FIELD jSITE] CONDITIONS [NOT USED]
1.1� WARR.ANTY [NOT USED�
PART 2 - PRODUCTS �NOT USED]
PART 3 - EXECIITION
�.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT i1SED]
3.3 PREPARATION [NOT USED]
3.�4 ERECTION [NOT USED]
3.� REPAIR 1 RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.'� �'IELD [ox] SITE QUALI'i Y CONTR.OL
A. Tests and Inspections
I. Inspect all products or equipment deiiv�red Co the site prior to unloadsng.
B. NarnCnn�orming Work
1. Reject all products ar equipmeni that are damageci, used ar in any other way
unsatisfactory for use on the project.
3.8 SYSTEM STARTUP [NOT iTSED]
39 ADJUSTING [NOT IISED]
3.10 CLEAI�TING [NOT USED]
311 CLOSEOUT ACTIVI'1ZES [NOT USED]
3.1� PROTECTION
A. Protect all products or equipment in accordance with manufactuter's written directions.
B. Stare products or equipix�ent in location to avoid physical damage to items while in
storage.
C. Protect equipment from exposure to elements and lceep thoroughly dry if required t�y
the manufacturer.
3.13 MAINTENANCE [NOT USED]
314 ATTACHMENT� [NOT USED]
END OF SECTION
CIT`Y OF FORT W4R7'I� 5afe Routes to Schvol 3mprovaments
5TANDARD CONSTRTJCTTON SPECIFICATION DOCUMENTS City Project Numher: i012fi4
Revised 7uly i, 201I
oi �6 an - a
pRQDUCT STORAGB AND HANDLING 1tEQUIREMENTS
Page 4 of4
CI'�'Y OF FORT WORTH Safe Routes to School improvements
STANDARD CONSTRUCTIpI�I SPECIFICATION bOC[7MENT5 Ciry Project Number: I01264
Revised July 1,2p11
ai �o 00 - i
MOSILIZATIQAI AND RBMOBILIZATiON
Page 1 af 5
1
�
3
SECTION Ol 70 OQ
MOBILIZATIDN AND REMOBiLTZATION
4 PART1- GENERAL
5 1.1 SUMMARY
6
7
8
9
lfl
11
12
13
14
1S
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
3G
37
38
39
40
41
a.z
43
44
45
A. Section Inc�udes:
1. Mobilization and Demobilization
a. Mobilization
1) Transportation of Contractor's personnel, equipment, and operating supplies
to the Site
2) Establishment of necessary general facilities far t4�e Cantractor's operation
at the Site
3) Prerni�ms paid for performance and payment bonds
4) Transpartation of Cantractor's personnel, equipment, and aperatin.g supplies
to another location urithin the desi�nated Site
5) Relocation af necessary general facilities for the Contractar's operation
from 1 Iocation to another lacation on the Site,
h. Demobilization
lj Transportation of Contractor's persannel, equipment, and operating supplies
away frorn the Site inciuding disassembly
2) Site Clean-up
3) Removal of all buildings andlor ather facilities assembled at the Site far this
Contract
e. Mobilization and Demobilization do not include activities far specific items of
work tbat are for which payment is provided else�vhere in the contract.
2. Remnbilization
a. Remobilization far Suspensior� of �nrk specifically required in the Contract
Docaments or as required by City includes:
1) Demobilization
a) Transportation af Contractar's personnel, e.quip�eni, and operating
supplies from the Site including disassembly or tempararily securing
equipmeni, supplies, and otY�er facilities as designated by the Contract
Documents necessary to suspend the Work.
b) �ite Clean-up as designated in the Contract Documen�s
2) Remobilizatiott
a} Transportation of Contractor's personnel, equipment, and operating
supplies to the Site necessary to resume the Work.
b} Establishment of necessary gen�ral facilities for the Contractor's
operation at the Sit� necessary ta resume th� Work.
3) No Pa.ymenCs will be made for:
a) Mobilization and Demobilization from one loca�ion to anather on the
Site in the normal progress of performing the Work.
b) Stand-by or idle time
c) Last profit�
3. MabilizaCions and Demobilization for Miscellaneous Projects
CITY O�' FCIRT WOATFi
5'I'ANUARD COiYSTRUCTION SPECIFICATION DOL'UMEiVT
[Levised Novetn6er 22, 2U16
Sa% Routes tu 5chaol Improvements
City Project Number; 1 p 1264
ui�ooa-a
MOHILIZATTDN AND REMOBIL]ZATIpN
Page 2 of 5
1 a. Mobilization and Demobilization
Z 1) Mobilization shall consist of the activities and cnst on a Work Order basis
3 necessary for:
4 a) Transportation of Contractor's personnel, equipment, and operating
� supplies to the Site for the issue�i Work Order,
� b) Esta�lishm�nt of necessary general facilities for the Contractor's
7 operation at the Site for the issued Work Order
g �) Demabilizatian shal� consisi of the activities and cost necessary for:
9 a) Transportation of Contractar's personnel, equipment, and operating
10 supp�ies from the Site including disassembly for each issued Work
11 Order
�2 b) Site Clean-up for each issued Work Order
13 e) Removal of alI buildings or other facilities assembled at the �ite fnr
Z 4 each Work Oder
15 b. Mobilization and Demobilization do not include activities for specifc ztems of
16 work for which payment is provided elsewhere in the contract.
17 4. Emergeney Mobilizatians and Derr�obilization for Miscellaneous Projects
18 a. A Mobilization for Miscellanaous Projects when directsd by the City arid the
19 mobilization occurs within 24 honrs of the issuance of the Work Order.
20
zt
22
23
24
25
26
B. Deviations ftom this City of Fort Warth Standard Specification
1. None.
C. Related Speci�catian Sections include, but are not necessarily lirnited to:
Division 0— Bidding Requirements, Contract Forms and Canditions of the Cantract
2. Di'vision 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDi7RES
A. Measur�ment and Payment
27 1. Mabilization and Demobilization
28 a. Measure
Z9 1) This Item will be measured by the Iump sum or each as the work
3� progresses. Mobilization is calculated on th� base bid only and will not be
31 paid for separately on any additive alternate itetns added to the Contract.
32 2} Demobilization shall be considered subsadiary ta the various bid items.
�3 b. Payment
3� 1) For this Item, khe adjusted Contract amount will be calculated as the total
3S Contract amnunt less the lump sum for mobilization. Mobilization shall be
36 made in partial payrn�nts as follows:
37 a) Wh�n 1% of the a�,just�d Contract arnount for construction Items is
38 earned, 50%n of the mobilization lump sum bid nr 2.5% of the toial Contract
39 amount, whichever is Iess, wi11 be paid.
40 b) When 5% of the adjusted Cantract amoun.t for construction It�rns is
4� earned, 7�% of the rnobiliaation lump sum tsid or S% of the total Contraet
42 amount, whicnever is less, ve�ill be paid. Pre�vious payments under the Item
43 will be deducted from this amount.
44 c) When 10% af the adjusted Contract amount for construction items is
45 earned, 100% o�the mo6ilizatian lump sum bid or 5% of the total Contract
46 amount, wnichever is less, will be paid. Pre�iaus paytnents under the Itern
47 will be deducted from t�is amount.
CITY OF F'ORT WORTH 3afe Routes to Schonl Itnprovements
STANDARD CONSTRUCTiOiV SPECiFfCATTOI� �OCUMEI�T City ProjectlVum6cr: ]01254
Revised November 22, 201fi
0170D0-3
M08ZGIZA'�CdN AND RCMOSILIZA'I'[�l�
Page 3 of S
1 d) A bid containing a total for "Mobilizatinn" in excess of �°/a of total
2 contract shail be considered unhalanced a�d a cause for cansideration
3 of rejection.
4 e) The Lump Sum 6id for "Mobilization — PavinglDraina�e" shall NOT
5 include any eu�t or sum for mobilization items associated with
6 waterlsewer items. Those costs shall6e included in the vari�ous
� r�vaterlsewcr bid Iterns. Otherwise the bid Items shall be considered
8 unbalanced and a cause for consideration of rejection.
9 f} The Lump Sum bid for "Mobilizatian — Paving" shall NOT include
14 any cost or sum for mobilization items associ�ted with drainage iiems.
I 1 Thase cnsts shall be incinded i� the "Mobilixatian — Drainage" Lump
12 Sura bid Item. Otherwise the bid TEems shall bc cansidered unbalanced
13 and a cause %r consideration of rejection.
14 g) The Lump Sum hid for "Mabilization -- Drainage" shall NOT
15 inclpde any cost ar sum far mobilization items associated with paving
� 6 items. Those costs shall be included in the "Mobilization — Pa�ving"
17 Lump Sum bid Item. Otherwi�e the bid Items shall be considered
18 unbalanced and a cause for cottsideration of rejection.
19 2} The work performed and materials furnished for demobilization in
20 accordance with this Ttem are subsidiaty to the various Items bid and no other
21 compensation will be allawed.
22
23
24
25
26
27
28
24
3D
3l
32
33
34
35
2. Remobilization �ar suspension of Wark as specifically required in the Contract
Daauments
a. Measurement
1) Measurement for this Item shail be per eack remobilization performed.
b. Payment
1) The work perfonmed and materials furnished in accordanoe with this Itern
and measured as provided u�ader "Measurem�nt" will be paid for at the unit
price per each "Specified Remabilizati�n" in accordance with Gontract
Doauments.
c. The price shall inciude:
1) Demobilization as described in Section l.1.A.2.a.1}
2) Remobilizatinn as described in Section 1.1.A.2.a.2)
d. No payments will be made for standby, idie time, ar iost profits associated this
Item.
36 3. Remobilizatior� for suspension of Work as required by Ciry
37 a. Measurement and Payment
3g 1) This shall be submitted as a Cantract Claim in accordance with Article 10
3g of Section 00 72 00.
�p 2) No payments will be made for standby, idle time, ar lost profits assaciated
41 with this Item.
42 �. Mobilizatioa�s and Dernobiiizations for Miscellaneaus Projects
43 a. Measurement
44 1) Measurement for this Item shall be for each Mobilization and
45 Demabilizatinn required by the Contract Dacuments
46 b. Payment
CZTY OF FQRT WORTH
STANDARD CO3V57'RiTCTtQI� SP�CIFiCATIdN DOCUMENT
Revised Novemher 22, 2U16
Safe Routes ta Schaol TmprovemenYs
City Pro}ect Number. 1012154
oi �o ao -a
MOBTLfZAT10N AND REIviOHIL1ZATIDN
Page 4 of 5
1
2
3
4
5
6
7
8
9
10
11
t2
13
14
15
16
17
18
I9
20
21
22
z3
24
25
r�
d.
1} The Work perfornnad and materials furnished in accordance with tk�is Ttem
and measured as provided under "Measurement" will be paid for at the unzt
priee per each "Work Order Mobilization" in accordance with C.ontract
Documents. Demobilization shall be considered subsidiary to mobilization
and shall not be paid for separately.
The price shail include:
1) Mobilization as describedin Section 1.I.A.3.a.�)
2) Dernobilization as described in Section 1.I.A.3.a.2)
No payments will be made for standby, ic�le time, or lost pro�ts assnciated this
Item.
5, E�ergency Mobilizations and Derxxohilizations for Miseellaneous Projects
a. Measurement
1) Measurement %r this Item shall be for each Mabilizatian and
Demobilization required by the Contract Documents
b. Payment
1) The Work performed and materials iurnished in accordance with this Ttern
and measured as provided under "Measurement" will be paid for at the unit
price per each "Work Order Emergency 1Vlobilization" in accordance with
Contract Documents. Demobilization shall be considered subsidiary to
mobilization and shall not be paid far separately.
c. The price shall include
1) Moi�ilization as described in Scction 1.1.A.4.a)
2) Dernobilization as described in Section 1.1.A.3.a.2)
d. No payments will be made for standby, idle time, or lost profits associated this
Item.
26 1.3 REFERENCES [NOT USED]
27 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
28 1.5 SUBMITTALS jNOT U5ED]
29 1.6 INFQRMATIONAL SUBM�TTALS [NOT i1SED]
30 1.7 CLOSEOUT SUBMITTALS [NOT USED]
31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT ti�ED�
32 1,9 QUALITY ASSURANCE [NOT USED]
33 1.10 DELIVERY, STORAGE, AND H�INDLING [NOT USED�
34 1.1 f FIELD [SITE] CONDITIONS [NOT USED]
35 L]� WARRANTY [NOT iTSED]
36 PART � - PRODUCTS [NOT USED]
37 PART 3- EXECUTION [NOT USED]
38
END OF SECTiON
CITY OF FbRT WORTH Safe Routes to 5chool Improvements
STANDARD CONSTRUCTIQN SPECTF'ICATiON OOCUMENT City Project Number: ] 01264
Revisad Nvvember 22, 2U l6
nt�000-s
MOBIL7ZATION AND it�MOBILIZATION
Page 5 of 5
Revision Log
DATE NATVIE SUMMARY OF CHANGE
l 1/2211 b Michael Owen 1.2 Price and Payment Procedures - Revised specification, inclu�ing blue text, to
ake speeification flexihle for either subsidiary ar paid bid item for Mobilizatian.
CITY O�' FORT WORTf3 Safe Routes to SchaoE Improvements
5'I'AZVDARD. C4N5TR[ICT[ON SPECIFICATION DOGLT1VIfiiVT City Prnject Numher: lQl2b4
Revised Novemher 22, 2qi6
017l23-1
CQN5TRi1CTION STAKING AND 3URVEY
Page l of 8
SECTION 01 71 �3
CONSTRUCTIDN STAKING AND SURVEY
PART1- GENERAL
I1 SUMMARY
A. �ection Includes:
Requir�ments for construction staking and construction survey
B. Deviations fi-om this City of Fort Warth Standard Specification
1. None.
C. Related Speeification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditians Qf the Contract
2. Division 1— GeneraI Requirements
1.2 PRICE AND PAYh�IENT PROCEDIIRES
A. Measurernent and Payment
1, Construction Staking
a. Measurement
1) Measurement for this Item shall h� by ]ump sum.
b. Payment
1} Tha work perfornaed and the materials fumished in accordance with t.�is
Item shall be paid for at the lurnp sum price bid for "Canstruction 5taking".
2} Payment for "Constructian Staking" shall be madq in partial pay�ents
prorated by work completed compared fo tntal work included. in the lurnp
sum item,
e. The priee bid shaIl incIude, but not be limi.ted to the fa.11owin�:
1) Veri�icakian of control �afa provided by City.
2) Placement, maintenanc� and replaeenneni of required stakes and rnaxkings
in the field.
3) Preparation at�.d submittal of eanstruction staking dacumentatia�t in the
form of "cut sheets"' using the City's standard template.
2. Constructian Suxvey
a. Measurement
1) This Itezn is considered subsidiary to the variaus Iiems hid.
b. Payment
1) The v�rark perfarmed and the materials furnished in aaaordance with this
Item are subsidiary to the �axious Items bid and no ather compensatian will be
allawed.
As-Built Survey
a. Measurement
1} Measure�nent far this Item sha12 be by lump sum.
b. Payrnent
1) The work perFarmed and the rnaterials furnished in accordance witY� this
Item sl�aIl be paid for at the lump sum price bid for "As-Built Survey".
CITY OF FOR'1" WqRTH Safe I2outes to School Improvements
STANpARD CONSTRUGTION SPECIFICATIflN DOCUMENTS City Project Number: ] 0l264
Revised February 14, 2018
017I23-2
CON3TRLICTION STAKTNG AND SURVEY
Page 2 of 8
2) Payrnent for "Cnnskruction Staking" sha�l be made in partial paymenCs
prvrated by woxk completed compared to tatal work �ncluded in the lump surz�
item.
c. The price bid shall include, but not be limited to ihe fol�owing::
1} Field ta�easurements and survey shots to iden�ify location of campleted
facilities.
2) Documentatio�a and submitfal of as-buslt survey data onto contractor redline
plans and digital survey files.
1.3 REFERENCES
A. Definit�ons
1. Construction Survev - The survey �ueasrirements made prior to or wkile
construction is in progress to conttol elevat�on, horizantal position, dirnensions and
configuration af structures/improvernents included in the Project Drawings.
2. As-built Survev —The measurements made after the construc�inn of the
improvement featuires are complete to provide position coordinates for the features
of a praject.
3. Cnnstruction S�aking -- The placezn.ent vf stakes and marlangs tn provide offsets
and elevations ko cut and fill in order to locate on the ground the designed
structureslimprovements included in the Prnject Drawings. Construction stakixg
shall include staking easements and/or right of way iiindicate�i on the plans.
4. Survey "Field Checks" — Measurements made after cnnst�ruction staking is
completed and befare constrUction work begins to ensure that structures marked on
the ground are accurately located per Prajeet Drawings.
B. Technical References
1. City of Fort Worth — Cnnstruction Staking Standards (avail.able on City's Buzzsaw
website) -- O1 71 23.16.01_ Attachment A Survey Staking Standards
2. City of Fort Worth - 5tandard Survey Data Collectar Library {fxl) iiles (availabie
nn City's Buzzsaw website).
3. Texas Departrneni of Transportation (T�OT) Survey Manual, latest revision
4. Texas Society of Professional Land 5urveyors (TSPS), Manual of Practice for Land
Surveying in the State of Texas, Category 5
1.�4 ADMIN�STRATNE REQUIREMENT�
A. The Contr$ctor's selectinu of a surveyor must comply r�uith Texas Government
Cade 22�4 (quaiifications based selectian) for this pro,ject.
1.� SUBMITTALS
A. Submittals, if required, shall be in accordance with Section O1 33 00.
B. All submi�tals shall be received and reviewed by the City priar �,o delivery of wnrk.
1.6 ACTION SUBMITTALSIIN�'�RMATIONAL SLTBMITTALS
A. Fzeld Quality Contrnl Submittals
C1TY OF FORT WORT`Ti Safe Routes [0 5chooi Improveinents
5TA[VDABD CON5TRiJCTION SPECIFiCATZOiV ��CLIMENTS Ciry Project Number: 101264
Revised February 14, 2018
ot �� z� -�
GONSTRUCTIOIV 5TAKING AND SURVEY
Page 3 af $
1. Documentation verifying accuracy of field engineering work, including coordinate
conversians if pZans do not indicate grid or ground coordinates.
2. Submit "Cut-Sheets" can%rming to the standard iemplate provided by the Ci�y
(re%r to O1 71 23.16.01— Attachnaent A— Survey Staking Standards).
1.� CLOSEOUT SUBMITTALS
B. As-built Redline Drawing 5uhmittal
1. Subrrut As-Built Survey Redline Drawings documenting the locationslelevations of
constructed improvements signed and sealed by Regis.tered Professional Land
Surveyor {RPLS) respo�sible for the work {refer to O1 71 23.16.01 — Attachmez�k A
— Survey Sta�Cing Standards} .
2. Contractor shal� subxnit the proposed as-built and campleted redline drawing
submittal ane (1) week pz-iox to scheduling the proj ect final inspection for City
re�riew and camtnent. Revisions, if nec�asary, shall be made to the as-buidt redline
drawings and resubmitted tn the City prior to sch�duling #he canstnzction final
insp�ction.
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT iTSED]
1.9 QUALITY ASSURANCE
A. Construction S�aking
I. Constt•uction staking wil� be performed by the Contractor,
2. Coordination
a. Contact City's Project Representative at least one week in advance notifying
the City nf when Constructian Staking is scheduled.
b. It is the Contractor's respansibility to coordinate staking such that
constt�ction activities are not delayed nr negatively impacted.
3. General
a. Contractor is responsible for preserving and maintaining stakes. If' City
surveyors are required to re�stake for any reason, the ContractQr will be
r�sponsible for costs to perforn� staking. If in the npinion of the City, a
sufficieni number of stakes or markings have been lost, destroyed c�isturbed or
omitted that the contracted Work cannot take place t�en the Contractor will be
requir�� to stake ar re-stake the deftcient areas.
B. Canstru,ction Survey
1. Construc�ion Survey wi11 be performed hy the Contractor.
2. Coordination
a. Contractor to v�rify that horizontal and vertical control data established in the
design suzvey and required for construction survey is available and in place.
3. General
a. Co�stniction suivey r�vill be perforn�ed in order to canstruct the wark shovFm
on the Construction Drawings and specified in the Con.tract Docurnents.
b, For construction. methods other than open cut, the Contractor shall perform
canstrnction survey and veriiy control data including, but not Iimited Co, the
following:
1) Verification that established benchmarks and control are accurate.
CITY QF FORT WORTH SaFe Route,s to 5chonl Improvements
STANDARb CpNSTRUCTION SPECIFICAT�DN DOCUMENT5 City Project Number: 1012b4
Revised Fe6ruary 14, 2p18
017123-4
C:ONSTRUCTTDN STAKING A3�D SURVEY
Page 4 of 8
2) Use of Benchmar�s to furnish and maintain all reference lines and grades
for tunneling.
3j Use of line and grades ta establish the location of the pipe.
4} Submit to the Caty copies of fiejd notesused to establish alS lines and
grades, if requesCed, and allovv the City to claec% guidance system setup prior
to baginning each tunneling drive.
5) Provide ac�cess for the City, if requested, ko verify the guidance system and
the line and grade oi the carrierr pipe.
6) T4�e Contractor retnains fu.11y responsible %r the accuracy of the work and
correckion: of it, as required.
7) M�nitot line and grade contizauous�y during construciion.
8) Record deviation with respect to design line and grade once at each pipa
joint and subznit daily records to the City.
9) If the installation does not meet the specified tolerances {as ou�lined in
5ections 33 OS 23 andlar 33 05 24), imrnediately notify the City and ca�rrect
the installatian in accordance with the Contraet Docurnents.
C. As-Buijt Survey
1. R�quired As-Built 5urvey wiIl be performed by the Contractor.
2. Coordination
a. Contractor is to caardinate with City to confirm which features requzre as-
built surveying.
b, It is the Contractor's responsibility to coordinate tk�e as-built survey and
required rneasurennents for items that are to be buried such that cons#ructian
activities are not delayed or negatively impacted.
c. For sewer maitv� a�►d water mains 12" and under in diarne�er, it is acceptable
to phy�ically measure depth and mark the Iocation during the progress of
canstruction and take as-built survey after the facility has been buried. The
Contractor is respo�.sible for the quality controI needed to ensure accuracy.
3. General
a. The Contractor shall provide as-built suc�+ey including the elevatian and
locat�on (and provide written documentation to the City) of construction
features dnrin� the pragress af the construction inciudsng the following:
1) Water Lines
a) Tap of pipe elevations and coordinates for �nraterlines at the following
locations:
(1) Minirrtum every 2501inear feet, including
(2) Horizontal and vertical points of inflection, curvature,
�iG.
(3) Fir� line kee
(�) �'lugs, stuh-outs, dead-end lines
(5) Casing pipe (each end) and all buried fittings
2) Sanitary� Sewer
a} Top of pipe elevatians and coordinates for force mains and siphan
sanitary sewer lines (non�gravity facilities) at the follo�ing locations:
(1} Minimum every 250 linear feet and any buried fittings
(2) Horizontal and vertica� points of inflectian, curvature,
etc.
3� Starinwater — Not Applicable
C1TY OF FORT WORTFi 5afe Rouces to 3chaol Improvemen[s
5TAN1aARD CONSTRUCTION SPECIFICATIqI�I bOCLfMENTS Ciry Project Number: I OL264
Revised Februsry 14, 2018
U17123-5
CONSTR[7CTfQN STAKING ANB SURVEY
Page S nf 8
b, The Conkractor shall provide as�built su�vey including the elevatian and.
location (and provid� written dacumernation to the City. } ofconstn�ction
features after the consEructia�► is com�leted including the Following;
1) Manholes
a) Rim xnd flowlin,e eZevatians and coordinates for each manhole
2) Water Li�es
a) Cathodic protection test stations
6) Sampling stations
c} Meter boxes/vaults .(All sizes)
d) Fire hydrants
e) Valves (gate, butterfly, ete.)
fl Air Release valves (Manhole rim and vent pipe)
g} Blow off valv�s (Manhole rim and valve 1id)
h} Pressure plane vatves
i) Underground Vaults
(1) Rim and flowline elevatians and coordinates far each
Underground Vault.
3) Sanitary Sewer
a) Clearaouts
(1) Rim and flovc�IinE elevations and coardinates for each
b) Manholes and �unction Struciures
{1) Rim and flawline elevations and coardinates for each
manhole and junction structure.
4) Stormwat�r — Not Applicable
1.1D DELIVERY, STORAGE, AND FIANIlL�NG [NOT LTSED]
l.11 FIELD [SITE] CONDITIONS [NOT USED]
1.1� WARRANTY
PART 2 - PRODiTCTS
A. A construction survey will produce, but will not be limited to:
1. Recovery nf relevant control points, poinis of cvrvature and points of intersection.
2. Establish tempnrary horizontal and vertical cantrol elevations (benchmarks)
suffciently permanent and located in a manner to be used throughout construction.
3. The location of planned facilities, ea�ements and improvem�nts.
a. Establishing final Iine and grade stakes for piers, floors, grade beams, parking
areas, utilities, streets, highways, iunnels, and other constr�zction.
b. A recard o� revisions ar correctians noted in an orderly manner far reference.
c. A drawing, when required by the elient, indicating the horizontal and vertical
location of facilities, easements and iznprovemants, as built.
�. Cut sneets shal� be provided to the City inspector and Survey Superintendent for all
construction staking proj�cts. These cut sheets shall be on the standard city fiemplatie
which ean be nbtained frozn the Survey Superintendent (817-392-7425}.
5. DigitaI survey files in the fallowirng formats shall be acceptable:
a. AutaCAD (.dwg)
b. E�RI Slaapefile (.shp)
C1TY QF FL]RT WORTH Safe Routes to Schao[ Improveeneiits
STANDAk7D CON81`RUCTION SPECIFTCATIOiV DOCLIMENT5 Ciry Project Numher: 1q1264
Rev3sed February 14, 2U18
oi �ia3-6
CONSTRUCTION STAKIiVG AND SURVEY
Paga b of 8
c. CSV file {.csv), farmatted with
,�� u ��, � i
11 _�, l � rdinatF 'n p; � ����lu�rn ��
6. Survey files shall include vertical and horizontal data �ied to original proj ect
control and benchtnarks, and shall include feature descriptions
PART 3 - EXECUTION
3.1 IN�TALLERS
A. Tolerances:
1. The staked location of any improvement or facility should be as accurate as
practical and necessary. The degree of precisian required is dependent on many
factors all of which must remain judgmental. The to�erances listed hereafter are
based on generalities and, under certaian c�rcumstances, sha11 yield to specific
requirements. The sur�+eyor shall assess any situation by review of the overall plans
and through consultation with responsible parties as ko the need for specifie
tolerances.
a. Earthwark: Grades for earthwork or rough cut should not exeeed 0.1 ft. vertical
tolerance. Horizontal aiignment for earthwork and rough cut shauld �aot exceed
I.4 ft. tnlerance.
b. Horizontal alignment on a structure shall be witk�in .0_1ft tolerance.
c. Paving ar cnncrete for streets, curhs, gutkers, parking areas, drives, al�eys and
walicways shall be lacated wit.�in the confines of the site boundaries and,
occasionally, along a boun.dary or any other restricti�e line. Away frarr� an�r
restrictive Iine, tliese facilities should be staked with a$ accuracy producing no
more than 0.05ft. �olerance from their s�ecified locations.
d. Underground and overhead utilities, such as sewers, gas, water, telephone and
e�ectric lines, shall be located horizontally within their prescribed areas ar
easements. Within assigned areas, t3iese. utilities should be staked wit� an
accuracy producing no more than q. I f� tolerance from a specified location.
e. The accuracy required for the vertical Iocation of utilities varies widely. Many
underground utilities require only a minimum caver and a talerance of 0.1 ft.
should be rnaintained. Underground and a�erhead utilities on planned profile,
but not depenciiz�g on gravity flow for perfarmance, should nnt exceed 0.1 ft.
tolerance.
B. Surveying instruments shall be kept in close adjustment accoxding to manufacturer's
specifications ar ir� compliance to standards. The City reserves the right to request a
calibration report at any tune and recommends regular maintenance sek�edule be
performed by a certified technieian every 6 rnonths.
1. Ficld measurements of angles and distances shall be done in such fashion as to
satisfy the closures and kolerances expressed i� Part 3.1.A.
2. Vertical loca�ians shall be established irom a pre-estabjished benchmark and
checked by closing to a different bench mark on the satrie datum.
3. Construction survey ireid work sha11 correspond tn the client's plans. Irregularities
or confiicts found shall be reported promptly to the City.
4. Revisi.ons, carrections and other pertinent data shall be logged foc future reference.
CITY OF FORT WORTfI Safe Routes to 5chool Improvemeuts
STA[�Ii�ARb CONSTRi1CTION SPECIE'TCATION DOC[JMENTS City Fraject Num6er, 101264
Revised F'ebruary 14, 2018
ar�iz3-�
GONSTRUCTION STAI�ING AND 5CJRVEY
Page 7 of $
3.2 EXAIVIINATION [NOT USED]
3.3 PREPARATION [NQT USED]
3.4 APPLICATION
3.� REPAIR / RESTORATION
A. Tf tlie Contractor's wark daznages or destroys one ar more of the contrnl
mnnuments/points set by tke City, �he monuments shall be adequately referenced for
expedient restoratian,
1. Notify City if any controi data needs to be restored or r�p�aced due to damage
caused during construction op�rations.
a. Contractor shall perform replaceznents andlor restorations.
b. The City may require at any time a survey "Field CE�eck" of any monument
or benchmarks that are set be verif ed by the City surveyors before further
assvciated work can move forward.
3.6 RE-INSTALLATION [NOT USED]
3.�' FIELD (ou] SITE QUALITY CONTROL
A. It is the Contractor's responsii�ility to maintain a11 stakes and control data placed by the
City in accordance with this Specification. This includes easements and right of way, if
nr�ied on the plans.
B_ Do not change ar relocate stalces or control data wiihout approval from the Cify.
3.8 SYSTEM STARTUP
A. Survey Checics
1. The City reserves th� right to perform a Sur�ey Check at any time deemec�
necessazy.
2. Checks by City personnel or 3rd party contracted surveyor are not intended to
relieve the contractor of hislher responsibility for accuracy.
3.4 ADJUSTING [NOT USED]
3.10 CLEA1vING [NOT USED]
3.11 CLOSEOUT ACTIVITiES ENOT USED]
3.1�. PROTECTIDN [NOT USEDj
3.13 MAINTENANCE [NQT USED]
3.I4 ATTACHMENTS [NOT LTSED]
END OF SECTION
Revision Log
GT3"Y' OF FORT WOFtTF�T 5afe Routes ta School Improvaanei�ts
5TANDARD COIVSTRUCTTON SPECQ'IC�ITION DpCUMENTS City Projeet Number. l O 1254
Revised Tebruary 14, ZO18
4'l l 71 23 - 8
CONSTRUCTIO�IY STAK]NG �44ATI5 SURVEY
Page 8 af S
DATE NAME SUMMARY OF CHANGE
8/31/2012 D.lahnson
Added instruction and madiiied measurement & payment under l.2; added
8/31/2017 M. Qwen e��t�ons and references under 1.3; modifted 1.6; added 1.7 closeout submittal
equirements; modified 1.9 Quality Assurat►ce; added PART 2— PROI]iJCT5 ;
dded 3.1 Installers; added 3.5 I�epair/Restoration; and added 3.8 5ystem 5tartup.
emaved "blue text"; revised measurement and paymenC secYions for Construction
Staking and As-Bui[t Survey; added re£erence tn selection compliance wiYh TGC
2I1412U18 M Owen 225�4; re�vised aation and Cioseout submittaf tequirements; added acceptable depth
easurement criteria; revised iist of items tequiring as-built survey "during" and
"after" construction; and revised acaep#able digifal survey file format
CiTY DF FQRT WOATH 5afe Routes to 5chooi Improvements
STANDAR]] CQNSTRUCTiON SPECIFTCATTON DOCiTMENTS Ciry Fraject [�umber: 101264
Revised Fe6ruary 14, 2018
' - -
�
_ ..
�ecti�r� C�1 i1 �3.01 � �o��achme�t A
Sur��y St�kin� St�nd��°d�
February 2017
0:�5pecs-5tds Ga�ernance Process\7emporary Spec Files�Capital Delivery�Cap Delivery pi� 01�0171
23.16.01_attachment A_5ur�ey 5taking 5tandards.docx
Page 1 of 22
These procedures are intended to pro�ide a standard method for canstructian staking services
associated with the City af Fart Worth projects. These are not to be considered a!I inclusi�e, but only as
a general guideline, For prvJect� vn '�X�O�right-of-way or thraugH joint TXD07' particfpation,
odherence t�a the T'JfDO� 5urvey hl�anua! shall be followed and if � discreparncy arrses, the iJ�DOT
m�nual sha!! prevail. ��l".,�:/� ���i�� �.:� �,ar��,al�.tx�ut.6�V/txt�Ot[rin11u3i5��_�/e`_'�.A���
If yau ha�e a unique circumstance, please consult with the project manager, inspecCor, or sur�ey
department at 817-392-7925.
��k��� �f ��nt��t5
I. City of Fort Warth Contact Information
II. Canstruction Colors
III. Standard Staking Supplies
iV. 5ur►�ey Equipment, Control, and patum Standards
V. Water Staking
Vi. 5anitary Sewer Staking
VII. Storm Staking
VIII. Curb and Gutter 5taking
IX. Cui Sheets
X. As-built Survey
Q:�Specs-5tds Governance Process�Temporary Spec Files�Capital Deiivery�Cap pelivery div 01\01 71
23.16.01_Attachment A_5ur�ey 5taking 5tandards.docx
Page 2 of 22
i.
�
�ur�eb �e����rrr�rrt Con�ae� In�ormatio�n
Physical and mailing address:
885� Camp Bowie West �oulevard
5uite 3D0
Fnrt Worth, Texas 7G115
Office: (8Z7) 39z-7925
Sur�ey Superintendent, direct line; (817j 392-8971
�ans�ruction Col�rs
The following calors shall be used for staking or identifying features in the field. 7'his
includes flagging, paint af laths/s#aices, paint of hubs, and any identificatinn such as pin flags
if necessary.
PROPOSED EXCAVATION
ALL �LECTRIC AN� CON�UITS
POTABLE WATER
GAS OR OIL
TELEPHONE/FIBER QPTfC
SURVEY CONTR�L POiRlT5, BENCHMARKS,
PROPERTY CORNERS, RIGH7-OF-WAYS, ANQ
ALL PAV�NG INCLUpING CURB, SI�EWALK, BUI�.DING CORNERS
SANITARY SEWER
IRRIGATION AND RECLAIM�D WATER
�
��andar�d �takir�� Su�plies
Co�or
WHIT�
YFI, l C) W
��A�lC+�
PINK
� :� ��
I�em hl�ir�imum size
Lath/Stake 36" tall
Wooden Hub (2°x2" min. square preferredj 6" tall
Pin Flags {2.5" x 3.5" preferred) z1" long
G�ard Stakes Not required
PK or Mag nails 1" long
Iron Rods {1/2" or greater diameterj 18" long
5urvey Marking Pair�t Water-hased
Flagging 1" wide
Marking Whiskers (feather5j 6" long
�facks (for marking F�ubs) 3/4" long
O;\Specs-Stds Governance Pracess�Temporary 5pec Files�Capital Deli�ery�Cap Deli�ery Div 01�01 71
23.16.{11._Attachment A�Survey 5taking 5tandards.docx
Page 3 af 22
Il�. S�a��e � ui r��r�t Con�rol ��d 9aturra 5��n��r�s
A. �iiy Benchmar�ss
All city benchmarks can be faund here: �tt : f:,rt�n+orthic ��s.��V It30��.EtiOnil�G��'
Look for `Zoning Maps'. Under `Layers' , expand'Basemap Layers', and check on
`Benchmarks'.
s. Conventionaf ar Rohotic iatai Station Equipment
I. A minimum of a 10 arc-second instrument is required.
I!. A copy of the latest calibrativn report may be requested by the City at any time.
It is r�comrnended that an instrument be ealibrated by certified technician at
least �. oceurrence every 6 months.
C. Netwarl�/V.R.S. and static GP5 Equipment
l, lt is critical that the sur�eyar verify the correct horizontal and �ertical datum
prior commencing work. A site calibratian may be required and shall consist ofi
at least 4 control paints spaced e�enly apart and in �arying quadrants.
Additional field checks of the horizonta! and �ertical accuracies shall be
completed and the City may ask for a copy of the calibration report at any time.
Network GPS suc� as the Western Data Systems or 5martNet systems rnay be
used for staking of property/R.O.W, forced-main water lines, and rough-grade
onky. No GPS sfakin� �or concrete, sani�ary sewer, storm drain, �inal �rade� or
a�dthin� �ha� needs vertical �radin� wigfi a�olerance of 0.25' or less is
aflowed.
�. Contrnl Paints Set
I. All control points set shall be accompanied by a lath with the appropriate
Northing, Easting, and Elevation (if applicablej of the point set. Contro! poir�ts
can be set rebar, 'X' in concrete, or any other appropriate item with a stable
base and of a 5emi-permanent nature. A rebar cap is nptional, but preferred if
the cap is marked 'contrnl point' or similar wording.
II, Datasheets are required for all contrnl points set.
patasheet shnuld include:
A. Horiznntal and Vertical Datum used, Example: N.A.D.83, Norkh Central Zone
4Z02, NAVD 88 Elevatinns
B. Grid ar ground distance. — If graund, provide scale factor used and base
poirtt coordinate, Example: C.S.F.=0.99912.5, Base point=North: 0, East=O
C. Geoid model used, Example; GEOIDI2A
O:\5pecs-Stds Governance Process�'Temparary 5pec Files�Capital beliWery\Cap Delivery Di� QZ\0171
�3,16.01_Attachment A_5ur�ey Stalcing 5tandards.docx
Page 4 of 22
�. Preferred Grid Datum
Although many plan sets can be in surface coordinates, the City's pr�ferred grid datum
is listed below. Careful consideration mu5t be taken to verify what datum each �roject is
in prior to beginning work. !t is essential the surveyor be familiar with coordinate
transformaCions and haw a grid/surface/assurrted coordinate system affect a praject.
Pra�ected Coordinate
5ystem: I�AD_i9�3_StaiePlane_Texas_IVorth_Central_�IPS_4202_Feei
Projection: Lambert Con#ormal Conic
False_Easting: 19685fl0.000QQOfl0
Fafse_Northing: 6561566.66666667
Central_fl�eridian: -98.5U000000
Standard_Parallel�l: 32.13333333
5tandard�Parallel_�: 33.95666667
Latitude_Of Origin: 31.66666667
Linear Unit: Foot US
Geographic Coordinate 5ystem: GCS_North_American_i983
Datum: D North American 198�
Prime Meridian: Greenwich
Angular Unit: begree
f���c. �ti�.r ardl�__...` ,N�a.� _� ---�r�� -..-:;7 r�; =,'.-- �:'"o���_ i- :t, C1�;:ve: ��I�.:. ;.� the i.if,�
must be converted/transla#ed into this preferred grid datum. 1 copy of t}ie deliverable
shQuld be in the pfaject datum (whatever it may be) and 1 copy should be in the NAD83,
,-�r �,:Lr+h --�--. �I ".Z�' zar. �`- Gr=�;--_ 'r�{�- N�►,�ir,u ��; ..�t:�n i�w -„�.
�. Pregerred �elie�erable Format
.txr ,cs� ,dwg .job
G. �referred bata Format
P,P,�,�,Z,I],fV
Point Number, Northing, Easting, Elevatian, Description, Notes (if applicablej
�. Preferred �iie Naming Con►�ention
This is the preferred format: CiCy Project Number_bescription_Datum.csv
Example for a proiect thai has surface coordinates which must be translated:
File 1: C1z34_As-built of Water nn Main Street Grid NAD83 TXSP 4202.csv
0:�5pecs-5tcfs Governance Process�Temporary Spec Files�Capital Deli�ery�Cap befi�ery bi� 01�0171
Z3.16.01_Attachtnent A_5urvey Staking Standards.docx
Pag� 5 of 22
File 2: C12�4_As-built of Water on Main 5treet_Project Specific Datum.cs�
�xar�ple �v�tr�l St�k��
O:�Specs-5tds Governance Process�l�emporary Spec Files�Capital �elivery\Cap Delivery �iv 01�0171
23.16.01_Attachment A_Survey Staking Standards.docx
Page 6 of 22
�
�
�
�
�
�
�
�
�
�, �
;. i �
.� • �I
. i
� �{
i� '
xk
i .� I
F" I
.al - ,
;� -1
�r _
.� � 1
� i I I I
,'I I I
� �
I
�i
LY
W
�
�
7
�
� .
al
�
����
C]C
W
�
�
�
�
�
�
�
�
1
a
�
�
CP ,�1
�
�
d
�
_
(!)
�
(/7
W
J
�
�
f}
[-1
�
�
�
�
Z
�
J
�
J
m
�
C]
,--�
�
�
i--
�
�
Li.l
�
E�. � � aa. o�'
�
u
�
�t
�
�
�
�
�
rvl
�v=�aao.�a E—�oao.ao
�
�
r
I
� �
� W
� �
� �
� �
� �
_ �
� �
�
�
Z
(!? L1.
z
� �
� � � �
W
r � �
��
W
� �
�
, ��----
�
i
t�
�. 1Al��er Staicin� S$�nd�rds
O:�Specs-5tds Go�ernanee Process�Temporary 5pec Files�Capital Delivery�Cap Deli�ery D'f� 01�p171
Z3.16,01_Attachment A_Sur�ey Staking 5tandards.docx
Page 7 of 2�
A. �enterline Sta�ing — 5iraighi Line iangents
L Offset lath/stakes e�ery 200' nn e�en s#ations
II. Painted 61ue lath/stake only, na hub is required
Ilf. Grade is to tap of pipe (T/Pj for 12" diameter pipes or smaller
IV. Grade to flow kine (F/L) for 16" and larger diameter pipes
V. Grade shoukci foe 3.5Q' below the proposed top af curb iine for 10" and smaHer
diameter pipes
VI. Grade should be 4.00' 6elow the proposed top of curb line for 12" ancf karger
diameter pipes
VII. Cut Sheets are required on all staking and a copy can be received from the
survey superintendent
Optianal: Actual stakes shall consist of a 60D nail or hub set with a wirisker
B. Centerline Staking - Cur►�es
I. If arc I�ngth is greater t�an 100', POC (Point of Curr�afiurej affset stakes should
be set at a�5' interval
11. Same grading guidelines as abo�e
ili. Staking of radius points of great�r than 100' may be omitted
C. Water [il�et�r Boxes
I. 7.0' perpendicular offset is prefer�ed to the center of the box
!I. Center of the meter should be 3.0' behind the proposed face of curb
I11. Meter should be staked a minimum of 4.5' away from the edge of a driveway
IV. Grad� is to tap of box and sha�ld be +0.06' higher than �he proposed top o#
curl� unless shown otherwise on the plan5
D. �ire Hydrants
I. Center of Hydrant should be 3.0' behind proposed face of eurb
I!. Sur►rey offset stake should be 7.a' from the center and perpendicular ta the curb
line or v�rater main
III. Grade of hydrants should be �0.3D higher than the adjacent top of curb
E. Water !lal�es � Vaults
I. Offsets should be perpendicular to the praposed water main
II. RIM grades should only be provided if on plans
��artrr �� IIVa$�r �f�k�s
O:\5pecs-5tds Go�ernance Process�7emporary Spec Files\Capital Delivery�Cap belivery Div 01�0171
23.16.D1_Attachment A_Survey Staking Standards.dacx
Page 8 of 22
.�
�-k
� 1'
�a �
� �
���
�
V �
I � �
.` � '
1� � � �
� � � � _� .
� 1 �
� ,-�-�-_
�] � �' of� �. +�����rA=�+oa � � �-�,�2 ,l i�
� w + .
