Loading...
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., "&ampling, 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)