� � �
� �- -- � , '��
� . „� � � �
� �' . � ��� � � (
� �
�� t
U _ .F�.�gs �—
� �� 7F ��S � W`L�� w S7A=9+72.91� F C-3.81 i-.�
� JL —
W -� �
j� n � �
n ,
v� � � �
� ��
� � rott E1.,_1o1.sS' � �
� 1 1
W r
a � l
� I
�� �
I.iJ .- � �
€Y - k � = €
� k�; � � s
�'- UTJ
� � � "? �
� � � �
laJ � �.3
� � `
� � � r
J�-� � � [ � �� � 1
� Y h- � _ �
I W � � :
� Vl
o�� � �� � � �,,�
�— �� r � �, .. �
C� r �`
? - Z � �
�
- � � � � 4, ' ����� f
� d 7' 0%`` �Z W%l- 1� �A=�Otf}fi I� � C-3.78 _ ��` .r
� � ��•�
� p � W��
� ��
J
� m �
W
O J
`� � � '�aie .`ioo-.n�� ���m
m w � ����
y, � i s � til �
� �
= m $
� �
�
VI. Sa�i�arb S�r�►e� Sta�kir��
O:�Specs-Stds Ga�eTnance Process�Temporary 5pec Files�Capital Delivery�Cap Delivery Div 01�Q1 71
23.16.01_Atta�hment A_5ur�ey Staking 5tandards.docx
Page 9 of 22
A. Cencerline 5iaking—S�raighti Line �angent5
l. Inverts shall be field �erified and cornpared against the plans before staking
II. Painted green lath/stake WI7� hub and tack or marker dot, no flagging required
III. 1 offset stake between manholes if manholes are 400' or less apart
IV. Offset stakes shnuld be located at �ven distances and perpendicular to the
center�ine
V. Grades will be per plan and the date of the plans used should b� noted
VI. If multiple fines are at one manhole, each line shall ha�e a cut/fiil and direction
noted
VII. StaEtes at e�ery grad� break
VIII. Cut sheets are required on all staking
Op�ional: Actual stokes shall consist of a 6�D noil or hu6 sei with a whisker
�. Centerline 5ta�ing — Curves
I. If arc length is greater than 100', POC (Point of Cur�aturej offset stalces shoufd
be set at a 25' interval
fl. Staking of radius points of greater than ].00' may be omitted
C. Sanitary Sewer �dlanholes
I. 2 offset stakes per manhole for the purpose of pro�iding alignment to the
contractor
lL Flowline grade should be on the lath/stake for each flowline and direcCion nnted
III. RIM grade should only be on the stake when pravided in the plans
O:�Specs-Stds Governance Process�Tejnporary Spec Files�Capital Deki�ery�Cap �elivery Qi� 01\0171
23.16.01_At#achment A_5urvey S#aking Standards.docx
Page 10 of 22
�xar��le Sa�nitar�r �e�►er Stak�s
� ��
� �
� �
�W
�,
��
ti�
�'�,y�
� �jy
L S�y�
�n � 1
���
I
�
.: ����
G ,{ �
� t,: y'
� � � ��
� u i �% ��
� � . � c�
C? � If} �
� � 7` �C�/S ^� S� �� I� sTA�3+�n I �u� �4�11 �� c,a� � C-oa r �
,� � '�
� � w � �ti
� " 1
u� ���j. � ��
- w.,�
� �.� . �
•��� � ti
, �� � �� � �� �— �a�3��� � � �, �_� 11 � � �-�� II � � �� � - �� x � � � ' �
�� � �''
F� . ���v � �::f '�
— ;
� S� I AL/ �
'?i � .� �, _ .
W.,�i' � I � j � �r
�E':� � � �� S}%� �i. S51I 'Th—It7G��'�y L�4� . �
� •-�
�
�� � � w �
� � +
�! � "� � `
��
, �: � ��
�.T� �
� �� � I
� � � '� � �i: � r
� � o
i ,W�,,�"s � � 3 W � � � � t
_ �W � �d #� I o� r a ��� � T � '
- �i T x � "ya "'�'' � � c�i� i �� �
f e� �+ � � � �� �� �� W� y �m�� �r I.
� _ iu 4 �� j
{� ~ � - F� 'L F� FF,�- y ��;� �,�'
C'J z �
� ,� . � ,�,, � �� �^ i�-�i� �?n, ,�i�._ �� y _:
7 #
�' � '� O,f�. � �S���a oc•i �_� a s��lj(��ilCc a��� Fi9��+, � .yo��
� =�E`�` - � � � a
n
�. � �`�� � ����
� �r � m''
� � ��f r ���
�" � I � 4'� L �
� '
�� 1�'}�jS � 55 +l�! STA-O-FUf+ II� �-�� II�� �C�II � C"'4� � �^
� � � _44�
� C is _.- �r S � ' � �
� 1� �� p ��
� �� ��
P ��
�� ��
I.L ..}
= CS
i uc
0:�5pecs-Stds Go�ernance Process�Temporary 5pec Files�Capi#al Delivery�Cap Delivery Div 01�q177.
23.16,01 Attachment A_Survey Staking Standards.docx
Page 11 of �2
Vll. ���rr�r ��w+�� � I�le� �taki�
A. Genterline 5�a�ing � Straight Line Tangents
i. 1 offset stake every 200' on even stations
li. Grades are to flowline of pipe unfess otherwise shown on pfans
III. Stalces at every grade break
IV. Cut sheets are required on all staking
�ptional: Actual stakes shall consist af a 60D nail or hub set wrth a whisker
6. Centerline Staking — Cur�es
1. If arc length is greater than 10d', POC (Point of Curvaturej offset stakes should
be set at a 25' interval
Il. Staking of radius points of greater than 100' may be omitted
C. 5tarm Drain Inls�s
I. Stakin� distances 5hauld be measured fram end of �nring
fl. 5tandard lq' lnlet =16.00' total length
Ifl. Recessed 10' lnlet = 2D,00' #otal length
IV. SCandard douhle 10` inlet = 26.67' total I�ngth
V. Recessed double 10' infet = 30.67' total length
I7. Storm Drain Manholes
I. 2 offset sta[ces per manhole for the purpose of providing alignment to the
contractor
II. Flowline grade should be on the lath/stake far each flowline and direction noted
ill. RIM grade should an�y be on the stake when provided in the plans
O:\5pecs-Stds Governance Process�Temporary Spec Files�Capital Delivery�Cap belivery Oiv 01\0171
2316.a1_Attachment A Survey Staking Standards.docx
Page 12 of Z�
�xam le ���r�n Inl�t S$�l�es
����
(�oe F,van�c �r.aw.)
I;
�
I.
RIJ� �lEVA:"�l m�
m
F1� C�N T
��ID� FACI�IG �}
�
� 4
�
��I
D
C7
m
a
�
z
r
�
�
�
�
c�Il1FES 4H-Ili �
� � '; END OF li-!E WIN'�
-� BEINC STAI�EC
�'
� .•eLEF SThTI{fN
t F NOT€G OH PLAN41
�
�
T��. iuc.�� �.. - . .
"�
�F . .
+
O
�
��- ._...,��:
�
�
�
�
HUB YrTTH TAC.
BA,CiC OF �F�
� � F'Lfl"hLR1E — —
�h77G£ OF PAVE}.1ENT�
�ACK
�o� F.mno R,awj
_MI ( �
�
HU9 0.E �: :.-.:1 I o
1J
FR�NT
(SIDE FAGIN� �)
0
I�
�
A{y
R1
�i
z
�
�
�
A
t*� ' iEiESJIIPFE& 1Ni1CM
i � :N� 4� T}tE YANG
� eot�G sr�Keo
N j
1
�
�
7�
�
-I-
cti
r-=��
�
c�
�
..n
�
_. _ oisraHCEs �oR iN Frs
STANQARD 1D' � 16'
REf£'SSEp 10' � 217
STANahRL7 �d.IBI.E 1p' d �6.67
I--- --- .-- FECE55fD dIJBLE 10' e 3a_67
�— -----._...._----��
� I
I e�,�x � iM�r �
�I '_ �'ti'�1�;'. _ y:.'. •r. _ ] • �j ' :�,;. �7
wi � .i
G1l �+, . Qf
�I _ . j I
b I A�At�1H�ULE Q I
4I , f; I
l. ;dA °f I
•4�.:I •" q�l. . • �•
�: :-�' � _ _ i.� T _
�fi�•�f �fiL=� •• •iY Y J �i �i � � -
� � FACE � INLET
ELGE OF PAVE}AQJT
OF PA'4EkiEf�T
C}:�S�ecs-Stds Gavernance Process�Temporary Spec Files�Capital Delivery�Cap Deli�ery Di� Q1�0171
�3.16.01_A#tachment A_5urvey 5taking Standards.docx
Page 13 of 22
S.+lC1[ OF vUR9
— — FLDV+l.I1dE — — —
E06E fsF PA4�FAENt� —
VIIL Gurb and ����er ��akin�
A. Cen�erline S�aking � Straight Line Tangen�s
V. 1 ofFset stake e�ery 5d' on even stations
VI. Gracles are to top of curb unless atherwise shown on plans
VII. 5takes at every grade brealc
VIII. Cut sheets are requir�d on a{I staking
Optional: Actual stakes sha�11 consist of a 60D nai! or hUb set with a whrsker
B. Centerline S�a�ing — Curves
III. If arc length is greater than 100', POC (Point of Curvaturej offset sfafces should
be set at a 25' inter�al
IV. 5taking of radius points of greater than 100' may be amitted
O:\Specs-5tds Go�ernance Process�7emporary 5pec Fifes�Capita.l belivery�Cap Delivery Bi� O1\0171
23.16.D1_Attachrnent A_5urvey Staking Standards.docx
Page 14 of 22
�x�rr�r�al� Cur� � ��x��r Stak�s
FR�N T
(sioE �acih�c �)
FI��NT
(�IDE FACING �,)
0
0
�
�
m F �`.
• �.
FR ONT -- �-- �,,-
�$aE ����� �
�R ONT �
(�U� FAGING �,} N
fl � wo S['. s �
!� Pl f �
�l�CI� � m �: � � �,� �
{SIDE FACINCi R.O,Y/.) 1� � lT/�] o �; �
- _.. . ;�i �~ +� � � i ir i
� � � �� � I f f I
, � � I I I l�
II T� •� OF Our� .P _' 4 I I I i
riL9 ��.�v.�nor. o I � p� �n°s"� - - = � � ��, l
� p �, ��1`�
.. , ,. -w _ ��ti�
,- , i �
I . `�ee� �, a�lf1� � � I
i � �Ct ' ! � � i
I I - _ � � s�b�;�-�.�J /•J �f +� {�
' ` � � f�'a �`� � f �� FI
�
. � _��`�', ',�f, �i•
r ,� � f- f _. .� r
- _ �. Tr_tP f�F CIJR�t r r " �a+` �� r � .
� �� - --}'--y--�y ��F �{'
, T�` � N � � � � s,. .� � _ .— �F � ,
�c�k�, _ _ r _ � .- � i .�
'� r- - ,�-- -- �
e�c�; QF c�r�e ...�� �r - _ _ --'-1 �.r - F_. -
i ~ ��`��- ��F �, `�����}�
F�,GE (�F �.�J�B�` I ` I yF�� s; f��-i�
L __1, - = .-` �,�,.s� r ` �
FL� WLi hlE
EaU'� {�� PA�EI�EhIT
��arr� I� ��rb 8e �utt�r �tak�s �� Inf�����fii��
O:�Specs-5tds Go�ernance Pracess�Temporary Spec Files�Capital Delivery�Cap Delivery �i� 01�0171
23.1fi.01_Attach ment A_Sur�ey Staking 5tandards.docx
Page 15 of 22
.-, .
��
�— �
f1 � z _
�
� f,_7 � 1c•� a,w m�wrn-zi�e� ''. r���
�-- � W �..
L� �
�
�
�� F
�.�. _ _
1
��---
�—�.
� m-t� — —
; ,.,f — � .
L� W—
�
�
�
C
_ ���
+J
� - I
� V
1'1
.� �
' i
i
� �� f :
, �' G i
r f
��3�� ' �
.
��� , ,
4 �t]/ ;
�, �� 7i `�� �
� ,� _. _ . .. --- - - -
.� ;--i i �
. —�,� ..a �
ean� �a rave
:E
� ���
� � �� � ,
� �s
Q _ - �
. e�na �a 5iaae
��.� . . '� � _._ ..... __ i a
� jdV I�Ir
� � -
f ����` i.
f ,���a
�%`-
``��' ti
�Ul. `ti .
i;� �.
-�
�o
M �
�—
,�i
�
f..
�bi [�
,Oi �
O:�Specs-5tds Governance Process�Temporary Spe[ Files�Capitai Delivery�Cap Deli�ery Di� Ol\Ol� 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 16 of 22
!X. C�$ �I��e�s
A. Date offiefd work
B. Sta�Cing Method (GPS, total statian)
C. Project Name
D. City praject Number (Example: C0�.234j
E. Location (Ac�dress, cross streets, GP5 coordinate)
F. S�r�ey company name
G. Crew chief name
FI- A b��nk t�mpl..te �..n be abtained f� um th€ sur.�:7 �:,p�►�nt�nd��r=1}�� ��y.:� r��c..�l
�ta�nd�rd Cit Cut SFi�e�
pate:
0 TO7AL
S4a�ing hlfethad: 0 GP5 STATION
LOCAYIO�d:
Ci4y Project
tdumber:
�roject Name;
❑ OTHER
CUiVSU L�AR�TICORlTF3AC�'O�
SU�tV�Y CR��Id IPEITIA�,S
A�L �RAD�S �lRE i0 FLOW�.IN� QR TOP ��' CURB UR�LESS O�H�R16ilISE RlOi�p.
PT # STATION �F�S�� DESCRIPTION PROP. STAKED „ CUT + FiL.L.
-LT/+R7 GRADE ELEV.
O:�Specs-Stds Governance Process\Temporary Spec Files�Capital Delivery�Cap Deli�ery Div Q1�0171
�3.7:6.01_Attachment A_5ur�ey Staking Standards.docx
Page 17 of 22
�t. �s�built Sur�+e�
A. �e�ini�ion and Purpose
The purpose of an as-built surv�y is to �erify the asseC was instafled in the praper location
and grade. Furthermore, the infarmation �athered will be used to supplement the City's GIS
data and rnust be in tf�e praper format when submitted. 5ee sectFon 1V.
As-built survey should include the follawing (additional items may be requested):
Monhales
Top of prpe elevatians every �S� feet
Horizonta�l and vertical pnir�ts o,f inflec�ron, curvature, etc. (All FiftingsJ
Cathodic protectron test statians
SQmpling stations
Meter 6oxes/vaults (All sizesJ
Fire lrnes
Fire hydrants
Gate vrxlves (rrm and top of nutJ
Plugs, stub-outs, dead-end lines
Air Release valves (Manf�ole rim rrnd vent prpej
slow off va�lves (Manhole rirrr and valve lidj
Pressure plane valves
Cleaning wyes
Clean auts
Cusing pipe (each endJ
lnverts of pipes
Turbo Meters
O:\5pecs-5tds Gavernance Process\Temparary 5pec Files�Capital Deli�ery�Cap belivery Di� 01\0171
23.16,01_Attachment A_5urvey Staking 5tandards.docx
Page 18 of �2
B. Example �eli�erabf�
A hand written red fin� bythe field surveyor is acceptable in most cases. This shauld be
a copy of the plans with the paint number nnted by each asset. If the asset is missing,
then the sur�eyar should write "Nc� �,.�u� �" to notify the City,
0:\Specs-Stds Governance Process�Temporary 5pec Files�Capital Delivery�[ap belivery Div 01\01 71
23.15.01_Attachment A_5urvey 5taking 5tandards,docx
Pag� S9 of 22
� atera�x ��,o,�r � edr
�'! y 4
i! 2 � Ery
Y��� �ii�,� � �o �i
�
��
� �, �
�.� s �� � � � � � �:
� � , g � � � � y �
��•� � �
�� � ��, ��y,
�$�� , ��� F u Fa3 {EE !R`Y , �h�
� s�r v1s �xrt H lan
� _ 4>1SC�:F� r "
� !! S`
.... �e`��
� ��� � � ,
���►, �4
;� ��� , f�
f '•
• ,
� �'��� �;_
i � `s�`w�, �_;'�
�
�� ��� . �
�€ � � .��i� � �
�� � � €
�`� �3
E $��y � �
� �-�
q
;�III �
e� � , � �
' �- � � � iiG,� �i. �� �i �,;,.v+l ' -
'�-`SU�,�� - - �` `r • r��
re� PE4. '£.---� � ---�w.
�',�.'-J� I � � ' : '��LL -
� � - --- ��� � -' � . �
s= � ;��� � �.. _ ��. :.
-- � :�� .. . .i,.. � �, �
- 'ii� � ..����u I{
� . � i� .:... - .._—i... y I
+ .�I � :..i- .' _`—��i.l�' �.
, _,1... .. �,+l �. � _L� .' ";.;..;.; i .
.i, YF�'�- -�'�. ' ���¢�I .'�.:,�::_:- ' � ,..�.; �I�r
'i' �; _ ;�,, ::. .._ ; ._._I�I I
._ ..... .;2�, ,_ �'��F �� �ti F' �� '�' .-=��--. I
�� ,.i. _ -i� ..'�r I.. :����i :
a ... . � �----��r� : .
q'. .. _' - '. . . .. ��.._:r�.
r��_.�._ .. _-.�;...-;;-,I �--�..1? . +: ,.�,;.::
�r. . _ _ ` �- . �. �� . , -_
��� � � .�� . ---I'! � r+� `��� '
, I , _ - ;.
. .... ....:.. : .' -��. . ,_,.—._
......" ' 1"�^�Y �
_ � �+ ' ��',��� 1 'I'I
� .. ... ...�"��I'_�+,� .
- �,r,,�;,M,�. .-_��=-=;,�rr�-�_-;,�' �'I -
' �e+��F+c ._-i---riT... � .. . _ I
_-i�'.t'I-I:: •'1? � � ' ... :'.: .I , I
..... ,��;;��� � Z��� �� � I
: 's:_?:��'.=�'i. ..� �,
.. :_ .�Fil J; � �:��.s'.' : ' "_'.1'.«7 �
.. Y+-;�.{-__ i .... . .-w;��r--=;-�-� ;
� _,. _,-.�TI .I.., . ":.�_�-`�I.. -- .-- l
.;'� ai .': .'�3�'J. iG ._,�� '� �
. �.. �k'F£- - � �
_�"" _li';�Y�CJ'' �' �F���i ���a�
I,'� � . �; � r. ig�
.�: �• k� � �69� !
� � h! � ��..
� . � t� :�,�
. I� �, ,f 'I! i�; It ,'
. �, r .,�
'� �4� _M1i�.I�,l{.�'�`r
�
z�;� , ;-:r�
, i����•�} �t�
O:\Specs-5tds Governance Process�Temporary Spec Files\Capital Delivery�Cap Delivery �iv 01�0171
23.16.01_Attachment A_Survey Staking 5tandards.docx
Page �4 of 22
�sr� �tioau - �' et rr �arr,v R�+
�Le'1'f� PRa° � �"li[.ffltdL fktl
f,£'(IYAY[H
r�� i�
f lL-'M� R�
a
�� � ��
lII�' Y
�=ne .; �.-.,;:� r. �fs� F„ r
r:.in� r,i��..,;:. rr�
..J • [¢l.y, '
�iili r:rss�:"�
�w��
d��
�
�9�6N:J,9,7� ��"„
.� .i�l�%
i t���i
•. � l
� ���' �
S7,I, 0"�71G - d%'kL lFYG'O 1Y71
fdE1101/E $ 5A[YAFti �NfSF:
ItATF VALVc 4 fw'OG"flt
C:Lkrk,c� TO ,�X 3t:8ldN'tR
Ca�'tAltr 'rP�AiflrJ �tEtYEi'
f�1P. X e'A:7F./4Fli
FI�tt4t VlJYr
h''SJ�J709'3R3i+)
F.•2�+,trJ��J
.u.+...e.`�— ,=...a.._...e
"�`� /"� �
�
� ,� �-. .,�
rialis..���,,t �'� `:
faNhyP4 � �.l� � }• �
r
�
�
TR� �1
'�f�,/,/ J' ,} � • �C '� �__' 1
- - .��
�� }��� '' y - y-YfS�=S`='-�`a- ���s7� -
� ;r�'/�, } .���y� � �:f-�;
h' Y �Y,k' � �•�
�y' - �
r���. �``�
V`r-V-.,-.�v.�r�-� -
�E.iFA s7id�&��1 � �Pf13
fk+-STi4�3e
�,"`r h!�'X R1:Y�NKX+ TFR � � '
f��-� v,�� ..
tr� ��
.4�' d'HFL�tAY� u��9
� r kC`cLe+'e v�tu+,�
i;�7asP.vrnx
E•72�9642.iG'R
�� L�
ior r
e.�:� -- •:•,r;:_ F».r��,�
5t°al?' •+r :.v.�n_ �rri•�
AFGEitiU74Yl�CS} . ".•R'�`�_.�-:
��'9a.�f��+W
:.l�i: ii'�TA
�4�t �, �
i r�j .. -q �E'', j i
, �+ _ , _ �+yYOat
�. _ .�1��H �iJ
_ _ -- f
�iY Sf —�.��--s� .i-- . .
-•�.•. •.��• -• 1L�3111�£.Y.�LSS-�-�•�� -•�,
• _ _� -_'t._ -- -- _,+-__�.z � __ <r.��
� -- ''�- - ` _' — — _="„b --
----T---����-- ------
°'• � REa�a+� a� -s.u��Acc �
..�-. Y,r.. �xar �a'� v,urE
�% ` sr� aafl.r� - ���c �nr �n
/ ta.FifJ.�,
� 1-iP'+dS'YE'Ri:k�FRiJ i��� �=a....:xL��.f�rss�7
% A'fi9�'IOl�.�fb4 P.am 7rJc
J £•t�,���imE � .•c:,4�.,.,
� , �� �.��._.�
z"-- ry - r�rrv-v-.v •r�.-r-r.
��,( s�aa�o s i�i�c rF�n�q �yv a7ti4sr.� � �s^an
% �� �xsr'ul. rvs��ua
1�f�fi�f.S1LrlD SlkiYE /•!t �k7'V'c'Rl:BF4b
5�lf Oi' h�k.tYPJi N!F n'�ita�'S�r
c�iN6rsY 7Y1 �Xfy7.lt'IVNfiii �'�'+�RJl3
A'Saf�t*a.^.�19 .�••�•�.• .�
E�7�`:rt3�,E7-5s
' - 1wti.+.ww�
' --�'_`� ' � - -1
_ c— i ' . . �.�-'� � l �� "- - ... ,
' , i _ ' • � ' : ,.
i - . . �.. _��a }--t-��--F�
Pl�3i�5F."D
�'AlJC7'ARr :
r-�'�' SHF"�
si:�u - i�w�.
4
Y' Vt7v7: tlxA'A
U�Z^o3!
�.,�sro
r..w�•
�-�'� , ��
�
0:�5pecs-5tds Governance Process�Temporary Spec Files�Capital Deli�ery�Ca� Deli�ery Div 01�a1 '71
Z3.7:6.01_Attachment A_Sur�ey Staking 5tandards.docx
Page 21 of 22
�.��
t
� 1-.
�� �P
��
��
��
�m
�
�
�
/ _�
� �� ��
,eti• ap-� �� �q
�
�F ph� � h `� Ex
� � �
{ e
� � �g� � � �' �
� Eq � ��'4 �•.
� ���� � �� �� ��� ���
I ���j , aa � `�
/�J�� a� � ���.r �
ti
,. ��, i� �Y�� F
�. --�..i.. ti� .:. __......
.:. . . . . . �
..... .
. �
... +..... ��1� '�. �.... . �
—..�_.—.. :.1.. 5 •� ' _—".. . -hf��i � �
. _.
" r.
. ._. ..... . . ..
�'-.�I i+.. 1--':"—'--'-'
., . . . __.. _ . � .�i�ff ... ,. _ .. . .
„ ..--- -- - .. . . ...._
� ._ . . . :::: . �. d, , ,' �..'--: - :-:.: - - : �: �
.. r. ::{.�,..—.__—, , , �
{� ,....
��; : .. ......._:�..� .,.�::���:�����.:.��:-�.-:� --.� �
�w - u � �� . _;� ._ _r..W T__�r,�
. � - �����
� . ..... . . ' .
' ��--- �.. , f.
S r k M1 _.. .— .-_ . .--� —�. �. . � �
� ` ; �' . _:-- ��' ,_ _.._.� .:::��_ ����' }_n��„ .
�� ��. ..: .. _-, ; _ ,� . �;�_.,,�,� :'�
�� �. ..:-� .::: __ ::�:? :�� � ' �
:.., . :a
�;� .� �
� �.�- . .....:��;;� � -�. ,; :._��f_
� . . ., :.,..-. _��_.;�_ ,� {
, :-:—.,—, � f.. . ...�__
' . .. -'��..�-.-.�I ..��-.— ' � � �Qr- s
. �IriiT'S4 �..��--J{f . '�� - . :f�.�.
� � ..� r�il[!:� � .� _x k _i �
j . , ..- -.. , . � � � �--;�;_„�r�.;�
�' ' — � I ' � �k
, '�„ .,� ,;. y.
����� : ':i': � � � ���.: _�. f .. -'�� ���....._ ... . �.�
� �: - � _.,_._. .,
. _ � ,�, .
,_
: .
, . _. . ti;-�-
—_ i i�... i r .. .I��:. � �.. ......r[ ii'
' _ '.:..- ��=�r... _ , If - �'Fi�:--
� - �—,.. _ , c_fl,��±`�u, . ._ — � ;i.i. _�� �k �� li 4
� � . . . . i y . � . . . "". . � I
� __.=_--z�-��?�---= �+.......,.. �;.� �
-�---- —��_:�.,_a_, . , ,,: i�— !
` ' � �. ' �. #'" � "' �" {
� ����
Ii ° �
�•� r
�a � ���g
� � r�
��� � � ��
� � ��
��
�R
�p.y
�3
d
G
H31dlY__ ��Y_.—' _--�,-04.��+^n � �� I
��' .--�; - I _ : .. .�� .I . .'ft�',�_—� - —�--
S a ��— -------�' I �r��-- . `
. _. =
.� , �� � --. : .
,,,.._
i � : __ ,. „
- -._... .r
l�l� � �:�"_'�_�'. _I�'�-�� '�-.. I'-2�........ �—'I I
t f: . �T '` —_ 4-_��. -� +�- �.- ��� �
'.� —;l—� —. � . - _ � . ,
l --- � _::.�: �.- �_ �: _. .. ti� -�� � . , I� . ..... . .. .. . :: : � � .
�, � � ; , � - . . . . . .
,
a� y ,a ..; . . . �.-�; - � . . ._.. . .._..._,
.�_
� �.
: �9� _ _.. + . . . _ . �i. . ,
'�91aA�� y ;; � :f��—._.�. . ���
� ,'r�`�y F{s . . -�ti���....�� _��r,�r
�.. `. � , , i r.�hlv�'Ff =. ..i � � :=q --�' 4r-_ ' S•.
rr�tsrf ii��i��' .. . .. . .. .. . .:..� �r ;��� — I
' I I
23,16.07.�Attachment A_Survey Staking 5tandards.docx
Page 22 of 2z
�
�0171
Page 23 of 23
23.1fi.Q1_Attachment A_Survey Staking Standards,docx
Obviausly the .cs� or .txt file cannot be signed/sealed by a sur�eyor in the farmat
requested. This is just an example and all this infarmation should be nated when
delivered tn the City so it is clear to what coordir�ate system the data is in.
POINT NO.
NORTIiING
1 fi946257.189
2 fi9AG260.893
3 fi44G3Q7.399
4 6J4G220.5$2
5 6945195.23
6 6446190,528
7 69A613S.O1�
S 6946002.257
9 6946003.D56
1Q 6945984.fi77
ii 694598G.473
12 6945895.077
13 69A5896.591
1A 69�593A.2B6
15 694593fi.727
16 fi945835.67$
17 59A5817.488
18 G9�15754.776
19 G9457fi8.5G3
20 G9d5743.318
21 6945723.2 i 9
2z 69p5682.21
23 6J45&2�,4qi
24 6945643.AU7
25 6945571.059
26 6945539.498
27 6�A5519.834
ZS 6945417.B79
29 68A5456.557
30 fi9453$7.35G
3� &44537D.688
32 6945383.53
33 644532i.228
34 6945319.365
35 69ASZ42.289
36 G9A5233.634
37 6945246.483
38 6945Y42.�15
39 6945113.445
9A 6�J45444.D2
A1 G9A5441.UZ4
42 6945�38,878
A3 69450Q6397
44 G944944.7$2
45 69Ap9A3.A32
k6 69A48G0.416
EpSTING EEfV
2Z9G079.165
229606Z,141
2296038.306
2296011.025
2296015.11C
224b022.721
2.295992.115
2295919,133
2295933,418
zz�saao.sz
22�5869,892
zx�sa�o,��z
Z295$62.188
�295841.925
229583U.A41
2295799.7Q7
2295$27.011
Z295758,843
2295778.A24
2295788.39�
229575A.39A
2295744.Z2
Z�95669.471
229573G.U3
�295655,195
2295667.SQ3
2295fi19,49
229558Q.�7
Z295643.145
2 2 4 5597 10 2
Z295S06.743
�295610.559
2295551,105
2Z95539.7Z8
2295570.715
2295544.6I&
2295529.305
Z295557.666
22955�0.335
�295527.345
i2955aZ.675
2295552.147
2245518.135
zz955z0.635
P295555.�179
�295534.397
nEsc�iprioN
726.09 SSMH REM
725.658 GV RIM
726.85 GV RIM
723.358 SSMH Rihl!
722.123 GV R4M
722.325 FH
719.448 WM RIM
713.331 WM 3lIM
713.652 CQ RINi
711,F6� 55MH RIM
71q,[MS WM RIM
707.72 WM RIM
708.205 WM RIM
709.A67 WM RIM
7I0.�64 C4 RIM
707.37A SSNiH R!M
708.392 55W�H RIM
713.218 SSMH RINi
71U.086 GV RIM
71d.631 GV RIIVI
712.848 GV RiM
716.686 WM R�M
723.76 W!N R4M
714.737 C� RIM
727.51A 5SMH AIlN
729.123 WM Rfh�l
732.fi$9 WM RIhA
740.521 N1hA RIM
736.451 Cp RIM
740.75fi GV RIM
740.976 GV RfM
7AQ.ApB FH
746.34 Wiv) RIM
746.777 CO R[M
748.0.5A WiVI RIM
74�J.5�J 5SM]i Rlivl
751.D58 WM RfM
750,853 WM RiM
75L871 WM RiM
752,157 SSMHliIM
751.79 WM RIM
751.88 WM RIM
752.b15 WM RIM
752.801 WM RIM
752.156 WiVI RIM
752.986 SSMH RIM
RV�-1� c:,�,'�Q L.
� ��( �',� ��'�, �i � S
! r�-%
%-1 _�_U, ilc�.�
��i�. IJ. (:_�?4.:�L
�.,�}u�' �'I x-i�7
`...���: �� c. . � L
rc,�r4���tir�ti-��
� !� l
�.� ,.�i �/ !�, �,u
� �
%� ,� 4 i j�G ,�4 �� .`.-- �
�'ij
(� cs�-�-� �_ ��� ti �5
L i S� .� � �-i
�`.t� �cf�r.��
r�'� �u��,7-i-: 6
�_�.�-,�
C7�C������
f �
/, E o�
,� 7r..
f�i��'! 5�'fw =i P
. '. .9 .:
i
..`� :+F�'.
\
J�}� I r�.� ��t`" !'"l�:'��
D:\Specs-Stds Go�ernance Process�Temporary Spec Files\Capital Delivery�Cap Deli�ery Di� 01�0�. 71
23.16.01_Attachment A_Survey Staking 5tandards.docx
Page 24 of 24
C. O�her preferred as-buil� delirrerabfe
Same �endors ha�e indicated that it is easier to deli�er this information in a different
format. Below is an example spreadsheet that is alsa acceptable and can be obtained by -
request from the survey superintend�nt.
O:�Specs-Stds Governance Process\Temporary 5pec Files�Capital Delivery�Cap Delivery Di� �1�01 71
z3.16.01_Attachment A�Sur�ey Staking 5tandards.docx
Page 25 of 25
� . �: i �
: �� � �
� m :�
�u�` �I � � � � �
�. �— —�- �— — — — — -- — — — -- — — -- --
. - -�- -- -- -- - - _ .._ _ __ .
� , � �
� � g Q
.Y '� '� q � iJ � P
� �
. ;�, ��.��������
I • Y � � � G S � �
a'I � i �� ..� a � � �
I ' � i � " 3 �
I� �
I k �
I � .
� � �� �� � � � � � � � �
, ' � � � � � �. � � �
� `- '� '� � � � �
� �i F �
I � S
E� i . __ _" __ __ _ "' .
s �� I � � �I �i ".i � � .`�'i hS �, Lf ��i �1 � �.� �
_ � � � � j � � � $ � � � �,�-,� � � � � � �
,:� ;� � � ;�i �� � s� a r �-
I.� � F� _ _ - _ _ _
� '�pc� — _3W ��� ��W ��_ ' <�.� �aW
1 • � � :� S � , � �' .4
Y,
I � �
• � ' �
� 4
F1 � �
. � -, ��
a �
� {�� 'T r - �-- - - - -- - — - -- -- --'
� ro� � . �
s
aa'' �4 �
� � II UPP �
� Ik 11 � �
� � p Yii . �
x� � �
o I y , , � � r�5 s�, ' '' � !:
-�,i � � � � � � �
� i � '. `� �
�I " �- • �� � T � � �' � �' ��s' � � � x � �
� � � `� � '� � '� �' ;� � � � _s
,� � E� � �i � — �; s- - _ -
"" �"�� � r� r� �� r� '' t��. <N,.
�. �� - � . � � � � , � � � � �
` � ,
0:\Specs-5tds Go�ernance Process�Temporary Spec Files�Capital Deli�ery�Cap Delivery biv Q1j4171
23.16.01�Attachment A_Survey Staking Standards.docx
Page 26 of 25
0[7423-i
CLEANING
Page 1 of 4
SECTION Oi 74 23
CLEANING
PART1- GENERAL
1.1 SUNiM�RY
A. Section Includes:
I. Inte�ranediate and fmal cleaning for Work not including special cleaning of closed
s�stems specified elsewhere
B. Deviations from this City of Fort Worth 5tandard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Divisian D— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division I— General Requi�ements
3. 5ectinn 32 92 13 — Hydro-Mulching, Seeding and Sndding
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Paym�nt
1. Work assaciated with this Item is considered sut�sidiary to fhe vairinus Items bid.
Na separate payment will be allowed fnr this Item.
1.3 REFERENCES [NOT i1SED]
1.4 ADNIINTSTRATIVE REQUIREMENTS
A. Scheduling
1. Sclaedule cleaning operations so that dust and other contaminants disturbed by
cleaning process wi11 nat fall on newly painted surfaces.
2. �chedule final cIeaning upon completion of Work and immediately prior to �nal
inspectxon.
L� SUBMITTALS [NOT USED]
1.6 ACTTDN 3UBMITTALSIIN�'ORMATIONAL SUBNIITTALS [NOT USED]
1.7 CLOSEDUT SUBMTTTALS [NOT USED]
1.� MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUAL7TY ASSIIRANCE jNOT USED]
110 STORAGE, AND HANDLING
A. 5torag� and Handling Requirements
i. Store cleaning products and cleaning wastes in containers specifically designed for
those materials.
CTI'Y OF FOktT WORTH 5ufe Routes ta 5chool Improuements
STANBARD C4N5TkUC'f'TdN SPECIP'FCATION �OCUMENTS City Praject Number: I01264
Revised July 1, 201 l
017423-2
CLEANING
Page 2 of 4
1.11 FIELD [SITE] CONDITIONS [NOT i15ED�
112 WARR�NTY [NOT USED]
PART � - PRODUCTS
2.1 OR'NER FURNISIiED [oR� OWNER-SLTPPLIEDPRODUCTS [NOT USED]
�.� MATERIALS
A. Cleaning Agents
1. Campatible with surface being cleaned
2. New and uncontarninated
3. For manufactured surFaces
a. Material recomrnended by manufacturer
�.3 ACCESSORIES [NOT i1SED]
2.4 SOURCE QUALYTY CONTROL [NOT iTSED]
PART 3 - EXECIITION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 APPLICATION [NOT USED]
3.� REPAiR / RESTORATION [NOT USED]
3.6 RE-INSTALLA'I`�ON [NOT USED]
3.i FIELD �oRj SITE QUALITY CONTROL [NOT USED]
3.� SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING �NOT U�ED]
3.10 CLEA1vING
A. General
1. Prevent accumulation of wastes that create hazardous conditions.
2. Conduct cleaning and disposal nperations to comply with laws and safety orders of
governing authorities.
3. Do not dispose of valatile wastes such as mineral spirits, oil nr paint thinner in
storm or sanitary drains nr sewers.
4. Dispose oi degradable debris at an approved solid waste disposal site.
5. Dispose of nandeg7radable debris at an appr�ved solid was�e disposal site or in an
alternate manner approved by City and regulatory agencies.
CI'iY OF FORT WORTH 5afe Routes t4 School Improveinents
STANI7ARIl CONSTRUCTTON SP�,CIFICATION DOCLTM8NT5 City Praject h�umber: 101264
Revised luly l, 201 I
017423-3
CLF.ATCING
Page 3 of 4
6. Handle materials in a controlled manner with as few handlings as possible.
7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with
this project.
S. Remove all signs af temporary construction and activities incidental to construction
of required permanent Work.
9. If proj ect is not cleaned to the satisfaction of t�e City, the City reserves t�Ze right to
have the cleaning campleted at the expense of the Contractor.
10. Dn nnt burn on-site.
B. Intermadiate Cleaning during Construction
1. Keep Wark axeas clean so as not to hinder health, safety nr convenience af
personnel in existing facility operations.
2. At maximum weekly intervals, dispose of waste materials, debris and rubbish.
3. Confine eonstruction dehris daily in straiegically lacated con�ainer{s):
a. Cower to prevent blowing by wind
b. Store debris away from construction or operational activities
c. Haul from site at a minimum nf once per week
4. Vacuum clean interior areas when ready io receive finish painting.
a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance.
5. Prior to storm events, tharnughly clean site of all loose ar ut�secured items, which
may becnme airborne or transported by flowing wat�r during the starm.
C. Interior Final Cleaning
1. Remove grease, rz�astic, adhesives, dust, dirt, stains, fingerprints, IabeIs and other
foreign materials from sight-exposed suriaces.
2. Wipe aIl liglating fixture reflectors, lenses, lamps and irims clean.
3. Wash and shine �lazing and mirrors.
4. Polish glossy surfaces to a clear shine.
Ventilating systems
a. Clean pertnanent filters and replace disposal�le �ltexs if units were operated
during canstruction.
b. Cl�an ducts, blowers and coils if units were operated without filters during
construction.
6, Replace alI burn�d out lamps.
7. Broam clean process area floors.
8. Mop office and control roam floors.
D. Exterior (Site or Right of Way) Final Cleaning
1, Remove trash and debris containers from site.
a. Re-seed areas disturbed by location of trash and dehris containers in accordance
with Section 32 92 13.
2. Sweep roadway to remove aIl rocks, pieces of asphalt, concrete ar any other object
that may hinder or disrupt the flow of traf�c alang the roadway.
3. Clean any inter�or areas including, but not limited to, vaults, txaanholes, s�rucfures,
junction boxes and inlets.
Cl7'Y OF FORT WORTH 5afe Routes to 5ehool Improvemenis
STANDARD CONSTRUCTI4N SPECIFTCATTON DOCUMENT5 City Praject Numk�er: 101264
Revised ]uly 1, 20l 1
o i �a 23 - a
CT.�A]ZINCr
Page �4 af 4
4. If nv long�r required for maintenance of erosion facilities, and upon approv'al by
City, remove erosion control from site.
5. Clean signs, ligh�s, signals, ete.
3.11 CLOSEOUT ACTIV�TIES �NOT USED�
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE �NOT USED]
3.14 ATTACHMENTS 1NOT USED�
END OF SECTi�N
Revision Log
DATE NAME, SUMMARY OF CIIANGE
C17`Y OF FORT WORTH Safe Routes to 5cliool Impeavements
STAIVDARD CONS'i'RUCTiON SP�CIFICATIOI� DOC[]MENTS City Project Numher: 10I2fi4
Revised 7u{y l, 2Dl ]
017719-I
CLOSEQUT 12EQUTREMEh'T5
Page l af 3
SECTION 0177 i9
CLOSEOU'T' REQUIREMENTS
PARTI- GENERAL
1.1 SLTMMARY
A. Section Includes:
1. The procedure for cla�sing out a contract
B, I]eviations from this City of Fort Worth Standard Specifica�ion
1. None.
C. Related Specification 5ections i�acIude, but are not necessarily Iimited to:
1. Division 0— Bidding Requiremenfs, Contract Fortns and Conditions of the Contract
2. Division � — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate pay�x�,ent will be allowed for this Item.
1.3 REFERENCES [NOT UBED]
1.4 AD1VI71VI�TRATIVE REQUIREMENTS
A. Guarantees, Bonds and Affidavits
1. No application for final payment will be accepted until all gixarantees, honds,
certi�cates, licenscs and affidavits required for Work ar equipment as speciiied ar�
satisfactoriIy filed with the Ciiy.
B. Retease of Liens or Claim�
1. Na applicat'ran for final payrza�nt will be accepted until satiafactory evidence of
r�lease of liens has been submitte� to the City.
1.5 SLIBMITTAL�
A. Submit all requircd documentation to City's Project Representative.
CTI'Y OF FORT WQRTH Safe Routas tn 5cl�ool Tmprovements
STANDARD CONSTRUCTjON SPECIFICATTON DQCUMEIdTS City Projeot Number: ! 01264
Ttevised 7uly l, 20l 1
Df 77 i9-2
CLOSEOiIT R�QUIREIvIE1VT5
Page 2 af 3
1.6 INFORMATIONAL SUBMITTALS [NOT USED]
1.'� CLOSEOUT SUBMITTALS [NOT USED�
PART � - PR�DUCTS (NOT USED]
PART3- EXECUTION
3.1 INSTALLERS [NOT USED]
3.� EXAMINATION [NOT USED]
3.3 PREPARATION [NOT IISED]
3.4 CLOSEOUT PROCEDiJRE
A. Priar to requesting Fina� Inspection, submit:
1. Project Record Documents in accordance witl� Section O1 78 39
2. Operation and Maintenance Data, i�required, in accordanee with Section O l 78 23
B. Prior ta requesting Final Inspection, perfor� fiinal cleaning in accordanee with Section
O1 74 23.
C. Fina1 Tnspection
1. After fina! cleazxing, provide notice ta the City Project Representative that the Work
is completed.
a_ The City rv�ll make an initaai Final Inspection with the Contractor present.
b. Upon completion of this inspection, the City v�ri11 notify the Contractor, in
writing within 10 business days, of any particulars in which this i�spection
reveals that the Wark is defective ar incomplete.
2. Ugon r�ceiving written narice from the City, immediately undertake the Wflrk
required to remedy deiiciencies and complete the Work to the satisfaction of the
City.
3. Upan completion af Work associated with the items listed in the City's written
notice, infortn the City, that the required Wark has been completed_ Upon receipt
of tlais �otice, the City, in the presence of the Contractor, will make a subsequent
Fina1 Inspection of the prnject.
4. Pravide all spacial aecessories required to place each item nf equipment in full
operation. These special accessory items include, but are not limited to:
a. Specified spare parts
h_ Adequate oil azad grease as required for the fiYst lubrication of the equipment
c. Initial fill t�p of all chemical tanks and fael tanks
d. Light bulbs
e. Fus.es
% Vau1t keys
g. Handwheels
h. Other expendable items as required for initial start-up and operatian of a3l
equipment
D. Notice oiProject Completion
CI'I'Y OF FQRT WOItTT-1 Safa Routes to School Impro�ements
5TANDARD CONSTRUCTION SPECIFICATfON DOGiTMEN7'S Ci�y Project Numher: l01264
[�evised July 1, 2U 1 i
fl17719-3
CL05EOUT REQUIRE1vTENTS
Page 3 of 3
1. Once the City Project Representative finds the Work subsequent to Final Inspeetion
to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet),
E. Supporting Dacumentatian
l. Coardinate with the City Froject Representative to camplete the foIlowing
additional forms:
a. Final Payment Request
b. Statement af Contract Time
c. A:ffidavit oi Payment and Retease of Liens
d. Consent of �urety to Final Payment
e. Pipe Report (if required)
f. Contractor's Evaluation of City
g. Petfonnance Evaluation of Cvntractor
F. Letter o� Fina! Acceptance
1. Upan review and acceptance of Notice of Project Completian and �upporting
Dacumentation, in accardance with General Conditians, City will issue Letter of
Final Acceptance and release the Final Payment Request for payment.
3.s REPAXR I RESTORATION [NOT U�ED]
3.b RE-�NSTALLATION [NOT USED]
3.i FIELD [oR] SITE QUALITY CONTROL [NOT iT�ED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJiJSTING [NOT USED]
31Q CLEANING [NQT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [N�T USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTYON
Revision Log
DATE NAME Si1M11+fARY OF CHANGE
CITY bF FQRT WORTH 5ufe Rvutes to 5choal Impravements
STANDARD GQNSTRUCT[OAI SPECIFZCATTON DqCUMENTS City Pr�ject Number: 101264
Revised.Tuly 1, 2U11
017823-1
OPERATI07�T Ai�ID MA1N7"FNANCE DATA
Page 1 ef 5
SECTION 017� 23
OPERATION AND MAINTENANCE DATA
PART 1 - GENERAC,
1.1 SiIMMARY
A. Section Includes:
1. Product data and related information appropriate far City's ma.intenance and
operation of products furnished under Cantract
2. Such products may include, but are not Iimited to:
a. Trafftc Controllers
b. Irrigation Cnntro3lers (to be operated by the City)
c. Butterfly Valves
B. Deviations fram this City of Fort V4�orth Standard Specification
1. Nane.
C. Related Specification Sections include, but are not necessarily 1ina�ited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of ihe Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
Na sep.arate payment will be allowed for this Item.
1.3 REFERENCES [NOT USEDj
1.4 ADMIIVISTRATIVE REQUIREMENTS
A, Schedule
1. Submit �nanuals in final form to the City within 30 calendar days of product
shipment to the project site.
1.� SUBNIITTALS
A. Submittals shall he in accordance wiih S�ction O 1 33 QO _ All submittals shall be
approved by the City prior to delivery.
�.6 INFORMATIONAL SUBMITTALS
A. Submittal Foxtn
1. Prepare data in farm of an insttuctional manual for use by Ciry persnnnel.
2. Format
a. Size: 8%x inches x 11 inches
b. Paper
1) 40 pound minimum, white, for ryped pages
2) Holes reinforced with plastic, eloth or metal
e. Text: Manufacturer's printed data, or neatly typewritten
CITY OF FORT WORTH SaYe RouCes to 5chnal Improvements
STA3VDARD CONSi'FLLTCTIaN SPECIFICATiaN DDCUMENTS Ciry Project Number: 1012b�4
Revised Decemhet 2D, 2012
O1 78 23 - 2
OPERAT[�N A�TD MAINTENANCE DATA
P�ge 2 of 5
d. Drawings
1) Provide reinforced puaack�ed b.inder tab, bind in with text
2) Re.duce la�ger drawings and fold to size of text pages.
e. Prnvid� fly-leaf for each separatc product, or each piece of operating
equipment.
1) Provide typed description af prvduct, and major component parts af
equipment.
2) Provide indexed tabs.
£ C.over
1) Tdentify each volume with typed or printed title "OPERATING AND
MAINTENANCE INSTRUCTIONS".
2) List:
a) Title ofProject
b) Identity of separate structure as applicable
c) Identity of general subj�ct matter covered in the manual
3. Binders
a. Commercial quality 3 ring binders with durable and cleanable plastic covers
b. When multiple binders are used, correlate the data into related consistent
groupings.
4. If a�ailable, provide an electrnnic form of the O&M Manual.
B. Manual Content
1. Neatly typewritten table of �onte�ts for each r�olurne, arranged in systematic order
a. Contractor, name of resp�nsible prineipal, address and telephone nutnber
b. A list of each produet required to be included, indexed to enntent of the �olume
c. List, with each prvduct:
1) The name, address and telephone number of the subcanf.ractor or installex
2) A list of each product required to be included, indexed to content of the
volume
3) Identi�y area of responsibility of eaeh
4) Local source of supply far parts and replacement
d. Identify each product by product name and other identifying syrnbols as set
forth in Conkract Documents.
�. Pcoduct Data
a. Incl�de onl�+ thos� shee�s vvhich are pertinent to the specific praduct.
b. Annotate each sheet to:
1) Clearly id�ntify speci�c �roduct or part irtstalled
2) Clearly identify data applicable to installation
3) Delete references ta inapplicable information
3. Drawings
a. Supplement prociuct data with drawings as necessary to elearly illustrate:
l) Relations of component parts of equiprnent and systems
2) Control and flow diagrams
b, Coordinate drawings with information in Project Record Doeuments to assute
correct illustration oicompleted instalIation. �
c. Do not use Proj ect Record Drawings as maintenance drawings.
4, Written text, as required to supplem�nt product data for the particular installation:
a. Organize in consistent format under separate headings for different procedure�,
b. Provide logical sequence af instructions of each procedure.
CITY OF FORT WpRTH 5af'e Routes to 5chool itnprovemen[s
5TANDARD C0�15TR[ICTION SPECIFICATION bOCYTMENTS City Prajact Number: IO! 254
Revised l]ecember 20, 2D12
017823-3
OPEItATiON ANI7 MAfNTENANGE bATA
�age 3 of 5
5. Copy of eaeh warranty, band and service contract issued
a. Pravide information sheet for City persor�nej giving:
1) Proper procedures in event of failure
2) Justances which might affect validity of warranties or bonds
C. Manual far Materials and Finishes
1. Submit 5 copies of complete manual in final form.
2. Content, for architectural products, applied rnaterials and finishes:
a. Manufacturer's data, giving full information on praducts
l) Catalog nurnber, size, composition
2) Color and texture designations
3} Inforznation required for reordering special mianufactured products
b. Instructions fvr care and maintenance
1) Manufaciurer's recommendation for types of cleaning agents and metho.ds
2) Gautions against cleaning agents and methods which are detrimental ta
product
3) Recornnnended schedule for cleaning and maintenance
Cnntent, for moisture proteciion and weather expasixre products:
a. Manufacturer's data, gi�+ing full inf'ormation on products
1) Applicab�e standards
2) Chemical composition
3) Details of installation
b. Instructians for inspection, maintenance attd repair
D. Manual for Equipment and Systems
1. Submit 5 copies af complete manual in final form.
2. Content, far each unit of equipment an.d system, as appropriate:
a. Description of unit xnd component parts
l) Function, �aormal operating characteristics and limiting conditions
2) Performauce curves, engineering data and tests
3) Complete nomenclature and commercial number of replaceable parta
b. Operating procedures
1) Start-up, break-in, routine and narrnal operating instntctions
2} Regulatian, cantrol, stopping, shut-down artd emergenc�r instructians
3) Sumrner and winter operating instr�ctions
4) Special operating instruc�ions
c. Maintenance prac.edures
1) RQutine operations
2) Guide to "trouble shooting"
3) Disassembly, repair and reassemb�y
4) Alignment, ad�usting and ehecking
d. Servicing and lubrication schedule
1) List of lubricants required
e. Manufacturer's printed opetating and maintenance instructians
f. Description of sequence of operation by control manufaciurer
1} Predicted liFe ofparts subject to wear
2) Itetns recornmended ta be stocked as spare parts
g. As insta�led control diagrams by controls manufacturer
h. Each eontractox's coordination dravtrings
I) As installed color coded piping diagraras
CiTY OF FORT WOR1Ti 5afe Rqutes to 5chooE In�provements
STANDARA CON3TKCICTION SP�CIFICATION I]OCiIMCNTS City P�oject I�um6ea�: 101264
Revisad De¢emher 20, 2012
U17823-4
OPERATI�IV ANE7 MAINTENANCE DATA
Page 4 of 5
i. Charts of valve tag numbers, with location and function of each valve
j. List of original naat�ufacturer's spare parts, manufacturer's current prices, and
reconamended quantities to be maintained in storage
k. Other tlata a� xequired under pertineni Sections of Specifications
3. Content, far each electric and eIectronic system, as appropriate:
a. Description oisystem and component parts
1) Function, normal operating characteristics, and limiting conditions
2) Performance curves, engineering data and tests
3) Complete not�enclature and commercial �urnber oireplaceable parts
b, Circuit directories of panelboards
1) Electrical service
2) Cnntrols
3) Communications
c. As installed color coded wiring diagrams
d. Operating prncedvres
1} Routine and normal nperating instructaons
2) Sequances required
3) Special operating instructions
e. Maintenance procedures
1) Routine aperations
2) Guide to "trauble shooting"
3) Disassembly, repair and reassembly
4) Adjustment and cl�ecking
f. Man�facturer's printed operaiing and rxaaintenance instructions
g. List of original manufacturer's spare parts, manufacturer's cun-eni prices, and
z-ecomrnendad quantities to be maintained in storage
h. Other data as r�quired under pertinent �ections of Specifications
4. Prepar� and include additional data when the need for such data becornes apparent
during instruction of City's personnel,
1.7 CLOSEOUT SiJBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT iTSED]
1.9 Qi7AL,ITY ASSURANCE
A. Provide operation and maintenance data by personnel with the following criteria:
1. Trained and experienced in maintenance and operation of deseribed products
Z. Skilled as technical writer to the extent required to conarnunicate essential data
3. 5ki11ed as draftsman competen.t to prepare required drawings
CTTY OF FORT WORTH Safe Routes to Scl�ool Improver�eents
5TANDARD CONSTRUCTiON SPECtFICATIONDQCUIwiEidT6 City Project Number: 1(11264
Revised Decem6er 20, 2012
01 T823-5
OPERAT[qN ANb MATNTENANCE DATA
Page 5 af 5
1,10 DELIVERY, STORAGE, AND HANDLiNG [NOT USED]
L11 FIELD [,SITE� CONDITIONS [NOT USEDj
1.12 WARRANTY [N[}T USED]
PART 2 - PR�DUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED�
END OF �ECTION
Re�ision Log
DATE NAME SUMMARY OF CHANGE
813112fl 1 Z D. iohnson 1.S.A. 3— title of section z'emoved
CI1'Y OF FORT WORTH Safe Routes to School Improvements
STANDARD CONSTRUCTTqN SPECIFICATION BOCUMENTS City Project Number: 10 E 2&4
Revised December 20, 2012
017839-1
PR07ECT RECORI] DQCUNIENTS
Page 1 of 4
sECTION o� �� �9
PROJECT RECORD DOCUMENTS
PART1- GENERAL
L1 SUMMARY
A. Section Includes:
1. Work associated with the doeumenting the project and r�cording changes to project
doct�ments, including:
a, Record Drawings
b. Water Meter 5erviee Reports
c. Sanitary Sevv�r Service Reports
d. L�rge Water �Vletex Reports
B, Deviations from this Cit�r of Fort Worth Stanc3ard 5pecifica�on
1. Nane,
C. Related Specifieation Sections include, but are not necessarily limited to;
1. Division 0— Bidding Requirements, Cantract Foznns and Conditions of the Con,tract
2. Division 1-- General Requirennents
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the variaus Items bid.
No separate payment will be allowed for this Ite�.
1.3 REFERENCES [NOT U�ED]
1.4 ADNIiNISTRATIVE REQUIREMENTS [NOT USED]
1.5 SLTSMITTALS
A. Prior to submitti�g a request fbr Final Inspeetian, delzver Project Record Doclunents ta
City's Pz'oject Representative.
1.6 ACTION SUBMITTALS/INFORMATI(]NAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.� MAINTENANCE MATERiAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSiTRANCE
A. Accuracy of Records
1. Tharoughly coordinate changes within the Recard Documents, making adequate
and prflper entries on each page of Specifications and each sheet of Drawin�s and
nther pocuments where such entry is required to show the change properly,
2. Accuracy of records shaFl be such that future search for items shown in the Contract
Documents may rely reasonably on information obtained from the approved Project
R�cord Documents.
CITY OF FORT WORTH 5afe Rautes to School Improvamettts
STANDARD CONSTRUCTION SPEC{FICATION bOCUiviENTS City Project Numher: 1l1126A�
Revised July I, 201 l
O17839-2
PRDIECT RECORD DOCUMENTS
Page 2 af 4
3. To facilitate accuracy of records, rnake entries within 24 hours after rec�ipt of
information that the cliange has occurred.
4. Pravide factual inforrnation regarding a11 as�ects of the Wark, both cnncealed and
visible, to enable future modification af the Work td proceed wit�out lengthy and
expensive site measurement, investigation and examinatio.za.
1.10 ST�RAGE AND HANDLiNG
A. Storage and Handling Requirements
1. Maintain the job set of Record Dacuments complete�y protected from deterioratian
and from loss and damage until completion of the Wor�C and transfer of all recarded
data to the �nal Project Record Documents.
2. In the event of loss af recorded data, use means necessary to again secure the data
to the City's approval.
a. Tn such case, pravide replacements to the standazds originally required by the
Cflntract Documents.
Lll FIELD [SITE] CONDITiQNS jNOT USED]
1.12 WARRANTY [NOT USEDj
PART 2 - PRODUCTS
2.1 OWNER-FURNISHED {oRi OWNER-SUPPLIED PRODUCTS [NOT U5ED]
2.� RECORD DOCUMENTS
A. 3ob set
1. Promptly following receipt af the Notice to Proceed, secure from the City, at no
charge to the Contractor, 1 complete set of all Documents comprising the Contract.
B. Final Recard Documents
1. At a time nearing tb.e completion of the Work and prior to Final Inspection, �rovide
the City ] camplete set of all Final Record Drawings i�z the Contract.
2.3 ACCE�SORYES [NOT USED]
�.4 SOURCE Q[TALITY CONTROL [NOT USED]
PART 3 � EXECUTION
3.I INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATTON [NOT USED]
3.4 MAINTENANCE DOCiTMENTS
A. Maintenance of ]ob Set
1. Immediately upon receipt of the job set, idea�tify each of the Documents with the
title, "RECORD DOCUMENTS - JOB SET".
CITY OF FORT WORTH 5afe Routes to School Improvements
STANbARb CDTV5TRL7CTION 5PECIFiCATIOI� DOCLJMENTS City Pt�ojectl+iumbar; 101264
Revised Iuly 1, 201 l
017839-3
PIt07ECT RECORD DOCUMEiVTS
Page 3 oi4
�. PI'�5e1"Vat10T1
a. Considerir�g the Contract corr�pletion iime, the probable number of oecasions
upon which the job set must be taken out for new entries arnd for exarninatio�z,
and the eonditions under which these activities wiIl be perforined, devise a
suitable methad far protecting the jab set.
b. Do not use the job set for any purpose except entry of new data and %r review
by the City, until start of transfer of data to final Project Record Documents.
c. Maintain the job set at the site of work.
3. Coordination with Construction Survey
a. At a rninimum, in accordance with the intervals set forth in Section D1 71 23,
ciearly mark any deviat�ons from Con�ract Docurnents associated with
installation af the infrastructure.
4. Making entries on Drawings
a. Record any deviations from Contract Documents.
b. Use an erasable colaxed pencil (not ink ar indelihle pencil), clearly describe the
change by graphic line and note as required.
c. Date all entries.
d. Cal� attention to the entry b� a"cloud" drawn around the area or areas affected.
e. In the event of overlapping changes, use diiferenf colors for the averlapping
ehanges.
5. Conversion of schematic layouts
a. In some cases on the Drawings, arrangeznents of conduits, circuits, piping,
ducta, and similar items, are shown schematically and are not intended ta
poriray precise physical layout.
1} Final physical arrangezzaent is determined by the Contraetor, subject to the
City's apprpval.
2) However, design of fufure modifications of the facility may require
accurate informatian as to the final physieallayout of items which are
shown only schezzYatically on the Dxawings.
b. Show an the job set of Record Drawings, by di�ension accurate to t�vithin I
inch, the centerline of each run of itenns.
1) Final physical arrangez�n.ent is de�ermined by th� Contractoar, subject to the
City'� appraval.
2} Show, by symbol or note, iEie vertical iacation of the Itern ("under sla6", "in
ceiling plenum", "exposed", and the like).
3) Make al� identi�cation sufficiently descriptive that it may be related
reliably to the Specifications.
c. The City may waive the requirements for conversion of sehematic layouts
where, in the City's judgment, conversian seirves no useful puzpase. However,
do not rely upon waivers bei.ng issued except as speci�cally issued in writing
by the City.
B. Final Project R�cord i]ocuments
Transfer of data tn Drawings
a. Carefully transfer change data shown an the job set of Record Drawings tn the
corresponding final documents, cflordinating the changes a� required,
b. Clearly indicafe at each affected detail and other Drawing a full descriptian of
changes made during construction, and the actual locarion of items.
CI'CY OF FpItT WORTH Safe Routes to 5chool TmprovemeEtt�s
STANDARD CONSTRLTGTION 3PECIFICATION DOCL]MENT3 City Project Nurnber: 101264
Revised 7uly 1, 2011
pl 78 39 - 4
PROJECT RLCORD DQCUMEIVT&
Page 4 oi4
c. Call attention to each entry by drawing a"cloud" around the area or areas
affected.
d. Make changes neatly, consistently and with the proper media to assure
longevity and clear reproduction.
2. Transfer of data to other pocuments
a. If the Documents, otl�er than Drawings, have been �Cept clean during progress of
the Work, and if entries thereon ha�e been ord�rly to the apprvval of the City,
the job set nfthose Docuinents, other than Drawings, will be accepted as imal
Record Documants.
b. If any sueh Document is not so approved by the City, secure a new copy of that
Document from khe City ai the City's usual charge for reprnduction and
�andling, and carefully transfer the change data to the new copy to the ap�raval
of the City.
3.� REPATR ! RESTORATION [NOT USED�
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [o�] SITE QiIALITY CONTROL jNOT IISEDj
3..� SYSTEM STARTUP [NOT USED]
3.9 AD�USTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT U�ED]
3.1� PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.�4 ATTACHMENTS [NOT USED]
END OF SECTION
Revision T_.og
DAT� NAME 5UMMARY OF CHANGB
CTTY OF FORT WORTH Safe Routes to School Impinvementa
5`E'ANDARD CONSTRLiCTTON SPECiTiCATIDN DOCUivIENTS City Project Nmnber: l O12b4
Revised July l, 2D11
� -
I, � . - - - - � . � �-, -
I�� ' �
�
�
DISADVANTAGED BUSINESS ENTERPRISES
REQUIREMENTS
PROJECT; FOR THE CONSTRUCTIOI�T OF 1VII5CELLAliTEOU� WDRK
CONSISTING OF SIDEWALK AliTD CROSSWALK
Ili�PROVEIYIENTS.
HIGHWAY: CS
COLJNTY: T�1RR�NT
TXDOT CSI: 0902-90-082
The %llowing goal for disadvantaged business ent�rprises is established:
f]�3�
5.���
Certification of DBE Goal Attainment
By signing the proposal, t�e Bidder certifi�s that ihe above DBE goal will be me� by obtaining
commitments equal ta or exceeding the DBE percentage orthat theBidder vtrill provide a good faith eifort
to substitute the attempt to meet thegoal.
Failure to provide commitments to meet the stated goal orprovide a satisfactory good faith effort will be
considered a breach oftherequirementts af �.heproposal. As aresult, the bidproposal guarantee ofthe
Bidder wi11 be property ofthe City oFFort Worth and the Bidder will be excluded for rebidding on the
projeet when it isre-ad�ertis�d.
�uy America
§635.410 Buy Arnerica requirements.
(aj The pro�isions ofthis s�ctiort shall prevail and be gi�en precedence o�er any requirements of
this subpart which are contrary to this section. Howe�er, nathing in this section shafl be constru�cE to be
contrary to the requirements of §635.409(aj of this subpart.
(bj No Federal-aid highway construction project is to be authorized for ad�ertisement or otherwise
authorized to proceed unless at least one of the following requirements is met:
(1j The project either: ji) Includes no permanently incorpora#ed steel or iran rrtat�rials, or (ii) if
steel or iron materials are to be used, all manufacturing proeesses, including appf ication of a coatiing, for
these materials must occur in #he Llnited States. Coating includes all processes which protect or enhance
the value of the material to which the coating is applied.
(2) The 5tate �as standard contract pra�isions that require the use of domestic materials and
products, including st�el and iron materiaEs, to the same or greater extent as the pro�isions �et forth in
this s�ction.
(3J The 5tate elects to ihclude alternate bid proWisions for fareign and domestic steel and iron
materials which comply with the following requirements. Any procedure for abtaining alternaie bids
based on furnishing foreign steel and iran materials which is acceptable to the DiviSion Administrator
may be used. The contract pro�isions rnust (i) require all bidders to submit a hid �oased on furnishing
dome5tic steel and iron materials, and {ii) clearly state that the contract will be awarded to the bidder
who submits the la+rvest total 6id based on furnishing domestic 5teel and iron materials unless such total
�id exceeds the lawest total bid based on furnishing foreign steel and iron materials hy more than 25
percent.
(4) When steel and iron materials are usecE in a praject, the requirements of this section do not
pre�ent a minimal use of foreign steel and iron materials, if the cost of such materials used does no#
�xc�ed one-tenth of one percent {0.1 percerttj of the total eontract cost or $2,500, whic�ever is greater.
For purpos�s of this paragraph, the cost is that shflwn to be the value of the steel and iron products as
they are delivered to the project.
(cj(Z) A 5tate may request a waiver of the pro�isions of th�s section if;
(ij The application of those provisions would be inconsistent with the public interest; or
�iij Steel and iron materials/products are nat produced in the United States in sufficient and
reasonably available quantities which are of a satisfactary quality.
(2) A requ�st for waiver, accompanied by supporting inform�tion, must be submitted in writing to
the Regional Federal Highway Administrator (RFHWA) through the FHWA Division Administrator. A
request must �e subrr�itted sufficiently in ad�ance of ihe need for the waiver in orderto allow time for
proper re�iew and action an the request. The RFHWA will ha�e approval authority on the r�quest.
(3) Requests #or waivers may be made for sp�cific projects, or for certain materials or products in
speci#ic geographic areas, or for combinations of both, depending on the circumstances.
(4} The denial of the request 6y the RFHWA r�ay be appealed by the State to the Federal Highway
Administrator (Administrator], whose action ar► the reguest shall be considered administratEvely final.
(5) A request for a waiver whici� involvas nationwide pubiic interest ar a�ailability issues or more
than one FHWA region may be submitted by the RFHWA to the Administrator for action.
(6) A request for waiver and an appeal from a denial of a request must include facts and
justification Ca support the granting of the waiver. The FHWA response ta a request or appeal will 6e in
writing and made a�ailable to the pubiic upon request. Any request for a natinnwide waiver and FHWA's
action an such a request may be published in the FEaERA� RE��sfER for public comment.
(7j In determining whether the wai�ers described in paragraph �c}(1) of this section will he granted,
the FHWA will consider all appropriate faetors including, but not limited to, cos't, administrati�e burden,
and delay that would be imposed if th� pravision were not waived.
{dj Standard State and Federal-aid contract procedures may be us�d to assure compliance with the
requirements of this section.
[48 FR 53104, Nov, 25, 1983, as amended at 49 FR 18821, May 3, 1984; 58 FR 38975, July 21, 1993]
CH1LD ��l��0�3T �YA��Il��,N�
Under Section 231.006, Family Code, the vendo� or applicant certifies that the
indi�idual or business entity named in this contract, bid, or application is not ineligible
to recei�e tf�e specified grant, loan, or payment and acknowledges that this contract
may be terminated and payment may b� withheld if this certification is inaccurate.
����e �� i�xa� Child �upp�r� �u�in�s� ��ne�ship ��rr�
FY 2018 Safe F3outes to 5chool
County: TARRANT Project Name: �mprovements
TxDOT CSJ: Q��2 �� �8aZ LG Project Number: 101264
�usiness Entity Submitting Bid:
Section 231.006, Famify Code, requires a bid far a contract paid from state funds ta incfude khe narnes and social securiky
number of individuals owning 25% ar more of the business entity submitting the bid.
1. In the spaces below please provide the names and social security number of individuals awning 25°/a ar rnore of
the business.
Name
Social Security Number
Z. Please check khe box below if no individual owns 25% or mor� of the business.
� � No individual awn 25% or more of the business.
Except as provided by Section 231.302{d), Family Code, a sociaf security number is confidential and may be disclosed
only for the purpose of responding to a request for informakion from an agency o�eraking under the provisinns of Part A
and ❑ to Title IV of the Federa� Social Securiky Act (42 �SC Section 609-617 and 651-699).
Under Section 231.006, Family Code, ti�e vendor or applicant cer#ifies that the indi�idual or business entity named in fhis
contract, bid, or application is not ineligible ka receive the specified grant, laan, or payment and acknovuledges that this
caniract rnay be terminaked and payment may be withheld if this certificakion is inaccurate.
ihe informafian r,ollected on this form w911 be maintained by City af Fort Worth . With few exceptions, you
are entitled on request to be infarmed about the infarmation collected about you. Under Sections 552A21 and 552A23 of
the Texas Gor►ernment Code, you a�so are entitled to receive and re�iew the information. Under Section 559.004 of the
Ga�ernrnent Code, you are also entitled to have infarrnation about you corrected that you believe is incorrect.
Signature
Prin#ed Name
Date
IF THiS PROJEC7 IS A JOINT VENTIJRE,
ALL f'ARTIES TO iH� JOINT VENTIlRE MUST �ROVIDE A COMPLETED FORM.
OSIE�i ��rn��eYme�n�a�Il��rn Pr�ce�lu�es
The followin� re�uirements are to be followed for this project.
� 635108 Headth and safety.
Contracts for projects shall include pz-ovisions designed:
{a) To insure full compliance wiih all applicable Federal, State, and local laws governing
safery, Y�ealth and sanitation; and
(b) To require that the contractar shal� provide aIl safeguards, safety devices, and protective
equipment and shall take any other actions reasonably necessary to profiect the Iife and
heaIth of persons warking at the site of the project and the safety of the public and to
protect property in connection wzth the performance of the work covered by the contract.
IPI�iRU�'i"IONS FOR �:OIII�P�I��'I�Il� ��' S�n���, �ISC���I�Rl� OFr L��BYiNC A�TIl�1�1�5
ihis disclosure form shall be cnmpleted by the r�porting entity, whether s�b awardee or prime Federal recipient, ai
the initiation nr receipt of a covered Federal action, or a mat�rial change to a previous filing, pursuant to title 31 L1.5.C.
section 1352. The filing of a form is required for each paym�nt or agreement to make payment to any lobbying entity
for inffuencing or attempting to inffuence an officer or emplay�e of any agency, a Member of Congress, an officer or
employee of Congress, or an emplayee of a Member of Congress in connection with a covered Federaf action.
Complet� all items that apply for both fhe initial filing and materia{ chang� report. Refer #o the implementing guidance
published by the Office of Management and Budget for additional information.
1. Identify khe type afi covered Federal action for which lobbying acti�ity is andlor f�as been secured to inffuence
the outcome of a cavered Federal action.
2. ldentify ti�e stakus of the carrered Federal action.
3. Icfentify ihe ap�ropriate classificatian of this report. If this is a follow up report caused by a material change tc�
the informakion previously re�orted, enter the year and quarter in which #he change occurred_ Enter the date
of khe Iast pre��ously submitted report by #his reporting entity for this co�ered Federal action.
4. Enter the full name, address, city, Stake and zip code of the reporting entity. Include Congressianal District, if
known. Check the appropriate classification of the reporting entity that designates if it is, or expec�s ko be, a
prime ar subaward recipient. Identify kF�e kier of the sub awardee, e.g., th� first sub awardee of the p�ime 9s
the 1 st tier. Subawards include but are not limited ko subcontracts, subgrants and contract awards under
gran#s.
5. ff the organizakion filing t�e repark in item 4 checks "Sub awardee," then enter the full name, address, ci#y,
5tate and zip code of the prime F'ederaf recipient. Include Congressional District, if known.
fi. �nter the name of the federal agency making khe award or koan commitment. Include at least on�
organizational level below agency name, if known. Far example, Department of Transportation, United States
Coast Guard.
7. �nter the Federal pragram name or description for khe covered Federal action (item 1). If known, �nt�r the
full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperakf�e agreements, loans, and
loan commitments.
8. Enter the most appropriate Federal ide�tifying number available for the Federal action idenkified in iterrF 1
(e:g., Request for Proposal (RF�) number; Invitations fnr Bid (IFB) number; grant annauncement num5er; the
contract, grant, or loan award number; the applicationlproposai control number assigned by the Federal
agency). Included prefixes, e.g., °RFP-DE-9fl-Q01."
9. For a covered Federal acti�n where there has been an award or laan commitment by the Federal ageney,
enter the Federal amount of the awardlloan commitment for khe prime entity id�ntified in item 4 or 5.
9 0. (a} Enter the fuli name, address, city, State and zip code o# the labbying regisirant �nder the Lobby9r�g
Disclosure Act af 1995 engaged by fhe reporting entity identified in item 4 to influence the covered Federal
action.
(b) Enter the full names of the indi�idua!(sj pertorming ser�ices, and include full address if different from
10{a). Enter Last Name, First Name, and Middle Initiaf (MI}.
11. The certifying official shall sign and date the form, print hislher name, title, and telephane number.
Accordi�g to the Paperwork Reduction Act, as amended, no persons are required to respond to a cailection of
informatian unless it displays a valid OMB contral Number. The valid OMB control number for this informakion
collectian is OMB No. 03A�8-OQ46. f'ubiic reportEng burden for this collection of information is estimated to average 10
mir�utes per response, including time for re�iewing instructions, searching existing cfata sources, gathering and
maintaining the data needed, and completing and reviewing the cnllectior� of information. Send comments regarding
the burden estimate or any other aspect of this collection of in�nrmation, including suggestions for reducing this
burden, to the Office of Management and Budget, Paperwork Reduction Project {0348-00�46}, Washington, DC 20503
�ertifl�atiort Regarding �vbb�ing
(To be su�amitted with each bid or offer exceeding $10Q,000)
The undersigned certifies, ta t#�e best of his ar her knowledge and belief, that:
(a) Na Federal appro�riated funds have been paid or will be paid, by or an behalf of the
undersigned, to any person far influencing or attempting to influence an officer or employee af an
agency, a Member of Cangress, an officer or employee of Congress, or an employee of a Member of
Cangress in connection with the awarding of any Federal contract, t#�e making of any Federal grant,
the making a# any Federal loan, the entering inta of any cooperati�e agreement, and the extensian,
continuation, renewal, amendrrmer�t, or modification of any �'ederal cflntract, grant, �oan, or cooperati�e
agreement.
{b) If any funds vther than Federal apprapr�ated funds have be�n paid or wifl be paid to any person
for influencing or attempting to influence ar� officer or emplayee of any agency, a Member af Congress,
an officer or employee of Cangress, or an employee af a Member of Congress in connection with this
Federal contract, grant, loan, or cooperati�e agreement, the undersigned shall complete and submit
Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructians.
(c) The urtdersignecf shali require that the language paragraph 1 and 2 of this anti-lobbying
certificatinn be included in the award documen#s for all subawards at ali tiers (including subcontracts,
su�grants, and contracts under gran�s, laans, and cooperatir�� agreements} and that all subrecipients
shall certify and disclose accordingly.
This certificatiort is a material representation of fact upon which relianc� was placed when #his
transaction was made or entered inta. 5ubmission of �his certification is a prerequisite for making or
entering inta this fransaction imposed by 31, U.S.C. § 1352 {as amended by the Lobbying Disclasure
Act of 1995).
The Contractor, , certifies or affirms the truthfulness and accuracy of each
statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees
that the pro�isiflns of 31 U.S.C. § 3801 et sec{., apply to this certificatian and disclosure, if any.
Signature of Contractor's Authorized Official
Printed Name and Title of Contractor's Authorized Official
f]ate
DISC�OSUR� O� �O��I�If�G A��IVIiIE� Approved k�y QM8
Com�alete this form to disclnse lo�bying acti�ities pursuant to 31 U.S.C. � 352 0348-0046
See reverse far u61ic burden disclosure.
1. Type of Federal Action: 2. Status of �ederal Action: 3. Report iype:
�a. contraet �a. bid/offerlapp{ication � a. initial filing
b. grant !�. initial award b. material change
c. caoperative agreement c. past-award �ar f�7aterial Cltange �nly:
d.loan year q�arter
e. loan guarantee date of last report ._ _
f. loan insurance
4. IVame and Address of Reporting �ntity: 5. If �epo�ting �ntify in No. 4 is a Subawardee, �nter Alam�
� Prime � Subawardee and A�dress of �rlme:
Tier , rf knowrr:
Con ressional District, rf known : Con ressior�al �istrict, if knowrr:
6. Federal DepartmeRtlAgenoy: i'. �'ederal Prflgram Name/Descriptian:
CFDA Number, if applrcable:
�. �ederal Action Numbar, rf krrown: 9. Award Amaunt, rf knoEnrrr:
$
10. a. h�arr�e and Address af Lobhying Registrant b. Indi�iduals Perfiorming Sere+ices {including address rf
f if in�l.ivir�llal, last nam�. first na��. M1�; different from No. 10a}
(last name. fir�t name, Ml ):
1' Intormatlon reguested through this lorm Is authorized 6y tltle 31 U.5.C. section Signature:
1952. This disclosure al lohhying activltles Is a material representafion ot lact �^
upon which re�iance was placBd bythg tiar ahavB when [his transaeHan was made Print Name:
or enleeed into. This dlsclosura IS required pursuant to 3t U.S.C. i352. This - —-
iMormaUon wlll 6e raported to the Congress semi-annually and will ha.available tor
public inspection. Any persort who Fails to file the required disclosure shall he Tlt��':
subject ta a civfl penaNy nf not less Ihat $10,000 and nql more than $1DO,OOD for
eachsuchtallure. T8�2�7F10C1e �0.: D1t�:
Fed�ial Us� Oi�E�: Auihorized for l.ocal Reprnduction
5tandard Form LLL (Rev. 7-97)
iiV57'�UC�IONS �OR COfW��.�TIOh! �F SV��L�.L, �ISCLOSUR� OF LBB�YIiVG AC�IVI�f�S
This disclasure form shall be eompleted by the reporting entity, whetiter subawardee or prime Federal recipieni, at the initiation or receipt of a co�ered Federal
actinn, or a materialchangeto a previous #iling, pursuant to title 31 U.S.C. section i352. The iiling oF a form is required for each paymentor agreementia make
paymentto any lobbying entity for influencing or attempting to influance an ofticer or employeeof any agency, a Member of Cpngress, an nfficer or employeeof
Congress, or an employeeof a Memberof Congress in connectionwith a covered Federalaction. Cornplete all items that applyfor both the iniiial filing and material
change reporE. Refer to the irn�letnenting guidance pubfished by the Office of Management and 6udget for additional informaEion.
1. Identity the type of covered Federal action tor vuhich lobbying activity is and/or has been secured to influence the outcome of a co�ered Federal acfinn.
2. Identify the status of the covered Federal acEion.
3. Identifq ihe appropriateclassificatiort of fhis report. It this is a followup report caused by a material change to the information previously r��Oarled, enter
ihe year and quarter in which ihe change accurred. Enter fhe date of the last previously submitted report by this reporking entity for this covered Federal
action.
4. Entsr the #ull name, address, city, 5iate and zip code ot the repohing entity. Include Congre�sional �istrict, if known. Check tite appropriateclassification
oi the reporting entitythat designatesif it is, or expectsto be, a primeor subaward.reci�rieni. Identifythe tier ot the subawardee,e.g., the first suhawardee
of the prime is ihe 1 st fier. 5ubawards include hut are not limited to subcontracts, subgrants and contract awards under grants.
5. if the organizationfiling �he report in item 4 checks "5ubawardee,"then enter the fulf name, address, eity, State and zip code of ihe prime Federaf
recipient. Include Congressional District, if known.
6. Enter the name of the Federal agency making tfte award ar laan ppmrnitment. Include at least one organizationalle�el belflw agency name, if known. For
example, pepartment of 7ransportation, United 5tates Coast Guard.
7. Enter the Federal prograrrs name or description for the covered Federal action (item 1), li known, enter ihe full CaTalog of Federal domestic Assistance
(CFQAj num6er far grants, caoperative agreemenis, loans, and loan commitments.
8- �nter the most appropriate Federal identiiying number availablefor the Federal action identifted in item 1(e.g., Request for Proposal (RFP) number;
In�itation for Bid (IFB) number; gt-anE xnnouncement number; the cqntract, grant, or loan award number; the applicatipn/proposal control nurnber
assigned by the Federal agency). lnclude prefixes, e.g., "RFP-�E-90-001."
9. For a covered Federal action where there has been an award ar loan commitment by fihe Federal agency, enter the Federal amnunt o( the awardlioan
comrnitment for the prime entiCy idenlified in Item 4 or 5.
10. (a) Enter ihe full name, address, city, State and xip code of t�e lobbying registrant under ihe Lnbbying Disclosure Act of 1995 engagad by the reporting
entity identified in item 4 to influence the cpvered Federal action.
(b) Enter ihe full names ot tF�e individual(sJ performing services, and inalude full address if dilferent from 10 (a). Enter Last Name, First f�ame, and
Middle Initial (MI).
11, The certifying official shall sign and date ihe fnrm, print his/her name, title, and telephone number.
According to the PaperwprkReduction Act, as amended, no persons are requiredto respond to a collection of information unless It displays a valid OMB Contro
Number. The valid O�VIB control nurntter for this Infarmation callection is OMB No. 0348-0046. Pubfe reporting k�urden for this Collection of information is
estirriated to a�erage 10 minutes per response, inclucfing time for reviewing insfructions, searching exfsting data sources, gathering and maintaining the date
�Ineeded, and completing and reviewing the cnllection ot inforrnation. Send comrnents regarding the burden estimate or any other aspect af this colleciion oi
information, including suggestions for reducing this burden, 10 the OfEice af Management.and Budget, Paperwork Reduction Project {0348-0046), Washingtan,
❑C 20503.
Non-Collusion Affidavit and Debarment C.ertificatian
PROJECT: FY 2018 Safe Routes to School Irnprov'e�nents
HIGHVVAY: CS
COUNTY: TARRANT
TXDQT CSJ: 0902 90 0�2
INDNIDUAL DOING BUSIN�SS UNDER A FIRM NAME OR FOR A CORPORATION
The bidder being duly sworn, solemnly swears (ar aff'irmsj thatneither he, nor any offfiicial, agent ar
ernployee has �ntered into az�y agreement, participated in any collusion, or other�vi�se iaken any action
which is inrestraint of free competitive bidding in connection with any bid or contract, and that the bzdder
intends to do the work with his own bon�de em.playees or subcantractars and will not bid for the bene#"it of
another contractor.
By submitting this non-collusion at�'ida�it, the Contractor is certifying his sta�xs under' penalty ofperjury
under the laws of the United States in accordance v�iththe Debatmenk Certification attached, provided that
�he Debartnent Certification also in.cludes anyrequired statements concerning exception s that are
applicable.
S�GR3'A`irlJ� O� B�DD�R
Narne of Bidd�r:
Print ar type in i�i ua name
Trading and doing business as
Print or type firm name
�itness Signature nf Bidder, Indi�idually
Print ar type witness' name Frint or type signer's name
If a Corporation aff"tx Corporate Seal
AFFY�AVi�` ��J�g �]��TQ'�l�RIZ��
riOTA127C ���L
Suhscribed and sworn to before me this the
day of 20
Si.gnature of Notary Public
Safe Iioutes to �chool Improvcments
City Proteet Number: 10l264
iexa� deparir��r�t �� `I"r�r�sportati�n
INSTRUCiION�
BEFO�� Y�ll �U�fiAi1" T�11S FORM, 1911�1KE SU��:
Fo�m t560�CS
Professional Pro�ider Insurance
(Rev. �3f98)
Page 1 nf 2
(Previously Known As Form 1 S60-CSS)
• You ha�e the most currenf 1560-CS TxDOT form. Go #o the following TxDOT Internet
site:hit����www.txdot.qa�/businesslconsultantsiinsurar�ce.htm! �hen look for the Form 15fi0-CS.
• Yau have entered khe 1'!-digit Vendor ldentiFication Number, which includes your nine-digit FEIN (Federal Employer
Identification Nurn6er).
� You have entered each authorized agent's complete address, telaphone number, policy expiratian dates, sign and date.
� If more than one agent co�ers different typ�s of insurance (one writes Workers' Compensation, but another writes
Auto}, both ha�� issued the certificats in its entirety.
4 You have providetf alf requested infarmation on the forrns, which may be faxed fout must be followed up with the
originally signed farms to tf�e address lis�ed below.
o The form is being submitted in cannectian with a professional ser�ices contract.
6 For constructian and maintenance contracts, go to the fallowing TxDOT lnternet
site:ht��:llwww.txdoi c,�ovlbusinessrconiractorslcontractor-insurance.html tF�en look for the Form 1560.
DO PIOT COMPLETE THIS FORFil9 UPILESS WORi��RB' COMPENSATIOI� IS �NDORS�� WITH A 1�VAIl1ER OF
SU�ROGATION fl�[ FAVOR OF TxDOT.
To avoid wark suspension, an upaated insurance form must reach the address list�d below one business day
prior to the expiration date. List the contractor's legal company name, including the bBA (doing bttsiness as) name
as the insured. If a stafF leasing ser►rice company is providing insurance, the staff leasing company nam� is shown
first as the named insured and then in parenthesis idenkify the contractorlclient company (i.e. XYZ Staff �4 U, Inc.-staff
leasing service company (ABC Engineering, inc.)). Show contact information (i.e. address, phone number, and etc.)
for the insured/staff leasing service company in the appropriate spaces. Show the contact information (i,e. address,
phon� number, and etc.) for the contrac#orlcfient company in the appropriate spaces. The certificate of Ensurance,
once on file with the departmenk, is adeq�ate far subsequent departmeni contracts provided adequate cov�rage is still
in effect. Do not refer to specific projects or contracks on this forrrr. Over-stamping or o�er-typing entries on the
eertificate of insurance are nQt a�ceptable if th�y change the provisions of the certificate in any manner. Stamped,
typed, or prinked signatures are not acceptab�e. Pre-printed limits are the minimum required; if higher limits are
provided by the poNcy, enter the higher limit amount and strike through ar cross oui the pre-printed limit. Binder
numbers are not acceptable for policy numbers.
WI�RK�RS' CC3AAPFRiSAiIOP� IP�5l���dC�:
The cor�tractor is required to have Workers' Compensakion Insurance if the contractor has any employees, including
relakives. The word S7'ATU�"ORY, under limits of liability, means that the insurer would pay benefits allowed under the
Texas VNorkers' Compensatinn L�w. GROUP H�AL.TH or ACCID�NT INSURANCE is nat an acceptable substitute for
Workers' Compe�sakion.
CDIWI��RCI�°►L C�P��RAL LIR�I�IiY IIV�URAIVC�:
If coverages are specified separately, they must be at leasf these amoun#s:
Badily Injury $500,000 each occurrence
Property Damage $100,040 each occurrence
$100,000 far aggregate
MANUFACTURERS' or C�NTRACTOR L[ABILITY [NSURANCE is not an acceptable substitute
for Comprehensive General Liability lnsurance or Commercial Generaf Liability Insurance.
�IJSIN�SS A�1T0l9M��IL� POLICY:
The coverage amount for a Business Automobile Palicy r�nay be shown as a minimum of $fi00,aQ0 Combined Single
Limit by a typed or printed entry and deletlan of the specific amounts listed for Bfl�ily Injury and Property Damage.
Persona] Automobile Liability Insurance is nat an acceptable substitute for a Business Automobile Policy.
MAI� C��[[�ICAY�S TO:
Texas 9eparEment of Transportation
Contract Senaices Qfflce
1a5 �. 11th 5t.
/�ustin, �X i��01-2483
512-�16-�46a0 �I/j �12-496-4fi21 (F)
�
T�x�� �ep��n�en$ �� ��-�nsp�r�ati�n (ix�OT)
'�' C�FtiIF1CAT� �I� 1[d�1��N��
aeaa,tmmt
d Rxesperfeffan
�arm ��so-cs
Professional Provider Insurance
{Re�. 03l13)
PBge 2 of 2
(Previvusly Known As Form 156Q-CSS�
This certlficate of insurance is pro�ided for informatinnal purposes only. This cartifcate does not canfer any rights or ohligations other than the rlghts and
obligafians cAnveyed by the policies referenced an this certificate. The terms of tha referenced policies eontrol over the terms af ihls certificate.
Prior to the beginning of work, the ContrBctor shall obtain the minimum insuran�e and endorsements specified. Only the TxDOT certificate of insurance form
is acceptabie as proof of insurance for department contracts. Agen.ts should complete lhe form pravid'Ing all requested information then either fax or mail this
form dkrectly fo the address listed on page one of this form. Gapies of endarsements listed balow are not raquired as attachments to this certificate,
Insured:
StreetlMaEling Address:
City:
Phone Number:
ContractorlClient (If applicable):
StreetlMailing Address:
City:
Phane Number
119�orkers' Com�ensation Insurance Coverage:
Endorsed with a Wai�er of Subrogation i� favor of 7xDOT.
5fate:
Vendar ID Number (11 digits):
Stake:
Ve�dor I� Number (11 digits}:
Zip Code:
2ip Code:
Ca�rier Nams: Carrier Phone 1Vumber:
Address: Ciky: State: Zlp:
Type of Insurance Policy 1Vumber Effecti�e Dake �xpiration Date Limits of Liability
Workers' Compensakion Not Less Than: Statutory - Texas
�ommercial General �iability Insurar�ce:
Carrier Name: Carrier Phone iVumber:
Address: City: 5tate: Zip:
Type of Insurance Policy Numb�r Effectiva �ate Expiration Da#e �.imits of Liability
Commercial General Not Less Than:
Liabilify Insurance $500,000 each occurrence
Bodi4y Injury $100,D00 each occurrence
Property Damage $100,000 far aggregate
�R OR
Commercial General $500,p00 combined single limif
L.iability Insurance
Automobile Liability Insurance:
Carrier Name: Carrier P�one Number:
Address: City: State: Zip:
Type of Insurance Policy Number Effeeti�e Date Expiratian Rate Limits of Liability
Business Autarnpbile Policy Not Less Than:
Bodily Injury $Z50,000 each person
$5DD,D00 eacf� occurrence
Praperty bamage $100,OQ0 each occurrence
Au�harized l�g�n� name, address and zip code:
THIS IS TO C�FtTIFY ta the Texas Department of �ransportation acting nn behalf of the State of Texas that the insura�ce policies narned are in full farce and effect.
this farrrr rs senf by facsimile machine {fax), the sender adopts fhe riocument received by TxDOT as a duplicate arigrnal and adopts the signature prodLced by the
receiving fax machine as tha sender�s arigfna! signature.
The Texas 17epartment of Transpartatian maintains the Informatlnn collecked through this iorm. With few exceptions, you are entitled on request to be Intormed a6nut
the information that we collect about you. Under sectlons 555.021 and 553.023 of the Texas Government Code, you also are entitled to receive and review the
infarmaElon, Under section 559.OU4 af the Go�ernment Code, you are alsa enGl[ed to have us correci information about you khat is incorrect.
Area Code ( �
Au#horized Ag�9C`�
Original 5ignature ofAuthorized Agent
Date
" __., -
C]E1�7['IF��A'�'IOl�T �FII`T��Ya]ES7C iI� ���1� �gl�
�ROPOSA�LS ��It 7C�[S W�l�
Bysigningthisproposal,thebiddingfirmandthesignercertifythatthefollowing information, as
indicated by checking "Yes" or "No" below, is true, accurate, and complete.
A. Quotation(s) have been issued in this firm's name to other firm(s) interested
in this wark for consideration for pert'orming a partion of this wnrk.
YES
NO
B. If this prnposal is the low bid, the bidder agre�s to pro�ide the foIlowing
information prior to aw�'d of the contract.
1. Identify firt�tzs which bid as a prime contractor and from which the bidder
received quotations from woxk on this prnject.
2. Identify all tke firrns which bis as a}�rinne contractor to which tha bidder
gave quotations %r work on this project.
��I���.�TQ]R95 �1SSYJ1�1�T�]E
(Subcontracts-Federal Aid Projects)
By signing this proposal the contrackor is giving assurances that all subcontract
agreements of $10,400 or more on #his project will incorporatc; the failovving:
�pecial Provision
Specfal Provision
5pecial Provision
Form FHWA 1273
Applicable
"Certif cation of Nandiscrirr�ination in E�nployrnent"
"Notice of Requirement for Affirmative Action to Ensure Equa1
Employment �pportunity" {Executive Order 112A�6)
"Standard Federal Equal Employment OpporLunity Construction
Contract Specificat�ons" {Ex�cutive Order 11246}
"Required Contract Provisions Federal-aid Construction Contracts"
(Form FHWA 1273 nxust also be physically attached to subcontracts
and purchase arders o�' $10,000 or more)
"Wage Determination Decision"
Also, by signing this proposal the contractor is giving assurances that all subcontract
agree�nents will incorporate the Standard Sp�cification and Special ProviSions.
CSJ�: 0902�90•�82
City Project No: 101�64
County: Tarrant
����N]��R ���
The enclosed Texas Department of
Transportation Specificativns, Special
Specifications, Special Provisions, General Notes
and Specification Data in this dncument have
been selected by me, or under my responsible
supexvision a� being appIicable to this project.
Alteration of a sealed document withoui proper
Notification to the respansible engineer is an
�ffence under the Texas Engineering Practice.
osfoii2a21
perseded Genera� oecision Num6er: TX2929e025
ate: Texas
nstruction Type: Highway
unties: Ar[her, Callahan, Clay, Collin, �allas, �elta,
ntan, Ellis, Grayson, Hunt, ]ahnson, Jones, Kaufman, Parker,
ckwail, Tarrant and Wzse Counties in Texas.
6HWAY CflNSTRUCTION PROlECTS (excluding tunnels, building
ructures in rest area projects 8 raiiroad construction;
stule, suspension & spandrel arch bridges de5igned fnr
nmercial navigation, bridges involving marine construction;
d ather majar bridges).
te: Under Exetutive Order (EO) 13658, an hnurly minimum wage
$10.95 for calendar year 2021 applies to all contracts
6ject tn the oavis-Sacon Act for which the contract is awarded
nd any solicitation was issued) on vr after 7anuary 1, 2015.
this contract is covered by the E0, the contrac�or must pay
1 warkers in any ciassification listed an this wage
termination a# least $10,95 per hour (ar #he applicable
ge rate listed on this wage determinatinn, if it is higher)
r all hours spent performing ❑n the contract in calendar
ar 2021. If this contract is covered by the EO and a
assification conszdered necessary for perfarroance of work on
e contract does not appear on this wage determinatian, the
ntractor must pay workers in that classafication at least
e wage rate determined through the contormance pracess set
rth in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate,
it is higher than the con4armed wage rate). The EO minimum
ge rate will be adjusted annually. Please note that
is EO applies to the a6ove-mentianed types of contra�ts
tered in�o hy the federal government that are suhject
the bavis-Bacon Act itself, but it daes not apply
contracts subject anly io �he �avis-8a[on Related Aets,
cluding those set forth at 29 CFR 5.1(a)(2)-(6@). Additional
fprmation on contractor requirements and worker protections
der the EO is availabie at rvww.dol.gov/whd/goveontracts.
dification Number Puhlication bate
0 01/01/2021
SU7X2011-007 08/63/20x�
Rates Fringes
NCRETE FINISHER (Paving and
ructures) ......................$ 14.12
ECTRICIAN......................$ I9.$0
RM BUIL�ER/FORM SE77�R
Aaving & Cur6 ...............$ 13.i6
Structures ..................$ 13.84
BORER
Asphalt Raker ...............$ 12.69
Flagger .....................$ 19.65
Laborer, [ommon .............$ 19.72
Labprer, Utility............$ 12.32
Pipelayer ...................$ 13.24
Work Zone Barricade
Servicer ....................$ 11.68
�fR EQ�IPMENT OPERATOR:
Asphalt Distributor.........$ IS.32
Asphalt Paving Machine......$ 13.99
Braom or Sweeper............$ ii,74
Con[rete Ravement
Finishing Machine...........$ 16.05
Concrete 5aw ........ .......$ 1A.48
Crane Operator, Lattice
Boam 80 Tons ar tess........$ 17.27
..� a„ ��yu� ..���� .,� �..���
or Less .....................$ 18.12
CrawJer Tractor .............$ 14.97
Exca�ator, 50,000 pounds
Qr l.ess .....................$ 17.19
Ex[avatar, o�er 56,090
paunds .. ...................$ 16.99
Foundatinn �rill , Truck
�+lounted .....................$ 21.07
Foundation Drill, Crawler
Maunted .. ..................$ 17.99
Frant End•Lbader 3 CY or
Less ........................$ 13.59
Front End Loader, over 3 CY.$ 14,'72
Laader/Backhoe ..............$ 15.i8
f�ec�anic ....................$ 17.fi8
Milling N4achine .............$ 14.32
Motor Grader, fine Grade...-$ 17.19
Motor Grader, Rough.........$ 15.02
Pa�ement Marking Machine....$ 13.63
Reclaimer/Pulverazer........$ 11.01
Raller, Asphalt .............$ 13.08
Roller, Otf�er ...............$ 11.Si
Scraper .....................$ 12.96
Small Slip�form Machine......$ 15.96
5preader Box ................$ 14.73
r�i.cer .........................$ i4.58
eel Worker (Reinforcing).......$ 16.18
UCK qRIV�R
Lowboy-Float ................$ 16.24
Off Road Hauler .............$ 12,25
Single Axle .. ...... .......$ 12,31
SingJ.e or Tandem Axle f7ump
Truck ........... ...........$ 1Z.62
Tandem Axle 7ractor with
Semi Trailer ................$ 12.86
Transi.t-Mix .................$ 1.4.14
LDER�� .........................$ 14.84
--------------------------------------------------------------
LaERS - Receive rate prestribed for craft performing
eration to which welding is intidental.
te: Executive flrder (EO) 13786, Establishing Pa9d 5ick Lea�e
r Federal Contractors applies to all cnntracis subject tn the
vis-Bacon Act for which tha contract is awarded (and any
lici�atior� was issued) on or after ]anttary 1, 2017. If this
n#ract i.s covered hy the E0, the contractar must pro�ide
ployaes with i hour nf paid sick leave for every 30 hours
ey work, up to 56 hours of paid sick lea�e each year.
ployees must be permitted to use paid sick leave for their
n illness, injury or nther health-related needs, including
eventive care; to assist a family memher (or person whn is
ke family to the employee) who is i11, injured, or has ather
alth-related needs, including preventi�e tara; or for reasons
sulting from, or to assist a family member (or person who is
k� family to the employee) who is a �ictim of, domestic
olence, sexual assault, or stalking. Additional infarmation
cnntractor requirements and worker pratettions under the Ep
av�ilable at www.dol.gov/whd/govcontracts.
1.9.sted classificatians needed �For work not i.ncluded within
e scope o�F the classifications listed may be added after
ard only as prnvided 3n the la6or standards contract clauses
9CFR S.S (a) (1) {�a)).
--------------........__--------------------------------__......_____
e body of sach wage determination lists fihe classification
d wage rates that have been faund to be prevailing for �he
ted type(s) qf canstruction in the area covered hy the wage
termination. The classi�ications are 1i.sted in alphabeti�al
der of ""identif�ers"" that indicate whefiher the particul.ar
te is a union rate (current union negotiated rate far local),
survey rate (weighted average rate) ar a union a�ervage rate
eighted union average rate).
uu .�� ..cgi u�ing w i..nra� a�4w s uu�ci i� .�u w
UAVG°°Vdenotes that the union classification and�rate were
e�ailing for that classificat9,on in the sur�ey. Example:
IlM0198-005 87/@1/2014. PLUM is zn abbreviation identifier of
e union which prevailed in the survey for this
assifi.catian, which in this example wo�ld be Plum6ers. 9198
di�ates the local union number or district cauncil number
ere applicablex i.e., Plum6ers Lacal 0198. The next number,
S in the example, is an interna7 number used in processing
e wage determination. s7/61/2014 3s Che effective date of the
st current negntiated rate, which in thi.s example is ]uly 1,
14.
inn prevailzng wage rates are updated to reflec� all rate
anges in the collective hargaining agreement (CBA) governing
is classification and rate.
rvey Rate Tdentifiers
assifications Iisted under the ""SU"" identifier ihdicate that
one rate prevailed Fnr this classification in the survey and
e published rate is derived by computi.ng a weighted average
te 6ased on all #he rates reported in '�he survey for that
assificaYinn. As this weighted avarage rate includes all
tes reparted a.n the survey, it may include both union and
n-unian rates. Example: SULA2012-097 5/13/2914. SlJ indicates
e rates are survey rates based an a weighted a�erage
lculation o�F rates and ar�e not majority rates. LA indicates
e State of Louisiana. Z012 is the year af survey on which
ese classifications and rates are based. The next num6er, 907
the example, is an internal number used in producing the
ge determination. 5/13/2614 indicates the survey campletion
te for the classifications and rates under that identi�ier.
rvey wage rates are not updated and remain in effec# un#i1 a
,� survey is conducted.
ian Average Rate Tdentafiers
assification(s) listed under the UAVG identifier ind3cate
at no single majority ra#e preva3.led for those
assifiications; however, 10096 of the data reported far the
assificatzons was unipn data. EXAMPLE: UAVG-OH-0019
/29/2014. UAVG indica�es that the rate is a weighted union
erage rate. �H indicates the state. The next number, 6@10 in
e example, is an internal number used in producing the wage
termination. 08/25l2014 indzcates the survey completion date
r the �iassificatians and rates under that identifier.
URVG rate wilJ. be updated ance a year, usually in ]anuary of
�h year, to reflee� a weighted average of the current
gotiatedlCBA rate of the union locals �rom which �he rate is
sed.
WAGE bETERN�INATI0IV APPEALS PROCE55
} Has there been an initi.a7. deca.sion in the matfier? This can
an existing pu6lished wage determinafiion
a survey underlying a wage d2termination
a Wage and Hour bivision letter setting forth a pasition on
a wage determination matter
a conformance {additionaJ cJassification and rate) ruling
survey rela�ed matters, initial contact, including requests
r summaries of surveys, should 6e wi�h the Wage and Hour
gionai offiice far the area in which the survey was conducted
cause those Regional Offices have responsibility for the
vis-8acan survey program. If the response from this initial
ntact is nofi satisfactory, then tE�e process descrihed in 2.)
d 3.) shauld 6e followed.
th regard to any otf�er matter nvt yet ripe for the formal
ocess descrihed here, initial contact should 6e wi�h the
anch of Construction Wage �eterminatinns. Write to:
Branch of Construction wage Determinations
Wage and Hnur Divisian
U.5. oepartment af Lahor
200 Constitution Avenue, N.W.
��� 4a.�u Na� ty �t.�„� � «,. �y ���� o..�..,��� ..a� �y..
view and reconsideration from the Wage and Hour Administrator
ee 29 CFR Part 1,8 and 29 CFR Part 7). Write to:
Wage and Hour Administra#or
11.5. �epartment of Labor
z00 Constitution Avenue, N.W.
Washington, bC 20210
e request should he accompanied �y a full statement of the
terested party'5 position and by any information (wage
yment data, project description, area practice material,
t.) that the reques#or considers reievant ta the Sssue.
) I� the decision of the Administra#or is nq# fa�ora6le, an
terested party may appeal directly to the Admin3.strative
view 6oard (formerly the '�age Appeals Board). 4�rite tot
Administrative Re�iew Board
U.S. Oepartment af Labor
206 Constitutian Avenue, N.W.
Washingtnn, DC 20210
) A11 decisions by the Administrat�.ve Review Board are finai.
�Nb OF GENERAL OECISIQN
�rison �pod�cecl I�aterials
§ 635.41i Convict praduced materials.
(a) Materials produced afiter July 1, 1991, by convict labor may only be incorporated in a Federal-aid
highway construction project if such materials have been:
{1} Produced by con�icts who are on parol�, supervised release, or prabatian fram a prisot� or
(2) Produced in a qualified prison facility and the cumulati�e annual praduction amaunt of such
materials for use in Federal-aid highway construction does not exceed the amount of such materials
produced in such facility for use in Federal-aid highway construction during the 12-month period ending
�uly 1, 198�.
(b) Qualified prison facility means any prisan facility in which con�icts, during the 12-month period
ending July 1, 1987, produced materials for use in Federal-aid highway construction projects.
[53 FR 1923, Jan. 25, 1988, as amended at 58 FR 38975, July 21, 1993]
�➢iffering �ite Condition�
§ �35.109 Standardized changed condition clauses.
(aj Except as pro�ided in paragraph (bj of this sectian, the following changed conditions contract clause�s
shall be made part of, and incarporated in, each highway construction projecC, including construction
services contracts of CM/GC projects, appro�ed under 2� U.S.C. 106:
(IJ �iffer►ng site conditions.
(ij During the progress of the work, ifi subsurface or latent physical conditions are encountered
at t�e site differing materially firom those indicated in the cantract or if u.nknown physical
conditions of an unusual nature, differing materially �rarn those ordinarily encauntered and
generally recognized as inherent in the work prouided for in th� tohtract, are er�countered at
the site, the party discavering such canditions shall promptly notify Che other party in writing nf
the speci#ic differing conditi�ns before the site is disturbed and before the affected work is
performed.
(iij Upon written notification, the engineerwill investigate the conditions, and if it is deterrnined
that the conditions materiaily differ and cause an increase or deerease in the tost or time
required for the perfarmance of any work under t#�e contract, an adjustment, excluding
anticipated profits, will be made and the contract modified in writing accordingly. The engineer
will notify the contractar of fihe det�rmination whether or not an adjustment of the contract is
warranted.
(iii) No cantract adlustm�nt which results in a benefit to the eontractor will be aflowed unless
the contractor has provided the required written notice.
(iv) No contract adjustment will be allawed under this clause for any effects caused on
unchanged work. (T�is provision may b� omitted by the STb's at their option.)
(2J Suspensians of work ordered by the engineer.
(i) If the perfarmance of all or any portion of the work is suspended or delayed by the engineer
in writing fnr an unreasonable period of time (nat originally anticipated, custnmary, or inherent
tn the construction industryj and the contractor �elie�es that addit�onal cornpensatian and/or
contract time is due as a result of sucf� suspensian or delay, the contractor shall submit to the
engineer in writing a requEst for ad�ustment within 7 calen�ar days of receipt of the notice to
resum� work. The request shall set forth the reasons and support for such adjustment.
(ii) Upon receipt, the engineer will evaluate the contractor's request. If the angineer agrees that
the cnst and/or time required for the performance of the contract has increased as a result ofi
such suspension and the suspension was caused by conditions beyond the control of and not
th� fault of the cantractor, its suppliers, or subcontractors at any approved tier, and not cause�
by weather, the engineer will make an adjustment (excludin� profitj and madify the contract in
writing aecordingly. The contractar will be notiified of tihe �ngineer's determination whether or
not an adjustment of the cantract is warranted.
(iii) �lo contract adjustment will be alkowed unless the contractor has submitted the request fiar
adjustment within the time prescrib�d.
(iv) Na contract adjustment rnrill be allowed under this clause tfl the extent that perfarmance
would ha�e been suspended or delayed by any other cause, or for which an ad�ustment is
provided or excluded under any other term or condition of ti�is contract.
(3 j Significant ciranges in #he ciraracter o� work.
(i) The engineer reserves the right to make, in writing, a� any time during the work, such changes
in quantities and such alterations in the work as are nece5sary ta satisfactarily complete the
project. 5ueh changes in q�antities and alterations shafl not in�alidate the contract nor release
the surety, and the contractor agrees to perform the work as altered.
(iij If the alterations or ci�anges in quantities significantly ehange the character of the work
under the cantract, whether such alterations or changes are in themselves significant changes to
the character of the work or by affecting ather work cause such other work to hecome
5ignificantly different in character, an adjustment, excluding anricipated profit, wi11 be made to
the contract. The �asis for the adjustment shafl be agreed upon prior to the perfarmanre af the
work. if a�asis cannot be agreed upon, then an adjustment will be made eit�er for or a�ainst
the contrac#or in such amount as the engineer may determine ta �e fair and equitable.
(iiij if th� alterations ar changes in quantities do not significantly chan�e the character of the
work to be performed under the contract, the altered woric will be paid for as provided
elsewhere in the contract.
(f►►j The term "significant change" shall be construed Ca apply only to the following
circumstances:
(A} When the character of the wortc as altered differs materially in kind ar nature from
that in�olved or included in the original proposed construction; or
(Bj Wh�n a major item of uvark, as defined elsew4�ere in the contra�t, is increased in
excess af 125 percent or decreased belaw 75 percent of the original contract quaniity,
Any aliowance for an increase in quantity shall apply only to that portion in excess of
12.5 percent of original contract item quantity, or in case of a decrease belaw 75
perc�nt, to the actual amaunt of wark performed.
(bj The pro�isions af this section shall be goverr�ed by the folfowing:.
�1j Where State statute does not permit ane or more af the contract clauses included in
paragraph (a) of this section, the 5tate� statute shall prevail and such clause or clauses ne�d not
be made applicable to Federal-aid highway contracts.
(2) Where the State transportation department has develop�d and implemented ane or more of
the contract dauses included in paragraph (a) af this section, such clause or clauses, as
developet! by the 5tate transportation department may be included in Federal-aid highway
contracts in li�u of the corresponding clause or clauses in paragraph (aj of this section. The
State's action must be pursuant ta a specific 5tate statute requiring cliffering contract conditions
clauses. 5uch State developed clause or clauses, however, must be in conformance with 23
U,S.C., 23 CFR and other appiicable Federal statutes and regulations as appropriate and shall be
subjecf to the Divisian Administrator's approval as par-t of the PS&E.
(c) In the case of a design-build project, STDs are strongly encouraged to use "suspensians of work
ordered by the e�gin��r" clauses, and may consider "differing si�e conditiort" clauses and "significanC
change5 in the character of work" clauses which are appropriate for the risk and responsibilities that are
shared with the design-6uilder.
[56 FR 370q4, Aug. 2, �991; 57 FR 10062, Mar. 23, 1992, as amended at 67 FR 75925, Dec. 10, 2dp2; 81 FR 85943, aec. 2, 2016]
Project Number. �TP 2021 {929)TP
County: TARRANT
Highway: Various
Sheet A
Control: 0902-90-082
Specifacation Data
Basis of Estimate
Iterr� Description
168 Vegetative Watering
34p Hot Mix (All Types)
� eciall�Totes
Rate
169,400 gal.lacre
1151b.1sq. yd.-in.
Unit
1,OQU gal.
ton
Electronic Files containing answered pre�letting questions �nd other project related design information
will be placed in the %llowing FTP site periodically.
Cheek this srte for new information. Notices of new postings will nat be sent out by the Engineer.
The data located in these files is for non-construction purposes only and can be %und at:
TxDOT's public FTP site at - , � • �` � _ ' _ � � 1 �. _ _ ►.
Access is read anly.
All files in the FTP site are subject to the License Agreernent shown on the FTP site.
To obtain a copy of the project plans free of charge, submit a requ�st from the following site:
�
�� < _� , __���,
Contractor questions on this project are to be addressed to the following individual(s):
Area Engineer's Email: 3�- � r� �� -:
Assistant Area Engineer's Email: {� �. � ;_
Design manager's Email:
Contractar questians will be accepted through email, phone, and in person by the above individuals.
General Notes �heet A
Project Number: 5TP 2021(929)TP
County: TARRANT
Highway: Various
Sheet B
Control: Q9Q2-90-082
All contractor questions will be revie�ved by �he Engineer. Once a response is developed, itwill be
posted to Ta�D4T's Public FTP atthe following Address:
f1�,; t� uu� ati.� �.u, uub� • �u��-i �To P� s-1 ..-- '�- --�
All questions submitted that generate a response will be po�ted through �his site. The site is organized
byDistrict, Praject Type (Construction orMai�tenance}, Letting Date, CCSJ/Project Name.
Single lane closures, excep� as otherwise shown in the plans, will be restricted to off-peak hours as
defined in th� �ollowingtable:
Peak Hours Off-Peak Hours
7�0 9 AM 4 to 6 PM 9 AM to 3 PM All day Saturday
Monday through Monday thraugh and 7 PM to 6 AM and Sunday
Friday Friday Monday thraugh
Frida
Work that requires closure of multiple trav�l lanes in the same directzon, except as otherwise shown
in the plans, are restricted to night hours hetween 9 PM and 6 AM.
Existing storm sewers and utilities are shown from the best available information. Verify the location
of all underground facilities prior to startingwork.
For dim�nsions of right-of-way not shown on the plans, see right-of-way map on file a# the TxDOT
District Office.
1Vlodi�cations to Lane Closure / Wnrk Restrictions:
Submit a request in writing for appro�al by the Engineer a minimum of 1 fl days in advance of
implementing a change to lane closure restriction�.
Whcn deemed necessary, the Engineer wi11 lengthen, short�n, or atherwise rnodify lane elnsure
restrictions as trafi'ic conditions warrant.
When deerned nec�ssary, tihe Engineer will modify the list o�major events when new events develop,
existirig events are rescheduled, or when warranted.
Special Ev�ntsl Special Situatians will b� handled on a case-by-cas� basis. No work restricting lane
closures is allowed from 3 PM a day before #� 9 AM the day af'ter the Special Event or Special
Situation.
General Notes Sheet B
Project Number: STP 202j (929)TP
County: TARRANT
Highway; Various
Sheet C
Cantrol: 09U2-90-082
The following Holiday/Event lane clasurerestrictianrequirements applyto thisproject:
No work that r�stricts or interferes wi�h traffic shali be allowed b�tween 3 PM on the day preceding a
Holiday or Event and 9 AM on the day after the Holiday or Event.
Holida Lane Closure Reskrickions
�Tew Year's Eve and Rew Year's Day 3 PM Decemb�r 3� through 9 AM January 2
December 31 throu h Janua 1
Easter Holiday Weekend (Friday th�ough 3PM Thursday through 9 AM Manday
Sunda
1Vlemorial Day Weekend (Friday #hrough 3 PM Thursday through 9 AM Tuesday
Monda
Independence Day (Ju1y 3 through July S) 3 PM 7uly 2 through 9 AM July 6
Labor Day Weekend (Friday through 3 Ph�I Thutsday through 9 AM Tu�sday
Manda
Thanksgiving Holiday (Wednesday through 3 PM Tuesday through 9 AM Monday
Sunday)
Christmas Haiiday (December 23 through 3 PM December 22 through 9 AM Decemb�r
December 26) 27
Plan work schedules around the appropriate dates above to ensure producti�e wark is perfornted
without lane closures.
11!� ifi ations to Lane Closure 1 W rk R tri ti ns:
Subm'rt a request in writing for approval by the Engineer a minirnum af 1 Q days in advance of
implern�nting a change to lane closurerestrictions.
When deemed necessary, �he �ngineer will lengthen, shorten, or atherwise modi�Fy lane elosure
restrictions as traffic conditions warrant.
When deemed necessary, the Engineer will modify the list of majnr events when new events develop,
existing events are resehedul�d, or when warranted.
Special Events/ 5pecial Situations wi11 b� handled on a case-by-case basis. No work restricting Iane
closures is allowed frarn 3 PM a day befare to 9 AM the day after the Special Event or �pecial
Situation.
General Notes Sheet C
Project Number: STP 2021(929)TP
Courlty: TARRANT
Highway: Various
Sheet D
Canirol: 0902-90-082
Prevention of Mi atory Bird Nesting
It is anticipated that migratory birds, a pro�ec�ed group of species, may try to nest on bridges, culverts,
vegetation, or gravel substrate, at any time of the year. The preferred nesting season for migratory
birds is from Februa�ry 15 through October 1. When practicable, schedule construction operations
ouiside of the prefeT-red nesting seasan. Otherwise, avoid nests coniaining migratory birds and
perform n.o work in the nesting areas until the young birds ha�e fl�dged.
Structures
Do not begin bridge and culvert construction operations until s�allow nesting prevention is
implemented, until after Octaber ] if it's dete�nined that swallow nesting is actively accurring, or
until it's determined swallow nest� have been abandoned. If the State installed nesting deterrent on
the bridges and culv�rts, rnaintain the existing nesting de�errent to prevent swallow nesting until
October i or completion of the bridge and culvert wark, whichever occurs earlier. If new nests are
built and occupied after the beginning of the work, do nat perform work that can interfere wi�h or
discaurage swallows from returning to their nests. Pre�ention of swallovv nesting can be performed
by one of the folIowir�g methods:
1. By February 1 S begin the removal of any existing �nud nests and all other mud placed by swallows
for the construction of nests an any portion of the bridge and culverts. The Engineer will inspect the
bridges and culverts �or nest building activity. If swa�lows begin nest building, scrape or wash down
all nest sites. Perfvrm these acti�ities daily unless the Engineer determines the need ko do this wark
rr�ore frequently. Remove nests and mud through October 1 or untiil bridge and culvert construction
operations are cc�rnpleted.
2. By February 15 place a nesting deterrent (which prevents access to the hridge and culvert by
swallows) on the entire bridge (except �eck and railing) and culverts.
No extension of iime or compensation payment will be granted for a delay or suspensian of work
caused b}� nesiing �wallows. This work is subsidiary to the various bid iierns.
The Contractor's attention is directed to the following list of tempora�ty easernents and their expiration
dates:
Parcel Number Expiratinn Date
None
Complete all work in these easement areas prior to the expiration dates shown. Tn the event that work
is done after these expiration dates, all casts for extending these dates will be paid by the Contractor.
General Notes Sheet D
Project Number: STP 2021(929)TP
County: TARRANT
Highway: Various
Sheet E
Control; 0902-90-Q$2
Remove all existing f�nces within the right of way and rernove and replaGe all existing fences within
easements where such fences conflict with the work. Protect ihe remaining f��ce from damage due to
slacking, Erect temporary fencing in the easement areas as necessary to secure the property. Provide
at least one week notice to �ie property owner prior to rernoving or relocating the fence. Restore
petmanent fencing to an equal ar better condition.
Mail box manipujatioan made necessary because of consh-uction will b� in accordance with Item S6Q
"Mailbox Assemblies," except that this wark wi11 nnt be paid for directly but will subsidi�ry to �he
p�rtinent bid items.
Provide all-weather surface fnr �emporary ingress and egress to adjacent properiy, as directed.
Maierials, labor, equipmen� and incidentals necessary to provide temporary ingress and egress will
not be paid �or directly buk will be subsidiary to the various bid iterns.
Where n�cessary, the governing slopes indicated herein may be varied from the limits shown, to the
extent approv�d.
On superele�ated cwves the shoulders will have the same cross-slope as the pavement, unless
otherwise indicated.
On superelevated curves where the grade line is in a sag or on a flat g�-ade, overlay the shaulders to
the extent necessary to prc;vent trapping of water on the high side.
AIl driveway openings will be determined by the Engineer and will conform wiih Texas Department
of Transportation "Regulations for Access Driveways to State Highways" adopted 5ep�ember 1953,
and revised June 2004.
Locations and lengths of all private entrances are approximate only. The actual locations, lengths,
lines, and grades are to be cstablished in the field.
Lacations and Iengths af all private entrances are approximate only. The actual lacations, lengths,
lines and grrades are to be determined by the Engineer and shall conform to the regulations of The City
of Fort Warth.
Do not discolor or damage existing curb and curb and gutter during construc�ion operations. In the
event of discoloration or damage, clean ar repair as direcied.
Remove the grass from the crown of shoulders or paveme�nt edges by blading or other approved
methods. Payment for this wark will not be made directly but wi11 be subsidiary to the �arious items
of th� contract.
General Not�s Sheet E
Project Number: STP 2021(929)TP
County: TARRANT
Highway: Various
Sheet F
Control: 09(?2-90-082
The City will perform certain pre]iminary work and will complete th� work in such sequence and
manner that the Contractor will be able to begin his work at the specified time.
The State will perForna certain preliminary work and will complete the work in such sequence and
manner that �he Contractar will be able fio begin his work at the specifed time.
Item lOD. Preparing Right of Way
Measurerrient for this item wi11 be along the centerline of the project wzth the lirnits of ineasurements
as shovv�n on the plans.
Ttem lU�. Removing Treated and Untt-eated Base and Asphalt Pavetnent
Cement, ]im�, and/or lirne fly-ash treated base material removed on this project will became the
property of the Contractor.
Item 110. Excavation
Review proposed wast� sites �o determine if any si�e is located in a`Base Floadplain" or "Floodway"
as defined by the Federal Emergency Management Agency {FEMA).
If waste material from this project is plaeed in a base flaadplain as de�ned by FEMA, nbtain a permit
from the local community responsible for enforcing National Flood Insurance Program (NFIP)
regul�.tions. Ensure that th� owner nf the property receiving the waste has obtained the necessa�y
permit.
Item 162. Sodding %r Ernsion Control
Furnish and place Bermudagrass sod. To obtain an estimate on quantities, it was assumed io replace
3' of sod on either side of the propos�d sidewalk.
Item 168. Vegetative Watering
Furnish and install an appro�ed rain gauge at the project site, as direc�ed. Furnishing and insta�Iation
of the rain gauge will noi be paid for directly but will be subsidiary to Item 16$.
General Notes Sheet F
Prroj�ct Nurnber: STP 2Q21(929)TP
County: TARRANT
Highway: Various
Sheet G
Control: 4902-90-082
Apply vegetative watering for an establ'rshm�nt period of thirteen weeks following application of s�ed
or installation of sfld, at a rate of 1/2 inch of water dep�h per week (approximately 13,030 gallons per
acre}. During the �rst four weeks after �eeding, apply water huice per week, on non- consecutive days,
each at half the weekly application rate. For the remainder of the establishment period, apply
v�g�tative watering once per week during the months of �anuary through 7une or September through
December, at the weekly application rate, apply watering iwice per week, on non-consecutive days
during the months of July and August, each at one-half the weekly application rate.
Average weekly rainfall rates for th� District are:
ranuary-0.39" April—Q.$6"
February 0.4f" May-1.Q0"
March---0.48" June-0.63"
3uly-0.48"
August 0.47"
September 0.74"
Item 340. DensedGraded Hot-1'Viix Asphalt (�mall Quantity)
Qctober-0.68"
November-0.46"
December-0.37"
Provide aggregate with a Surface Aggxegate Classification (SAC) value of C for the travel lanes
and shoulders.
Provide a PG 64-22 asphalt for the base course.
Provide a PG b4-22 asphalt for the concrete underlayment course.
Furnish a CSS-1 P with greater than 50°!a asphalt residue for kh� tack coat on this project. A trackless
tack can be used in lieu of C55-i P tack coat or as dir�cfed by the Engineer. The Engineer will set the
rate at time of application.
Warm Mix Asphalt (WMA) is not pernnitted in any mix type on this project.
RAP and RAS ate not permitted in any surfacc and levelup mixes on this project.
Substitute binders are no� allowed on this project.
Use anly the Superpave Gyratory Compactor (SGC) to design the mixture.
Use the Boil Test, Test Procedure Tex-530-C, and provide only mixes that produce zero percent
{0%) st�ipping for design verifc�tion and during production.
Include the approved mix design number on each delivsry ticket.
Use a Material Trans�er Device (MTD) unless otherwise directed.
General Notes 5heet G
Project Number: STP 2421(929)TP
County: TARRANT
Highway: Various
�heefi H
Control: 0902-90-082
�top production after Lot 1. Re�iew a11 test data and canfirm any chang�s with the Engineer. Da not
start production and placemen� on subsequent Lots until approved by the Engineer.
Shoulders, crossovers, and other areas lisied on the Plan sheet� or as directed are not subject to �n-
place air void determination for this project.
Ternporary detours are subject to in-place air void determination for this project.
Use Surface Test Type B for this project.
Ride quality is not required on this project.
Item 36D. Concrete Pavement
When using the Hardy Chair-Lok ta support reinforcing steel, chazr spacing may be increased to
1.67 sq, yd. per chair, placed in a diamond or square pattern. Do not exceed 60" longitudinal spacing.
The provisions of Article 360.6.2, "Deficieni Thickness Adjustment," will not be a requirernent and
the pa�ement will not be cared.
Include the approvcd mix design number on each delivery ticket.
Item 502. B�rricades, Signs, and Traific Handling
Permanent signs may be installed when construction in an area is complete and they will not conflict
with tl�e traffic control plan for the remainder af the job.
Existing signs are to remain as long as they do not interFere with construction and they do nat conflict
with the traff c control plan.
Any sign not detailed in the p]ans but called for in the layout will be as shown in the current "Standard
Highway Sign Designs for Texas".
When traffic is obstructed, arr�.nge warning devzces in accordance with the latest edition of the "Texas
Manual on Uniform Trafftc Control Devices".
Gover or remove any work zone signs when work or conditian referenced is not occurring.
General Notes Sheet H
Praject Number: STP 2021(929)TP
County: TARRANT
Highway: Vatious
Sheet I
Control: 0902-90-082
Do nnt place barricades, signs, or any other traffie control devices whe�e they interfere with sight
distance at driv�ways ox side sireets. Provide access to all driveways during all phases of construction
unless otherwise noted in the plans or as directed.
Item �Ob. Temporary Erosivn, Sedimentation, and Environmental Control�
The SW3P for this proj�ct will consist af using the following items as directed:
� Erosion eontrol logs
Remov� accumu�ated sediment ar replace �W3P controls when the capacity has been reduc�d by
50°/n or when the depth of sediment at the control structure exceeds one foot.
Items 53Q And �31. Intersections, Driveways and Turnouts, and Sidewalks
The furnishing and installakion of the sand cushion in propased sidewalks, sidewalk ramps, and
driveways will not be paid for directly but will be subsidiary to this bid item.
Item 666. Reflec#orized Pa�ement Mark�n�s with Retrorefiective Requirements
Collectian af retroreflectivity readings using a mobile retrorefl�ctorneter is the preferred method. If
retrorefleetivity readings are collected using a portable or handheld unit, then measurement is defined
as a collective average of at least 20 readings taken along a 20Q-faot test section. A minimurn of three
rne�surements will be r�quired per mile of roadway. Measurements collected on a centerline strip�
will be averaged separately for stripe in each direction of travel. A TxDOT inspector must witness the
calibration and collection af all retro-reflectivity data.
General Notes Sheet I
ProjectNumber: STP 2Q21(929)TP
County: TARRANT
Highway: Variaus
Sheet J
Control: 0902-94-082
Item 67�
P1ace all adhesive material directly from the heated dispenser to the pavemen�. Do not use portable vr
non-h�ated contain�rs. Use adhesive of sufficient thickness so that when the marker is pressed into
the adhesi��, 118" or rnore adhesive wi11 xernain under 100% of the marker. Th� adhesive shauld
extend not less than 1/2" but not more than 1 1/2" beyond the perirneter of the marker.
Item 677
Ob#ain appro�al before using the mechanical method for the elimination of existing thermoplastic
pavement markings.
Ikem b8U
Furnish and install all required materials and equipm�nt necessary for the cornplete and operating
traffic signal installation at the following intersections:
Robinson Siree� & Azle Avenue
The lacations shown on the plans for signal poie foundations, �ontroller foundations, conduit and nther
items may be adjusted to better �t field conditions as approved.
Demonstrate that the field wiring is properly installed, install the controller assernbly, connect the
wiring and turn on the controller.
Item 6��
Pra�vide all signal heads from the same manufacturer. Pedestrian signals may be by a different
manufacturer than the vehicle signai heads.
Furnish blaek hausing for vehicle and pedestrian signals. Furnish black vehicle signal head back
plates.
Furnish black housing for vehicle and pedestrian signals. Door and visor ta match the mast arm and
pedesirian pole color. Furnish �Iack vehicle signal head back plates.
Cover all signal faces until placed ir� op�xation.
All pedestrian signai faces shall be �ingle section LED Type. Die cast polycarbonate is acceptable in
lieu of die cast aluminum. A11 mountin� attachments shall be constructed of steel pipe and mounted
as shown an the plans.
General Notes Shset J
Project Number: STP 2021(929)TP
County: TARRANT
Highway: Various
Sheet K
Contral: 0902-90-d82
For all proposed mast arm pole assemblies, use mounting bracket assernbly Option "C" as shown on
the State Standard Sheet(s) "Single Mast Arm Assemblies".
Item 6�4
Provide an extra 10' for each cable terminating in the controlIer cabinet. AlI cables shall be continuous
without splices from terminal point to terminal point. All proposed signal cable shall be #12 AWG
stranded copper.
Item 6S6 & 68i
Provide aIl signal poles from tlae same manufacturer. Pedesirian poles may be from a different
manufacturer.
Furnish b�ack powder coated pedestrian poles and traffic signal poles and arn�s with clear coat finish
and W inhibitors. The black color shall be #17038 fram the F�deral Standard S9SB Color Chart. All
attachments to the pole shall be painted blacl�. Apply powder coated fmish aver the galvanized surface.
Prepare galvan�zed surfaces for powder eoating in accordance with the powder coating manufacturer's
recommendations. Do not water-quencla or chromate-quench galvanized surf�ces to be powder coat�d.
Aiter preparing galvanized surfaces, powder caat with a minirnum of 2.0 mils dry film thiclrness
(DFT) of ur��hane powder or triglycidyl isocyanurate (TGIC) polyester powder. Provide powder coat
adhesion meeting the 5A or 5B classifications ofASTM D3359. Ensure powder coating i,s uniform in
appearance and free of scratches.
Item 6�S
The sealant used for vehicle loop wire must be approved.
The pedes�rian push button slaall be raised ar flush and a rninimum of 2 inche� in the smallest
dimension. The force to activate the contral shall be no greater than 5 lblf. Th� button placement has
to be coordinated with the concrete pad to access the button. The concrete pad (if required) shall be
paid separately.
The pedestrian push button sha1l be wi�ed with a 2/C#14 loop detectar cable �n lieu oi a#12 A.W.G.
XHHW vvire.
General Notes Sheet K
Technical
Specif cafions
The following ate governing specifications for the Plans for �SJ U902-90-OR2 far constructian of
pedestrian im�prnvements cflnsist�ng of sidewalk, curb ramp, signirig and striping improvernents.
All specifications applicable tn construction far this project ar� identified as follows:
TxDQT Standaxd S eci�cations: Adopted 6y the Texas Department of Transportatian November 1,
2014.Standard specifications are incorparated into the contract by reference.
Item 1
Itean 2
Item 3
Item 4
Item 5
Item 6
Itam 7
Item $
Item 9
Itern I�0
Item 104
Item I05
Itern 162
Item 168
Itern 247
Item 340
Item 35l
Item 41 G
Itern 42Q
Item 464
Item 465
Item 474
Item 479
Item 496
rt�m s oa
Abbreviations and D�finitions
Ins.tnzctians to Bidders
Award and Execution of Contract
Scope of Work
Control of the Work
Cnntrol of Materials
Legal Relations and Responsibilities
Prosectxtion and Progress
Measurement and Fayment
PreparingRight of Way
Removing Concretc
Remaving Tr� ated and Untreated Bas e and Asphalt Pavement
Sodding for Erosion Cantrol
Vegetative Watering
Flexible Base
Dense Graded Hot Mix Asphalt (Small Quantity)
Flexible Pavement Strueture Repair
Drilled Shaft Foundations
Cancrete Substructures
Reinforced Concrete Pipe
Junction Boxes, Manhote, and Inlets
Linear Drains
Adjusting Manholes and �nlets
Remaving Structures
Ivlobilization
Item S02 Barrieades, 5't�ms, and Traffic Handling
Item 5�6 �'emporary Erosion, Sedimentation, and Enviranrn�ntal Controls
Item 529 Concrete Curb, Gutter, and Combined Curb and Gutter
Item 530 Intersections, Driveways, and Turnouts
Item 53] Sidewalks
Item 536 Concrete Medians and Directional Islands
Item 550 Chain Link Fence
Item 556 Pipe tlnderdrains
Item 618 Canduit
r�e� �2a Electrical Conductors
Item 624 Ground Boxes
Item b44 Small Roadside Sign Assemblies
ltem 666 Reflectarized Pavement Markings
Item 672 Raised Pavernent Mark�rs
Item 678 Pavement Surface Preparation for Markings
Item 680 Highway Traffic Signals
Item 682 Vehicle and Pedestrian Signal Heads
Item 684 Traffic 5ignal Cables
Item 686 Traffic Signal Pole Assetnblies (Steel)
Item 687 Pedestal Pole Assemblies
Iterrx 752 Trae ar►d Hush Removal
TxDQT Special Provisions
SP000-xxx
SP002-409
sPooz-ot�
SP003-011
SP005-002
SP006-OOl
SPQp6-012
SP007-001
SP007-004
SP007-U08
SP008-030
SP008-033
SP340-003
SP502-007
SP666-007
TxDOT S ecia] ecifications
Itezn 1004 Tree Pr�tecti.on
Item 6000 Install Tray Cable
Item 6627 Solar Pawered LED Waming Sign
ooa-xxx
Sp��i�l �ro�i�i�n 000
Imp�r���t �lo�ic� �o Co�tra����s
��
TaX�$
��;��n�
nl7ranspor�allon
A5 of March 9th, franchis� utiliiies have been cleared except for two areas, The Departmenf ankicipates clearance hy the
dates listed below, Unless otherwise stated, clearance of these nbsfructians will be performed by their owners. Estimated
clearance dates are not anticipated to interfere with lhe Contractor's operetions. In the event the clearance dates are not met,
requests for additional compensation or #ime will be mede in accordance with lhe standard specificafions,
The Cantractor is invited to review the mapped informafion of abstructions on file with the Ertgineer.
uri�rrr
Utility Owner Approximaie Location Esiimated Clearance Date Effect on Cnnstruciion
A7T Loraine St & Oscar Ave (Bonnie Bree E5) January 2022 None, Relocation will
ATT Loraine St & Hutchlnson {Bonnie Brae ES) January 2022 bccur prior to consiruction.
RIGHT-OF-WAY AC�UISITlON
Parcel Number dwner Estimated Acquisifion ��ect on Construction
Date
ENCROACHMENT
Description Locatian Esiima#ed Clearance Date Effect an Construction
1 - 2 )()(.)0(
OTU
000-x7cx
���.ocariaN
Parcel Numher OwnerlOccupant Estimated Completion ��{ect on Canstruction
Date
2 - 2 XX-XX
OTU
ooa-OD9
Sg��ia� P���isi�n �� I��r� �
Instr��ti�n� t� �idd�rs
��
7L�x�s
aa�a�rP�nsnt
olTtrntyoorl�Hnn
Item 2, "Instructions to Bidders," of the Skandard Specificaiions is amended with respect to the clauses cited �elow. No okher
clauses or requiremen#s of this Item are waived or changed.
Article a,3., "Issuing Propnsal �orms,° second paragraph, is supplem�nted by fhe foflowing.
The Department will not issue a proposal form if one or more af the foll�wing apply:
o the Bidder or affiliate of the Bidder that was ariginally determined as the apparent low Bidder on a praject, but was deemed
nonresponsive for failure to submit a DBE cammitment as specified in A�licle 2.14., "Disadvantaged Business �nterprise
(DBE)," is prohibited from rebidding that specific praject,
Article �,�., "NonPesponsNe �id," is supplemented by the follawing;
The Department will nat accept a nonresponsiv� bid. A bid that has one or more of the deficiencies listed belaw is considered
nonresponsive:
� the Bidder failed to submit a DB� commitment as specified in Article 2.14., "�isadvantaged Business �nterprise (n6�)."
Ar�icle 2,14., °Disadvantaged �usiness �nierprise {D��)," is added.
The apparent low bidder must submit DBE commitment informaiion on federally funded projects with DBE goals within 5
calendar days (as defined in 49 CFR Park 26, 5ubpart A) of bid opening. Far a submission thaf ineets the 5-day requiremenf,
administrative correctians will be allowed,
If fhe apparenk low Bidder fails to submit their �BE information within the specified timeframe, t�ey will be deemed
nonresponsive and fhe propasal guaranty will become the property of the State, not as a penalty, but as liquidated damages. The
Bidder for#eifing the propasal guaranty will not be considered in future proposafs for the same worfc unless there has been a
substantial change in the design of the work. The Department may recommend thak the Commission:
� reject all bids, ar
I� award the Contract to the �ew apparen# low Bidder, if the new apparent law Bidder submiis DBE information within
one calendar day of notification by lhe pepartment,
If ti�e new apparent low Bid�er is unable ta submit the required DSE information within one caiendar day:
�#he new appare�t low Bidder will not be deemed nanresponsive,
■ the new apparent low Bidder's guaranty will not be forfeited,
� the Department will reject all hids, and
■ the new apparent low B9dder will remain eligible to receive future propnsals for fhe same project.
1 -1 41-17
Statewide
40�-011
Sp�ciai Pro�i�ion �o I�em � ,�.�
Instr��tion� t� �idd�r� �°���n�
of ir-arrspar�allon
ftem 2, "Instructions to Bidders,° of the Standard Spec�fications is amended with respect to the clauses oited below. No other
ciauses or requiremer�ts of this Item are waived or changed.
Arkicle 2.3,, "Issuing �roposal �orms," is supplemented by the follQwing:
� the Bidder or affiEiate of the Bidder that was originafly determined as the apparent low Bidder on a project, buf was deemed
nanresponsive far failure to register or participate in the Department af Fiomsland Security's (DHS) E-Verify system as
specified in Article 2.15., "pe�artment of Homeland Securily (DHSy E-Verify System," is prohi�ited from rebidding that
specific project.
Article �.i., "Nonresponsive Bid,° is �upplerr�enked by the following;
� khe Bidd�r failed to participaie in the Department of Homeland Security's (DHS) as s�ecified in Article 2.15,, "Department of
Homeland Security �DHS) E-Verify System.°
Article 215., "Depariment of Homeland Security (aHSj E-Verify System," is a�ded,
The Department will not award a Contrack to a Contractor ihat is nat registered in ihe DHS E-Verify system. Remain active in
E=Verify through�ut the life of the contract. In addition, in accordance with paragraph six of ArtiCle 8.2, "Subcontracting," include
this requirement in all subcontracts and require that subcontractors remain active in E-Verify until their work is completed.
If the apparent low Bidder does nok appear on the DHS �-Verify system prior to award, the Department will natify the Conlractor
that khey musk subr�it documentation showing fhat they are compliant within 5-business days after the dake fhe notifcation was
sent. A Contrackor who fails ko com�ly or respond wikhin the deadline will be declared non-responsive and the Department will
execute the proposal guaranty. The proposal guaran#y �ill becoma the property of ihe State, not as a penalty, �ut as liquidated
damages. The 6idder for�eiting the proposal guaranty will not be considered in Future propasals for the same work unless there
has been a substan#ial change in the scope of the work.
Tne Oepa�kment may recommend thak the Commission:
■ rejeck all bids, or
■ award the Cantract to the new apparent low Bidder, if the Department is able to veriiy the Bidder's participation in t�e DHS
E-verify system. For fhe Bidder wha is not regist�red in E-Verify, the Department will allow #or one business day after
notification ko provide proof of registration.
If #he �epartment is unable to verify the new apparenk low Bidder's participation in the qH5 �-Verify system within one calendar
tlay:
Q fhe new apparent low Bidder will not be deemed nonresponsive,
■ the new apparent law Bidder's guaranty will not be forfeited,
� the Deparfinent will reject all bids, and
■ the new apparenf low Bidder will remain eligible to receive future propasals for khe sar�e project.
1 -1 02-18
5katewide
D03-�11
�peci�l Pro�i�ior� t� I#�nn 3 = � �
A�a�d ��d ���c�ti�r� C�r�tra�� ,����°�
or »BnBparrerru,y
Item 3, Award and Execution of Contract," of khe Standard Specifications is amended with respect to the Clauses ci#ed below. Na
o#her clauses or requirements of this Item are waived or changed,
Section 4.3, "Insurance." The firsk sentence is voided and replaced by fhe following;
�or constructian and building Contracts, submit a certificate of insurance showir�g coverages in accordance with Contract
requirements. For routine rnaintenance Contracts, refer to Arficle 8, "Beginning of Wark."
Ar�icle 8, "�eginning of War�t." The first sentence is supplement�d by the following:
For a routine maintenance Contract, do not begin work u�til a certificate of insurance shawing coverages in accordance with ti�e
Canlract requirements is provided and acce�ted.
1 -1 03-19
Statewide
005,002
Sp��ial Pr�di�ion t� lt��n � :�N�
�
C�r�trol o# th� llllork o���
Ikem 5, "Conkrol of fhe Wark," of the Standard Speciiications is amended with respect to lhe clauses cited belaw. No other
clauses or requirements of this Item are waived or changed.
A�icle 5.1, "Autharity of �ngineer," is voided and replaced by the following.
The Engineer has the authority fo abserve, test, inspect, apprave, and accept the wark. The Engineer deeides all questions
about the quality and acceptabilit�r of materials, work perFormed, work �rogress, Confract interpretations, and acceptable
Contract fulfillment. �he Engineer ha5 fhe authority to enfarce and make effective these decisions.
The Engineer acts as a referee in all queskions arising ur�der the terms of the Contrac#. The Engineer's dec3sions will be f nal and
binding.
Tf�e Engineer will pursue and documenk actions against the Contractor as warranted to address Contrack per#ormance issues.
Confract remedies include, but are not fimited to, the fallowing;
■ conducting interim performance evalua#ions requiring a Project Recovery Plan, in accordance with Title 43,
Texas Administrative Code (TACj §9.23,
� requiring the Contractor to remave and replace defective wark, or reducing paymen# for defective work,
■ removing an individuaf trom the praject,
� suspending the work without suspending working day charges,
■ assessing skandard liquidated damages io recover fhe department's adm'tnistrative costs, including additional projeci-
specific liquidated damages when specified in the Contract in accardance with 43 TAC §9.22,
■ withholding estimates,
� declaring khe Gontractor to be in defaulk of khe Contract, and
� in casa of a Gantractor's failure to meet a Project Recovery Plan, referring fhe issue directly to the Performance Review
Gommitkee for consideration of further action against the Contractor in ac�ordance with 43 TAC §9.24.
The Engineer will consider and document any events outside the Contractar's control that contribuked ko the failure to meet
performance standards, ineluding considerafion of sufficient time.
Follow the issue escalation ladder if there is disagreement regarding the application of Contract remedies.
1-1 09-18
Stakewide
D06-001
Sp��ial �r�vi�ior� to I�er� � _�_��
C�ntr�l �f nlVa���ials ,%���
al T�'ene�orfalfon
For this projecl, Item 6, "Control of Materials," of the Standard Specifications, is hereby amended wrikh
respect to the clauses cited below, antl na other clauses or requirements of this Item are waived or changed
hereby.
Ar�icle 4., "&ling, Testing, and Inspeckion," is supplemented by the fallowing:
�leet with the Engineer and choose eitherthe De�artmenk or a Depart�nent-selected Commercial Lab (CL)
for canducting the subset of project-level sampfing and testing shown in Table 4, "�elect Guide Schedule
Sampling and Testing:" Selection may be made on a test by test basis. CLs wil� meet the testing turnaround
times shown (inclwdes tesf time and time for travellsampfing and reporting) and in all cases issue test reports
as soon as possible.
If the Contractor chonses a departmenf-selected CL for any Table 1 sampling and festing:
tl notify the Engineer, District La�, and the CL of project scheduling that may require CL testing;
tl provide the Engineer, District Lab, and CL at least 24 hours' notice by phone and e-maii;
� reimburse the aepartmentfor CL Table 1 testing using the contract fee schedule for the CL (incl�ding
mileage and traveVstandby time} at khe minimum guide s�hedule testing frequencies;
� reimburse the Department far GL Table 1 testing above the minimum guide schedule frequencies for
retesting when minimum frequency testing results in failures to meet specification limits;
� agree with the �ngineer and CL upon a palicy regard'mg notificatian for testing services;
� give any cancellation nokice to the Engineer, Districf i.ab, and CL by phone and e-mail;
■ reimburse the Department a$150 cancellation fee to cover technician time and mileage charges for
previously scheduled work cancelled without adequate notice, which resufted in mobilization of
kechnician andlor equipment by the Cl.; and
� all CL charges will be reimbursed to the Department by a deduction from the Contractor's monthly pay
esi�mate,
If the CL does not meet lhe T�ble 1 turnaround t'imes, testing charge to the Cantrackor wiil be reduced by
50°/o for the first late day and an additional a% for each succeeding late day.
Approve� C� project testing above the minimum testing frequencies in the Guide Schedufe of Sampling and
Testing, and not as the result of failing tests, will be paid by the Department.
Other project-leve! Guide Schedule sampfing eRd tesfing noc shown on Table 1 wi�l be khe responsibflity of
the Department.
09-14
statewide
046•�D1
Table 1
Select Guide Schedule Sampling and Yesting (Note 1)
Turn-
TxIlOT Test T�st Description Ara�.and
Time
(Calendar da s
S�IL9d�ASE
Tex•10T-'� Preparatian of Soli and Flexible �ase Mlaienals for �I asting [included in otfi�er tastsj `
Tax-104-E l.i uid Limit of Soils included in 106-E
Tex-105-E Plasiic Limit of Soils included in 106-E
Tex-106-E Calculatin the Plasfici Index of Soils 7
Tex-110-E Particle Size Anal sis of Soils 6
Tex-113-E Moistura-Densit Relationshi of Base Matenals 7
Tex-114-E Moisture-Densit Relationshi of Sub rade and Embankment 5oil I
Tex-915-E Field Method for In-PEace Densit of Soils and Base Matenals 2
Tex-11B-E Ball Mi�l Method for the Disinte ration of F�exible Base Material 5
Tex-117-�, Part II Triaxlal Gampressinn Tesfs For �Isturbed 5oils and Base Materlals (Part II) 6
Tex-113-E Moisture-�ensity Relatianship of Base Matenafs wit� i'riaxial Compression 7ests Far tiisturbed 5oils and ��
wl �ex-117-E Base Materials Part II
Tex-140-E Measurin Thickness of Pavement La er 2
Tex-1�45-E Determining Sulfate Content in Soils - Colorimekric Method 4
##�T MI1{ ASP�iAI,T _
7 +
Tex-2D0-F Sieve Anaiysis ot Fine and Goarse Aggregate (dry, from ignit�an oven with knowr Gorcection factorsj Note 2
iex-203-F Sand E uivalent Tesl 3
Tex-2D6-F, (Lab•Mvlded density af Produetion Mi�ure —Texas Gyratory+)
w! Tex-207-F, Part I, Mefhod of Compaciing Test Specimens of Bituminous Mixtures �rith density of Compacted Bituminous 1
wl Tex-227-F Mixtures, Part [- Bulk Specif c Gravity of Compacted Bituminous Mixtures, with Theorekical lNaximam (Note 2)
5 ecific Gravit of Bituminous Mlxtures
(In-Place Rir Voids of Roadway Coresj
Tex-207-F, Part I p�nsiry of Compacted Bituminous Mi�ures, Part I• 8ulk Specific Gravity of Compacted Bifuminous �
&lar Part VI Mixtures &!or Part VI - Bulk S ecific Gravi of Com acted Biluminous Mixtures Usin the Vacuum Method (Note 2)
Tex-207-F, Parf V Density of Compacted 8�tuminous Mixlures, Part V- Determining Mat Segregalion using a Qensity-Testing 3
Gau e
Tex-2Q7-F, Part Vll bensity of Compacted Bifuminous Mlxtures, Part Vll - Determining Longitudinal Joint Density using a 4
�ensit -Testin Gau e
Tex-212-F Maislure Cantent of Bituminaus Mixfures 3
Tex-2i7-F beleterious �Ikaterial and Decantation Tast for Coarse A regate 4
Tex•221-F Sampling Aggregate for Bitumfnaus Mixtures, 5urface Treatmenls, and LRA (included In ott�er testsJ
Tex-222-F Sar� !in Bituminaus Mixtures included in ot�er fests
Tex-224-F Determination of Flakiness Index 3
Tex-226-F Indirect7ensile Siren th Test roducfian mix 4
7ex-235-F Determinin Draindown Characterisiics in gituminous Materials 3
7ex-236�F Asphalt Content from Asphalk Paving Nfi�ures by the Ignitiqn Method (�etermining Correction Factors) 4
Correction Factors
Tex-236-F Asphalt Content from Asphalt Paving Mixlures by the Igni{ion Method (Production Mixture) �
Note 2
Tex-241-F {Lafo»Molded Density of Producfion Mizture— 5uperpa�e Gyratnry)
w! Tex-207-F, Part I, 5uperpave Gyratnry Compacting of 5pecimens of Bituminous Mixtures (productia� mixture) with Density 9
w! Tex-227-F of Compacted Biluminous Mixtures, Part I- Aart I- 8ulk Spa�ific Gravity of Compacted Bituminous (iVote 2)
Mixtures with Theoretical Maximum S ecific Gravit of Bituminous Mixkures
Tex-242-F Hambu Wheel-Trackin 7esl roductian mix, molded samples 3
Tex-244-F 7hermal Profile of iiot Mix As halt 1
Tex-246-F Permeabilit of Water Flaw of Hot Mix As halt 3
Tax-28D-F Flat and Elon ated Par�icles 3
Tex-530-C Effect of Water an Bituminous Pavin Mixtures roductian mix 4
09-14
Statewid e
006-D01
Tex-0UD-A Sam lin Flexihl� Base, Stone, Gravel, Send, and Mineral A re ates 3
7ex-h10-A Abrasion of Coerse A regafe Usin the Los M eles Machine 5
Tex-414-A SoundRess of Aggregate by llse of Sodium 5ulfate or Magnesium Suifate 12
Tex•46i-A Degratlation of Goarse Aggregate by MicraQeval Abrasian 5
CH� ECAL -- — —
Tex-612-J Acid IRso1u61e Residue for Fine Aggregate 4
firEF�ERk� — — -- -
HMA Produciion S�eciallst xAPA— Level 1-A] ($Ihr)
HMA Roadway 5pecialist xAPA— Level 1-B] ($Ihr
Technician TravellStandb 7ime ($!hr)
Per �iem $lday — meals and lod in
Milea e Rate ($Imile irom closest CL location)
Note 1—Turn-Around Time includes test time and time far fra�ellsampfing and reporting.
Note 2— These tests require turrt•araund times meeting the governing specificaiions. Prpvide test results wilhin the stated turn-arnund time.
CL is allowed one additional dav to urovide the sianed and aealed renort
3 09-14
Statewide
oos-o��
Sp��ial Prodi�iorr to lt�� � �""�
C�n�r�l of Ilf�at�rial� �� p �r�
Item 6, "Confrol of Materials" of khe Standard Specifica#ions is amended with respect to the clauses cited below, Na other
clauses or requirements of this Item are waived or changed.
kr�icle fi.10., °�agardaus Materials," is voided and replaced �y the Following:
Comply with the requiremenks of Article 7.12., "Responsibility for Hazardous Materials."
Notify t�e Engineer immediately when a visual observation or odor indicates ihat mate�ials on sites owned or cankrolled by th�
4eparkment may contain hazardous materials. �xcept as noted herein, the Department is responsible for tes#ing, remaving, and
disposing af hazardous maferials r�at introduced by if�e Contractor. The Engineer may suspend wark whoily or in part dunng the
t�sting, removing, or disposing of hazardous materials, except in the case where hazardous materials are inkroduced by the
Contractar.
Use materials thak are free of hazardous materials. Notify khe Engineer imtnediately if materials are suspected to contain
haaardous maferials. If materials delivered to the project by the Contractor are suspected tn cantain hazardous maferials, have
an approved cammercial laborakory tes# the materials for the presence of hazardous maferials as apprnved. Remove, remediate,
and dispase of any of these materiaEs found to contain hazardous materials. The work required ko comply with this section will be
at the Contractor's exper�se if materials are found to contain hazardous materiaks. Working day charges will nat be suspended
and extensions of working days will not be granted for aciivities related to handling hazardous material introduced by the
Contractor. kf suspected materials are not found to cantain hazardous materials, #he Department will reimburse the Contractor
for hazardous materials tes#ing and will adjust working day charges if the Contractor can show thak this work impacted the critical
path.
90.�. Painted Stee! Requirements, CQatings on existing steel contain hazardous materials unless otherwise shown on the
plans. Remove paint and dispose af steel coated with paint conkaining hazardous materials is in accordance with the following:
10.1.1. Removing �aint �rom 5teel For cnntracts that are specifcally for painting steel, Ikem 446, "Field Cleaning and Painfing
Steel" wi�l be included as a pay item. Perform work in accordance with thaf item.
For projects wh�re paint must be removed to allow for the dismantling of steel or to perfarm ather work, the Departmenk will
provide for a separate contractor (third party) ta remove paint confaining hazardous materials prior ko or during the Conkract.
Remvve paint cover�ng exisfing steel shown noi to cantain hazardous makerials in ac�ordance with Ikem 446, "Field Cleaning an�
Painting Skeei."
10.1.2. �emoval and �iaposal af �ainted Steel, For steel able ta lae dismantled by unlaolting, paint removal will not be
performed by the Department. 7he Department will remove paint, ai locations shown on the plans or as agreed, for the
Cor�tractor`s cukting and dismantling purposes. Utilize Qepartment cleaned locations for dismantling when pravided or provide
own means of dismantling at oth�r locations.
Painted steel to be retained by the Department wiN be shown on the plans. For painted steel that contains hazardous materials,
dispose of lhe painted steel at a steel recycling or smelting fac3lity unless otherwise sl�own on the plans. Maintain and make
available to the �ngineer invoices and other records obtained from the facility showing the received wei�ht of the steef and the
facility name. Dispose af steel that does nat contain hazardaus �naterial coatings in accordance with federal, state and locaf
regulations.
1- 2 02-18
Statewide
oos-o�z
10.2, l�sbestos Requirements. The plans will indicate locations or �lements where asbestos containing materials (ACM) are
known to be present. Where ACM is known to exist or where previously unknown ACM has been found, the �epartment will
arrange for abatemenk by a separate contractor priar to ar during the Contract. Nokify the Engineer of proposed dates of
demalition or remaval of structural elements with ACM a# leasi fi0 days before beginning work to allow the Department suffic9ent
fime for abatement.
The Deparfinent of State Health Services (ASHS), Asbestos Programs Branch, is responsible for adminisfering the requirements
of the National Emissians Standards for Hazardous Air Pollutants, 40 GFR Park 61, Subpart M and the Texas Asbestns Hea�th
Protection Rules (TAHPR). 8ased on E,PA guidance and regu[atory backgrou�d 'mformation, bridges are considered to be a
regulated "facifi#y" under NESHAP, Therefare, federal standartls for de�noEition and renovation apply.
The Department is required to notify the DSHS at least 9Q warking days (by postmarked date) before initiating demolition or
renovation of each structure or laad bearing member shown on fhe pfans, If the actual demolitian ar renova#ion date is changed
or delayed, notify the �ngineer in writing of the revis�d dates in sufficient time to allow tor the Department's natiflcation to QSHS
to be postmarked at least 14 days in advance o# the actual work,
Failure to provide the above infor�nation may require the temporary suspension of work under Article 8.4,, "Temporary
Sus�ension of Wark ar Working Day Charges," due to reasans under the co�trol of t�e Contractor. The �epartment retains the
right to determine the actual advance natice needed far fhe change in date to address post o#fice business days and staff
availability.
�0,3. Lead Abatement, Provide iraffic control as shown on the plans, and coordinate and caoperate with th� third party and the
Department for managing ar removing hazardaus materials. Work for the traffic control shown on the plans and coordination
work will not ba paid for directly but will be subsidiary to pertinent I#ems.
2 - 2 Q2-18
Statewide
oa7-oaa
�pe�i�l ��ar�i�i�r� t� It�m 7
�e�al ��latian� and R��p�n�i�ili�ie�
��
1Axas
n�,t,emnem
ot TPansporG+tron
Item 7, "Legal Relations and Responsibilities," of the S#andard Specificaiians is amended wikh respect to the clauses cited below.
No ot�er �lauses or requirements of this Item are waived or changed.
5ection �,�,a,, "Texas �ollutant �ischarge �limination System {i���SJ �ermits and Starm Water Pollutian �revention
�ians (5WP3j," is voided and replaced by the following:
i,2,.
i.a.�.
7.i.2.
i.2.3,
�exas �ollution �isci�arge �limination System (TPD�5) �ermiks and Storm Water �ollution preventioR Plans
(SW�3).
�roj�cts wikh less than one acre af soil disturbance including required associated prajact specific locations
(PSL's) per����S �P �X� 1v0�0�.
No posting or filing will be required for soil disturbances within the right af way. Adhere to the requirements of the
SWP3.
Projects with one acre hut less than five acres af sflil disturbance induding required associated �5�'s per
TP��S GP TX� 150D00.
The Deparkment will be considered a primary oPerator for Operational Control Over Pfans and Saecificafions as
defined in TPDES GP TXR 15000� for consiruction activily in the right af way. The Department wilf post a smalf site
naties alang with other requirements as defined in TPDES GP TXR 150D00 as the enkity of having o�erational control
over pfans and specifications for work shown on the plans in the right of way.
The Eontractorwill be considered a Primary Operator for Day-to-Day Operatianal Confrol as defined in TPDES GP
TXR 15�D00 for construction activity in the right of way. 1n addition to the Departmenf's actions, the Contractor will
post a smal! sike notice along with okher rEquiremenks as defined in TPDES GP TXR 15qOD0 as the enkity of having
day-to-day operational contral vf the work shown an the plat�s in the right of way. This is in addition to the Contractor
being respansible for TPDES GP TXR 150000 requirements for on- right of way and flff- right of way PSL's, Adhere to
all requirements of the 5WP3 as shown on #he plans. The Contractor will be responsible for Implement the SWP3 for
the project sike in accordance with khe plans and specifications, TPRES General Permit TXR150000, and as directetl.
�rojects with 5 acres or rr�ore of sail disturhance including requir�d assoeiated PSL's per TPa�S GP'YXR
150000.
The Deparkmen{ will be cansidered a primary operator for Operational Control Over Plans and Spec9fications as
defined in TPDES GP TXR 150400 for construciion activities in the right of way. The Deparkment will post a large sife
notice, �le a nofice o# intent �NOIj, notice of change (�fOC), if applicable, and a notice of termination (NOT) along wikh
ather requirem�nts per 7PqE5 GP TXR 15p00Q as the entity having operational cantrol over plans and specificati�ns
for work shown on khe plans in the right of �xay.
The Cantractor will be cans9dered a primary operalar for Day-to-Oay Operakional Confrol as defined in TPDEB GP TXR
150000 for construction ackivities in the right of way. In addition to khe Department's actions, the Conkrackor shall file a
N01, NOC, if appficable, and NOT and post a large sit� notice along with other requirements as the entity of having
day-to-day operational conlrol of the work shown on the pfans in the right of way. l'his is in addition fo the Cantractor
1 - 2 1Q-15
Statewide
aor-oaa
being respansible for TPD�S GP 'TXR 150000 requirernents for on- right of way and off- rignt of way PSL's. Adhere to
all requirements of the SWP3 as shown on the plans.
2 - 2 10-15
Statewide
oo�-oae
5pecial Pro�i�ion fo l�e� 7 ��
L��al ��la�ion� �n� ���pon�i�ili�ie� ��RX;���
ol rrsnaptletatrart
Item 7, "Legal Relalions and Responsibilities" of the 5tandard S�ecificafions is amended with respect to the clauses cited below.
No other cla�ses or requirements of this {tem are waived or changed.
5ection 19,1,, Wlinimum Wage Requiremenks for Federally �unded Contracts. The second paragraph is voided and replaced
by the fiollowing:
Submik efectronic payroll records to khe Engineer using the department's payroll system.
Seckion 19.2., Minimvm Wage �equirements far State Funded Contracts. The second paragraph is voided and replaced by
the following:
Submit electronic payroll recards to the Engineer using the DepartmenYs payroll system.
1 -1 07-1 T
5tatewide
007-011
S���ial �ro�ision �o I�e�n 00'l
L��al �ela�io�s ��d �e�pon�i�iliii�s
��
iffXRB
tJ��rUr��rr
of rinnagortRuon
Item 7, "Legal Relations and Responsibilities," of the Standard Specifications is amended with respect to fhe clauses cited below.
Section �.5., "�arricades, Signs, and Yraffic Handling," the first parag�aph is voided and replaced by the follawing:
2.fi. Barricades, Signs, and �'raffic Handling. Comply with the requirements of Item 502 "Barricades, Signs, and
Traffic Nandling;' and as direcked. Provide traffic control devices fhat confarm to khe details shown on the
plans, the TMUTCD, and the Deparfinent's Compliank Work Zone Traffic Cantro[ Device l.ist maintained by
the Traffic Safety Division. When authorized or direct�d, provide additional signs or lraffic control devices not
required bythe plans.
5ection a.6,1., "Contractor Responsible Persan and Afternati�e," is voided and replaced hy the following:
2.6.1. Contractor �esponsible Person and Alternakive. �esignate in writing, a Contractor's Responsible Person
(CRP) and an alEernate to be the representative nf the Contractor who is respansible for taking or directing
corrective measures regarding the traffic canirol. The CRP or alterna#e must be accessible by phone 24 hr. per
day and a61e to respond when notified. The CRP and alternate must comply with the requirements of Sec#ion
2.8,5., "Training,"
Section a.6.a, "�laggers," the first paragraph is vaided and replaced by the failowing:
2.6.2. Flaggees, Designate in writing, a flagger instructorwho will serve as a flagging super+risor and is responsible
for fraining and ass�ring tt�at ail flaggers are qualified to perform flagging dufies. Certify io the Engineer that
all f[aggers will be frained and make available upon request a iist of flaggers trained to perform flagging
duties.
Section a.B.�, °Training," is vnided and replaced by the following:
2.6.5. Training. Train workers involved with the traffic cnntrol using �epartment-approved training as shown on the
"Traffic Gantrol Training" Material Producer List.
Cnordinate enrollment, pay associated fees, and successfully compfefe Department-approved training or
Gontractor-developed training. Training is valid for the period prescribed 6y fhe provider. Except for law
enforcement personnel training, refreshertraining is required every 4 yr. from the date of completion unless
otherwise specified by the coUrse provider. The Engineer may tequire training at a fre�uency instead of the
period prescribed based on the Department's needs. Training and associated fees wilf not be measured or
paid for directly but are considered subsidiary ta per�inent Items.
Certify to the Engineer that workers involved in traffic control and other work zone personnel have been
trained and make available upon request a copy of the certification of completion to #he Engineer. �nsure #�e
following is included in the certificafion of complefion;
■ name of provi�er and course fitle,
■ name af participan4,
� date of compfeiion, and
■ date of expiration.
1 - 3 11-20
Statewide
007-011
Where Contractor-developed training or a Department-approved training course does nok produce a
cerkificatian, mainiain a log of attendees. Make the log available upon requesk. Ensure fhe log is legihle and
indudes the foilowing:
d printed name and signature oi participant,
r� name and title of tralner, and
■ dake n# training.
2.6.5.1. Contractor-develaped �raining. Develop and deliver Cantractor-develaped training meeti�g the minimum
requirements established by th� Department, 7he autline for this iraining must be submitted to t�e Engineer
for approval at the preconstruction meeting. The CRP or designated alternake may deliver the training
inste�d af the Department-appraved training, The work performed and materials iurnished to develop and
deliver the training will not b� measured or paid for directly but will be considered subsidiary ta pertinent
Items.
2.5.5.1.1. Flagger Training Minimwm Requirements. A Contractor's certi5ed flagging instrucfor is permitted to train
other flaggers.
2.6.5.1.2, d�tional Conkractor-der+eluped Training for Other Work Zone Personnel. For off�er wark zone personrtel,
the Contractar may provide training meeting the curriculum shown below insfead of Department-approved
training.
Minimum curriculum for Contractor-provided training is as follaws:
Contractor-developed training m�ts# provide infarmation on the use of personnel protection equipmenk,
occupational hazards and health risks, and other pertinent to�ics related to traffic management. The type and
amount of fraining will depend on the job tluties and responsibilities. Develap fraining applicable ta fhe work
being performed. �evelop training to includ� ihe following topics.
o The Life You Save May Be Your Own (ar ather similar company safety r�otto).
� Purpase of #he training.
� It's Ef�e Law.
■ To make work zones safer for workers and motorist.
d To understand what is needed for traffic conkrol.
� Ta save lives inciuding yaur own.
� Personal and Co-Worker Safety.
� High Visihility SaFety Apparel. Discuss campliant requiremen#s; inspect regularly #or fading and
reduced reflective properties; if night o�erations are required, discuss kE�e additional and
appropriate required appare! in addifion #o special nighk work risks; iF m�ving operatiflns are
underway, discuss appropriate safety measures specificto the situation and traffic aantral plan.
� �lind Areas. A blind area is the area around a vehicle or piece of construckion equipment not
visible to khe operatflrs, either by [ine af sig�t or indireckly by mirrors. Discuss the "Circle of 5afety°
around equipment and v�hicles; use of spotkers; maintain eye contact with equipment operatars;
and use of hand signals.
■ �unorrers and �ackov�rs. Remain alert at all times, keep a safe distance from traffic; avoid
turning your back to traffic and if you must then use a spotter; and stay behind protective barriers,
whenever possible. Note: It is not safe ta sit on ar �ean against a concrete barrier, these barriers
can deflect four plus feet when skruck by a v�hicle.
� Look out for each other, warn co-workers,
� Be caurteous to motoris#s,
� Do not run acrass ackive rnadways.
o Workers must o6ey traffic laws and drive courteously while aperaiing vehicles in the work zones.
� Workers must be made aware of company distracted driving poiicies.
� Night Time Operations. Focus should be placed on projects with a nighttime elemenk.
2 - 3 11-2Q
Statewitle
007-011
� Traffic Control'�raining, Basics ofTraffic Control,
n Identify work zone fraffic cantroi supervisor and other appro�riate persons to repnrt issues to when
they arise.
� Emphasize thak work zone traffic control devices must he in clean and in undamaged condilion. If
devices have been hit but not damaged, put back in theit correct place and report to lraffic cankrol
supervisor. If devices have been damaged, replace with new one and report to traific control
supervisor. If devices are dir#y, faded or have missing or damaged reflective tape clean or repiace
and report to traffic control supervisot. Show examples of non-acceptable device condjtians.
Discuss various types of traffic conkrol devices to be used and where spacing requirements can be
€aund.
d Channelixing �er►ices and Barricades with Slanted 5trip�s, 5tripes are to slant in the direction
you want traffic to stay or move to; demonstrate this with a device,
� Traffic Queuing. Woricers must be made aware af traffic queuing and the dangers creaked by it.
Workers must be instructed to immediately notify the traffic contral supervisor and ather
supervisory personnel if Eraffic is queuing beyond advanca warning sign and devices or
cons#ruction limits.
� 5igns. Signs musk be straight and not leaning. Report problems to the tra�ic control sttpervisor or
okher as designated for immedia#e repair. Covered signs must be fully covered. If covers are
damaged or out of place, report to traffic control supervisor or other as designated,
3 - 3 11-24
Skatewide
00�-030
Special Provi�ton �o I�er� � �`'�
Pro��cu�ion �nd Progr��� �r� �
Item 8, "Prosecution and Progress" of the Skandard 5�e�ification is amended with respect to the clauses cifed beiow, No other
clauses or requirements af this Item are waived or changed.
Artic�e �,�,, "5u6contracting,'° is supplemented by the follawing paragraph, which is added as paragraph six to #his arkicle:
The Contractar certifies by signing the Contract that the Cantractor wili not enter inio any subcontract wi#h a subaon#ractor that is
not registered in the Departmeni of Homeland SecuritJr's (DHS) E-Verify sysker�, Require that all subcantractors working on tf�e
praject register and require that alf suhcontractors remain actiue in khe DHS E-Verify system until kheir work is complete on the
project,
02-18
Skatewide
00�•033
Sp�cial Prodision �� 1#�r� � ��
�r�secu�ior� �nd Pro�r��s �°���:
of 7ianspurtallon
Item 8, "Prosecution and Progress" o# the Standard Specifications is amended with r�spec# to the clause cited helow. No other
cEauses ar requirements of this Item are waived or changed.
Arkicie 8,7.2., "Wrongful �efault," is revised and replaced by the follawing;
If it is determined after the Contractor is declared in default, t�at the CanEracfor was not in defau�t, the rights and obligations of all
parkies will be the same as if termination had been issued for the con�enience of the public as provided in Article 8.8
"Terminafion of Contrac#."
1 -1 01-19
Statewide
5Q2-�07
�pec�al P��visi�n t� I��r� ��2 . ��
����icades, �ig�ns ar�d �r��i� ba�ndli�g ,��,��,�p�
Item 502, "Barricades, Signs and Traffic Handling" of the 5tandard Specifications, is hereby amended with respect io the clauses
cited belnw, and no ofher clauses or requ�rements of this Item are waived ar changed hereby.
A�ticfe �02.1., "�escriptian,° is supplemenfed with the following:
The requirements of this Item do nok include traffic cantrol devices included as pay items in o#her specifications. Such trafflc
control devices inc�ude, but are not limited to Truck Mounted Atienuators and Traiier Attenuators, Portable Changeable Message
Signs, and Portable Traffic Signals,
05-1 S
Statewide
666-007
Sp��ial �r��isior� �o I���n 6fifi =��
R��r�r�fl�����iged ��de��nfi IUl�rkin�s �,��,��,n
Item 668, "Retroreflectorized Pavement MarCcings,° of the Standard Specificatians is amended wikh respeci to the cla�tses cited
below, No other cEauses or requirements of this {tem are waived or changed,
Section a.3., "Glass Traffic E�eads," The first paragraph is voided and replaced by the fallowing:
Furnish drop-on glass beads in accordance with DMS-8290, "Glass Traffic Beads," or as approved, �urnish a double-drop of
Type li and Type III drop-on glass beads for longitudinal pavement markings where each type bead is applied seperately in equal
portions (by weight), unless otherwise approved, Apply the Type I�I beads before applying lhe Type I I baads. Furnish Type II
beads for work zone pavement marC<i�gs and transverse markings or symbofs.
5ection 4.3.1., °�'ype I Markings,," is supplemented by #he following:
4.3.1,3. Spot Striptng. Perform spot stripin.g on a calfout basis with a minimum callout quantity as shown on the plans.
Section 4.3.2., "�ype Il Markings.," is supplemented by the follawing:
4.3.2.1. Spok Striping. Perform spot striping on a calfout basis wifh a minimum callout quantify as shnwn on the plans.
Sectian 4.4,, "Retroreflectivity Requiremenfs�," is voided and replaced by the following.
Type I markings for Contracts totaling more than 24,D00 ft. of pavement markings must meet the following minimum
retroreflectivity values for all longitudinal edgeline, centerline or no passing barrier-iine, and lane line markings when measured
any time after 3 days, but not �ater than 1 fl days after application.
■ White markings: 25D millicandelas per square meter per lux (mcdlm�llx)
� Yellow markings:175 mcdlm211x
Retroreflectivity requirements for Type I markings are not required for Contracts with less than 20,000 ft. of pavemenk markings
or Contracts with callout work, unless otherwise shown on the plans.
Section 4.5., "Fietroreflectivity I�easurements.,° is voided and replaced by the following:
Use a mobila retrarefleckometer to measure retrareflectitity for Contracts totaling mnre than 50,000 ft. af pauement markings,
unless otherwise shown on the plans. For Con#racts wit� less ihan 50,0�0 ff. of pavement markings, mabile or portable
rekroreflectometars may be used at f�e Contractor's discretion, Coordinate with and obtain authorization from the �,ngineer
before starting any refrorefleckivity data colleciion.
5ection 4.5.1., "Moloile �etroreflectometer Measuremer�ts." The last paragraph is voided and replaced by the following.
Reskripe again ak the Contractor's expens.e with a minimum of 0.06Q in. (60 mils) of Type I marking materiaf if the average of
these measurements falls below tf�e minimum retroreflectivity requirements. Take measuremenEs every 0.1 miles a minimum of
1d days after lhis khird application wi#hin that mile segment for thaf series of markings. If the markings do not meet minimum
rekroreflectivity after this third application, the �ngineer may require remnval of a!I existing markings, a new application as initially
specified, and a repeat o€ the appiication process until minimum retrnreflec�ivity requirements are met.
1- 2 D2-1 B
Statewide
665-007
Sectinn 4.5.a., "Portable Rekroreflectomeker Measurements." The first and second paragra�hs are voided and replaced by
the following.
Pravide por�able measurement averages for every 1.� mile unless otherwise specified or approved. Take a minimum of
20 measurements for each 1-mi. section of roadway for each series of markings (e.g„ edgeline, center skip line, each fine of a
douhle line) and direction af traffic flow when using a portable reffecfa�neker, Measure sach line in bokh directinns for centerlines
on fwo-way raadways (i,e„ measure both double salid lines in both directions and measure all Center skip lines in both
directions). Tha spacing hetween each measure�nent r�ust be at least 10Q ft. The Engineer may decrease tf�e mileage frequency
for measurements if the previous measurements provide satisfactory results. The Engineer may require lhe original number of
measuremenfs if concerns arise,
Restripe at the Contractor's expense with a minimum of 0,060 in. (60 miis7 of Type I marking material if the averages af thesa
measurements fisil. Take a minimum of 16 more measurements after 10 days of this second application within that mile segment
for khat series of markings. Restripe again af the Contractor's expense witi� a minimum af 0.060 in. (60 milsj of Type I marking
material if the average of these r�easurements falls belaw the minimum retroreflectiviry requirements, If the markings da nat
meek minimum retroreflectivity a�er this third application, the Engineer may require remaval af all existing markings, a new
application as initiafly specified, and a repeat of khe applicakion process until minimum retroreflectivity requirements are met.
SectiQn 4.6. "�erformance �eriad.° The first sentenee is voitled and �eplaced by khe following:
All longitudinaf markings must meet the minimum retroreflectivity requirements within the time frame specified. All markings must
meet all other performance requirements of this specifi�ation for at least 30 calsndar days after installatiori.
Article 6. `�Paymenk." The first lwo paragraphs are voided and replaced by the Following.
The work performed and materials furnished in accordance wiih this Item and measured as provided under "Measurement" will
be paid for at the unit price bid for "Pavement 5ealer" of the size specified; "Relroreflectorized Pavement Markings" of the type
and colflr specified and the shape, wjdth, size, and thickness (Type I rnarkings only) specified, as applicable; "Retroreflectorized
Pavement Markings with Retroref�ective Req�tirements" of the types, calors, sizes, widths, and thicknesses specified,
"Retroreflectorized Profile Pavement Markings° af the various types, colors, shapes, sizes, and widihs specified; or "Reflectorized
Pavement Marking {Call Out}" of the shape, widfh, size, and thickness (7ype I markings anly) specifietl, as ap�licable; or
"Pavement Sealer (Call Qut)" of the size specified.
7his price is full compensation for materials, application of pavement markings, equ9pmen#, ]abor, toofs, and incidentals.
2 - 2 02-18
5#atewide
100�
Sp��ial Sp��i�ica�io�n 1004
Tr�� Pr�t���i�n
1, d�SCRI��I�N
Install tree protection as shown on the plans or as directad.
2. N9����IA��
Fumish maferials in accordance with the p[ans,
3. COP�STRUCTION
lJse canstruction methods in accordance with khe plans.
4. iWE�S���M�Rli
This Item will be measured by #he acres of trees protected or by each tree proFected.
5. PAYM�P�T
��
rsxa�
����t
Of YF8178�1fir7ANOR
jhe wark performed and materials furnished in accordance with this Item and measured as pravided under
"Measurement" will be paid for at tha unit price bid for "Tree Protection." This price is full campensation for
furnishing all materials, equipment, labar, and incidentals.
01-15
Statewide
saoo
Sp��ial Sp��ifi�ati�r� �00�
Illur�in�ti�n fll�aint�na���
1. �E�CRI�TI�N
��
rexas
���,�
o17Fs�aporfatron
Maint�in, install, repair, or replace the various appurtenances related to existing illumination systems.
LICI�P�S�S AN� C�RTI�ICAT10l�
Provide personnel with electrical licensing and electrical cartiflcakion in accordance with Item 7, "Legal
Relations and Responsibitities," and all applicabEe Special Provisions to Item 7, "Legal Relations ar�d
Responsibilities,"
3. I�ATI�Itl,4�5
Unless otherwise noted on the �lans, the Departmentwill furnish luminaires, luminaire poles, mast arms,
anchor bolis, and transformer bases. Ass�ame responsibliiky for all materials furnished by the Department.
llse material fumished by the Department for this contract anly,
Furnish all matarials required to repair breaks or shorts in elec�rical conductors and cables, including, fiut not
be limited fo, all cancrete, ground boxes, wire mesh, conduit, c�nductors, and pipe casing. �nsure materials
furnished by t�e Cor�lractor meet all Department standards and specification requiremen#s.
Ref�rn unused or removed salvageable material to the Department upon complekion of work and before final
payment, at ihe location shown on khe plans or as directed, Dispose of any unsalvagea�le material in
accordance with federal, state, and local regulations.
When per�orming maintenance on {uminaires, verify if fixtures are covered under the manufacturer's
warranty, If warranty applies, coardinate with the Department and follow any necessary procedures to have
the manufacturer replace or repair fixtures.
4. ��ui�r����°
Furnish all equipment, tnols and machinery necessary far the proper prosecution of the wark. This will
ir�clude, 6ut is nok limited to, an aerial device capable of reaching, installing and erecting all overhead lights
and pales, trenching machine, boring machine, underground conductor detectnrs, undergrnund faulf
�etectors a�d splicing tools.
Ensure equipmant, tools, and machinery is af the worksi#e and is in good repair and operating condikion
before beginr�ing work. Immediately repair ar repEace any equipment that may affect the quality o# the work,
as direcked.
�. F�dORF� f��TbODS
Canform ta khe latest edition of the Nakional Electric Cade (NEC) as adapted by the Texas pepartment of
Licensing and ReguEations, local utility requirements, the raquiremenks ofthis Item, and khe pertinent
requirements af ihe fallowing Items:
� Item 104, "Removing Concrete"
� Item 400, °Excavation and Backfill far 5truckures"
n Item 416, "�rilled Shaft Foundafions"
1 -11 OS-15
5tatewide
soao
■ Item �421, "Hydraulic Cement Cancrete"
� Ifem 43�, "Pneumatically Placed Concrete"
� Item 432, "Riprap"
■ Item 440, "Reinforcing SteeP'
I■ Item 476, "Jacking, Boring or Tunneling Pipe ar Box"
� Item 610, "Roadway Illumination Ass.emblies"
■ Item 613, "High Mast Ill�mination Poles"
■ Item 614, "High Mast Illumination Assemblies"
� Item 616, "PerFormance Testing of Lighting Systems"
■ Item 618, "Conduit"
■ Item 620, "Ganductars°
� Ifem 629, "Tray Cable"
■ Ikem 622, "Duct Cable"
■ liem 62h, "Ground Boxes°
� Ifem 627, "Treated Timber Pales"
■ Item 628, "Electrical Services"
� Ifem 652, "Highway Sign Lighting Fixtures"
Perform work on this co�ttract as directed. Maintain existing roadway iflumination syskems as directed.
Perform a monthly inspection to determine if any mainfenance of khe ilfumination system are needed and
provide a detailed report to the �ngineer. Prnvide proper maintenance or repairs within 4$ hr, of notifiaation.
5ubmif compleked maintenance log as directed. Coordinate electric power issues with local utility campany.
The term "duct cable" as used herein consis#s of a complete assembly af conductors enclnsed in a high
density polyethylene duct.
Perform maintenance, installation, removal, or replacement activities lacated near any ovethead or
underground utilities using established industry and ufility safety prackices. Consult with the appropriate utility
company befare beginning such work.
MaintaiR, ins#all, repair or replace the fallowing items in accordance wifh the details as shown on the plans,
fhe NEC and as direcked:
5.1. Conduit. Instafl, remov�, or replace conduits in accordance with Itam fi18, "Conduit." Use 90� "sweep" type
elbows on conduits entering a ground box or fnundation.
5.2, �lectrical Conduckors. I�stall, remove, or replace electrical eanductors in accordance with Item 624,
"Electrical Conductors."
5trap cable as required when installing or replacing conductors in aerial runs. This work is subsidiary to this
Item.
5,3. Tray Cabls. Install, remove, or replace tray cable in accordance with Item 621, "Tray Cable."
5.4. Duct Cable, Inskall, remove, or replace duct cable in accordance v�ith Ifem 622, "�uct Cable."
5.5. Conduit nr Duct Cable Repair and Conductar Splices, Notify tf�e Engineerwhen an underground break [n
duct cabEe or canduit musf be Iflcated or if a short in a conductor must be located.
Expose the break or short, install khe grountl box, repair khe conduit or duct cable, perForm the electrical
splices, and backfill. Backflf in accordance with if�e canstruction mefhods of Item 4D0, "Excavation and
Backfi[l for Structures." New ground boxes will be paid for �ander, "Install Ground Box."
Z -11 QB-15
Statewide
soao
When a ground box is not needed, expose the break or shori, repair conduit or duct cable, remove damaged
conductors, and install new conductors. Replace up to 3 ft. of canduit when repairing ducf cable, regardless
af the number of conduits in french. Only one repair wil{ be considered for payment par trench, li more than
3 fk. of conduit or duct cable needs to be replaced the additional will be paid for under'Replace lJnderground
Conduit" or "Replace Duct Cable." Replacement of conduetors will be paid for under "Install or Replace
Conductnr." Backfili in accardance with fhe construction methods of Item 400, "Excavatian ar�d Sackfill for
Siructures."
An electrical splice will include the replacement of up to 3 ft, of conductor, regardless of the number of
conductors in the conduik. Only one splice will be considered for �ayment per conduit. If more than 3 ft, of
conductor needs ko be replacetl the addikional wiH be paid for under "install or Replace Conductor:'
Above-ground conduit repairs performed in conjunetion wi#h a bid ifem will be considered subsidiary to the
pertinent bid item. Above-ground canduit repairs nat performed '+n conjunction with a bid item will include khe
replacement of up to 3 ft, of conduit per repair. If more than 3 ft. of conduit must 6e replaced, the additional
will he paid for under "Repface Above-Ground Conduit.0
5.6. �are OpePatians. Place underground wiring under �oadways by �nring in accardance with the constructian
methods far boring as outlined in Iter� 476, "Jacking, Boring or Tunneling Pipe or Box." Bore a minimum of
60 in. below the roadway surface {and a minimum af 36 in. below the ditch flow-line) and extend 10 ft.
outside the edge of the roadway o� as directed. Placement of conduit for the length o# the bare will b�
considered subsidiary to this bid item. Electrical conductors will be paid for under the bid item "Install or
Replace Canductor,"
5.7, Install, Remnve, nr Replace Rnadway Illumination Assembly. Install, remove, or replace roadway
illumination assemblies. This will include the base, pole, luminaire arms, {uminaire, and required wiring.
5.8. Install, Remove, or Replace Underpass �uminaire. Install, remove, or replacc� underpass luminaires, This
will include the luminaire, junction box, mouRting hardware, and required wiring.
5.9. Install, Remove, or Replace Inducfian Fluorescent Fixture,lnstall, remove, or replace induction
fluorescenk fixture.
5.10, Install, Remo�e, or �eplace Luminaire. Install, remove, or replace luminaire.
5.11. RepEace bigh Mast Luminaires. Replace high mast luminaires.
5.12. Replace Luminaire �ole. Replace luminaire pole. Removing and reinstalling existing luminaires and arms is
subsidiary to this item.
5.13. �eplace �uminaire �rms. Replace luminaire arms.
5.14. Ma9ntenance of Roadway Illumination. Maintain roadway illumination assemblies including replacement of
lamps, fuses, fuse holder, starting aid, photocells, ballasts, and otherwork required to keep lighks
operational. Relevel khe fixture. Clean the reilec#or and inside and outside of lens wi#h an approved cleaning
salution.
5.15. Maintenance af Hig1� Mast Illumination. Maintain high mast illumination assembHes including lowering khe
rirtg assembly and the replacement of lamps, fuses, fuse holder, starfing aid, photocells, ballasts, and other
work required ta keep lights opera#ional. Re-aim the lights and clean khe lenses and reFlectors as directed.
Clean the reflector and inside and autside af lens with an approved cleaning solution. Mamfain mechanical
and electrical equipment as directed.
5.1fi. Maintenance af Overhead 5ign l.ighting. Nkaintain overhead sign lighting for large signs mounfed nver t�e
roadway including replacing the ballast, lamps, fuses and lamp sockets in order to prnperly restore the
3 -11 Q8-15
5tatewide
6000
lighting to safisfactory operation. Insta�l in accordance wiff� #he detaifs shown on the plans or as directed.
Clean the reflector and inside and outside af lens with an approved cleaning salution.
5.17. Maintenaoce of Underpass Fixtures. Maintain HPS underpass fixtures including the replacement flf lamps,
fuses, fuse holder, starting aid, photocells, ballasts, and otherwork required to keep lights operational.
Relevel the fixture. Clean the reflector and inside and outside of iens with an approved cleaning solutian.
5.18. Mainkenance of Inductian ��uarescent �ixtures. Maintain induction fluores�entfixtures including the
replacement af iamps, fuses, fus� holder, starting aid, phokacells, ballasts, and other work requiTed to keep
lights operational. Relevel the fixture. Clean the reflector and inside and outside of lens wi#h an approved
cleaning solution,
5.19. 5cheduled �reventive Maintenance of Roadway Illumination Assembly, inspect and perform the
fnllowing �isted items according ta the schedule provided by khe Engineer:
� Inspect and maintain a11 foundation anchar bolis, nuts, and washers.
� Prep and touch up rusi spots with cold galvanizing spray.
■ Replace lamp and clean fxtures as directed,
� Replace ballast as directed.
� Level fixture.
■ Inspect electrical system.
� Repair shorts or apen circuifs.
5.20. Scheduled �reventive i�aintenance of F�igh Mast Assembly. Complete and sign "Luminaire Preventive
Maintenance far High Mast Lighting° reparts. Fiq outforms legibly and completely. List all maferEals used at
each location.
Inspect and perform the folfowing listed items accarding to the schedule provided by the Engineer:
� Inspe�t and fill gearbox lubrication reservoir.
■ L�abricate greasa fittings.
� Adjust brake mechanism to proper #orque.
■ Inspect cable drum.
■ Inspect all wire rope and cable5 for deterioration or wear.
� Inspect safeky lanyard.
■ Lower ring and inspeat mechanism.
■ Inspect all foundation anchor bolts, nuts, and washers.
� Inspect we[ds arour�d basepEate and graund sleeve far visible cracks.
■ Prep and touch up rust spots wifh cold gafvanizing spray.
� Replace lamps and clean fixfures as direc#ed.
� Replace ballasts as directed.
� Replace aviation warning (obstruction) lamps as directed.
� lnspect electrical system.
a Repair short or open circuits as directed,
� Raise ring to proper pasition.
5.21. RepEace Electrical Services. Replace electrical se�vices in accordance wifh Item 628, "Electrieal Serviees."
5.22. Replace 5ervice Pole. Replace service poles by removing the existing service pale, installing the new pole
and related electrical service equipment, installing canduit including the elbow below ground for underground
setvice feed or the weatherhead for overhead service feed, and eannecting and installing electrical service.
Instal! in accnrdance with Item 828, "Electrical Services."
5.23. Install Graund �ox. Install ground boxes in conformance witf� #he detaiis shown on the plans and Item 624,
"Ground Baxes." When shown on the plans, provide a C�ass "R" cancrete apron conforming to Item 421,
4 -1 � 08-15
Stafewide
s000
"Hydraulic Cement Concrete." Place ground bnx tn line and grade as approved. All wiring connections
required inside the graund hox will be considered subsidiary to this bid item.
5.24. Fdemo�e Ground �ax. Remove ground box ar�d fill hole wikh approved fill to at least 6 in. belo+u canduit
level. Remove conduciars from conduit back to the pflint of termination. Uncover enough conduit that
90° bends can be removed and candui# reconnected. Clean conduit as Rer Item 618, "Conduik," and pull and
terminate new conductors. Conduit replaced within 5 ft. of the ground box will be subsidiary to this Item.
Cleaning of conduit and pulling of conductors will be paid under "Install or Replace Gonductor.° Bacicfill in
accordance wikh the cnnstructian methods of ltem 400, "Excavation and BackfiN for Structures." If mare than
5 ft. of conduit or duct cable nesds ko be replaced Ehe additional will be paid for under "Replace Underground
Ganduit" or "Replace Duct Cabie,"
If applica�le, ground box removal includes remvving the existing riprap apron.
5.25. Install Foundation, Install foundation for roadway iltumination assemblies as shown an the plans and in
accardance with the materials and construclion methods outlined in Item 416, "Drilled Shaft Foundations."
5.2fi. Remave �oundation. Remove foundations in accordance with Item 610, "Roadway Illumination
Assembiies," and ltem 104, "Remnving Concrete.° Backfill in aecordance with the construction methods of
Item 40a, "Excavation and Backfill for 5truckures."
5.27. �teplace �ransfarmer �ase. Replace transformer base in accordance with the pEans or as directed, The
temoval of the �nle, mast arm, and luminaire for replacement of the #ransformer base only will be cnnsidered
subsidiary to the pertinent bid items.
5.28. Replace Transformer �ase Co�er. Replace damaged or missing covers on existing transformer bases.
5.29. �eplace Hand Hofe Co�er. Replace damaged or missing covers on existing illumination poles.
5,30. Install Ground Rod. The installation of ground rods will include running a praperly sized copper grounding
conductor to the ground connection.
5.31, Replaae Baflast. Replace ballast iar pole mounted, underpass, sign and wall pack fixtures in accordance
with the dekails shown �n the plans or as directed.
5.32. Replace �allast (�iigh Mast �ighiing), Replace ballast for high mast fixtures.
5.33. Install or Replace �us�d Disconneck. Install or teplace fused dEsconnect,
5,34. Repface Lamp Socket. Repface lamp sockek for pale mounted, underpass, high mast an� wall pack fixtures.
5.35. �eplace Lamp. Replace Iamps far pole mounted, underpass, sign and wall pack fixtures. Clean the reflector
and inside and oukside of lens with an approved cleaning solution.
5.36. Replace Lamp (Wigh Mast Lightingj. Replace lamp for individual high mast fixtures. Clean the reflector and
inside and outside of lens with an approved deaning solutian.
5.37. Replace Wall �ack �uminaires. Replace wall pack luminaires on sfructures, rest areas, maintenance
warehouses, and otherfacilitiss.
5.38. Re�lace �ens. Replace pole mounted, underpass, sign, wall pack or high mast luminaire lenses.
5.39. �eplace Wall �acf� Guard. Repkace wall pack guard.
6.40. Replace Fuses. Replace fuses for pole mounted, underpass, sign and wall pack fixturas, and fused
discannects.
5 -11 0$�15
Skatewide
600fl
5.41. Replace Fuse Holders. Replace fuse holder for pole mounfed, underpass, sign and wa[I pack fixtures.
5.4�. �eplace �reakaway F�se Holders. Replace breakaway fuse.
5,43. Replace Sta�fiing Aid. 3�eplace starking aid for pole mounted, underpass, sign and walE pack fixtures.
5.44. Replace Photacells and �rackets. Replace photocells an� bra�keks.
5.45. �eplace Cnntrnl Transforme�. Replace fhe control transformer.
5.46. Replace Contral Circuit. Replace t1�e control circuif.
5.47. Replace Aviation Warning �'ixtures. Replace the aviation warning (obstruction) fixtures.
5.48. Ideplace Aviation Warning Lamp. Replace the aviation waming (abs#ructionJ fixture lamp
5.49. Replace band-Off-Auto 5witcE�. RePlace three position Hand-Off-Automakic contro! switch.
5.50. Replace Contactor. Replace electromag�etic contactors.
5.51. t�eplace Meter �ases. Replace r�eter bases according to efectrical service provider's requirements.
5.52. Replace Yime Clncks. Replace time clocks.
5.53. Replace Brea{cer �anel. Replace breaker panel.
5.54. Install ar Replace Circuit 8rea�er. Instal� or replace cir�uit breakers.
5.55. �eplace Flexible �ower Ca�le or Ctird. Replace f[exihle power cable or cord.
5.56. Replace Twist Loc�c Connectors, Replace #wist lock connectors.
5.57. Repface 5afety Lanyard. Replace safety lanyard.
�.58. Raise and �awer �ing (High Mast �ightin.g), Raise and lower ring in arder to perforrr� various maintenance
and repair iEems.
5.59. Restrap �xisting Conduik, Restrap existing conduit in accordance with the details shown on the plans or as
directed.
5.80. Repfac� Missing Nuts, Washers, and Other i�ardware. Replace missing nuts washers, and other
miscelfaneous hardware.
5.61. 7roubleshoot for Repairs. Troubleshoot location as directed to identify work needed for repairs.
5.62. ProJect Inspections. Inspect and review fhe projecf to determine if any items are in need nf repair and
provide the Engineer with a lisf of these ifems. Make repairs to those iterr�s as approved. All repairs will be
paid for bytheir respective pay items.
5.63. Install ar Replace Safety Switch, Install or Replace 5afety 5wiich.
5.64. Replace 5l16 in. Wire Rope. Replace 511fi in. wire rope with swaged terminals.
5.65. Replace 3!� in. Wire Rope. Replace 318 in. wire rope with swaged terminals,
5.66. Replace High Mast Winch. Replace high mast winch.
6 -1 � 08-15
5tatewide
6000
5.67. Replace Wire Rope �ulley. Replace wire rope pulley.
5.68. Replace �le�trical Cahle F�ulley, Replace eleckrical cable pulley,
5.69, Install or Repiace ACcess bole Cover. Replace damaged or missing access covers on existing high masf
poles.
5.70. Replace F�igh Mast Springs, Replace high mast spring set.
5.71, Remove and Reinstall High Mast Pole for Repairs. Remove and reinstall high mast pole from the
foundation #o perform any repairs ta interrial components,
6. i�V�S41��f��Ni
This Item will he measured as fallows,
6.1. Can�uit. 8y the fnok of canduit inst�lled, removed, or replaced. This will include the installation of all
hardware necessary #o attach and conr�ect the conduit, and any excavation, backfill and compaction.
� Install Above-Ground Conduit
� Remove Above-Ground Conduit
a Replace Abave-Ground Conduit
■ Install llnderground Conduit
� Remove llnderground Gonduit
� Replace Underground Conduit
6.2. �lectrical Conductors. By the toat of electrical conductor installed, removed, or replaced.
■ Install Conductor
� Remove Cnnductor
■ Replace Conductar
6.3, iray Cahle. By the foat of tray cable installed, removed, or replaced.
� Inskall Tray Cable
■ Remove Tray Cable
o Replace Tray CaUle
fi.4. Duct CabEe. 8y the foot of duct cable installed, removed, or replaced. This will include excavation, backfill,
and compactian.
■ install Duct Cable
� Remove Duct Cable
■ Replace Duct Cable
6.5. Conduik or Duct Cable Repasr and Cor�ductar Sp1ices.
� Inskall Electrical Splice. By each elecfrical splice installed per conduit.
o Repair Abave-Graund Cantluik. By each canduit location rapaired. ihis will include the installalion of all
hardware necessary to aftach and connect the conduik
b Repair Underground Conduit. By each conduit location repaired. This wil! include excavation, placement
of conduit, bacicfill and compaction.
■ Repair lJnderground �uct Cable. By each duct cable location repaired. ihis will include �xcavation,
placement of duct cable, 6ackfill and compaction,
6.6. Road Rore. By the foof of road bore. This will include conduik insfalled.
7 -11 08-15
Statewide
s000
8,7. Install, �emave, or Replace �toadway Illumination Assemhly. By each assembly ins#alfed, removed, or
replaced. This itern includes all wiring and hardware connectian5 abave the foundation,
o Install Roadway IIlumination Assembly (HPS)
o Remave Roadway Illumination Assembly (HPS}
■� Replace Roadway Illumination Assembly {HPS)
� Install Roadway Illumination Assembly (LEDj
o Remave Roadway lllumina#ion Assembly (LED)
r�� Replace Roadway Illumination Assembly (LED)
6.8. Install, Remove, or Replace Underpass Luminaire. By each luminaire installed, removed, or replaced.
� Install lJnderpass Luminaire (HPSj
� Remove Underpass Luminaire �HPS)
o Replace Underpass Luminaire (HPS)
� Install Underpass Luminaire (LED)
� f�emav� Underpass Luminaire (LED)
o Replace Underpass Luminaire (LED)
6.9. lnstall, Remove, or Fteplace Induction Fluorescent �ixture, By each Fxture installed, removed, or
replace�.
o Instal! Induction Fluorescent Fixture
� Rsmave Induction Fluorescent Fixture
� Replace Inductian Fluorescent Fixture
6.10. Install, �emove, or �teplace LuminaiPe. 8y each luminaire installed, removetl, ar repiaced.
� Install Luminaire (HPSj
Q Remove Luminaire (MPSj
�u Replace l.umiRaire (HPS)
� Install Lumir�aire (LEDj
Q Remove Luminaire (LED)
� Replace Luminaire (L�D)
6.11. Replace High Mast �uminaires. By each high masf iuminaire replaced.
6.12. Replace Luminaire Pole. By sach pale replaced,
6.�3. �eplace Luminaire Arms. By each luminaire arm replaced.
6.44. Maintain Roadway lllumination. By each luminaire pole maintained,
6.15. Nlaintain bigh Mast Iliumination. By each high mast pale maintainetl.
6.�6. Maintain t}verhead 5ign �ighting. By each sign light mainkained.
6.17. fNaintain llnderpass Fixture. By each underpass fixture mainfained,
6.18. Maintain Induction Fl�orescent Fix#ure. By each induction fluorescent fixture maintained.
fi.19. Scheduled Prev�nfive Maintenance (Roadway Illumination Assem6ly). By each roadway illuminatian
pole. (Replacing lamp and ballast is subsidiary ko this bid item.j
6.20. Scheduled �reven#i�e Ma+ntenance (High Mast Assembly). Sy each high masi pole regardless of the
number of luminaires on khe ring. (Replacing lamps and ballast is subsidiary to this bid item.)
8 - 11 08-15
Statewide
saaa
6.21. Replace �lect�ical Service. 8y the each elecfrical service r�placed.
6,22. Repiace 5e�rice �nle (iimber, 5tee1, or Cancrekej. By each service pole replaced.
a Replace Timher Service Pole
■ Replace Steel Service Pole
■ Replace Concrete 5ervice Pole
6,23. Install Gro�nd �ox, By each ground box installed.
� lnstall Ground Box
n Install Ground sox wI Apron
6.24. �emave Ground �ox, By each ground box removed.
5.25, Install Foundatian. By each foundation installed.
6.26. Remove �oundation. By each foundakion removed.
6.27. �eplace Yransformer �ase. By each base replaced.
6.2$. �epface Transformer �ase Cover. By each cover repiaced.
6.29. Replace Hand Hqle Correr. By each cover replaced.
B.3q. Install Ground Ro�. By each ground rod installed.
6.31. Replace �allast. By each ballast replaced,
6.32. Replace �allast (High Mast Lightingj. By each high mast ballask replaced.
6.33. Insta[I or �teplace Fused �iscannect. By each fused disconnect installed or replaced.
� Install Fused 4isconnect
Q Replace Fused Disconnect
fi.34, �deplace Lamp 5ocket. By each lamp socket replaced for pole mounted, underpass, and wall pack fixkures.
� Replace Lamp Socket for pole mounked fixtures
o Replace Lamp 5ocket for untlerpass fixtures
■ Replace Lamp Socket far wall pack #ixtures
� Replace tamp Socket far high r�ast fixture
6.35. Fieplace Lamp, By each lamp replaced for pole mounted, underpass, and wall pack fixtures.
� Replace Lamp for pole mounted fixtures
� Replace Lamp for underpass fixtures
o Replace �amp for wall pack fixtures
G.36. Fteplace Lamp (i�igh Mast Lighting). By each lamp replaced.
6.37. I�eplace Wali �ack Luminaire. By each wal! pack replaced,
6.38. �eplace ��ns, By each lens replaced
� Replace Lens for pole mounted �ixture
� Replace Lens for underpass fixture
� Re�lace Lens for wall pack fixture
9 -11 OS-15
5tatewide
saoo
■ Replace Lens for high mast fixture
6.39, Replace Wall �ack Guard. 8y each guard repEaced.
6.40. ReplaGe Fuse. By each fuse replaeed.
6.41, Replace �use Holder. By each fuse holder replaeed.
6,42. Re�iace �reaicaway Fuse Holder. By each breakaway fuse holder replaced.
6.43, Replace Stat#ing Aid, By each skarting aid replaced.
6.44, Replace Pho#ocell and �racket. By each photocelf and bracket rePleced.
6,45. Replace Control Transformer. By each transformer replaced,
� Replace Control Transformer €or Hign Mast
■ Replace Control Transformer for Electrical 5enrice
6.46. Re�lace Control Circuit. By each control circuit replaced.
■ Replace Control Circuitfor High Mast
� Replace Control Circuit for Electrical Service
fi.47. �e�lace Aviafion Waming �ixkure. By each obstruc#ion fi7cture replaced.
6.48. Replace Aviation Warning Lamp, By each obstructinn lamp replaced.
6.49. Replace Han�•C1ff�Auto Swi#ch. By each H-O-A contral switch replaCed.
6.50. Replace Contaetnr. By each electromagnelic contaciar replaced.
6.51. Replace Meter �as�. By each meter base replaced.
6.52. �eplace Time Clock. By each time clock replaced.
8.53. Replace �rea�ter Panef. By each breaker panel replaced.
6.54. Install o� Fdeplace Circu�t Breake�. By each circuif breaker instalied or replaced.
� Install Circuit Breaker
■ Replace Circuit Breaker
6.55. �eplace �Iexible �owe� Cable or Card. By foot of cable or cord replaced.
6,56. Replace Twist �.ocic Connector. By each twist lock connector replaced.
6,57, �eplace 5afety Lanyard. By foot of chain replaced. Associated hardware is considered st�bsidiary fo this
item.
fi,58. Raise and �awer Ring (liigh Mast �ightingj. $y each ring raised and �owered {not part of scheduEed
preventive maintenance).
6.59. f�estrap �xisiing Conduit. 8y each sfrap instalfed.
6.fi0, Replace Missing Nuts, Washers, and Other Hardware. By each nut, washer, or miscellanenus hardware
replaced.
10 - 41 08-15
5tatewide
sooa
6.61. Yroableshoot for Repairs. By the man-hour of troubleshooting.
G.62. �rnject Inspectinns. By the month.
fi.63, install or ��place Safety 5wikch. By each safety switch installed ar replaced.
■ Install Safety Swifch
� Replace Safety Switch
6.fi4, F�e{slace 511fi in. Wirs Rope. �y each 5116 in. wire rope with swaged terminals replaced.
6,65. Replace 31� in. Wire �ope. By each 318 in. wire rope with swaged terminals repfaced.
6.66. Replace High Mast Winch, By eac� winch replaced.
fi.67. Replace Wire Rope Pulley. By each wire rope pullsy replaced.
8,68. Replace �lectrical Cable Pulley. By each electrical cable pulley replaced.
6.69. Install or �eplace Access bole Cover, �y each access cover installed or replaced.
� install Access Hole Caver
■ Replace Access Hole Cover
6.70. Replace High Mast Springs. By each high mast spring se# replaced.
6.71. Remove and fdeinstall F�igh Mast Pole for Repairs, Sy each high mast pole removed and reinstalled.
�. ��Y���r
The wark �erfar�ed and the materials #urnished in accordanc� with this Item and measured as �rovided
under "Measuremeni° will be paid for at the uni# prices bid for the various designa#ions. This price is full
compensation for furnishing all material, equipmenk, labor, fines, tools, and incidentals necessary to camplete
the work.
Lane closures will be paid for under 5pecial 5pecification "Lane Closures,"
11-11 OS-15
Statewide
sz�r
�peci�l �pecir'icaf��on fi2��
�ola� �o�ered ��D �oad�i�� Sign
1.
2.
3,
���C�I��I�R!
��
Texas
I7epartmenr
or r���.mrroR
Fabrica#e, furnish and install solar powered light emitiing diode (LED), embedded signs consisting of
embedded LED lights placed along the border of the sign, and solar pane[s and batteriss For eacl� sign. T#�is
solar LE� embedded lights function is to flash in order ko enhance the sign to draw the motoris#'s attentian to
the message of the roadway sign.
f�A�'��Id��
Fumish and construct materials in acco�dance with the following;
o Item 636, "Signs,"
� Item 643, "Sign Identification Decals," and
� Item 644, "Smal! Roadside Sign Supports and Assemblies."
Provide signs that mee# TMUTC�. Provide sign substrafe that rneets �epartment Material Specification
pMS-7110, Provide sign reflective sheeting as shown on the plans and in accordance wiEh Traffic
Operakions D9vision's Typical Sign Requirements (T5R) standard sheets. Provide sign with LED lights
embedded along tf�e border of the sign. Provide high powered 1 W LEDs wired in a manner that all LEDs
continue to flash in khe event of failure of an individual LED. Sign must output 550 candelas at daytime peak
ensuring sign is daylight visible.
Provide LEDs tf�at have dimming capabilities and automatically adj�st flash brighfness to varying lighk
conditions. LE�s will be rated to operate at leasi 100,400 hr. Provide solar panels and batteries sized to
a[low the system to work 24 hours a day, 7 days a week. Batteries must have a 5 yr. lifespan while operating
24 hr. per day. Satferies must be instal[ed in a box mounfed on a pole underneath the solar panel as per
manufacturer's recommendations.
C��fSTRUCTION
Enstall signs in accordance to Iterr� 644, "Small Roadside 5ign Assemblies."
4, 1d4dA��AN�'Y
�.
6.
7he L�D lighting system as a whole will have a minimum 2 yr. warranty from the time of installation and
accepfance of the system. Manufacturer will ship replacement parts at no cast as raquired during 2 yr,
warranty periad, except when installation has been damaged by outside forces,
�c��u������
This Item will be measured by each solar powered LED roadside s�gn.
�AY�i��lT
The work pet#ormed and materials fumished in accordance with fhis item and measured as provided under
"Measuremant" will be paid for at the unit price bid for "Solar Powered LED Raadside Sign,"
1 - 2 01-17
OTU
sza�
This price is full compensatian for furnishing and insfalling complete salar powered LED signs including sign
connections artd all hardware; attaching signs to the supports; washing and cleaning the signs; kesting of fhe
LED sign and maicing adjustmenfs as needed; installing solar panels to ensure opfimal recharging of
batteries and solar powered batteries to the satisfaction of the Engineer; and all equipmen#, materials, labor,
tools, and incidentals,
The roadside sign assembly (exduding the solar powered LED sign) and found�tian will be paid for under
Item 644, "Small Roadside Sign Assemblies,"
2 - 2 Q1-17
OTU
FHWA-1273 -- Revised May 1, 2p12
REqUIRED CONTRACT PROVI510NS
FED�RA�-A1D CflNSTRUCTION CONTRACTS
I. General
II. Nondiscrirnination
III. Nonsegregated Facilities
IV. Davis-Bacon and Related Act Prnvisions
V, Contract Wnrk Hours and 5afety 5tandards Act
Pravisions
VI. Subletting orAssigning the Contract
VII. 5afety: Accident Pre�ention
VIIL False Statements Concerning Highway Projects
IX. Implementation of Clean Air Act and Federal Water
Pollution Control Act
X. Compliance with Gavernmentwide 5�spension artd
Debarmenf Requirements
Xl, Ce�ification Regarding l7se of Contract Funds for
LobbyiRg
3. A breach of any of the stipulations contained in these
Required Contract Prouisions may be suffieient grounds for
withholding of progress payrrEents, wifhholding of final
payment, termination of the contract, suspensian ! debarment
or any other action determined to be appropriate �y the
contracting agency and FHWA.
4. 5electian of Labor: During the performance of this contract,
the coniractor shall not use convict labor for any purpose
within the limits of a canstruction project an a Federal-aid
highway unless it is labar perFormed by convicts who are on
parole, suparvised release, or prabation. The term Federal-aid
highway does not includ� roadways functionally classified as
Iocal roads or rura[ minor colleetors.
Ai7ACHM�NTS
A. Employment and Materials Preference for Appaianhian
develapment Highway 5ystem ar Appalachian Local Access
Road Contracts (lncluded in Appalachian contracts only)
I. GENERAL
i. Farm FH11VA-1273 must be physically incotporated in each
canstructian contract funded under Tii[e 23 (excluding
ernergency contracts solely intended for debris removal). The
cantractor (or subcontractor) must insert this form in each
subcont►act and further require its incluslon in all lower tier
subconfracts (excluding purchase arders, rental agreements
and other agreements for supplies or senrices).
The applicable requirements of Form FHWA-1273 are
incorporated by reference for work done under arty purchase
order, rental agreement or agreemenf for other services. 7he
prime confractor shall be respansible fpr compliance by any
subcontractor, lower-tier subcontractor ar service provider,
Form FHWA-1273 must be inc[uded in ap Federal-aid design-
huild contracts, in all subcontracts and in fower tier
subeontracts (excluding subcontracts for design services,
purchase orders, rentai agreements and other agreements for
supplies or services). The design-bvilder shall be responsible
fnr compliance by any subcontractor, lawer-tier subcontractor
or service provider.
Contracting agencies may reference Form FHWA-1273 in bid
praposal or request for pro�osal documents, hawever, Ehe
Fnrm FHWA-12T3 must be physically incorpvrated (not
referenced) in all contracks, subcpntracts and lawer-tier
su6cantracfs (excluding purchase orders, rental agreements
and other agreemenfs for supplies or services related to a
constructian con.tract).
2. Su6ject to the applicability criteria noted in fhe fpllpwing
sections, these contract provisions shall apply to all work
performed on khe contract by the contracta�s own organizatian
and with the assistance of warkers under the cantractor's
immediate superintenden�e and to all work performed on the
contract by piecework, sfation work, ar hy subcontraat.
II. NONDI5CRIMINATION
The provisions of this section related to 23 CFR Part 23d are
applicabfe ta all Federal-aid construction confracts and to all
related canstruction subcontracts of $i0,Q�0 or mpre. The
pro�isions of 23 CFR Part 230 are not applicable to makeria
supply, engineering, or architectural servica contracts.
In addition, the contraotor and all subcantractors must comply
wiih the follawing policies: Executi�e Ordar 11246, 41 CFR 6Q,
29 CFR 1625-1627, Title 23 L�SC 5ection 140, the
Frehahilitalion Act af 1973, as amended {29 U5C 794), Title VI
of the Civil Rights Ac# of 1964, as amended, and related
regulations including 49 CFR Parts 21, 26 and 27; and 23 GFR
Parts 20D, 230, and 633,
The contractor and a[I subcantractors must corrEply with: the
requirements of the Equal Opportunity Clause in 41 CFFZ BD-
1,4(b) and, for all constructian contracts exceeding $1p,DQ4,
the Standard Ferleral Equal Employment Opportunity
Construction Contrack 5pecificaflons In 41 CFR 60-4.3.
Note: The U.S. �epartrrient of Labor has explusive �uthority to
determine compliance with Executi�e Order 1'l246 and the
pollcies of the Secretary oi Labor including 49 CFR 60, and 29
CFR 1625-1627. The contracting agency and the FHWA ha�e
the aukho�ity and the responslbility ta ensure compliance with
Title 23 USC Section 140, the Rehabilitation Act af 1973, as
amended (29 USC 794), and TiEle VI o# the Civil Rights Act af
1964, as amended, and relafed regulations Including 49 CFR
Parts 21, 26 end 27; and 23 CFR Parts 200, 23�, and 633.
The following pro�isian is adopted from 23 CFR 230, Appendix
A, with appropriate revisions to conform to the U.S.
�epartment af La6or (U5 dOt} and �HWA requirements.
1. Equal Emplayment Dppqrtunity: Eq�al employm�nt
apport�nity {EEO) requirements not to discriminak� and to take
affirmaEi�e aolion to assure equal opportunity as sef forth
undar laws, executive orders, rules, regulations (28 CFR 35,
29 CFR 1830, 29 CFR 1625-'i627, 4'I CFR 60 and 49 CFF227)
and orders of the 8eare#ary of Lahor as modified by the
provisians prescrihed herein, and imposed pursuant to 23
U.S.C. 14D shail constitute the EEO and specific affirrr�ati�e
acfion standards for the contractor's project activities under
this contract. The pro�isions of the Americans with Disabilities
Act of 1990 (42 U.S.C. 12101 et seq.} set forth under 28 CFR
35 and 29 CFR 1630 are incorpvrated by reference in this
contract. In the execution of this conkract, the contractor
agrees to cqmply with khe following minimum specific
requirement activities of EEq:
a. The contractor will work wikh the contracting agency and
the Federal Gavernment to ensure that it has made e�ery
good faith efforl to pravide equal oppartunity with respect to all
nf its terms and conditions of emptnyment and in thelr review
of acti�ities under the contraet.
6. The conkractor will accepi as its operating policy the
fallawing statement:
"It is the policy of lhis Company to assura that applicants
are employed, and that employees are treated during
empioyrt�ent, without regard to their racE, religion, sex, color,
national origin, age or disabilily. Such action shall incl�de:
amployment, upgrading, dernotlon, or transfer; recruitment or
recrultment adveriising; laydff or termination; rates of pay or
o#herforms of compensation; and selection fortraining,
including apprenticeship, pre-apprenticeship, andlor an-the-
job training,"
2. EEO QfFcer: The contractor wlll designate and make
knawn to the can#racting o�icers an EEO Offlcer who will have
Ehe responsibility for and must be capable of effectively
administering and promoling an activa EEO pragram and who
m�tst 6e asslgned adequate authorlty and resportsiblllty to do
so.
3. D�ssemination o# Policy: All members o# the contractor's
sfaff who are aulhorized to hire, supervise, promote, and
discharge employees, or who recommend such action, or who
are substankiaAy involved in such action, will be mada. fully
cognizant of, and wifl implement, the contractor's EEO policy
and cantractual responsibilities to provide E�O in each grade
and classificatEon of employment. To ensure thak the above
agreement will b� met, the followirtg actions will be taken as a
minimum:
a. Periadic meetings of supervisory and persvnnel office
employees will be conducted before the start af work and #hen
not less often than once every six mflnths, at which time the
contractar's EEp policy and its implementatian wil! 6e
reviewed ancf explained. The meetings will ba conducted by
tha EEQ Officer.
b. All new supervisory or personnel office employees will be
given a thorough indoctrination by khe EEO Oi[icer, covering
all major aspects of the cantractor's EEO obligations within
thirty days following fheir reparting for duty with the contractor.
c. Ail personnel who are engaged in direct recruitment far
the project will be Instructed by the EEO Officer in the
conEractor's procedures for locafing and h9ring rninorities and
women.
d. Notices and posters setting forth the contractor's EED
policy will be placed i.n areas rsadily accessible to emplayees,
appl'tcants for employment and potenCial employees.
e. The contrackor's EEO policy and the procedures ko
irnplement such policy will be hrought ta khe attention of
employees by means af ineetings, empinyee handbooks, or
other apprqpriate means.
4. Recrultment: When advertising for employees, khe
contractor will include in all advartisements for employees the
notation; "An Equal Oppartunity �mplayer." All such
advertisements will be placed in pu6lications having a large
circulation among minorities and women in the area from
which the project work force would normally be derived.
a. The cor�tractar wili, unless preciuded 6y s valid
bargaining agr�ement, conduct systematic and direct
recruilment through publlc and private employee referral
sources likeiy to yield qualifred minorities and women, To
meet this requirement, the conkractor will identify sources of
potentiai minority graup employees, and establish wikh such
identified sources procedures whereby minarity and women
applicants may be referred to the contracfor fnr employmenk
considerafion,
la. In the event khe contractor has a valid 6argaining
agreement providing for exclusive hiring hall referrals, the
contractor is expecfed to observe the pravlsians of that
agreemenf to the extenf that the sysfem meets the cantractor's
compliance with EEO contract provisions. Where
implemenkation of such an agreement has the effect of
discriminating against minorities or wnmen, or o6Eigates the
contra�tar #o do the same, such implementatlon vialates
Federal nondiscriminatiqn provlsions.
c. 7he contractor will encourage its present employees to
refer minarities and women as appllcants for empioyment.
Informatlon and procedures with regard to referring such
applicants will he discussed wlth employees.
5. Personne! Actions: Wages, working conditions, and
employee benefits shall be established and admin9stered, and
personnel aclions of every iype, including hiring, upgrading,
promation, transfar, demntian, layaff, and termination, shall be
taken without regard to race, calor, reiigion, sex, national
origln, age or disability. Th�: follpwing prpcedures shall be
followed;
a. The conkractor will conduct periodic inspectlons of project
sites to insure that working conditinns and employee #acilities
do nat inciicate discriminatory treatment of project site
personnel.
6. The contracfor will periodically e�aluate the spread of
wages paid wikhin each classiffeation to determine any
evidence of discriminatory wage prackices.
c. Tha canfractor will periodleallyteview selected personnel
ac#ions in depth ta determine whether there is evidence of
discrlmination. Where evidence is found, the cantractor wiil
promptly take correetive action. If fhe review indicates that the
discrimination may extend beyond tf�e actions revlewed, such
corrective actian shall inciude all affecked persons.
d. Tt�e cantractor wil[ pramptly investigate all complaints flf
alleged discrimination made to khe contraetar In connecfion
with its obligafions under fhis contract, will attempt to resol�e
such complainks, and will take appropriate corrective action
within a reasonahle time. If the investigation indicates that fhe
disCrimination may affect persans olher than the camplainant,
such corrective actian shall include such other persons. Upon
completion of each investigation, the cor�tractnr will info►m
e�ery complainant of afi of their avanues of appeal,
B. Training and PromotPan:
a. The cantractor will assist in locating, qualifying, and
increasing the skills of minoritias and women who are
applicants for employment or current employees, 5uch efforts
shoufd be aimed at developing full journey level sfatus
employees in the type a€ trede or job classificakion involved.
b. Consistent wi[h the contractar's work force requiraments
and as permissible under Federal and State regulations, the
contractar shaN make full use of training pmgrams, i.e.,
apprenticeship, and on-the-job training programs for the
ge4graphical area of contract pertormance. In #he event a
special provision for lraining is provided under this aontract,
khis subparagraph will be superseded as indicated in the
special provis[an. The contracting agency may reserve
training positions far persons who receive welfare assistance
in accordance with 23 U.S.C. 140(a},
c. The cantractor wil{ advise employees and applicants for
employment of availahle training programs and entrance
requirements for each,
d, The contractar will periodically review the training and
promotian potential of employees who are minorliies and
women and will encourage eligihfe employees to apply far
such training and promotion.
7. Unions: If #he cantractor Celies In whole or in part upon
unions as a source of employees, the cantractor wlll use good
falth e�forts to obtain the cooperation ofi such unions to
increase opportunities for minorities and women. Actions by
the contractQr, either directly ar through a contractor's
association acting as ageni, will include the procedures set
farth below:
a. The cantractor will use good faith efforts to develop, in
c�operatiqn with the unions, joint training programs aimed
toward qualifying more minorities and women for membership
in tha unions and increasing the skills of minorities and women
so that they may qualify fvr hlgher paying employment.
b. The contractorwill use goad faith efforts to incorporate an
EEO clause into sach unlon agreement to the end that such
union will be contractually bound to refer applicants wlfhout
regard to fheir race, color, religlon, sex, nation�l ar�gin, �ge or
disability.
c. The contractor is to obtain Informatiort as to the referral
pracfices and pollcles of the labor union excepi fhat to the
extent such information Is within fhe exclusive possession of
the la6or union and such labar union refuses to fumish such
in#ormation to the contrackar, the wntractor shall so certify to
the contraeting agency and shall set forth what efforts have
been made to obtain such information.
d, In the event the union is unable to provide fhe contractor
with a reasonahie ffow of referrals within the time limit set farth
in the collective bargaining agreement, the contractor will,
through independent recruftment efforts, fill the employment
vacancies withaut regard to race, color, r�ligion, sex, national
origin, age or disability; making full efforts to obtain qua[ified
andlor qualifiable minorities and women. 7he failure of a union
to pro�ide sufficient reterrals (even though it is obligaled to
pravide exclusive referraGs underthe ierms of a collective
6argaining agreement) does not relieve the contractor from the
requirements af this paragraph. ln the event the union referral
practice prevents fhe contractorfrom meeting lhe abligations
pursuant to �xecutive Order 'i 1246, as arnended, and these
special pravisians, such cantracfar shall immedia#e1y notify khe
confracting agancy.
�, Reasonable Accommodation for Applicants 1
Emplayees with Disahilities: The contrac#or rnus# �e familiar
with the requirements for and camply with the Americans with
Disabilifies Act and all rules and regulatlons established there
under. Employers must pro�ide reasonable accommadatian in
all employrnent activitles unless to do so wauld cause an
undue hardship.
9. Selection of 5uhcantramtnra, Prncurement af Materials
and Leasing of EquipmenE: The contractor shall not
discriminate on the grounds of race, colo�, rellglon, sex,
natianal origin, age or disabiEity in the selection and retention
of subcontractors, including procurement of materials and
Isases af equipment. The cantractor shall take all neeessary
and reasonable steps tp ensure nondiscriminatian in the
administration of this contract.
a. The contractor shall notify all patential subcontractars end
suppliers and lessors of their ��O ohligations under this
contract.
b. The contractor will use gavd faith efforts to ensure
suhcontractor compliance with their EEO obligations.
10. Assurance Required by 49 CFR 26.13(h):
a. The requirements of 49 CFR Part 2fi and the State
�OT's U.S. DOT-approved dBE program are incorporated by
reference,
b. The contractor or suhconiractor shall not discri�ninate on
the basis of raca, color, national origin, or sex in the
perf'ormartce of this contract. 7he contractor shall aarry out
applicable requirements of 49 CFR Pert 26 in the award and
administra�ion af DOT-assisted contracts, Failure hy the
contractor to carry out these requirements is a material breach
of khis contract, which may result in the termination of this
contract ar such ofher remedy as the contracting agency
deems appropriate,
11. Records and Reports: The contractor shall keep such
reaords as necessary to document compliance with the EEO
requirements. Such reeords shall be retalned fora period of
thrae years fpllowlrrg the date af the final payment tn the
contractor far alf contract work and shall be a�aila6le at
reasflnable limes and places for inspeclion by authorized
representatives of the contracting agency and khe FHWA.
a. The records kept by the conkracto� shall document khe
faflowing:
(�I) The number and wark hours of minority and non-
minprity grpup members and wqmen employed in each wprk
classiflcation on the project;
(2) The progress and effarfs being made in cooperaiion
with uninns, when applicable, to Increase employment
opportunities for minorities and women; and
{3) The progress and effarEs being made in locating, hiring,
training, qualifying, and upgrading minorities and women;
b. The confractors and su6contractors will su6mit an annual
report to the contracting agency each July for the duration of
the project, indicating the number of minority, women, and
nan-minority graup employees �urrently engaged in each work
class�ieatian required by the cantract wark. This infarmakian Is
to b� reported on � �'��`"!A-S�£'. The stafiing data should
represent the project wor4c force on board in all or any part of
the last payroll period preceding the end of July. If on-the job
training is 6eing required by special provision, the cantractvr
will be required to colfect and report training data. The
empiayment data should reflect the work force on boa�d during
all or any part af the last payroll period preceding tF�e end of
July,
III. NOIV5EGREGATEO FACILITIES
This pravision is applicable lo all Federal-aid construction
contracts and to all related conskructian subnontracts of
$10,000 or mvre.
The cantractor must ensure lhat faeilities provided far
employees are provided in such a manner thak segre�ation on
the basis of race, coior, religian, sex, or national origin cannot
resuit. The cantractor rnay neither require such segregaked
use by written or oral policies nor tolerate such use by
employee custom. 7he cor�t�-ac#or`s obligation extends furlher
tn ensure thal its employees are not assigned to perform their
services at any lacaiion, under the cantractor's cantrol, where
fhe facilities are segregated. The term "facil9fies" includes
waiting raoms, work areas, restaurants and other eaiing areas,
iime cloCks, restrooms, washrooms, locker rooms, and other
storage or dressing areas, parking lots, drinking fauntains,
reereatian or entertainment areas, transportation, and housing
provided for employees. The contractor shall pro�ide separate
or single-user restrooms and necessary dressing or sleeping
areas to assure privacy 6etween sexes.
IV. �AVlS-BACON AND RELATED ACi PROVI510N5
This section is applicable to all �sderal-aid cans#ruction
projects exceeding $2,OOD and to afl related su6ccantracts and
lower-tier subcontracts (regardless of subcontract size). The
requiraments apply to all projects locaked within the right-of-
way af a raadway that is Functianglly cEassified as Federal-aid
highway. This excludes roadways functionally classified as
local roads or rural minor coflectors, which are exempt.
Contracting agencies may elec# to apply these requirements to
other prajects.
The following provisions are from the U.S. �eparlment of
La6or regulations in 29 CFR 5,5 "Cantract provisions and
related matters" with mfnor re�isions to conform ta the FHWA-
1273 format and FHWA pragram requirements.
1. Nlinimum wages
a. All laborers and mechanics employed orworking upon
the site �f fhe wark, will be paid uncondlkionally and not less
aften than once a week, and without subsequent deduction or
rehate vn any account (Except such payroll deductivns as �re
permitted by regufatians issued by #he Secretary of Labor
under the Copeland Aci (29 CFR part 3}), the full amaunf pf
weges and bona fide fringe beneflts (or cash equivalents
thereo� due at time of payment computed at rates not less
than those cantained in the wage determination of the
Secretary of Labor whiph is attached hereto and made a part
hereof, regardless of any contractual relationship whieh may
be alleged ko exist between the cantractnr and such laborers
and mechanics.
Contril�utions made or costs reasonably anticipated far bona
fide fringe benefits under section 1(b)(2) of the Da�is-Bacon
Act on behalf of laborers or mechan.ics are considered wages
paid to such laborers or mechanics, subject to lhe provisions
of paragraph 1.d. of this section; also, regular contributions
made or custs incurred for more than a weekky period (but not
Eess often than quarterly) undar plans, funds, or programs
whEch cover the particular weekly pariod, are desmed to 6e
construcki�ely made or incurred during such weekly period,
5uch laborers and mechanics shall be paid the appropriate
wage rate and fringe benefits an fhe wage determination for
the classificatian of work act�ally pe�#ormed, without regard ta
skill, except as provided in 29 C�R 5.5(a)t4). Laborers or
mechanics perForming work im m�re than dne classificatinn
may be cornpensated at the rate specified for each
alassificatinn for the time actually worEced therein: Provided,
That the employer's payroll records accurately set forth the
time spent in each classification in which wark is perFnrmed.
The wage d�termination (ine�uding any additional classificatian
and wage rates conformed under paragraptr 1.10, af this
section) and the Dar�is-@acon {�oster (WFl-1321) shall be
posted ak ail times hy the conlrac#or and its subcontract�rs et
the site of the work in a prominent �nd eccessible place where
it can be easily seen by the workers.
b. (1 } The contracting offieer shall reyuire thaf any class of
laborers or mechanics, incEuding helpers, which Is nof Ilsted in
the wage determination and whieh is to be employed under the
contract shall be classified in canformance with the wage
determination. The contracting officer shall approve an
additional classification and wage rate and #ringe beneflts
therefore only when the foHowing critena have been met;
() The work to be performed by the classificatlon
requested is not pertormed by a clsssification in the wage
determination; and
(ii) The classification is utilized in the area hy the
construction indusiry; and
(iii) The praposed wage wate, including any bona fide
fringe benefits, bears a reasqnable relationship to the
wage rakes contained in the wage determination.
(2) If lhe contracEnr and the la6orers and mechanics to be
employed in khe classific�atinn �if known), or their
representatives, and the contracting vfficer agree on the
elassifcation attd wage rafe (including fhe amount
designated for fringe benefits where appropriate), a report of
the action taken shall be sent by the contracting offic�r to the
Administratorof the Wage and Hour Division, Employment
S#andards Adminlstration, U.S. Department of Labor,
Washington, DC 202'f p. The Adminlstrator, or an authorized
representative, will approve, modify, or disapprove every
additional classification action within 3p days af receipt artd
so advise the contracting officer or will nofify the contracting
offlcer wifhin the 3D-day period that additivnal tlme is
necessary.
(3) In the event ihe contractor, the labarers or mechsnios
ka be employed in tfte classification or their representati�es,
and lhe cnntracEing afficer do not agree on the propqsed
classifica#ion and wage rate (including the amount
designated forfringe benefits, whare appropriate), the
contracting officer shall refer the queskions, includir�g the
views of all interested partles and the recommendation of the
cnntracting officer, to the Wage and Hour Administrator for
determinatian. The Wage and Hour AdminisErator, or an
authorized represeniati�e, will issue a determination wifhin
30 days of receipt and so advise the contracting officer or
will notify the contractirsg officer within the 34-day periad that
additional time is necessary.
(4) 7he wage tate (including fringe benefits where
epprnpriate) determined pursuant to paragra�ahs i.b.(2} or
1.b.(3) of this section, shall b� paid to all workers p�rForming
work in the classification under this contract from the first
day on which work is perFormed in lf�e classiEication.
c. Whenever the minimum wage rate prescribed in the
contract for a class of 4aborers or mechanics incl�des a fringe
penefit which is not expressed as an hourly rate, the contrackor
shafl either pay the benefit as stated 'rn the wage d�:te�mination
or shall pay anothar bvna fide fringe benefit or an houriy cash
equivalent thereof.
d. If the contractor does not maice payments to a trustee ar
other third person, the contractor may consider as part of the
wages af any la6arer or meahenic the amount of any casts
reasonahly anticipated in prp�iding bana fide fringe beneflts
under a plan or program, Provided, That the Secretary of
La6or has Fo�tnd, upon the written reqnest af the contractor,
that the applicable standards di the davis-Bacon Act have
been met. The Seeretary af Labor may require the contractor
to set aside in a separate account assets for the meeting of
obligations under the plan or program.
2. Withholding
The contracting agency shall upon its own aciion or upon
wrltten req�est of an authorized representative of the
bepartment of Labor, withho�d or cause to be withheld from
the cnntractor under this contract, or any other Federal
cantract wlih the same prime coniractor, or a�y other federally-
assisfed cvntract sutiJect to Davis-Bacon prevailing wage
requirements, which Is held by the same prime contractor, so
much of the accrued payments or advances as may be
Gnnsidered necessary to p�y labnrers and mechanics,
inaluding apprentices, #ralnees, and h�lpers, ernplayed 6y fhe
cantractor or any subcorttractor the full amount of wages
tequirerl by the aontract. In the evenl of failure to pay any
laborer or meehanlc, including any apprentice, trainee, or
helper, employed orworking on the site af the wark, all or par#
of the wages required by ihe cantract, the contracting agency
may, after written notice to the contractor, take sueh action as
may be necessary to cause the suspension of any further
payment, advanae, or guarantee of funds until such violation�
have ceased.
3. Payrn�ls and basic records
a, Payrolls and basic records relaling thereto shall be
maintained by fhe contractar during the course of the work and
preserved for a peridd qf three ysars thereafter for all labarers
and mechanics working at the site of the wark. Such records
sitall contain the name, acfdress, and sacial security number of
each s�tch worker, his or her eorrect classification, hourly rates
of wages paid (including rates of confributions or casts
anficipated for bona fide fringe benefits or cash equivalents
thereof of Ehe types described in section 1(b)(2)(B} af the
Davis-Bacon Act), daily and weekly nurr3ber of ho�trs worked,
deductions made and antual wages paid. Whenever the
Secrekary of Labor has found under 29 CFR 5.5(a)(1 j{iv) tha4
the wages pf any laborer or mechanic include fhe amount of
any costs reasonably anticipated in providing benefits under a
plan or program described in section 1(b)(2}(B) of the Davis-
Bacan Act, the eonlractor shall maintain records whiah show
that the cammitrnent tn provide such benefits is enfarceable,
that the plan or program is financially respansible, and that the
plan or program has been communicated in writing to the
laborers or mechanics affecked, and records u�rhicF� sf�ow the
costs anticipated orthe actual cost incurred in pro�iding such
benefits. Contractors employing apprentices or trainees under
approved programs sha[I maintain written e�idence af the
regislration of apprenticeship programs and cerkification of
trainee programs, the registration nf tha apprenticas and
trainees, and the retios and wage rates prescribed in the
applicabla programs.
6. (1) The contractor sha[I submit weekly for each week in
which any contract wark is pertormed a copy of all payrnlls to
the contraclin.g agency, 7he payrolls submitted shall set aut
aecurately and completely all of fF�e infarmation required tn be
maintained under 29 CFR 5.5(a}(3j(i), except that fufl social
security numbers and home addresses shall not be inckuded
an waekly transmittals. Instead the payrolls shall only need to
include an individually identifying number for eaoh employee (
e.g, , the last four dlgits of the employee's sociai security
number). The required weekly payroll infarmation may he
subrnifted in any form desired. Optianal Form WH-347 is
a�ailable for this purpose fram the Wage and Hour bivision
Web site at http:llwww.dol.govlesalw�dffnrmslwh347instr.htm
or its successor site. The prime contractor is responsible for
the submission of copies of payrolls by all subcontractors.
Contractars and subcontfiactors shall rnalntain the full soclal
securiry number and current address of each covered worker,
and shall provide them upan request tp the contracting agency
for transmission to the State �OT, the FHWA or khe Wage and
Hvur Divisian of the bepartment of Labor for purpases of an
investigation or audit of compliance wilh prevailing wage
requirements. It is not a �inlatlan of this section for a prime
cnntractor to require a subcontractor to provide addresses and
social security numbers to the prime contractor for its own
records, without weeltly submission to the contracting egency..
(2) Each payroll submiited shall be accompanied by a
"5tatement of Compliance," signed by fhe contractor or
subcvntractor or his or her agent who pays or supervises the
payment of the persons empioyed under the cantract and shall
certify the fallowing;
(I} That #he payrall far the payrnll period conkains the
information requlred to be pravided under §5.5 (a)(3)(ii) of
Regulations, 29 CFR part 5, the appropriate inforrnation is
being maintained under §5.5 (a)(3)(i) of Regulations, 29
CFR pert 5, and th�t such information is cnrrect and
compfete;
(II) That each laborer nr mechanic (including each
helper, apprentice, and trainee) employed on the contract
during the payroll period has bean paid the full weekly
wages eamed, without rebate, either directly ar indirecfly,
and that no deducCions ha�e been made either directly or
indirectly irom the full wages earned, other than
permissible deductions as set forth in Regulations, 29 CFR
part 3;
(iii) That each lahorer or mechanic has heen paid nat
Eess than the applicable wage rates and fringe benefits or
cash equivalents farfhe classification of work performed,
as specified in the appli�afale wage determinatiort
incorporated into the cantr�ct.
(3) The weekly submission of a properly executed
certificatian set forth an the reverse side of Optional F'orm
WH--347 shall satisfy the requirement for supmission of the
"Statement of Carripliance" required by �aragraph 3.b.(2) o#
tFtis sectian.
(4) The falsification of any of the ahqve certificakions may
subject the contractor or subcontractor to civil or crimir�al
prasecufian under section 1009 of title 1 B and section 231 of
tiile 31 nf the United StaEes Code,
c. 7he contractor or subcontractor shall make the records
required ur�der paragraph 3.a. of th9s secfion available for
inspection, cQpying, or transcription by authonzed
representatives of the cantracting agency, the State DOT, khe
FHWA, or the Department of Lahor, and shaA permit such
representafives to interview emp�ayees during working haurs
on lhe job. If the contractor or subcontractor feils ta submit the
required records or to make them available, the FHWA may,
after written notice to the conkractor, the contracting agency or
the State �OT, kake suc�r ackion as may be necessary to
cause the suspension af any further payment, advance, or
guarantee of funds. Furth�rmare, failure to submit the required
records upon requesi or to make such records ar+ailable may
be grourtds ior debarment action pursuant to 29 CFR 5.12.
4. Apprenkices and trainees
a. Apprentices {programs of the USDOL).
Apprentices will be permitted to work at less than the
predetermined rate for tha work they performed when they are
emplayed pursuantto and individually registered in a �nona fide
apprenticeship program registered with the 11.S. Department of
Labor, Employment and T�alning Adminlstratian, Qffiae of
Apprenticeship 7raining, Employer and Lahor 5ervicas, or with
a State Apprertticeshlp Agency recqgnized by the Qffice, or If a
person is employed in his or her Tirst 90 days of probationary
employment as an apprentice in sucFt an apprenticeship
program, wha is not individually registered 1n the program, but
who has been certified by tha Qffice nf Apprenticeship
Training, Employer and La�or Services ar a State
Apprenticaship Agency (where appropriate} to be eligible for
prvbativnary employment as an apprentice.
The allawaqle ratio af �ppreniices to Jaurneymen on the Jo6
site In any craft classlfication shall not he greater than the ratio
permitted to the contractor as to the entire work farc� under
the registered program. Any uvorker listed on a payrall at an
apprentice wage rate, who is not registered or otherwise
employed as stated above, shall be paid nat [ess than the
appllcable wage rat� on the wage determination for the
classification of work actually performed. In addition, any
apprentice performing work pn the job site in excess of the
ratlo permitted under the registered program shall be paid not
less than the applicabie wage rate on the wage determinatian
for the work acEually perfarmed. Where a conlractor is
perForming construckion on a project in a localily other than
thak in which its program is registered, the rafios and wage
rates (expressed In percentag�s of the journeyman's hourly
rate} specified in the contrac#or's or su6contracfor's registered
program sf�all be observed.
Every apprentice must �e paid at not less than ktte rate
specified in the registered program for lhe apprentice`s level of
progress, expressed as a percentage of the journeymen haurEy
rate speeified in the appiicable wage deterrninatipn.
Apprentices shafl be pald fringe benefits in accordanca with
khs provisions af the apprenliceship program. �f the
apprenficeship pragram does not specify fringe 6enefits,
apprentices must he paid the iull amount of fringe bsnefits
listed on the wage determinakion for the appficable
cEassiflcativn. if fhe Administrator determines thaf a differant
practice pre�ails for the applicable apprentice classification,
fringes shail be paid in accordance with lhat determinalion,
In the event the Office ofi Apprentiaeship T[aining, Employer
and Labor 5ervices, or a State Apprenticeship Agency
recognized by the Office, uv�thdraws approval of an
apprenticeshlp program, the contractor wil[ no Eonger be
permitted to utilize apprer►tices at less than the ap�licabEa
predetermined rate for the avork performed until an acceptabfe
program is approv�d.
b, Trainees (programs of the U�pQL.).
�xcept as provided in 29 CFR 5.'�6, trainees will not be
permitked to work at less than ihe predeterrnined rate far the
work pertormed unless they are employed pursuant to and
indi�idually registgred fn a program which has rsceived pnor
approval, evidenced 6y formal certification by the U.$.
bepartment of Lahor, Employmertt and Training
AdminEstraiion.
The ratin of trainees to Journeymen on the job site shall nat be
greater than permitted under ihe plan approved by tha
Employrrtent and 7raining Adrninistration.
Every trainee must be paid at not lass than the rate specified
in the appraved prvgram for the trainee's level of progress,
expressed as a percentage of the journeyman hourly rate
specified in the applfcabfe wage detarmination. Trainees shall
be paid fringe benetfts in accordance with the provisions of the
trainee program. If the krainee prpgram does not rnentinn
iringe benefifs, trainees shaN be paid the fwll amount of fringe
benefits listed on the wage determination unless the
Adminlstrator ofthe Wage and Hour bivislon determines that
there is a� apprenticeship program associated with the
corresponding jaumeyman wage rate on the wage
determination whlah pravides for Iess than full fringe benefits
for apprentices. Any emplqyee listed on khe payroll at a twainee
rate who is nat reglstered and participaling in a fralning plan
approved by khe Emplvyment and Training Administration shall
be paid not less than the applicabEe wage rate on fhe wage
determination for the classification of work actually pe�fotmed.
In addition, any trainee performing wnrk on the job site in
excess of the ratio permitted under the reglstered program
shall be paid not less than the applicable wage rate on the
wage determinatian for khe work actually pertormad.
ln the even# the �mployment and Training Administration
withdraws approval of a lraining program, the eontractor will no
longer be permifted ta utilize trainees at I�ss than the
applicable pradetermined rate for lhe work pertormed until an
acceptable program is appro�ed.
c. Equal employment opportunity. The utilization of
apprentices, trainees and joumeymen under this part shall be
in canformily wilh the equal employment opportunity
tequirements of Executive Drder 11248, as amended, and 23
CFR part 30.
d. Apprentices and Trainees (pragrams of the i1.5. DQTj.
Apprentices and trainees working under apprenticeship and
skill training programs whiah have been certifiad 6y the
5ecretary of Transportation as promoting EEO in cannectipn
with Federal-aid highway consiruction programs are not
subject to ths requirements of paragraph 4 of this Section IV.
The straight time hourly wage rates for apprentices and
trainees under such programs will qe establish�d k�y the
particular programs. The ratio of apprentices and trainees to
journeymen shal] not be greater fhan permitted by the terms of
the particular pragram.
5. Compfiance with Copeland Act requirements. The
contractor shall comply with the requirements of 29 CFR part
3, which are incarporated by reference in this cantract.
6. Subcorttracis. The cantrector o� suhcontractpr shall insert
Form FHWA-1273 in any subcontracts and also require the
subcontractors to include Form FHWA-127$ in any Inwer lier
subcantracts. ihe prime contractor shall be respansi6le for the
compliance by any subcontractor or iower tier subconkractor
with all the contrac# clauses in 29 CFR 5,5.
7. Cantract termination: debarmenf. A breach of the
confract clauses in 29 CFR 5.5 may be grounds for terminatlon
of the contract, and for debarment as a contractor and a
subconfractor as provlded irt 29 CFR 5.12,
8. Compliance with Da�is-Bacon and Rclated Act
requirements. All rulings and interpretatlons of the �avis-
�acon and Related Acts cnntained in 29 CFR parts 1, 3, and
are herein incorporated by reference in this contract.
9. oisputes concerning lahor standards. Disputes arising
aut of the labar standards provisions of this contract shall not
6e subJect to the genaral disputes clause of fhis eontract. Such
disputes shall be resolved in accordance u�ith the procedures
of the Depertment of Labor set forth in 29 CFR parts 5, 6, and
7. �isputes within the meaning oF this clause include disputes
between tha contractor (or any of its subcontractors) and the
contracting agency, Ehe U.S. �epartment of Labor, or the
emp�oyees or their representaki�es.
10. Certification of eligibility,
a. By entering inta this contract, the contractqr certifies that
neither it (nor he or shej nor any person or firm who has an
�nterest in the contractor's flrm is a person ar firm ineligible to
be awarded Govemment contracts loy virtue of section 3(a) of
the Davis-Bacan Act or 29 CFR 5.92(a)(1),
b. No part of fhis cantract shall be subcontracted to any person
ar flrm inef igib.le for award of a Government cantract by virtue
of section 3(a) of the Da�is-Bacon Act or 29 CFR 5.'( 2(a)('I ).
c. The penalty for makirtg false statements is prescribed in the
U.S. Cr+minal Code, 18 U.S.C. 1001.
V. CONTRACT WORFi HOUR5 AN� SAFETY
STqNQARDS ACT
The following clauses epply to any Fec[eral-aid cvnstruction
contract in an amount in excess af $100,000 and su6ject ta the
o�ertime provisions of the Contract Work Hours and Safeiy
Standards Act, These clauses shal[ be inserted in addition to
the clauses required hy 29 CFR 5.5(a) or 29 CFR 4.fi. As
used in this paragraph, the terms laborers and mec�anics
include watchmen and guards.
1. Overtima raquirements. No contractor or suhcontractor
contracting for any park of the confrac# work which may require
ar involve khe employmenk vf laborers or mechanics shall
require or permit any such la6orer pr rnechanic fn any
workweek in which he orshe is employed on such work to
worfe in excess of forty hours in such warkweek unless such
lafoorer or mechanic �eceives compensation at a rate not less
than one and one-half tlmes the basic rate o# pay fnr all hours
wor[ced in excess of forty hours In such workweek.
2. Vialation; liahilityfar unpaid wages; liquitlated
damages. In the event of any violation of the clause set forth
in paragraph ('[.) of this sectinn, the contractor and any
subcontractar responsible therefor shall be liable for the
unpaid wages. In addition, such cnnfractor and subcontractor
shall be liahle to the United 5tates (in the case of work done
under contract for the district of Columbia or a territory, to such
District orto such territory), for Iiqu[dated damages, Such
liquidated damages shall be cornputad with respect to each
indi�idual labarer or mechanic, inaluding watchmen and
guards, employed in violation of lhe clause set forth In
paragraph (1.) of this sec#ion, in the sum of $10 for each
calendar day an whicF� such individual was required or
permitked to work in excess of the standard workweek of fnrty
hours without payment of fhe o�erfime wages required by the
clause set forth in paragr~aph (1.) of tF�is section.
3. Wlthholding for unpald wages and IEquidated damages.
The FHWA or the contacting agency shall upon its own action
or upon written request of an authorized representati�e of the
�epartment of Labor withhold or �ause to be withheld, from
any mnneys payab[e on account af wnrk pertormed by the
contractar ar subcontractor under any such contract or any
other Federal conlract with the same prime contractvr, ar any
other federally-assisted contract su6ject to the Contract Work
Hours �nd Safety Standards Act, which is heid 6y the same
prime contractor, such sums as may be dekermin�d tq be
necessary to satisfy any I{abillties of such contractor or
subcontractor for unpaid wages and liquidated damages as
provided In the clause set forlF� in pa►agraph (2.} oi this
sectipn,
4. Subcantracts. The contractor or subcontractor shall insert
in any subcantracts the clauses set forth in paragraph (1.j
through (4.} of this section and also a Gause requiring the
subcontractors to include these cEauses in any lower tier
subcontracts. The prime contractor shall be res�onsible for
complia�ce by any subcontractar or Eower tier subcontractor
with the clauses set forif� in paragraphs (1.) through (4.) of this
section.
V[. SUBLETTING OR ASSIGNING 7H� CONTRACT
This provision is applicable to all Federal-aid cbnsiruction
Contracts on the National Highway System.
1. The cantractor shall perform wikh its own organization
contract work amounting to not less khan 30 percent {or a
greater percentage if specified elsewhere in the contraet} of
khe total original contract price, excluding any specialty items
designated by the cantracting agency. 5pecialty ifierns may be
periarmed by subcantract and the amount of any such
specialry items parformed may he deducted itam the total
original contracl price beiore compuking khe amounf of work
required ta be perFormed by the conkracto�'s own organizatlon
(23 GFR fi35,116).
a, l'he terrn "perform work with its own organization° refers
to workers employed or leased by the prirne confractor, end
equipment owned or rented by the prime conkractor, with or
without opera#ors. 5uch term does not include empfoyees or
equipment of a subcontractor or lower tier subcontractor,
agents vf the prime contractor, or any other assignees. The
term may include payments for the costs of hiring leased
empfoyees frorn an employee leasing frm meefing all refevant
Faderal and Stafe regulatory requfrerRents. Leased
employees may onEy 6e included in this term if the prime
contractor meets all of lhe following conditions:
(1 } the prime contractor maintains control over the
supervision of the day-ta-day acfivities of the leased
emplayees;
(2) tha prirne contractor remains responsible for the quaiiry
of the wnrk of the i�ased emplqyees;
(3) the prime contractor retains all power to accept ar
excfude individual employees from work on Fhe project; and
(4) the prime contrackor remains ultimateiy responsible for
the payment of predetermined minimum wages, the
submission of payrolls, statements of compiiance and a!I
other Federal regulatory tequirements.
b. "Specialiy Items" shall be construed to be limited to wqrk
khat requires highly specialized krtowledge, abilitf�s, or
equipment nat ordinarily available In the type of contracting
otganizaiians qualified and expected to bid or propose on the
contract as a whple and in general are to be limited to minor
companents ofthe o�erali confract.
2. 7he contraot amount upan which the requirements se# forth
in pat'agraph (1) of Section VI is camputed Includes the cost of
materiai and manufaclured products which are io be
purchased or prvduced by the contractor under the contract
provlsians.
3, The cantractorshall furnish (a) a campetent superinkendent
or supervisor who is employed by tMe firrn, has full authari#y to
direct performance of the work in accordance with the contract
requirements, and is in charge of all construction operations
(rega�dEess of who performs the work) and (b) such other of its
own organizational resources (supen+isian, management, and
engiReering services) as th� cantracting otficer determines is
necessary to assure the perfom-iance of the sontract.
4. No portian of the contract sftall be sublet, assigned or
atherwise disposed of except with the writfen cansent of the
contracting officer, or authorized represenkative, and such
consertt when giv�n shall not be canstrued to relieve the
contractor af any responsibilityforfhefulfillment of the
contract. Written consenl will be given anly after the
cantracking agency has assured thak each subcontraet is
evidenced in writing and that it conlains all pertinent provisions
and requirements of the prime contract.
5, The 30°/a self-performance requirement af paragraph (1) is
not applica6le to design-build contracts; howe�er, contracting
agencies may establish their own self-performance
requirements,
VII. SAF�iY: ACC�DENT PREVENTION
T h i s p r o v i s i a n i s applica6le to all Federal-aid
consfruction cpntracts and to all related subconkraets.
1. In #he performance of this contracf lhe contractar shall
comply with all applicable Federal, State, and local laws
governing safety, health, and sanitation (23 CFR fi35). The
aontractar shall provide all safeguards, safety de�ices and
protective equipment and take any other needed ackions as ik
datermir�es, or as the contracting afficer may deterrnine, to be
reasonabfy necessary to proiect fhe Ilfe and health of
employees on the job and lhe safety of the public and to
pratect properry in connection with the performance of the
work covered by the aontract.
2. It Is a candition of this contract, and shall be made a
condition af each subcontracf, which the contractar enters into
pursuant ta this contract, thaf the contractor and any
subcontractar shall not permlk any err�ployee, in pertormance
of the cantract, ta work in surrnundings or under condifions
which are unsanitary, hazardous or dangerous to hislher
health or safety, as determined under construction safe#y and
health standarcfs (29 CFR 1926) pramulgated by the Secretary
af Labor, in accordance with 5ection 9�7 of the Contract Work
Hours and Safety Standards Act (40 U.S.C. 3704).
3. Pursuant to 29 CFR 1926.3, it is a conditian of this contrack
that the 5ecretary of Labor ar authorized representative
thereof, shafl have right of entry to any site of cflntract
performance to inspect or investigate fhe matter of car►7pliance
with the conskruction safeky and healt� standards and to carry
out the duties of the Secretary under Section 107 of the
Contraak Work Hours and Safety Standa�ds Act (4D
U.S.C.3704).
VIII. FALSE STATEfNENTS CONCERNING HIGHWAY
PROdECTS
T h i s p r� v i s i q n i s applicable to all F'edetal-aid
constructfon con#racts and fo all related subcontracts.
In order to assure hlgh qua[ity and dura6le canstruction in
conformity with appro�ed plans and specificallons and a high
degree of reliability on statements and represenistions made
by engineers, cnntractors, suppliers, and workers on FecEeral-
sid highway projects, it is essentiel that all persons cancemed
with the project perform thelr functions as careful�y, thoroughly,
and F�ortestly as possible. Wiliful falsification, distnrtinn, ar
misrepresentat�on wilh respect to any facts relaked ta fhe
project is a �iolation of Federal Eaw. To prevent any
misunderstand'ing regarding the seriousness af these and
similar ac#s, Form FHWA 'f 022 shall be posted on each
Federal-aid highway project (23 CFR 635) in one or more
places where it is readily a�ailable to all persons cancemed
+xith the project:
1 B U.S.C. 1020 reads as follows:
"Wha�ver, being an officer, agent, or employee of the United
Skates, or of any State or Territory, or whoe�ar, whether a
person, �ssaciation, firm, or corporation, knowingly makes any
false statement, false representation, or Fa�se report as to the
character, quality, quantity, or cost of the material used or to
be used, or the quantiiy or quality of the work pertormed or lo
be perFormed, ar the costthereof in connection with fhe
submission of plans, maps, speci€iaations, contracts, or costs
of construction on any hlghway or Pelated projeck suhmitted fo�
approval to fF�e Secretary af Transportation; or
Whoever knowingly makes any false statement, false
representation, false report or �alse elaim with respect to the
cMa�acter, quality, quantity, or cost of any work performed o� to
6e performed, ar rrtaferials furnished or to he #urnistted, in
connection with the construction of any highway or related
project approved by the Secretary af Transpnrtation; or
Whoever knowingly makes any false statement orfalse
representa#ion as to malerial fact in any statement, certifieate,
or report submit�ed pursuant to provisions of the Federal-aId
Raads Act approved July 1, 1916, (39 5tat. 355), as amended
and supplemented;
Shall be fined under this tltle ar €mprisoned not rnare than 5
years or both."
lX. lMPLEMENTATiQN OF CLEAN �11R ACT AND FEqERAL
WATER PQLLl1TION CONTRDL ACT
7his pro�ision is applicable to all Federal-afd construction
cantracts and ta all related subcontracts.
By submission of this bidlp�oposaa or the execuiion of lhis
contrac#, or subcontract, as appropriate, fF�e hidder, proposer,
Federal-aid construction contractor, or subcontractor, as
apprapriate, will �e deemed to have stipulated as follows:
1. That any person who is or will be utiliz�:d in th�
perfarmance of this contract is not prohibited from receiving an
award due to a �iolation of Section 508 of the Clean Water Act
or Section 306 of the Clean Air Act.
2. That the contractor agrees to include or causc to be
included tMe requirements of paragraph (1) of this Section X in
every subcontract, and further agrees ta take such actlon as
the cantracting agency may direat as a means of enforcing
such r�quirem�nks.
X. C��TIFICATION R�GARpING p�BARMENT,
SUSPENSIflN, INELIGIBILITY AN� VQLIJNTARY
EXCLU510N
This provision is applEcable to all Federal-aid construction
contra�ts, design-bulld contraots, subcontracts, lower-tier
suhcontracts, purch�se arders, leese agreements, consultant
contracts or any qther qovered transackian r�quiring FNWA
appro�al or lhat is estimated to cost $25,D00 vr more — as
defined in 2 CF'R Parts 180 and 1200.
1. Instructions fior Certiflcatfon — First 7ier Participants:
a. By sEgning and submitiing ihis proposal, fF�e prvspective
first tier participant is providing the certificativn set out below.
b. The inabiEily of a person to provide the certification set out
befow will not necessarily result in denial of participation in this
covered iransaction. The prospecti�e first tier participant shall
su6mit an explanatian of why it cannot pro�ide the certification
set out below. 7he certificatlon or explanation will be
considered fn connection with the department or agency's
determinatian wheiher to enter into fhis transaction. However,
failure of the prospective first tier participant to furnish a
cerfification or an explanation shall disqualify such a person
frnm participa#ion in this transaction.
c. The certifcation in fhis clause is a material representation
of fact upon which reliance was placed when the confracting
agency determined tv enter into ihis transaction. If it is laker
determined that khe prospective participant knnwingly rendered
an erroneaus cerkification, in addition to other remedies
avalJable to the Federal Governm.ent, the confracting ageney
may terminate this transacfion for cause of default.
d. The prosp�ctiva first tier participant shall provide
immediate written notice to ihe contracting agency to whom
tF�is proposal is submitted if any time the prospective first tier
particip�nt Eeams that its certifi�ation was erroneous when
suhmitted ar has beaame erroneous by reasvn of changed
circumstances.
e. The terms "cnvered transaction," "debarred,"
"suspended," "ineligible," "participant," "persan," "principal,"
and "�oluntarily excluded," as used in khis clause, are defined
in 2 CFR Parts 180 and 1200. "First Tier Covered
Transackions° refers to any covered transaction 6etween a
grankee or subgraniee of Federal funds and a participant (sueh
as the prime or general contract). "Lawer Tier Covered
Transactions" refers to any coverad transaction undar a First
iier Covered 7ransactlon (such as subcontracts). "First 7ier
Participant" refers to the participant who has entered into a
covered transaction with a grantee or su6granfee of Federal
funds (such as the prime or general cantractor). "Low�rTier
f'articipant" refers any parlicipanl who has entered into a
co�ered tra�sa�tion with a FirstTier Participant or other Lawer
Tier Participants (such as subcontractors and suppliers).
f. The prospe�tive first tier participant agrees by submitFing
this praposal that, should the proposed cavered fransaction be
entered into, it s1�al[ nak icnawingly enter into any iower tier
co�ered transaction with a p�:rson who is debarred,
suspended, declared ineligible, or voluntarily exclud�d from
participation in thls covered lransaction, unlsss authorized �y
the department or agency entering into lhis transaction.
g. The prospective first tier participant further agrees by
submilting khis proposal that it wil! include fhe clause titled
"Certification Regxrding debarment, Suspensiort, Ineligibility
�nd Voluntary Exclusian-Lawar Tier Covered Transactions,"
pravided 6y the deparkment or eantracting agency, entering
into this covered transaction, without modification, in all lower
tier covered transactions and in all solicitations for lower tier
covered kransactlons exceeding the $25,Dtl0 thresF�old.
h. A participanf in a covered transaction mey rely upon a
c�rtificatian o€ a praspecti�e participan# in a lower tier covered
transaclion that is no# debarred, suspended, ineligible, or
voluntarily excluded from the coyered traRsaction, un[ess it
knows that the certiffcatlan is ermneous. A participant is
respansbfe for ensuring that its principals are not suspended,
debarred, or othen,+rise ineligible to participate In covered
transactions. To �erify the ellgibility o# its principals, as well as
the eligibility of any Iower tier prospective participants, each
participant may, �ut Is not required to, check the Excluded
Parties List System wehsite [httqs:llwww.epls,go�l), which is
compiled by #he General 5ervices Administration.
i. Nothing contained in the foregaing shsl! be cnnstrued to
require the esfa5lishment of a system of records in order to
render in good faith the certificatlon required by this clause.
The knowledge and informatian of the prospective participant
is not required ta exceed that which is normally passessed by
a pfudent person in the ardinary course of business d�;aiings.
j. �xcept for transaclions suthorized under paragraph (� of
these instructlans, if a participant in a cnvered transaction
knowingly enters into a lower tier r.overed transackion with a
person who is suspended, de6arred, ineligibFe, or voluntarily
excluded from participation in lhis transaction, in addition to
atf�er remedies availa6fe to ihe Federal Government, the
department or agency may terminate fhis lransacfion for ca�se
ar de#aulk.
2. Certi%catian Regardirtg Deharment, Suspensian,
Inel"sgihility and Voluntary Exclusion — First Tier
Participants:
a. The prospective first tier participant certifies to the best of
its knowledge and belief, that it and its principals;
(1) Are not presently debarred, suspended, propvsed for
debarment, declared inellgible, orvoluntarily excluded from
}�articipating in covered fransactions by any Federel
departmant or agency,
(2) Have not within a three-year period preceding this
proposal been convicted ot or had a civil judgment rendered
against them for cammission of fraud or a criminal offense in
cannection with obtaining, attempting to obtain, or pertorming
a public (Federal, State or local) transactian or confract under
a public transaction; �iofation of Federal or 5kate antitrus#
statutes or commissivn of embeulement, theft, forgery,
bribery, falsification or destruction of records, making false
statements, or receiving stolen property;
(3j Are not presently indicted for or otherwise criminally o�
civiily charged by a governmental entity (Federal, State or
local) with cvtnmission of any of the offenses enumerated in
paragraph (a)(2) of this certification; and
(4) Have not within a three-year period pteceding this
appiicatiqnlproposal had one qr more pubiic trans�ctions
(FedePal, 5take or local) teRninated for cause or default.
b, Where the prospeclEve participant is unable to certify to
any of the statements in thls certificatioR, such prospective
patticipant shali attach an explanation to khis proposal.
2. Instrucfions for Certification - Lower Tier Participants:
(Applicable ta all subconfracts, purchase orders and otF�er
Iower tier transactions requiring prior FHWA approval or
estimated ta cost $25,fl00 or more - 2 CFR Parts 1 SO and
� zony
a. By signing and submitting this propqsal, the prospecfive
lower tier is providing the certificaEion set out below.
b. 7he certification in this clause is a material representation
of fact upon which relianae was placed when this transacfion
was entered into. If it Is I�ter [�etermined that the prospective
lower tier participant knowingly rsndered an erroneaus
certification, in addition to other remedies available to the
Federal Govemment, the department, or agency with which
this transaclion priginated may pu.rsue availaqle remedies,
including suspension andlor debarment.
c. The prospectiVe lower tier participant shall provide
immediate written notice to the person to which this proposa[ is
su6mitted if at any time the prospective lower tier participant
learns that its certificatlon was erroneous by reason of
changed cirsumstances.
d. T'he tarrns "covered transaction," "debarred,"
"suspended," "ineligible," "participant," "person," "principal,"
and "voluntarily excluded," as used in this clause, are defined
in 2 C�R Parts 180 and 12Da. You may cantact the person to
which this proposal is submifted for assistance in obtaining e
copy of khose I-egulations. "First Tier Covered Transactions"
refers to any covered transactian between a grantee or
subgrantee of Federal funds and a particlpant (such as the
prime or general contract). "Lower Tier Co�ered Transactions"
refers fo any aovered transaction under a First Tier Covered
Transaction (such as subcontracks). "First Tier ParticipanY'
refers ta the participant who has enkered into a ca�ered
transaction with a grantee or subgraniee of Federal funds
(such as the prime or general contractor). "Lower Tier
Participenf' ref�rs any participantwho has enterad into a
covered transaction with a First Tier Participant or other Lower
T9er Participants (such as subcontractors and suppliers).
e. The prospective lower tier participant agrees by
submitting this proposa! ihat, should the praposed eavered
transaction be enE�:red into, it sha11 nat knowingly anter into
any lower tier covered kransaction with a person who is
debarred, suspended, declared 'Ineligible, or voluntarily
excluded from participatlan in this covered transantian, unless
authorized by the department or agency +nrith which this
transactian origi�ated.
f. The prospective lawer tier particip�nt further agrees by
su6mifting this proposal that it wll] include this clause titled
"Certificatifln Regarding Debarment, Suspension, lneligibility
and Voluniary Exclusion-Lawer �ier Covered Transaction,"
without modEfication, in al[ lawer tier covered transactions and
in all soliciiations for lawer iiar covered transactions exceeding
the $25,000 threshald.
g, A participant in a covered transaction may rely upon a
certificaflon of a prospective patticipant in a lower tier covered
transaction that is nnt debarred, suspended, inelfgible, or
voluntarily excluded from khe covered iransaction, unless ik
knows that the certi�cation is errpneous. A partiaipant is
responsible for ensuring that its prin�lpals are not suspended,
debarred, vr otherwise lneiigible to participate in cvvered
transactions, �o verify the eligibllity of Its principals, as well as
the eligibility of any lower tiar prospective participants, each
participank may, but is not required to, check the Excluded
Parties Llst System website f �), whlch is
compiled by the Genaral Services Administration.
h. Nothing contained in the foregoing shail be construed to
require establishmenE of a system of records in arder to render
in good faiti� the certlfication required by this clause. The
knpwledge and information of participant is not required ta
exceed that which is narmally possessed hy a prudent person
in the ordinary course of business dealings.
i. Except for kransactions autFrorized under paragraph e of
these instructions, if a particlpant in a covered iransackion
knawingly enters into a lower tier eovered transactian wikh a
person uvho is suspended, debarred, inefigible, or�aluntarily
excluded from parkicipation in this transaction, in addition to
other remedies a�ailable ta the Federal Govemment, the
10
department ar agency with which this transaction originated
may pursue avaifable remedies, Inaluding suspensinn andlar
debarment.
*�...
Certification Regarding Debarment, Suspension,
Ineligifnility and Voluntary Exclusion--LawerTier
Participants:
1. The prospecti�e lower tier participant certifies, by
submiss9on of this proposal, that neither it nor its principals is
presently deErarred, suspended, praposed for de6arment,
declared ineligible, nr voluntarlly excluded fram participating in
covered transactions by any Federal department or agency.
2, Where the prospective lower tier participant is unable to
cer#ify to any o€ the statements in ihfs certlficatian, such
prospective participant shall attach an explanation to this
proposal,
�...*
XI. CERTIFICATION REGARDING IJSE OF CONTRACT
FUNDS FOR L4�BYING
This pro�ision is applicabfe to all Federal-aid construction
contracts and to all re]ated subcontracts which sxceed
$104,000 {49 CFR 20).
1. The prospective participant certif[es, by signing and
submitting this bid or proposal, to fhe best oF his qr her
knowledge and belief, that:
a. No Federal a�propri�ked funds have been paid ar will be
paid, by or on behaif af the undersfgned, to any person for
influencing or attempting to influence an officer or emp[pyee af
eny Federal agency, a Member of Congress, an officer or
employee nf Congress, or an employee of a Member of
Congress in cnnnection uvith tfi�e awarding of any Federal
cantract, the making of any Federal grant, the rnaking of any
Federal loan, fhe entering into of any cooperati�a agreement,
and the axtension, continuat�on, renewal, amendment, or
madifcatfon af any Federal contta�f, grant, loan, or
cooperat�e agreement.
b. if any funds other than Federal approprlaked funds have
baen paid or will be paid to any person for Influencing or
attempEing to influence an officer or employee of any Federa[
agency, a Member of Congress, an offcer ar employee pf
Congress, or an employee of a Member of Cangress in
connecUan with fhis Federal confrac#, grant, loan, or
cooperative agreemenE, the undersigned shall complete and
su6mit 5tandard Fnrrn-LLL, "pisclosure Form to Report
tob6ying," in accordance with its insEructions.
2. This certification is a material representation vf fack upon
which reliance was placed when khis transaction was made or
entered into. 5ubmission o# this certificakian is a prerequisite
for making vr entering into this fransaction imposed 6y 31
U.S.C. 1352. Any person who fails to file the required
certificatian shall be subject to a ciuil penalty of nof less than
$10,000 and not more than $1OO,ObO for each such failure.
3. 7he prospective participant also agrees by suhmitting its
bid vr proposal ihat the participant shall require that the
language of this certification be included in all lower tier
subcontrac#s, which exceed $100,000 and fhat all such
recipients shall certify and disclose accardingly,
11
ATTACHMEMT A- ElNPLOYMENT AN� MATERIALS
PR�FERENCE FDR APPALACHIAN DEVELOPMENT
HIC3HWAY 5YSTEM OR APPALACMEAN[ LOCAL ACCE55
ROAD CONTR/ICTS
This {�rovision Is applica6le lo all Federal-aid proJects funded
under the Appaiachian Ftegional Development Act of 1985.
1. During fhe perfarmanca of this contract, the contractar
undertaking to do work which is, ar reasonably may be, dane
as on-sife work, shall give preference to qualified persons who
regulariy reside in the iabor area as designated by the DbL
wherein the conkract wQrk is situeted, or the suhregion, ar the
Appalachian counties of khe State wherein the contract work is
siluated, exce�t:
a, To the exfent that qualified persons regularly residing in
lhe area are not availa6le.
b, For the reasonable needs of the contractor to employ
supervisory or speciafly experienced persannel nacessary to
assure an efficient execution of the contract work.
c. For the obligation of the contractor to offer employment to
present or former employees as lhe result of a lawFul colleciive
bargaining cantracf, provided that the numher of nonresident
persons employed under this subparagraph (ic) shall not
exceed 20 percenf of the total number of empinyees empEoyed
by the confractor on the contract work, except as pro�ided in
subparagraph (4} below.
2. The cantractor shall place a job order with the Stata
Employment 5ervice indicating (a) #he classifications of the
labarers, mechanics and other employees required to pertorm
the coniract work, (h) the number of empinyees requl.red in
each classitication, (c) khe date on which the particlpant
estirrEates such employees will be required, and (d) any other
pertinent infarmation required by the S#ate Employment
Service to compl�te the job order form. The jab order may be
placed with fhe Stale EmpEoyment Service in writing or by
teiephone. If during the course of the contract woric, the
information submitted 6y the contracEor in the original job order
is substantially modified, the participant shall promptly notify
khe State Emplvyment Servlce,
3. The contractor shali give full consideration to all qualified
job applicants referred to him hy tha State Employment
Service, ?he cantractor Is not required to grant employment ko
any Job app[icants who, 'tn his opinion, are not quallfied to
perfotm the classifiication ot work required.
4. If, wifhin one week following the placing of a job ord�r by
the contractor with the State Employment Service, the State
Employment 5ervlce is unable to refer any qualiiied Job
applicants to the contractor, or less fhan the number
requested, the State �mployment Service will forward a
certificate to fhe contractor indicating the unavailabiliky nf
applicants. Such cerfificale shall �e made a part of the
caniracto�'s permanent projeCt records. Upon receipt oF this
certiticate, #he contractor may employ persons who do not
normally reside in the labar area to fi11 positivns covered by the
�ertificate, noiwithstanding the provisions af subparagraph (1c)
above.
5. The provisions of 23 CFR fi33.207(e) allow the
contracfing agency to provide a contractual preference for the
use of mineral resource matenals native ta the Appalachian
region.
$. The contractor shall include k�e provisions of Sections 1
through 4 of this Attachment A in every subcontract far wark
which is, ar reasonably may be, don� as orr-site work.
12
���R+��X
GC-4.01
GC-b,06.D
Availability of Lands
Minority and Wort�en Owned Business EnCerprise Compliance
CITY OF FORT WQR`1'T-I Safe Routes to 5chool Improvemcnts
STANDARD CONSTRLJCTION SPECIPICATION bOCUML�T City ProjectNumber: I0126�
Re�ised 7uly 1. Z�1 l
GC-4.01 — Availabiliiy of Lands
T`I�I� PAGE ���"I" IN7`�l�TIO1��LL� BLAI��
CITY OF FORT WORTH 5afe Routes to 6chaol Improvements
STANDARD CQNSTRUCTION SFECIFICATIbN DOCUMENT City Project Number; 101264
Revised Jufy 1, 2fl11
�C�4m�1 Av����1��.11�ty o� �La�cl�
Outstanding Ri�ht-of Way and/ar Easernents to be Acquired
FARCEL NO_
� �� �
TARGET DATE
None
None
None
CITY OF FC3RT WDRTH 5afc Rnutcs tn Schaol Improvements
5TANDARD CONSTRUCTION 3PBCIFICATIOH DOCiJivIENTS City Praject Na. 1 �[ 264
Rcvised July I , 2012
GC�6.06.D — Minority and �omen Qvc�r�ed Business
Enti�rpris� Complianc�
7"H�S PAC � L�� IIV`I���lT`�rO1V���L,Y �L�1��
CITY OF FORT WORTH Safe [Zoutes to School Improvements
STANAARD CON5TRi7CTION 5PECIFICATI03�T I70Ci7MENT City Project l�iumber. 101264
Revised Iuly 1. Zp f 1
���� 1�'�!ll�ii
�I�j/ �f �AI"� ��1'�{�
�usine�s �quity Didi�ion Sp�cificati�n�
���CI�L I�1STRlJCT'IOh1S �'OF� OFI��RORS
����IC,4�IOfV �� ���.I�Y
If the total dollaP �alue of the contract is $100,000 or more, then a Business �quity contracting goal is applica6le.
%� �«+�I!- �S � ya.f�� F'll+n- �eti�.m td Lc�{�ITI�'� ��f1UE�1�` �r�WG �.sfi�.tt:-� :7�rI1�:Y �4$II�F�"*"'� ��lZez.-..aa+e � (MM 8F).
��ucv sT�,T����r
It is fhe policy of the City af Fvrk 1North to ensure the full and equitable parficipation of Business Equity
Firms when appiicable, in the procuremenk of all goods and services. Afl requirements and regulations stated
in khe City's current Business Equity Ordinance N�� c�-:�-', � �-�u::�l apply to khis bid.
�l��lid�;Ss �:t2CUli r �_ ,`�,!_
!'�� Ci#y's MIW�E g�,�l an inis proje�t i � _ $ �� "' - �---� � � ���r;.- - s�-- -- - �
� rr ..- � a: a�l� fu��ac�l Thr Grt �' ; E]8�E �7t a1 �� tni �_o' : g s' n - `r�r `,
A Business Equity Prirne Contracto� can counk it's self-pe�ormance services towards meeting the Business Equity Goal for
the assigned NAICS commodiry codes on their MBE or W6E certi�cation. If the Business Equity Prime Contractor cannot
self-perform all of khe work, it will be accountable for subcontracting with certifiad Business Equiky firms to meet the o�eraEl
goal.
CORII�LIAR«C� TO �ID SP��Ir ICA►TIOR�S
On City contracts $1 DO,ODO or mare where a Business Equity Goal is applied, offerors a�e required to comply with the intent
of the City's Business �quiry Ordin�nce by meeting ar exceeding the above stated goal through one of khe following
methads: 'I. �usine5s Equity subcontracting participation, or; 2. Commercial useful function ser►►ices perFormed by
the Business Equity Prime Co caunt towards the gaal, or; 3. Combin�tidn of Business Equ�ty Prime services and
Business Equity subcontracting par�icipation, or; 4. Business �quity Joint 1lenture participation, ar; 5. Good �aith
EfFort documentatian, or; 6. Prpme Wai�er documentation.
��I��VI�iA� �� R�Q�IR�� ��C�J�iV�R����l�{�
Th� Utili�ation Plan shall be tiue at the tirrie specified in the solicitation. The applicable documents must be
received by the Purahasing bivision, within the time allocated, in order for the entire bid to be considereci responsive
to khe specifications. 7he afferer shall deli�er the Business �q�ity documentation in person (or email if designa#ed withi�
project specifications) to the appropriate employee of the Purchasing Division and o6tain a datel#ime receipt. 5uch receipt
shall be evidence khat the City received the doc�[mentation in the time allocated. Documents are to tse recei�ed no
lat�r than a:00 p.m., ott the second City business day after the bid opening daYe, excfusive of the bid opening date.
Faxed co ies wiil not be acce ted.
The Offeror must subrriit one of the following documentation:
1. Utilization Farm, if the goal is met or exceeded, .
�. �ood Fatth Effort For:n and i.ltll:.-�rion F�rlt[, including supporting documentation, if participation is less than stated goal,
or no Susiness Equity parkicipaiivn is accomplished, ,
3. Prime Contractar Yllaiver �'orrn, including supporting dacumentatian,if fhe Offeror will perform ail subcontractinglsupplier
opportunities, , ,
4. ��c,.rt W� n.ur�- F�Fn, if goal is met ar exceeded with a Jaint Venture,
These forms can be found onnline at: httns:llanns.fortworfihtexas.c�o�IProieciResourcesl.
FAILURE TO COMPLY WI7H YH� CIT"V''S F3U51{d�S5 EQUITY Ofi�INAP�CE, WILL RESULi fId �li�. BlD ��IWG
CONSIDEREd N�NAf�ESPONSIVE TO SP�CIFICATIOW5.
�/�lI�U�� Y� SU�iWIi iH� ��QUI��� �IJSIPl�SS �QL11 fY �OCUI1A�Id�A�IOPI ►►bill�� R�SIJ�T' IN Tf�� BID ��ING
COid31�ER�l� idON-I�ES�O[�SIV�. R S�CO�'� �'/lILU�� WILL R�SULi NW iH�, O��'��0� L��Ih!('s �ISQUA�.I�I��
FOR A P�RIOD OF OI�� Y�AR. YbR@� FAILlJRFS IPI A FIII� YFcAR P�RIOD WfLL F��SULT IN ,4
915QU191�lV�ICA�ION f���lOD O� gb�t�� Y��RS.
/�ny questions, plesse contact the E3usiness Equity Di�ision at {�'17) 392-2fi74,
Department of Diversity and lnclusion
Business �quity Division
Email: �VIN_BEOffice@fortworthkexas.gov
av
��
� Y
W �
�
:.� �
�
Q
g
�
�
�
�
�
�
�
�
�
�
�
�
N
�
�
�
.�
�
�
�
m
�
C
�
�
�
�
1L
�"�
�
�
�
�tl
�
#d
�
�
�
�
d
��
�
�
�
�
11i
�
�
�a
� �
� �
1L �
d
�
� �
� V
��
�
�
�
�
�
�
rV�
�J
�
�
��/
L�
�
�1
W
�
l..L
�
ay
G
�
V
�
\ �
� m
� o
� �
� ❑L, M
� d N
�� � �
H ❑ �
d O
� �
O
�
�
o �
� �
L11
[ti]
�
�u �
O
. �
g �
(!� QI W
� � �
� •� �
�
� �
y a
� �
� :�
' �s u1
� � m
� ,��' �
� v �
V �
b �
N
� �
❑ �
en �
�
�
�
��..
� �
� N
Q �
�
m
U
�
�
�
�c,�°7 Q
� U
'•�*' t!7
O �
.a fA
� �
� �CS
� o
o �
��
� �
�i �
��
a�
�
�
�
�
�
�
6
QI
[`�
�
�
�
m �
0 z
� ❑
�
U
m
�
�
�
d
�
�
U
❑
U)
�
LL
❑
I�
c
ft5
�
' `'
�
.�
�
�
❑
U
.�
�
y
T
�
¢
�
I--
U
Z
�
�
�
a
B7
�
d
�
c
�
N
Q
�
Q
�
v
.�
�
�
�
N
.�
�.
�
C
W
�
N
G
.�
3
m
�
�
�
�
C
�
�
�
d
�
�
N
.�
�
�
LU
�
C
.�
3
m
�
�
�
�
�
�
a
�
.�
�7
�
u�
�
�
c
.�
O
C
�
W
�
�
�
N
�
�
�
�
.�
�
N
�
�
�
N
�
�
�
�
L
O
't3
C
�
�
C
cv
�
�
fU
�
�
0
C
�
�
�
�
.�
7
O
�
�
<ii
M
�
0
t�
�
�
N
C
.�
�
�
�
�
�
'�
�
0
C
�
.`�..
�
�
�
O
y
N
C
.�
m
�
j
N
�
C
�
a
fiS
�
�L
O
�
�
�
a
3
L
�1
I
�S w
= •�
�C y
O �
a �
� �
O
j �O
�7 !L
X `r'�
� v
C�
'C O
lf3 �
C1
a �
� �
L �
� �
W
ro �
�tl -
z� �
N N
� C
. u�
� �
� I
U
,�' ao'�
U N
� �
c m
�
0
�
��
�
q {.)
I � �
o. @
O Q
0
i�i V
ca
Rf �
� U
�
� �
� o
°c �
iw
N y
� C
q o
�U
t �
� y
3
0. �
� �
��
� �
� D
'� 0.
� N
N �
ti c
� O
f0 �
��
�
� �
•� N
c
� �
,� �
�.�
�
w �
� �
� �
��
47 _G
Q. �
E �
a N
U L�„ '
� �
li `o
v
�
*�.' G
•� �
U�
(� �
� �
U.��..r
SQ �
O �
o �
a—
X �
� �
C
G �
tl. C
� .O
N U
C �=
O
i_. j
Cp N
L.1 �
� o
� �
N �
�
w�
� �
0 0
� U
� �
� �
�
.�. �
c �
� ,h
N �
� Q
� o
� �
� �
W y
N �
�+ �+,
m
c �
•� �
m
�
w �
w �
�'3 �
� a
� C
N �
� �
�
� �
mF �
O �
hi �
O
� N
�.
N � c
� O �
a � �
Vi � U
� W v�i
cG � ?3
� �j .,C�
1
� � O
Q � ?
� a �
� X �
� � N
���
� 0 c
m� �
� �i �
N
� O �
w ,� �
HU U
�
�
C
�
U
G
N
�
�
L1.,
W
�
d
C
.�
�
. �
�
�
�
m
� �
� 4r
C
� U
� �
� c
Q) 'G
� o
�
o @
�
,L2 y
O �
� O
'� �
L
«�
� d
, � �
n. a
Y�
� �
� N
N �
�' W
U '.�
m `°
� a
'� o
� �
e� �
V Q
O
�
� L
� �
= O
� �
o�
�V
� C
� a
a�
a� �
.'�s- I�
C �
�
� '-
� U
'a Q�
m �
� .�
U
'�
� �
N �
�p �
� �
��
� �
�
� �
�
d a
C �
�
� m
m �
m
d
F-
�
U�
O�
Z
� �
� �
7
� O
N �
.� �
Q. U
a� �
� �
� �
C �
' 'm
�m
C �
m c
E �
� �
o �
.�' c
N
.c U
��
�
N�
a
� �
C�
A �
� �U
W �
� �
O
o C)
C
� �
'� a
0
a� c�
�
m �
�a
C i
a1 �
.� Q
m °L
> >
�6 �
� �
� ._
Q1 �
��
�
Li D
Y �
��
� LL
m �
co
cp
t�
�'U
a �
a: I--
U
O�
� U
c
� ¢
N
O �
��
� �
m�
�U
N f�C
� a
U�
� w
� �
� ��
j W 'D
�, (i7
� N �
a c a`�i
�, fq N
7
� m a
¢. = N
O ,,.�_ •�
�
�yo•
U
� � T]
�
� "c. N
[� � f!j
N
�"17 v�
,?�m
d L �
�
Q d O �
N�q L � d
N �d �
U �
Cp O � y
� � '� m
� � � N
�.
� N T
'a � o �s
C
� '3 � �
m �
3 � 3 '"
o c .n �
m� �
���
� � � O
.� � �
� �- s
� ���
;�' a N (�,1
��� � N
W � � Cy
W
� � C �
c m� �
N
� � U �
� � � +'C+
� m w
�. � . o
�=�q
N A � �
� �
e `� � v+
y p W O
fa `� N� �
1�.1
U���
G y 0.'rl O
m �n � u-
W
O
Z}? � � ,ran
O
A � O �
� � � .
� N N N
����
� y� � N
� A� N
0 �7 y C�6
� w a��, �'
•L N � �
0. � � �
�•���
� � C
-a W � .....
N N�`�
:G � � c
� ' N O
N � � �
� � N �
��'�
�
���,w
�
C Q F �
3 �" C
@ � '� '�,
N
�
y" � `U �CO
��
om
m �
� � �
.� � �
� O �
� � 4 3
0
s � � �
� � � �
' L � (Jl
O �- � �
�
� �.��
� � a d
�
in N y ..�+
'O ' C
O N � �
+-+ � N (4
�no��
�-
Qm«�,
O.'� �
7 � � w
N m a7 N
O � � ?7
ro m Q a
.a:� N�
ro _ � �
� o � o
N � 3 Ot.
��o�
o� aN
m'
o�� o
�a ��
� @ V �
o a � �
N N -U d
Q?
� � Q {�p �
nQ�-�
��
� � � �
C � � +-+
��
U�
� N lA
� � e
w � 4 �
� � 'y .�
U � .�
�°w�o
� � � r
£ N
Il� U � +��'
co 63 � u
� � � �
� � � �
� q.
w �
P � C 'p
�... V O �
� � � ,�5
c � to Q-
�����
� � � �
� � m `a
s., p � Uj
� U ,Ft„ (p
� � •�
m � � Y
a� o �
U
y � ` �
a `—° g' .�
cn p, � o
(4 � 'a �,
� W m y
� A a� w
� �4 `� W
� � �
�
Q � d �
C
Q. � � W
.Cy (�p � � -
��� �o
� 7 j V I.Li
m��omp
� (a � (0 'Q
crN �� �
Q1 � � �
�����
Ur�nc�c�
�
�<
N �
r �
OOf
O �
[
� �
�i
u1 :
¢�
� O
N
11,1 �
U �
�
Q
�
LL
�.
�
�
.�
�
�
�
�
.�
�
�
�
�
�
�
�
a
w �
� � �
� � N
� � � �
°�a�au�
�1 � (11 �
� C N O
� � d'�
Q � a�
o �; v, �
� � «
CI—"��
� ` ` N
v�i � c"'�a �i
�1 7 � '+�"..
...
�= c
Q m � i�
`a� Q
�U y++
c � w �
��A�
U 3'
N
o � � a
�'Eo
� � ta D
•a �, � o
�5�a
LY N � :O
d ._
� �' �+-' O
�T�a
o��fl
� � � �
� � �
O � C � �
E���°.o
a �-� °��'.a
� � O Vl Q7
01 N � � E
" � p � O
�N c�� U
W � � � i7
v� ' N ci.. �
v� �' cq '.=
� � p � b
� � U
� � � ~ �
�'� � � �
� � � � �
����'E
�, a � �,
° s a� u� �o
� .� '.,.G. N Ld
j�o�o
0 0�.- �n �
U � +. 7
� � 65
� � � � �
.� � � = N
� y Q � �
� � � � �1
;�' ,�' � -o '_
> > N m ?
���;.�
��,._-� �
m �
� N O �
C
� � L �
C q� N p
�� � 0 � �
�m���
+c - a � o�
� �? �,`"Lu
m '- ;�' v�
>' � 3 6 c
c+� o�.�
� "� dI � �
�
�a���
� � � y
a � �� �
C � �C ~
� � V � C
� � Vai N .4
��
� �
� a
� �
U �
��
O
O r.
� �
U �
[n �
U �
Z �
N �
o �
.� �
c .c
L �'
�3 �
n�
� n
� �
� �
� N
� �
C
�7 �
U �
C@ A'
Cp �
U N
rn
m �
� c
� �
C V
N O
� �
'7 0
� �
b�
N
U
� `�
� 6
L �
o y
a�
w`- '�n
�m
��
� �
��
c �
�U
��
O �
U �
�N.. �
O�
� O
�
p O
�?�€
�U p
C
� � O
o��
� s ,N
a��
a�
� a�
�' C�i o
N m �'"r�s
u� a �
�m�
�� � �
m � �"
� ��
� ��
�
� � o
U c�i w
� U C � � � �
C � �C (� U
�
C .0 �
O N � N p N ,�, Qf � f�. .? a�
� Z T � Q Z = � Q Z T � Q
� ❑ ❑ �--.J ❑ ❑ ❑ ❑ ❑ ❑
1�.[ Q� � �
� � � � �
� � � � � � �
ltl � ,L Uy ,` 4} �C
LL
� � Q � � Q � � � �
w � '�, � 'c� � '�
� ro c � ro c e� cf0i � �
� V � � N .V (q � N �
�❑� U � Q� U � Q¢ U
I� � �❑� � �❑�
�' m� m m
� �S � �
m
� ❑ c.% � U �
Q V
o m � a �, ❑ Q
� � c� � � � � �- . , � � � �
� 4�7 } � Q � � � � Q � � � � � �
d � � X O '� f> Z H U �� Z F�- O
� � �o�❑ � ❑oC[❑ � ❑o❑❑
6Y d
U d
a►
� � N U�j
fJi Z T' � —
� `6
� (�
� � �
� � y � y y
�� � � � � � � L N � •Q �i
� �Q � j""° �`" f�. Q5. � �f'
� � �» .� N�'" � N '� �. � � C'r?
u p � N N Y- e�i � C�{ M ° � �
C�'i • f� v r^
u. �q m � -s �- y u•3 a �; m t6 �
wl O � � U � � � U � cr� ,U O �
a U p o U � p� V �
� �- ai3„ � U � � � �} � Q q�j �.% �
� V _ � w � � z ,�r � W � �
�_ �
�
� �
� �
�
a � � � c�
L�.. U r � � �
o� �� cD x O Q? � v�
c�� � � � � � N � � � � ~ -�
� � � ; � � � N � � C�. � '�.� •� �N � �
�.,_
o� � � o c��o � � t �? a��i � ��p��'.��m
ap ��� � � � n ti � � � ��� �
z V � x��- 'C �. � � m c lE� O � Cxl C t �,v-_ ,L
� C� r-- � O �. � ^ � � Q � � � �
�� � N lL o0 Q U 0_ oQ � � �� C� ���
� � ei � i►i � qj �
� o � o � a
� � � � �a 4 ,� �n
�� � � � � � �,
a�i u�i i � �' , � N �
� �� � � �o � w � �� �
� LB
'v � o � � � � a �� � 'v, �a o �+ c
m a � u�i �° � a i� ci aa a �� i�
el
C
��
N 'r
p O
N N
r �
o�
� �
Q
� y
� �
��
d �
I- °
M
LLl �
�
v n'
Q
�
¢
�
�
�
�
�-.tr
�
�
�
�
�
'�
�
�
.�
�
�
�NpI
VA/�
V
�
.�
�
�
�
.�
a
�
�
�
�
6
w
Si%
�
�
O
w
�
�
�
�
�
a�
�
�
�
.�
�
R
Q,
N
�
a
N
m
.�
a
a
�
�
�
�
�
�
i�
�
a1
N
�
a+
a�
� U � � U � ro U c � U G
C
�'C U � .� � C .� � U C ,� � U
4�- � .v �` 4 .� � m Q. � 47 (� Q � .QC7
;p' Z S Z� Z T ZQ Z S �Q Z � Z Q
� ❑ ❑ ❑ ❑ ❑ ❑ ❑ � � � ❑ �
� � � as cu
� � c ro c m c iv �
� � V E V � U � U
� ❑ S( N � F l� � ,� l� � •� L�
❑ ¢ ❑ a [] ¢
� C � � @ � C •U � 1� C •C>
� � � ta � � U CCf � � fSS � U fl7 �
� Q Q ia �¢ Q C� � Q¢ U � ¢ Q U
❑ ❑0❑ ❑ ��❑ ❑ ❑❑❑ ❑ ❑0❑
� U U U U
°' Cl ❑ ❑ �
a �
C 0 U C.} U
u � � U � , m� U 1— m� U F' �� U H
'� � = (~j � � 4�-- (~y � � � U �X � � l�i U q �
� t s
v � p Z O '� � z h O �❑� F- O � p� iX— O
��
� ❑� � ❑❑ � ❑ � ❑ ❑❑❑
��
� y
r
�V W
N Z �
W -�
_� �
� �
a �.
y� a�i m a�+ a�i
L% � �•�/� ',�^ �/�� •��/�' .
Q=/ V! Y/ Y/
� � a :.: �i �
O � � � �2' VJ O � 4i �
ai
u! O o u � O v � o V � � C} �
0
�� � � a� � a� � Q � � °�
� � � r � � � � � F � �
LL �
a�
w�
Na
ya
��
a�
a�
D
��
Z O
Qa
� F-� �i � ai � Gi S Gf
a� � � � � � � � °
� U � as � m � r� � �
� [� � �
� eri � u�i vi ,� � iei ,� y a
S d � d !9 � � � � � � N � P � � GNf � � �
. b � �d .w . �. � '� s� . f� � '� .�s � t� G `— ,F,,
y � 8 � � Ul � A � C Hl � O m � �vl �3 Q � �
s � � � o a �a s � o � � � � � � � .� � o
n a� w c� m a� w � o� ¢�� ca a� a�. � c�
p N
N �
N
o�
O 4
� �
� n
w�
Q�
f Q
h �
w m
U�
�
Q
�
�
�
�
�
N
�
.�
i�
�
F�
�
�
�
�r
lf� �
o a � o
� � � �
� � � �
c`7 Li7 � ['�
E� � 6�} �
�
� W
�
� �
� �
N �
� O �
� �
� � �
�
� � � �
C �
U � fZQ, �
� ^ � �
(6 � � �
� � U �
� � � �
�
� �
��., � U �
� � � �
� � A �
� � �
� � � �
� �' 15J �
d
'� � � u�i
'� N �Ery �
� �'°
� � � �
� � � �
O O a �
.�..i w a�
c c � Q
Q Q Q "�
IQ (G (t7 �
a a o �
❑ � ❑ �
SU (� � j�
� H H �
�-
o �
,� c N
O .� �
fl U C •�
� � � �
0 � K �
,•r� .� "Cy �
��a>�
W � � �
����
�n tQ '{J rn
N � f�7 0
� � - C
'� � � N
�
N � ��l1 CJ
L � � +_�
� o � �
�.- .� �
� � � x
� L � �
�aQ �
� �w�
•� � .� U�
Q �} i L
U} a- '+--
�
� v��
� � � �
�
� � U �
'� � � ;Y
N � :� a
�Q`a�
����
a� � ,� •�
U � � �
� � � �
� O �=.• N
O .�r � �
� � N �
O � � �
� � � U
� � � �
•� � Q �
SI�� �-U
� 0 � �
� � � =
o � � �
N � � p
"� � U �
� U �
C L � �
� D � �
�' � .w Q
� � � � �
� � � :4+ �
� � � � �
��''ON�E
.�-. (a C � �
� � = � 0)
.� � � V �
� L
O � A � �
�N���.
���ff�
� .�v (6 � V
� �
•� � c� �
p.. ��� C
� � a d �
F- �. c� .� �.
�
� � Q3 O
t�Q � � � �
� � � '�
� fIS -�i S4
Q�� � �+
. � W � �
C � � � �
� � �
� � N a� c
� �-r-�y�
py c
u 0 � +� •-
-� � � '� .�
� O ., C �
� � � � �
� � g � �7
� � �,NO
oQ��3�
� � � � �
L ((� ^
� � � � LL
�aI �QL
�'p� ��'ai �
� � 3 � U � �
3�� (� U�-` �
� � �..� N :�
U.� �-� �s �
m~a`�io�c I�
..-��,. U� � O L Q
p€���u� �
� L '� � � Q
U � p �- m �
����U�o
�WO � a,�
� v� d� n.� a
-�a�i.E�;��
.� � � � � �
Q � � � � �
��' �-' ����]
C
� p A� � �
v
� � � � ((5 �-
N � � � � �
L � p ,,.L, O
s G� U C � �
� � •� U .w: tl]
`� f/j .0 � � L�"'-'
d O � t�.�.O
i -~+ �' � Q)
O`�-� ��
� C N c� _cn �
cu a -� � -c —
�� ��a� �u
� fA ;r`- CO � Ul
�
.� c9 C i] � V
r-• (�
�
C � N � � �
a �
`-�'`i � r
O � V fU a- .Q) �
� � � �� � �
� Q � � �
� � � � � �
� � 0 � 's� N
� ,�
� � � � m �
C � � � �
� i[S y_ c� � p?
.� � o� -�-o � r�'�
� o �
� � �... � � �,
� � '� � � '�
� � � � `� p
�[] � N � Q �
�
5
�
c
a�
�
d
�
�
6
�
R
�
�
�
�
��
av
�
�
�
N
F=
�
� 'd'
� �
m �;
� �
V �
l� �j
� �
�
Q
U
L
N
�
U
c�
�
�
�
�
�
0
�
U
�
�
d
.�
� C
� �
�
� �
�
dl Q
� �
o �
� Q i
�
�
.�
Q7 �
� �
� �
� N
r
�
O �
�
a N
a�
•� o
� N
tLl �
�
T
�
�
�
�
O
�
iL..
�
Q
U
6 N
N N
a °Q
oQ
� �
� a
w�
L
O
.�
.�
�
�
�
a
LU
N
N
�
c
7 �
� O7
� �
C �
o �
� �
U �
�
ar �
w �
i7 U
�L�U�
o m��;
� cv
���
� - �
�•� �
aw�
:�
- = : �� �is�dv�ntag�d �usiness �n��rpris� (D�E)
- � � �rban lnfra��nstruction, ��C
�w=><��:�x :,-�:�<,�.,�-,r;�r
LTrba� Inf�°ac�ns��t�c�i��, I�IJC
has filed with the Agency an AfFidavit as defined by NCTF2CA Disad�antaged Business Enterprise (bBE) 49 C�R
Part 26 and is her�by c�riified tQ provid� s�rvic�(s) in th� following areas:
PEAtCS 23�31Q: COPICR��E �,WVI[�G (I,�., FfIGHI�I�,Y, R.OA�i, ��i��,�% ��1B�IC �I��CWi4�l4)
IVAIG� �3�110: FBUfVDAiIOfV, BUIL�ING, �OU��B CON�R�i�, COY�YR�CiORS
f�AICS 23899Q: CORlGR��� ��e�ll[`1C, ��'c�I��i0�171/�L �1PlC] C�i1flM�FtGIQ►�. �3F�EV�Wia►Y A�.'� �/aaRFCIWC�
A�E,�
This Certification c�mmences December 8, 2D2Q and supersedes any registration or listing previously issued. This
certification must be updated annually by submission of an Annual lipdate Affida�it. At any time there is a change in
ownership, cvntrol of the firm or operation, notification must be made irrtmediately io the North Central Texas
Regional Certification Agency for eligibility evaluation.
Issued Date: December 8, 2020
CERTIFICATION NO. IMDB91�21N1221
���� �����
�
� ��'iJCP �
� �
'�� �
��
��#��� �t
�'- ; � � � �
Certification Administrator
� o
xwrhC.cml:%me� by�ivaf £KC4wx+Agw�sY
�/linority �usiness �nterprise �Ni��)
Urban infiracon�truc�ion, LL�C
ZTrba� In�r�.���s��°�.�t���, ��L�
has fifed with the Agency an Afflda�it as defined by NCTRCA Minority Business Enterp�ise {MB�) Policies &
Proceclures and is I�ereby certified to provide service(s) in #he fallowing areas:
NAICS 23�31a. CONCRETE PAVIWG (3.�., HIGHWAY, ROAD, STR��T, PUB�IC SIDEWAL�C)
�dA1CS 238110; FOUIdDATiDPI, BUI�,�]IN�, l�QURED CONGR�T�, C�NTRACTORS
NA[C5 238990: COWGR�X� pAV1NG, R�SII]C�PITIAL AND COi�M�RCIA� DR1V�{11dAY AA�D PARKING
AR�A
This Certification commences Novem�er i0, 202o and supers�d�s any regist�atian or listing previously issued, 7his
certification must be updated every twp years by submission of an Annual Update Affidavit. At any time there is a
change in ownership, control of #he frm or aperation, notifiicatlon rnust be made immedia#ely to the North Central
Texas Regional Certificatian Agency for eligibility s�aluation.
Certi�Fication Expiration: November 30, 2�22
lssuec� Da#�: November 10, 2020
CERTIFICATEON NO. IMMB53fi45N9122
�.�.c� �.. �`�'�.�--��
Certi#ication Administrator
11�Ilomen �usiness �nfi�rprise (llfill��)
� � Gowtown �edi IVlix, Inc.
�,,:,�•.�w, e,y�;d4,�x�
�o�t��� l�e�.� 1�i�, I��o
has filed with the Agency an Affidavit as defned by NCTRCA Women Busir�ess Enterprise (WBE) Policies 8�
Pracedures and is here6y certified to provide service(s) En the fnllawing areas:
NAICS 3.��320: REI�eDY-IVIIX C�i�ICR�T� MAIVU�AGTIlRiNG
This Certification commences No�ember 20, 2Q19 and supersedes any registration or listing previously issued. This
certiiication must be updaied e�ery two years by sui�mission of an Annual Update Affidavit. At any time khere is a
change in owners�ip, control of the frm or operation, notification must be made immediafely to the iVorth Centrai
Texas Regional Certifieation Agency for eligibility evaluation.
Cerki#ica�ion �xpiration: November 30, 2021
Issued Daie: November 20, 2019
CERTI�ICATI�N NO. WFWB45444N192'!
'��� �`����
� �---�
,� �.._: ���c.� �
!�E ,�
�
�
�
���'��o-� ����
�c��.- ���',�.�ek�-�-�.�
Certificaffon Adminisfrator
���� �Q��'�• Ci�� �f ��r� Vllar�h ATiACiiAAFidT 1C
�llSlil�'S� ��ldl��/ �1l�ISIOi1 Page 1 of 4
GOOd Faltil �'�FOI�t FOI"li�
PRIMEfOFFEROR Check appfica6le 6ox to descri6e
GOMPANY NAME: ArimelOfferor's Certificafion
' E , ❑ �
PROJEC7 NAME: •
�Y 2�� 8 Sa�e �ou�es �o Sch�ol Impro��men�s ��o o�TE -
Business Equfty C:oal: Offeror's Business Equity Goal Commitment: PR�JECT NU141BER
8 0�0 8 o�a 101264
If the Ofieror did not meet or exceed the �us[ness �Cqu7ty Goa! for this project, t�e PrimelOfferor must complete
this form.
ff fihe PrimelOfferor's meth�d of compliance with the �usiness �qui�y Goal is based
upon demons�rafian of a"i�ood �ai4h ��#o�", �he F�rimelOfferor ►avill harre #he burden �f
correc�ly and accura�ely prepar�ing and submitking the documentati�n required by the
City, Compliance with each item, � fihru 1D belorn�, shall satisfy the Good �aith EfFari
requiremeni absen� proof vf fraud, inten�i�nal andlor F�nowing rr�isrepresentafion of qhe �ac�s
or infien�ional discrimination by the PrimelOfferor.
Failure to complete this fiorm, in its entireEy with suppnrting doCumentation, ant� recei�ed by the
Purchasing �ivision no [ater than �:OD p.m. on the second City business day after bid opening, exclusi��
of bid opening dafe, will result in the bid being considered non�responsive to bid specifications.
�xception: C��, ICA, and C��G projects, docurr�ents will be submi�ted to the City Project IWanager if
publicly bid ap to the �eveloper �f pri�a�ely bid.
'I.) Please list each and every subcontracting andlo� supplier apporkunEt far the campletion nf ti�is
projecf, re�ardless of whether i� is to be pravid�d b� a�usin�ss �quiiy firm or non��usiness
�quity firm. (DO P�OT LIST P�AeM�S �F FIRhA�). �n all projects, the �rimelOff�ror must list each
subcontracting and or supplier opportunity regardless of tier.
(Use additTona! sheets, if necessary]
List of Subcontract9ng Oppor�unities Lisk of 5upplier Oppor�unities
Effgct�Ye uiro�rzo21
AiTaCHi�4�WT' 1 G
Page 2 of 4
2.} Obtain a curr�nt (not more than two (�) months old from the bid .open date) fist af �3usiness �quity
subcontractors andlor suppliers from the City's �usiness �quity �idisinn.
� Yes
� R!o
9ate of �isting
�.) D'[d you solicit bids from �usinesr Equity firms, within the subcontracting andlor supplier areas
previousfy listed, at least ten calendar d�ys prior to bid opening by telephone, exclusive of the day the
bids are opened?
� YBS (If yes, attach lisi to include nama of 8usiness Equity firm, ep rson contacted, phone number and date and time of contact.)
� WO
4.} ��d �ou soficit bids frnm �usiness �quity firms, wi�hin 4he subcon�rac#ing andlor supplier areas
previousfy listed, at feast ten calendar days prior to bid opening by fax, exClusive of fhe day the bids are
opened?
� Yes (If yes, attach lisf to include name of Business Equity firm, fa�t number and date and time of contact. In addition, if the fax fs
returne.d as undeli�erahle, then tfiat "undeliverable confirmation" received must t►e printed directly from the facsimile for
proper do�umentation. Failure tq su6mit confirmation andlor "undeliverabfe confirmation" documentation may render fhe
� p�p GFE nan-responsi�e.)
5,) Did you solicit bids from �usiness �quity �rms, within the subcont�acting andlor supplier areas
pre�viously listed, at least ten caiendar days priar tn bid opening by email, exclusive of the day the bids are
opened?
� Yes (Ef yes, attacM email confirmatian to include name qf Business Equity firm, date and time. In addikian, if an
email is returned as undelivera6le, then that "undelivera6le message" receipt must be printed directly from the
ema�l system for proper docurrientatiote. Failure to suhmit confirrr►ation andlor "undellverable message"
��� documentation may renderthe G�E non-responsive_)
PlOiE: The three mefhods identifie.d above are acceptable for saliciting bids, and each selected
rriethad must be applied to the applicable c�ntract. ihe PrimelAfi'eror must document tha# either at
least two attempis were rt�ade using twa of the three methads or thaf at least one successful contacf was
made �sing one of the tF►r�e metf�ods in ord�r to deemed responsi�e 4o the Good �aith �ffort requirement.
WO f�: ihe Prirr�el�fferor must cantact the entire �usiness f�quity list speci�c to each
subcon4racting and suppli�r opportunity to be in comp�iance with questions 3 thru s.
fi.) Did you pro�ide plans and speci#ications to potentia[ �usiness �quity firms?
� Yes
� iVo
!.] �fd you provide the infor�nation regarding the location of plans and specifications in order to assist
the �3usiness �quity firms?
� Yes
� No
Effectl�e fl110112021
ATi�e�Hll��Rl�" 1C
Page 3 of 4
�.) �id �ou prepare a quotation for the �usiness �quity firms to b9d on gooc[slservices specific to their
s�ill set?
❑ Yes (If yes, attach all copies of quatations.)
❑ IV o
9.) 16Vas the contact information on any af the listings not valid?
❑ Y�S (If yes, attach the. information that was not valld In order for the Buslness Equity Dl�ision to address
the corrections needed.�
� RJO
10.) 5ubmit documer�tation if Business Equity firms quotes were �ejected. The documentation submitted
should be in the firms forms of an afFida►r'rt, include a detailed exp[anation of why the �usiness �quity firrns
was eejected and any supporEing documentation the PrimelOfferor wishes to be considered b� the City. �n the
event of a bana ficie dispute concerning quotes, the ��irrze/Offeror will provide for canfidential in-camera
access 4o an inspection of ar�y rele�ant docum�ntafiian by City personn�l.
�Please use additional sheets, ifnecessa , andattach.
Com an Name 'Fele hone Cantact Person 5co e of F�or� Reasan #or Re ectian
,��DITIOA��►� IRiFOFt1�AAT[ORl:
Please pro�+ide additional informa4ion you feel wlll fur�her exp�ain your good and honesfi efforts to obtain
�usinesS I�q�ity firm par�icipa�ion on fhis project.
ih� �rim�lO�rer�r fur�her �gre�s fo provide, dire��l� tc� the �ifiy upon request,
�ompl�fe and ac�ura��: informafiien reg�rding acfival E+�+�r� p�rformed on �his contra�t,
4he p�ymen� fih�reofi and any proposed chang�s to the a�iginal arrang�men�s submi4�ed
�ifih this bid. 7he ��im�lOffe�or also agre�s �� allavaa �n �udi� �ndl�r examrn��i�n of �n�+
boo�s, records and files held by �h�ir comp�ny �h�,� will subs�an�iate �he a�4u�l �+�rk
per�ormed �n �his contr�c�, by �n a�u�hori�ed ��icer or empl�yee of the �ii�.
� Primel��ferer a�he infienfiienally andler �no�ingl� misrepr�sents ma�#e�i�l f�c�s s�all be
�ebarr�d for a pert�d of fiime of not I�ss �h�n thr�e (3) �earrs.
Effective 0110'El2029
���ACb19��PJ� 1C
�age 4 of 4
ihe undersigned ceriifiies #hat the infermafiion pYovided and �h� �usiness Equigy firms
iis�ed �raslweer� c�ntac#ed �n govd f�ifih. It is und��s���d fha� any �usiness �quifry firms
lis4ed in Attachm�ni '� C�s+ill b� eonfacted �r�d the rea�ons f��° not using fihem will b�
verified b� th� Ci�+'s �usiness Equi4y �ivi�i�n.
�►utharized Signature
Titl�
Company fVame
�rinted Signature
Contact Rlam� and iiile (if difierent)
Phone fdumb�r
�ddress Email �►ddress
CifiylSiatel�ip Date
Bus�ness Equit�r bivision
Email: DVIN BEOffice@fortworthtexas.gov
Phone: (817) 392-2674
Effective 0'iI0712021
F�4RT V�ORTH,
ATTACHMENT 18
Page 1 of 1
�slt�! �� �OY� �AY��1
�usrn�s� �q�i�� Dirri�i�n
�rirne Contractor� V�aiver �o�m
PRIMEIOFFEROR Check applicahle box to descri6e P�ime!
COMPANY NAME: '
F =� ,, ;
PROJEC7 NAM�: E �
�Y 201 ��afe Roufes �o �chool Impr�vements BID DATE
City's Business Equity Goal: Offeror's Business �quity praject Commifinent: FROJ�CT NUMB�R
8 a�o 8 o�a 101264
lf both answers to this form are YES, do not compleke ATTACHMENT 1 C(Good Faith Effort Form). All questions on
this form must be completed and provide a detailed explanation. lf the answer to either questian is WO, then you
m�ast compleke ATTACHME�171 C. This form is only applicable if bath answers are yes.
�aiiure to compiete �his fiorm in its entirety and be receiv'ed by the f�upchasing �ivisiort rto la4er than �:00
p.m., an the second City business day afte� bid openi�, exclus�e o� the b�d opening date, will result in
the 6id being considered non�respansi�e 4a bid specifiica�ions. I�xcep�ion: C�'A, ICA, and CD�G projects,
dacuments will be submifted to the Cit �roj�ct NVanager� ifi publicly bid or to the f]ee►eloper ifi privately bid.
�ill �lAu perf�rm �his en4ire cortfiracfi withaut subconfi�actors? � y��
If yes, please provide a dekailed explanation ii�at pro�es based on the size and scope of this ❑ ��
proJect, this is your nnrma� business practice and provide an operational profile of your business.
V4dill you perForrn ihis entire contraci writh�ut suppliers? � Y�S
If yes, plsas� provide a detailed explanation that proves based on the size and scope of khis
project, this is your normal business practice and provide an inventory profile of your busir�ess. � NQ
The PrimelOfferor further agrees to provide, directly to the City upon request, complete and accurate
information regarciing actual work performed by all subcankractors, including Business Equity firms on this conkrack,
the payment thereof and any proposed changes to the original Business Equiky firm arrangemenfs submitted with
this bid. The PrimelOfferor also agrees to allow an audit andlor examinatian of any books, records and files held
by their company that will substantiate the actual work petformed by th� Business Equity firms on this contract,
by an authorized officer or employ�e of the City. Any intentional an�lor knowing misrepresentation nf facts will
be grounds for terminating tf�e contraet or debarment from City work for a period of not less than ihree (3) years
and for initisking action under Federal, State or Local laws concerning false statements. Any failure to comply with
this ordinance creates a maferial breach of contract and may result in a determination of an irresponsibl� Primel
OfFeror and barred frarn partieipating in Ciry ►tvork fo� a period af time not less than one (1) year.
Aulhorized 5ignature
Title
Company Name
Address
Printed Signature
Contact Name (If different)
Phone Number
Email Address
CitylStatelZip
Business Equity Di�ision
Email: DVIN BEOffice@fartworthtexas.gnv
Phane: (897} 392-2674
Date
Effective p1l01l2027
�l ��r� ■ � ����1� Joint VenturB
y;��"y CITY OF FORT WORTH Page 1 of 3
� Join� Venture Eli 'bili Form
�
All guesteons must be answered; use "N/A" if nnt applicable.
Name of City project: FY 2018 Safe Routes ta Scl�ool Improvements
A joinf venture form musl be completed on each prnjcct
RFP/Bid/Project Number: 1 a1264
L Joint venture infarmation:
]oint Venture Natne:
Joint Venture Address:
�ff appliea�le)
Telephone: E-mail;
ax:
identify the iirms that comprise the jaint venture:
Please attach exfra sheets if addi6onal space is requ�r�d to provide detaiied explanafra�s of work to 6e performed by each tirrrr comprisir+g the
foinf venfure
Business �quity on-Business
Firm Name: ui Firm Name:
Business Firm usiness Firm
Coniact Natne: ontactlVame:
Business Business
Address: Address:
Telepkone: Fax: Telephone; Fax:
E-mail: E-mail:
CerNfic�tian Status:
Name of Certifying AgeRcy:
�. Sco e of work erformed b fihe Joini Venture:
Describe the sco e af work of the Business E uit f'rrm: Deseribe the sco e of wark oi the non-Business E ui firrn:
Effectir�e 0110'112021
Joint Venture
Page 2 of 3
3. What is the percentage of Business Equity firm participation on this joint ventur� counting tawards the
praject goal?
4. Attach a copy of the joint venture agree�nent.
�. List components of ownership of joint venture: (Do not complete ijthis tnformation is described injoint venture
a�reernen tj
Profit and lass sharing:
Capital con�-ibutions, including
equipment:
Other applicable ownership interests:
G. Idenfify by naime, race, sex and firm those individuals (with t�tles) who are responsihle far Ehe day-to-day
management and decision making of the joint venture;
Finanoial decisions
(tn inalude Account Faya6le and Receivable):
Management decisions:
a. Estimating
-------------------------------------------------------------
b. Marketing and Sales
-------------------- -- --- --------------------------- - - - - - ----
c. Hzring and Firing of management
personncl
---------------- --------------------------------------
d. Purchasing of major equipment
and/ar supplies
Supervision of �eld operations
The City's Business Equity �ivision will re�iew your joint ventur� submission and will have
final appro�al of the Business Equ9iy percentage applied toward the goal for the project iisted on
this farm.
NOTE: �rom and after the date of project award, if any of the participants, the indi�idually defined scopes of work or
khe dollar amauntslpercentages change from the originally appro�ed informakion, then the participants must
inform the City's 6usiness Equi#y pivision immediately far approval. Any unjustified change or
deletion shalf be a material breach of contraci and may result in debarment in accard with the procedures
outlined in khe City's Business Equify Ordinance.
Effeciive 0910112n29
Joink Venture
Paqe 3 of 3
AFFiDAVIT
The undersigned affirms that the faregoing statements are true and correct and include al1 material iniarrr�ation
necessary ta id�ntify and ex�lain the terms an.d aperatian of the joint venture. Furthermare, tf�e undersigned shall
agree to provide to the joink ventw-e the stafed scope of work, decision-making responsibilities and payments
herein.
The City also reser�res the right ta request any additional information deemed necessary to deteznaine if the
3oint �enture is �ligible. F'ailure to cooperate andlax provide reques�ed infortnatian within the time specified is
grounds far termination oi the eligibility process.
The undersigned agree to perrnit audits, intervievvs with owners and examiz�ation of the books, records and
files of the joint venture hy any authorized representatives af the City af Fort Worth. Failure to camply
with t1�►is provision shall result in the termination of any contract, vsr'hich may be awarded under the provisions
of this joint venture's eligibility and may ini�iate action under Federal, State andlor Locai lawslordinances
concerning false statements ar willfui misreprt;s�ntation of facts.
------------------___�._�_��____----_------------ ---------------------------------------�-_.__----- _____.__---------------
Name ofBusiness Equity Firm: IVame ofNon-Business Equity Firtn:
Name of Owner: Narne nf Owner:
5ignature nfOwner 5ignatute oFOwner
Pzinted Name oiOwnar Frinted Name of Owner
Signature oi Owner Signature of Owner
Title Title
D�te Date
Notarization
State of
On this
County of
day of _, 20 , before me appeared
and
to me pers�nally known and wlao, being duly sworn, did execute the foregoing affidavit and did state that they vvere
properly authorized to execute this aff'idavit and did so as their free act attd deed.
Natary Puhlic
Print Name
Notary Public
Signature
Comrnission Expires
Business Equity Division
Email: DVTN BEOffice@foriwarthtexas.gov
Pk�one: {817) 392-2674
(seal)